Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
CCL Contracting, Inc. - 2010-08-02
IREC V BY:/CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office me) after signing/dating /o /3 (Date) CITY OF I' BEACH lzmmni—�INTERDEPARTMENTAL COMMUNICATION TO: Shari Freidenrich, City Treasurer FROM: 6-_S DATE: SUBJECT: Bond Acceptance I have received the bonds for ro L 601b1b l �7 CS //U(" (Company Name) Faithful Performance Bond No. Labor and Material Bond No. Monument Bond No. Maintenance Bond No. r Guarantee and Warranty Bond No. Re: Tract No. - s CC No. MSC No. Approved Agenda Item No. (Council Approval Date) City Clerk Vault No.r�0 #27 g1followup/bondlefter.doc FROM: Duane D. Wentworth, Contract Administrator DATE: 10/11/11 SUBJECT: Retention Release Payment Company Name: CCL Contracting, Inc. Address: 1938 Don Lee Place City, State and Zip Code: Escondido, CA 92029 Phone Number: (760) 743-2254 Business License Number: A 278461 Local Address: N/A Notice of Completion Date:9/9/11 Contract Purpose: Downtown Water Main Replacement C� -1-�6/ The conformed copy of the Notice of Completion for the above contract has been filed. The thirty-five (35) day waiting period has elapsed or will elapse before payment is made. Processing of the retention payment is recommended so long as no stop notices or outstanding invoices are on file with the City. I certify that no stop notices are on file on the subject at this time. at Travis K. p ins, Public Works Director I certify that there are no outstanding invoic s on file. Date ------'Joycd Zacks, D City Treasurer I certify that no stop notices are on file on the subject contract, and that a guaranty bond has been filed with this office. ate Jon Plynn, 1361 Retention Memo 10/11/2011 8:25:00 AM PLEASE COMPLETE THIS INFORMATION This Document was electronically recorded by City of Huntington Beach RECORDING REQUESTED BY: WHEN RECORDED MAIL TO: CITY OF HUNTINGTON BEACH Attn: Duane Wentworth P.O. Box 190 — 2000 Main Street Huntington Beach, CA 92648 TITLE OF DOCUMENT Recorded in Official Records, Orange County Tom Daly, Clerk -Recorder 1111111111111111111111111111111111111111111111111111111111 NO FEE 2011000447533 02:42pm 09/09/11 66 406 N 12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 THIS SPACE FOR RECORDER'S USE ONLY NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN by the City of Huntington Beach, owner in fee, 2000 Main Street, Huntington Beach, CA 92648, that the contract heretofore awarded to CCL Construction, Inc. who was the company thereon for doing the following work to -wit: 2010 DOWNTOWN WATER MAIN REPLACEMENT PROJECT - CC1361 That said work was completed 9/8/11 by said company according to plans and specifications and to the satisfaction of the City Engineer of the City of Huntington Beach and that said work was accepted by the Director of Public Works on September 8, 2011, per City Council Resolution No. 2003-70 adopted October 6, 2003. That upon said contract Safeco Insurance Company of America was surety for the bond given by the said company as required by law. This document is solely for the official business of the City of Huntington Beach, as contemplated under Government Code Section 6103 and should be recorded free of charge. Dated at Huntington Beach, California, this September 8, 2011. Di .ector of Pu is orks or City Engineer j City Wof Huntington Beach, California STATE OF CALIFORNIA) County of Orange ) ss: City of Huntington Beach ) I, the undersigned, say: I am an Agent of the City of Huntington Beach, owner in fee, in the foregoing NOTICE OF COMPLETION. I have read said NOTICE OF COMPLETION and know the contents thereof; the same is true of my knowledge. I declare under penalty of perjury that the foregoing is true and correct, and that said NOTICE OF COMPLETION was duly and regularly ordered to be recorded in the Office of the County Record f Orange County. .a Dated at Huntington Beach, California, this September 8, 2011. Dctor of Public Works or City Engineer This document is solely the official business of City of Huntington Beach, California the City of Huntington Beach, as contemplated under Government code section. 6103 and should be recorded free of charge. THIS PAGE IS ADDED TO PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION (Additional recording fee applies) CONTRACTOR'S CERTIFICATE I, 15 / Z , state and certify that: (Name of Ifeclarant) —^%^ CGL 60 C77A-� IAIZ— is the general contractor to the City of Huntington Beach ("City") on Contract No. Cc- /36 / (the "Contract") for the construction of the public work of improvement entitled: Z(:�'/Q 1,2,01,-A.1 'i2at1,k--) e-ty— (the "Project") 2. All work to be performed pursuant to the Contract has been completed in accordance with the Contract Documents (as such term is defined in the Contract). 3. Except for the claims listed.below and the disputed claims listed in paragraph five (5), all persons supplying labor, services, materials and equipment to the Project, including all claims against the Contractor arising from the performance of the Contract, have been paid and satisfied (list unpaid debts and claims; if none, write "NONE"): 4. Attached hereto are the lien waivers required by the Contract Documents, which lien waivers have been executed by all persons who performed work on or supplied labor, services, materials, and/or equipment for use at the Project. 5. Set forth below is a list of disputed claims or claims that are the subject of a Notice to Withhold filed pursuant to the Civil Code of the State of California (list all disputed claims; if none, write "NONE"): X/O I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed at on this Z ` day of20 Si a of De t) APPROVED AS TO FORM By: � 17% �llJ 3 to OCp Name: [Type Name] Title: [Type Title] 245914.1 Certification of Compliance with Prevailing Wage Laws To: City of Huntington Beach Department of Public Works 2000 Main Street/P.O. Box 190 Huntington Beach, CA 92648 Re: Certification of Compliance with Prevailing Wage Laws Contract: Cc_ 13 61 Project: 2Dt0 OatvVT-Ow►J kAMt4) rJ lrtic sn� f oV The undersigned contractor on the above -referenced project ("Project") hereby certifies that all laborers, mechanics, apprentices, trainees, watchmen and guards employed by him or by any subcontractor performing work under the contract for the Project have been paid pursuant to the minimum wage and bona fide fringe benefit requirements specified for each particular classification of work, as set forth in the wage -rate determinations of the State of California, Department of Industrial Relations, and/or the United States Department of Labor. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed this day of S?� Gi , 20 /l at E56M,,121,06 California. (Type Contractor Name) By: Name: Wype Name] /�rya>✓ Lc�s1 Title: [Type Title] Setyhw7 cszI CITY MORNEY 247542.1 Certification of Compliance with Title VII of the Civil Rights Act and Equal Employment Opportunity Act of 1972 To: City of Huntington Beach Department of Public Works 2000 Main Street/P.O. Box 190 Huntington Beach, CA 92648 Re: Certification of Compliance with Title VII of the Civil Rights Act and Equal Employment Opportunity Act of 1972 Contract: �'C� /3L� Project: Z010 pc-n -0/k6A -V The undersigned contractor on the above -referenced project ("Project") hereby certifies that it has complied with Title VII of the Civil Rights Act, the Equal Opportunity Act of 1972 and Executive Order 11246, and has not discriminated against any employee or applicant for employment because of race, creed, color, sex, national origin, age or disability. The undersigned contractor also certifies that it has not maintained any segregated facilities at its establishments on the basis of race, creed, color, sex, national origin, age or disability (with the exception of access for the disabled). I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed this 2 7 day of ��°'' , 20 lI , at e5 ''1,01�2, California. (?ype Contractor Name) By: Name: Otype e] -. Title: (Type Title] R A QRNEX ` 1 -7 245911.1 I lX034kyj:ID71's (Name) (Date) CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office after signing/dating CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION TO: Shari Freidenrich, City Treasurer FROM: 6zv DATE: (/ �3/ —03 SUBJECT: Bond Acceptance have received the bonds for (Company Name) Faithful Performance Bond No. Labor and Material Bond No. Monument Bond No. Maintenance Bond No. Guarantee and Warranty Bond No. Re: Tract No. CC No. MSC No. Approved Agenda Item No. (Council Approval Date) City Clerk Vault No. #27 g1followup/bondlefter.doc BOND NO. 6639089 MAINTENANCE BOND KNOW ALL MEN BY THESE PRESENTS: That: CCL CONTRACTING, INC. [contractor's name] 1938 DON LEE PLACE, ESCONDIDO, CA 92029 (contractor's street address, city and state and zip code] as Principal (hereinafter called Contractor), and: SAFECO INSURANCE COMPANY OF AMERICA (surety's name] ATTN: SURETY CLAIMS DEPARTMENT, 1001 4TH AVENUE, SUITE 1700, SEATTLE, WA 98154 [surety's street address, city and state and zip code] a corporation organized and existing under the laws of the State of WASHINGTON with its principal office in the City of SEATTLE as Surety (hereinafter called Surety), are held firmly bound unto CITY OF HUNTINGTON BEACH as Obliggee (hereinafter called Owner), in the amount of ONE MILLION SEVEN HUNDRED .SEVENTY EIGHT THOUSAND THREE HUNDRED TWO AND 64 / 100 Dollars ($ 1', 778 , 302.64 ), for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents, WHEREAS, Contractor has by written agreement dated SEPTEMBER 10, 2010 entered into a contract with Owner for the 2010 DOWNTOWN WATERMAIN REPLACEMENT PROJECT, CONSTRUCTION CONTRACT 1361 in accordance with drawings and specifications prepared by which contract is by reference made a part hereof (hereinafter referred to as the Contract); and WHEREAS, the Contract provides that the principal will guarantee, for a period of one year, the work performed as part of the Contract from and against all defects in materials and workmanship; and WHEREAS, the Contract also provides that the Contractor shall secure Contractor's obligations during the one- year period with a bond executed by a surety duly admitted in the state of California; and WHEREAS, the Contract has been completed, and the Owner, Contractor and Surety agree that the commencement date for this Guarantee and Bond shall be OCTOBER 3 , 20 11. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such .that if Contractor shall, for a period of one year from and after the date of completion and acceptance of the Contract by Owner, repair and/or replace any and all defects arising in the Work, whether resulting from defective materials or defective workmanship, then this obligation shall be null and void; otherwise it will remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the Surety shall, within thirty (30) following Owner's written notice of default, either: (a) remedy the default, or (b) shall promptly complete the Contract in accordance with its terms and conditions. Surety shall save the Owner harmless from any claims, judgments, liens or losses arising from the Surety's failure to either remedy the default or to complete the Contract in accordance with its terms and conditions in a timely manner. Whenever the Principal shall be, and declared by the Owner to be in default under the Contract, which shall include without limitation, any breach or default of the Contract, then, after written notice from the Owner to the Surety, as provided for below, the Surety shall either: (a) remedy the default or breach by the Principal; or (b) shall promptly and faithfully take charge of the Work and complete the Work in accordance with the requirements of the Contract with a contractor other than the Principal, at its own expense, and make available 10-2567150583 as work progresses sufficient funds to pay the cost of completion less the unpaid balance of the Contract including other costs and damages for which the surety may be liable hereunder; provided, however, that the procedure by which the Surety undertakes to discharge its obligations under this Bond shall be subject to the advance written approval of the Owner. Within thirty (30) days after Surety's receipt of a written notice from Owner of the failure of performance of the Contract by the Principal, it shall be the duty of the Surety to give to the Owner a notice, in writing, of the Surety's election to (a) remedy the default(s) of the Principal promptly, or (b) arrange for performance of the Contract promptly by a contractor other than the Principal, time being of essence to this Bond. In said Notice of Election, the Surety shall state the date of commencement of its cure or remedy of the Principal's default(s) or its performance of the Contract. The Surety's obligations for cure or remedy, include but are not limited to: correction of defective work and completion of the Contract, additional legal, design professional and delay costs arising from Surety's actions or failure to act; and liquidated damages (or if no liquidated damages are specified in the Contract, actual damages caused by delayed performance or non- performance by the Principal). The Surety shall give prompt written notice to the Owner upon completion of the cure or remedy of the Principal's default(s) of its performance of the Contract. If the Surety does issue its Notice of Election and does not proceed to cure or remedy the Principal's default(s) of its performance of the Work within thirty (30) days after receipt of a written notice from Owner, Surety shall be deemed to be in default on this bond, and the Owner shall be entitled to enforce any remedy available to Owner. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner named herein or the successors of Owner. Signed and sealed this 3RD Principal Raised Corporate Seal [MUST BE AFFIXED] Principal Raised Corporate Seal [MUST BE AFFIXED] NOTES: day of OCTOBER 1. Acknowledgments must be completed and returned as part of the bond. 2. Raised Corporate Seals are mandatory. 3. Please attach Power of Attorney. 20 11 CCL CONTRACTING, INC. (Contractor Name) By: (Seal) BRYAN LUSKY SECRETARY (Title) SAFECO INSURANCE COMPANY OF AMERICA (Surety Name) By: (Seal) MARK D. IATAROLA; ATTORNEY —IN —FACT 2 10-2567/50583 VED AS TO FORM JE cGRATH, City AttoMeY THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 4685734 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. H O Q d N Y d M_ = eo M V ID O O M �> O a�i ee M O Q L_ 60 d C L M d 0 C E ai W L '= > MC > d O Zv SAFECO INSURANCE COMPANY OF AMERICA SEATTLE, WASHINGTON POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Safeco Insurance Company of America (the "Company"), a Washington stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint JOHN G. MALONEY, HELEN MALONEY, MARK D. IATAROLA, DEBORAH D. DAVIS, ALL OFTHE CITY OF ESCONDIDO, STATE OF CALIFORNIA................................................................... ................................................................................................................................................................................................................................................................................. ................................................................................................................................................................................................................................................................................. each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding TWENTY FIVE MILLION AND 00/100**************************** DOLLARS ($ 25,000,000.0o**************************** ) each, and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following By-law and Authorization: ARTICLE IV - Officers: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitations .a as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, rn execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in- in fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and C executed, such instruments shall be as binding as if signed by the president and attested by the secretary. y O .JZ By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys -in -fact: _ to C Pursuant to Article IV, Section 12 of the By-laws, David M. Carey, Assistant Secretary of Safeco Insurance Company of America, is authorized to O appoint such attorneys -in -fact as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety u any and all undertakings, bonds, recognizances and other surety obligations. y W C That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. w Q. �o IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Safeco Insurance Company of America has been affixed thereto in Plymouth Meeting, Pennsylvania this 8th dayof July O 2011 C ° SAFECO INSURANCE COMPANY OF AMERICA e4 E a.ca rn c By C O David M. Carey, As6kant Secretary of COMMONWEALTH OF PENNSYLVANIA ss O = COUNTY OF MONTGOMERY d 'a On this 8th day of July 2011 before me, a Notary Public, personally came David M. Carev, to me known, and a> acknowledged that he is an Assistant Secretary of Safeco Insurance Company of America; that he knows the seal of said corporation; and that he > .0 executed the above Power of Attorney and affixed the corporate seal of Safeco Insurance Company of America thereto with the authority and at the s '0q direction of said corporation. aa? IN TESTIMONY WHERE O , .tav subscribed my name and affixed my notarial seal at Plymouth Meetin , Pennsylvania, on the day and year ; first above written. oyv C, �r raotella, sea€ O o r'eresa Paste!€a,'�etary Ptah€ic h P ymout" T,".; P inr. a. rnary ^,o;:nty By O OF My Cornmfs ziu.n Exp,bs'�ar.2e:2,013 Tere a Pastella, Notary Public 0 T CERTIFICATE c aP Member: Penny:van€a Assodv ion of -Wanes I, the undersigned, Vice 4co * Insurance Company of America, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct orce and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney is an Officer specially authorized by the chairman or the president to appoint attorneys -in -fact as provided in Article IV, Section 12 of the By-laws of Safeco Insurance Company of America. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Safeco Insurance Company of America at a meeting duly called and held on the 18th day of September, 2009. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds, 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 affixed the corporate seal of the said company, this 3RD day of OCTOBER 2011.�. c N r + +✓fF, le F ' less >' Gregory W. Davenport, Vice President CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No.5193 State of California County of SAN DIEGO On l r1l 1/7-11 before me, MICHELLE M. BASUIL, NOTARY PUBLIC personally appeared BRYAN LUSKY 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), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. EYp[t T MICHELLE M. BASUIL COMM. #1862575 = m► NOTARY PUBLIC-CALIFORNIA .. SAN DIEGO COUNTY My Comm. Exp. AUG 24, 2013 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 of Notary OPTIONAL SECTION THIS CERTIFICATE MUST BE ATTACHED TO TITLE OR TYPE OF DOCUMENT THE DOCUMENT DESCRIBED AT RIGHT: ® OPTIONAL SECTION l� CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document. ❑ INDIVIDUAL ® CORPORATE OFFICER(S) S ..R .TARY TITLE(S) PARTNER(S) ❑ LIMITED [:]GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) NUMBER OF PAGES DATE OF DOCUMENT Though the data requested here is not required by law, it could prevent fraudulent reattachment of this form. SIGNER(S) OTHER THAN NAMED ABOVE CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No.5193 State of California County of SAN DIEGO On 10/03/2011 before me, DEBORAH D. DAVIS, NOTARY PUBLIC personally appeared MARK D. IATAROLA 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), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the acted, executed the DEBORAH D. DAVIS "u � a COMM. #1929979 person(s) instrument. i�htic NOTARY PUBLIC-CALIFORNIA to tibae� SAN DIEGOCOUNTY N I certify under PENALTY OF PERJURY under the laws of My Comm. Exp. APRIL 21, 2015 the State of California that the foregoing paragraph is true and correct. THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: WITNESS my hand and official seal. Signature of Notary OPTIONAL SECTION TITLE OR TYPE OF DOCUMENT OPTIONAL SECTION CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document. ❑ INDIVIDUAL ❑ CORPORATE OFFICER(S) TITLE(S) PARTNER(S) LIMITED r—jGENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER: SIGNER IS REPRESENTING: NAME OF PERSONS) OR ENTITY(IES) Though the data requested here is not required by law, it could prevent fraudulent reattachment of this form. NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE BOND NO. 6639089 CONSENT OF SURETY TO FINAL PAYMENT Conforms with the American Institute of Architects, AIA Document G707 TO OWNER: (Name and address) CITY OF HUNTINGTON BEACH 2000 MAIN STREET HUNTINGTON BEACH, CA 92648 PROJECT: 2010 DOWNTOWN WATERMAIN (Name and address) REPLACEMENT PROJECT, CONSTRUCTION CONTRACT 1361 OWNER ❑ ARCHITECT ❑ CONTRACTOR ❑ SURETY OTHER ❑ ARCHITECT'S PROJECT NO.: CONTRACTFOR: DOWNTOWN WATERMAIN REPLACEMENT CONTRACT DATED: September 10 2010 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (Insert name and address of Surety) SAFECO INSURANCE COMPANY OF AMERICA ATTN: SURETY CLAIMS DEPARTMENT, 1001 4TH AVENUE, SUITE 1700 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT I No.5193 State of California County of SAN DIEGO On 10/3/2011 before me, personally appeared DEBORAH D. DAVIS, NOTARY PUBLIC MARK D. IATAROLA 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), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the �DEBORAH D. DAVIS instrument. COMM. #1929979 o NOTARY PUBLIC-CALIFORNIA cn I certify under PENALTY OF PERJURY under the laws of SANDIE3000UNTY the State of California that the foregoing paragraph is �L:Fp R�"P My Comm. Exp. AFRIL 21, 2015 true and correct. THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Though the data requested here is not required by law, it could prevent fraudulent reattachment of this form. WITNESS my hand and official seal. Signature of Notary OPTIONAL SECTION TITLE OR TYPE OF DOCUMENT OPTIONAL SECTION CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document. ❑ INDIVIDUAL ❑ CORPORATE OFFICER(S) TITLE(S) [:]PARTNER (S) ❑ LIMITED ❑ GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR [] OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE S-2134/GEEF 10/01 FRP THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 4685735 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. SAFECO INSURANCE COMPANY OF AMERICA SEATTLE, WASHINGTON POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Safeco Insurance Company of America (the "Company"), a Washington stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint JOHN G. MALONEY, HELEN MALONEY, MARK D. IATAROLA, DEBORAH D. DAVIS, ALL OF THE CITY OF ESCONDIDO, STATE OF CALIFORNIA................................................................... ................................................................................................................................................................................................................................................................................. , each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding TWENTY FIVE MILLION AND 00/100**************************** DOLLARS ($ 25,000,000.00****************'*********** ) each, and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following By-law and Authorization: ARTICLE IV- Officers: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitations as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in - fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and executed, such instruments shall be as binding as if signed by the president and attested by the secretary. By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys -in -fact: Pursuant to Article IV, Section 12 of the By-laws, David M. Carey, Assistant Secretary of Safeco Insurance Company of America, is authorized to appoint such attorneys -in -fact as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Safeco Insurance Company of America has been affixed thereto in Plymouth Meeting, Pennsylvania this 8th dayof July 2011 r:u4 SAFECO INSURANCE COMPANY OF AMERICA 73 By David M. Carey, A rstant Secretary COMMONWEALTH OF PENNSYLVANIA ss COUNTY OF MONTGOMERY On this 8th day of July 2011 , before me, a Notary Public, personally came David M. Care v, to me known, and acknowledged that he is an Assistant Secretary of Safeco Insurance Company of America; that he knows the seal of said corporation; and that he executed the above Power of Attorney and affixed the corporate seal of Safeco Insurance Company of America thereto with the authority and at the direction of said corporation. IN TESTIMONY WHEREO , vp subscribed my name and affixed my notarial seal at Plymouth Meetin , Pennsylvania, on the day and year first above written. q ON >/ --- �l a'S wb Teresa ?FS3YCb, tietarr f'ubk By Two.: P4o-taomery co'. OF Illy com of s3on exQr:es ZAar. 28:2,113 Tere a Pastella, Notary Public CERTIFICATE iR:rar,I7E!1EEo.'anizzAsEu;i ^rT ^^ LNG' �G 1, the undersigned, Vice Insurance Company of America, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct cop , ' orce and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney is an Officer specially authorized by the chairman or the president to appoint attorneys -in -fact as provided in Article IV, Section 12 of the By-laws of Safeco Insurance Company of America. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Safeco Insurance Company of America at a meeting duly called and held on the 18th day of September, 2009. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with sEarety bonds, 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 affixed the corporate seal of the said company, this 3RD day of OCTOBER 2011. Ur =,h F. rss� Gregory W. Davenport,, Vice President U) U) d C .y O ,,,-,-.�... -f "".,_ ..y_..-- . ..,,- a H k•�.rr._r, gym,..,.,..—ors.-.w..- ..<��w��"�.•- .-��.-..,1^.:. - ..-...�,•.-..... �,,... � ..-,..�,.,N-.:.r�^-._.._,...w+.,..v`�,....f,.-..,,.�..,�w�.�....�.s•..r^w-�-<:� w-...-..••' i �. (1 In_RECEIVED BY4F:� (Name) `�,,� (Date) t I Ih � FAII9,59WAT, wail TO: Shari Freide/nrich, City Treasurer FROM: DATE: SUBJECT: Bond Acceptance have received the bonds for 'YJ Faithful Performance Bond No. Labor and Material Bond No Monument Bond No. Maintenance Bond No. Guarantee and Warranty Bond No. Re: Tract No. CC No. MSC No. Approved (Council Approval Date) f (Company Name) U ly Agenda Item No. City Clerk Vault No. 4 Ly CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office after signing/dating #27 g1followup/bondlefter.doc CITY FUNDED CONSTRUCTION CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND G C. L. CUWiP-A-c-P kl . , -'a-) r . FOR P 710-� t CT- - c. c- 3 G TABLE OF CONTENTS Page No. 1. STATE OF WORK; ACCEPTANCE OF RISK 1 2. ACCEPTANCE OF CONDITIONS OF WORK; PLANS 2 3. COMPENSATION 4 4. COMMENCEMENT OF PROJECT 4 5. TIME OF THE ESSENCE 4 6. CHANGES 5 7. NOTICE TO PROCEED 6 8. BONDS 6 9. WARRANTIES 7 10. INDEPENDENT CONTRACTOR 7 11. LIQUIDATED DAMAGES/DELAYS 7 12. DIFFERING SITE CONDITIONS 9 13. VARIATIONS IN ESTIMATED QUANTITIES 10 14. PROGRESS PAYMENTS 11 15. WITHHELD CONTRACT FUNDS, SUBSTITUTION OF SECURITIES 11 16. AFFIDAVITS OF SATISFACTION OF CLAIMS 12 17. WAIVER OF CLAIMS 12 18. INDEMNIFICATION, DEFENSE, HOLD HARMLESS 12 19. WORKERS' COMPENSATION INSURANCE 13 20. INSURANCE 14 21. CERTIFICATES OF INSURANCE; ADDITIONAL INSURED 14 22. NOTICE OF THIRD PARTY CLAIM 15 23. DEFAULT & TERMINATION 16 24. TERMINATION FOR CONVENIENCE 16 25. DISPOSITION OF PLANS, ESTIMATES AND OTHER 17 26. NON -ASSIGNABILITY 17 27. CITY EMPLOYEES AND OFFICIALS 17 28. STOP NOTICES 17 29. NOTICES 18 30. SECTION HEADINGS 18 31. IMMIGRATION 19 32. LEGAL SERVICES SUBCONTRACTING PROHIBITED 19 33. ATTORNEY'S FEES 19 34 INTERPRETATION OF THIS AGREEMENT 19 35. GOVERNING LAW 20 36. DUPLICATE ORIGINAL 21 37. CONSENT 21 38. SURVIVAL 21 39. MODIFICATION 21 40. SIGNATORIES 21 41. ENTIRETY 21 CITY FUNDED CONSTRUCTION CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND FOR 201 u U) A--MLf f� 1 rd D�ca tax►^-4 ^ter- i�Q u 4 c cc--136 ( THIS AGREEMENT ("Agreement") made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as "CITY," and CC L CaM r-� &16e ? -1-- /-) C_ , a California (fc)R-P on-A-Tj d ,.j , hereinafter referred to as "CONTRACTOR." WHEREAS, CITY has solicited bids for a public works project, hereinafter referred to as "PROJECT," more fully described as. 2 o t o 4Tc fled ---1 :� -ZG i LG -13 ( in the City of Huntington Beach; and CONTRACTOR has been selected to perform said services, NOW, THEREFORE, in consideration of the promises and agreements hereinafter made and exchanged, the parties covenant and agree as follows: 1. STATEMENT OF WORK; ACCEPTANCE OF RISK CONTRACTOR shall complete and construct the PROJECT pursuant to this Agreement and the Contract Documents (as hereinafter defined) and furnish, at its own cost and expense, all labor, plans, tools, equipment, supplies, transportation, utilities and all other items, services and facilities necessary to complete and construct the PROJECT in a good and workmanlike manner. CONTRACTOR agrees to fully assume the risk of all loss or damage arising out of the nature of the PROJECT, during its progress or prior to acceptance by CITY, from the action of the elements, from any unforeseen difficulties which may arise or g/agree/surfnet/cityconst 1 of 22 5/10 be encountered in the prosecution of work, and for all other risks of any description in connection with the work, including, but not limited to, all expenses incurred by or in consequence of the suspension or discontinuance of work,, except such as are herein expressly stipulated to be borne by CITY, and for well and faithfully completing the work within the stipulated time and in the manner shown and described in this Agreement, and in accordance with the requirements of CITY for the compensation set forth in the accepted bid proposal. 2. ACCEPTANCE OF CONDITIONS OF WORK; PLANS AND SPECIFICATIONS CONTRACTOR acknowledges that it is fully familiar with all the terms, conditions and obligations of this Agreement and the Contract Documents (as defined below in this Section), the location of the job site, and the conditions under which the work is to be performed, and that it enters into this Agreement based upon its thorough investigation of all such matters and is relying in no way upon any opinions or representations of CITY. It is agreed that the Contract Documents are incorporated into this Agreement by this reference, with the same force and effect as if the same were set forth at length herein, and that CONTRACTOR and its subcontractors, if any, shall be bound by the Contract Documents insofar as they relate in part or in any way, directly or indirectly, to the work covered by this Agreement. "Contract Documents" as defined herein mean and include: A. This Agreement; B. Bonds covering the work herein agreed upon; g/agree/surfnet/cityconst 2 of 22 5110 C. The CITY's standard Plans and Specifications and special contractual provisions, including those on file in the office of the Director of Public Works of CITY and adopted by the City Council, and any revisions, amendments or addenda thereto; D. The current edition of Standard Specifications for Public Works Construction, published by Builders' News, Inc., 10801 National Boulevard, Los Angeles, CA 90064, and all amendments thereto, written and promulgated by the Southern California chapter of the American Public Works Association and the Southern California District Associated General Contractors of the California Joint Cooperative Committee; E. Bid documents including the Notice Inviting, Bids, the Special Instructions to Bidders and the CONTRACTOR's proposal, (which is attached hereto as Exhibit "A" and incorporated herein by this reference); F. The particular Plans, Specifications, Special Provisions and Addenda applicable to the PROJECT. Anything mentioned in the Specifications and not indicated in the Plans or indicated in the Plans and not mentioned in the Specifications, shall be of like effect as if indicated and mentioned in both. In case of a discrepancy between any Plans, Specifications, Special provisions, or Addenda, the matter shall be immediately submitted by CONTRACTOR to the Department of Public Works of CITY (hereinafter referred to as g/agree/surfnet/cityconst 3 of 22 5/ 10 "DPW"), and CONTRACTOR shall not attempt to resolve or adjust the discrepancy without the decision of DPW, save only at its own risk and expense. Should there be any conflict between the terms of this Agreement and the bid or proposal of CONTRACTOR, then this Agreement shall control and nothing herein shall be considered as an acceptance of the terms of the bid or proposal which is in conflict herewith. 3. COMPENSATION CITY agrees to pay and CONTRACTOR agrees to accept as full compensation for the faithful performance of this Agreement, subject to any additions or deductions made under the provisions of this Agreement or the Contract Documents, a sum OWE Mlla..lo4, S•1vL 64..-"0R-,0 F�aD 5�V4,vT� not to exceed 77*y Wv D, 1-11`-C µvNnzc.D A,-o v w rY " `N Dollars ($ l, as set forth in the Contract Documents, to be paid as provided in this Agreement. 4. COMMENCEMENT OF PROJECT CONTRACTOR agrees to commence the PROJECT within ten (10) working days after the Notice To Proceed is issued and diligently prosecute the PROJECT o,3c t4uUC)Z-co to completion within atisD F-1mwr"( an consecutiveW0QJL1Nb,Dft'` 5 from the day the Notice to Proceed is issued by DPW, excluding delays provided for in this Agreement. 5. TIME OF THE ESSENCE The parties hereto recognize and agree that time is of the essence in the performance of this Agreement and each and every provision of the Contract Documents. g/agree/surfnet/cityconst 4 of 22 5110 CONTRACTOR shall prepare and obtain approval as required by the Contract Documents for all shop drawings, details and samples, and do all other things necessary and incidental to the prosecution of its work in conformance with the progress schedule set forth in the Contract Documents. CONTRACTOR shall coordinate its work with the work of all other contractors, subcontractors, and CITY forces working on the PROJECT in a manner that will facilitate the efficient completion of the PROJECT and in accordance with the terms and provisions of this Agreement. CITY shall have complete control of the premises on which the work is to be performed and shall have the right to decide the time and order in which the various portions of the work shall be performed and the priority of the work of other contractors, subcontractors and CITY forces and, in general, all matters concerning the timely and orderly conduct of the work of CONTRACTOR on the premises. 6 CHANGES CONTRACTOR shall adhere strictly to the plans and specifications set forth in the Contract Documents unless a change therefrom is authorized in writing by DPW. CONTRACTOR agrees to make any and all changes, furnish materials and perform all work necessary within the scope of the PROJECT as DPW may require in writing. Under no condition shall CONTRACTOR make any changes without the prior written order or acceptance of DPW, and CITY shall not pay any extra charges made by CONTRACTOR that have not been agreed upon in writing by DPW. When directed to change the work, CONTRACTOR shall submit immediately to DPW a written cost proposal reflecting the effect of the change. Should DPW not agree to such cost proposal, the work shall be performed according to the g/agree/surfnet/cityconst 5 of 22 5110 changes ordered in writing by DPW and the proper cost thereof shall be negotiated by the parties upon cost and pricing data submitted by CONTRACTOR; thereupon, CITY will promptly issue an adjusted change order to CONTRACTOR and the contract price will be adjusted upward or downward accordingly. 7. NOTICE TO PROCEED No work, services, material, or equipment shall be performed or furnished under this Agreement unless and until a Notice to Proceed has been given to CONTRACTOR by CITY. CITY does not warrant that the work will be available on the date the Notice to Proceed is issued. In the event of a delay in commencement of the work due to unavailability of the job site, for any reason, relief to CONTRACTOR shall be limited to a time extension equal to the delay due to such unavailability. 8. BONDS Only bonds issued by California admitted sureties will be accepted. CONTRACTOR shall, prior to its performance of this Agreement, furnish the following two (2) bonds approved by the City Attorney: One in the amount of one hundred percent (100%) of the contract price to guarantee the CONTRACTOR's faithful performance of the work, and one in the amount of one hundred percent of the contract price to guarantee payment of all claims for labor and materials furnished. In addition, CONTRACTOR shall submit to CITY a bond in the amount of one hundred percent (100%) of the final contract price, including all change orders, to warrant such performance for a period of one (1) year after CITY's acceptance thereof within ten (10) days of filing of the Notice of Completion. g/agree/surfnet/cityconst 6 of 22 5110 9. WARRANTIES CONTRACTOR unconditionally guarantees all work done under this Agreement including, but not limited to, any workmanship, installation, fabrication, material or structural facilities constructed. CONTRACTOR, within ten (10) days after notice by CITY of any defect in the work, shall have the option to make appropriate repairs or replace the defective item or items. Upon expiration of such ten (10) day period, CITY may then make appropriate repair or replacement at CONTRACTOR's risk and own cost and expense. 10. INDEPENDENT CONTRACTOR It is understood and agreed that CONTRACTOR is, and shall be, acting at all times hereunder as an independent contractor and not an employee of CITY. CONTRACTOR shall secure at its own cost and expense, and be responsible for any and all payment of all taxes, social security, state disability insurance compensation, unemployment compensation and other payroll deductions for CONTRACTOR and its officers, agents and employees and all business licenses, if any, in connection with the PROJECT and/or the services performed hereunder. 11. LIQUIDATED DAMAGES/DELAYS It is agreed by the parties hereto that in case the total work called for hereunder is not in all parts and requirements finished or completed within the number of calendar days as set forth herein, damage will be sustained by CITY; and that it is, and would be, impractical and extremely difficult to ascertain and determine the actual damage which CITY would sustain in the event of and by reason of such delay. It is, therefore, agreed that CONTRACTOR will pay to CITY, as liquidated damages and not as a penalty, g/agree/surfnet/cityconst % of 22 5/10 the sum of P1 U t �U "'Ca" p Dollars ($ , � ) per day for each and every working day's delay in completing the work in excess of the number of working/calendar days set forth herein, which represents a reasonable endeavor by the parties hereto to estimate a fair compensation for the foreseeable damages CITY would sustain in the event of and by reason of such delay; and CONTRACTOR agrees to pay these damages herein provided, and further agrees that CITY may deduct the amount thereof from any monies due or that may become due to CONTRACTOR hereunder. CONTRACTOR will be granted an extension of time and will not be assessed damages for any portion of the delay in the completion of the work due to unforeseeable causes beyond the control and without the fault or negligence of CONTRACTOR, including, but not limited to, acts of God or of the public enemy, fire, floods, epidemics, quarantine restrictions, strikes, unsuitable weather, or delays of subcontractors due to such causes. CONTRACTOR shall, within fifteen (15) days from the beginning of any such delay (unless DPW shall grant a further period of time), notify DPW in writing of the cause of the delay and CITY shall extend the time for completing the work if, in its judgment, the findings of fact thereon justify the delay; and the decision of DPW shall be conclusive on the parties hereto. Should CONTRACTOR be delayed in the prosecution or completion of the work by the act, neglect or default of CITY, or should CONTRACTOR be delayed by waiting for materials required by this Agreement to be furnished by CITY, or by damage caused by fire or other casualty at the job site for which CONTRACTOR is not responsible, or by the combined action of the workers, in no way caused by or resulting g/agree/surfnet/cityconst 8 of 22 5110 from default or collusion on the part of CONTRACTOR, or in the event of a lockout by CITY, then the time herein fixed for the completion of the work shall be extended by the number of days CONTRACTOR has thus been delayed, but no allowance or extension shall be made unless a claim therefor is presented in writing to CITY within fifteen (15) days of the commencement of such delay. No claims for additional compensation or damages for delays, irrespective of the cause thereof, and including without limitation the furnishing of materials by CITY or delays by other contractors or subcontractors, will be allowed and an extension of time for completion shall be the sole remedy of CONTRACTOR. 12. DIFFERING SITE CONDITIONS A. Notice: CONTRACTOR shall promptly, and before such conditions are disturbed, notify DPW in writing of: (1) Subsurface or latent physical conditions at the job site differing materially from those indicated in this Agreement or the Contract Documents; or (2) Unknown physical conditions at the job site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent to work of the character to be performed under this Agreement. DPW shall promptly investigate the conditions and if it finds that such conditions do materially so differ and cause an increase or decrease in the time required for performance of any part of the work under this Agreement, whether or not changed as g/agree/surfnet/cityconst 9 of 22 5/10 a result of such conditions, an equitable adjustment shall be made and the agreement modified in writing accordingly. B. Time Extension: No claim of CONTRACTOR under this Section shall be allowed unless CONTRACTOR has given the notice required hereunder provided, however, the time prescribed therefor may be extended by CITY. 13. VARIATIONS IN ESTIMATED QUANTITIES The quantities listed in the bid schedule will not govern final payment. Payment to CONTRACTOR will be made only for the actual quantities of contract items used in construction of the PROJECT, in accordance with the plans and specifications. Upon completion of the PROJECT, if the actual quantities used are either more than or less than the quantities listed in the bid schedule, the bid price shall prevail subject to the provisions of this Section. DPW may, at its sole discretion, when warranted by the facts and circumstances, order an equitable adjustment, upwards or downwards, in payment to CONTRACTOR where the actual quantities used in construction of the PROJECT are in variation to the quantities listed in the bid schedule. No claim by CONTRACTOR for an equitable adjustment in price or time for completion shall be allowed if asserted after final payment under this Agreement. If the quantity variation is such as to cause an increase in the time necessary for completion, DPW shall ascertain the facts and circumstances and make such adjustment for extending the completion date as in its sole judgment the findings warrant. g/agree/surfnet/cityconst 10 of 22 5110 14. PROGRESS PAYMENTS Each month DPW will make an estimate in writing of the work performed by CONTRACTOR and the value thereof. From each progress estimate, ten percent (10%) will be deducted and retained by CITY and the remainder of the progress estimate, less the amount of all previous payments since commencement of the work, will be paid to CONTRACTOR. When CONTRACTOR has, in the judgment of DPW, faithfully executed fifty percent (50%) or more of the value of the work as determined from the bid schedule, and if DPW finds that satisfactory progress has been and is being made, CONTRACTOR may be paid such sum as will bring the payments of each month up to one hundred percent (100%) of the value of the work completed since the commencement of the PROJECT, as determined in its sole discretion by DPW, less all previous payments and less all previous retained amounts. CITY's final payment to CONTRACTOR, if unencumbered, or any part thereof unencumbered, shall be made thirty-five (35) days after the acceptance of the work and the filing of a Notice of Completion by CITY. Payments shall be made on demands drawn in the manner required by law, each payment to be accompanied by a certificate signed by DPW, affirming that the work for which payment is demanded has been performed in accordance with the terms of the Agreement and that the amount stated in the certificate is due under the terms of the Agreement. Partial payments on the contract price shall not be considered as a acceptance of any part of the work. 15. WITHHELD CONTRACT FUNDS, SUBSTITUTION OF SECURITIES At the request and at the sole cost and expense of CONTRACTOR, who shall retain beneficial ownership and receive interest, if any thereon, CITY shall permit the g/agree/surfnet/cityconst 11 of 22 5/10 substitution and deposit therewith of securities equivalent to the amount of any monies withheld by CITY to ensure performance under the terms of this Agreement. 16. AFFIDAVITS OF SATISFACTION OF CLAIMS After the completion of the work contemplated by this Agreement, CONTRACTOR shall file with DPW its affidavit stating that all workers and persons employed, all firms supplying materials and all subcontractors working upon the PROJECT have been paid in full and that there are no claims outstanding against the PROJECT for either labor or material, except certain items, if any, to be set forth in CONTRACTOR's affidavit covering disputed claims, or items in connection with Notices to Withhold, which have been filed under the provisions of the statutes of the State of California. 17. WAIVER OF CLAIMS The acceptance by CONTRACTOR of the payment of the final certificate shall constitute a waiver of all claims against CITY under or arising out of this Agreement. 18. INDEMNIFICATION. DEFENSE, HOLD HARMLESS CONTRACTOR hereby agrees to protect, defend, indemnify and hold harmless CITY, its officers, elected or appointed officials, employees, agents, and volunteers from and against any and all, claims, damages, losses, expenses, judgments, demands defense costs, and consequential damage or liability of any kind or nature, however caused, including those resulting from death or injury to CONTRACTOR's employees and damage to CONTRACTOR's property, arising directly or indirectly out of the obligations or operations herein undertaken by CONTRACTOR, caused in whole or in part by any negligent act or omission of the CONTRACTOR, any subcontractors, anyone g/agree/surfnet/cityconst 12 of 22 5110 directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, including but not limited to concurrent active or passive negligence, except where caused by the active negligence, sole negligence, or willful misconduct of the CITY. CONTRACTOR will conduct all defense at its sole cost and expense and CITY shall approve selection of CONTRACTOR's counsel. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by CONTRACTOR. 19. WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE Pursuant to California Labor Code Section 1861, CONTRACTOR acknowledges awareness of Section 3700 et seq. of this Code, which requires every employer to be insured against liability for workers' compensation; CONTRACTOR covenants that it will comply with such provisions prior to commencing performance of the work hereunder. CONTRACTOR shall obtain and furnish to City workers' compensation and employer's liability insurance in an amount of not less than the State statutory limits. CONTRACTOR shall require all subcontractors to provide such workers' compensation and employer's liability insurance for all of the subcontractors' employees. CONTRACTOR shall furnish to CITY a certificate of waiver of subrogation under the terms of the workers' compensation and employer's liability insurance and CONTRACTOR shall similarly require all subcontractors to waive subrogation. g/agree/surfnet/cityconst 13 of 22 5/10 20. INSURANCE In addition to the workers' compensation and employer's liability insurance and CONTRACTOR's covenant to defend, hold harmless and indemnify CITY, CONTRACTOR shall obtain and furnish to CITY, a policy of general public liability insurance, including motor vehicle coverage covering the PROJECT. This policy shall indemnify CONTRACTOR, its officers, employees and agents while acting within the scope of their duties, against any and all claims arising out or in connection with the PROJECT, and shall provide coverage in not less than the following amount: combined single limit bodily injury and property damage, including products/completed operations liability and blanket contractual liability, of One Million Dollars ($1,000,000) per occurrence. If coverage is provided under a form which includes a designated general aggregate limit, the aggregate limit must be no less than One Million Dollars ($1,000,000) for this PROJECT. This policy shall name CITY, its officers, elected or appointed officials, employees, agents, and volunteers as Additional Insureds, and shall specifically provide that any other insurance coverage which may be applicable to the PROJECT shall be deemed excess coverage and that CONTRACTOR's insurance shall be primary. Under no circumstances shall said above -mentioned insurance contain a self - insured retention without the express written consent of CITY; however an insurance policy "deductible" of $5,000.00 is permitted. 21. CERTIFICATES OF INSURANCE, ADDITIONAL INSURED ENDORSEMENTS Prior to commencing performance of the work hereunder, CONTRACTOR shall furnish to CITY certificates of insurance subject to approval of the City Attorney g/agree/surfnet/cityconst 14 of 22 5110 evidencing the foregoing insurance coverages as required by this Agreement; the certificates shall: 1. provide the name and policy number of each carrier and policy; 2. state that the policy is currently in force; and 3. promise to provide that such policies will not be canceled or modified without thirty (30) days' prior written notice of CITY. CONTRACTOR shall maintain the foregoing insurance coverages in force until the work under this Agreement is fully completed and accepted by CITY. The requirement for carrying the foregoing insurance coverages shall not derogate from the CONTRACTOR's defense, hold harmless and indemnification obligations as set forth under this Agreement. CITY or its representative shall at all times have the right to demand the original or a copy of all the policies of insurance. CONTRACTOR shall pay, in a prompt and timely manner, the premiums on all insurance hereinabove required. CONTRACTOR shall provide a separate copy of the additional insured endorsement to each of CONTRACTOR's insurance policies, naming CITY, its officers, elected and appointed officials, employees, agents and volunteers as Additional Insureds, to the City Attorney for approval prior to any payment hereunder. 22. NOTICE OF THIRD PARTY CLAIM Pursuant to Public Contracts Code §9202, CITY shall provide notice to CONTRACTOR of receipt of any claim filed with CITY or a court of competent jurisdiction which arises out of performance of this agreement within ten (10) days of receipt of such claim or claims. g/agree/surfnet/cityconst 15 of 22 5/10 23. DEFAULT AND TERMINATION If CONTRACTOR fails or refuses to prosecute the work hereunder with diligence, or fails to complete the work within the time specified, or is adjudged bankrupt or makes an assignment for the benefit of creditors or becomes insolvent, or violates any provision of this Agreement or the Contract Documents, CITY may give CONTRACTOR notice in writing of its intention to terminate this Agreement. Unless the violation is cured within ten (10) days after such Notice of Intention has been served on CONTRACTOR, CITY may, without prejudice to any other remedy it may have, terminate this Agreement upon the expiration of that time. Upon such default by CONTRACTOR, CITY may elect not to terminate this Agreement; in such event CITY may make good the deficiency in which the default consists and deduct the resulting costs from the progress payments then or to become due to CONTRACTOR. If it is subsequently determined by a court of competent jurisdiction that CITY's termination of this Agreement under this Section was wrongful, such termination shall be converted to a termination for convenience under Section 24 and any damages shall be assessed as set forth in Section 24. 24. TERMINATION FOR CONVENIENCE CITY may terminate this Agreement for convenience at any time with or without cause, and whether or not PROJECT is fully complete upon seven (7) calendar days written notice to CONTRACTOR. In the event of termination, under this Section CITY shall pay CONTRACTOR for value of work in place on the PROJECT through the termination period less all such payments already made. In case of such termination for convenience, the CONTRACTOR shall be entitled to receive payment for work executed, g/agree/surfnet/cityconst 16 of 22 5/ 10 and costs incurred by reason of such termination. In no event shall CONTRACTOR be entitled to recover overhead, profit or CONTRACTOR's fee on work not performed. Such payment by CITY shall be CONTRACTOR's sole and exclusive remedy for termination by CITY for its convenience and CITY shall have no further obligation to CONTRACTOR. 25. DISPOSITION OF PLANS, ESTIMATES AND OTHER DOCUMENTS CONTRACTOR agrees that upon completion of the work to be performed hereunder, or upon expiration or earlier termination of this Agreement, all original plans, specifications, drawings, reports, calculations, maps and other documents pertaining to this Agreement shall be delivered to CITY and become its sole property at no further cost. 26. NONASSIGNABILITY CONTRACTOR shall not sell, assign, transfer, convey or encumber this Agreement, or any part hereof, or any right or duty created herein, without the prior written consent of CITY and the surety. 27. CITY EMPLOYEES AND OFFICIALS CONTRACTOR shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY'. shall have any .financial interest in this Agreement in violation of the California Government Code. 28. STOP NOTICES; RECOVERY OF ADMINISTRATIVE COSTS CITY shall be entitled to all reasonable administrative costs and necessary disbursements arising out of the processing of Stop Notices, Notices to Withhold, or any similar legal document. This obligation shall be provided for in the labor and materials payment bond required of CONTRACTOR. CITY may charge an administrative fee of g/agree/surfnet/cityconst 17 of 22 5/10 One Hundred Dollars ($100) for every Stop Notice filed in excess of two (2), regardless of whether or not CITY is named in an action to enforce such stop notices. CITY may set off any unreimbursed cost or expense so incurred against any sum or sums owed by CITY to CONTRACTOR under this Agreement. 29. NOTICES Any notices, certificates, or other communications hereunder shall be given either by personal delivery to CONTRACTOR's agent (as designated in Section 1 hereinabove) or to CITY as the situation shall warrant, or by enclosing the same in a sealed envelope, postage prepaid, and depositing the same in the United States Postal Service, to the addresses specified below; provided that CITY and CONTRACTOR may designate different addresses to which subsequent notices, certificates or other communications will be sent by notifying the other party via personal delivery, reputable overnight carrier or U. S. certified mail -return receipt requested: TO CITY: City of Huntington Beach ATTN: Dypov t 2000 Main Street Huntington Beach, CA 92648 30. SECTION HEADINGS TO CONTRACTOR: CC L C-0 1-4 L ,i Ig36 DoN Ls t EScriw91 oo CA, 9'2o2-9' The titles, captions, section, paragraph and subject headings, and descriptive phrases at the beginning of the various sections in this Agreement are merely descriptive and are included solely for convenience of reference only and are not representative of maters included or excluded from such provisions, and do not interpret, g/agree/surfnet/cityconst 18 of 22 5110 define, limit or describe, or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement. 31. IMMIGRATION CONTRACTOR shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of United States Code Section 1324a regarding employment verification. 32. LEGAL SERVICES SUBCONTRACTING PROHIBITED CONTRACTOR and CITY agree that CITY is not liable for payment of any subcontractor work involving legal services, and that such legal services are expressly outside the scope of services contemplated hereunder. CONTRACTOR understands that pursuant to Huntington Beach City Charter Section 309, the City Attorney is the exclusive legal counsel for CITY; and CITY shall not be liable for payment of any legal services expenses incurred by CONTRACTOR. 33. ATTORNEY'S FEES In the event suit is brought by either party to construe, interpret and/or enforce the terms and/or provisions of this Agreement or to secure the performance hereof, each party shall bear its own attorney's fees, such that the prevailing party shall not be entitled to recover its attorney's fees from the non -prevailing party. 34. INTERPRETATION OF THIS AGREEMENT The language of all parts of this Agreement shall in all cases be construed as a whole, according to its fair meaning, and not strictly for or against any of the parties. If any provision of this Agreement is held by an arbitrator or court of competent g/agree/surfnet/cityconst 19 of 22 5110 jurisdiction to be unenforceable, void, illegal or invalid, such holding shall not invalidate or affect the remaining covenants and provisions of this Agreement. No covenant or provision shall be deemed dependent upon any other unless so expressly provided here. As used in this Agreement, the masculine or neuter gender and singular or plural number shall be deemed to include the other whenever the context so indicates or requires. Nothing contained herein shall be construed so as to require the commission of any act contrary to law, and wherever there is any conflict between any provision contained herein and any present or future statute, law, ordinance or regulation contrary to which the parties have no right to contract, then the latter shall prevail, and the provision of this Agreement which is hereby affected shall be curtailed and limited only to the extent necessary to bring it within the requirements of the law. 35. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of California. 36. DUPLICATE ORIGINAL The original of this Agreement and one or more copies hereto have been prepared and signed in counterparts as duplicate originals, each of which so executed shall, irrespective of the date of its execution and delivery, be deemed an original. Each duplicate original shall be deemed an original instrument as against any party who has signed it. g/agree/surfnet/cityconst 20 of 22 5110 37. CONSENT Where CITY's consent/approval is required under this Agreement, its consent/approval for one transaction or event shall not be deemed to be consent/approval to any subsequent occurrence of the same or any other transaction or event. 38. SURVIVAL Terms and conditions of this Agreement, which by their sense and context survive the expiration or termination of this Agreement shall so survive. 39. MODIFICATION No waiver or modification of any language in this Agreement shall be valid unless in writing and duly executed by both parties. 40. SIGNATORIES Each undersigned represents and warrants that its signature hereinbelow has the power, authority and right to bind their respective parties to each of the terms of this Agreement, and shall indemnify CITY fully for any injuries or damages to CITY in the event that such authority or power is not, in fact, held by the signatory or is withdrawn. 41. ENTIRETY The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arm's length negotiation, and that each has had the opportunity to consult with legal counsel prior to executing this Agreement. The parties also acknowledge and agree that no representations, inducements, promises, agreements or warranties, oral or otherwise, have been made by that party or anyone acting on that party's behalf, which are not embodied in this Agreement, and that that party has not executed this Agreement in reliance on any representation, inducement, g/agree/surfnet/cityconst 21 of 22 5110 promise, agreement, warranty, fact or circumstance not expressly set forth in this Agreement. This Agreement, and the attached Exhibit "A", contain the entire agreement between the parties respecting the subject matter of this Agreement, and supersede all prior understandings and agreements whether oral or in writing between the parties respecting the subject matter hereof. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers on LQ .V- Q � 20/0. CONTRACTOR By print name _ ITS: (circle one) Chairma PresidentNiice President AND By: 5r-4—� ,s rint name ITS: (circle o Secretary/ ief Financial Officer/Asst. Secretary - Treasurer CITY OF HUNTINGTON BEACH, a munici co oration of the State of California Mayory City Clerk ITIATED AND APPROVED: 0 ;��Directo�rub is Works REVIE D APPROVED: ty dministrator APPROVED AS TO FORM: f"L 2' r/ 7-10 /0 City Attorney �1 g/agree/surfnet/cityconst 22 of 22 5110 [a111RII1; [(*1F:-RJIr-P A1AL�f'V F'C)ISE ACI:Cf�JC�).i1LEL�C,f►.11Ef►JT State of California ) County of S,AN DIEGO ) On -7r Z(' 0 before me, MICtIELLE M, BASUIL, NOTARY xUBLIC personally appeared BRYAN LUSKY 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), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. .,�,� = _ I certify under PENALTY OF PERJURY under the laws of MICHELLE M. BASUIL the State of California that the foregoing paragraph is N '^> COMM. #1862575 —K true and correct. g = NOTARY PUBLIC-CAI.IFORNIA to SAN DIEGO COUNTY N WITNESS my hand and official seal. F My Comm. Up. AUG 24, 2013 Signature of Notary .s , , .d.:.. I "1 , x, I o . - OPTIONAL SECTION THIS CERTIFICATE MUST BE ATTACHED TO TITLE OR TYPE OF DOCUMENT THE DOCUMENT DESCRIBED AT RIGHT: Though the data requested here is not required by law, it could prevent fraudulent reattachment of this form. No. 5193 I� OPTIONAL SECTION 1 CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove Invaluable to persons relying on the document. ❑ INDIVIDUAL ® CORPORATE OFFICER(S) SECRETARY TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE CA,LIFOFNiA ALL-PURPOSE ACKMC7WLEDD Gf.1ENT No. 5193 State of California County of SAN DIEGO On 7 1"I before me, personally appeared MICHELLE M. BASUIL, NOTARY PUBLIC BRYAN LUSKY 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), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. ti� MICHELLE M. BASUIL N COMM. #1862575 _ NOTARY PUBUC-CAUFORNIA Zn SAN DIEGO COUNTY F My Comm. Exp. AUG 24, 2013 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 of Notary OPTIONAL SECTION THIS CERTIFICATE MUST BE ATTACHED TO TITLE OR TYPE OF DOCUMENT THE DOCUMENT DESCRIBED AT RIGHT: Though the data requested here is not required by law, it could prevent fraudulent reattachment of this form. OPTIONAL SECTION, CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document. ❑ INDIVIDUAL ® CORPORATE OFFICER(S) SECRETARY TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE CALIFORNIA ALL-PURPOSE ACIiNOO1'JLED•Grv1ENT No. 5193 State of California ) County of SAN DIEGO ) On 7/6/2010 before me, MICHELLE M. BASUIL, NOTARY PUBLIC personally appeared MARK D . IATAROLA 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), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of EyNEt MICHELLE M. BASUIL the State of California that the foregoing paragraph is COMM. #1862575 NOTARY PUBLIC-CAUFORNIA true and correct. SAN DIEGO COUNTY F My Comm. Exp. AUG 24, 2013 WITNESS my hand and official seal. Signature of Notary OPTIONAL SECTION THIS CERTIFICATE MUST BE ATTACHED TO TITLE OR TYPE OF DOCUMENT THE DOCUMENT DESCRIBED AT RIGHT: Though the data requested here is not required by law, it could prevent fraudulent reattachment of this form. OPTIONAL SECTION, CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document. ❑ INDIVIDUAL [:]CORPORATE OFFICER(S) TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE t ALi=O'Iwi,•; ALL-PURPOSE ACKNOWLEDGMENT No. 5193 State of California ) County of SAN DIEGO ) On /_70before me, MICHELLE M. BASUIL, NOTARY PUBLIC personally appeared BRYAN LUSKY 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), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. MICHELLE M. BASUIL COMM. #1862575 z m o NOTARY PUBLIC•CAUFORNIA CID SAN DIEGO COUNTY ry F A�(Ay Comm Exp. AUG 2I 2013 THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Though the data requested here is not required by law, it could prevent fraudulent reattachment of this form. 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. � J Signature of Notary OPTIONAL SECTION CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document. ❑ INDIVIDUAL ® CORPORATE OFFICER(S) SECRETARY TITLES) ❑ PARTNER(S) ❑ LIMITED [:]GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) [:]GUARD IAN/CONSERVATOR " - ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) ----.--, OPTIONAL SECTION . TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE SECTION C for the CONSTRUCTION OF 2010 Downtown Water Main Replacement Project CASH CONTRACT No. 1361 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids, the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The fist Notice to Proceed will be issued for materials procurement. After undersigned submits proof of materials procurement and a detailed construction schedule to AGENCY, and after AGENCY issues a written approval of undersigned's construction schedule, AGENCY will then issue a 2°d Notice to Proceed to the undersigned to commence immediately with the physical site work thereafter to be completed within a One Hundred and Eighty (180) working day Construction Period. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum' prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids C-1 and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find in the amount of $ �c% which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond", as the case may be). Bidder shall signify receipt of all Addenda here, if any: Addenda No.. Date Received Bidder's Si nature C-2 PROJECT BID SCHEDULE A Watermain Replacement Project, Alley Between 161h Street and 17th Street, from Pecan Avenue to Palm Avenue; from Olive Avenue to Orange Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS $ 9W 2. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on 1275 LF $ these plans, complete and in place. 3. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these ikC) plans, complete and in place. 1 LS $ $ 4. Remove and salvage existing fire hydrant including removing bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, and surface repair as shown on these plans, complete and in place. 3 EA $ $ LEI 5. Chlorination and testing of all new water mains and ���� appurtenances, complete and in place. 1 LS $ $ 6. Furnish traffic control, in accordance with the City of Huntington Beach requirements, complete and in place. 1 LS $ $ 7. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in �� accordance with these plans and as required by law. 1 LS $� $ 8. Furnish and install 6-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and „ "� 7 y in place. 1 EA $ $ C-3 PROJECT BID SCHEDULE A Watermain Replacement Project, Alley Between 16th Street and 17tb Street, from Pecan Avenue to Palm Avenue; from Olive Avenue to Orange Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 9. Furnish and install 8-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and �`�� in place. 1 EA $��� $ 10. Furnish and install 12-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and EA 0 $ in place. 1 $ 11. Furnish and install new 1-inch polyethylene water service, including pipe fittings, valves and connection to existing %-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and �2' surfacer pair, completeand operative in place. 36 EA $ $7j3 12. Furnish and install new 1-inch polyethylene service, including pipe fittings, valves, and connection to existing 1-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and 22 EA �.�+� $�_ ,� art{ $ �- surface repair, complete and in place. i 13. Construct new fire hydrant assembly, including furnishing and installing new bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, and surface repair as shown on these plans, complete and 3 EA , $ in place. 14. Remove existing meter box 1 EA $ $ 15. Remove existing valve box and cover 1 EA $ "1Z 5C' C-4 PROJECT BID SCHEDULE A Watermain Replacement Project, Alley Between 16th Street and 17th Street, from Pecan Avenue to Palm Avenue; from Olive Avenue to Orange Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 16. Remodel existing sewer house connection laterals conflicting with proposed waterline, including, pipe, fittings, cleanout, and appurtenances, disposal of excessive earth material, imported pipe zone fill, and one sack slurry backfill, in accordance with the contract drawings. 16 EA $ �� ry $ � ! 1 17. Provide temporary water service 1 LS $ $l����'� 18. Remove and dispose of hydrocarbon contaminated soil OSHA City Huntington Beach 25 CY $ $ L500 per and of requirements. _ 19. Import soil 25 CY $3o $ 20. Conduct preconstruction survey of existing homes and street as required by the Contract Documents, including preparation and submission of all required 1 LS $ $ fVW re orts, videos and photographs complete. 21. Demobilization and Cleanup 1 LS $ S SO $ 150 61 Sub -Total Amount for All Bid Items — SCHEDULE A $ i q1 y C-s PROJECT DID SCHEDULE D Watermain Replacement Project, Alley Between 6th Street and 7th Street, from Orange Avenue to Acacia Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS $ 2. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these complete and in 785 LF lit plans, place. $ ILL: 3. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on thesey t t0 plans, complete and in place. 1 LS $ $ 4. Remove and salvage existing fire hydrant including removing bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, and surface repair as shown on these plans, complete and 1 EA $ ®Jk $ in place. 5. Construct new fire hydrant assembly, including furnishing and installing new bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, and surface repair as shown on these plans, complete and in 1 EA J�® C place. $�` $�� g. Chlorination and testing of all new water mains and 1 LS $ $ j✓�� appurtenances, complete and in place. 7. Furnish traffic control, in accordance with the City of 'J,', Huntington Beach requirements, complete and in 1 LS place. $,�� $ 8. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in, *J accordance with these plans and as required by law. 1 LS $`� $ C-6 PROJECT BID SCHEDULE B Watermain Replacement Project, Alley Between 6th Street and 7th Street, from Orange Avenue to Acacia Avenue ;: ; �17TIi11�►I�y Item No. Description Quantity Unit Unit Cost Total Cost 9. Furnish and install new 1-inch polyethylene water service, including pipe fittings, valves and connection to existing %-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and 30 EA $� $ surface repair, complete and operative in place. 10. Furnish and install new 1-inch polyethylene service, including pipe fittings, valves, and connection to existing 1-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and��� 13 EA $� surface repair, complete and in place. $ 11. Furnish and install new 2-inch polyethylene water service, including pipe, fittings, valves, connection to existing 1'/z-inch metering assembly abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and��` surface repair, complete and operative in place. 1 EA $ $ 12. Remodel existing sewer house connection laterals conflicting with proposed waterline, including, pipe, fittings, cleanout, and appurtenances, disposal of excessive earth material, imported pipe zone fill, and one sack slurry backfill, in accordance with the contract 7 EA $ $ Ia drawings. 13. Remove and dispose of existing 4-inch unknown including fittings, trench ; pipeline, pipe, excavation, and disposal of excess earth material, complete and in LF $ place. Bid Item is fully rejectable by the City. 785 $ 14. Furnish and install 8-inch 11 % degree elbow with q5v thrust block per City Standard 614. Bid Item is fully 4 EA $ , rejectable by the City. 15. Remove and dispose of hydrocarbon contaminated soil 20 CY $ goo $-' per OSHA and City of Huntington Beach requirements. .01 C-7 PROJECT BID SCHEDULE B Watermain Replacement Project, Alley Between 6th Street and 7th Street, from ®range Avenue to Acacia Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 16. Import soil 20 CY $ Conduct preconstruction survey of existing homes and 17. street as required by the Contract Documents, including preparation and submission of all required 1 LS 4LO 4q* reports, videos and photographs complete. $ $ 18. Demobilization and Cleanup 1 LS $ 0 Sub -Total Amount for All Bid Items — SCHEDULE B $ 3L� C-8 PROJECT BID SCHEDULE C Watermain Replacement Project, Alley Between Lake Street and Main Street, from Orange Avenue to 6th Street BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS $ 860 Q 1 $ 2. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on � these plans, complete and in place. 750 LF ��5 3. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these �,21 0�� plans, complete and in place. 1 LS $ $ 4. Provide temporary water service 1 LS $1��J` "� $ 5. Chlorination and testing of all new water mains and appurtenances, complete and in place. 1 LS $ $ 6. Furnish traffic control, in accordance with the City of Huntington Beach requirements, complete and in „ L�� place. 1 LS $ $ 7. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in �, accordance with these plans and as required by law. 1 LS $ L74 $?� 8. Furnish and install new 1-inch polyethylene water service, including pipe fittings, valves and connection to existing 3/-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and 24 EA surface repair, complete and operative in place. C-9 PROJECT BID SCHEDULE C Watermain Replacement Project, Alley Between Fake Street and Main Street, from ®range Avenue to 6th Street BID ITEMS g. Furnish and install new 1-inch polyethylene service, including pipe fittings, valves, and connection to existing 1-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and�,, ` surface repair, complete and in place. 1 EA $11 $ 10. Furnish and install new 2-inch polyethylene service, including pipe fittings, valves, and connection to existing 2-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and surface repair, complete and in place. 1 EA $� $ 11. Furnish and install new 4-inch fire service including pipe fittings, valves, and connection to existing 4-inch metering assembly, abandonment of existing line, removal of existing valve, trench excavation, disposal of excess earth material, pipe bedding, compaction, appurtenances, and surface repair, complete and in r•i� place. 1 EA $ $ 12. Remove existing valve box and cover 4 EA $ $ 13. Remove and salvage existing fire hydrant including removing bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, and surface repair as shown on these plans, complete and in 2 EA G-50 place. $'SV� $ 14. Construct new fire hydrant assembly, including furnishing and installing new bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, and surface repair as shown on these plans, complete and in 2 EA r place. $ $�V 15. Remove existing meter box 4 EA $ $ C-10 PROJECT BID SCHEDULE C Watermain Replacement Project, Alley Between Lake Street and Main Street, from Orange Avenue to 6th Street BID ITEMS 16. Furnish and install 6-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in 1 EA q 7 place. $3�'�`� $ 17. Furnish and install 8-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in place. 1 EA $ 18. Remove and dispose of hydrocarbon contaminated soil per OSHA and City of Huntington Beach 20 CY requirements. $ 19. Import soil 20 Cy $ $� 20. Conduct preconstruction survey of existing homes and street as required by the Contract Documents, including preparation and submission of all required 1 LS reports, videos and photographs complete. 21. Demobilization and Cleanup 1 LS $ $� Sub Amount for All Bid Items -Total — SCHEDULE C $ C-11 PROJECT BID SCHEDULED Watermain Replacement Project, Alley Between 13th Street and 14th Street, West of Main Street BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization $ $ 0:> 1 LS. 2. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these plans, complete and in place. 250 LF $ 3. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill,�,� appurtenances, and surface repair, as shown on these plans, complete and in place. 1 LS 4. Chlorination and testing of all new water mains and appurtenances, complete and in place. 1 LS 5. Furnish traffic control, in accordance with the City of $?; $ Huntington Beach requirements, complete and in place. 1 LS 6. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in accordance with $ 133 $ 133 these plans and as required by law. 1 LS 7. Furnish and install new 1-inch polyethylene water service, including pipe fittings, valves and connection to existing %-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and I $ $%' surface repair, complete and operative in place. 3 EA 8• Remove existing valve box and cover 1 EA $ gal $ C-12 PROJECT BID SCHEDULE D Watermain Replacement Project, Alley Between 13th Street and 14th Street, West of Main Street BID ITEMS Remodel existing sewer house connection laterals conflicting with proposed waterline, including, pipe, 9 fittings, cleanout, and appurtenances, disposal of excessive earth material, imported pipe zone fill, and one sack slurry backfill, in accordance with the contract® drawings. 3 EA $ 10. Remove and dispose of hydrocarbon contaminated soil $_ $ 500 per OSHA and City of Huntington Beach requirements. 5 CY 11. Import soil $ A $ '0® 5 CY Conduct preconstruction survey of existing homes and 12 street as required by the Contract Documents, including preparation and submission of all required reports, n-07 1 LS $` $ videos and photographs complete. 13. Demobilization and Cleanup $'Ii�J $ 1 LS Sub -Total Amount for All Bid Items — SCHEDULE D $ 56� 1 q L' C-13 PROJECT BID SCHEDULE E Watermain Replacement Project, Goldenwest Street, from Palm Avenue to Yorktown Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS $`� $� 2. Furnish and install 6-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these complete and in 7 LF plans, place. $ 3. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on Lill 1 these plans, complete and in place. 235 LF $ $ 4. Furnish and install 12-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these complete and in 360 LF / "d J4 P" plans, place. $ $ 5. Furnish and install 8-inch DI Class 350 watermain including all potholing, pipe valves, fittings, cathodic protection, polyethylene encasement, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these plans, complete and in 155 LF g� % place. $,,, $ 6. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these 1 LS �G plans, complete and in place. C-14 PROJECT BID SCHEDULE E Watermain Replacement Project, Goldenwest Street, from Palm Avenue to Yorktown Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 7. Remove existing valve box and cover 6 EA $ $ 8. Chlorination and testing of all new water mains and 550 appurtenances, complete and in place. 1 LS $ 9. Furnish Traffic Control Plans, and traffic control, in accordance with the City of Huntington Beach in requirements, complete and place. 1 LS 10. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in accordance with these plans and as required by law. 1 LS 11. Furnish and install 8-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in place. 2 EA 12. Furnish and install 12-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in ® I �� place. 2 EA $ $ 13. Furnish and install 16-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in ,12 g place. 1 EA $ $ 14. Remove and dispose of hydrocarbon contaminated soil per OSHA and City of Huntington Beach requirements. 20 Cy $ 0 $ 15. Import soil 20 CY $ L-5 $ ®R C-15 PROJECT BID SCHEDULE E Watermain Replacement Project, Goldenwest Street, from Palm Avenue to Yorktown Avenue BID ITEMS 16. Conduct preconstruction survey as required by the Contract Documents, including preparation and submission of all required reports, videos and 1 LS 14 411 hoto ra hs complete. $ $ 17. Demobilization and Cleanup 1 LS $ 50 $� Sub -Total Amount for All Bid Items — SCHEDULE E $ C-16 PROJECT BID SCHEDULE F Watermain Replacement Project, Alley Rehabilitation for All Sites BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Install AC 982 Tons is $ y $ Q 2. Install Aggregate Base (AB) 1875 Tons $ $ 3. Unclassified Excavation 1469 CY $ 5D' 4. Adjust Utility Cover 206 EA $ ±00 5. Adjust Water Cover 18 EA $ C, $ 5 6. Adjust Sewer/Storm Drain Manholes 9 EA $ `% x` $ c 7. Remove/Construct Concrete Sidewalk 120 SF $ /S $ 8. Remove/Construct Concrete V-Ditch 10666 SF $ 9. Remove/Construct Concrete Drive Approach including adjacent gutter 2715 SIF 4c, $ $ 19. 60 Sub -Total Amount for All Bid Items — SCHEDULE F $ ` (1,7 / PROJECT BID SCHEDULE G Watermain Replacement Project, Sewer Work for All Sites BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Remove and replace existing sewer lateral sweep from to City R/W. 12 EA �. $' Vso $ i� chimney 2. Slipline existing chimney per City Std. 517 and remove and replace sewer lateral sweep from chimney to City RM. 31 EA $1bov $4ri 0 Sub -Total Amount for All Bid Items — SCHEDULE G $ qQ-Q C-18 PROJECT BID SCHEDULE TOTALS CC-1361 WATERMAIN REPLACEMENT PROJECT el Sub-Total Bid Schedule A nl,411T Sub -Total Bid Schedule B i(o/ 3 4 5 Sub -Total Bid Schedule C 1171 3 Sub -Total Bid Schedule D 5��, I6 Sub -Total Bid Schedule E # Z 73q 2-Uo Sub -Total Bid Schedule F qq 7; 9 Sub -Total Bid Schedule G T TOTAL BID AMOUNT, BASIS OF AWARD (Schedules A-G) TOTAL BID AMOUNT IN WORDS: Oru All extensions of unit prices will be subjdct to verification by Owner. In case of a verification between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-19 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor. Portion of Work Name and Address of Subcontractor ' ` State Licensee- Number Class F 16 LP r.d a-4— LZ CA Gi n6o lq Ave, DV` e By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-20 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of Orange ,f7rLjPd �� , being first duly sworn, deposes 4nd says tha Der she is 1 of LYOG1° CbA1TA.-i-?"1A 1 the party making the foregoing bid th t the bid is not made in the interest of, or on the 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, or 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 fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Name of Bidder Z15 Signat{* of BidUe I' m &y `k Address of Bidder 15FPZ-7 Subscribed and sworn to before me this I I- day of J"'-7 , 2010. NOTARY PUBLIC NOTARY SEAL C-21 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the 2010 Downtown Water Main Replacement Project CASH CONTRACT No. 1361, (I)(av )(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary 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 promised 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. Date: 344 a Contractor By � Title C-22 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 14310.5, the Bidder shall complete, under penalty of perjury, the following questionnaire. 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 XNo If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-23 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date: 7/ Contractor By Title C-24 UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBER (To be completed only by the awarded Contractor prior to excavation) No excavation will be permitted until this form is completed and returned to the AGENCY. Section 4216/4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number, call Underground Service Alert at 1-800-422-4133 a minimum of two working days before scheduled excavation. Dig Alert Identification Number: Contractor - Zk By 0 L/ Title Date: )-I V V Note: This form is required for every Dig Alert Identification Number issued by U.S.A. during the course of the Work. Additional forms may be obtained from the AGENCY upon request. C-25 f BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: CC L a�J-rp-A crIM-) ItJL- Bidder Name M3 ON) LA-6 f kc-4rz Business Address a"Alel ou City, State Zip ) " 7,75SLT Telephone Number -7,-,:-fs&tq A State Contractor's License No. and Class L�,+ L)r Original Date Issued 3 i Expiration LL)s The work site was inspected by Pr �� of our office on , 2010. The following are persons, firms, and corporations having a principal interest in this proposal: C-26 The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. Company Name Signatur °af Bidder Printed or Typed Signature Subscribed and sworn to before me thisL day of J 0 L�-f , 2010. NOTARY PUBLIC NOTARY SEAL Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past two years: l . /oii rii 6 i-l—r L44 iup- h t 2. Name and Address of Public Agency x 3i�j Name and Telephone No. of Project Manager: d I�t ✓ j.� y - �� �j Contract Amount Type of Work Date Completed o e% eNt✓c-4 C/f$ -)".n /-,4. Name and Address of Public Agency Name and Telephone No. of Project Manager: s fir% Contract Amount Name and Address of Public Agency Type of Work % 7 &17 Date Completed Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed C-27 �� -.... .J',„vi`. b':sd!�„• .._ ��'')..'`af."'. '.�, tii;..s •^",ti s^w ^r;',i.`+ X,': 'I'll IS ISTO CYRTIFY111AT /� $„Pt /rY �.. M'.�+ R '/ 4 �i^i �r�• aid / .9. ,r �-i•i�,5-� 'F ����>� �^�i �: �' �rY��� HAS CUMPtYE3E THE PERINIA-LINFA PRODUCT INSTAHAT ION � (;'O'SV AS ANN INSTALLER FOR 111E PERMA-I-.ATERAL LINING SYSTEM. I'v$a$ r�l�F lre+v+e�we�w M"y+�wo.w-w 'NtAtN d.atVVt Th6 wtlflosto 14 prooto( the undersigned's Auperlor indnlrng accomplishment. The certificate holder is now an exclusive installer of the Perna-Lat ral Lining System. C crOBER 2002 JERK U HUBTfA • PRES{fAN a� �.` �� ��y N.Y , � „?+7:", ,7�.�;+,' `, Fes+ 4�'4� :.• .r - CIPP PIPE THICKNESS CALCULATIONS CITY OF HUNTINGTON BEACH WATERMAIN REPLACEMENT PROJECT - CIPP THICKNESS CALCULATIONS �2. Determine External Pressure on Pipe - Base equation: - - - -- -- ----- - qa (psi) = Yw * Hw + (Rw * Wc)/D + WI/D Where: We = vertical soil load = (Ys * H * D) ! 144 Modified equation qa (,psi) = Yw * Hw * 12in./ft. + (Rw * Ys * H) /144 + WI / (D * 12in./ft.) ------------------------ -------- i - - - - - — -- -- -- - - - ---- --------- .. where: Yw = Specific weight of water (lb/in ^3) Yw =; .0361 lb/in Hw = Height of water above pipe ft ----------------- Hw =' 7.00 ft Rw = Water Buoyancy Factor = 1-.33(Hw/H) Rw = 0.77 Ys = Soil Density (Ib/ft^3) Ys = 120 pcf H = Height of soil above pipe (ft) H =: 10 ;ft WI = Live load (lb/ft) WI = 64 !lb/ft D = Pipe Diameter (in.) D = 8 in Therefore: External Pressure on the pipe (qa) qa =t 10.11 psi Sancon Engineering, Inc. CIPP PIPE THICKNESS CALCULATIONS CITY OF HUNTINGTON BEACH WATERMAIN REPLACEMENT PROJECT - CIPP THICKNESS CALCULATIONS 1. Determine the loadina on the Dii)e usina the modified Marston Formula and the Boussinesq Formula ----- - ---- --------------- - ------------- ----------------- - --- ----------- --------- Base Equation: ----------- - ------------ - Total Load (Wtot) = W, + W, -- ----- - ----- - ------ - -------- Dead Load (Wc) = Cd w B, Bd (Marston Formula) - -- - ---------- - ------- Cd = loading coeficient --------------- ---------------- - --------- ---------- - Cd = 1 -e A (-2 * ku'* H/Bd) ------ ------- — ------- 2 ku' e 2.718 H = Height of soil above pipe j H = 10 ft ----- - ku'=. 130 ku' 0.13 w = soil density (psf) W = 120 pcf Be = diameter of pipe (in) Bc 8 --- ------- - l3d = trench width (ft) Bd 2.67 :ft - ---------- ------- - -- Cd ------- 2.40 Dead Load (W,) --- ---------- - - ----- Wc ---------- 510.99 lbs/ ft. ------ - -- --- Live load (WI) Cl P (I +1f) Cl = Live load coeficient (f ft) for Single Wheel Load) i C, P = wheel load (lb) P = 16000 lb If impact factor .766 -.133 H; 0 <=If<=.5) If 0.00 Therefore: Live Load (WI) is: 64.00 ' 1Ibs/ ft. - - - ------ -- 11 - - ------- - ----------- ------------- Therefore: Total Load (Wtot = We + WI) - - ----------- - - Wtot = 574.-99 ------ Ibs/ ft. Sancon Engineering, Inc. V CIPP PIPE THICKNESS CALCULATIONS CITY OF HUNTINGTON BEACH WATERMAIN REPLACEMENT PROJECT - CIPP THICKNESS CALCULATIONS DESIGN CALCULATIONS FOR 8-INCH CIPP LINER (BID SCHEDULE G, BID ITEM 2) CIPP Dimensions -- - ---------- -------- in Liner Diameter in. -- --- ----------- - ------- — --------- Liner Thickness (in.) 0. 177 in 4. 5, ri'irn ---------- Liner SDR 45.2 CIPP Phvsical Pronerties Initial Tensile Strength (psi) ------------- - 3000 psi Initial Flexural Modulus (psi) 4500 psi ---------- Initial Flexural Modulus of Elasticity (psi) 250,000 PSI Lon Term Modulus of Elasticity (psi) ----------- 125, 000 1 psi 150% Retention Existing Host Pipe Characteristics - - ---------- -- - ------- - ----- - ----- Existing pipe fully deteriorated Ovality - --------- % Soil Characteristics -- --------- 3 w = Soil density (pcf) 120 pcf Es Soil modulus (psi) psi Safety Factor (N) -------------- - ------------- --- - ----- -- H Max soil height over pipe ----- - ---- - - ------- -- ----------- ------- ---- ----- — Hw = Assumed heiaht of water above r)ir)e (ft) /A� Ito -j 6' 3 Mrn Sancon Engineering, Inc. S A F; E C ®® SAFECO Insurance Company PO Box 34526 Seattle, WA 98124-1526 BID BOND Conforms with The American Institute of Architects, A.I.A. Document No. A-310 KNOW ALL BY THESE PRESENTS, That we, CCL CONTRACTING, INC. as Principal, hereinafter called the Principal, and the SAFECO INSURANCE COMPANY OF AMERICA of 330 NORTH BRAND BOULEVARD, SUITE 500, GLENDALE, CA 91203 , a corporation duly organized under the laws of the State of Washington , as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF HUNTINGTON BEACH as Obligee, hereinafter called the Obligee, in the sum of TEN PERCENT OF GREATER AMOUNT BID ----------------------------------------------- Dollars ($ 10% ) , for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for 2010 DOWNTOWN WATER MAIN REPLACEMENT PROJECT, CASH CONTRACT NO. 1361 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond.or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 6TH day of July 2010 I CCL CONTRACTING, INC. (Seal) I Principal Witness { BY: 4— BRYAnOSKY&RETARY Title SAFECO �INSURANCE COMPANY OF AMERICA Witness By. V - JWk=k6- MARK D. IATAROLA, Attorney -in -Fact S-0054/SAEF 12/00 ® A registered trademark of SAFtGU Corporation FRP s ram•, POWER OF ATTORNEY Safeco Insurance Company of America General Insurance Company of America 1001 4th Avenue Suite 1700 Seattle, WA 98154 KNOW ALL BY THESE PRESENTS: No. $062 That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint *********HELEN MALONEY, JOHN G. MALONEY; MARK D. IATAROLA; KAREN JEAN HALL; MATTHEW C. GAYNOR; DEBORAH D. DAVIS; Escondido, its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 21 st day of March 1 2009 Dexter R. Legg Secretary Timothy A. Mikolajewski, Vice President CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE. COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power -of -attorney appointment, executed pursuant thereto, and (iii) Certifying that said power -of -attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Dexter R. Legg , Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect_ IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation 6TH - day of JULY 2010 this Y �,Cp4POl4R���Q SEAL Dx* g l Dexter R. Legg, Secretary S-0974/DS 3/09 WEB PDF CCL Contracting, Inc. 1938 Don Lee Place Escondido, CA 92029 2010 JUL 12 City of Huntington Beach 2000 Main Street • Huntington Beach, CA 92648 OFFICE OF THE CITY CLERIC JOAN L. FLYNN CITY CLERK September 27, 2010 C C L Contracting, Inc. 1938 Don Lee Place Escondido, CA 92029 Re: 2010 Downtown Water Main Replacement Project — CC-1361 The City Council awarded the bid to your company for the above referenced project. Enclosed is a copy of the executed contract with the City of Huntington Beach. A Certification of Compliance with Title VII of the Civil Rights Act, Certification of Compliance with Prevailing Wage Laws and Contractor's Certificate form must be returned to this office after the project is completed but prior to the release of retention funds. In addition, the following item must also be on file, with this office before the City can release any retention funds: A warranty bond guaranteeing the final amount of work and materials for one year. If your performance bond does not include specific wording for a one-year warranty, then a rider or separate bond must be submitted. Should you have any questions or concerns regarding the enclosures or items that must be on file in this office prior to release of retention funds, please call the Public Works Department at 536-5437. JF:pe Enclosures: Copy of Contract including Proposal Copies of insurance/bonds Contractor's Certificate Certificate of Compliances Bid Bond (original) Sister CitiC.f6uAojitahacgsld aA .wcNew Zealand ( Telephone: 714536-5227 ) Certification of Compliance with Title VH of the Civil Rights Act and Equal Employment Opportunity Act of 1972 To: City of Huntington Beach Department of Public Works 2000 Main Street/P.O. Box 190 Huntington Beach, CA 92648 Re: Certification of Compliance with Title VII of the Civil Rights Act and Equal Employment Opportunity Act of 1972 Contract: Project: The undersigned contractor on the above -referenced project ("Project") hereby certifies that it has complied with Title VII of the Civil Rights Act, the Equal Opportunity Act of 1972 and Executive Order 11246, and has not discriminated against any employee or applicant for employment because of race, creed, color, sex, national origin, age or disability. The undersigned contractor also certifies that it has not maintained any segregated facilities at its establishments on the basis of race, creed, color, sex, national origin, age or disability (with the exception of access for the disabled). I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed this _ day of 120 at , California_ ("Type Contractor Name) By: Name: [Type Name, M' Title: [Type Title] E , IE R A c7RNEX -J1J 3 - - up 245911 1 Certification of Compliance with Prevailing Wage Yaws To: City of Huntington Beach Department of Public Works 2000 Main Street/P.O. Box 190 Huntington Beach, CA 92648 Re: Certification of Compliance with Prevailing Wage Laws Contract: Project: The undersigned contractor on the above -referenced project ("Project') hereby certifies that all laborers, mechanics, apprentices, trainees, watchmen and guards employed by him or by any subcontractor performing work under the contract for the Project have been paid pursuant to the minimum wage and bona fide fringe benefit requirements specified for each particular classification of work, as set forth in the wage -rate determinations of the State of California, Department of Industrial Relations, and/or the United States Department of Labor. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed this day of , 20_, at (Type Contractor Name) By: Name: [Type Name] Title: [Type Title] California. _FU_S 03_ab.Mp 247542.i 1 1 CONTRACTOR'S CERTIFICATE state and certify that: (Name of Declarant) is the general contractor to the City of Huntington Beach ("City') on Contract No. (the "Contract') for the construction of the public work of improvement entitled: (the "Project'). 2. All work to be performed pursuant to the Contract has been completed in accordance with the Contract Documents (as such term is defined in the Contract). 3. Except for the claims listed.below and the disputed claims listed in paragraph five (5), all persons supplying labor, services, materials and equipment to the Project, including all claims against the Contractor arising from the performance of the Contract, have been paid and satisfied (list unpaid debts and claims; if none, write "NONE"): 4. Attached hereto are the lien waivers required by the Contract Documents, which lien waivers have been executed by all persons who performed work on or supplied labor, services, materials, and/or equipment for use at the Project. 5. Set forth below is a list of disputed claims or claims that are the subject of a Notice to Withhold filed pursuant to the Civil Code of the State of California (list all disputed claims; if none, write "NONE"): I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed at APPROVED AS TO FORM By: Name: [Type Name] Title: [Type Title] on this day of 120. (Signature of Declarant) 241914 1 1 RECEIVED BY: (Name) (Date) CITY CLERK RECEIPT COPY Return DUPLICATE to City Cleric's Office after signing/dating !qc TO: Sh ' Freidenrich, City Treasurer FROM: DATE: C� SUBJECT: Bond Acceptance have received the bonds for (Company Name) Faithful Performance Bond No. �ude / Labor and Material Bond No. Monument Bond No. Maintenance Bond No. Guarantee and Warranty Bond No. Re: Tract No. CC No. MSC No. Approved A-/ (Council Approval Date) Agenda Item No City Clerk Vault No. 4 - 1 l a0 •,rT #27 g:/followup/bondletter.doc Bond No. 6639089 PREMIUM: $16,426.00 PERFORMANCE BOND Premium Is For Contract Term And is Subject To Adjustment Based On Final Contract Price KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, City of Huntington Beach (hereinafter referred to as "City") has, by written agreement dated 20�, entered into a contract with CCL CONTRACTING, INC,, 1938 DON LEE PLACE, ESCONDIDO, CA 92029 (name and address of Contractor) (hereinafter referred to as "Principal"), for performance of the work described as follows: 2010 DOWNTOWN WATERMAIN REPLACEMENT PROJECT-. CONSTRUCTION CONTRACT 1361 (Project Title) WHEREAS, said contract, and all documents referenced therein (hereinafter collectively "Contract"), are incorporated herein by this reference made a part hereof as though set forth herein in full. WHEREAS, said Principal is required under the terms of the Contract to furnish a bond guaranteeing the prompt, full and faithful performance of said Contract. NOW THEREFORE, we, the undersigned, as Principal, and SAFECO INSURANCE COMPANY OF AMERICA, ATTN: SURETY CLAIMS DEPARTMENT, 1001 4TH AVENUE, SUITE 1700, SEATTLE, WA 98154 (name and address of Surety) (a duly admitted surety insurer under the laws of the State of California and hereinafter referred to as "Surety"), as Surety, are held and firmly bound unto City in the penal sum of ONE MILLION FIVE HUNDRED SIXTY SIX THOUSAND FIVE HUNDRED NINETY NINE AND NO/100 ----- Dollars ($ 1 " 5 6 6 , 5 99, 00 ), this amount being not less than one hundred percent of the price set forth in the Contract, in lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT if the Principal shall promptly, fully and faithfully perform each and all of the covenants, obligations and things to be done and performed by the Principal in strict accordance with the terms of the Contract as said contract may be altered, amended or modified from time to time; and if the Principal shall indemnify and save harmless City and all of City's officers, agents and employees (hereinafter collectively referred to as "Obligees") from any and all losses, liability and damages, claims, judgments, stop notices, fees and costs of every description, whether imposed by law or in equity, which may be incurred by the Obligees by reason of the failure or default on the part of the Principal in the performance of any or all of the terms or the obligations of the Contract, including all alterations, amendments and modifications thereto, and any warranties or guarantees required thereunder; then this obligation shall be void; otherwise, it shall be and shall remain in full force and effect. Surety stipulates and agrees, for value received, that no adjustment of the time or price in the Contract or any alteration, change, deletion, addition or other. modification to the Contract, or the work to be performed thereunder, shall in any way affect, limit, restrict, impair or release the obligations of the Surety under this Bond. Surety waives notice of any adjustment of contract time or contract price, and 277591.1 PERFORMANCE BOND Page i of 2 Bond No. 6639089 any other alteration, change, deletion, addition or other modification to the Contract, or the work to be performed thereunder, and agrees to automatically adjust the penal sum of this Bond to reflect such adjustments, alterations, changes, deletions, additions or other modifications. Surety agrees to provide written confirmation of such adjustments -in the penal sum to City on not less than a quarterly basis. Surety also waives the provisions of Civil Code §§ 2845 and 2849. The obligations of this Bond shall survive the completion of the work described in the Contract as to all obligations and liabilities of the Principal which survive completion of the work. IN WITNESS WHEREOF, each party represents and warrants that this instrument has been duly executed by Principal and Surety, on the date set forth below, that the name of each corporate party being affixed hereto is such party's proper legal name and that the individuals signing this instrument have been duly authorized pursuant to the authority of its governing body. Surety, by execution of this bond, waives any defense which Surety has or may have by reason of any failure of the Principal to execute or properly execute this bond. Dated: AUGUST 2, 2010 ATTEST CCL CONTRACTING INC. (Corporate Seal) (Principal Name) By: Name: BRYAN L S Y Title: SECRETARY ATTEST SAFECO INSURANCE COMPANY OF AMERICA (Corporate Seal) (Surety Name) By: 141a 0 Name: MARK D. IATAROLA, ATTORNEY -IN CT (Signature of Attomey-in-Fact for Surety) (Attach Attorney -in -Fact Certificate) ( - 5 956-4200 (Area Code & Telephone Number of Surety) APPROVED AS TO FORM: CITY E-MUNTINGTON BEACH / c By ennifer Mc ath �j1s1�6 ity Attorney Note: This bond must be executed in duplicate and dated, all signatures must be notarized, and evidence of the authority of any person signing as attome)�in-fact must be attached. znssi.i PERFORMANCE BOND Page 2 of 2 Safeco Insurance Company of America General Insurance Company of America -. Liberty POWER 1001 4th Avenue OF ATTORNEY Suite Seattle,e, 00 W98154 No. 8062 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint *********HELEN MALONEY; JOHN G. MALONEY; MARK D. IATAROLA; KAREN JEAN HALL; MATTHEW C. GAYNOR; DEBORAH D. DAVIS; Escondido, its true and lawful attorneys) -in -fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 21st day of March 1 2009 Dexter R. Legg, Secretary Timothy A. Mikolajewski, Vice President CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power -of -attorney appointment, executed pursuant thereto, and (iii) Certifying that said power -of -attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." 1, Dexter R. Legg , Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 2ND day of AUGUST 2010 E co, 1- SEAL SEAL �r x j Dexter R. Legg, Secretary away S-0974/DS 3/09 WEB PDF Bond No. 6639089 KNOW ALL PERSONS BY THESE PRESENTS that: WHEREAS, the City of Huntington Beach (hereinafter referred to as "City") has awarded to CCL CONTRACTING, INC., 1938 DON LEE PLACE, ESCONDIDO, CA 92029 (name and address of Contractor) (hereinafter referred to as «Principal"), a contract ("Contract") for the work described as follows: 2010 DOWNTOWN WATERMAIN REPLACEMENT PROJECT., CONSTRUCTION CONTRACT 1361 (project title) WHEREAS, Principal is required under the terms of the Contract and the California Civil Code to secure the payment of claims of laborers, mechanics, materialmen, and other persons as provided by law. NOW THEREFORE, we, the undersigned Principal, and SAFECO .INSURANCE COMPANY OF AMERICA, ATTN: SURETY CLAIMS DEPARTMENT, 1601 4TH AVENUE, SUITE 1700, SEATTLE, WA 98154 (name and address of Surety) (a duly admitted surety insurer under the laws of the State of California and hereinafter referred to as "Surety"), as Surety, are held and firmly bound unto City in the penal sum of ONE MILLION FIVE HUNDRED SIXTY SIX THOUSAND FIVE HUNDRED NINETY NINE AND NO 100--- -- dollars, ($1,566,599.00 ), this amount being not less than one hundred percent (100%) of the total price set forth in the Contract, in lawful money of the United States of America, for the payment of which sum, well and truly to be made, we bind ourselves, and each of our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the Principal, his, her, or its heirs, executors, administrators, successors or assigns, or subcontractors shall fail to pay any of the persons named in Section 3181 of the California Civil Code ("Claimants") for all labor, materials or services used or reasonably required for use in performance of the work described in the Contract, or any amounts due under the Unemployment Insurance Code with respect to work or labor performed by any such Claimant, or prevailing wages due and penalties incurred pursuant to Sections 1774, 1775, 1813 or 1815 of the Labor Code, or any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and Subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to the work or labor performed under the Contract, Surety will pay for the same, in an amount not exceeding the penal sum specified in this bond; otherwise, this obligation shall be null and void. This bond shall inure to the benefit of any of the persons named in Section 3181 of the California Civil Code so as to give a right of action to such persons or their assigns. In case any action is brought upon this bond, Surety further agrees to pay all court costs and a reasonable attorney's fee in an amount fixed by the court. Surety stipulates and agrees, for value received, that no change, extension of time, alteration, addition or modification to the terms of the Contract, or any contract document or any work to be performed thereunder, whether made after notice or not, shall in any way affect, impair or release the obligations of Surety under this bond. Surety hereby waives notice of any such change, znsmi PAYMENT BOND Page 1 of 2 6639089 Bond No. extension of time, alteration, addition, or modification to the terms of the Contract, the contract documents or the work thereunder. Surety also waives the provisions of California Civil Code §§ 2845 and 2849. IN WITNESS WHEROF, each party represents and warrants that this instrument has been duly executed by Principal and Surety, on the date set forth below, that the name of each corporate party being affixed hereto is such party's proper legal name and that the individuals signing this instrument have been duly authorized pursuant to the authority of its governing body. Surety, by execution of this bond, waives any defense which Surety has or may have by reason of any failure of the Principal to execute or properly execute this bond. Dated: AUGUST 2, 2010 ATTEST (Corporate Seal) CCL CONTRACTING, INC. (Principal Name) By: Name: BRYAN LTISV (TITLE) Its: SECRETARIV ATTEST (Corporate Seal) SAFECO INSURANCE COMPANY OF AMERICA (Surety Name) By: a . dzt�� Namek4ARK D . IATAROLA , ATTORNEY -IN FACT (Signature of Attomey-in-Fact for Surety) 8i 18 i 956-4200 (Attach Attorney -in -Fact Certificate) (Area Code & Telephone Number of Surety) APPROVED AS TO FORM: CITY OF HUNTINGTON BEACH By. nnifer Mc rath 1 1 iry Attorney 51! s%6b Note: This bond must be executed in duplicate and dated, all signatures must be notarized, and evidence of the authority of any person signing as attorney -in -fact must be attached. 2n589.1 PAYMENT BOND Page 2 of 2 - Li.%ty POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS: No. 8062 Safeco Insurance Company of America General Insurance Company of America 1001 4th Avenue Suite 1700 Seattle, WA 98154 That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint *********HELEN MALONEY; JOHN G. MALONEY, MARK D. IATAROLA; KAREN JEAN HALL; MATTHEW C. GAYNOR; DEBORAH D. DAVIS; Escondido, its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 21 st March 2009 day of Dexter R. Legg, Secretary Timothy A. Mikolajewski, Vice President CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power -of -attorney appointment, executed pursuant thereto, and (iii) Certifying that said power -of -attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Dexter R. Legg , Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this SEAL a�P I953 �. ``fit' waste./ 2ND day of AUGUST , 201.0 PIX-or a,l Dexter R. Legg, Secretary S-0974/DS 3109 WEB PDF AC®R®TM CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDNYYY) 9 15 2010 PRODUCER Phone: 619-849-3871 Fax: 619-699-2163 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Alliant Insurance Services, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 701 B Street, 6th Floor HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR San Diego CA 92101 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED CCL Contracting, Inc. 1938 Don Lee Place (Escondido CA 92029 COVFRAGFS INSURERA: INSURER B: INSURER C: INSURER D: 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR ADDT INSRD TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE DD1YY1 POLICY EXPIRATION DATE(MMIDDIYYI LIMITS A GENERAL LIABILITY C01166C451 12/7/2009 12/7/2010 EACHOCCURRENCE $ j 000 000 X COMMERCIAL GENERAL LIABILITY CLAIMS MADE R] OCCUR PREMI ETO-RENTED PREMISES Ea occurence $ 3 0 0 0 0 0 MED EXP (Any one person) $ 5 0 0 0 PERSONAL &ADV INJURY $ j 000 000 GENERAL AGGREGATE $ 2 0 0 Q 0 0 0 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2 0 0 Q 0 0 0 POLICY X PE LOC A AUTOMOBILE X LIABILITY ANY AUTO BA116 6 C4 51 12 / 7 / 2 0 0 9 12 / 7 / 2 010 COMBINED SINGLE LIMIT (Ea accident) $ 1, 000, 000 BODILYINJURY (Per person) $ ALLOWNEDAUTOS SCHEDULED AUTOS BODILY INJURY (Peraccident) $ X X HIREDAUTOS NON-OWNEDAUTOS ll A kl%F ® FO PROPERTYDAMAGE (Peraccident) $ A,T iV*� 'i A { g ity O/�r ey GARAGE LIABILITY iJ7 CCvv AUTO ONLY - EAACCIDENT $ OTHERTHAN EAACC $ ANYAUTO $ AUTO ONLY: AGG B EXCESS/UMBRELLA LIABILITY CUP 116 6 C4 51 12 / 7/ 2 0 0 9 12 / 7/ 2 010 EACH OCCURRENCE $ 4 0 0 0 0 0 0 X OCCUR CLAIMS MADE AGGREGATE $ 4 0 0 Q 0 0 0 $ DEDUCTIBLE $ X RETENTION $ j 0 0 0 0 B WORKERS COMPENSATION AND UB1944MO88-10 4/1/2010 4/1/2011 X I rNRY ,MIT X I TRY E.L. EACH ACCIDENT $ j 0 0 0 0 0 0 EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. DISEASE - EA EMPLOYEE $ j 0 0 Q 000 OFFICER/MEMBER EXCLUDED? Yes If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $ 1,000, 000 OTHER DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS E: CONSTRUCTION CONTRACT #1361, 2010 DOWNTOWN WATERMAIN REPLACEMENT PROJECT. . THE CITY OF HUNTINGTON BEACH, *ITS FFICERS, ELECTED OR APPOINTED OFFICIALS, EMPLOYEES, AGENTS AND VOLUNTEERS ARE INCLUDED AS ADDITIONAL INSURED PER THE ATTACHED ENDORSEMENTS. %,rK 11r 11.A1r rIVLUCR VANk r.LLAIIVNVj IJAY NU'I'10E P'UK NUNYAYMEN'1' SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER City of Huntington Beach* WILL XXXXXXXX XX MAIL 30* DAYS WRITTEN NOTICE TO THE 2000 Main Street, CERTIFICATE HOLDER NAMED TO THE LEFT, XXX XXXXXXX XX XX XX PO Box 190 XXXXX XXXXXX XX XXXXXXXXXX XX XXXXXXXXX XX XXX XXXX XXXX Huntington Beach CA 92648 XXX XXXXXXX, XXX XXXXXX XX XXXXXXXXXXXXXXX. AUTHORIZED m ACARI'] 25 /2001 /ORl TION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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 endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) POLICY NUMBER C01166C451 COMMERCIAL GENERAL LIABILITY ISSUE DATE: 09-15-10 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Names of Additional Insured Person(s) or Organization(s): City of Huntington Beach, its officers, elected or appointed officials, employees, agents and volunteers Location of Covered Operations: Construction Contract #1361 = 2010 Downtown Watermain Replacement Project (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 in- clude as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage", "personal injury' or "advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional Insured(s) at the location(s) desig- nated above. B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to "bodily injury" or "property damage" occurring, or "personal injury" or "advertising injury" arising out of an offense committed, after: 1. All work, including materials, parts or equip- ment furnished In connection with such work, on the project (other than service, mainte- nance or repairs) to be performed by or on behalf of the,additional insured(s) at the loca- tion of the covered operations has been com- pleted; or 2. That portion of "your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontrac- tor engaged in performing operations for a principal as a part of the same project. CG D3 6103 05 Copyright 2005 The St. Paul Travelers Companies, Inc. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc. with its permission, POLICY NUMBER: C01166C451 COMMERCIAL GENERAL LIABILITY ISSUE DATE: 09-1.5-10 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): City of Huntington Beach, its officers, elected or appointed officials, employees, agents and volunteers Description Of Completed Operations Construction Contract #1361 = 2010 Downtown Watermain Replacement Project Information required to complete this Schedule, if not shown above; will be shown in the Declarations. Section 11 — Who is An Insured is amended to in- clude as an additional insured the person(s) or or- ganizations) shown in the Schedule, but only with respect to liability for "bodily injury" or "property dam- age" caused, in whole or in part, by "your work" at the location designated and described in the schedule of this endorsement performed for that additional in- sured and included in the "products -completed opera- tions hazard". CG 20 37 07 04 0 150 Properties, Inc., 2004 Page 1 of 1 Council/Agency Meeting Held _Xd•��D�l� Deferred/Continued to *Appp qe ❑ Conditionally Approved ❑ Denied Council Meeting Date August 2 2010 CIA s Sig Department ID Number PW 10-047 CITY OF HUNTINGTON BEACH REQUEST FOR CITY COUNCIL ACTION SUBMITTED TO Honorable Mayor and City Council Members SUBMITTED BY Fred A Wilson City Administrator PREPARED BY Travis K Hopkins PE Director of Public Works SUBJECT Approve project plans and specifications and award construction contract in the amount of $1 570,599 to CCL Contracting Inc Escondido California, for the Water Main Replacement Project CC- 1361 and authorize execution and 15% in change orders Statement of Issue On July 12 2010 bids were opened for the Water Main Replacement Project CC-1361 Staff requests that the City Council award the contract to CCL Contracting Inc the lowest responsive and responsible bidder Financial Impact Funds for this project are available in Water Master Plan Fund Water Main Replacement Account No 50791006 82100 Recommended Action Motion to A) Approve the project plans and specifications for Water Main Replacement Project Various Locations Downtown, CC-1361 and B) Accept the lowest responsive and responsible bid submitted by CCL Contracting Inc in the amount of $1 570 599 and C) Authorize the Mayor and City Clerk to execute a construction contract in a form approved by the City Attorney and D) Authorize the Director of Public Works to approve up to fifteen percent (15%) in construction change orders Alternative Action(s) Reject all bids and provide staff with alternative direction -111- Item 7 - Page 1 REQUEST FOR COUNCIL ACTION MEETING DATE 8/2/2010 DEPARTMENT ID NUMBER PW 10-047 Analysis This water main replacement project addresses deficiencies in the water distribution system including replacing and abandoning aged pipe This is consistent with the City s 2005 Water Master Plan s recommendation to replace old cast iron mains in the downtown area The purpose of the project is to increase the efficiency and reliability of the water distribution system The project will install or replace approximately 3 900 linear feet of 8-inch and 12-inch diameter pipelines A complete set of plans and specifications are available for review at the Public Works counter Bids were opened publicly on July 12 2010 and are listed in ascending order BIDDER'S NAME BID AMOUNT BID AMOUNT CORRECTED Delmac Construction &Develo ment Inc $1 342 816 00 $1 342 816 00 (Non- Responsive Bidder CCL Contracting Inc $1,566,599 00 $1,570,599 00 (Lowest Responsive Bidder John T Malloy Inc $1 587 266 00 $1 587 266 00 J A Salazar Construction & Supply Corporation $1 598 356 49 $1 598 356 49 PEI $1 629 981 82 $1 629 981 82 Kana Pipeline Inc $1 647 000 00 $1 647 000 00 Cedro Construction Inc $1 691 30310 $1 691,303 10 Vido Artukovich & Sons Inc $1 730 207 00 $1 730 157 00 Dominguez General Engineering Inc $1 738 203 00 $1 738 203 00 Atlas Allied $1 799 055 00 $1 795 055 00 S C Valley Engineering Inc $1 907 354 80 $1 907,354 80 Blois Construction Inc $2 542 005 00 $2 542 005 00 Bid amounts were verified The lowest bid was submitted by Delmac Construction and Development Inc After review of their bid proposal Delmac was determined to be non- responsive since they did not meet the pipeline experience requirement listed in the project specifications As a result the second lowest bidder CCL Contracting Inc was determined to be the lowest responsive bidder The reference check for CCL Contracting, Inc provided acceptable responses from past clients The engineers cost estimate for this contract was $1 6 million which is slightly higher than the bid amount of $1 570 599 by CCL Contracting Inc With contingency supplemental expenses and expected staff costs the full project cost is estimated to be $2 050,000 Construction contingency is requested at 15 percent to address any unforeseen site conditions resulting in change orders Supplemental expenses are estimated at approximately 16 percent for soils and materials testing construction support services by consultant design engineer in-house inspection services and additional engineering support Public Works Commission Action The Public Works Commission reviewed and approved CC-1361 on May 19 2010 with a vote of 7-0-0 Item 7 - Page 2 -112- REQUEST FOR COUNCIL ACTION MEETING DATE 8/2/2010 DEPARTMENT ID NUMBER PW 10-047 Environmental Status The project consists of rehabilitation of existing City -owned facilities with little or no negligible expansion of an existing use The project is therefore categorically exempt from CEQA per Article 19, Section 15301 Strategic Plan Goal Maintain improve and obtain funding for infrastructure and equipment Attachment(s) -113- Item 7 - Page 3 Item 7 - Page 4 -114- IC I I Ii�r � --�P 7CT TO 5CA_E Water Main Replacement Project in Various Locations Downtown CC1361 -115- Item 7 - Page 5 CITY OF HUNTINGTON BEACH Watermain Replacement Project CC1361 BID DATE July 12, 2010 TIME 2 00 PM ENGINEER'S ESTIMATE $1 6 Million BID OPENING LIST No BIDDER'S NAND RID AMOUNT BID AMOUNT CORRECTED 1 Atlas Allied G� 2 Blois Construction Inc 3 BNB Engineering Inc 4 CCL Contracting Inc 5 Cedro Construction Inc 6 Charles King Co Inc ------ 7 Dangelo Co --- 8 Delmac Constructton & Development Inc 9 Dominguez General Engineering Inc�� _ 10 Garcia Juarez Construction 11 GCI Construction Inc 12 General Underground Fire Protection 13 J A Salazar Construction & Supply Corporation ��� .5��9%' 14 JDC-�/ 15 John T Malloy Inc 16 Kana Pipeline Inc 12li0 17 Ma ich Bros Inc 18 MG Enterprises 19 Orange County Winwater Works Company- 20 PEI -11� 21 Precision Engineering Surveyors Inc 22 Remedial Civil Constructors 23 S & J Supply Co Inc — 24 S C Valley Engineering Inc 25 Isavala Construction Co Inc 26 Tomovich & Associates 27 VCI Construction 28 j 7U1 d t°11W 30 31 32 33 34 35 H \Engineering Public Works\Andy Ferrigno\CC1361 Watermain Replacement\Bid List CC1361 �F-fL CC- /36/ DID DATE: Tam `o Engineer's Estimate: $ BLD LISP' BMDER'S NAkM RANK T OTAL BM "OUNT f 1 $ 2 S 3 _ S 4 $ 5 S 6 S 7 S 8 $ 9 $ 10 S 11 S 2010 JUL12 Ptl 2 00 E F 44 A � 33 C � a L� C4 ���^(i"v� r��,�-�.~�����(�''-bl.�'u�!-�i�Yj �►(YQ�»�p Q /0� SECTION A NOTICE INVITING SEALED BIDS for the Construction of 2010 Downtown Water Main Replacement Project CASH CONTRACT No 1361 in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH, as AGENCY invites sealed bids for the above stated projects and will receive such bids in the office of the City Clerk Second Floor 2000 Main Street Huntington Beach California 92648 up to the hour of 2 00 PM on July 12 2010 Bids will be publicly open in the Council Chambers unless otherwise posted Copies of the Plans Specifications and contract documents are available from the Office of the Director of Public Works, 2000 Main Street Huntington Beach, CA 92648 upon payment of a $80 00 nonrefundable fee if picked up, or payment of a $100 00 nonrefundable fee if mailed via U S Postal Service, FedEx, UPS or any other delivery service Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code Pursuant to the provisions of the Labor Code of the State of California the minimum prevailing rate of per diem wages for each craft classification or type of workman needed to execute the contract shall be those determined by the Director of Industrial Relations of the State of California, which are on file at the Office of the Director of Public Works 2000 Main Street Huntington Beach CA 92648 The AGENCY will deduct a 10% retention from all progress payments The Contractor may substitute an escrow holder surety of equal value to the retention in accordance with the provisions of the California Government Code Section 4590 The Contractor shall be beneficial owner of the surety and shall receive any interest thereon The AGENCY hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race, color national origin ancestry sex or religion in any consideration leading to the award of contract No bid shall be considered unless it is prepared on the approved Proposal forms in conformance with the Instructions to Bidders The bid must be accompanied by a certified check, cashier's check or bidder's bond made payable to the AGENCY for an amount no less than 10% of the amount bid The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractor's License Class at the time of the bid opening The successful Al Contractor and his subcontractors will be required to possess business licenses from the AGENCY Project Description The work generally includes the construction of approximately 3 820 lineal feet of 12-inch and 8 inch buried pipe within local streets and alleys in the Downtown area of the City of Huntington Beach The contract allows the Contractor a period of time to successfully procure materials required to construct this project with 180 working days for construction to complete the contract The Engineer's preliminary estimate is $1 600,000 The AGENCY reserves the right to reject any or all bids, to waive any irregularity and to take all bids under advisement for a maximum period of 60 days BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH CALIFORNIA the 8th day of September 2009, by Resolution No 2009-50 Attest Joan L Flynn CITY CLERK OF THE CITY OF HUNTINGTON BEACH A Huntington Beach Independent has been adjudged a newspaper of general circulation in Huntington Beach and Orange County by Decree of the Superior Court of Orange County St-te of California under dlte of Aub 24 1994 case A50479 PUBLICATION, STATE OF CALIFORNIA) ) SS COUNTY OF ORANGE ) I am the Citizen of the United States and a resident of the County aforesaid I am over the age of eighteen years and not a party to or interested in the below entitled matter I am a principal clerk of the HUNTINGTON BEACH INDEPENDENT, a newspaper of general circulation printed and published in the City of Huntington Beach County of Orange State of California and the attached Notice is a true and complete copy as was printed and published on the following date(s) June 24 2010 July 1 8 2010 I declare under penalty of perjury that the foregoing is true and correct Executed on July 8 2010 at Costa Mesa California e Signa re NOME INVITING SEALED BIDS for the Construction of 2010 Downtown Water Main Replacement Project CASH CONTRACT No 1561 in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH as AGENCY invites sealed bids for the above stated projects and will receive such bids in the office of the City Clerk Second Floor 2000 Mam Street Huntington Beach California 92648 up to the hour of 2 00 PM on July 12 2010 Bids will be publicly open in the Council Chambers unless otherwise posted Copies of the Plans Specifications and contract documents are available from the Office of the Director of Public Works 2000 Main Street Huntington Beach CA 92648 upon payment of a $80 00 nonrefundable fee if picked up or payment of a $100 00 nonrefundable fee if mailed via U S Postal Service FedEx UPS or any other delivery service Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code Pursuant to the provisions of the Labor Code of the State of California the minimum prevailing rate of per diem wages for each craft classification or type of workman needed to execute the contract shall be those determined by the Director of Industrial Relations of the State of California which are on file at the Office of the Director of Public Works 2000 Main Street Huntington Beach CA 92648 The AGENCY will deduct a 101/ retention from all progress payments The Contractor may substitute an escrow holder surety of equal value to the retention in accordance with the provisions of the California Government Code Section 4590 The Contractor shall be beneficial owner of the surety and shall receive any interest thereon The AGENCY hereby affirmatively ensures that minority business nterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race color national origin ancestry sex or religion in any consideration leading to the award of contract No bid shall be considered unless it is prepared on the approved Proposal forms in conformance with the Instructions to Bidders The bid must be accompanied by a certified check cashiers check or bidders bond made payable to the AGENCY for an amount no less than 10% of the amount bid The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractors License Class at the time of the bid opening The successful Contractor and his subcontractors will be required to possess business licenses from the AGENCY Project Description The work generally includes the construction of approximately 3 820 lineal feet of 12 inch and 8 inch buried pipe within local streets and alleys in the Downtown area of the City of Huntington Beach The contract allows the Contractor a period of time to successfully procure materials required to construct this project with 180 working days for construction to complete the contract The Engineers preliminary estimate is $1 600 000 The AGENCY reserves the right to reject any or all bids to waive any irregularity and to take all bids under advisement for a maximum period of 60 days BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH CALIFORNIA the 8th day of September 2009 by Resolution No 2009 50 Joan L F CITY CLERK OF THE CITY OF HUNTINGTON BE ich Independent June 24 July 1 8 2010 064 Unsuccessful Bids CC-1361 2010 Downtown. Water Main Replacement Project MOCITY OF HUNTINGTON BEACH 2000 Main Street P.O. Box 1 90 Huntington Beach, CA 92 64 8 LETTER OF TRANSMITTAL Attention: Joan FIVnn To: City Clerk's Office 2000 Main Street Huntington Beach, CA 92648 Regarding: M'atei� Alain RWlaeement CC1361 ❑ We are sending you: ❑ By Mail ® We are hand delivering: ❑ Attached ❑ Shop drawings ❑ Prints ❑ Copy of letter ❑ Change Order These are transmitted as checked below: Fax (714) 374-1573 Date: July 22, 2010 Project/C.C. No.: CC1361 ❑ By Fax Mail(Number of pages including this sheet:) ❑ Under a separate cover via the following items: ❑ Plans ❑ Samples ❑ Specifications ❑ For approval ❑ Approved as submitted ❑ Resubmit copies for approval ® For your use ❑ Approved as noted ❑ Submit copies for distribution ® For your action ❑ Returned for corrections ❑ Return corrected prints ❑ For review/comment ❑ Other: Remarks: Please contact me at extension 5291 with any questions c: file By: GACONSTRUCTION CONTRACTS (CCS)\CC1361 WATERMAIN REPLACEMENT PROJECT\PREAWARD\BID PROJECT\CC1361 TRANSMITAL TO CLERK.DOC City ®f Huntington Beach 2000 Main Street • Huntington Beach, CA 92648 OFFICE OF THE CITY CLERK JOAN L. FLYNN CITY CLERK November 1, 2010 Atlas -Allied, Inc. 1210 N. Las Brisas St. Anaheim, CA 92806 RE: CC-1361 — 2010 Downtown Water Main Replacement Project Enclosed please find your original bid bond for CC-1361. Sincerely, Joan L. Flynn, CIVIC City Clerk J F: pe enclosure Sister 04-foio(i1.�CPacNew Zealand (Telephone: 714-536-5227 ) Atlas -Allied, Inc. 1210 N. Las Brisas St. Anaheim CA 92806 P.714-630-3633 F. 714-630-0445 f kyS✓� :. ✓ -:. . ,rw� n'4` 5\ �".,Y�.`*r ��Y� 2,�.��Y +Y ��,...'...,'�^i� ;�^^` ..4-.a..viF, �3„A`�"J�1�`hl�:L �Yfsh�'Y+ ,�- :;Y.7't. �t,�..� , �{��:..�'ti �+rxcv?;..��,�`uz':..9A�?u{.re*.'K ^i'Ysk L �e)'� •s .- �' . ? --- i ; �:F '��",.� '� -4.a"d '�,.v. �y We ., 4Y ... r...:, }.. ,z., 7 " { e.r &..„:. x.. i �t� a eiv�..:�+'}I ��i4�r; r�lJ.�'>�`"`�:d..�sc�ir7�_5�r.�,.MY�.fi�a�r`�.s�i.�.�.i�.�''r*,'�4°wr£�i �'aa�,-$?"����'.s�.;�'h�"Ft ; site K` a ,-.,, Fm w ; .. i�: Y :: :• : ,.. „.. a E�� ��� • <• .'�„q„ t n, . "+u w J in, h�" 4 ,..:1";�F' '�Y; M1�r ?a: a4-.. & ,± 3:.r �:'.h?`n±�x �41'`�,;�5'€�,z: ya";-��'�S;?���ky . f :^« SECTION C PROPOSAL for the CONSTRUCTION OF 2010 Downtown Water Main Replacement Project CASH CONTRACT No. 1361 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: in compliance with the Notice Inviting Sealed Bids, the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The lst Notice to Proceed will be issued for materials procurement. After undersigned submits proof of materials procurement and a detailed construction schedule to AGENCY, and after AGENCY issues a written approval of undersigned's construction schedule, AGENCY will then issue a 2°a Notice to Proceed to the undersigned to commence immediately with the physical site work thereafter to be completed within a One Hundred and Eighty (180) working day Construction Period. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids C-1 and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find Bidders Bond in the amount of $10% Bid Amount which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond", as the case may be). Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's -Si nature__, o 2/ C-2 PROJECT BID SCHEDULE A Watermain Replacement Project, Alley Between 16th Street and 17tb Street, from Pecan Avenue to Palm Avenue; from Olive Avenue to Orange Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS $10,6rXj ` $ / 0 2. Furnish and instaff 8-inch PVC Lfass 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on irr. '1275. LF — � / 06 3 these plans, complete and place. $ $/ 3. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these plans, complete and in place. 1 LS 4. Remove and salvage existing fire hydrant including removing bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, and surface repair as shown on these plans, complete and ceeO ? in place. 3 EA $ $ 5. Chlorination and testing of all new water mains and LS $ �-- appurtenances, complete and in place. 1 $� 6. Furnish traffic control, in accordance with the City of Huntington Beach requirements, complete and in 1 LS place. 7. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in by 1 LS $5i4*j ooc $ accordance with these plans and as required law. 8. Furnish and install 6-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and E,4i / /0 in place, 1 $ C-3 Pii 0 JEC; art) S C H E IDU L E, A Watermain Replacement Project, Alley Between 16th Street and 17th Street, from Pecan Avenue to Palm Avenue; from Olive Avenue to Orange Avenue WD Vf Item No. Description Quantity Unit Unit Cost Total Cost 9. Furnish and install 8-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in place. 1 EA $ $ 10. Furnish and install 12-inch cut -in -valve including pothollnct. excavation, :vat'r+n lRr ..i..p ro .t,1fai of eyisti! A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one backfill and surface repair, complete and 060 sack slurry , r in place. 1 EA $ $ 11. Furnish and install new 1-inch polyethylene water service, including pipe fittings, waives and connection to existing %-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one backfill, compaction, appurtenances, and P �Ye ®� sack slurry �7 swface repair, Complete any opera:; Ve- M p'ac . 31 EA w a $ 12. Furnish and install new 1-inch polyethylene service, including pipe fittings, valves, and connection to existing 1-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth -material, pipe -bedding, one sack slurry backfill, compaction, appurtenances, and / surface repair, complete and in place. 22 EA $ $ 13. Construct new fire hydrant assembly, including furnishing and installing new bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, and surface repair as shown on these plans, complete and in place. 3 EA 14. Remove existing meter box 1 EA�� ., '''� lr eriiove existing valve liox and cover + `LA C-4 PROJECT- BID SCHEDULE A Watermain Replacement Project, Alley Between 16th Street and 17th Street, from Pecan Avenue to Palm Avenue; from Olive Avenue to Orange Avenue BID f Item No. Description Quantity Unit Unit Cost Total Cost 16. Remodel existing sewer house connection laterals conflicting with proposed waterline, including, pipe, fittings, cleanout, and appurtenances, disposal of excessive earth material, imported pipe zone fill, and one sack slung backfill, in accordance with the contract ' drawings. 16 EA $V $ 17. Provide temporary water service 1 LS $3, O� 18. Remove and dispose of hydrocarbon contaminated soil CY $ /��--� per OSHA and City of Huntington Beach requirements. 25 $ 19. Import soil 25 CY $ $/ 20. Conduct preconstruction survey of existing homes and street as required by the Contract Documents, including preparation and submission of all required 1 LS $ 1,0�• • $ reports, videos and photographs complete. 21. Demobilization and Cleanup 1 LS $ �Q dw $ `o, Dim A j,3 7 F6-0 Sub -Total Amount for All Bid Items — SCHEDULE $ a C-5 Watermain Replacement Project, Alley Between 6th Street and 7th Street, from Orange Avenue to Acacia Avenue Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS 2. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on�o� these in 785 LF 66) plans, complete and place. $ $ 3. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these 6e piant,,'`compie e and in place. 4 Remove and salvage existing fire hydrant including removing bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, and surface repair as shown on these plans, complete and in place. 1 EA 5. Construct new fire hydrant assembly, including furnishing and installing new bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, and surface repair as shown on these plans, complete and a _. ^' y. g. Chlorination and testing of all new water mains and appurtenances, complete and in place. 1 LS $o $��"",Dd� 7. Furnish traffic control, in accordance with the City of Huntington Beach requirements, complete and in 1 LS 5 place. $ 8. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and these by law. 1 LS accordance with plans and as required $ C-A PROJECT BID SCHEDULE;E; B Watermain Replacement Project, Alley Between 6th Street and 7th Street, from Orange Avenue to Acacia Avenue BD ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 9. Furnish and install new 1-inch polyethylene water service, including pipe fittings, valves and connection to _ existing %-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one W sack slurry backfill, compaction, appurtenances, and surface repair, complete and operative in place. 30 EA 10. Furnish and install new 1-inch polyethylene service, including pipe fittings, valves, and connection to existing 1-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and EA $ �� $ surface repair, complete and in place. 13 11. Furnish and install new 2-inch polyethylene water service, including pipe, fittings, valves, connection to existing 1 Y2-inch metering assembly abandonment of = existing. linc remiAva- 1. nf, evistina meter bnx qnd installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and 1 EA 0 $ Q� $ mon surface repair, complete and operative in place. 12. Remodel existing sewer house connection. laterals _ F,-- �r ..'-_- . , %►ing Wit i .P1 Jji- tcu WC10:l iii� , iii%ii (iiiy, �7ii3fc, fittings, cleanout, and appurtenances, disposal of excessive earth material, imported pipe zone fill, and one sack slurry backfill, in accordance with the contract EA $ drawings. 7 $ 13. Remove and dispose of existing 4-inch unknown pipeline, including pipe, fittings, trench excavation, and disposal of excess earth material, complete and in - aD p $ place. Bid Item is fully rejectable by the City. 785 LF $ 14. Furnish and install 8-inch 11 '/4 degree elbow with thrust block per City Standard 614. Bid Item is fully EA // 00 $ ©�o" $ �,y OC4 N rejectable by the City. 4 . E Remove and dispose of hydrocarbon contaminated soil Cy s-56. Ov $ ��QDd �d d per OSHA and City of Huntington Beach requirements. 20 r_'7 PROJECT 631D SC HEDUILIV, B Watermain Replacement Project, Alley Between 6th Street and 7th Street, from Orange Avenue to Acacia Avenue m ii i EWS Item No. Description Quantity Unit Unit Cost Total Cost 16• Import soil 20 CY $65 $ I �J_pl_ Conduct preconstruction survey of existing homes aria 17. street as required by the Contract Documents, including preparation and submission of all required 1 LS $1,000 $!j� reports, videos and photographs complete. 18 Demobilization and Cleanup 1 LS $ foQ $' Sub -Total Amount for All Bid Items — SCHEDULE B $� ��'JS�•Q� C-S t-1%6 JEC i -DID &CHU ULL' -C Watermain Replacement Project, Alley Between Lake Street and Main Street, from Orange Avenue to 6th Street f ti) f EMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS $,5PW=600 Z. Furnish, a-nd insfaii o=lri%ii PVC i.iass 200 water -rain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these !ace. 7�{� l C 6 $ v- :.:�: - .- Fes. plans complete and � 3. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these plans, complete and in place. 1 LS $�DQD& $5,000 4. Provide temporary water service 1 LS $ $3NO _ 5. Chlorination and testing of all new water mains and 1 LS $S,OOy _ $51000 appurtenances, complete and in place. 6. Furnish traffic control, in accordance with the City of - i-il Ir.tln.gton. Roach requirements, cmmnletQ an n 1 LS place. 7. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation opera' iu is, a�►a confined spaces in by law. ' 1 LS $J d00' $3,, 000 accordance with these plans and as required g. Furnish and install new 1-inch polyethylene water service, including pipe fittings, valves and connection to existing %-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and in 24 EA $ surface repair, complete and operative place. C-9 \f- k 11EI i uaip- "sCHE `U i1cc Watermain Replacement Project, Alley Between Lake Street and Main Street, from Orange Avenue to 6th Street B i D iEMS- g. Furnish and install new 1-inch polyethylene service, including pipe fittings, valves, and connection to existing 1-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one c sack slurry backfill, compaction, appurtenances, and ✓��� surface repair, complete and in place. 1 EA $ / $� 1n_ Furnish and install new 2-innh n_ olvethvlena servir_.P, including pipe fittings, valves, and connection to existing 2-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and lied surface repair, complete and in place. 1 EA 11. Furnish and install new 4-inch fire service including pipe fittings, valves, and connection to existing 4-inch metering assembly, abandonment of existing line, removal of existing valve, trench excavation, disposal of eycQcc earth material, nine hQcidinn r-ornnantinn, appurtenances, and surfacem repair, complete and in 1 EA $ Q place. 12. Remove existing valve box and cover 4 EA $ $ — 1 Remove and salvage existing fire hydrant including removing bury, valve and appurtenances, aisposai of excessive earth material, imported pipe zone fill, and surface repair as shown on these plans, complete and in place. 2 EA $ iwv� $aJow 14. Construct new fire hydrant assembly, including install...-.,..> ��..,- 'u- r.. hge 34in � C�iiti iii%Y IUZiiii iILVA�' V\.ii J, Yc3iv�. t71iiJ and appurtenances, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, and �tX1 surface repair as shown on these plans, complete and 10) fflo1 in place. 2 EA $ $' 5. 1.00 RPmn�rp pyc}i(�.mtprin 4 w"� '—-'l i I 1 C-10 Watermain Replacement Project, Alley Between Lake Street and Main Street, from Orange Avenue to 6th Street 16. Furnish and install 6-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and ©©dfl� ! $' (Om in place. 1 EA $� 17. Furnish and install 8-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing - - A r n(nP !n n¢nrir' s i_ i, t. n �� (i.r�t� r�'on '!1 of �., ,oar_,=o�:ps.:.�`,- - - excessive earth material, imported pipe zone fill, one ©� sack slurry backfill , and surface repair, complete and 10, 10J in place. 1 EA $ 18. Remove and dispose of hydrocarbon contaminated soil per OSHA and City of Huntington Beach lj A ��DO7 requirements. 1u CY $ $ 19. Import soil 20 CY $ ' $�,� ., 20. Conduct preconstruction survey of existing homes and street as required by the Contract Documents, including . preparation and submission of all required , i `� t�p — $ reports, videos andphotographs complete. $ 21. Demobilization and Cleanup 1 LS $ r�iQ� $. O DDT / 9-3, SSD, Ov Sub -Total Amount for All Bid Items — SCHEDULE C $ Watermain Replacement Project, Alley Between 13th Street and 14th Street, West of Main Street Blip 4 i li.N a Item No. Description Quantity Unit Unit Cost Total Cost 1 Mobilization $ $ ;� 1 LS 2. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust f6sirdint, and paverneni repiacerienl, as sf=iuwlt on $ -2 250 LF these plans, complete and in place. 3_ Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slung backfill, these�'u� 0 � appurtenances, and surface repair, as shown on plans, complete and in place. ' LS 4. Chlorination and testing of all new water mains and $ O-a0 r appurtenances, complete and in place. 1 LS $ 5. Furnish traffic control, in accordance with the City of y ..aa� Ling oii Be-acii requir�.inG ltsr., coi 1pletua Oilu Hi J. UGO. 1 i-v $30 $' -L, 6. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation oneratiors. and confined snanas in accondance With these plans and as required by law. 1 LS �CIUI�J 7. Furnish and install new 1-inch polyethylene water service, including pipe fittings, valves and connection to existing %-inch metering assembly, abandonment of existing line,- removal of existing meter box and instaliation ofa new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and $ ✓ $ surface repair, complete and operative in place. 3 EA 8. Remove existing valve box and cover 1 EA✓`� C-12 M .17 I'' - Watermain Replacement Project, Alley Between 13th Street and 14th Street, West of Main Street ii1) i T EviS Remodel existing sewer house connection laterals conflicting with proposed waterline, including, pipe, y �trtPnanr's '=S nc l Of fiit;nnc f`10 ► n it and ? !� excessive earth material, imported pipe zone fill, and backfill, in with the contract Gi one sack slurry accordance drawings. 3 EA �nG` $_ $ 10. Remove and dispose of hydrocarbon contaminated soil o $ C23 per OSHA and City of Huntington Beach requirements. 5 CY 11. Import soil $ $ 5 CY Conduct preconstruction survey of existing homes and 12 street as required by the Contract Documents, including f, preparation and submission of all required reports, 1 LS V Demobilization Cleanup 13. and 1 LS `� Sub -Total Amount for All Bid Items — SCHEDULE D $ C-13 Watermain Replacement Project, Goldenwest Street, from Palm Avenue to Yorktown Avenue 1-61D t EN i S Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS $ end 2. Furnish and install 6-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on (% these plans, complete and in place. 7 LF 3. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth matenai, imported pipe zone tiii and compaction, thrust er T restraint, and pavement replacement, as shown on these plans, complete and in place. 235 LF 4. Furnish and install 12-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic 1 ill4 Vtl Vii, �11\.{ CJ'.J i.f iAi li-iifui6v4J, �,l G.i li �iiiilul {� 3UVV%.I LUi iy and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust -3-11 restraint, and pavement replacement, as shown on these plans, complete and in place. 360 LF $ S< F1. jrn ch and inctall R-inrh D' r"!— .50 p�talcrmain including all potholing, pipe valves, fittings, cathodic protection, polyethylene encasement, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these plans, complete and in place. 155 LF 6. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these L� �J^ _ 157000. I pla is, C-td —.!F Watermain Replacement Project, Goldenwest Street, from Palm Avenue to Yorktown Avenue -"iD i T EiY1S' Item No. Description Quantity Unit Unit Cost Total Cost 7. Remove existing valve box and cover 6 EA $� $ 8. Chlorination and testing of all new water mains and , appurtenances, complete and in place. 1 LSD $ 9. Furnish Traffic Control Plans, and traffic control, in accordance with the City of Huntington Beach /® 0X requirements, complete and in place. 1 LS $/0, $ / 10. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in accordance with these plans and as required by law. 1 LS $_toy$ x 11. Furnish and install 8-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in J sib nla� FA 4 1 $ 12. Furnish and install 12-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one or� sack slurry backfill , and surface repair, complete and in �OP" y� 07 �I 13. Furnish and install 16-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone 'fill, one a` 3 sack slurry backfill , and surface repair, complete and in 1/ piace. I EA $ $ 14. Remove and dispose of hydrocarbon contaminated soil � vop per OSHA and City of Huntington Beach requirements. 20 CY $` $ r 15. Import soil 20 CY C-15 i' Watermain Replacement Project, Goldenwest Street, from Palm Avenue to Yorktown Avenue Bg lI NiS 16. Conduct preconstruction survey as required by the Contract Documents, including preparation and , submission of all required reports, videos and 1 LS photographs complete. 17. Demobilization and Cleanup 1 LS Sub -Total Amount for All Bid Items —SCHEDULE E N C-16 Watermain Replacement Project, Alley Rehabilitation for All Sites WW iiEfV1S Item No. Description Quantity Unit Unit Cost Total Cost Install AG Q82 Tans , $,AOO'" 4"ace , 2. Install Aggregate Base (AB) 1875 Tons $ 5 O > $ 3. Unclassified Excavation 1469 CY $&C $ 4. Adjust Utility Cover 206 EA Od' $ v AAjU-1. 1n13t �^ �. , g r n O© 06 6. Adjust Sewer/Storm Drain Manholes 9 EA 7. Remove/Construct Concrete Sidewalk 120 SF $��' 8. Remove/Construct Concrete V-Ditch 10666 SF U. RemoveiConsittwA Concrete Drive Approach including adjacent gutter 2715 SF Sub -Total Amount for All Bid Items — SCHEDULE F $ «ROjEC%B %=SCfi-ED-uLE-r Watermain Replacement Project, Sewer Work for All Sites BID IT Eivis Item No. Description Quantity Unit Unit Cost Total Cost I- Remove and replace existing sewer lateral sweep from RNV. , 12 EA $ chimney to City $ 2. Slipline existing chimney per City Std. 517 and remove and replace sewer lateral sweep from chimney to City R/W. 31 EA ®� $ r Sub -Total Amount for All Bid ltemc_ — SCHEDULE E G � �C),�, C-18 M PROJECT BIB SCHEDULE TOTALS CC-1361 WATERMAIN REPLACEMENT PROJECT Sub -Total Bid Schedule A Sub -Total Bid Schedule B -Sub-Total-Bid-Schedule C Sub=Total-Bid"Schedule D' ,Sub=Total_Bid.-Schetlule E�I cSub Total=Enid--Schedule=r� cSub;Total=Bid_.Schedule-G TOT AIL BID AMOUN i , BASIS OF AWARU (Schedules A-G) TOTAL BID AMOUNT IN WORDS: 33;Z 60 a703, cod - Notes: All extensions of unit prices will be subject to verification by Owner. In case of a verification between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-19 LISTOF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor. 1 Portion o Wor Name and Address of Subcontractor State License Number Class (A California Environmental 10251 Pua Drive, Huntington Beach CA 92646 Vendor Co ftrJOLI All American Asphalt 400 E. 6th Street Corona CA 92878 #267073 A L y1e, Sewer T.V. PO Box 4197 Fullerton CA 92834 #813738 C-36 C-d{ Cathodic Protection Services 19301 S. Santa Fe #103 Rancho Domingo, CA 90221 #888607 C-10 By submission of this proposal, the Bidder certifies: That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-20 NONCOLLUSION AFFIDAVIT TO DE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of Orange Eva Siciliani , being first duly sworn, deposes and says that he or she is Vice .President of Atlas Allied, Inc. the party making the foregoing bid that the bid is not made in the interest of, or on the 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, or 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 fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Atlas Allied, Inc. Name of Bidder Signature of Bidder Eva Siciliani Vice President Address Bidder Subscribed and sworn to before me this day of � �%�� , 2010. NOTARY PUBLIC Please See Attached C-21 NOTARY SEAL State of California County of Orange Subscribed and sworn to (or affirmed) before me on this 9 th day of July , 2010, by Eva Siciliani , proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. C. D. STURGEON Commission # 1730041 -.� Notary Public - California Z ' Orange County My Comm. Expires Mar 9, 2011 Signature (Seal) C.D. Sturge� , Nota ublic UTFLIT AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the 2010 Downtown Water Main Replacement Project CASH CONTRACT No. 1361, 11)(' c)(it j ' ili cxi.ipi0y :.c'?iiu utllizc ord quallf cd persons, as hercinaft r dcfincd, to work in proximity to any electrical secondary 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 promised and agrees that all such work shallbe 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. Date: 7/9/2010 C-22 Atlas Allied. In Contractor By Eva Siciliani Vice President Title DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 14310.5, the Bidder shall complete, under penalty of perjury, the following questionnaire. 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 M No If the answer is yes, explain the circumstances in the space provided. Note: 'his questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. 'C-23 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date: 7I9/2010 Atlas Allied Me. Contractor gy Eva Siciliani Vice President Title C-24 UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBER (To be completed only by the awarded Contractor prior to excavation) No excavation will be permitted until this forth is completed and-retunred to the AGENCY. Section 4216/4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number. call Underground Service Alert at 1-800-422-4133 a minimum of two working days before scheduled excavation. Dig Alert Identification Number: Atlas -Allied, Inc. Contractor By Title Dec.:. -1 - q - t o Eva Siciliani Vice President Note: Phis form is required fbr every Dig Alert Identification Number issued by U.;S.A. during the course of the Work. Additional forms may be obtained from the AGENCY upon request. C-25 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Atlas Allied, Inc. Bidder Name 1210 N. Las Brisas St. Business Address Anaheim CA 92806 City, State Zip ( 714 ) 630-3633 , Telephone Number #437235 A B C34 C36 C42 State Contractor's License No. and Class 4/7/1983 Original Date Issued 4/30/2011 Expiration Date The work site was inspected by Nile Sensabaugh of our office on July 7 , 2010. The following are persons, firms, and corporations having a principal interest in this proposal: George L. Siciliani President Eva Siciliani Vice President Catherine Sturgeon Corp. Secretary C-26 The undersigned is prepared to satisfy the Council of the City of Huntington"Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. Atlas Allied Inc. Company Name Signature of Bidder Eva Sicilian* Printed or Typed Signature Subscribed and sworn to before me this 9 dayof Please 'See Attached NOTARY PUBLIC NOTARY SEAL Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past two years: 2. 3. Please See Attached Name and Address of Public Agency Maine and Y'elephone No. of Project Manager: Contract Amount Name and Address of Public Agency Type of Work Name and Telephone No. of Project Manager: Contract Amount Name and Address of Public Agency i'ype of Work Name and Telephone No. of Project Manager: Contract Amount Type of Work C-27 Date Completed Date Completed Date Completed ATLAS-ALUEO, INC.11 Pipeline Generel Piping Engineering S7NCE i9by Descriptive Job List 2009 Project: Stuart Mesa Ground Water Treatment System Owner: North County Transit District Address: 810 Mission Avenue Oceanside, CA 92054 Contact: Mindy Smith (760) 967-2834 Fax(760-722-8087 Description: Phase i Installation of a ground water pump system, 2- 20,000 above ground tanks with associated underground piping to remove underground water from Rail Facility. Phase II, Low Flow Storm Water Diversion, new storm drain structures, ground water pump system and associated underground piping. Start Date: 1/2008 Completed Date: 612009 Bid Amount: $433,686.00 Final Amount: $620,641.00 Project: Underground Utilities at North Corona Metrolink Parking Structure Owner: North Corona Metrolink Construction Manager: McCarthy Building Company Inc. Address: 20401 SW Birch St. Newport Beach, CA 92660 Contact: Mike Flick (949) 355-7028 Cell (818) 291-6603 Description: Reroute and Install New Utilities, Storm Drain, Sewer & Domestic / Fire Water outside of New 5 Story Parking Structure at the North Corona Metrolink Station Start Date: 1/28/2008 Completed Date: 6/30/2009 Bid Amount: $257,040.00 Final Amount: $387,532.00 Project: Service Line Replacements at Spring Valley Lake Owner: County of San Bernardino Special Districts Address: 157 West 5th Street, 2nd Floor San Bernardino, CA 92415 Contact: Gary Martin (909) 387-5964 Fax (909) 387-5968 Description: Install 156 New 1" Water Service Lines with Poly Pipe and Fittings. Start Date: 3/12/2009 Completed Date: 6/2009 Bid Amount: $258,200.00 Final Amount: $258,200.00 Project: Water Improvements @ Patton Hospital Owner: CA Department of Mental Health Address: 3102 Highland Avenue. Patton, CA 92369-0999 Contact: Jennifer Moon (909) 425-7332 Description: install 1500 LF 14" Underground Owner furnished PVC Waterline from Street Point of Connection to Onsite existing connection. Including 10" Backflow Valve Installation. Start Date: 1 /11009 Completed Date: 5/1/2009 Bid Amount: $ 49,000.00 Final Amount: $ 48,510.00 ATLAS -ALLIED, INC.11 Pipeline General Piping Engineering SINCE 1969 2009 Continued Project: Monrovia Public Library I Underground Utilities Owner: City of Monrovia Address: 132 W Palm Avenue Monrovia, CA 91016 Construction Manager: Bernard Bros Construction Management Contact: Carlos del Campo (661)510-8176 Description: Install underground utilities for new City of Monrovia Library facility Start Date: 11/14/2008 Completed Date: 3/31/2009 Bid Amount: $108,500.00 Final Amount: $112,904.79 Project: Emergency Repair Underground Storm Drain System @ Carr Intermediate School Owner: Santa Ana Unified School District Address: 1601 East Chestnut Avenue Santa Ana, CA 92701-6322 Construction Manager: PCM3 Construction Manager Contact: Garth Wright (Assistant Manager) (714)662-0227 Description: Install New Underground Storm Drain System and Catch Basin Start Date: 11/16/2008 Completed Date: 2/15/2009 Bid Amount: $208,600.00 Final Amount: $208,600.00 Project: Simons Middle School and Philadelphia Elementary School Owner: Pomona Unified School District Address: 800 South Garey Ave Pomona, CA 91766 Contact: Ava Hill (909) 397-4800 Description: Site Improvements, Concrete, Asphalt and Classroom Relocation Start Date: 1/2009 Completed Date: 5/2009 Bid Amount: $307,612.18 Final Amount: $307,612.18 ATLAS -ALLIED, WC. Pipeline General Piping STN q Ergir--ing CH 196 Descriptive Job List 2008 Project: Lampton Elementary School - Site Utilities Owner: Norwalk La Mirada Unified School District Address: 12820 Pioneer Blvd Norwalk, CA 90650 Contact: Isela Vazquez 562-868-0431 x 2015 Fax 562-864-7541 Construction Manager: McCarthy Building Co. Contact: John Staff 949-851-8383 Description: Site Utilities including gas, water & sewer. Install pipe, test backfill, patch, replace all site water with new copper system including dielectric fittings, chlorinate entire site water system. Replace all site gas with complete new gas system Start Date: 7!7/2008 Completed Date: 11/21/2008 Bid Amount: $332,650.00 Final Amount: $325,150.00 Project: Fullerton College - Building 1400 Site Work / Utilities Owner: North Orange County Community College Address: 1830 W Romneya Drive Anaheim, CA 92801 Construction Manger: C W Driver Builders Contact: Robert Daniels 714-992-7588 Fax (714) 446-0770 Description: Site utility improvements including storm drain, concrete and asphalt repairs Start Date: 3/26/2008 Completed Date: 4/30/2009 Bid Amount: $1,625,528.00 Final Amount: $1,921,825.00 Project: Modification to Existing Pressure Relief Facilities Owner: West Orange County Water Board Address: 2000 Main Street Huntington Beach, CA 92648 Contact: City of Huntington Beach Duane Wentworth (714) 536-5517 Fax (714) 374-1573 Description: Install new Pressure Relief System for 20" City Huntington Beach water supply line, including excavation, piping, welding and on site improvements. This water line is a critical supply line for the City Huntington Beach water system. Start Date: 11/9/2007 Completed Date: 5/12/2008 Bid Amount: $ 133,825.00 Final Amount: $246,150,00 Project: New Water Meter Installation & Meter Exchange Program Owner: City of Westminster Address: 8200 Westminster Boulevard Westminster, CA 92683 Contact: Paul Kalix (714) 719-0461 Fax (714) 373-5328 Description: From Early 1990 Atlas -Allied has performed a city wide water meter replacement of approximately 14,000+ water meters on 3 different contracts Start Date: 2007 Completed Date: 12/31/2007 Bid Amount: $196,100.00 Final Amount: $196,100.00 (JAS-ALLIED, ®NC. Pipeline -' % General Piping �./ EngineerinC SINCE 1969 2068 Continued Project: Lancaster Layover Service Utility Enhancement Owner: Southern CA Regional Rail Authority Address: 700 S Flower Street, Suite 2600 Los Angeles, CA 90017 Contact: LIM & Nascimento Engineering Corp Francisco Villasenor (714) 998-3841 Fax (714) 974-6193 Description: Metro Link Lancaster Station installed water(1,500 LF), sewer(1,500 LF), and communication utilities (1,200 LF) for the end of line train maintenance yard. All work done with no interruptions or down time to the metrolink. Start Date: 9/1/2007 Completed Date: 5/31/2008 Bid Amount: $1,065,392.00 Final Amount: $1,136,537.00 Project: Orange Coast College East / West Utility Upgrade Owner: Coast Community College District Address: 1370 Adams Avenue Costa Mesa, CA 92626 Construction Manager: C.W. Driver Contact: Randy Rankin (714) 540-4974 Cell (714) 540-5721 Description: East / West Utility Upgrade / Phase il- Installed 1,000 LF of storm drain pipe, 20 catch basins, 1,000 LF of sewer for East Side Campus Wide Upgrade Start Date: 7/1/2007 Completed Date: 6/30/2008 Bid Amount: $685,720.00 Final Amount: $639,872.00 Project: Huntington / Bolsa Chica State Beach - Emergency Backflow Project Owner: CA Department of Parks & Recreation Address: 3030 Avenida del Presidente San Clemente, CA 92672 Contact: Julie Tobin (949) 366-4888 Fax (949) 492-9437 Description: Installed (4) 6" RP emergency backflow devices at various locations in the city of Huntington Beach following Huntington Beach Water Department compliance on a critical path emergency basis Start Date: 2/25/2008 Completed Date: 5/1/2008 Bid Amount: $91,500.00 Final Amount: $91,500.00 Project: Manhattan Beach Pump Plant Station Owner: Los Angeles County of Public Works Address: 900 S. Fremont Ave. Alhambra, CA 91803 Contact: Jose Pou (626) 458-2191 Description: Motor control removal and replacement, valves and pump station upgrades Start Date: 4/15/2007 Completion Date: 1012008 Bid Amount: $437,400.00 Final Amount: $494,955.00 ATLAS -ALLIED, INCID Pipeline ciete,a1 Piping S�N7t96y Enguiewng Descriptive Job List 2007 Project: Wellhead Treatment at Well #13 Owner: City of Paramount Address: 16400 Colorado Avenue Paramount, CA 90723 Contact: Bill Pagett P.E. (562) 220-2157 Fax (562) 220-2105 Description: Manganese removal of Well #13 in the City of Paramount. Installation of new filtering system (3 each 10,000 gallon tanks, 2 each 8,000 gallon tanks, and 124,000 Ibs of media filtering material). Including 83,000 gallon bolted tank, 2 block buildings, new serge tank, new chemical feeder tanks (1,000 gal & 230 gal tanks), new So Cal Edison service, new Murphy Panel, new Filter Control Panel (FCP), new metering and valve system. Start Date: 5/18/2006 Completed Date: 5/812007 Bid Amount: $1,275,480.00 Final Amount: $1,368,524.00 Project: Huntington Beach High School Utility Installation Owner: Huntington Beach Union High School Dist Address: 5832 Bolsa Avenue Huntington Beach, CA 92649 Construction Manager: McCarthy Building Co. Contact: John Staff (949) 851-8383 Description: Combined utility upgrades including 1,000 LF of Domestic Water, Fire Water, Irrigation, Electrical Conduit and Gas, plus surface repairs as needed Start Date: 5/1/2007 Completed Date: 9/1/2007 Bid Amount: $995,280.00 Final Amount: $1,043,344.00 Project: Foothill High School Site Utility Infrastructure Owner: Tustin Unified School District Address: 300 South C Street Tustin, CA 92780 Construction Manager: Douglas E Barnhart, Inc Contact: John Squillace (714) 731-4687 Description: Installed 1,000 LF of 6" -10" Storm drain, 1,000 LF 8" Sewer, 800 LF of 8" Fire water line, 600 LF 6" Domestic Water, 500 LF 3" Gas line at Foothill High School for the Site Utility Infrastructure Quad Upgrade Start Date: 6/15/2007 Completed Date: 10/1/2007 Bid Amount: $886,992.00 Final Amount: $975,258.00 Project: Replace Pressure Regulating Station #36 Owner: City of Anaheim Address: 200 S Anaheim Blvd Anaheim, CA 92805-3820 Contact: Bob Palaeologus (714) 765-5176 X 5711 Fax (714) 765-5225 Pressure Regulating Station #36 Description: Replacement of Pressure Regulating Station #36 Start Date: 1112006 Completed Date: 3/1/2007 Bid Amount: $364,950.00 Final Amount: $372,115.20 ATLAS -ALLIED, INC. Pipeline General Piping Engineering SINCE 196" 2007 Continued Project: Water Meter Installations Owner: City of Alhambra Address: 111 S. First Street Alhambra, CA 91801-3704 Contact: Phil Nichols (626) 570-5067 Fax (626 ) 570-5067 Description: From 2003-2007 Atlas -Allied has performed a city wide water meter replacement of approximately 4,000+ water meters for the City of Alhambra. Start Date: 1 /2003 Completed Date: 512007 Bid Amount: $194,325.00 Final Amount: $194,325.00 Project: Concordia University Sewer, Water, & Storm Drain Installation Owner/ Construction Manger C W Driver, Inc. Address: 15615 Alton Parkway, Suite 150 Irvine, CA 92618 Contact: Chris Graber (949) 261-5100 Fax (949) 261-5167 Description: Installed Underground Site water, sewer & storm drain (8" Water line 800' / 18" Storm Drain 1,000' / 6" Sewer line 700') through out Concordia University. Start Date: 5/31/2006 Completed Date: 6/27/2007 Bid Amount: $814,634.00 Final Amount: $885,729.00 ATLAS -ALLIED, INC. Pipeline General Piping Engineering 'SINCE 1969 Descriptive Job List 2006 Project: Water Improvements @ Ortega Hwy, San Juan Capistrano Owner: Walsh -Dillon Construction Address: 27761 Camino Santo Domingo San Juan Capistrano, CA 92675 Contact: Mike Dillon (949) 661-0346 Description: 14" Water line. Relocate new fire lines, domestic water & sewer for new law and justice center. Start Date: 12/05 Completed Date: 11/06 Bid Amount: $73,000.00 Final Amount: $73,000.00 Project: Huntington Beach High School New Wet & Dry Utilities Installation Owner: Huntington Beach Union High School Dist. Address: 5832 Bolsa Avenue Huntington Beach, CA 92646 Construction Manager: McCarthy Building Co. Contact: John Staff (714) 962-8173 Description: The installation of new wet and dry utilities through out Huntington Beach High School campus_ Installation of the utilities for up coming major building projects. Start Date: 1/06 Completed Date: 4106 Bid Amount: $195,800.00 Final Amount: $301,012.93 Project: Stadium Promenade Phase 11 Utility Installation @ Katella Ave. in Orange, CA Owner: S D Deacon Address: 20201 S W Birch Street, Suite 100 Newport Beach, CA 92660 Contact: Mark Runyan (949) 222-9060 (949)222-0596 Fax Description: New underground water, sewer and storm drain improvements at Stadium Promenade shopping center in Orange, CA Start Date: 5/24/06 Completed Date: 11/28/06 Bid Amount: $221,385.00 Final Amount: $301,012.93 Project: Warner Basin Dam, Anaheim Owner: Orange County Water District Address: 18700 Ward Street Fountain Valley, CA 92708 Contact: Mark Butier, Jr / Butier C M (714) 832-7222 Description: Purchase & install a complete factory and field assembled dam from Obermeyer Hydro Inc. Includes appurtenances, instrumentation, control system, electrical system, piping, valves, & wiring. Start Date: 8/06 Completed Date: 9/07 Bid Amount: $364,282.66 Final Amount: $364,282..00 ATLAS -GLUED, INC. Pipeline Gemrai Piping SINCE t969 EnglewwinC 2006 Continued Project: Fire Water System and Storm Drain Improvements @ Fullerton College Owner: North Orange County Community College District Address: 1830 W. Romneya Drive Anaheim, CA 92801-1819 Construction Manager: C.W.Driver Contact: Tanya Sundnes (323) 864-3140 Description: Installed 15,000 LF of Fire Water line with hydrants & backflow. Installed 3,000 LF of 12"-48" Storm drain lines at the Fullerton Library and Parking Structure. Start Date: 5/2005 Completed Date: 4/06 Bid Amount: $1,989,000.00 Final Amount: $2,093,083.00 State of California County of Orange Subscribed and sworn to (or affirmed) before me on this 9 th day of July , 2010, by Eva Siciliani , proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. w C. D.wSTURGEON Commission # 1730041 $ .� ;= Notary Public - California Orange County My Comm. Expires Mar 9, 2011 Signature (Seal) C.D. Sturge otary blic THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE Atlas -Allied, Inc. 1210 N. Las Brisas Street Anaheim CA 92806 as Principal, hereinafter called the Principal, and First National Insurance Company of America 333 City Boulevard West, Suite 300 Orange, CA 92868 a corporation duly organized under the laws of the State of WA as Surety, hereinafter called the Surety, are held and firmly bound unto City of Huntington Beach 2000 Main Street Huntington Beach, CA 92648 as Obligee, hereinafter called the Obligee, in the sum of Ten Percent of the Total Amount of the Bid Dollars ($ 10% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Cash Contract No. 1361 - 2010 Downtown Water Main Replacement NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this b L*-N A George L. icil 8th i(Witness) Pres. Susan Ponsell k (Witness) day of July , 2010 Atlas -Allied, Inc. � u� (Pnncipal) (Seal) Bv: ut ( `� Eva Siciliani Vice President/Treasurer (Title) First National Insurance Company of America AIA DOCUMENT A310 ® BID BOND • AIA • FEBRUARY 1970 ED. • THE AMERIC INSTITUTE OF ARCHITECTS,1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 State of California County of Orange On July 8, 2010 ACKNOWLEDGMENT before me, Susan Ponsell, NotaryPublic (insert name and title of the officer) personally appeared Adriana Valenzuela who proved to me on the basis of satisfactory evidence to be the person�8rwhose namekolis/,am subscribed to the within instrument and acknowledged to me that,hefsheahi6y executed the same in bi-sther/t it authorized capacity(jesy,, and that by Wher/oeirrsignatura(s� on the instrument the person(; or the entity upon behalf of which the person(s)—acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. SUSANONSELL WITNESS m hand and official seal. COMM.173481 G) y Z OMM. # 1734814 2 NOTARY PUBLIC - CALIFORNIA Z 0 ORANGE COUNTY My Commission Expiss March 27, 11111 Signature (Seal) State of California County of Orange On July 9, 2010 before me, C.D. Sturgeon, Notary Public personally appeared Eva Siciliani who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. 0 Signature C. D. Sturgeo otary blic C. D. STURGEON Commission # 1730041 Notary Public - California = ' Orange County My Comm. Expires Mar 9, 2011 (Seal) VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the:company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company with the same force and effect as though manually affixed: ')UL y Q 2010 IN TESTIMONY WHEREOF, I have hereunto subscribed myna ed the corporate seal of the said company, thisday of StAL 192S By `, . David M. Carey, A96stant Secretary City of Huntington Beach 2000 Main Street • Huntington Beach, CA 92.648 OFFICE OF THE CITY CLERK JOAN L. FLYNN CITY CLERK November 1, 2010 Blois Construction P. O. Box 672 3201 Sturgis Road Oxnard, CA 93030 RE: CC-1361 — 2010 Downtown Water Main Replacement Project Enclosed please find your original bid bond for CC-1361. Sincerely, Joan L. Flynn, CIVIC City Clerk J F: pe enclosure Sister Citiyffo&jRcJ ;i1jr%ti r �ij�%cNew Zealand ( Telephone: 714-536-5227 ) SECTION C PROPOSAL. for the CONSTRUCTION OF 2010 Downtown Water Main Replacement Project CASH CONTRACT No. 1361 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids, the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of ithe City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The 1st Notice to Proceed will be issued for materials procurement. After undersigned submits proof of materials procurement and a detailed construction schedule to AGENCY, and after AGENCY issues a written approval of undersigned's construction schedule, AGENCY will then issue a 2°d Notice to Proceed to the undersigned to commence immediately with the physical site work thereafter to be completed within a One Hundred and Eighty (180) working day Construction Period. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids C-1 and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find Bidder's Bondin the amount of $10% of Bid which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond", as the case may be). Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's. Signature C-2 PROJECT BID SCHEDULE A Watermain Replacement Project, Alley Between 16th Street and 17th Street, from Pecan Avenue to Palm Avenue; from Olive Avenue to Orange Avenue ) —33M Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS $ $ 0 2. Furnish and install 8-inch PVC Class 200 Watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these in �� plans, complete and place. 1275 LF $� $ 3. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, �7�© appurtenances, and surface repair, as shown on these in L$A e plans, complete and place. 1 LS 4. Remove and salvage existing fire hydrant including removing bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, and surface repair as shown on these plans, complete and in place. 3 EA $ 5. Chlorination and testing of all new water mains and appurtenances, complete and in place. 1 LS $ S� $ 6. Furnish traffic control, in accordance with the City of Huntington Beach requirements, complete and in 1 LS place. 7. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in 1291 accordance with these plans and as required by law. 1 LS $ $ 8. Furnish and install 6-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in EA 4K $ place. 1 $ F C-3 PROJECT BID SCHEDULE A Watermain Replacement Project, Alley Between 16th Street and 17th Street, from Pecan Avenue to Palm Avenue; from Olive Avenue to Orange Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 9. Furnish and install 8-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in place. 1 EA $ $ 10. Furnish and install 12-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in place. 1 EA 11. Furnish and install new 1-inch polyethylene water service, including pipe fittings, valves and connection to existing 3/-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and &:3 surface repair, complete and operative in place. 36 EA $ $3 12. Furnish and install new 1-inch polyethylene service, including pipe fittings, valves, and connection to existing 1-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and f 23.3 $ surface repair, complete and in place. 22 EA $ 13. Construct new fire hydrant assembly, including furnishing and installing new bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, and surface repair as shown on these plans, complete and r in place. 3 EA $ $ 14. Remove existing meter box 1 EA $ $ 15. Remove existing valve box and cover 1 EA $ a $j,O q C-4 PROJECT BID SCHEDULE A Watermain Replacement Project, Alley Between 16th Street and 17te Street, from Pecan Avenue to Palm Avenue; from Olive Avenue to Orange Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 16. Remodel existing sewer house connection laterals conflicting with proposed waterline, including, pipe, fittings, cleanout, and appurtenances, disposal of excessive earth material, imported pipe zone fill, and one sack slurry backfill, in accordance with the contract drawings. 16 EA $� $ 1 7- Provide temporary water service 1 LS p 1 & Remove and dispose of hydrocarbon contaminated soil per OSHA and City of Huntington Beach requirements. 25 CY $ $ rT- 19. Import soil 25 CY 20. Conduct preconstruction survey of existing homes and street as required by the Contract Documents, including preparation and submission of all required 1 LS $ i re orts, videos and photographs complete. $ 21. Demobilization and Cleanup 1 LS , r $ �T r� $ 7 Items y4L<� 4 Sub -Total Amount for All Bid — SCHEDULE A $ C-s PROJECT BID SCHEDULE B Watermain Replacement Project, Alley Between bth Street and 7th Street, from ®range Avenue to Acacia Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS $ 2. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these complete and in 785 LF �� plans, place. i $ $ 3. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these plans, complete.and in place. 1 LS 4. Remove and salvage existing fire hydrant including removing bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, and surface repair as shown on these plans, complete and in 1 EA place. 5. Construct new fire hydrant assembly, including furnishing and installing new bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, and surface repair as shown on these plans, complete and in place. 1 EA $1 5'(0 $ �' 6. Chlorination and testing of all new water mains and appurtenances, complete and in place. 1 ! LS 7. Furnish traffic control, in accordance with the City of Huntington Beach requirements, complete and in place. 1 LS $ $ 8. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in accordance with these plans and as required by law. 1 LS $ U� $ 11 PROJECT BID SCHEDULE. B Watermain Replacement Project, Alley Between 6th Street and 7th Street, from Orange Avenue to Acacia Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 9. Furnish and install new 1-inch polyethylene water service, including pipe fittings, valves and connection to existing %-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and 22cc SAp surface repair, complete and operative in place. 30 EA $ $ J,. 10. Furnish and install new 1-inch polyethylene service, including pipe fittings, valves, and connection to existing 1-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and surface repair, complete and in place. 13 EA $ 11. Furnish and install new 2-inch polyethylene water service, including pipe, fittings, valves, connection to existing 1 %-inch metering assembly abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and surface repair, complete and operative in place. 1 EA $ 2.. $ 12. Remodel existing sewer house connection laterals conflicting with proposed waterline, including, pipe, fittings, cleanout, and appurtenances, disposal of excessive earth material, imported pipe zone fill, and one sack slurry backfill, in accordance with the contract drawings. f 2 69 Z 7 EA $ $ 13. Remove and dispose of existing 4-inch unknown pipeline, including pipe, fittings, trench excavation, and disposal of excess earth material, complete and in place. Bid Item is fully rejectable by the City. 785 LF 14. Furnish and install 8-inch 11 % degree elbow with thrust block per City Standard 614. Bid Item is fully by the City. rejectable 4 EA $ $ 15.Remove and dispose of hydrocarbon contaminated soil , g per OSHA and City of Huntington Beach requirements. 20 CY $ I $ . C-7 PROJECT BID SCHEDULE B Watermain Replacement Project, Alley Between 6th Street and 7th Street, from Orange Avenue to Acacia Avenue Item No. Description Quantity Unit Unit Cost Total Cost 16. Import soil 20 CY $_tK� $� Conduct preconstruction survey of existing homes and 17 street as required by the Contract Documents, including preparation and submission of all required 1 LS $� reports, videos and photographs complete. 16• Demobilization and Cleanup 1 LS $ $ Sub -Total Amount for All Bid Items — SCHEDULE B $ C-s PROJECT BID SCHEDULE C Watermain Replacement Project, Alley Between Lake Street and Main Street, from Orange Avenue to 6th Street BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS $ $-�.L10 2. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on 1 these plans, complete and in place. 750 LF $ slt. 5-60 3. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these in 1 LS t{ $ � plans, complete and place. s2t» 4. Provide temporary water service 1 LS $ A '3q s5e C�39 5. Chlorination and testing of all new water mains and ,,�� el : appurtenances, complete and in place. 1 LS $4 $ 6. Furnish traffic control, in accordance with the City of Huntington Beach requirements, complete and in place. 1 LS T Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in :�.5�®� d� accordance with these plans and as required by law. 1 LS $ $ 8. Furnish and install new 1-inch polyethylene water service, including pipe fittings, valves and connection to existing %-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and f n surface repair, complete and operative in place. 24 EA $ 1 $ C-9 PROJECT BID SCHEDULE C Watermain Replacement Project, Alley Between Lake Street and Main Street, from Orange Avenue to 6th Street 9. Furnish and install new 1-inch polyethylene service, including pipe fittings, valves, and connection to existing 1-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and surface repair, complete and in place. 1 EA $J. $ 10. Furnish and install new 2-inch polyethylene service, including pipe fittings, valves, and connection to existing 2-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and surface repair, complete and in place. 1 EA $ 2 3 $ 11. Furnish and install new 4-inch fire service including pipe fittings, valves, and connection to existing 4-inch metering assembly, abandonment of existing line, removal of existing valve, trench excavation, disposal of excess earth material, pipe bedding, compaction, appurtenances, and surface repair, complete and in EA place. 1 12. Remove existing valve box and cover 4 EA 13. Remove and. salvage existing fire hydrant including removing bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, and surface repair as shown on these plans, complete and in place. 2 EA $ (p $jS.� 14. Construct new fire hydrant assembly, including furnishing and installing new bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, and surface repair as shown on these plans, complete and in 2 EA place. $� $ 15. Remove existing meter box 4 EA $ $ C-10 PROJECT BID SCHEDULE C Watermain Replacement Project, Alley )Between Lake Street and Main Street, from Orange Avenue to 6th Street 16. Furnish and install 6-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in place. 1 EA 17. Furnish and install 8-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and S� in place. 1 EA $ $ 18. Remove and dispose of hydrocarbon contaminated soil per OSHA and City of Huntington Beach CY ��� $ requirements. 20 $ 19. Import soil 20 CY $� $ 20. Conduct preconstruction survey of existing homes and street as required by the Contract Documents, including preparation and submission of all required 1 LS $ $ reports, videos and photographs complete. 21. Demobilization and Cleanup 1 LS $ 6_�r1 Sub -Total Amount for All Bid Items — SCHEDULE C $ 35�0 C-li PROJECT BID SCHEDULED Watermain Replacement Project, Ailey Between 13th Street and 14th Street, West of Main Street Item No. Description Quantity Unit Unit Cost Total Cost Mobilization 1 LS $�� $ 0 2. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal; excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on $ �j-� $ these plans, complete and in place. 250 LF 3. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these plans, complete and in place. 1 LS /—�-- -`-y — 4_ Chlorination and testing of all new water mains and appurtenances, complete and in place. 1 LS 5. Furnish traffic control, in accordance with the City of $S s-s' =4— Huntington Beach requirements, complete and in place. 1 LS 6. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in accordance with these plans and as required by law. 1 LS $ 7. Furnish and install new 1-inch polyethylene water service, including pipe fittings, valves and connection to existing %-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and $ $ surface repair, complete and operative in place. 3 EA 8• Remove existing valve box and cover 1 EA $�-- C-12 PROJECT BID SCHEDULED Watermain Replacement Project, Alley Between 13th Street and 14th Street, West of Main Street 1' u Remodel existing sewer house connection laterals conflicting with proposed waterline, including, pipe, 9 fittings, cleanout, and appurtenances, disposal of 10 gCZ3 excessive earth material, imported pipe zone fill, and one sack slurry backfill, in accordance with the contract i drawings. 3 EA $ 10. Remove and dispose of hydrocarbon contaminated soil per OSHA and City of Huntington Beach requirements. 5 CY 11. Import soil $�'� 1 ��- 5 CY Conduct preconstruction survey of existing homes and 12 street as required by the Contract Documents, including preparation and submission of all required reports, 1 LS $) V $ videos and photographs complete. _ 13. Demobilization and Cleanup $ 4. 615_1 $��1 1 LS Sub -Total Amount for All Bid Items — SCHEDULE D $ qq 3� C-13 PROJECT BID SCHEDULE E Waterrnain Replacement Project, Goldenwest Street, from Palm Avenue to Yorktown Avenue Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS $ $ 11D 2. Furnish and install 6-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these complete and in 7 LF gq� plans, place. $ $ 3. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these complete and in 235 LF plans, place. 4. Furnish and install 12-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these complete and in 360 LF plans, place. $ _�Q 5. Furnish and install 8-inch DI Class 350 watermain including all potholing, pipe valves, fittings, cathodic protection, polyethylene encasement, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these plans, complete and in place. 155 LF $ �� $ 6. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these LS $21 -53 plans, complete and in place. 1 $21 C-14 PROJECT BIID SCHEDULE E Watermain Replacement Project, Goldenwest Street, from Palm Avenue to Yorktown Avenue Item No. Description Quantity Unit Unit Cost Total Cost 7. Remove existing valve box and cover 6 EA $"C)q $ �� 8. Chlorination and testing of all new water mains and appurtenances, complete and in place. 1 LS T 9. Furnish Traffic Control Plans, and traffic control, in accordance with the City of Huntington Beach requirements, complete and in place. 1 LS $ �(Q $ 10. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in accordance with these plans and as required by law. 1 LS $ 11. Furnish and install 8-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in (9 place. 2 EA $ $ 12. Furnish and install 12-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in 2 EA place. 13. Furnish and install 16-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in 1 EA $ place. 14. Remove and dispose of hydrocarbon contaminated soil per OSHA and City of Huntington Beach requirements. 20 Cy $ 15. Import soil 20 CY $� $ C-15 PROJECT BID SCHEDULE E Watermain Replacement Project, Goldenwest Street, from Palm Avenue to Yorktown Avenue 16. Conduct preconstruction survey as required by the Contract Documents, including preparation and submission of all required reports, videos and 1 LS ��1 hoto ra hs complete. $ $ 17• Demobilization and Cleanup 1 LS $ . $ Sub -Total Amount for All Bid Items — SCHEDULE E $ 05 0 y 9 C-16 PROJECT BID SCHEDULE E Watermain Replacement Project, Alley Rehabilitation for All Sites Item No. Description Quantity Unit Unit Cost Total Cost 1. Install AC 982 Tons $ $ o 2. Install Aggregate Base (AB) 1875 Tons $_J 00 $ 3. Unclassified Excavation 1469 CY $ 4. Adjust Utility Cover 206 EA $ 5. Adjust Water Cover 18 EA $�� $02 6. Adjust Sewer/Storm Drain Manholes 9 EA $ ill $ 7. Remove/Construct Concrete Sidewalk 120 SF $ $ QV 0 8. Remove/Construct Concrete V-Ditch 10666 SF $_J $ 9. Remove/Construct Concrete Drive Approach including adjacent gutter 2715 SF $_JJ_ $ �. Sub -Total Amount for All Bid Items — SCHEDULE F $ q3 6)�6 PROJECT BID SCHEDULE G Watermain Replacement Project, Sewer Work for All Sites L,: 't7�;11'�i►a.� Item No. Description Quantity Unit Unit Cost Total Cost 1. Remove and replace existing sewer lateral sweep from to City RM. 12 EA chimney 2. Slipline existing chimney per City Std. 517 and remove and replace sewer lateral sweep from chimney to City & '� R/VV. 31 EA $ $� Sub -Total Amount for All Bid Items — SCHEDULE G $ Lq 1. 53 C-18 Sub -Total Bid Schedule A Sub -Total Bid Schedule B Sub -Total Bid Schedule C Sub -Total Bid Schedule D Sub -Total Bid Schedule E Sub -Total Bid Schedule F Sub -Total Bid Schedule G TOTAL BID AMOUNT, BASES OF AWARD (Schedules A-G) Tr7TAI Rin Amni INT IN UVr)Rr .q. #�sg2 <S/ 2 T3 a Sal C) 9t o q q 13Y o 131 �� s Notes: All extensions of unit prices will be subject to verification by Owner. In case of a verification between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-19 In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor. Portion .of Work Name and Address of Subcontractor State License Number Class l GEAIr�Ki. af�ni<�i �1 L4 114 By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-20 -. '� sat .�' !�'. j• ,, �' �� `^ - i jff ;oil ,t State of California ss. County of Gremge &^-tv yeti Stephen Woodworth , being first duly sworn, deposes and says that he or she is Secretary of Blois Construction, Inc. the parry making the foregoing bid that the bid is not made in the interest of, or on the 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, or 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 fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Subscribed and swo r- NOTARY PUBLIC Blois Construction, Inc. Name of Bidder Signatof Bidder 3201 Sturgis Road, Oxnard, CA 93030 Address of Bidder A.'-. 1 C "% n I n PLEASE SEE ATTACHED JURAT WITH AFFIANT STATEMENT C-21 CALIFORNIA JURAT WITH AFFIANT STATEMENT Sl See Attached Document (Notary to cross out lines 1-6 below) ❑ See Statement Below (Lines 1-5 to be completed only by document signer[s], not Notary) Signature of Document Signer No. 1 State of California County of Ventura DANIEL A. PAVAN Commiaalon 0 1708973 a llotary Public • California Ventura County __..CWM89*W0ec5,2010 + Place Notary Seal and/or Stamp Above Signature of Document Signer No. 2 (if any) Subscribed and sworn to (or affirmed) before me on this 12th day of July 20 10 by Date Month Year (1) Stephen Woodworth Name of Signer proved to me on the basis of satisfactory evidence to be the person who appeared before me (and (2) me of Signer proved to me on the basis of satisfactory evidence to be the person who appeared before me.) Signature ign ure of Notky Public J_ - OPTIONAL Though the information below is not required by law, it may prove valu- able to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Further Description of Any Attached Document Title or Type of Document: Non -Collusion Affidavit Document Date: July 12, 2010 Number of Pages: 1 Signer(s) Other Than Named Above: RIGHT THUMBPRINT RIGHT THUMBPRINT OF SIGNER #1 OF SIGNER #2 .p of thumb here 0 0 2009 National Notary Association • NationalNotary.org • NNA Members -Only Hotline 1-888-876-0827 Item #5910 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the 2010 Downtown Water Main, Replacement Project CASH CONTRACT No. 1361, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary 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 promised 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. Date: 7/12/2010 Blois Construction, Inc. Contractor By Secretary Title C-22 In accordance with Government Code Section 14310.5, the Bidder shall complete, under penalty of perjury, the following questionnaire. 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 M No If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-23 Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date: 7/12/2010 Blois Construction, Inc Contractor 1[�Wwllw�vem Secretary Title C-24 (To be completed only by the awarded Contractor prior to excavation) No excavation will be permitted until this form is completed and returned to the AGENCY. Section 4216/4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number, call Underground Service Alert at 1-800-422-4133 a minimum of two working days before scheduled excavation. Dig Alert Identification Number: Contractor Title Date: Note: This form is required for every Dig Alert Identification Number issued by US A. during the course of the Work. Additional forms may be obtained from the AGENCY upon request. C-25 1111117 WHZ ►- �_� _�_ _I BIDDER certifies that the following information is true and correct: Blois Construction, Inc. Bidder Name 3201 Sturgis Road Business Address Oxanrd CA 93030 City, I State Zip (805 ) 656-1432 Telephone Number 256065 A C-16 HAZ State Contractor's License No. and Class 1965 Original Date Issued 9/30/2010 Expiration Date The work site was inspected by Mike Ireland of our office on July 8th , 2010. The following are persons, firms, and corporations having a principal interest in this proposal: Blois Construction Inc. James Blois, President Stephen Woodworth, Secretary C-26 The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. Blois Construction, Inc. Company Name Stephen Woodworth Printed or Typed Signature Subscribed and sworn to_Wore me this v day of 92010. NOT,'RY PUBLIC / PLEASE SEE ATTACHED JURAT WITH AFFIANT STATEMENT NOTARY SEAL Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past two years: 1 2. 3. Please See Attached List Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Name and Address of Public Agency Type of Work Name and Telephone No. of Project Manager: Contract Amount Type of Work Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Date Completed Date Completed C-27 CALIFORNIA JURAT WITH AFFIANT STATEMENT dSee Attached Document (Notary to cross out lines 1-6 below) ❑ See Statement Below (Lines 1-5 to be completed only by document signer[s], not Notary) State of California Subscribed and sworn to (or affirmed) before me County of Ventura DANIEL A. PAYAN Comminion # 1708973 i Notary Public - Colifofnia IQVentura County CWm 6 Ue6 Dec 5, 20106 Ues Dec 5, 2010 Place Notary Seal and/or Stamp Above on this 12th day of July 20 10 by Date Month Year (1) Stephen Woodworth Name of Signer proved to me on the basis of satisfactory evidenceX- to be the person who appeared before me (.) (and (2) ame of Signer proved to me on a basis of satisfactory evidence to be the p rson whp appgwed before me.) Signature f Ufg ture of Notary Public OPTIONAL Though the information below is not required by law, it may prove valu- able to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Further Description of Any Attached Document Title or Type of Document: Bidder's Information Sheet Document Date: July 12, 2010 Signer(s) Other Than Named Above: Number of Pages: RIGHT THUMBPRINT RIGHT THUMBPRINT OF SIGNER #1 OF SIGNER #2 .p of thumb here Top of 0 2009 National Notary Association - NationalNotary.org - NNA Members -Only Hotline 1-888-876-0827 Item #5910 Completed in the Last 2 Years Over $400.000 CUSTOMER DESCRIPTION LOCATION Owner Date Completed Final Contract Amount Contact Person Contact Phone Number Skanska Bldg Sewer Water SD - West Hills Hospital West Hills West Hills Hospital 03/15/10 $505,356.00 Mike Steiner 408 593-4674 Douglas Barnhart Veterans Home Lancaster CA Lancaster Dept. of Gen. Real Estate Services Branch 02/28/10 $1,015,248.54 Dennis Ku kendall 805 983-1558 Castaic Lake Water Agency 20 000 LF of Steel Water Line Santa Clarita Castaic Lake Water Agency 02/01/10 $13,369,519.00 Ed Durazo 949 378-7318 CW Driver Sony Lot Offices Site Utilities Culver City Sony Pictures 01/31/10 $3,938,772.00 April Patterson 323 974-7203 Viola Constructors Veterans Home Ventura, CA Ventura Calif. General Services - Planning & Mgt 11/30/09 $719,144.04 Michael Viola 805 487-3871 DPR Construction, Inc. Corporate Pointe Commons - Sitswork West Hills Trammwell Crow Company 11/30/09 $542,248.00 Blake Luebke 949 955-3771 Casitas Municipal Water Dist. Rincon Pump Plant Rehab - Phase 2 Oak View Casitas Municipal Water District 07/24/09 $493,866.20 Neil Cole 805 649-2251 City of Fillmore Effluent Disposal and Reuse Pipeline Fillmore City of Fillmore 07/16/09 $1,992,260.91 Bert Rapp 805 524-1500 Turner Construction LAUSD Central Region High School #13 Los An eles LAUSD 06/16/09 $2,660,584.00 Jose Alda 213 216-8324 Centex Homes Milestone Lot 2 Santa Clarita Centex Homes 05/31/09 $652,304.43 Rick Bianchi 949 330-8547 Hathaway Dinwiddie CSUN Bldg S Science Bldg Northridge CSUN 03/20/09 $ 611 913.00 Candy Miller 213 236-0500 Calleguas MWD Brine Line Phase I Oxnard Calle uas Municipal Water District 02/28/09 $14,113,261.14 Bob Beamer 805 526-9323 Clo d Construction Tract 47786 - Sand Canyon Santa Clarita Clod Construction 02/23/09 $2 401,488.15 William Clod 661 313-5585 Diamond West Country Ridge Estate Calabasas Diamond Ridge Estate 01/26/09 $3,170,107.06 Dustin 818 871-9583 K. Hovanian I Forecast Homes Storm Drain - Lancaster 1 Lancaster K. Hovnanian Forecast Homes 01/20/09 $457,391.39 K. Hovnanian Homes 909 942-5888 Howard CDM, Ventura Gateway Sewer Lift Station Ventura Ventura Gateway, LLC 11/30/08 $546,624.45 Todd Calish 310 379-2674 Matt Construction Harvard Westlake Middle School Los Angeles_ Matt Construction 11/28/08 $2,204,583.00 Faron Van Dissel 562 903-2277 Bernards Bros. Inc. Calabasas Library & City Hall Calabasas City of Calabasas 09/20/08 $627,147.00 Mark Payton 818 262-9614 Calle uas MWD Brine Line Phase 1C Oxnard Calle uas Municipal Water District 07/09/08 $4,850,918.71 Kristine McCaffrey 805 579-7173 Page 1 of 1 A IfIll IS IS III() (If"RTIfy 11LIJAlf "I'lWrALLATION HAS COMPLE"FED THE PERIMA-LINER PRODUC COURSE AN ANANSTALLER FOR THE PLAMA-1-ATERAL LINING SYSTEM. 1"m sea I IN Thig terfiflesto 1% proof of tht undersigned®s *uptrlur troining mccom plishment.'The certificate holder Is now an exclusive installer of the Per ma-LattralUsing Sotem. OCTOBER A02 AR� [Y'RULSTIA - PRESIDLN"I idsa`�f� lisp. Certificate # �k, _,.__ Certificate of Completion Of VOW -as for the City bf Loo Ann' lie tested and li pp�v 'tube !resin system as supplied by Applied Felts andla�tetplastiog COAVE 8190 ViAyl EsOr Min. This trIliD1194 looludes the proper steerage, handling, mixing, wetting out, and #mmllsdoift af'the product In accaardw* With. specif V 464al prokribed in the provisions of the City of Los Angeles. This cortitlwalien IN horeby grtaan"d to: Select Tronchl ss Pipelines INC. TO OARY that W 011e has completed to satisfaetlao City of Los Angeles Trai nftig Garealatodt January 20, 2004 end good !until January 25, 2009 rY � 6196 1241e Ave Largo, FL 33773 ERRY 'HULSTER -PRESIDENT '' �rJ!/1 "�<.=�i'.,: �lJ `�d�:4•�` F '' , \� rf:=ate E :r ' '4M1�i DNA Bid Bond (Percentage) KNOW ALL PERSONS BY THESE PRESENTS, That we Blois Ccnstruction, Inc. of Oxnard. CA, hereinafter referred to as the Principal, and Western Surety Company as Surety, are held and firmly bound unto City of Huntington Beach of Huntington Beach, CA, hereinafter referred to as the Obligee, in the sum of Ten Percent of the amount bid Dollars ($100/6), for the payment of which we bind ourselves, our legal representatives, successors and assigns, jointly and severally, firmly by these presents. Whereas, Principal has submitted .or is about to submit a proposal to Obligee on a contract for: 2010 Downtown Water Main Replacement Project #1361 NOW, THEREFORE, if the said contract be awarded to Principal and Principal shall, within such time as may be specified; enter into the contract in writing and give such bond or bonds as may be specified in the bidding or contract documents with surety acceptable to Obligee; or if Principal shall fail to do so, pay to Obligee the damages which Obligee may suffer by reason of such failure not exceeding the penalty of this bond, then this obligation shall be void; otherwise to remain in full force and effect. SIGNED, SEALED AND DATED this 9th day of July, 2? 010 Blois Construction, Inc. Western Surety Company (Surety) P P• B (Seal) Shirley ittell Attorney -in -Fact SUR-23054-D2 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Ventura On July 9, 2010 before me, Judith A. Benites, Notary Public Date Here Insert Name and Title of the officer personally appeared Shirley L i t t e l l Name(s) of Signer(s) Ju01TH A. BENITES Commission # 1871651 � i Notary Public -California Ventura county p� Comm. Expires Nov 20, 2013 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), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Place Notary Seal Above Signature of Notary Public 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 this form to another document. Description of Attached Document Title or Type of Document: M. :• 6 Document Date: July 9. 2010 Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General Attorney in Fact • ❑ Trustee Top of thumb here ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Wpttprn Surety C� y Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): _ ❑ Partner — ❑ Limited D General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHTTHUMBPRINT, OF SIGNER '✓✓4�............ -'✓ti4'-,ti444'•✓4�4C'✓.4'y4�'✓.4':vti \✓: •✓4'✓4�•'✓ti�"✓4�✓4�✓.4\✓.4�✓ti4`✓4�✓4'•✓4\✓A✓4�✓.44C✓. \✓4�✓� •✓'4`J4`;✓', Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents; That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Shirley Littell, Individually of Oxnard, CA, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and.executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 23rd day of March, 2010. A. �aery� WESTERN SURETY COMPANY � o} . s�\SE Ab Paul . Bruflat, Senior Vice President State of South Dakota ss County of Minnehaha On this 23rd day of March, 2010, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires + s D. KRELL November 30, 2012 i AL NOTARY PUBLIC sEAt j i(RSOUTH DAKOTAQ i +tititiYtitititi♦tititiastititi4titiMtiyti � D. Krell, No ary Public CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 9 t h day of J U 1 y 2010 -Ps�sEr}o. WESTERN SURETY COMPANY 'W Q_POgq�v$ CAV•p L. Nelson, Assistant Secretary Form F4280-09-06 City of Huntington Beach 2000 Main Street • Huntington Beach, CA 92648 OFFICE OF THE CITY CLERIC JOAN L. FLYNN. CITY CLERK November 1, 2010 Cedro Construction 120 E. Santa Maria Santa Paula, CA 93060 RE: CC-1361 — 2010 Downtown Water Main Replacement Project Enclosed please find your original bid bond for CC-1361. Sincerely, Joan L. Flynn, CIVIC City Clerk JF:pe Enclosure Sister Citi6?#b6WpcJsVd&rgtA@i"Wr&cNew Zealand ( Telephone: 714-536-5227 ) L.P-6�o Lmstkvc"m 120 6 5P"TA MAKA P� 5AKTA PALA LA I CR q 3D (o 0 2010 JUL 12 PH 1: 05 O'L t tk w lr-k CfnSWjAc:Ajw OF �-b k C) -Dawr4b w n W A40 fflAin KP,?6c-ernw+ -Ir-0jec: CP64A con-MACT t\-ko. 1�61 CA %Ado W" Zola SECTION C PROPOSAL for the CONSTRUCTION OF 2010 Downtown Water Main Replacement Project CASH CONTRACT No. 1361 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL, OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids, the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The 15t Notice to Proceed will be issued for materials procurement. After undersigned submits proof of materials procurement and a detailed construction schedule to AGENCY, and after AGENCY issues a written approval of undersigned's construction schedule, AGENCY will then issue a 2nd Notice to Proceed to the undersigned to commence immediately with the physical site work thereafter to be completed within a One Hundred and Eighty (180) working day Construction Period. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids C-1 and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find A in the amount of $ which said amount is not less than 10% of the ag egte of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond", as the case may be). Bidder shall signify receipt of all Addenda here, if any: C-2 PROJECT BID SCHEDULE A l Watermain Replacement Project, Alley Between 16th Street and 17th Street, from Pecan Avenue to Palm Avenue; from Olive Avenue to Orange Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS $/Z 5 $ /Z/ 5o0 2. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on 1275 LF $ 10q $ 1395-1s- these plans, complete and in place. 3. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these in 1 LS $/5 44q $ / plans, complete and place. 4. Remove and salvage existing fire hydrant including removing bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, and surface repair as shown on these plans, complete and in 3 EA 4-/ LZ 'S place. $27 $ 5. Chlorination and testing of all new water mains and 1 LS $ 0G30 $ giG appurtenances, complete and in place. 6. Furnish traffic control, in accordance with the City of Huntington Beach requirements, complete and in 1 LS $G 3S G3 S place. 7. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in 1 LS $�,g�5 $ accordance with these plans and as required by law. 8. Furnish and install 6-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and EA $ $ in place. 1 4 G C-3 PROJECT BID SCHEDULE A i Watermain Replacement Project, Alley Between 16th Street and 17tb Street, from Pecan Avenue to Palm Avenue; from Olive Avenue to Orange Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 9. Furnish and install 8-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and s(o3 L S (, 3 in place. 1 EA $ 1 $ 10. Furnish and install 12-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and EA (073 $ �%3 2 in place. 1 $ r r- 11. Furnish and install new 1-inch polyethylene water service, including pipe fittings, valves and connection to existing %-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and 36 EA $ (� 35 $ Z 2 �(ob surface repair, complete and operative in place. i 12. Furnish and install new 1-inch polyethylene service, including pipe fittings, valves, and connection to existing 1-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and 22 EA �Z $ Zoi3z1- surface repair, complete and in place. $ 13. Construct new fire hydrant assembly, including furnishing and installing new bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, and surface repair as shown on these plans, complete and 3 EA 5ZG3 f 5 7 $ in place. 14. Remove existing meter box 1 EA $ 303 $ 3 c 3 15. Remove existing valve box and cover 1 EA $ 7 2 9 $ 7 z g C-4 PROJECT BID SCHEDULE A l Z Watermain Replacement Project, Alley Between 16th Street and 17th Street, from Pecan Avenue to Palm Avenue; from Olive Avenue to Orange Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 16. Remodel existing sewer house connection laterals conflicting with proposed waterline, including, pipe, fittings, cleanout, and appurtenances, disposal of excessive earth material, imported pipe zone fill, and one sack slurry backfill, in accordance with the contract drawings. 16 EA $ 17. Provide temporary water service 1 LS $Q$, (, $ �40a 18. Remove and dispose of hydrocarbon contaminated soil CY 3 $ 4- 5a per OSHA and City of Huntington Beach requirements. 25 $ 19. Import soil 25 CY $ f!o $ /1 00 20. Conduct preconstruction survey of existing homes and street as required by the Contract Documents, including preparation and submission of all required 1 LS $ $ Zif 70 reports, videos and photographs complete. 21. Demobilization and Cleanup 1 LS T$40-100 $ /ti %-rc' Sub -Total Amount for All Bid Items —SCHEDULE A $ 3� Zlv C-s PROJECT DID SCHEDULE B Watermain Replacement Project, Alley Between 6th Street and 7th Street, from Orange Avenug to Acacia Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS $ / y,W $ t 5 �� 2. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these plans, complete and in place. 785 LF $ I 1 O $ g63Sa 3. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these plans, complete and in place. 1 LS $ i $ 4 Remove and salvage existing fire hydrant including removing bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, and surface repair as shown on these plans, complete and 1 EA $ 27 $ ? ¢/ in place. 5. Construct new fire hydrant assembly, including furnishing and installing new bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, and surface repair as shown on these plans, complete.and in place. 1 EA $ $ SSaa g. Chlorination and testing of all new water mains and in 1 LS $ 4- 3 $ appurtenances, complete and place. 7. Furnish traffic control, in accordance with the City of Huntington Beach requirements, complete and in 1 LS place. $ 8. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in 4� 3 a accordance with these plans and as required by law. 1 LS $ b $ C-6 PROJECT BID SCHEDULE B Watermain Replacement Project, Alley Between 6th Street and 7th Street, from Orange Avenue to Acacia Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 9. Furnish and install new 1-inch polyethylene water service, including pipe fittings, valves and connection to existing'/ -inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and 3 Gj OS a surface repair, complete and operative in place. 30 EA $ $��� 10. Furnish and install new 1-inch polyethylene service, including pipe fittings, valves, and connection to existing 1-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and EA $/Zj O/L On - surface repair, complete and in place. 13 $ 11. Furnish and install new 2-inch polyethylene water service, including pipe, fittings, valves, connection to existing 1'h-inch metering assembly abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and Sd surfacer pair, complete and operative in place. 1 EA $ �� $ 12. Remodel existing sewer house connection laterals conflicting with proposed waterline, including, pipe, fittings, cleanout, and appurtenances, disposal of excessive earth material, imported pipe zone fill, and one sack slurry backfill, in accordance with the contract /0oa $ 7, o0O drawings. 7 EA $ 13. Remove and dispose of existing 4-inch unknown pipeline, including pipe, fittings, trench excavation, and disposal of excess earth material, complete and in /S $ ///715 place. Bid Item is fully rejectable by the City. 785 LF $ 14. Furnish and install 8-inch 11 % degree elbow with thrust block per City Standard 614. Bid Item is fully % 5 D 3 0 00 rejectable by the City. 4 EA $ $ 15. Remove and dispose of hydrocarbon contaminated soil $ 7400 per OSHA and City of Huntington Beach requirements. 20 CY $ C-7 PROJECT BID SCHEDULE B Watermain Replacement Project, Alley Between 6th Street and 7th Street, from Orange Avenue to Acacia Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 16. Import soil 20 CY $_70 $ l¢°' Conduct preconstruction survey of existing homes and 17 street as required by the Contract Documents, including preparation and submission of all required 1 LS $/, io $ 50 reports, videos and photographs complete. 18. Demobilization and Cleanup 1 LS $/,� 5i3 $/�Z 5/ Sub -Total Amount for All Bid Items — SCHEDULE B $ 0 C-8 PROJECT BID SCHEDULE C Watermain Replacement Project, Alley Between Lake Street and Main Street, from Orange Avenue to 6th Street BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS $ I Z,S-60 $ z' Sn 2. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these plans, complete and in place. 750 LF $ I ( Z. $ $`4� 000 3. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these plans, complete and in place. 1 LS $ Og(o $ 9.a&b 4. Provide temporary water service 1 LS $Z 74 $�474- 5. Chlorination and testing of all new water mains and appurtenances, complete and in place. 1 LS 00 $ 4,S00 6. Furnish traffic control, in accordance with the City of Huntington Beach requirements, complete and in place. 1 LS $ Z D $5 Z 0d 7. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in accordance with these plans and as required by law. 1 LS $�i008 $ D00 8. Furnish and install new 1-inch polyethylene water service, including pipe fittings, valves and connection to existing %-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and in 24 EA $1�,2� surface repair, complete and operative place. C-9 PROJECT BID SCHEDULE C Watermain Replacement Project, Alley Between Lake Street and Main Street, from Orange Avenue to 6th Street BID ITEMS 9. Furnish and install new 1-inch polyethylene service, including pipe fittings, valves, and connection to existing 1-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and surface repair, complete and in place. 1 EA $A ZL- $ Z* 10. Furnish and install new 2-inch polyethylene service, including pipe fittings, valves, and connection to existing 2-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and surface repair, complete and in place. 1 EA $1 DSO _ $ 1•1T 11. Furnish and install new 4-inch fire service including pipe fittings, valves, and connection to existing 4-inch metering assembly, abandonment of existing line, removal of existing valve, trench excavation, disposal of excess earth material, pipe bedding, compaction, appurtenances, and surface repair, complete and in place. 1 EA 12. Remove existing valve box and cover 4 EA $ 1 SO O OOd 13. Remove and salvage existing fire hydrant including removing bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, and surface repair as shown on these plans, complete and in place. 2 EA $'Z$ 00 $ 5,606 14. Construct new fire hydrant assembly, including furnishing and installing new bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, and surface repair as shown on these plans, complete and in place. 2 EA $5 p $ 1D, l.oa 15. Remove existing meter box 4 EA $ $ C-10 PROJECT BID SCHEDULE C Watermain Replacement Project, Alley Between Lake Street and Main Street, from Orange Avenue to 6th Street BID ITEMS 16. Furnish and install 6-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in place. 1 EA $ %, 000 17. Furnish and install 8-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in place. 1 EA $ ,boo $Lb60 18. Remove and dispose of hydrocarbon contaminated soil per OSHA and City of Huntington Beach requirements. 20 Cy $ 3%0 19. Import soil 20 CY $ 70 20. Conduct preconstruction survey of existing homes and street as required by the Contract Documents, including preparation and submission of all required 1 LS $ IS71)0 $ t960 reports, videos and photographs complete. 21. Demobilization and Cleanup 1 LS $ t l z.S-D $ t 11 2s6 Sub -Total Amount for All Bid Items — SCHEDULE C $ 2� �, 6: + C-11 PROJECT BID SCHEDULE D Watermain Replacement Project, Alley Between 13th Street and 14th Street, West of Main Street BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS $ oo $ D60 2. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on $ I 1 Z $ boo these plans, complete and in place. 250 LF 3. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these '�O $ �' 2-60 plans, complete and in place. 1 LS 4. Chlorination and testing of all new water mains and $ So0 $ 7..,500 appurtenances, complete and in place. 1 LS 5. Furnish traffic control, in accordance with the City of $,Soo $ -3, COO Huntington Beach requirements, complete and in place. 1 LS 6. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in accordance with $3,0do $3OD6 these plans and as required by law. 1 LS 7. Furnish and install new 1-inch polyethylene water service, including pipe fittings, valves and connection to existing %-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and $ b $ IgOS surface repair, complete and operative in place. 3 EA 8. Remove existing valve box and cover 1 EA $ 3SD $--3Sp _ C C-12 PROJECT BID SCHEDULED Watermain Replacement Project, Alley Between 13th Street and 14th Street, West of Main Street BID ITEMS Remodel existing sewer house connection laterals conflicting with proposed waterline, including, pipe, 9 fittings, cleanout, and appurtenances, disposal of excessive earth material, imported pipe zone fill, and one sack slurry backfill, in accordance with the contract drawings. 3 EA $ 1,000 $ 3t000 10. Remove and dispose of hydrocarbon contaminated soil $ 5 00 $ 211&00 per OSHA and City of Huntington Beach requirements. 5 CY 11. Import soil $ 100 $ SOa 5 CY Conduct preconstruction survey of existing homes and 12 street as required by the Contract Documents, including preparation and submission of all required reports, 1 LS $ J 00 0 $ I 000 videos and photographs complete. 13. Demobilization and Cleanup $4'19ov $ `F'Soo 1 LS Sub -Total Amount for All Bid Items — SCHEDULE D $ C-13 PROJECT BID SCHEDULE E Watermain Replacement Project, Goldenwest Street, from Palm Avenue to Yorktown Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS $ lo,Soo $ Io,SOa 2. Furnish and install 6-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these plans, complete and in place. 7 LF $ 100 $ '?oo 3. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these plans, complete and in place. 235 LF $ 130 $3DSSO 4. Furnish and install 12-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these plans, complete and in place. 360 LF $ �40 $$0,400 5. Furnish and install 8-inch DI Class 350 watermain including all potholing, pipe valves, fittings, cathodic protection, polyethylene encasement, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these plans, complete and in place. 155 LF $ 121 $ logs 6. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these 1 LS $ q,s� $ 4,S�o plans, complete and in place. fi] U C-14 PROJECT BID SCHEDULE E Watermain Replacement Project, Goldenwest Street, from Palm Avenue to Yorktown Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 7. Remove existing valve box and cover 6 EA $ISO $ 4,So0 8. Chlorination and testing of all new water mains and appurtenances, complete and in place. 1 LS $IZ,S7ao $ IZ� oa 9. Furnish Traffic Control Plans, and traffic control, in accordance with the City of Huntington Beach requirements, complete and in place. 1 LS sm 000 $ 2S,00o 10. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in accordance with these plans and as required by law. 1 LS $tS-p�o $ IS,o06 11. Furnish and install 8-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in place. 2 EA $ r�, suu $93�060 12. Furnish and install 12-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in place. 2 EA $-) rSbU $ ISM u00 13. Furnish and install 16-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in place. 1 EA $1 O(Qb $ ID D 14. Remove and dispose of hydrocarbon contaminated soil per OSHA and City of Huntington Beach requirements. 20 CY $ 400 15. Import soil 20 Cy $ Lo $ I,b6o C-15 PROJECT BID SCHEDULE E Watermain Replacement Project, Goldenwest Street, from Palm Avenue to Yorktown Avenue BID ITEMS 16. Conduct preconstruction survey as required by the Contract Documents, including preparation and submission of all required reports, videos and 1 LS $ 1 SOo $ ► $'po hoto ra hs complete. 17. Demobilization and Cleanup 1 LS $ t2, Soo $ I Z,SO0 Sub -Total Amount for All Bid Items —SCHEDULE E $ 240 43S C-16 PROJECT BID SCHEDULE F Watermain Replacement Project, Alley Rehabilitation for All Sites BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Install AC 982 Tons $ IoZ Mo I 2. Install Aggregate Base (AB) 1875 Tons $ S l $ 6q 1-3'1 Y' 3. Unclassified Excavation 1469 Cy $ GO $2&, I W 4. Adjust Utility Cover 206 EA $ ZO $ '79 5. Adjust Water Cover 18 EA $ 31S $_S4_.�70 6. Adjust Sewer/Storm Drain Manholes 9 EA $ 413 $ 2s 7. Remove/Construct Concrete Sidewalk 120 SF $ IZ•bq $ I,SIZ 8. Remove/Construct Concrete V-Ditch 10666 SF $ IZ- b0 $1341-3gl.66 9. Remove/Construct Concrete Drive Approach including adjacent gutter 2715 SF $ 1g•4o $51,3�3•k Sub -Total Amount for All Bid Items — SCHEDULE F $ 450001 , Do I o PROJECT BID SCHEDULE G Watermain Replacement Project, Sewer Work for All Sites BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Remove and replace existing sewer lateral sweep from chimney to City R/W. 12 EA $ t, S00 $ It, 000 2. Slipline existing chimney per City Std. 517 and remove and replace sewer lateral sweep from chimney to City R/W. 31 EA $ L, 000 $ (o2� 000 Sub -Total Amount for All Bid Items —SCHEDULE G $ ft 000 C-18 PROJECT BID SCHEDULE TOTALS CC-1361 WATERMAIN REPLACEMENT PROJECT Sub -Total Bid Schedule A Sub -Total Bid Schedule B Sub -Total Bid Schedule C Sub -Total Bid Schedule D Sub -Total Bid Schedule E Sub -Total Bid Schedule F Sub -Total Bid Schedule G TOTAL BID AMOUNT, BASIS OF AWARD (Schedules A-G) 3-71,12� 7-b-7 1 (, Z n7- (�"Z`% (00 f -- q 5 .e 2 10 e r 50g ID , bo 1 961 b00 p 109 t 303. TOTAL BID AMOUNT IN WORDS: / ei e �%��� lJv.,, ./'�-/3C Notes: All extensions of unit prices will be subject to verification by Owner. In case of a verification between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-19 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor. By submission of this proposal, the Bidder certifies:. 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-20 1®NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDEN AND SUBMITTED WITH BID State of California ss. County of Orange Z '; , being first duly sworn, deposes and says that he or she is V/CG GS ties /- of 11s y" /jam, the party making the foregoing bid that the bid is not made in the interest of, or on the 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, or 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 fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. C C e4-e C o/i6 r. Name idd r Signature of Bidder /Zo &%' S.#.® 7,4 " P ¢ osA'r*v Address of Bidder Subscribed and sworn to before me this 61 k day of ::M I tj , 2010. ,c SUieFrJl �HANOACom "s Notary Public - California Ventura County nay Comm. E.r�iros Auk 12, 2fl11 NOTARY PUBLIC )c' � ^1Pk-cye, cil o,�c,o NOTARY SEAL C-21 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the 2010 Downtown Water Main Replacement Project CASH CONTRACT No. 1361, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary 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 promised 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. Date: —7112, 12a /D Contr or 2 By G G cr7 Title C-22 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 14310.5, the Bidder shall complete, under penalty of perjury, the following questionnaire. 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 WNo If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-23 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date: Z 2v/O C e d� -o Contractor /� 2f By Vl e-e f f,ds� d .e -r Title C-24 UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBER (To be completed only by the awarded Contractor prior to excavation) No excavation will be permitted until this form is completed and returned to the AGENCY. Section 4216/4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number, call Underground Service Alert at 1-800-422-4133 a minimum of two working days before scheduled excavation. Dig Alert Identification Number: C.���v ��� vG�i Z;C, Contractor By \// C C Title Date: �2 20ll� Note: This form is required for every Dig Alert Identification Number issued by U.S.A. during the course of the Work. Additional forms may be obtained from the AGENCY upon request. C-25 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder Name /Za e 6`100 74 Business Address 154,v -/W ���lti �3 0 City, State Zip (S) �Z.$_ C S ? Telephone Number %7 -51 4-3 � State Contractor's License No. and Class 2. 4. / -P -V T ielnal Date Issued 3i Expiration Date Zv /2 av The work site was Y inspected b 4;,V-C4rW1j**4t-0-0ur office on � G , 2010. p— The following are persons, firms, and corporations having a principal interest in this proposal: sec'. C-26 B j The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. Company Name L gy Printed or Subscribed and sworn to NOTARY PUBLIC of Bidder/f �ti ; % 1A1*1 0 10'r Z Signature this day of SEE ATTACHED CERTIFICATE , 2010. u-\ NOTARY SEAL Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past two years: 1. SEE may-- ewe:s `� d67. 2. 3. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Name and Address of Public Agency Type of Work Name and Telephone No. of Project Manager: Contract Amount Name and Address of Public Agency Type of Work Name and Telephone No. of Project Manager: Date Completed Date Completed Contract Amount Type of Work Date Completed C-27 J U RAT State of Grilifornia County of Orange 0 o 0 0 0 0 0 0 o 0 0 0 0 0 0 0 000.00 coo o 0 o 0 ss Attached doe bears embossment Subscribed and sworn to (or affirmed) before me on this day of 20 t0 byG«GJ�u.� proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. ILYA ZARITSKIY 4 COMMISSION 81821466 0 U Notary Pink - C81it0mis _ y lOS ANGELES COUNTY My Comm. Expbes Nov. 2. 2012 100000000a0va one sage OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification /Paper Identification Credible Witness(es) Capacity of Signer: Trustee Power of Attorney CEO/CFO/COO President I Vice -President / Secretary I Treasurer Other: Other Information. Thumbprint of Signer Check here if no thumbprint or fingerprint is available. CEDRO CONSTRUCTION INC PROJECT: OWNER: YEAR DOLLAR AMOUNT SANFORD STORM DRAIN IMPROVEMENTS CITY OF OXNARD 2003 $ 1,300,126.00 305 WEST THIRD STREET OXNARD, CALIFORNIA 93030 (805) 385-7832 DOC DELFIN OXNARD AIRPORT STORM DRAIN VENTURA COUNTY DEPARTMENT OF 2002 $ 826,000.00 IMPROVEMENTS AIRPORTS (805)388-4205 CALABASAS RECYCLED WATER LINE LAS VIRGENES MUNICPAL WATER 2002 $ 631,646.00 DISTRICT (818) 251-5100 LINDSAY CAO LEWIS ROAD & DAILY DRIVE CITY OF CAMARILLO 2002 $ 366,000.00 WATER LINE RELOCATION (805) 444-6383 DAVID KLOTZLE PLEASANT VALLEY ROAD IMPROVEMENTS CITY OF PORT HUENEME 2001 $ 600,126.00 (805) 986-6563 LUIS LUNA DORLAND & MILTON WATER IMPROVEMENT CITY OF WHITTIER DAVID COLLOSI 2003 $ 666,123.00 (562)464-3520 OC-9 TRANSMISSION MAIN CITY OF HUNTINGTON BEACH 2O04 $ 3,000,000.00 (714) 536-5431 SKYLINE RESERVOIR PIPELINE VENTURA COUNTY WATER 2005-2006 $ 1,160,000.00 (805) 654-3805 LONG BEACH WATER LINE CITY OF LYNNWOOD (310) 603-0220 ELIAS SAIKALY 2006 $ 986,000.00 BLOOMFIELD AVE STORM DRAIN CITY OF HAWAIIAN GARDENS R.J. WILSON (562) 420-2641 2007-2008 $ 1,300,126.00 MCCARREL CANYON STORM DRAIN CITY OF RANCHO PALOS VERDES ALLEN BRAATVEDT (310) 544-5272 2008-2009 $ 6,366,626.00 INTERNATIONAL FIDELITY INSURANCE COMPANY BOND NO: CEDCO-441 KNOW ALL MEN BY THESE PRESENTS: That we, CEDRO CONSTRUCTION, INC. (hereinafter called the Principal), and INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and doing business under and by virtue of the laws of the State of NEW JERSEY, and duly licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the laws of the State of CALIFORNIA, as Surety, are held and firmly bound unto CITY OF HUNTINGTON BEACH (hereinafter called the obligee) in the sum equal to 10% of the accompanying bid of the Principal, not, however, in excess of TEN PERCENT OF THE TOTAL AMOUNT BID Dollars ($10% OF BID AMOUNT), for the payment of which, well and truly to be made, we hereby bind ourselves and our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT WHEREAS, the above bounden Principal as aforesaid, is about to hand in and submit to the obligee a bid for 2010 DOWNTOWN WATER MAIN REPLACEMENT PROJECT JOBIBID# 1361 accordance with the plans and specifications filed in the office of the obligee and under the notice inviting proposals therefore. NOW, THEREFORE, if the bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the principal thereupon by the said obligee, and said principal shall enter into a contract and bond for the completion of said work as required by law, then this obligation to be null and void, otherwise to be and remain in full force and effect. IN WITNESS WHEREOF, said principal and said Surety have caused these presents to be duly signed and sealed this 28th day of JUNE, 2010. CEDRO CON U N INC BY: INSURANCE COMPANY BY: RANDY 0 Attorney-in- Qr,ITY //j/� IN TESTIMONY WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer, this 16th day of October; A.D. 2007. 0 VOA ��� INTERNATIONAL FIDELITY INSURANCE COMPANY SEAL r" y 1904 � STATE OF NEW JERSEY County of Essex Secretary On this 16th day of October 2007, before me came the individual who executed the pprecedingg instrument, to me personally known, and, being by me duly sworn, said the he is the therein described and authorized officer of the INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seal affixed to said instrument is the Corporate Seal of said Company; that the said Corporate Seal and: his signature were duly affixed by order of the Board:of.Directors of said Company. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of ORANGE On June 28, 2010 before me, Erika Guido, NOTARY PUBLIC_, personally appeared RANDY SPOHN ® 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), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of ,. . ERIKA GU00 r California that the foregoing paragraph is true and correct. N- - COMM. # 1843731 ::E NOTARY PUBLIC CALIFORNIA o WITNESS my5/Y d and official seal. 3 ORANGE COUNTY - 'l My comm. expires May 5, 2013 �t Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER ❑ PARTNER(S) ❑ LIMITED ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) City ®f Huntington Beach 2000 Main Street • Huntington Beach, CA 92648 OFFICE OF THE CITY CLERK JOAN L. FLYNN CITY CLERK November 1, 2010 Delmac 4050 Verdugo Rd. Los Angeles, CA 90065 RE: CC-1361 — 2010 Downtown Water Main Replacement Project Enclosed please find your original bid bond for CC-1361. Sincerely, Joan L. Flynn, CIVIC City Clerk JF:pe Enclosure Sister Citi�lfbl WpcjsVaM/rgt, g"ti.rdzcNew Zealand ( Telephone: 714-536-5227) 2010 JUL 12 1F"I 1: 51 m ®ELMAG State Lb.#742M 4050 Verdugo Rd,. Los Angeles, Ca 90065 City of Huntington Beach 2010 ®own Town Water Main Replacement Project 2000 Main Street Huntington Beach, CA 92648 SECTION C PROPOSAL for the CONSTRUCTION OF 2010 Downtown Water Main Replacement Project CASH CONTRACT No. 1361 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL. OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids, the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The I" Notice to Proceed will be issued for materials procurement. After undersigned submits proof of materials procurement and a detailed construction schedule to AGENCY, and after AGENCY issues a written approval of undersigned's construction schedule, AGENCY will then issue a 2nd Notice to Proceed to the undersigned to commence immediately with the physical site work thereafter to be completed within a One Hundred and Eighty (180) working day Construction Period. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids C-1 and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find &D koo in the amount of $ % 0 7 which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or 'Bidder's Bond", as.the case may be). Bidder shall signify receipt of all Addenda here, if any: tJ DA,�C C-2 PROJECT BID SCHEDULE A Watermain Replacement Project, Alley Between 16th Street and 17th Street, from Pecan Avenue to Palm Avenue; from Olive Avenue to Orange Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS $12 &V $ 11�, 2. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on LF $ 80. — $/0,I&O these plans, complete and in place. 1275 3. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these 1 LS $3 $ plans, complete and in place. .� 4. Remove and salvage existing fire hydrant including removing bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, and surface repair as shown on these plans, complete and in 3 EA = Av l place. $ $ 5. Chlorination and testing of all new water mains and LS $6m $ appurtenances, complete and in place. 1 6. Furnish traffic control, in accordance with the City of Huntington Beach requirements, complete and in LS e $ place. 1 $J`�ODD .��D 7. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in 1 LS ss-ar $ accordance with these plans and as required by law. 8. Furnish and install 6-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and 1 EA $ $ E in place. C-3 PROJECT BID SCHEDULE A Watermain Replacement Project, Alley Between 16th Street and 17th Street, from Pecan Avenue to Palm Avenue; from Olive Avenue to Orange Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 9. Furnish and install 8-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and $��� in place. 1 EA $_ 10. Furnish and install 12-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and 1 EA el.cc $_ $� in place. 11. Furnish and install new 1-inch polyethylene water service, including pipe fittings, valves and connection to existing %-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and surface repair, complete and operative in place. 36 EA $ 12. Furnish and install new 1-inch polyethylene service, including pipe fittings, valves, and connection to existing 1-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and 22 EA $�l�®O $24"2Gv surface repair, complete and in place. 13. Construct new fire hydrant assembly, including furnishing and installing new bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, and surface repair as shown on these plans, complete and EA $ c $ ear in place. 3 14. Remove existing meter box 1 EA $ ,�� $ 15. Remove existing valve box and cover 1 EAR $ C-4 PROJECT BID SCHEDULE A Watermain Replacement Project, Alley Between 16t6 Street and 17th Street, from Pecan Avenue to Palm Avenue; from Olive Avenue to Orange Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 16. Remodel existing sewer house connection laterals conflicting with proposed waterline, including, pipe, fittings, cleanout, and appurtenances, disposal of excessive earth material, imported pipe zone fill, and one sack slurry backfill, in accordance with the contract 16 EA $, C $ 9. drawings. 17. Provide temporary water service 1 LS $� a $ LZO 18. Remove and dispose of hydrocarbon contaminated soil �� �D. per OSHA and City of Huntington Beach requirements. 25 Cy $ $ 19. Import soil 25 CY $ 45- $ 20. Conduct preconstruction survey of existing homes and street as required by the Contract Documents, including preparation and submission of all required 1 LS $ � $ p e reports, videos and photographs complete. 21. Demobilization and Cleanup 1 LS $-.5"aV $ SaV �G Sub -Total Amount for All Bid Items — SCHEDULE A $ 24V 125— i C-5 PROJECT BID SCHEDULE B Watermain Replacement Project, Alley Between 6th Street and 7th Street, from Orange Avenue to Acacia Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS T $ If —let? Cr 2. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these in 785 LF a. � e plans, complete and place. $ 3. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these plans, complete and in place. 1 LS $T $ 4 Remove and salvage existing fire hydrant including removing bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, and surface repair as shown on these plans, complete and 1 EA $ $ in place. 5. Construct new fire hydrant assembly, including furnishing and installing new bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, and surface repair as shown on these plans, complete and in 1 EA place. $may $. g. Chlorination and testing of all new water mains and 1 LS $ appurtenances, complete and in place. $ 7. Furnish traffic control, in accordance with the City of Huntington Beach requirements, complete and in 1 LS place. 8. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in these by law. 1 LS accordance with plans and as required C-6 PROJECT BID SCHEDULE B Watermain Replacement Project, Alley Between 6th Street and 7th Street, from Orange Avenue to Acacia Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 9. Furnish and install new 1-inch polyethylene water service, including pipe fittings, valves and connection to existing %-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and 30 EA $ surface repair, complete and operative in place. 10. Furnish and install new 1-inch polyethylene service, including pipe fittings, valves, and connection to existing 1-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and EA �' $ c $ surface repair, complete and in place. 13 11. Furnish and install new 2-inch polyethylene water service, including pipe, fittings, valves, connection to existing 1 Y2-inch metering assembly abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and 1 EA $� surface repair, complete and operative in place. 12. Remodel existing sewer house connection laterals conflicting with proposed waterline, including, pipe, fittings, cleanout, and appurtenances, disposal of excessive earth material, imported pipe zone fill, and one sack slurry backfill, in accordance with the contract EA e $� e $ drawings. 7 13. Remove and dispose of existing 4-inch unknown pipeline, including pipe, fittings, trench excavation, and disposal of excess earth material, complete and in �• $ place. Bid Item is fully rejectable by the City. 785 LF $ 14. Furnish and install 8-inch 11 % degree elbow with thrust block per City Standard 614. Bid Item is fully 4 EA rejectable by the City. 15. Remove and dispose of hydrocarbon contaminated soil CY $ per OSHA and City of Huntington Beach requirements. 20 C-7 PROJECT BID SCHEDULE B Watermain Replacement Project, Alley Between 6th Street and 7th Street, from Orange Avenue to Acacia Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 16. Im ort soil p 20 CY $ Conduct preconstruction survey of existing homes and 17 street as required by the Contract Documents, including preparation and submission of all required 1 LS $, $ �/� re orts, videos andphotographs complete. 18. Demobilization and Cleanup 1 LS $ S". Sub -Total Amount for All Bid Items — SCHEDULE B $ 0?2 ® �-D _ c C-s PROJECT BID SCHEDULE C Watermain Replacement Project, Alley Between Lake Street and Main Street, from Orange Avenue to 6th Street BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS $� 2. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on LF /� $ k42 ! $� these plans, complete and in place. 750 3. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these 1 LS $ 22 $ M. plans, complete and in place. 4. Provide temporary water service 1 LS $ 4M $ 5. Chlorination and testing of all new water mains and 1 LS $� appurtenances, complete and in place. 6. Furnish traffic control, in accordance with the City of Huntington Beach requirements, complete and in 1 LS $� place. 7. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in by law. 1 LS $� $ accordance with these plans and as required 8. Furnish and install new 1-inch polyethylene water service, including pipe fittings, valves and connection to existing %-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and �� surface repair, complete and operative in place. 24 EA $ $ ne C-9 PROJECT BID SCHEDULE C Watermain Replacement Project, Alley Between Lake Street and Main Street, from Orange Avenue to 6th Street BID ITEMS g. Furnish and install new 1-inch polyethylene service, including pipe fittings, valves, and connection to existing 1-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and �. surface repair, complete and in place. 1 EA $ $ 10. Furnish and install new 2-inch polyethylene service, including pipe fittings, valves, and connection to existing 2-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and 1 EA $ _ $ 25 surface repair, complete and in place. 11. Furnish and install new 4-inch fire service including pipe fittings, valves, and connection to existing 4-inch metering assembly, abandonment of existing line, removal of existing valve, trench excavation, disposal of excess earth material, pipe bedding, compaction, appurtenances, and surface repair, complete and in 1 EA.,v� "" $ place. 12. Remove existing valve box and cover 4 EA 13. Remove and salvage existing fire hydrant including removing bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, and surface repair as shown on these plans, complete and in 2 EA place. 14. Construct new fire hydrant assembly, including furnishing and installing new bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, and surface repair as shown on these plans, complete and in 2 EA c place. $® r- $ 15. Remove existing meter box 4 EA $ $ / C-10 PROJECT BID SCHEDULE C Watermain Replacement Project, Alley Between Lake Street and Main Street, from Orange Avenue to 6th Street BID ITEMS 16. Furnish and install 6-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and 1 EA a cc in place. $ $ 17. Furnish and install 8-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and 1 EA CC $ er $ ��� in place. 18. Remove and dispose of hydrocarbon contaminated soil per OSHA and City of Huntington Beach $ ZW, requirements. 20 CY $ 19. Import soil 20 CY $ $ 20. Conduct preconstruction survey of existing homes and street as required by the Contract Documents, including preparation and submission of all required 1 LS $�jlj $ reports, videos andphotographs complete.ae 21. Demobilization and Cleanup 1 LS $ 45 Sub -Total Amount for All Bid Items — SCHEDULE C $ 7?!5)6, C-11 PROJECT BID SCHEDULED Watermain Replacement Project, Alley Between 13th Street and 14th Street, West of Main Street BID TTEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS $ "^$ —� 2 2. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust replacement, as shown on �� , 21, restraint, and pavement $ $ these plans, complete and in place. 250 LF 3. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these $ plans, complete and in place. 1 LS 4. Chlorination and testing of all new water mains and CC appurtenances, complete and in place. 1 LS $ — 5. Furnish traffic control, in accordance with the City of 7�-�,, Huntington Beach requirements, complete and in place. 1 LS $ -� 6. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in accordance with $J�� these plans and as required by law. 1 LS $ 7. Furnish and install new 1-inch polyethylene water service, including pipe fittings, valves and connection to existing %-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and of $ $ surface repair, complete and operative in place. 3 EA $ $ 8. Remove existing valve box and cover 1 EA C-12 PROJECT BID SCHEDULED Watermain Replacement Project, Alley Between 13th Street and 14th Street, West of Main Street BID ITEMS Remodel existing sewer house connection laterals conflicting with proposed waterline, including, pipe, 9 fittings, cleanout, and appurtenances, disposal of excessive earth material, imported pipe zone fill, and one sack slurry backfill, in accordance with the contract �C $ �� drawings. 3 EA $ 10. Remove and dispose of hydrocarbon contaminated soil $ $ per OSHA and City of Huntington Beach requirements. 5 CY 11. Import soil $ /� $ 5 CY Conduct preconstruction survey of existing homes and 12 street as required by the Contract Documents, including preparation and submission of all required reports, 1 LS $ / 9 $ �9 videos and photographs complete. 13. Demobilization and Cleanup $ $ 1 LS p CIc �a 02- �_ Sub -Total Amount for All Bid Items - SCHEDULE D $ C-13 PROJECT BID SCHEDULE E Watermain Replacement Project, Goldenwest Street, from Palm Avenue to Yorktown Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS A� $77iw $ e, 0 —9, q 2. Furnish and install 6-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these and in 7 LF de c� plans, complete place. $ 3. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on � ee these plans, complete and in place. 235 LF $ OL 4. Furnish and install 12-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these in 360 LF plans, complete and place. 5. Furnish and install 8-inch DI Class 350 watermain including all potholing, pipe valves, fittings, cathodic protection, polyethylene encasement, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these plans, in 155 LF %��j, ' C complete and place. $ $ 6. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these plans, complete and in place. 1 1 LS $ $ C-14 PROJECT BID SCHEDULE E Watermaiin Replacement Project, Goldenwest Street, from Palm Avenue to Yorktown Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 7. Remove existing valve box and cover 6 EA $ , a� Cc $�/ 8. Chlorination and testing of all new water mains and 54 appurtenances, complete and in place. 1 LS $ SM $ �! 9. Furnish Traffic Control Plans, and traffic control, in accordance with the City of Huntington Beach in 1 LS �� requirements, complete and place. $�� $ 10. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in accordance with by law. 1 LS 6W. these plans and as required $ $ 11. Furnish and install 8-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in 2 EA ce $ $ place. 12. Furnish and install 12-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in EA ��,��--�aft $� place. 2 13. Furnish and install 16-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in /� place. 1 EA $ 7 $ 14. Remove and dispose of hydrocarbon contaminated soil per OSHA and City of Huntington Beach requirements. 20 CY $ $ Sao, 15. Import soil 20 CY $ c� $ 6_ C-15 PROJECT BID SCHEDULE E Watermain Replacement Project, Goldenwest Street, from Palm Avenue to Yorktown Avenue BID ITEMS 16. Conduct preconstruction survey as required by the Contract Documents, including preparation and submission of all required reports, videos and 1 LS VC $ 2/� $ ��p� photo ra hs complete. 17. Demobilization and Cleanup 1 LS $ $ � E $ /3 /c' %t2 Sub -Total Amount for All Bid Items — SCHEDULE C-16 PROJECT BID SCHEDULE F Watermain Replacement Project, Alley Rehabilitation for All Sites BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Install AC 982 Tons $y. $ 2. Install Aggregate Base (AB) 1875 Tons $� ` $� 3. Unclassified Excavation 1469 CY $ $ 4. Adjust Utility Cover 206 EA $ r $ 5. Adjust Water Cover 18 EA $ '%Z. $ 6. Adjust Sewer/Storm Drain Manholes 9 EA $ c 7. Remove/Construct Concrete Sidewalk 120 SF $ /o $ 8. Remove/Construct Concrete V-Ditch 10666 SF $ �S 9. Remove/Construct Concrete Drive Approach including adjacent gutter 2715 SF o� $ /� $ Sub -Total Amount for All Bid Items —SCHEDULE F $ '/o:Z ��� PROJECT BID SCHEDULE G Watermain Replacement Project, Sewer Work for All Sites BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Remove and replace existing sewer lateral sweep from to City R/W. 12 EA ' $ chimney $. 2. Slipline existing chimney per City Std. 517 and remove and replace sewer lateral sweep from chimney to City R/W. 31 EA Sub -Total Amount for All Bid Items — SCHEDULE G c A C-Is PROJECT BID SCHEDULE TOTALS CC-1361 WATERMAIN REPLACEMENT PROJECT Sub -Total Bid Schedule A Sub -Total Bid Schedule B Sub -Total Bid Schedule C Sub -Total Bid Schedule D Sub -Total Bid Schedule E Sub -Total Bid Schedule F Sub -Total Bid Schedule G TOTAL BID AMOUNT, BASIS OF AWARD (Schedules A-G) TOTAL BID AMOUNT IN WORDS: '?�� 004; C� Notes: All extensions of unit prices will be subject to verification by Owner. In case of a verification between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-19 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor. &1A4 '//V a/. S72/RiA16 //11C. ��2�6 C / � /.' 0 20 2H, �32 q c®�✓/ Tic ��c • -� 9Q� C' /6 A2 %ZIP-�F(G eZyu7A25Y_9fA_� . /K/C . 6oXA04 23/ Z_. COY ss OA.) Sv/L .4LG/S0 /R�G/SP12/�S'. //UC• % 11-M N4wc A) 17, N.fis Y ���6� C14C ��/ �S . //VC . By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-20 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of Orange P-A f t 1 �J FM 4 M I , being first duly sworn, deposes and says that he .c=sl-W is PR CS / 1' C,-nI r of h E H 6 -L Co tJ STfZu CT7 ?,, r� the parry making the foregoing bid that the bid is not made in the interest of, or on the 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, or 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 fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. �l%�hll4C co J% TRU C- k c d J 4 bCV_ _ 1 M C- ame of Bidder Signature ofBid` er q O S0 /gip 1) U 6 L I ( r- C Address of Bidder 116 NO �- Subscribed and sworn to before me this )agday of 't;L L , 2010. NOTARY PUBLIC VIRGINIA JIRANIAN Commission # 1846229 Notary Public - California a a Los Angeles County My Comm. Expires Apr 25, 2013 NOTARY SEAL C-21 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the 2010 Downtown Water Main Replacement Project CASH CONTRACT No.1361, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary 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 promised 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. Date: "1 - 1,2_ l 0 'bFtHACanjSr&uc(!a� q-D&VETO HCAJ7, arc ontractor B, Title C-22 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 14310.5, the Bidder shall complete, under penalty of perjury, the following questionnaire. 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? U Yes 'CI No If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-23 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date: 7 — / cP _ / 0 `�L k- �o�s�ir2t,�cma+� gLDL�VE�-O�K��i; Contractor 9 q(? CS/ / E/J-F- Title C-24 UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBER (To be completed only by the awarded Contractor prior to excavation) No excavation will be permitted until this form is completed and returned to the AGENCY. Section 4216/4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number, call Underground Service Alert at 1-800-422-4133 a minimum of two working days before scheduled excavation. Dig Alert Identification Number: Contractor Title Date: Note: This form is required for every Dig Alert Identification Number issued by U.S.A. during the course of the Work. Additional forms may be obtained from the AGENCY upon request. C-25 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: T)CLHA-C- C0�Jsf/eCfc-Tin&J �LVL%LoPP��n�+, LNG Bidder Name Llo so ✓ee o UC, Business Address L v � "U o-n, Ck �U (0 City, State Zip ( 3a3) a S-1` R 7 Telephone Number 7Va0?S— A 9�-46 State Contractor's License No. and Class t /0_ 3/_ / i 9 Original Date Issued /o - -3 Expiration Date The work site was inspected by 0 / 9' of our office on , 2010. The following are persons, firms, and corporations having a principal interest in this proposal: �2,1q ttf (J EIN r-H L P EAC0 � C-26 The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. / Company ame Signature of Bidder A- d ( IJ L' q A-H l 1E S Printed or Typed Signature Subscribed and sworn to before me this /clay of Tu t-`( NOTARY PUBLIC , 2010. VIRGINIA JIRANIAN Commission # 1846229 Notary Public - California - sa Los Angeles County My Comm. Expires Apr 25, 2013 / " NOTARY SEAL. Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past two years: 5 E- C- W l' '6 C /f E-0 o j �cTS CV� .i212e-r q—�S ► 0kV f 1. FA 3. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Name and Address of Public Agency Type of Work Name and Telephone No. of Project Manager: Contract Amount Name and Address of Public Agency Type of Work Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Date Completed Date Completed C-27 o� 6 Deya70 e Vl -I R! � G DELMAC State Lic. # 742075 07/12/10 To Whom It May Concern: Following are some of the formal public projects, which are in progress: Dana Middle School: Joint Use New Gymnasium. Contract amount $2,8 8 1,000.00 Scheduled completion November/2010. Contact person Gary Attrridge (626) 254- 8334 LA Pierce College -South of Mall, Contract Amount $1,560,5500.00 Scheduled completion December/2009, CONTACT PERSON Daniel A. Robb (213) 996-2589 Los Angeles Unified School District: Van Nuys )EIS -Fire Alarm Project, Contract amount $1,848,000. Scheduled completion August/2010 Mark Alvarez (818) 394-2571 Verdugo Hills -Grandstand Renovation & New J Bldg -Contract Amount $948,000.00, Scheduled completion July/2010, John Metover (818) 394-2577 More references could be provided upon request. Sincerely(--) Ramin Emami President Delmac Construction & Development, Inc. 4046 Verdugo Road, Los Angeles, CA 90065 Phone: (323) 258 — 2397 Fax: (323) 258 - 2838 e Val, oil � c DELMAC o State Lie. # 742075 07/12/10 To Whom It May Concern: Delmac Construction and Development, Inc. were incorporated in State of California on June 27, 1997. We hold California General Contractor License Number 742075, Classification B, and A. We have successfully completed the entire Public Work Projects awarded to us efficiently having no Liquidated Damages on our record. We are currently under maintenance contract with Pasadena City College and Bob Hope Airport. Following are some of the formal public projects, which were completed in the past 7 years: 1) Bob Hone Airport (Over 75 Project between 1999 —Present), Miscellaneous Tenant Improvement doing metal stud framing and drywall for total of in exceed of $1,500,000.00. Contact Person: Mr. Dan Dittman 818-381-3416 Bob Hope Airport Authorities -Bob Hope Airport — Terminal `B' In Line EDS Baggage Screening. $4,208,000.00 completed February-2009. Contact person Mr. Dan Dittman 818- 381-3416 2) Pasadena City College Remodeling $3,500,000.00 Dr. Van Pelt 626-585-7621(Over 60 Proiects between years 2000 — Present). • Math and Science Building Tenant Improvement which included building ofrces, classrooms, and partition wall using 20 gauge metal studs and installation of T-bar ceiling in all the offices Work completed summer of2004. Magnitude $300,000.00 • Miscellaneous metal stud framing and drywall and building partitions around the campus Completion summer of2005 for the magnitude of close to $400.000.00. Replacement of Exterior Windows at Building CAdmin, Contract Amount. $1,200, 000.00 • Additional Miscelanous Modernization Proiect around the Campus for the total of $1,500,000.00 3) Los Angeles Unified School District (20 Different Schools Proiects) • Modernization of Auditorium of Huntington Park High School, Contract amount $445,000.00, completed on March of 2006. Contact Person: Mr. Ron Alderson @ 323-566-1095 • Hollywood High School Gym AC Modernization, $3,310,000.00 completed on August 2008: Sean Morrow @(213) 633 - 3612 • Meyler ES and 232"d ES Modernization of Fire Alarm, $515,000.00 4046 Verdugo Road, Los Angeles, CA 90065 Phone: (323) 258 — 2397 Fax: (323) 258 -2838 a \'p 6 D a va/'o - LEO c v DELMAC o State Lic. # 742075 Contact Person: Mr. Keyser Lam 31.0-678-9508 • McBride Special Education Center HVAC, $1,798,000.00 completed November 2008. Contact person Patty Alspaugh (310) 253-7867. • Job Order Contract 0730005 — Master contract for a duration of 3 years executing work up $1,000,000.00 (per project) total contract amount$10,000.000.00 ending November/2009. • Job Order Contract 0730026 — Master contract for a duration of 3 years executing work up $1,000,000.00 (per project) total contract amount$10,000.000.00 ending June/2009. Paul Metover (213) 241-0438 • Madison MS HVAC, $1,059,000.00 completed March 2009. Contact person Mark Alvarez (818) 394-2571. • Thomas King MS HVAC, $747,000.00. Completed October 2008. Contact person Robert Veramontez (213) 633-3535. • McBride Special Education Center - Main Buildings HVAC. $1,798,000.00 scheduled completion November/2008. Patty Alspaugh 818-402-2747 • Madison Middle School — Gymnasium Air-conditioning. $1,059,000.00 scheduled completion November/2009. Mark Alvarez 310-749-2392 4) Whittier Union High School District. Modernization of Gym @ LA SERNA HIGH SCHOOL. $1,300,000.00 Mr. Eric Neihouse could be reached @ 562-698-8121. Completion November, 2006. Construction of Offices inside the gymnasium, using metal stud framing and 5/8" gypsum board which was done by Delmac's force. 5) Cerritos Redevelopment Agency: Cerritos Sheriff's Station- Expansion. $4,900,000.00 scheduled completion November/2009. Contact person Kanna Vancheswaran 562-916-1231 6) Los Angeles Community College District: • LACCD, LA VALLEY COLLEGE CAMPUS RESTROOM MOD: CONTRACT AMOUNT $1,800,000.00, CONTACT PERSON MR. Nathan Chambers could be reached at 818-756-0963 • LA Trade Tech- Child Development Project. CONTRACT AMOUNT $988,000.00 Scheduled completion May/2009, CONTACT PERSON Belinda M. Ituralde More references could be provided upon request. Sincerely O Ramin E President Delmac Construction & Development, Inc. 4046 Verdugo Road, Los Angeles, CA 90065 Phone: (323) 258 — 2397 Fax: (323) 258 -2838 State of California Secretary of State I, BRUCE McPHERSON, Secretary of State of the State of California, hereby certify: That the attached transcript of page(s) was prepared by and in this office from the record on file, of which it purports to be a copy, and that it is full, true and correct. IN WITNESS WHEREOF, 1, execute this certificate and affix the Great Seal of the State of California this day of 2 7 2005 BRUCE McPHERSON Secretary of State . Sec/Mate Form CE-108 (REV 03131105) w$ t ,,_r�-i. `.. v,A F.',^�r.-•,rr-. 'vS''.:LUNT . M ARTICLES OF INCORPORATION of Delmac Construction & Development, Inca g§t694�. In the otllce of (be Secretary at Blare al Ihallale of Catl;arah ,I I! N 2 7 1991 Intl JOfiES, Ss ry of Blots The name of this corporation is: Delmse Construction & Development, Inc. II The purpose of the corporation is -to engage in any lawtid act or activity for which a corporation may be organised under the General Corporation Law of California other than the banking business, the trust company business or the practice a profession -permitted to be incorporated by the California Corporation Code. III The name and address in the State of California. of this corporation's initial agent for service of process is: Name: Ramin Emami Street Address: 15000 Ventura Blvd. , Suite 355 City: Sherman Oaks State: California Zip Code: 91403 IV This corporation is authorized to issue only one class of shares of stock; and the total number of shares which this corporation is authorized to issue is Ten Thousand Shares. Ramin Eman i , Incorporator %,. Aeve-l"- State of- Californi . Secretary of State I, BRUCE McPHERSON, Secretary of State of the State of California, hereby certify: That the attached transcript of � page(s) was prepared by and in this office from 'the record on file, of which it purports to be a :copy, and that. it is full, true and correct. IN WITNESS WHEREOF, I execute this certificate and affix the Great Seal of the State of California this day of MO 2 7 2005 BRUCE'McPHERSON Secretary of State Sec/State Form CE-108 (REV OM1/05) State of Callfotnoa Secretary of State STATEMENT OF INFORMATION {' (Domestic Stock Corporation) FEES(Filing and Disclosure : $25.00. If amendment, see instructions. IMPORTANT —READ INSTRUCTIONS BEFORE COMPLETING THIS FORM 1. CORPORATE NAME (Please do hot alter If name is preprinted:) C1986994 DELMAC CONSTRUCTION & DEVELOPMENT, INC. PO BOX 2001 GLENDALE CA 91209 In the off FILE rm of the� ry of State t e State of California APR 0 4 2005 This Spaco,For Filing Use Only DUE DATE. 06-30-05 CALIFORNIA CORPORATE DISCLOSURE ACT (Corporations Code section 1500-1) A,publicly traded corporation must file with the Secretary of State a. Corporate Disclosure Statement (Form SI-PT) annually, within 150 days after the end of its fiscal ear.,' Please see reverse foradditional''intormation regarding ublici :traded.cor orations.. NO CHANGE STATEMENT 2': If there has:been no change in any 04he information contained in the last'Statement of Information filed with the Secretary of'State, check the box and proceed to Item 15. If there have been any changes to the information contained ,in the fast Statement:of Information filed with the Secretary of State, or no Statement hat, been previously filed, this, form must be completed in its ent'irety:- COMPLETE,ADDRESSES FOR THE FOLLOWING (Do not abbreviatelhe name of the city. items) and4.cannotbe P.O. Boxes:) 3. STREET ADDRESS:OF PRINCIPAL EXECUTIVE :OFFICE' CITY AND STATE ZIP CODE, f:S S 4. STREET'ADDRESS OF PRINCIPAL BUSINESS OFFICEIN IF ANY CITY STATE ZIP CODE CA NAMES AND COMPLETE ADDRESSES OF THE FOLLOWING OFFICERS. (The corporation musthavethese three officers: A comparable titttle for the specific off icermay be added; however; the preprinted tities,onthis form must not be.altered.) 5. ,HIEF EXECUTIVE OFFICER/ ADDRESS „_ CITY AND STATE ZIP CODE f fV1I cM,4Ajj I i72q JH/L1- DAL- . 1' 4 1 6: 'SECRETAR 1 ADDRESS CITY AND STATE ZIP CODE` CAM !N E/vfj3J�i 1 .�A+�� L CHIEF FINAN IAL OFFICER/ ADDRESS CITY:AND STATE ZIPCODE rNAMES AND COMPLETE ADDRESSES OF ALL DIRECTORS, INCLUDING DIRECTORS WHO ARE ALSO OFFICERS .(The corporation t have at.least one.director.:Attach additional pages, if necessary.) NAME ADDRESS CITY AND STATE ZIP CODE" M �,.�1 AMAn i (ersAi /1t,,NAME" ADDRESS CfTY AND STATE ZIP CODE / A11�NAME. ADDRESS T N CITY AND STATE ZIP CODE ';-MAA4I 1v43 11. NUMBER OF VACANCIESON THE ;aOARD O.F DIR C RS,.IF ANY: AGENT FOR SERVICE OF PROCESS If thew ent is an individual, the agent must reside in California:and item 13 must be. completed with a Califomia address. If he agent is another corporation, the agent.must have,on file with the California Secretary of State a certificate pursuant to Corporations Code section 1505 and Item 13 must be left blank.) 12. NAME,OF AGENT, FOR SERVICE OF PROCESS 13:. ADDRESS OF AGENT FOR SERVICE OF PROCESS IN CALIFORNIA, IF AN INDIVIDUAL CITY Y-)s-0l F-oo(AtLV )V _ (f--)LErIhAIF " CP- STATE 01 6 14. DESCRIBE THE TYPE OF BUSINESS OF THE CORPORATION ���—�J(- fD�� 15: BY SUBMITTING THIS STATEMENT OF INFORMATION TO THE SECRETARY O TATE, ORPORATION CERTIFIES THE INFORMATION CO N TAIHEREIN, INCLUDING ANY ATTACHMENTS, IS TRUE AND CORRECT, TYPE O PRINT„NAME OF PERSON COMPLETiNG:THE FORM SIGNATURE TITLE. SI-200 NIC (REV 0312005) APPROVED BY SECRETARY OFSTATE Q12852S SECRETARY OF STATE 1, BILL JONES, Secretary of State of the State.of California, hereby certify: That the annexed transcript hasbeen compared with the corporate record on fil e in this office, of Which it purports to be a copy, and that same is full, true and correct. IN WITNESS WHEREOF, I execute this certificate and affix''the:Great Sea] of the State of California thf� is JUN 3 01997 lis ',9 '-sn hat. this 1P, 1: ri j. Secretary of State , �jt . - I G ND1,312 FIE UE-al.. BY. A-- --? 7 (-),Q/ LOeI3 4 6994 FND01'jSec In mo otllce Of Iho ac,o a, of Me SIMP ..� .,oii�. ��el State JUN 27 1997 ARTICLES OF INCORPORATION of -� Delman Construction & De eii o �elopment, .Inc.. s, se e ry o! Slale The name of this corporation is:. :. DeImac Construction & DeveIopment, Inc. II The purpose of the corporation is to, engage in any lawful act or activity for which. a corporation may be organized under the General Corporation Law of California other than the banking business, the trust company business or the -practice a profession permitted to be incorporated by the California Corporation Code. III The name and address in the State of California of this corporation's initial agent for service of process.is: Name: Raisin Emami Stre,et..Address: 15000 Ventura Blvd. r Suite_ 555, City: Sherman Oaks State: California Zip Code: 9140 IV This corporation is authorized to issue only bne.class of shares of stock;, and the total number of shares which this corporation is authorized to issue is Ten Thousand Shares. ' R:arhin Emanii , Incorporator i. t xact �� P- California - Jones ry of State Secreta \G; STATEMENT BY DOMESTIC STOCY���- �u 1. DO NOT ALTER PREPRINTED NAME: IF ITEM 1 IS BLANK, PLEASE ENTER C C198699"4 DELMAC CONSTRUCTION & DEVELOPMENT, INC. NAME AND NUMBER. ENDORSED FILED In the Dike o! tha Secretaryof State o('the State of Califomia AUG 2.9 2001 BILL BONES, Seowry of Slate 2• STREET ADDRESSOF PRINCIPAL EXECUTIVE OFFICE; CITY AND STATE Z1P CODE C, -L.117ALc, Q1 3: STREET.ADDRESS OF PRINCIPAL BUSINESS OFFICE IN CALIFORNIA, IF ANY CITY ZIP CODE 5 ns - YED2av c o (o qCA t a . MAILING ADDRESS CITY AND',STATE ZIP CODE d: x a.0 EXECLjTIVE i OFFICER/ .. - C.. +' p 6. SECRETARY DDRESS C17Y AND STATE ZIRCODE' 1 , 7. MOO; FINANtIAL OFFICER/ ADDRESS CITYAND-STATE pap PIE f � tr1a ?u n ;:.}Iir t ,���rc�t}rn. ,?T£ - - r° a�' m nI ¢!a a� , �= 1� .Ir-� .Ha u �aNe'q �c' ae ..u.s �c.Anti�••.J� �..:bntSl Cts"r�1r,+n',.'-{ - Z yqi n a (( r.�,„ �Yqi ; .P..t" f•,t '� �. -{�1� I Yr, i, �..`�.;St1i.�., 'uS <I. ri�.1.- e `i p, ` Fi i rn l.l'y4 as , F. n ca I .t . Ith n1.'. aa. ,y'. �1��� -5.� kt )^E_"•�'_""".'^q r_ 4..'r- N t L� s tl y }" _. d ii i ��ui r„ t�{fi ..: .r 94^ifi�i"� .� .,5. �•7 r}tI'..i.n.t OWN 8. NAME ADDRESS AND • - . . t \ f ADDRESS . . . ' CITY AND STATE- .. ... .. j - L. E i -,: 11 11. NUMBER OF VACANCIES ON THE BOARD`OF DIRECTORS, IF ANY, fJ 12. CHECK THE APPROPRIATE PROVISION BELOW AND NAME THE AGENT FOR SERVICE OF PROCESS: ( 1,M INDIVIDUAL RESIDING,IN CALIFORNIA`, ( CORPORATION WHICH HAS'FILED-A CEEI�RQTIFFgICATEAAPURSUANT TO SECTION 1505 OF THE CALIF ORNIA'CORP,ORATIONS CODE: AGENT'S NAME: .1 { 13. ADDRESS OF THE AGENT FOR SERVICE OF PROCESS IN CALIFORNIA, IF AN INDIVIDUAL CITY ZIP CODE; CA 141: DESCRIBE THE TYPE OF BUSINESS OF THE CORPORATION C0 y� Jj 15. 1 DECLARE THAT I HAVE EXAMINED THIS STATEMENT AND TO THE BEST OF MY KNOWLEDGE AND BELIEF, IT IS TRUE, CORRECT AND COMPLETE. I ®&77�=4 ; I YPEOR PRINT NAME OF SIGNING OFFICER OR AGENT ORIGINAL SIGNATURE TITLE �T DATE SO.-M wC(REV. 1.1/99) Approved 'by: -Secretary of State I CERTHOLDER COPY SC P.O. BOX 420807, SAN FRANCISCO,CA 94142-0807 CERTIFICATE OF WORKERS' COMPENSATION INSURANCE ISSUE DATE: 05-10-2010 AON SC PO BOX 54670 LOS ANGELES CA 90054-0670 GROUP: 000497 POLICY NUMBER: 0001427-2009 CERTIFICATE ID: 12 CERTIFICATE EXPIRES: 03-01-2011 03-01-2010/03-01-2011 This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon 10 days advance written notice to the employer. We will also give you 10 days advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policy listed herein. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate of insurance may be issued or to which it may pertain, the insurance afforded by the policy described herein is subject to all the terms, exclusions, and conditions, of such policy. V thorized Representative Interim President and CEO EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE. ENDORSEMENT #1600 - EMAMI, RAYMOND P,S T - EXCLUDED. EMPLOYER DELMAC CONSTRUCTION & DEVELOPMENT, INC. SC 4050 VERDUGO RD LOS ANGELES CA 90065 [KDK,CN] PRINTED : 05-10-2010 MEV.1.2010) ,4C® CERTIFICATE ®F LIABILITY INSURANCEF2/25 D /DD,YY /2010 PRODUCER (800) 450-8013 FAX: (800) 434-8053 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Target Financial & Insurance Services ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 6630 Flanders Drive HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. License #0743582 San Diego CA 92121 I INSURERS AFFORDING COVERAGE NAIC # INSURED INSURERA:Century Surety Company Delmac Construction & Development, Inc INSURERB:United Financial Casualty Co P.O. Box 2001 INSURERC:Mt. Hawley Ins. —� CA 91209 CnVFRAPFR 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSRD LT - TYPE OF INSURANCE POLICY NUMBER POLICY EFFECIT E POLICY EXPIRATIONINIRRID LIMITS GENERAL LIABILITY EACH OCCURRENCE $` 1,000,000 A X X ' COMMERCIAL GENERAL LIABILITY _I CLAIMS MADE F_^J OCCUR I CP615449 8/28/2009 8/28/2010 DAMAGE TO RENTED PREMISES (Ea ocum—I $ 100 , 000 MED EXP(Anyone Person) _ $ . ________ 5"000 PERSONAL &ADV INJURY $ 1-1000, 000 GENERAL AGGREGATE S 2, 000L000 GEN'L __ AGGREGATE LIMIT APPLIES PER: X] POLICY 1 PRO LOC PRODUCTS - COMPIOP AGG _ $ 1,000,000 AUTOMOBILE LIABILITY AUTO COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 B I 1 ALL OWNED AUTOS SCHEDULED AUTOS b18086537 2/25/2010 2/25/2011 - BODILY INJURY (Per person) ` _71ANY $ X HIRED AUTOS NON -OWNED AUTOS _ BODILY INJURY (Per ardent) _ — $ X PROPERTY DAMAGE _-..__ ._._._._---------------_-_._. -- (Per accident) S GARAGE LIABILITY j AUTO ONLY - EA ACCIDENT S --- OTHER THAN -"EA ACC AUTO ONLY: AGG'-S -.... —'------- — — S ANY AUTO 1 ---------- EXCESS / UMBRELLA LIABILITY X, OCCUR CLAIMS MADE ( EACH OCCURRENCE S 4 000 000 AGGREGATE $ 4 L000, 000 $ C DEDUCTIBLE EM0312386 11/12/2009 11/12/2010 S RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETORIPARTNER/EXECUTIVE r--j OFFICER/MEMBER EXCLUDED? ! I I ( WC STATU- I I OTH- ZSI E---- —___-- E.L EACH ACCIDENT $ — E.L. DISEASE - EA EMPLOYE - $ (Mandatory in to NH) N yes, describe under SPECIAL PROVISIONS below —--"'--" E.L. DISEASE - POLICY LIMIT --- -- "''—" , $ OTHER i i DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS RE: First Avenue Middle School Campus Alterations and new music building. Mccarthy Building Companies, Inc, & the Arcadia Unified School District & Their Respective Elected or appointed officers, officials, employees, and volunteers, & the architecture added as additional insureds with respect to the General Liability. a waiver of subrogation applies *10 Days Notice of Cancellation for Non -Payment of Premium/30 Days All Others. Certificate Holder is Named as Additional Insured per the Attached Endorsement. Revised 2/25/10 supercedes all others. CFRTIFICATF HCLDFR CANCFI I ATIr%KI (626) 254-9958 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION Arcadia Unified School District DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30* DAYS WRITTEN 234 Campus Dr. Arcadia, CA 91007 NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Carl Savoia/KRG ACORD 25 (2009/01) 01988-2009 ACORD CORPORATION. All rights reserved. INS025 (200901) The ACORD name and logo are registered marks of ACORD r FACILITIES SERV DIV Fax:213-241-8384 Jul 30 2008 11:21 P.01 4 Ramon C. Cortines Superintendent of School July 30, 2009 Ramin Emaml Owner An es Unified `drool Facilities Services Division I Delmac Construction & Development, �Inc. 4050 Verdugo Road Los Angeles, CA 90065 Re: Certification of Small Business nterprlse (SBE) Status Dear Business Owner: Thank you for submitting your application for Small Business Enterprise (SSE).certtficr 'School District (LAUSD). Per our evaluation of the Information you, provided in your apl Industry Classification System code you identified, your status as an SBE with LAUSD specified below. LAUSD is pleased to Issue this $BE certificate subject to the following r NAICS code(s) for which SBE status isIrecognized: 6220 SSE Certificate Effective Date: 07130 009 SBE Certificate Ekpiration Date: 07130 2012 1 Work performed by your firm that falls within the above 'referenced NAICS codes) will I for work performed on LAUSD contracts. To maintain a valid SBE Certificate "after thn renew' your self certification with LAUSO or register, with the Small Business"Administra expiration date referenced above expires. to the Los Ang Jon and the Nor .been approved counted as SBE I years with LAUSi ri before the SBE Guy Mehuln FFacllluss Exeamlve �s Unified American r"the term you must LAUSD reserves the right to withdraw this certification if at any time it is determined tt at certification wat knowingly obtained by false, misleading or incorrect information. LAUSD reserves the right to au Jill all statements. If any firm attempts to falsify or misrepresent inf ation to obtain certification, LAUSD may, in its sole discretion, dis jualify this firm from participation in an LAUSD co acts for a period of up to five years. This SBE "cemficabon is recognized .'y the Metropolitan Water District of Southern lifomia and its re 'procating agencies accosting to the same terms and conditions. If there are any changes in you status that may impact your certification; you are required to notify the LAUSD Small Business Program Office imme'diE tely at (213) 241473. Sincerel Michael elan Assistant Manager, Small Business Pro! 333 South Seaudry Avenue, 2e hi -or, Los Angeles', CA 90017 aTelephone (213) 241-4973 • ax (213) 241-6845 I" _ I Delbadmenl of GOV Oeneral Services mo BUILDING GREEN •BUYING GR.EEN. -WORKIhG GREEN Active Certifications 'A Id' 15 00 0 Doing Business Page 1 of 1 Vendor Account Number: 9386 Mr. Ramin Emami Delmac Construction and Development, Inc. P.O.BOX 2001 Glendale, CA, 91209 Certified Small Business Enterprise Thank .you for submitting your Vendor Application seeking Small Business Enterprise recognition with a Coalition of Southern California, Public Agenices. Per our evaluation of the information you provided in your application, and the North American Industry Classification System codes you identified, your status as a Small Business Enterprise (SBE) has been approved. This certification is recognized by the following organizations: Metropolitan Water District of Southern San Diego County Water California City of San Diego Authority ,A Minority Business Development Agency Los Angeles Uni>ied School District Port of Los Angeles Los Angeles Community College District Metropolitan is pleased to issue this SBE Certificate subiect to the terms and conditions identified below: NAICS code(s) for which SBE status is recognized: 236220 SBE Certificate Effective Date: 03/13/09 SBE Certificate Expiration Date: 03/12 12 Work Performed by your firm that falls within the above -mentioned NAICS code(s) will be counted as SBE participation for work performed on contracts procured by the above agencies. The agencies reserve the right to withdraw this certification if at any time it is determined that certification was knowingly obtained by false, misleading or incorrect information and reserve the right to audit all statements. If any firm attempts to falsify or misrepresent information to obtain certification, the firm may be disqualified from participation in any contracts for a period of up to five years. SBE Certification is valid for a period of three (3) years. To maintain SBE status, firms must update their existing SBE Vendor Application on or before the expiration date mentioned above. All information is subject to verification. If there are any changes in your status that may impact your certification, you are required to update your account information online. A copy of your information can be viewed by logging into the NETConnect system, choosing "Edit Profile". and selecting the link to the "Small Business Certification Status". Sincerely, John 1. Arena Metropolitan Water District of Southern California Business Outreach Program Manager 700 N. Alameda Street, Los Angeles, California 90012 Mailing Address: Box 54153, Los Angeles, CA 90054-0153 Telephone (213) 217-7444 fileWCADocuments and SettingsWirginiaALocal Settings\Temporary Internet FilesTontent... 4/2/2009 a N State Lic. # 7420Tj Trade References Contact Address Telephone Fax A.O. Richardson Equipment Rent Kelley Pool 4311 an Fernando Road 818-242-3129 818-242-3129 Glendale, Ca 91204 Glendale Builders Supplies Nick Tully 4415 San Fernando Rd (800) 429-4271 (818) 246-0744 Glendale, CA 91204 National Construction Rentals Fausto Prado 1045 S. Greenwood Ave. (323) 838-1820 (323) 838-1894 Montebello, Ca 90640 Millenium Waste Vardan 1654 N Spring St (323) 276-9999 (323) 224-0007 Los Angeles Ca 90012 Valley Business Products, Inc. Claudia 9520 Owensmouth Ave.Unit 1 (818) 718-0052 (818) 718-0720 Chatsworth, CA 91311 Rank References Contact Address Telephone e-mail/Fax CITIBANK Acct# 730-4259364 Wafaa Skaff 414 N. Central Ave. Glendale, CA 91203 (818) 662-5526 wafaa.skaf@citi.com Subcontractors Contact Address Telephone e-mail/Fax 3312 Floyd Terrace Los Van Elk, LTD Emil Vassilev Angeles, CA 90068 (323) 864-0690 mailto:vanelk@mail.com 3055 Fierro St Los Angeles, Ca 90065 Quality Electric Saco Assadourian (818) 254-7497 (323) 254-4075 18939 Cantlay St Reseda, R B Pacific Brian CA 91335 (818) 970-6067 M (818) 881-6066 20417 Nordhoff Street Obryant Electric, Inc. Richard Maldonado Chatsworth, CA 91311 (818) 262-0266 0 (818) 407-0983 M Architects Contact Address Telephone e-mail/Fax 930 Colorado Blvd. TDM Architects, Inc. Vakhtang (Vahan) Pol Los Angeles CA 90041 (323) 254-9200 (323) 254-9511 1106B West Magnolia, 818) 830-1161 Maroko & Shwe, Inc. James h. Schwe Burbank,CA 91505 Ext 1 (818) 830-6121 11661 San Vicente Blvd. Rivers & Christisn Jamie B. Brown Suite 1001, LA. CA. 90049 1(310) 826-8381 1(310) 826-0193 Check a License - Contractors State License Board Page 1 of 2 DepartmentofConsumerAffairs ContractorsState a P•' '?t $;.-wA o' t: Contractor's License Det afl o License # 742075 as DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. CSLB complaint disclosure is restricted by law (B&P 7124.6) If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information. Per B&P 7071.17 , only construction related civil judgments reported to the CSLB are disclosed. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. Due to workload, there may be relevant information that has not yet been entered onto the Board's license database. License Number 742075 Extract Date: 7/12/2010 DELMAC CONSTRUCTION & DEVELOPMENT INC 4050 VERDUGO RD Business Information LOS ANGELES, CA 90065 Business Phone Number:(323) 258-2397 Entity: Corporation Issue Date 10/31 /1997 Expire Date 10/31/2011 License Status This license is current and active. All information below should be reviewed. Additional Status: CLASS DESCRIPTION B GENERAL BUILDING CONTRACTOR Classifications: A GENERAL ENGINEERING CONTRACTOR CONTRACTOR'S BOND This license filed Contractor's Bond number 10118489 in the amount of $12,500 with the bonding company AMERICAN CONTRACTORS INDEMNITY COMPANY. Effective Date: 01/01/2007 Contractor's Bonding History BOND OF QUALIFYING INDIVIDUAL Bonding: 1. This license filed Bond of Qualifying Individual number 100116172 for CHOE GRANT KYUSOK in the amount of $12,500 with the bonding company AMERICAN CONTRACTORS INDEMNITY COMPANY. Effective Date: 03/02/2010 BQI's Bonding History 2. The Responsible Managing Officer (RMO) EMAMI RAMIN certified that he/she owns 10 percent or more of the voting stock/equity of the corporation. A bond of qualifying individual is not required. https://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/LicenseDetail.aspx?LicNum=74... 7/ 12/2010 Check a License - Contractors State License Board Page 2 of 2 Effective Date: 10/31 /1997 BQI's Bonding History This license has workers compensation insurance with the STATE COMPENSATION INSURANCE FUND Policy Number:497-0001427 Workers' Compensation: Effective Date: 03/01/2010 Expire Date: 03/01/2011 Workers' Compensation History Personnel listed on this license (current or disassociated) are listed on other licenses. Personnel List -Other Licenses�� Conditions of Use I Privacy Policy Copyright© 2010 State of California https://www2.cslb.ca. gov/OnlineServices/CheckLicenseII/LicenseDetail. aspx?LicNum=74... 7/ 12/2010 CIPP PIPE THICKNESS CALCULATIONS CITY OF HUNTINGTON BEACH WATERMAIN REPLACEMENT PROJECT - CIPP THICKNESS CALCULATIONS DESIGN CALCULATIONS FOR 8-INCH CIPP LINER (BID SCHEDULE G, BID ITEM 2) CIPP Dimensions Liner Diameter (in.) in Liner Thickness (in.) 0.177Jn /1. ... .... . ... Liner SIDR 45.21 .. ... ... .. CIPP Physical Properties ..... ...... .. . ......... .... ... . .... .. ...... ... ....... ........... .. .... . ........ . ........ . ... . . ........ . .. ... - . ....... . ........ ... .. .... ....... ... ...... .. ... Initial Tensile Strength (psi) ............. . . - ----- - . . .. ..... ...... . .. ... ........... . ..... ... . ..... 3000 psi Initial Flexural Modulus (psi) . ... ..... ..... 4500 psi . . ..... ... . .... ...... Initial Flexural Modulus of Elasticity (psi) 1 250)0001PSI Long -Term Modulus of Elasticity (psi) 125, 000', psi 150% Retention Existing Host Pipe Characteristics Existing pipe fully deteriorated Ovality 2 % .. ... ....... ........... . .. .......... .... - - - ---------- ............ Soil Characteristics -- -- -- -------- - - - . ... ....... . ..... W Soil density (pcf) 120cf p Es = Soil modulus (psi) 1000 psi Safety Factor (N) H = Max soil height over pipe Hw = Assumed heiqht of water above pipe (ft) ... ... . ........... co 3 m M Sancon Engineering, Inc. CIPP PIPE THICKNESS CALCULATIONS CITY OF HUNTINGTON BEACH WATERMAIN REPLACEMENT PROJECT - CIPP THICKNESS CALCULATIONS 1. Determine the loadina on the pipe usina the modified Marston Formula and the Boussinesq Formula Cd = loading coeficient Cd = 1 - e^(-2 * ku' * H/Bd) 2*ku' . ....... L e = 2.718 __.. H = Height of soil above pipe _ .... j H = 10 ft ....... .. _-- ku' 13o i ku' = 0.13 w = soil density (psf) w — 120 pcf __. . ... Bc = diameter of pipe (in) _ . Bc .......... _... 8 An Bd = trench width (ft) — Bd —! 2.67 ft i d —2.40 i _ Dead Load W ( _c) W� = 610.99 'Ibs/ ft, Live load (WI) = Cl * P * (1 +1f) i i - - --- ....._ . ..... Cl = Live load coeficient (/ ft) for Single Wheel Load) __i _ .... ....... .... _ CI ...... _ P =wheel load (Ib) P =: 16000 lb _ _ If = impact factor 766 .133 * H; ( 0 <=If<=.5) i If =. 0.00 Therefore: Live Load (WI) is: ..._. .......... Wi _; .. 64.00 - Ibs/ ft. Therefore: Total Load (Wtot = W, + WI). Wtot = 574.99 Ibs/ ft. Sancon Engineering, Inc. CIPP PIPE THICKNESS CALCULATIONS CITY OF HUNTINGTON BEACH WATERMAIN REPLACEMENT PROJECT - CIPP THICKNESS CALCULATIONS 2, Determine External Pressure on Pipe where: Yw : Specific weight of water (lb/in A3) Hw = Height of water above pipe (ft.) ......... _. Rw = Water Buoyancy Factor = 1-.33(Hw/H) (Therefore: External Pressure on the pipe (qa Sancon Engineering, Inc. Yw = .0361 Ib/in^3 Hw = 7.00 ft Rw =' 0.77 Ys =' 120 pcf ........ _ ....... H 10 ft - WI ='' 64 lb/ft D = 8 'in qa = 10-11 R CIPP THICKNESS CALCULATIONS CITY OF HUNTINGTON BEACH WATERMAIN REPLACEMENT PROJECT - CIPP THICKNESS CALCULATIONS 3. Thickness Required for Buckling Pressure Base Equation qa + C/N * (32*Rw*B'*Es*EIID A 3)'.5 Modify the Base Equation by adding the following substitution: El = Pipe Wall Stiffness Factor = El'* (t'3)/12 Modified Equation: t = 0.721 * D * ((N * qa/C)A 2/(El Rw* B'* ES))A .333 where: I = Moment of Inertia (in A 4/in) = tA 3/12 t = minimum liner thickness (in) D = Pipe diameter (in) D 8 :in N = Safety Factor N = 1 2 qa = external preSUre on pipe (psi) qa = 10.11 psi Ovality of Pipe 2 !% C = Ovality Factor = ((1 - % ovality/100)/(1 + % ovality/1 00))A3 0 = 0,84 Ell = Long term modulus of elasticty (psi) El = 125,000 :psi Rw = Water Buoyance factor Rw = 0.77 13' = coefficient of elastic support = 1/(1 + 4* e A(_O. 065 H)) B' = 0.32 Es = Modulus of soil reaction (psi) Es 1,000 PSI H = Height of Soil above pipe (ft) H = 10 :ft The minimum CIPP thickness required is':: Imin 0.15 in. 3.9 mm Minimum Specified thickness is, tspec 0.23 5.7 1rnm Use CIPP with an demonstrated actual thickness of; t = 0.18 in.. 4.5.. Imm Sancon Engineering, Inc. KNOW ALL MEN BY THESE PRESENTS, that we Delmac Construction and Development, Inc. as Principal, and Great American Insurance Company a corporation duly organized under the laws of the State of Ohio as Surety, are held and firmly bound unto City of Huntington Beach as Obligee, in the sum of Not to Exceed Ten Percent of Sid 10% for payment of which sum well and truly to be made, Principal and Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for 2010 Down Town Water Main Replacement Project NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be; specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 9th day of July , 2010 PRINCIPAL: SURETY: Delmac Constr tion and Devel ment, Inc. Great Ame'can Insurance Company Ri rd dair Attorney -in -Fact ID-1118 (REV. 1/01) CONFORMS TO AIA DOCUMENT A310 2170 ED. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT ;..• s ,%5�,•�,;e>.;'. . ,•;..>,:.�, s�r�s c c; :.;!:�s s : e s ,:mac ,•�,•, ,;:.s �< �,;�,•�.�.> >�s —�. >• •:s ;�. .; :>, <;:. State of California County of Los Angeles On 7-9-10 before me P. Bauer, Notary Public Date Here htsert Name and Title of the officer personally appeared Richard Adair Names) of Signer(s) hr� > who proved to me on the basis of satisfactory evidence to be the personQt) whose nameN) is/aM subscribed to the within instrument and acknowledged to me that helshLftwy executed the same in his/Fi~ authorized capacity(j(o, and that by hisJf it K signature" on the instrument the personal, or the entity upon behalf of which the person(A) 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 nd official seal. Signature Place Notary Seal Above - _ tgnature of Notary Public 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 this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: O Individual ❑ Corporate Officer—Title(s): ❑ Partner = ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian_ or Conservator O Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): _ O Partner — O Limited ❑ General O Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHTTHURIBPRINT- OFiSIGNEK GREAT AMERICAN INSURANCE COMPANYO Administrative Office: 580 WALNUT STREET * CINCINNATI, OHIO 45202 • 513-369-5000 a FAX 513-723-2740 The number ofpersons authorized by this power of attorney is not more than TWO POWER OF ATTORNEY No. 014480 KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below, each individually if more than one is named, its true and lawful attomey-in-fact, for it and in its name, place and stead to execute on behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name RICHARD ADAIR P.BAUER Address BOTH OF GLENDALE CALIFORNIA Limit of Power BOTH $75,000,000.00 This Power of Attorney revokes all previous powers issued in behalf of the attomey(s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 6's day of, MAY ; 2009. Attest STATE OF OHIO, COUNTY OF HAMILTON - ss: GREAT AMERICAN INSURANCE COMPANY DAVID C. KITCHIN (513412-4602) On this 61h day of MAY , 2009, before me personally appeared DAVID C. KITCHIN, to me known, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is the Divisional Senior Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors ofGreat American Insurance Company by unanimous written consent dated March 1, 1993. RESOLVED. That the Division President, the Division Senior Vice President, the several Divisional Vice Presidents and Divisional Assistant Vice Presidents, or any one of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys -in -Fact to execute on behalf of the Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof- to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond undertaking, contract or suretyship or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original . seal of the Comparry, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I, STEPHEN C. BERAHA, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of June 9, 2008 have not been revoked and are now in full force and effect. Signed and sealed this 9th beyof, July , 2010 . S1029Y(10/08) City ®f Huntington Beach 2000 Main Street • Huntington Beach, CA 92648 OFFICE OF THE CITY CLERK JOAN L. FLYNN CITY CLERK November 1, 2010 Dominguez General Engineering, Inc. P. O. Box 6234 Rosemead, CA 91770 RE: CC-1361 — 2010 Downtown Water, Main Replacement Project Enclosed please find your original bid bond for CC-1361. Sincerely, Joan L. Flynn, CMC City Clerk J F: pe Enclosure Sister CitWge1&WpcJsVagrgtLWg"@r&cNew Zealand (Telephone: 714-536-5227) 12 r SECTION C PROPOSAL for the CONSTRUCTION OF 2010 Downtown Water Main Replacement Project CASH CONTRACT No. 1361 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids, the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The I't Notice to Proceed will be issued for materials procurement. After undersigned submits proof of materials procurement and a detailed construction schedule to AGENCY, and after AGENCY issues a written approval of undersigned's construction schedule, AGENCY will then issue a 2nd Notice to Proceed to the undersigned to commence immediately with the physical site work thereafter to be completed within a One Hundred and Eighty (180) working day Construction Period. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids C-1 and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find 4n the amount of $ 1 L�" 1 p which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond", as the case maybe). Bidder shall signify receipt of all Addenda here, if any: C-2 PROJECT BID SCHEDULE A Watermain Replacement Project, Alley Between 16th Street and 171h Street, from Pecan Avenue to Palm Avenue; from Olive Avenue to Orange Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS $A ' CV $ V� Uv 0 2. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these plans, complete and in place. 1275 LF $ 3. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these plans, complete and in place. 1 LS $2'+% ce $ j�O 0 Lt 4. Remove and salvage existing fire hydrant including removing bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, and surface repair as shown on these plans, complete and in place. 3 EA $ $ C 5. Chlorination and testing of all new water mains and appurtenances, complete and in place. 1 LS $ 000 $ 5—y D D 6. Furnish traffic control, in accordance with the City of Huntington Beach requirements, complete and in place. 1 LS $ $ 0 7. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in accordance with these plans and as required by law. 1 LS $ ['J L0 $ o 8. Furnish and install 6-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in place. 1 EA $ FOOD $_ D C-3 PROJECT BID SCHEDULE A Watermain Replacement Project, Alley Between 16th Street and 17th Street, from Pecan Avenue to Palm Avenue; from Olive Avenue to Orange Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 9. Furnish and install 8-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and Lo o in place. 1 EA $ $ 10. Furnish and install 12-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in place. 1 EA $ 1 0 0 0 $ -70 o 11. Furnish and install new 1-inch polyethylene water service, including pipe fittings, valves and connection to existing 3/-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and 1) L-) V surface repair, complete and operative in place. 36 EA $ $ 12. Furnish and install new 1-inch polyethylene service, including pipe fittings, valves, and connection to existing 1-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and Q surface repair, complete and in place. 22 EA $ I $ 13. Construct new fire hydrant assembly, including furnishing and installing new bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, and surface repair as shown on these plans, complete and EA $ in place. 3 $ 14. Remove existing meter box 1 EA $ 00 15. Remove existing valve box and cover 1 EA $ L $_� C-4 PROJECT BID SCHEDULE A Watermain Replacement Project, Alley Between 16th Street and 171h Street, from Pecan Avenue to Palm Avenue; from Olive Avenue to Orange Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 16. Remodel existing sewer house connection laterals conflicting with proposed waterline, including, pipe, fittings, cleanout, and appurtenances, disposal of excessive earth material, imported pipe zone fill, and one sack slurry backfill, in accordance with the contract drawings. 16 EA $ (C O s-LUC)o 17. Provide temporary water service 1 LS $ $ I �� 18. Remove and dispose of hydrocarbon contaminated soil per OSHA and City of Huntington Beach requirements. 25 Cy $ _ , 0 $ WO 19. Import soil 25 CY $ 15 $ 20. Conduct preconstruction survey of existing homes and street as required by the Contract Documents, including preparation and submission of all required 1 LS $ $ BOG re orts, videos and photographs complete. 21. Demobilization and Cleanup 1 LS $ 000 $ 0 Sub -Total Amount for All Bid Items — SCHEDULE A $ ' C-5 PROJECT BID SCHEDULE B Watermain Replacement Project, Alley Between 6th Street and 7th Street, from Orange Avenue to Acacia Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS $ �vGC, $ j 00C) 2. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on C(5n these plans, complete and in place. 785 LF $ $(� 7 3. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these LS plans, complete and in place. 1 4 Remove and salvage existing fire hydrant including removing bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, and surface repair as shown on these plans, complete and 1 EA $ J L $ yC l �� in place. 5. Construct new fire hydrant assembly, including furnishing and installing new bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, and surface repair as shown on these plans, complete and in place. 1 EA $ f) T-i)E) 0 g. Chlorination and testing of all new water mains and appurtenances, complete and in place. 1 LS $_! Lt�) 0 L) $ pL7 7. Furnish traffic control, in accordance with the City of Huntington Beach requirements, complete and in place. 1 LS $5-OOL) $5C) rJ 8. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in accordance with these plans and as required by law. 1 LS $G $ 'DOL1 C-6 PROJECT BID SCHEDULE B Watermain Replacement Project, Alley Between 6th Street and 7th Street, from Orange Avenue to Acacia Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 9. Furnish and install new 1-inch polyethylene water service, including pipe fittings, valves and connection to existing %-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and 30 EA $ )10 C CD O surface repair, complete and operative in place. 10. Furnish and install new 1-inch polyethylene service, including pipe fittings, valves, and connection to existing 1-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and in 13 EA $ Q surface repair, complete and place. 11. Furnish and install new 2-inch polyethylene water service, including pipe, fittings, valves, connection to existing 1 Y2-inch metering assembly abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and 1 EA $ surface repair, complete and operative in place. 12. Remodel existing sewer house connection laterals conflicting with proposed waterline, including, pipe, fittings, cleanout, and appurtenances, disposal of excessive earth material, imported pipe zone fill, and one sack slurry backfill, in accordance with the contract 100 drawings. 7 EA $ 13. Remove and dispose of existing 4-inch unknown pipeline, including pipe, fittings, trench excavation, and disposal of excess earth material, complete and in LF $ 1 $5 0 place. Bid Item is fully rejectable by the City. 785 14. Furnish and install 8-inch 11 %4 degree elbow with thrust block per City Standard 614. Bid Item is fully rejectable by the City. 4 EA $L) $ 15. Remove and dispose of hydrocarbon contaminated soil 20 CY $� $�� per OSHA and City of Huntington Beach requirements. C-7 PROJECT BID SCHEDULE B Watermain Replacement Project, Alley Between 6th Street and 7th Street, from Orange Avenue to Acacia Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 16. Import soil 20 CY $ _ $ l 2bu Conduct preconstruction survey of existing homes and 17. street as required by the Contract Documents, including preparation and submission of all required 1 LS $ S �, c $ S v� reports, videos and photographs complete. 18. Demobilization and Cleanup 1 LS $aLlucu $ V00 Sub -Total Amount for All Bid Items — SCHEDULE B $ C-s PROJECT BID SCHEDULE C Watermain Replacement Project, Alley Between Lake Street and Main Street, from Orange Avenue to 6th Street BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS $ 5-0p 0 $ C)00 2. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on �� these plans, complete and in place. 750 LF $ $ 0 750 3. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these �\J plans, complete and in place. 1 LS $ l-Vy���") 0 $ " .001. `��� 4. Provide temporary water service 1 LS $ 100 $ 5. Chlorination and testing of all new water mains and appurtenances, complete and in place. 1 LS $ 6. Furnish traffic control, in accordance with the City of Huntington Beach requirements, complete and in place. 1 LS $ 5yoo $ 0 7. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in accordance with these plans and as required by law. 1 LS $ (i0Q $ 'Coo 8. Furnish and install new 1-inch polyethylene water service, including pipe fittings, valves and connection to existing %-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and I 1 U0 00 surface repair, complete and operative in place. 24 EA $ $ C-9 PROJECT BID SCHEDULE C Watermain Replacement Project, Alley Between Lake Street and Main Street, from Orange Avenue to 6th Street BID ITEMS g. Furnish and install new 1-inch polyethylene service, including pipe fittings, valves, and connection to existing 1-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and surface repair, complete and in place. 1 EA $ 10. Furnish and install new 2-inch polyethylene service, including pipe fittings, valves, and connection to existing 2-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and 1 EA $1 S �0 surface repair, complete and in place. 11. Furnish and install new 4-inch fire service including pipe fittings, valves, and connection to existing 4-inch metering assembly, abandonment of existing line, removal of existing valve, trench excavation, disposal of excess earth material, pipe bedding, compaction, appurtenances, and surface repair, complete and in 1 EA $ $ 1100 place. 12. Remove existing valve box and cover 4 EA $ �j) L) $%C� 13. Remove and salvage existing fire hydrant including removing bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, and surface repair as shown on these plans, complete and in place. 2 EA $ j t 00 $ 3000 14. Construct new fire hydrant assembly, including furnishing and installing new bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, and surface repair as shown on these plans, complete and in place. 2 EA $ f 1 5-OLU $ ,;�� 00() 15. Remove existing meter box 4 EA $ TJo $00 C-10 PROJECT BID SCHEDULE C Watermain Replacement Project, Alley Between Lake Street and Main Street, from Orange Avenue to 6th Street BID ITEMS 16. Furnish and install 6-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and 1 EA $ -5 OD in place. 17. Furnish and install 8-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in place. 1 EA $ 0 $ 18. Remove and dispose of hydrocarbon contaminated soil per OSHA and City of Huntington Beach requirements. 20 Cy $ $� 19. Import soil 20 CY $�_ 20. Conduct preconstruction survey of existing homes and street as required by the Contract Documents, including preparation and submission of all required 1 LS $ reports, videos and photographs complete. 21. Demobilization and Cleanup 1 LS $.00 $ v t7c� Sub -Total Amount for All Bid Items — SCHEDULE C $ 3512 C-11 PROJECT BID SCHEDULE D Watermain Replacement Project, Alley Between 13th Street and 14th Street, West of Main Street BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS $�CGG c� $ &60 2. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on $ j $ 9- these plans, complete and in place. 250 LF--- 3. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these $ 10 000 $ iT C) plans, complete and in place. 1 LS 4. Chlorination and testing of all new water mains and $ 5"c0 O $ 00 appurtenances, complete and in place. 1 LS 5. Furnish traffic control, in accordance with the City of $ Sv0 $ G. ,u�� Huntington Beach requirements, complete and in place. 1 LS -7- 6. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in accordance with $ ��� $-- these plans and as required by law. 1 LS 7. Furnish and install new 1-inch polyethylene water service, including pipe fittings, valves and connection to existing %-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and $ 0) $ 3 300 surface repair, complete and operative in place. 3 EA �- 8. Remove existing valve box and cover 1 EA $ Sid L) $�©�) C-12 PROJECT BID SCHEDULED Watermain Replacement Project, Alley Between 13th Street and 14th Street, West of Main Street BID ITEMS Remodel existing sewer house connection laterals conflicting with proposed waterline, including, pipe, 9 fittings, cleanout, and appurtenances, disposal of excessive earth material, imported pipe zone fill, and one sack slurry backfill, in accordance with the contract 3 EA $ drawings. 10. Remove and dispose of hydrocarbon contaminated soil $ �� f✓ $TS1 O per OSHA and City of Huntington Beach requirements. 5 CY 11. Import soil $ 5 CY Conduct preconstruction survey of existing homes and 12 street as required by the Contract Documents, including preparation and submission of all required reports, 1 LS $ 5-C-pL) $ 000 videos and photographs complete. 13. Demobilization and Cleanup 1 LS $` I00 $ Sub -Total Amount for All Bid Items — SCHEDULE D $� C-13 PROJECT BID SCHEDULE E Watermain Replacement Project, Goldenwest Street, from Palm Avenue to Yorktown Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS $ ' )i)0 $ % iVop 2. Furnish and install 6-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these plans, complete and in place. 7 LF $11)00 $ ' L) 3. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these plans, complete and in place. 235 LF 4. Furnish and install 12-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these plans, complete and in place. 360 LF $iCp 5. Furnish and install 8-inch DI Class 350 watermain including all potholing, pipe valves, fittings, cathodic protection, polyethylene encasement, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these plans, complete and in place. 155 LF 6. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these plans, complete and in place. 1 LS $ $ f�3-mac 0 C-14 PROJECT BID SCHEDULE E Watermain Replacement Project, Goldenwest Street, from Palm Avenue to Yorktown Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 7. Remove existing valve box and cover 6 EA $ �Ciy $ O f✓ u 8. Chlorination and testing of all new water mains and appurtenances, complete and in place. 1 LS $,�-Vc) $ ODE) 9. Furnish Traffic Control Plans, and traffic control, in accordance with the City of Huntington Beach requirements, complete and in place. 1 LS $ S L, CUB $ STD C 10. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in accordance with these plans and as required by law. 1 LS $ !i L) 0 $ p C. 11. Furnish and install 8-inch cut -in -valve including potholing, excavation, valve, pipe,. removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in place. 2 EA $ O $fi Q0 0 12. Furnish and install 12-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in place. 2 EA $ 1 0 V i; 13. Furnish and install 16-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in place. 1 EA 14. Remove and dispose of hydrocarbon contaminated soil per OSHA and City of Huntington Beach requirements. 20 CY $ $ D 15. Import soil 20 Cy $ is $ 1 3--0 c) C-15 PROJECT BID SCHEDULE E Watermain Replacement Project, Goldenwest Street, from Palm Avenue to Yorktown Avenue BID ITEMS 16. Conduct preconstruction survey as required by the Contract Documents, including preparation and submission of all required reports, videos and 1 LS $ 50e,p $ 5. ()o photographs complete. 17. Demobilization and Cleanup 1 LS VGC $L-)Q Qo 0 Sub -Total Amount for All Bid Items — SCHEDULE E $ qL L,0 0'� C-16 PROJECT BID SCHEDULE F Watermain Replacement Project, Alley Rehabilitation for All Sites BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Install AC 982 Tons $ A �r $ c'J-. 2. Install Aggregate Base (AB) 1875 Tons $ S $ 3. Unclassified Excavation 1469 Cy $(0�; $ qS q 4. Adjust Utility Cover 206 EA $ L� 5. Adjust Water Cover 18 EA $ q 00 6. Adjust Sewer/Storm Drain Manholes 9 EA $60 $ S L 7. Remove/Construct Concrete Sidewalk 120 SF $ t 8. Remove/Construct Concrete V-Ditch 10666 SF $ - $ 1S-1 `Ki 9. Remove/Construct Concrete Drive Approach including adjacent gutter 2715 SF $ :, $ `? S Sub -Total Amount for All Bid Items — SCHEDULE F $ PROJECT BID SCHEDULE G Watermain Replacement Project, Sewer Work for All Sites BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Remove and replace existing sewer lateral sweep from 0-op0 chimney to City RIK 12 EA $ $ 000 2. Slipline existing chimney per City Std. 517 and remove and replace sewer lateral sweep from chimney to City R/W. 31 EA $_JW 0 $q5 000 Sub -Total Amount for All Bid Items — SCHEDULE G $ k\-)L®o �0 C-18 PROJECT BID SCHEDULE TOTALS CC-1361 WATERMAIN REPLACEMENT PROJECT Sub -Total Bid Schedule A Sub -Total Bid Schedule B Sub -Total Bid Schedule C Sub -Total Bid Schedule D Sub -Total Bid Schedule E Sub -Total Bid Schedule F Sub -Total Bid Schedule G TOTAL BID AMOUNT, BASIS OF AWARD (Schedules A-G) TOTAL BID AMOUNT IN WORDS: A z.c+ ei'LV�V� � ,, \t A � � Vl- � C�°,, Notes: All extensions of unit prices will be subject to verification by Owner. In case of a verification between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-19 FIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor. Portion o Work, � `:�Narne and Address of Subcontractor � ' �� � � � State License Number Class <<�� Mtn sort �t ��+ UY�z� �.�. �� q 073 _J C�//�i �Ydyt.rSGi �y.�-tgn8e..-/i�'v,���[�;vr.�az•� �^1 �l � � ;::�lGr �-�^� •� ��5� � �'1 ��"il1i. .4 lfl� j� p j (;� Is �L L,� � / �� ,�i i_.3�. By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-20 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of Orange �%t 2',�,,, 2 , being first duly sworn, deposes and says that he or she is r,. (\— .--J' Of rK-- the party making the foregoing bid that the bid is not made in the interest of, or on the 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, or 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 fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Subscribed and sworn to before me this NOTARY PUBLIC �1c f) l0 Address of Bidder fj day of , 2010. NOTARY SEAL C-21 �, Jurat State of California County of Los Angeles Subscribed and sworn to (or affirmed) before me on this 12th day of July , 20 10 by Adolfo Dominguez proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. L�L,� Signature (N N. DOMINGUEZ COMM. # 1857083 z i ) NOTARY PUBLIC - CAUFORNIA� Z ,'' , '° LOS, ANGELES COUNTY 13J MV Comm. Expires Jury 9, OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT Document title or description (Title or description of attached document) Document title or description continued (Title or description of attached document continued) Number of Pages Document Date (Additional information) Example of an oath or affirmation to be asked by the notary prior to signing: "Do you swear or affirm that the statements made in the attached document are true to the best of your knowledge?" (The affiant must reply affirmatively.) INSTRUCTIONS FOR COMPLETING THIS FORM The wording of all Jurats completed in California after January 1, 2008 must be in the form as set forth within this Jurat. There are no exceptions. Ira Jurat to be completed does not follow this form, the notary must correct the verbiage by using a juratstamp containing the correct wording or attaching a separate jurat form such as this one which does contain proper wording. In addition, the notary must require an oath or affirmation from the document signer regarding the truthfulness of the contents of the document. The document must be signed AFTER the oath or affirmation. if the document was previously signed, it must be re -signed in front of the notary public during the jurat process. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the jurat process is completed. • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Signature of the notary public must match the signature on file with the office of the county clerk. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different jurat form. Additional information is not required but could help to ensure this jurat is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. • Securely attach this document to the signed document 2008 Version CAPA v1.9.07 800-873-9865 www.NotaryClasses.com UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the 2010 Downtown Water Main Replacement Project CASH CONTRACT No. 1361, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary 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 promised 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. Date: Contr or Title C-22 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 14310.5, the Bidder shall complete, under penalty of perjury, the following questionnaire. 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 4No If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-23 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date: 1,1 l 1 Z)-- , % 0 Contractor 0 Title - C-24 UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBER (To be completed only by the awarded Contractor prior to excavation) No excavation will be permitted until this form is completed and returned to the AGENCY. Section 4216/4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number, call Underground Service Alert at 1-800-422-4133 a minimum of two working days before scheduled excavation. Dig Alert Identification Number: Contractor �. aZ2 By Ll Title Date: 1 1 , k. `1 Note: This form is required for every Dig Alert Identification Number issued by U.S.A. during the course of the Work. Additional forms may be obtained from the AGENCY upon request. C-25 BIDDER certifies that the following information is true and correct: ^>(JVvo`y�LiVCZ2nnryr�\lanA�w{ Bidder Name Business Address City, 1 State Zip ( lc )-L- ) k A \-\ 3- --I -iu'l LA Telephone Number - 4 t —w \ State Contractor's License No. and Class )�i-VI-. Original Date Issued II-,)-1`:�, I�-ct6 Expiration Date The work site was inspected by JN-,AG L our office on '? t , 2010. The following are persons, firms, and corporations having a principal interest in this proposal: 2Y G T C-26 The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. L (�S6 \- aYo r l: t-2- - Printed or Typed Signature Subscribed and swornto before me this day of !f , 2010. NOTARY PUBLIC NOTARY SEAL Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past two years: 1. rV-k<ci a e N - t_ A=V\11L V�' n row Name and Address of Public Agency 2. 3. Name and Telephone No. of Project Manager: Contract Amount Name and Address of Public Agency Type of Work Name and Telephone No. of Project Manager: Contract Amount Name and Address of Public Agency Type of Work Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Date Completed Date Completed C-27 CERTIFICATE OF ACKNOWLEDGMENT State of California County of Los Angeles On July 12, 2012 before me, N. Dominguez, Notary Public (Here insert name and title of the officer) personally appeared Adolfo Dominguez who proved to me on the basis of satisfactory evidence to be the persons} whose name(s)Isname(s)(34fe subscribed to the within instrument and acknowledged to me that 90&4hey executed the same in is authorized capacityot4, and that by is' ' signature(o on the instrument the person(o, or the entity upon behalf of which the person(o acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the St t aragraph is true and correct. _ N. DOMINGUEZ :' COMM. # 1857083 i Z ffi� NOTARY PUBLIC - CALIFORNIA WITNESS y hand and official seal. LOS ANGELES COUNTY �/ My Comm. Expires July 9, 2013 1 A Ami (Notary Seal) ADDITIONAIL OPTIONAL, INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT Title or description (Title or description of attached document) Title or description continued (Title or description of attached document continued) Number of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of California. In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in California (i.e. certifying the authorized capacity of the signet). Please check the document carefully for proper notarial wording and attach this form if required • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signers) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. Ise/she/the,y;- is /are ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • 'The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document 2008 Version CAPA v12.10.07 800-873-9865 www.NotaryClasses.com Vanessa Doming - Dominguez General Engineering, Inc P O Box 6234 Rosemead, CA. 91770 Phone (626)442-7444 Fax (626)442-7277 dominguezgeneral@aol.com Water Job History/References ,bob Name: Cast Iron Main Replacement Artesia Blvd. Owner: Long Beach Water Dpt. 1800 E. Wardlow Dr., Long Beach, CA. 90807 Type of work: Furnish and installation of 4", 6", 8", & 12" Ductile iron Water line. Installation of cooper service laterals, reconnection of services, fire hydrants, and installation of valves. Contract: $1,578,756.00 final contract $ 1,665,824.82 Completed: June 15, 2010 Contact: Azhar Khan 323-401-7830 supervised By: Adolfo Dominguez Job Name: Alley Service connection Conversion Owner: Long Beach Water department 1800 Wardlow Dr., Long Beach, CA. 90807 Type of work: 1 ", 2", 3' water service connections, 4", 6", 8", Dip water main installation, hot tap including gate valves and fire service installation Contract: $588,900.00 final contract $729,950.00 completed: 9/2009 Contact: Dave Stetzel # 714-665-4500 Supervised by Adolfo Dominguez Job Name: 2008-2009 Water Main Replacement Owner: City of Monterey park 320W. Newmark Ave. Monterey Park, CA. Type of Work: Installation of 270LF. 12", 2520LF. 8" cement mortar ductile iron pipe with fittings and appurtenances. Furnish and install new fire hydrants and connections. Contract: $507,480.00 final $586,847.74 completed 3/09/2010 Contact: Vennie Bermudez Engineer 626-307-1325 Supervised by Adolfo Dominguez Job Name: Artesia Pilar Neighborhood Water main Improvement Owner City of Santa Ana 20 Civic Center Plaza, Santa Ana, CA. 92701 Type of work: installation of 7028 LF. Of 12", 8560 LF., class 200 AWWA C900, PVC water main. Constrauct water services, fire line connections, new fire hydrant assembly Contract amount: $1,858,549.60 completed 1/2009 Contact: Edward Torres 714-647-5018 Supervised by Adolfo Dominguez L5, NORTH AMERICAN SPECIALTY INSURANCI COMPANY BOND NO.: DOMGE-164 KNOW ALL MEN BY THESE PRESENTS: That we, DOMIN_ GUEZ GENERA_ L ENGINEERING, INC., (hereinafter called the Principal), and NORTH AMERICAN SPECIALTY INSURANCE COMPANY, a corporation organized and doing business under and by virtue of the laws of the State of NEW HAMPSHIRE, and duly licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the laws of the State of CALIFORNIA, as Surety, are held and firmly bound unto CITY OF HUNTINGTON BEACH, (hereinafter called the obligee) in the sum equal to 10% of the accompanying bid of the Principal, not, however, in excess of TEN PERCENT OF THE TOTAL AMOUNT BID Dollars (10% OF BID AMOUNT), for the payment of which, well and truly to be made, we hereby bind ourselves and our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT WHEREAS, the above bounden Principal as aforesaid, is about to hand in and submit to the obligee a bid for WATERMAIN REPLACEMENT PROJECT, PROJECT NO. CC1361 in accordance with the plans and specifications filed in the office of the obligee and under the notice inviting proposals therefore. NOW, THEREFORE, if the bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the principal thereupon by the said obligee, and said principal shall enter into a contract and bond for the completion of said work as required by law, then this obligation to be null and void, otherwise to be and remain in full force and effect. IN WITNESS WHEREOF, said principal and said Surety have caused these presents to be duly signed and sealed this 9t' day of JULY, 2010. IM- 4 M MENEM NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Itasca, Illinois, each does hereby make, constitute and appoint: RANDY SPOHN and MATTHE W R. DOEYNS JOINTLY OR SEVERALLY Its true and lawful Attorneys) -in -Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of- TWENTY-FIVE MILLION ($25,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 20 of March, 2000: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." of MON,4 riYy By SEA! I Stereo P. Ande ma, Presklm & COkf P.ueative Oakrr of Waahragtuo tateroation■l ImamCompany 1973 ;� & Scnbr Vke Prealdeot or Narth Aamk= Sped Ky lawraace Campany M �flaltalbt By '"" .... David M. Layman, Seal- Viet Pm"af of wmhingran rateraatienal In-- Campony & Vtrc Preatdent ofNarth Awrkaa Speciahy raourance Company IN WITNESS WHEREOF, North American Specialty insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers ibis 30th day of September 2008 • North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Du Page as: On this 30th day of September , 20 08 , before me, a Notary Public personally appeared Steven P_ Anderson , President and CEO of Washington International Insurance Company and Senior Vice President ofNorth American Specialty Insurance Company and David AL )Erman , Senior Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their resnective companies. UF IAI SEA[" EED. MUMItfdaty Y— Swe of X mis My Commis m Spires 1 J�t11 Donna D. Sklens, Notary Public I, James A. Carpenter , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty insurance Company and Washington International insurance Company, which is still in full force and effect, IN WITNESS WHEREOF, I have set my hand and affixed the seats of the Companies this 9th day of July , 2010 Ja A. Ca,peraer. Vice PratMa & Assietam SaaNary ur Waddagtan fidww6aaal i'uaa¢aoa'y & North Aaaican sPaatty Insurance Company State of CALIFORNIA County of ORANGE On July 9, 2010 before me, Erika Guido, NOTARY PUBLIC, personally appeared RANDY SPOHN ® 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), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. - ERIKA GLOD I certify under PENALTY OF PERJURY under the laws of the State of � � California that the fore h is true and correct. o COMM. # 182 3 foregoing paragraph ra 9 p NOTARY PUBLIC CAUFORNIA N ORANGECOUNW WITNESS m hand and official seal. My Comm. expires May 5, 2013 t nature of Notary Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER ❑ PARTNER(S) ❑ LIMITED ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) State of California County of Los Angeles on July 12, 2012 F before me, N. Dominguez, Notary Public (Here insert name and title of the officer) personally appeared Adolfo Dominguez who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)Is subscribed to the within instrument and acknowledged to me that gWe4hey executed the same in is ' authorized capacity(ies}, and that by(@)her4heif signature(-s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ...... N. DOMINGUEZ COMM. # 1857083 z WITNESS m hand and official seal. NOTARYPUBLIC- CALIFORNIA� _. LOS ANGELES COUNTY My Comm. Expires ,July 9, 2013 Signature o(Notary Public (Notary Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT Title or description (Title or description of attached document) Title or description continued (Title or description of attached document continued) Number of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must be properly completed and attached to that document The only exception is if a document is to be recorded outside of California. In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in California (i.e. certifying the authorized capacity of the signer). Please check the document carefully for proper notarial wording and attach this form if required • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/they,— is /are) or circling the correct forms_ Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document 2008 Version CAPA v12.10.07 800-873-9865 www.NotaryCiasses.com City ®f Huntington Beach 2000 Main Street m Huntington Beach, C 92648 OFFICE OF THE CITY CLERK JOAN L. FLYNN CITY CLERK November 1, 2010 J. A. Salazar Construction 613 N. Harbor Blvd. La Habra, CA 90631 RE: CC-1361 — 2010 Downtown Water Main Replacement Project Enclosed please find your original bid bond for CC-1361. Sincerely, Joan L. Flynn, CIVIC City Clerk JF:pe Enclosure Sister Citie.go6o�g/,,cl wr%tWg r& New Zealand (Telephone: 714-536-5227 ) SECTION C PROPOSAL, for the CONSTRUCTION OF 2010 Downtown Water Main Replacement Project CASK CONTRACT No. 1361 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids, the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The 1st Notice to Proceed will be issued for materials procurement. After undersigned submits proof of materials procurement and a detailed construction schedule to AGENCY, and after AGENCY issues a written approval of undersigned's construction schedule, AGENCY will then issue a 2nd Notice to Proceed to the undersigned to commence immediately with the physical site work thereafter to be completed within a One Hundred and Eighty (180) working day Construction Period. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids C-1 and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find N NIA in the amount of $ 104 Or 1'J which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond", as the case may be). C-2 PROJECT BID SCHEDULE A Watermain Replacement Project, Alley Between 16th Street and 17th Street, from Pecan Avenue to Palm Avenue; from Olive Avenue to Orange Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS $_ $_ 2. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on 1275 LF $\L $ kW51�, these plans, complete and in place. 3. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these �Ncz plans, complete and in place. 1 LS $ $ 4. Remove and salvage existing fire hydrant including removing bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, and surface repair as shown on these plans, complete and in place. 3 EA $ 30-M $ q%D 5. Chlorination and testing of all new water mains and appurtenances, complete and in place. 1 LS $ -3%0 $ 35,tb 6. Furnish traffic control, in accordance with the City of Huntington Beach requirements, complete and in 1 LS $ 6M $ Wit) place. 7. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in accordance with these plans and as required by law. 1 LS $ $ 8. Furnish and install 6-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in 1 EA $ 3 $ 390 place. C-3 PROJECT BID SCHEDULE A Watermain Replacement Project, Alley Between 16"' Street and 17th Street, from Pecan Avenue to Palm Avenue; from Olive Avenue to Orange Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 9. Furnish and install 8-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in 1 EA $ $ bCt% place. 10. Furnish and install 12-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in 1 EA $ tW $ 5'OCk) place. 11. Furnish and install new 1-inch polyethylene water service, including pipe fittings, valves and connection to existing 3/-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and in 36 EA $ 7to $ 432& surface repair, complete and operative place. 12. Furnish and install new 1-inch polyethylene service, including pipe fittings, valves, and connection to existing 1-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and surface repair, complete and in place. 22 EA $�,�✓�° $ 2► 13. Construct new fire hydrant assembly, including furnishing and installing new bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, and surface repair as shown on these plans, complete and 3 EA $ (� $ in place. ,l 14. Remove existing meter box 1 EA $ k50 $ 15. Remove existing valve box and cover 1 EA $ -6,t $ C-4 PROJECT BID SCHEDULE A Watermain Replacement Project, Alley Between 16tb Street and 1716 Street, from Pecan Avenue to Palm Avenue; from Olive Avenue to Orange Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 16. Remodel existing sewer house connection laterals conflicting with proposed waterline, including, pipe, fittings, cleanout, and appurtenances, disposal of excessive earth material, imported pipe zone fill, and one sack slurry backfill, in accordance with the contract drawings. 16 EA ✓ M $ $�IQ� 17. Provide temporary water service 1 LS $ Z,90 $'Z, 18. Remove and dispose of hydrocarbon contaminated soil per OSHA and City of Huntington Beach requirements. 25 Cy $ W $ 19. Import soil 25 Cy $_ $-� — 20. Conduct preconstruction survey of existing homes and street as required by the Contract Documents, including preparation and submission of all required 1 LS $ $ ' reports, videos and photographs complete. 21. Demobilization and Cleanup 1 LS $ $ Sub -Total Amount for All Bid Items — SCHEDULE A $ 346-10 J A SALAZAR CONSTRUCTION & SUPPLY CORP. 613 N. HARBOR BLVD. LA HABRA, CA. 90631 C-5 PROJECT BID SCHEDULE B Watermain Replacement Project, Alley Between 6th Street and 7th Street, from Orange Avenue to Acacia Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS $, 0bt) 2. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these plans, complete and in place. 785 LF $'ilk 3. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these in 1 LS $ 3()O plans, complete and place. 4. Remove and salvage existing fire hydrant including removing bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, and surface repair as shown on these plans, complete and 1 EA $ 3ftV $ �✓ in place. 5. Construct new fire hydrant assembly, including furnishing and installing new bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, and surface repair as shown on these plans, complete and in place. 1 EA $ $ 6. Chlorination and testing of all new water mains and appurtenances, complete and in place. 1 LS $ ?)Su, $ � 7. Furnish traffic control, in accordance with the City of Huntington Beach requirements, complete and in place. 1 LS $ kW $ A 8. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in accordance with these plans and as required by law. 1 LS $ $ ` D C-6 PROJECT BID SCHEDULE B Watermain Replacement Project, Alley Between 6th Street and 7th Street, from Orange Avenue to Acacia Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 9. Furnish and install new 1-inch polyethylene water service, including pipe fittings, valves and connection to existing 3/-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and in 30 EA $ Z $ 3�b surface repair, complete and operative place. 10. Furnish and install new 1-inch polyethylene service, including pipe fittings, valves, and connection to existing 1-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and 13 EA $ $ surface repair, complete and in place. 11. Furnish and install new 2-inch polyethylene water service, including pipe, fittings, valves, connection to existing 1 Y2-inch metering assembly abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and 1 EA surface repair, complete and operative in place. 12. Remodel existing sewer house connection laterals conflicting with proposed waterline, including, pipe, fittings, cleanout, and appurtenances, disposal of excessive earth material, imported pipe zone fill, and one sack slurry backfill, in accordance with the contract drawings. 7 EA $ 3ft $ '24 � 13. Remove and dispose of existing 4-inch unknown pipeline, including pipe, fittings, trench excavation, and disposal of excess earth material, complete and in Bid Item by 785 LF $ $ 3q place. is fully rejectable the City. 14. Furnish and install 8-inch 11 Y4 degree elbow with thrust block per City Standard 614. Bid Item is fully by 4 EA $ $ `7 rejectable the City. 15. Remove and dispose of hydrocarbon contaminated soil W per OSHA and City of Huntington Beach requirements. 20 CY $ $ C-7 PROJECT BID SCHEDULE B Watermain Replacement Project, Alley Between 6th Street and 7th Street, from Orange Avenue to Acacia Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 16. Import soil 20 CY $ $ Conduct preconstruction survey of existing homes and 17. street as required by the Contract Documents, including preparation and submission of all required 1 LS $ 2 $ � UG reports, videos and photographs complete. 18. Demobilization and Cleanup 1 LS Sub -Total Amount for All Bid Items — SCHEDULE B $ 7 �v J A SALAZAR CONSTRUCTION & SUPPLY CORP. 613 N. HARBOR BLVD. LA HABRA, CA. 90631 C-8 PROJECT BID SCHEDULE C Watermain Replacement Project, Alley Between Lake Street and Main Street, from ®range Avenue to 6th Street BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS $ 3ttO. $ �0�0 2. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on in 750 LF $ 3C (, $ l7196 these plans, complete and place. 3. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these 1 LS $ $` plans, complete and in place. 4. Provide temporary water service 1 LS $ 00 $ ebo 5. Chlorination and testing of all new water mains and appurtenances, complete and in place. 1 LS $ Zr�T, $ 259M 6. Furnish traffic control, in accordance with the City of Huntington Beach requirements, complete and in LS $ place. 1 $ 7. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in 1 LS $3W $3WO accordance with these plans and as required by law. 8. Furnish and install new 1-inch polyethylene water service, including pipe fittings, valves and connection to existing %-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and in 24 EA $W $ Co surface repair, complete and operative place. C-9 PROJECT BID SCHEDULE C Watermain Replacement Project, Alley Between Lake Street and Main Street, from ®range Avenue to 6th Street BID ITEMS 9. Furnish and install new 1-inch polyethylene service, including pipe fittings, valves, and connection to existing 1-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and 1 EA II $ surface repair, complete and in place. l3�l7 10. Furnish and install new 2-inch polyethylene service, including pipe fittings, valves, and connection to existing 2-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and 1 EA ' surface repair, complete and in place. $3W $ 11. Furnish and install new 4-inch fire service including pipe fittings, valves, and connection to existing 4-inch metering assembly, abandonment of existing line, removal of existing valve, trench excavation, disposal of excess earth material, pipe bedding, compaction, appurtenances, and surface repair, complete and in 1 EA $' $ place. 12. Remove existing valve box and cover 4 EA $ $ 13. Remove and salvage existing fire hydrant including removing bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, and surface repair as shown on these plans, complete and in place. 2 EA $ 3 $ 14. Construct new fire hydrant assembly, including furnishing and installing new bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, and surface repair as shown on these plans, complete and in place. 2 EA $ $ 15. Remove existing meter box 4 EA $A` slow, C-10 PROJECT BID SCHEDULE C Watermain Replacement Project, Alley Between Labe Street and Main Street, from Orange Avenue to 6th Street BID ITEMS 16. Furnish and install 6-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in 1 EA 35DQ $ 3' D place. $ 17. Furnish and install 8-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in 1 EA $ $ place. 18. Remove and dispose of hydrocarbon contaminated soil per OSHA and City of Huntington Beach 20 Cy Q) $ Z requirements. $ 19. Import soil 20 Cy $4W 20. Conduct preconstruction survey of existing homes and street as required by the Contract Documents, including preparation and submission of all required 1 LS $ Z586 $ 5, M reports, videos and photographs complete. 21. Demobilization and Cleanup 1 LS $ �5cc $ t5bb Sub -Total Amount for All Bid Items — SCHEDULE C $ I J A SALAZAR CONSTRUCTION & SUPPLY CORP. 613 N. HARBOR BLVD. LA HABRA, CA. 90631 C-11 PROJECT BID SCHEDULE D Watermain Replacement Project, Alley Between 13th Street and 14th Street, West of Main Street BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1 Mobilization $� $ ✓s- o 1 LS 2. Furnish and install 8-inch PVC Class 200 Watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on $7-0 $ WWD these plans, complete and in place. 250 LF 3. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these $ $ 20V plans, complete and in place. 1 LS 4. Chlorination and testing of all new water mains and 115VO appurtenances, complete and in place. 1 LS $ $ 5. Furnish traffic control, in accordance with the City of two Huntington Beach requirements, complete and in place. 1 LS $ $ 6. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in accordance with $ I To �> these plans and as required by law. 1 LS 7. Furnish and install new 1-inch polyethylene water service, including pipe fittings, valves and connection to existing %-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and $ $�1� surface repair, complete and operative in place. 3 EA 8• $ $ Remove existing valve box and cover 1 EA C-12 PROJECT BID SCHEDULED Watermain Replacement Project, Alley Between 13th Street and 14th Street, West of Main Street BID ITEMS Remodel existing sewer house connection laterals conflicting with proposed waterline, including, pipe, 9 fittings, cleanout, and appurtenances, disposal of excessive earth material, imported pipe zone fill, and one sack slurry backfill, in accordance with the contract drawings. 3 EA $_ $��� 10. Remove and dispose of hydrocarbon contaminated soil $ 40 $ per OSHA and City of Huntington Beach requirements. 5 CY 11. Import soil $ ZO $1� 5 CY Conduct preconstruction survey of existing homes and 12 street as required by the Contract Documents, including preparation and submission of all required reports, 1 LS $ $ videos and photographs complete. 13. Demobilization and Cleanup $�- $ Div 1 LS Sub -Total Amount for All Bid Items —SCHEDULE D J A SALAZAR CONSTRUCTION & SUPPLY CORP. 613 N. HARBOR BLVD. LA HABRA, CA. 90631 C-13 PROJECT DID SCHEDULE E Watermaiin Replacement Project, Goldenwest Street, from Palm Avenue to Yorktown Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS $�� $� 2. Furnish and install 6-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these complete and in 7 LF 4vo plans, place. $ $ 3. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these plans, complete and in place. 235 LF $ 4. Furnish and install 12-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these plans, complete and in place. 360 LF $Q $t--32, 5. Furnish and install 8-inch DI Class 350 watermain including all potholing, pipe valves, fittings, cathodic protection, polyethylene encasement, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these plans, complete and in place. 155 LF $ V5_ $ PWT 6. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these 1 LS tt�� plans, complete and in place. C-14 PROJECT BID SCHEDULE E Watermain Replacement Project, Goldenwest Street, from Palm Avenue to Yorktown Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 7. Remove existing valve box and cover 6 EA $ ,255b $ ZAC0 8. Chlorination and testing of all new water mains and appurtenances, complete and in place. 1 LS $ PRZ $��i(U 9. Furnish Traffic Control Plans, and traffic control, in accordance with the City of Huntington Beach requirements, complete and in place. 1 LS $ $ ! K 10. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in accordance with these plans and as required by law. 1 LS $roc) $ 11. Furnish and install 8-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in EA $ 0 place. 2 $4 12. Furnish and install 12-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in 2 EA $ 5M $ WC) place. 13. Furnish and install 16-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in 1 EA $ place. 14. Remove and dispose of hydrocarbon contaminated soil per OSHA and City of Huntington Beach requirements. 20 CY ff $ 1 $ 15. Import soil 20 Cy $__Zo__ $16-0 C-15 PROJECT BID SCHEDULE E Watermain Replacement Project, Goldenwest Street, from Palm Avenue to Yorktown Avenue BID ITEMS 16. Conduct preconstruction survey as required by the Contract Documents, including preparation and submission of all required reports, videos and 1 LS $� $ hoto ra hs complete. 17. Demobilization and Cleanup 1 LS $ ( %0 $ Sub -Total Amount for All Bid Items —SCHEDULE E $ Z� J A SALAZAR CONSTRUCTION & SUPPLY CORP. 613 N. HARBOR BLVD. LA HABRA, CA. 9M1 C-16 PROJECT BID SCHEDULE F Watermain Replacement Project, Alley Rehabilitation for All Sites BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Install AC 982 Tons $ $IL W 2. Install Aggregate Base (AB) 1875 Tons $ 374o $10 3. Unclassified Excavation 1469 Cy $ 1 "T $ d b� Q33r 4. Adjust Utility Cover 206 EA $ '3�7� 5 $ 5. Adjust Water Cover 18 EA $=' $ iO 6. Adjust Sewer/Storm Drain Manholes 9 EA $ $ `� - 6f 7. Remove/Construct Concrete Sidewalk 120 SF $ -ti- $—AA— 8. Remove/Construct Concrete V-Ditch 10666 SF $.10 $ d 9. Remove/Construct Concrete Drive Approach including adjacent gutter 2715 SF $ a• $. Sub -Total Amount for All Bid Items — SCHEDULE F $ ��S• "Z `. J A SALAZAR CONSTRUCTION & SUPPLY CORP. 613 N. HARBOR BLVD. LA HABRA, CA. 90531 0 PROJECT BID SCHEDULE G Watermain Replacement Project, Sewer Work for All Sites BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Remove and replace existing sewer lateral sweep from to City R/W. 12 EA $®�C chimney 2. Slipline existing chimney per City Std. 517 and remove and replace sewer lateral sweep from chimney to City R/W. 31 EA $ $1,� 0 Sub -Total Amount for All Bid Items — SCHEDULE G $ tvo UR{a0DR d J A SALAZAR CONSTRUCTION & SUPPLY CORP. 613 N. HARBOR BLVD. LA HABRA, CA. 9M1 C-18 PROJECT BID SCHEDULE TOTALS CC-1361 WATERMAIN REPLACEMENT PROJECT Sub -Total Bid Schedule A Sub -Total Bid Schedule B Sub -Total Bid Schedule C Sub -Total Bid Schedule D Sub -Total Bid Schedule E Sub -Total Bid Schedule F Sub -Total Bid Schedule G TOTAL BID AMOUNT, BASIS OF AWARD (Schedules A-G) TOTAL BID AM All extensions of unit pribes will be subject to verification by Owner. In verification between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. J A SALAZAR CONSTRUCTION A SUPPLY CORP. 613 N. HARBOR BLVD. LA HABRA, CA. 90631 C-19 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor. Portion Name -and Address of Subcontractor "'State License Class of Work Number We OCI L t,D t9%5- t-*,K.e V7 D St ; v d i" LS O A-3 LIS `A-% 0% C SYY\ CA qr?,,U eokwk Wl.W- M ice- \ 3`2-O . (� ST- e,(,X_Wt of Q -K7e 7 2.) 011V - By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-20 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of Orange Jb3Z S" ZPA , being first duly sworn, deposes andsaysthat he or she is vres ao of S IR . � akZti ,r to( 4- k4'O n e S `�' e parry making the foregoing bid that the bid is not made in the interest of, or on the 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, or 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 fee to any corporation, partnership, company association organization, bid depository, or to any member or agent thereof to effectuate a collusive or shbid. Signature Address of Bidder Subscribed and sworn to before me this day of , 2010. NOTARY PUBLIC Stie *atlw NOTARY SEAL C-21 CALRFORNRA ALL-PURPOSE ACKNOWLEDGMENT :;�4.�_'--�yF't��CCi`..t-Z'.-('K" Z�' ���r'Y"�`t`2-C`.c'2.^'-C'.�",-tg^.Z�".r�Q.c"cY�.a-1'r,��.�C'.—'�,�y^'.�C.�i.'•�,`�.y�';�'�.C'p?,�`,C�.La.-R'q� State of California County of ORANGE On ecol'15l r U before me, Philip Vega, Notary -public Date Here Insert Name an iillo PI the O cer personally appeared Jose J. Salazar smo s a who proved to me on the basis of satisfactory evidence to be the person(/�) whose names) is/gre subscribed to the within Instrument and acknowled t4 me that he(l�6�tt� executed fire same in hid/4i�eir authorized capac � s , and that b hid/h`e�/tf/ieir si natA s on the PHlLIP VEGA �( ) y � ( ) Commission # 1799866 instrument the person(d), or the entity upon behalf of = • Notary Public - California = which the person(q) acted, executed the instrument. r n Los Angeles County L My C,,mm. Expires May 31, 2012 1 certify under PFNALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct- WITNESS my hand and official sV Signature Placo Notary Seal Above Blgnatore o —�--- -- - -- OPTIONAL Though the information below is not required bylaw, It may prove valuable to persons relying on the ournent and could prevent fraudulent removal and raattachrnent of this form to another document, Description of Attached Document i � j� Title or Type of DI [Document: Non C oI (u s)' n � B I Na0 Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ individual n Corporate Officer —Title($): _. Partner --- L Limited ❑ General Attorney in Fact Trustee Guardian or Conservator Other: Signer Is Representing ,j �iTTWUMBPRINT Signer's Name:_ _ ❑ Individual ❑ Corporate Officer -- Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee Top of thumb here ❑ Guardian or Conservator ❑ Other: Signer Is Representing: V2007 National Notary Aaaodadbei-9350 Do Soto Ave„P,0,@ox 2402•bhstawonll,CA 81313.2402• www,NallonaiNolary.org Item r1507 Roordor..Cail Toll-Preei-B00-878-BB27 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the 2010 Downtown Water Main Replacement Project CASH CONTRACT No. 1361, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary 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 promised 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 requireme Date: Or) 1 1'�)4 10 Title C-22 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 14310.5, the Bidder shall complete, under penalty of perjury, the following questionnaire. 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 O/No If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-23 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date: O7 % Q -- (� Contr for By OR Title C-24 UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBER A(vo be completed only by the awarded Contractor prior to excavation) No excavation will be permitted until this form is completed and returned to the AGENCY. Section 4216/4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number, call Underground Service Alert at 1-800-422-4133 a minimum of two working days before scheduled excavation. Dig Alert Identification Number: Contractor Title Date: Note: This form is required for every Dig Alert Identification Number issued by U.S.A. during the course of the Work. Additional forms may be obtained from the AGENCY upon request. C-25 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Con ti can ` �tw) q b-) Bidder Name Business Address City, 2, (pI-3 Telephone Number -7k3 P)7 A j cz 1- State Contractor's License No. and Class �17 Original Date Issued 05 zt�� Expiration Date GIN3 State Zip The work site was inspected by \JQV- S01 A/ of our office on 0710010 , 2010. The following are persons, firms, and corporations having a principal interest in this proposal: it), -- S&20-Y,- C-26 The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the_ proposed work and improvements in accordance with the plans and specifications set forth. Company Name Signature of^"�� Bidder `� U kr Printed or Typed Signature Subscribed and sworn to before me this day of , 2010. NOTARY PUBLIC Q *tt'GW NOTARY SEAL Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past two years: 1. - sty - M+U-- IQ a Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Name and Address of Public Agency Type of Work Name and Telephone No. of Project Manager: Contract Amount Name and Address of Public Agency Type of Work Name and Telephone No. of Project Manager: Date Completed Date Completed Contract Amount Type of Work Date Completed C-27 ... -.. .... . Imo. N, �ALL-PURPOSE ACKNOWLEDGMENT , MV.�f\- . v.L'a14 : State of California County of ORANGE On W1;)5 , before me, Philip Vega, Notary -public Date Hare Insarl Name sAd Tillo ol ffio 0171cer personally appeared Jose J. Salazar am❑ . of gnor(a) who proved to me on the basis of satisfactory evidence to be.the person(% whose names) Is/gre subscribed to the within instrument and acknowled to me that hel��i�%tf�� executed the same in his�/�� !41 elr authorized PHILIP VEGA capacrty(4 s), and that by hid/htet�/tQr signatur8(s) on the Commission # -I 99866 instrument the person(d), or the entity upon behalf of '• �`� which the person() acted, executed the instrument. Notary Public - California Los Angeles County My Cr,mm. Expires May 31, 2012 1 certify under PFNALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and off Signature Place Notary Seal Above ---�--- - OPTIONAL -- - ' Though the information below is not required by law, it may prove valuable to persons relying and could prevent fraudulent removal and reattachment of this form to another doc Description of Attached Document �,, o Title or Type of Document: P u ecs '� „, Document bate: Signer(s) Other Than Named Above; Capacity(les) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer ^ Title(s): 0 Partner— ID Limited ❑ General ❑ Attorney in Fact M Trustee ❑ Guardian or Conservator O Other: Signer Is Representing: Number of Pages; document Signer's Name: ❑ Individual ❑ Corporate Offlcer — Titie(s): ❑ Partner --- ❑ Limited ❑ General ❑ Attorney in Fact [I Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing; FilGKiTHUM�P.RINT f' ;;rOF51GNER'�= V2007NallonelNDlaryAaeocfatleh-9350DoSoto Avo„qO,Box2402•Chalawonh,CA81313.2n02•www,NallonalNDlaryorg Itemh5907 Roordnr.Call 7oll-Preei-800.879.8927 J.A. SALAZAR CONSTRUCTION & SUPPLY CORP GENERAL ENGINEERING CONTRACTOR License No. A743587 613 N. Harbor Blvd La Habra CA 90631 Tel (562) 691-3647 - Fax (562) 691-1092 CURRENT & COMPLETED PROJECTS Date.. Com leted �...: v !, ., p , Jo Descr.I lom . _ .._ _ w ..,. __,. + :, . d.,Q enc �._ L. , t d - ... .,.. ,, _ a; Addre s -_ Contact v .Phone # ntr c v ,,. 1/9/2009 Central City 8" Water Main Inst City of Santa Ana 20 Civic Center Plaza M-43 , Santa Ana CA 92701 Ed Torres 714 647-5018 $ 777,329.00 2/25/2008 Mid -City Neighborhood Water Main City of Santa Ana 20 Civic Center Plaza M-43 , Santa Ana CA 92701 Ed Torres 714 647-5018 $2,300,318.00 5/5/2008 El Mlino Ave Water Main Inst City of Pasadena 150 S. Robles Ave; Ste 200, Pasadena CA 91101 Michele Carina 626 744-7012 $ 874,918.00 11/30/2009 8" Watermain on Maryland Ave Crescenta Valley Water District 2700 Foothill Blvd, La Crescenta CA 91214 Julian Lee 818 248-3925 $ 325,424.00 12/15/2009 Bloomfield/Civic Center Dr Golden State Water Com an 12035 Burke St, Santa Fe Springs CA 90670 Ruben Tri ueros 562 907-9200 $1,758,034.00 5/15/2010 Slauson Ave Watermain Golden State Water Company 12035 Burke St, Santa Fe Springs CA 90670 Ruben Tri ueros 562 907-9200 $ 346,935.00 1/19/2007 Watermain Re I/Sewer Main #5361 City of Fullerton 303 W. Commonwealth Ave, Fullerton CA 928320 Karen Kobayashi 714 738-6867 $1,078,528.00 Underway Foothill Well Project City of Glendale 141 N. Glendale Ave, Glendale Ca 91206 Rosanna Lau 818 548-3966 $1,292,100.00 Underway District 1 Water Main; Phase 1 City of Pomona 505 S. Garey Ave, Pomona CA 91769 Jason Brown 562 908-6222 $1,440,619.00 .Project History AID BOND ,NOW ALL. BY THESE PRESENTS,That we, J.A. Salazar Construction & Supply Corp. of 613 N. Harbor, Blvd., La Habra, Ca 90631 (hereinafter called the Principal), as Principal, and First National Insurance. Company of America {Hereinafter called the Surety), as Surety are held and firmly bound unto City of Huntington Beach (hereinafter called the Obligee) in the penal sum of Ten Percent of Amount Bid Dollars ($ 10% ) for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, }ointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUC1i, That W1-IEItEAS, the Principal has submitted or is about to submit a proposal to the Obligee or, a contract for 2010 Downtown Water Main Replacement Project; CC NO. 1361 Furnish & Install Approx 4000 LF Domestic Water Pipeline & Appurtenaces NOW, THER-EFORE, if the said Contract be timely awarded to the Principal and the Principal shall, within such time as may be specified, enter into the Contract in writing, and give bond, if bond is required, with surety acceptable to the Obligee for the faithful performance of the said Contract, then this obligation shall be void; otherwise to remain in full fo(ce and effect. Signed and sealed this 25th day of J.A. Sata�0,'oAtrkkn,_lnc. (Sea)) ^-j�N \ V Principal Witness l Title Witness First National InIlraff8e Company of America ii B y �. p E. Vega, Attorney-in..Fact POWER First National Insurance Company of America 1001 4th Avenue OF ATTORNEY Suite 1700 Seattle, WA 98154 KNOW ALL BY THESE PRESENTS; No. 13003 That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint �*"PHILIP E. VEGA; FRANK MORONES; Brea, California its true and lawful attorneys) -in -fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of Its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office_ IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents this 19th day of January 2009 Dexter R. Legg, Secretary Timothy A. Mikolajewski, Vice President CERTIFICATE Extract from the By -Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28,1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power -of -attorney appointment, executed pursuant thereto, and (iii) Certifying that said power -of -attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." 1, Dexter R. Legg , Secretary of FIRST NATIONAL INSURANCE. COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 25th day of June 2010 �SVRRNCf Cps \1928 Dexter R. Legg,, Secretary i- Of WAS'�`� S-1049/DF 1/09 ° Safeco0 and the Sareco logo are registered trademarks of Safeco Corporation. wlWs PDr CALIFORNOA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles On 0 6 / 2 5 / 2 010 before me, Monica Blaisdell, Notary - Dale - Here Insert Name aridrttre of the Wer personally appeared Philip Vega Name(s) of S'gnerts MONICA BLAISDELL Commission # 1794078 Notary Public California Z ' Orange County es Comm. Mar26, 2012 who proved to me on the basis of satisfactory evidence to be the person(,) whose name(h) is/& subscribed to the within instrument and acknowledged to me that helrAtftexecuted the same in his/,r/ y(authorized capacity(kXX and that by his)k r signafure(4(on the instrument the persons), or the entity upon behalf of which the person(tf). 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 .Move Sigrrdture of Notary Public OPTJO AL 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 this form to anolher 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: ❑ -Individual * Corporate Officer — Title(s): Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator Cl Other: Signer Is Representing: Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General Cl Attorney in Fact ❑ Trustee O Guardian or Conservator ❑ Other: Signer Is Representing: RIGHTTHUMSPRINT OFSIGNERT -..-;- 02007 National Notary Assodalion•9350 De Soto Ave, P.O_Box 2402•Chatsworth, CA 31313-2402•www.NatlonalNderyorg ltem#5907 Ae%der:Call Toll-Freet-i00-87fr6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT `r`vv� +auh�. u�CQaL` WY-Gl'9=vatGGi{✓_Ci-0 CiSC01L� ' _ - 41'LA' +S_' ' . ' ' • eCuL�l�.as�WL��, _ _. W .. R:9�n �5. 4A. �Y9"O State of California County of ORANGE On L (as�l before me, Philip Vega, Notary -public Data Here Insert Name wd Two of the Officer personally appeared Jose J. Salazar ama s mUSIgneqFt PHILIP VEGA Commission # 1799866 -+s Notary Public - California x Z Los Angeles County My Cumm. Expires May 31, 2012 Place Notary Seal Aoo�a e who proved to me on the basis of satisfactory evidence to be the person(4) whose nam*) is/t(re subscribed to the within instrument and acknowled � fio me that hekl(i�lt executed the same in hi?/9 /61 r authorized capacrty(� s), and that by hid/t1ealitQr signai:A(s) on the instrument the person(g), or the entity upon behalf of which the personM 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 Signature ----- OPTIONAL - Though the information below is not required by law, it may prove valuable to persons relying on Iha and could prevent fraudulent removal and reattachment of this form to another document, Description of Attached Document Titie or Type of Document: Q Id 6001 Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate officer —• Title(s): D Partner --- L'.i Umited 0 General _ ❑ Attorney in Fact ° n Trustee Top of thumb nere ❑ Guardian or Conservator ❑ Other: Signer is Representing: Number of Pages: Signer's Name:_ ❑ Individual ❑ Corporate Officer -- Title(s): ❑ Partner --- O Limited ❑ General ❑ Attorney in Fact C1 Trustee Gi Guardian or Conservator Ci Other: Signer Is Representing: AtGt[fTHUh9BP-RINT' VSIGNER ' _�top of inumn neirl V 2007 National Nmary Aeaodatlon • 9360 Da Solo Ave„ P,0.8ox 2402 •Ctletaworlll, CA 91313-2402• www,NaIlonaINoteryorg Item h5907 Roorder. Cabla0-Flea 1-000.876-6927. City ®f Huntington Beach 2000 Main Street • Huntington Beach, C! 92646 OFFICE OF THE CITY CLERK JOAN L. FLYNN CITY CLERK November 1, 2010 John T. Malloy, Inc. 3032 Bandini Blvd. Los Angeles, CA 90058 RE: CC-1361 — 2010 Downtown Water Main Replacement Project Enclosed please find your original bid bond for CC-1361. Sincerely, 00".100-1 O�- J+O) Joan L. Flynn, CIVIC City Clerk JF:pe Enclosure Sister Cities-o6oip/,ci< tvrttW& r(%cNew Zealand (Telephone: 714-536-5227 ) SECTION C PROPOSAL, for the CONSTRUCTION OF 2010 Downtown Water Main Replacement Project CASH CONTRACT No. 1361 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL, OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids, the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The I't Notice to Proceed will be issued for materials procurement. After undersigned submits proof of materials procurement and a detailed construction schedule to AGENCY, and after AGENCY issues a written approval of undersigned's construction schedule, AGENCY will then issue a 2nd Notice to Proceed to the undersigned to commence immediately with the physical site work thereafter to be completed within a One Hundred and Eighty (180) working day Construction Period. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids C-1 J 4,i and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find �r' " AJin the amount of $ �® which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Se able to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond' as the case may be). Bidder shall signify receipt of all Addenda here, if any: C-2 w PROJECT BID SCHEDULE A Watermain Replacement Project, Alley Between 161h Street and 171h Street, from Pecan Avenue to Palen Avenue; from Olive Avenue to Orange Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS $ 0w• $ 000: a 2. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these in 1275 LF 6b plans, complete and place. $ $ 3. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these plans, complete and in place. 1 LS $ $ 4. Remove and salvage existing fire hydrant including removing bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, and surface repair as shown on these plans, complete and in place. 3 EA s 466"2 $ pD- 5. Chlorination and testing of all new water mains and appurtenances, complete and in place. 1 LS $ Ar*- $ ODO. 6. Furnish traffic control, in accordance with the City of Huntington Beach requirements, complete and in place. 1 LS $ 1Am.02 $ //OOOZ2 7. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in accordance with these plans and as required by law. 1 LS $ UW. $1,660. 8. Furnish and install 6-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in place. 1 EA $ JIO�!• $ C-3 PROJECT BID SCHEDULE A Watermain Replacement Project, Alley Between 161h Street and 171h Street, from Pecan Avenue to Palm Avenue; from Olive Avenue to Orange Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 9. Furnish and install 8-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and S in place. 1 EA $ $ 10. Furnish and install 12-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in place. 1 EA $ d $ /Oa 11. Furnish and install new 1-inch polyethylene water service, including pipe fittings, valves and connection to existing %-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and surface repair, complete and operative in place. 36 EA $ AQ 12. Furnish and install new 1-inch polyethylene service, including pipe fittings, valves, and connection to existing 1-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and surface repair, complete and in place. 22 EA $ l,S-W,- $ 33,000, 13. Construct new fire hydrant assembly, including furnishing and installing new bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, and surface repair as shown on these plans, complete and in place. 3 EA $ a0, $ S�6oa. 14. Remove existing meter box 1 EA $ a00. $ apd 15. Remove existing valve box and cover 1 EA $ $ ®6 C-4 PROJECT BID SCHEDULE A Watermain Replacement Project, Alley Between 16th Street and 171h Street, from Pecan Avenue to Palm Avenue; from Olive Avenue to Orange Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 16. Remodel existing sewer house connection laterals conflicting with proposed waterline, including, pipe, fittings, cleanout, and appurtenances, disposal of excessive earth material, imported pipe zone fill, and one sack slurry backfill, in accordance with the contract drawings. 16 EA $ 13W, 17. Provide temporary water service 1 LS $ p gyp, $ dv 18. Remove and dispose of hydrocarbon contaminated soil per OSHA and City of Huntington Beach requirements. 25 Cy $ aa", $ $00. 19. Import soil 25 Cy $ $ 5-00. °O 20. Conduct preconstruction survey of existing homes and street as required by the Contract Documents, including preparation and submission of all required 1 LS $ I,oOo, $ /, 000 , aQ reports, videos and photographs complete. 21. Demobilization and Cleanup 1 LS $ Soo,` $ 08d, Sub -Total Amount for All Bid Items — SCHEDULE A $ q 3 760, ' C-s PROJECT BID SCHEDULE B Watermain Replacement Project, Alley Between 6th Street and 7th Street, from Orange Avenue to Acacia Avenue Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS $ D6O;®° $ pip �- 2. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these plans, complete and in place. 785 LF $ p0. 3. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these plans, complete and in place. 1 LS XL $ 1/ 6 Ob. $ 4660.E 4. Remove and salvage existing fire hydrant including removing bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, and surface repair as shown on these plans, complete and 560-- ' Se.' in place. 1 EA $ $ 5. Construct new fire hydrant assembly, including furnishing and installing new bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, and surface repair as shown on these plans, complete and in place. 1 EA $saw $ g. Chlorination and testing of all new water mains and appurtenances, complete and in place. 1 LS $ 1600..E 7. Furnish traffic control, in accordance with the City of Huntington Beach requirements, complete and in place. 1 LS $ 600, $ 0 0 00 — 8. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in accordance with these plans and as required by law. 1 LS $ ,600-02 T $ /�0®0,�-- C-6 PROJECT BID SCHEDULE B Watermain Replacement Project, Alley Between 6th Street and 7th Street, from Orange Avenue to Acacia Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 9. Furnish and install new 1-inch polyethylene water service, including pipe fittings, valves and connection to existing %-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and a � surface repair, complete and operative in place. 30 EA $ 1�" $ `fe't 10. Furnish and install new 1-inch polyethylene service, including pipe fittings, valves, and connection to existing 1-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and surface repair, complete and in place. 13 EA $Sb6.0- $ 1 R,S6. 11. Furnish and install new 2-inch polyethylene water service, including pipe, fittings, valves, connection to existing 1'/2-inch metering assembly abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and 1 PC) surface repair, complete and operative in place. EA $a,S66.IIQ s.7, 12. Remodel existing sewer house connection laterals conflicting with proposed waterline, including, pipe, fittings, cleanout, and appurtenances, disposal of excessive earth material, imported pipe zone fill, and one sack slurry backfill, in accordance with the contract drawings. 7 EA $ OD6 $ 7660.a� 13. Remove and dispose of existing 4-inch unknown pipeline, including pipe, fittings, trench excavation, and disposal of excess earth material, complete and in S� place. Bid Item is fully rejectable by the City. 785 LF $ $ 3 . 14. Furnish and install 8-inch 11 %4 degree elbow with thrust block per City Standard 614. Bid Item is fully rejectable by the City. 4 EA $ 15. Remove and dispose of hydrocarbon contaminated soil per OSHA and City of Huntington Beach requirements. 20 Cy $ aa.-� $-4 C-7 PROJECT BID SCHEDULE B Watermain Replacement Project, Alley Between 6th Street and 7th Street, from Orange Avenue to Acacia Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 16. Import soil 20 CY $ a0 . $ Gi06: -o Conduct preconstruction survey of existing homes and 17 street as required by the Contract Documents, including preparation and submission of all required 1 LS $ l�ppo AQ $ 000 reports, videos and photographs complete. 18. Demobilization and Cleanup 1 LS $ om Sub -Total Amount for All Bid Items — SCHEDULE B $ / % �' C-8 PROJECT BID SCHEDULE C Watermaian Replacement Project, Alley Between Lake Street and Main Street, from ®range Avenue to 6tln Street BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS $ 600.E $ 000. QD 2. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on OD.� 7S600. these plans, complete and in place. 750 LF $ $ 3. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these plans, complete and in place. 1 LS $�000.A- $ 009 4. Provide temporary water service 1 LS $ $ S� coo .:Am 5. Chlorination and testing of all new water mains and appurtenances, complete and in place. 1 LS $ 1, OOp. 6. Furnish traffic control, in accordance with the City of Huntington Beach requirements, complete and in place. 1 LS $ 000. $ D 7. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in accordance with these plans and as required by law. 1 LS $ I,ao0,� $ 6dO, °� 8. Furnish and install new 1-inch polyethylene water service, including pipe fittings, valves and connection to existing'/ -inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and surface repair, complete and operative in place. 24 EA C-9 PROJECT BID SCHEDULE C Watermain Replacement Project, Alley Between Lake Street and Main Street, from Orange Avenue to 6th Street BID ITEMS g_ Furnish and install new 1-inch polyethylene service, including pipe fittings, valves, and connection to existing 1-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and surface repair, complete and in place. 1 EA $ 660. $ 00 ° 10. Furnish and install new 2-inch polyethylene service, including pipe fittings, valves, and connection to existing 2-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and surface repair, complete and in place. 1 EA $�_�- 11. Furnish and install new 4-inch fire service including pipe fittings, valves, and connection to existing 4-inch metering assembly, abandonment of existing line, removal of existing valve, trench excavation, disposal of excess earth material, pipe bedding, compaction, appurtenances, and surface repair, complete and in MO. 000, place. 1 EA $ $ 12. Remove existing valve box and cover 4 EA $ opp, 00- $ �700• 60 13. Remove and salvage existing fire hydrant including removing bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, and surface repair as shown on these plans, complete and in place. 2 EA $ j $ 14. Construct new fire hydrant assembly, including furnishing and installing new bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, and surface repair as shown on these plans, complete and in place. 2 EA $ $ A- 15. Remove existing meter box 4 EA $ 20,A2- $ $Op, C-10 PROJECT BID SCHEDULE C Watermain Replacement Project, Alley Between Lake Street and Main Street, from Orange Avenue to 6th Street BID ITEMS 16. Furnish and install 6-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in place. 1 EA $ W 17. Furnish and install 8-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in place. 1 EA ��//��//�� $ $ Al 18. Remove and dispose of hydrocarbon contaminated soil per OSHA and City of Huntington Beach requirements. 20 Cy $ d,�" $ -440. �- 19. Import soil 20 CY $ ao. $ OD 20. Conduct preconstruction survey of existing homes and street as required by the Contract Documents, including preparation and submission of all required 1 LS $ ��ppo $ ®Bp, M. reports, videos and photographs complete. 21. Demobilization and Cleanup 1 LS $ l�6�1d, Sub -Total Amount for All Bid Items — SCHEDULE C $ C-1 I PROJECT BID SCHEDULED Watermain Replacement Project, Alley Between 13th Street and 14th Street, West of Main Street BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization LS $ $-000, $ 1 �-- 2. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on $166. $220-0-_ these plans, complete and in place. 250 LF 3. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these $ plans, complete and in place. 1 LS 4. Chlorination and testing of all new water mains and $ $ appurtenances, complete and in place. 1 LS 5. Furnish traffic control, in accordance with the City of $ $ o Huntington Beach requirements, complete and in place. 1 LS- 6. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in accordance with $ Ooo °� $ 006." -�/-- these plans and as required by law. 1 LS 7. Furnish and install new 1-inch polyethylene water service, including pipe fittings, valves and connection to existing 3/-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and $ 1 M '- $�[ surface repair, complete and operative in place. 3 EA 8. Remove existing valve box and cover 1 EA $man C-12 PROJECT BID SCHEDULE D ` Watermain Replacement Project, Alley Between 13th Street and 14th Street, West of Main Street BID ITEMS Remodel existing sewer house connection laterals conflicting with proposed waterline, including, pipe, 9 fittings, cleanout, and appurtenances, disposal of excessive earth material, imported pipe zone fill, and one sack slurry backfill, in accordance with the contract 000. drawings. 3 EA $ / $ 10. Remove and dispose of hydrocarbon contaminated soil $ oZO.� $ per OSHA and City of Huntington Beach requirements. 5 CY 11. Import soil $ aQ• $ OD, 5 CY Conduct preconstruction survey of existing homes and 12 street as required by the Contract Documents, including preparation and submission of all required reports, 1 LS $ videos and photographs complete. 13. Demobilization and Cleanup $ A. $ 000. 1 LS Sub -Total Amount for All Bid Items —SCHEDULE D $ -43, qDo. C-13 PROJECT BID SCHEDULE E Watermain Replacement Project, Goldenwest Street, from Palm Avenue to Yorktown Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS $ ate, $ -ca 2. Furnish and install 6-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these plans, complete and in place. 7 LF $ /S0 $ 3. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these plans, complete and in place. 235 LF $ 4. Furnish and install 12-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on LF these plans, complete and in place. 360 $'7a 600.192 5. Furnish and install 8-inch DI Class 350 watermain including all potholing, pipe valves, fittings, cathodic protection, polyethylene encasement, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these plans, complete and in place. 155 LF $ 6. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these plans, complete and in place. 1 LS C-14 PROJECT BID SCHEDULE E Watermain Replacement Project, Goldenwest Street, from Palm Avenue to Yorktown Avenue BID TTEMS Item No. Description Quantity Unit Unit Cost Total Cost 7. Remove existing valve box and cover 6 EA $a60,� $ L21no.� 8. Chlorination and testing of all new water mains and appurtenances, complete and in place. 1 LS $ 0001— 9. Furnish Traffic Control Plans, and traffic control, in accordance with the City of Huntington Beach requirements, complete and in place. 1 LS $ gpa $ ppp 10. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in accordance with these plans and as required by law. 1 LS $ /46oa,Q $ ooe =e 11. Furnish and install 8-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in place. 2 EA $ OW. 12. Furnish and install 12-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in place. 2 EA 13. Furnish and install 16-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in 6 0�.� (n Qom• place. 1 EA $ $ 14. Remove and dispose of hydrocarbon contaminated soil per OSHA and City of Huntington Beach requirements. 20 Cy $ 0.� $ 00 902 r15- Import soil ,I 20 Cy $`�- C-15 PROTECT BID SCHEDULE E Watermain Replacement Project, Goldenwest Street, from Palm Avenue to Yorktown Avenue BID ITEMS 16. Conduct preconstruction survey as required by the Contract Documents, including preparation and submission of all required reports, videos and 1 LS $ 000,=' $ 000,AAE photographs complete. 17. Demobilization and Cleanup 1 LS $ l,doo,°g Sub-Total Amount for All Bid Items —SCHEDULE E $ a /! / 66. C-16 PROJECT BID SCHEDULE F Watermain Replacement Project, Alley Rehabilitation for All Sites BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Install AC 982 Tons $ /61 gD $ 6 2. Install Aggregate Base (AB) 1875 Tons $ Co 1. $ /1437 . 3. Unclassified Excavation 1469 CY $ 76.' $ baB G. 4. Adjust Utility Cover 206 EA $ 3Qo• $ 5. Adjust Water Cover 18 EA $ 0200: $ 3 AW 6. Adjust Sewer/Storm Drain Manholes 9 EA $ 460 $ 606 7. Remove/Construct Concrete Sidewalk 120 SF $ 1S. $`" 8. Remove/Construct Concrete V-Ditch 10666 SF $ $ 9. Remove/Construct Concrete Drive Approach including adjacent gutter 2715 SF $ /S. $ 876 Sub -Total Amount for All Bid Items — SCHEDULE F $ 64 /.-=, PROJECT BID SCHEDULE G Watermain Replacement Project, Sewer Work for All Sites BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Remove and replace existing sewer lateral sweep from chimney to City R/W. 12 EA $ 00 $ A7 2. Slipline existing chimney per City Std. 517 and remove and replace sewer lateral sweep from chimney to City R/W. 31 EA $ 00, °d $ Sub -Total Amount for All Bid Items — SCHEDULE G $ C1 ( 200 °O C-18 M PROJECT BID SCHEDULE TOTALS CC-1361 WATERMAIN REPLACEMENT PROJECT Sub -Total Bid Schedule A 293 , %8d , 00 Sub -Total Bid Schedule B l 7 1, 72 57 0 Sub -Total Bid Schedule C Sub -Total Bid Schedule D 60 4310 960 . 00 Sub -Total Bid Schedule E 1.160 . o0 Sub -Total Bid Schedule F C) Sub -Total Bid Schedule G goo. CC) TOTAL BID AMOUNT, BASIS OF AWARD (Schedules A-G) 7, �. TOTAL BID AMOUNT IN WORDS: CVse, A4ill/0GIC1CO-✓0y1R026( A,) D hV narrrrc S 6611415 a4d 6 Notes: All extensions of unit prices will be subject to verification by Owner. In case of a verification between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-19 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor. By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-20 11v1ONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDEN AND SITBMITTED WITH DID State of California ss. County off Los Angeles John Justin Malloy , being first duly sworn, deposes and says that he or she is Vice President Of JOHN T. MALLOY,INC. the party making the foregoing bid that the bid is not made in the interest of, or on the 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, or 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 fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. JOHN T. MALLOY, INC. Name of idder Signatur of Bidder 3032 Bandini Blvd, Los Angeles, CA 90058 Address of Bidder Subscribed and sworn to before me this 9th day of July , 2010. CAROL A. WHARRY Commission * 1872176 Notary Public - California Los Angeles County • %PMY Comm. Ex ires Doc 24,201 NOTARY PUBLIC Carol A. Wharry /6-�dlcy-eQ. NOTARY SEAL C-21 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT I ag,a>�!v\g•>,ZS;�aC.,,�as�v!�<,?�.•�saS;s�c��,9atis�. �taS.-.�.�a.,�aY�C,-1Csa Ns�.',��.,.-b ,��s�, sai,v�S(�s�. �i..aas�w.vrac.>,ca.:�4,�a. W.�52 S�•- State of California County of Los Angeles On July 09, 2010 before me, Carol A. Wharry, Notary Public Date Here insert Name and Title of the Officer personally appeared John Justin Malloy Name(s) of Signer(s) CAROL A. FI ARRY Commission872176 Notary Public - California Los Angeles County My Comm. Ex Tres Dec 24. 2013 Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person( whose name() is/a.F& subscribed to the within instrument and acknowledged to me that he/slaeAhey executed the same in his/her/ltr& authorized capacity(ies), and that by his/he4he* signature(&) -on the instrument the person(s}, or the entity upon behalf of which the person(.sj-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 e_,a� Signature of Notary Public 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 this form to another document. Description of Attached Document Title or Type of Document: Non —Collusion Affidavit Document Date: July 09, 2010 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) None Signer's Name: John Justin Malloy ❑ Individual XX Corporate Officer—Title(s): Vice President ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact • El Trustee Top of thumb here ❑ Guardian or Conservator ❑ Other: -' '�}."F Signer Is Representing: �l1yV..M;.�,ti•A Number of Pages: One Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing RIGH7THUMBPRINT_' 'OF._ISIGNER___j Top of thumb here ✓4'✓L�4�✓4�✓,q✓,4�✓,4�✓Z�4�✓, 4�✓4�✓L�y,4�4'••✓q✓, 4�✓,Z .✓,Z�✓4�✓,4�y,5�✓Z Zw.w4'✓4�✓,Z�✓Z�✓, 4�✓,4�-4,4�✓.4'✓4�✓ti4�90,4'✓4�: ✓5 4�✓.4 ✓ti5 ✓ti UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL. CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the 2010 Downtown Water Main Replacement Project CASH CONTRACT No. 1361, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary 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 promised 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. Date: Loci IA C Contractor By I/, (x I Title C-22 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 14310.5, the Bidder shall complete, under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes No If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-23 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date: 071 /10 Contractor By IZ Lx- PC P-C; 6 CL �-- Title C-24 UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBER (To be completed only by the awarded Contractor prior to excavation) No excavation will be permitted until this form is completed and returned to the AGENCY. Section 4216/4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number, call Underground Service Alert at 1-800-422-4133 a minimum of two working days before scheduled excavation. Dig Alert Identification Number: �) tr 1,�> , (l f a s- 1-76141a -F. Contractor ALd, By Vt Title Date: 6 77 /tl 9 / j a Note: This form is required for every Dig Alert Identification Number issued by U.S.A. during the course of the Work. Additional forms may be obtained from the AGENCY upon request. C-25 BIDDER certifies that the following information is true and correct: Bidder Name %a• Z�/� ya , Business Address City, I rState Zip Telephone Number — 3 <�Z-a3-77 State Contractor's License No. and Class 0-7/7-4 Original Date Issued Expiration Date The work site was inspected by e j m i de-r of our office on 92010. The following are persons, firms, and corporations having a principal interest in this proposal: T&h� T Ta 1(13.11 (off owl ores. s st F��� VC CA — To k A� Feasvfe.r C-26 • The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. �� Company Name Signature of Biddei/ O—L)5�-� Printed or Typed Signature Subscribed and sworn to before me this 'IfA-aay of , 2010.CARp A. WHARRY Commission # 1872176 i •� Notary Public - California i Los Angeles County Io MY Comm. Expires Dec 24, 2013 NOTARY PUBLIC 0- 14r-o (,tiy NOTARY SEAL Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past two years: I. C. ` -F a V . - c t r� Ce4 G Nam and Address of Public Agency Name and Telephone No. of Project Manager: 6a« -Frowt - % 1-4 - 744 -,2 q ?,3 41,033,DnFJ w1d� 1 4 io Contract Amount Type of Work Date Completed ,.� �2. � B-rr li✓pprt�no �CA 1266.3 Name ar dddress;of Pub is Agency Name and Telephone No. of Project Manager: "I'L >•d /`c j it i ^649)6- i -334 -7 Contract Amount Type of Work Date Completed 3. Ci 0 C— v,•t - S-5 X.,, S o 4� Name Ad Address of Public Agency Name and Telephone No. of Project Manager: zla"aaa a tAs Aw)5-24--236 � `5-76 ODO , oG I�u 7/06 Contract Amount Type of Work Date Completed C-27 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT �5�.s�.'L!�SS�S�.-�,.za.,TS�S!�v'aSlTS,�.�.•As�Sti �S!z3S,�.,sa �C,cav,.�S r�,.s��.,s�S,S.�'.��.. �ysa� C;� <TS!Ta a,��. ,c, 2c�SAs�Y-�5,��.,.s�CPa.�_ State of California County of Los Angeles On July 09, 2010 before me, Carol A. Wharry, Notary Public Date Here Insert Name and Title of the Officer ' personally appeared John Justin Malloy Name(s) of Signer(s) CAROL A. WHARRY Commission # 1872176 o Notary Public - Calb!'"Ila _ Los Angeles County Comm. Ex Tres Oec 24, 2013 Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the personal whose name(s' is/a;e-subscribed to the within instrument and acknowledged to me that he/sheAtl"y executed the same in his/herAl-iek authorized capacity(ie&), and that by his/fir signature(s)-on the instrument the person(sj, or the entity upon behalf of which the personks) 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 Z5� d - NA Signature of Notary Public OPTIO 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 this form to another document. Description of Attached Document Title or Type of Document: Bidder's Information Document Date: July 09, 2010 Signer(s) Other Than Named Above None Capacity(ies) Claimed by Signer(s) Number of Pages: Two Signer's Name: John Justin Malloy Signer's Name: ❑ Individual ❑ Individual MCCorporate Officer—Title(s): Vice Pr,.-idPnf- ❑ Corporate Officer —Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact • ❑ Trustee Top of thumb here ❑ Guardian or Conservator ❑ Other: Signer Is Representing: ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 'RIGHTTiHUMIEIRROT ,OF'SIGN1111 ,y,:° ©2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationalNotaryorg Item #5907 Reorder: Call Toll -Free 1-800-876-6827 M'11- Mit 4 C OCKS'� � A INSTALLERFOR THE PERMA-LATERAL I.,INING SVST'EN-I. 041afTfatdd-i, wo tee. td+etr#'��e�o� ■ite��e�wa Thig torli volf 1% proof of the undersigned's Auporlor trAning accomplishment. The certificate holster is now in exclusive installer of the Perms - Lott ral Aping 5yrncmo iM �Mmid ,.5 AWN, MI' ,, �'. `� :'?% `r �f ;4 - yti-,,;. �: �� �r 1.., 1'Nr�Y�r-'i'.i�.r '1r`•' `� _� _ - __ _� _ fy, Certificate # 3//2k 1 y,JEFF" Certificate of Completion Of training for the City of Leo Anples tested and appMod tube resin system as supplied by Applied Felts and latetpiastio►s CORVE 8190'Vinyl Ester er"In. This training includes the proper storage, handiin& nixing, wetting out, and instaHadon of the produet in necerdance with speeit10411001 prescribed In the provisions of the City of Los Angeles. This cortliieaflan In horeby granted to: Select Trenchless Pipelines INC. �I`Fp To certify that W Oho has completed to aNtidaetion City of Los. Angeles Training Grantedt January 26,208 and good sloth January 25, 2009 1: '`.'�� 6196 I26'a Ave Largo, FL 33773 ERRY 'HULSTER-PRESIDENT' `; �� .,r ��,�.1/i.�:'t1�,,._.✓����'Q'f'°� �/.l�''a��J.Ii.����iJ`�' l/>�a4 r�: ��$i a ,�/iI��F '�i' `9' �►.' �r c 1. ;:�- �+��-�:�: Here arc- the stamped calcs. Amy Diaz Select Trenchless Pipelines amyDgselectstp.com 888-696-6344 nnnnnnnnnnnnnnnnnl II I Select Trenchless II'I"\,_ Amy Diaz Select Trenchless Pipelines amy aselectstp.com 888-696-6344 AAAAAAAAAAAAAAAAAI II I Select Trenchless 10 CIPP PIPE THICKNESS CALCULATIONS CITY OF HUNTINGTON BEACH WATERMAIN REPLACEMENT PROJECT - CIPP THICKNESS CALCULATIONS I .... .. ...... Soil Characteristics . - . I I .... .............. w = Soil density (pcf) Es = Soil modulus (psi) . . . . ...... .. ................. . Safety Factor (N) H = Max soil height over pipe (ft) 11 ............. .. ............... 11 111,11, 1"..."..'' ........... I Hw = Assumed height of water above pi Sancon Engineering, Inc. ft 125, 000, psi 50% Retention ...... ... . .. . ... ........ . .... .. . ......... . ............ .... .. . . . . ........... . . . . ......... .. ..... .... . ............. . ......... . �% . ..... .. . ...... . . . . . ... .. ... ....... . 3 rn -'jD 4 CIPP PIPE THICKNESS 7- CITY OF HUNTINGTON BEACH WATERMAIN REPLACEMENT PROJECT - CIPP THICKNESS CALCULATIONS 1 Determine the loading on the pipe using the modified Marston Formula and the Boussinesci Formula Cd = loading coeficient Cd = 1 - e^(-2 * ku'* H/Bd) 2 * ku' ..... e - 2.718 ... H = Height of soil above pipe j ......_ H = 10 ft ku' _ .130 ku' 0.13 ... w =soil density (psf) W — 120 pcf Bc = diameter of pipe (in) Bc _; 8 in....... Bd = trench width (ft) II_ Bd = 2.67 ft ........ _ _. Cd 2.40 _ . Dead Load (W�) ! !!W� = 510.99 Ihs/ ft. Live load (WI) = Cl * P * (1 +1f) . Cl Live load coeficient (/ ft) for Single Wheel Load) Ci = 0 Q04 P - wheel load (lb) L P = 16000 Ib ............. If = impact factor = _766 - .133 * H; ( 0 <=If<=.5) !r 0.00 Therefore: Live Load (WI) is:� W, 64.00 Ibs/ ft. Therefore: Total Load (Wtot = VVc + WI) Wtot 574.99 Ibs/ ft. 17 r Sancon Engineering, Inc. 4 CIPP PIPE THICKNESS CALCULATIONS CITY OF HUNTINGTON BEACH WATERMAIN REPLACEMENT PROJECT - CIPP THICKNESS CALCULATIONS 2, Determine External Pressure on Pipe Base equation: as (osi) = Yw * Hw + (Rw * Wc)/D + WI/D Where: We = vertical soil load = (Ys * H * D) / 144 Modified equation qa (psi) = Yw * Hw * 12in./ft. + (Rw * Ys * H) /144 + WI / (D * 12in./ft.) WI = Live load (Ib/ft) D = Pipe Diameter (in.) (Therefore: External Pressure on the pipe (qa Sancon Engineering, Inc. Yw = .0361 Ib/in13 Hw = 7.00 ft Rw = 0.77 Ys =' 120 pcf H = 10 ift WI = 64 IIb/ft D 8 lin . ...... . . . . .......... 10.11 P-si CIPP THICKNESS CALCULATIONS CITY OF HUNTINGTON BEACH WATERMAIN REPLACEMENT PROJECT - CIPP THICKNESS CALCULATIONS 3. Thickness Required for Buckling Pressure D 8 in ......... .. N— 1 2 qa 1011 psi _ 2 C = 0.84 El = 125,000 psi Rw = 0.77 iB' =1 0.32 Es =1 1,000 psi H=' 10 ft tmin = 0.15 ... In. 3.9 mm spec = 0.23 ....... 5.7 mm t = 0.18 in. 4.5 Imm Sancon Engineering, Inc. r CIPP PIPE THICKNESS CALCULATIONS CITY OF HUNTINGTON BEACH WATERMAIN REPLACEMENT PROJECT - CIPP THICKNESS. CALCULATIONS DESIGN CALCULATIONS FOR 6-INCH CIPP LINER (BID SCHEDULE G, BID ITEM 2) CIPP Dimensions I Liner Diameter (in.) 6 ]in Liner Thickness (in.) 0.118 in 3. 0 r 1t11 Liner SDR 50.8 _ .. CIPP Physical Properties ............ ........... ... Initial Tensile Strength(psi) 3000 psi . . Initial Flexural Modulus (psi) 4500 psis Initial Flexural Modulus of Elasticity (psi) 250,000 psi ___.................... Long -Term Modulus of Elasticity (psi) j 125,000; psi 50% Retention Existing Host Pipe Characteristics _. ... Existing pipe fully deteriorated I Ovality 1 .. Soil Characteristics �_ w = Soil density (pcf) 120 P cf _.._........ Es = Soil modulus (psi) ......... ..... ............ i 1000 psi _ . Safety Factor (N) .........._ ..... .. -.. _I II 2 _ ..... H = Max soil height over pipe �ft ) 10ftp Hw = Assumed height of water above pipe (ft) 7 9,0 f IQ - sstati IrkQ i F2 .. 267 om ty X . 3r 1; t "' rn a '2 per" �tr Sancon Engineering, Inc. A CIPP PIPE THICKNESS CALCULATIONS Dead Load (WI) Cd * w * B, * Bd (Marston Formula) ..... .... ...... ...... ...- ._...._. ...._........... .......... .......... ........._ _ ... .... Cd = loading coeficient ............... Cd = 1 - eA(-2 * ku' * H/Bd) 2*ku' _. . e — 2.718 ......... ....... ....... .. Height- . __ _ _......_-- ........... ku' _ .130 ku' 0.13 ... ....... ......_ .._. _. . _ . _ w soil density (psfi w 120 pcf ...... B, = diameter of pipe (in) Bc 6 tin Bd = trench width (ft) Bd ......... 2.50 .... ft Cd = 2.49 Dead Load (W.) . .__........... W� 372.98 fbs/ ft. .. ........... __ Live load (WI) = Cl* P * (1 +1f) ...__ __ ............... I_- _ _ _,. ..-_................ Cl - Live load coeficient (/ ft) for Single Wheel Load) ! - Ci ........,04 P wheel load (lb) P 16000 lb if = impact factor = .766 - .133 * H; (0 <=1f<=.5) if -._ 0.00 Therefore: Live Load (WI) is: ..... Wi = 64.00 Ibs/ ft. ... .......... ...._.. . Wherefore. Total Load (Wtat = W, + WI) Wtot 436.98 Iles/ ft, QPo Ess/ati CO co�2 a 0.'r C?. 61 rn rn XP r31; ti Sancon Engineering, Inc. A* 4 CIPP PIPE THICKNESS CALCULATIONS CITY OF HUNTINGTON BEACH WATERMAIN REPLACEMENT PROJECT • CIPP THICKNESS CALCULATIONS 2. Determine External Pressure on Pipe Base eauation: qa (psi) = Yw * Hw + (Rw * Wc)/D + WI/D ......... .... ......... ....._.._ ....... . Where: We = vertical soil lo. qa (psi) = Yw * Hw * 12in./ft. + (Rw * Ys * H) /144 + WI / (D * 12in /ft.) where _ _. __... ._... ....... ........ ....... Yw = Specific weight of water (lb/in ^3) __ Yw = ........... .0361 Ib/in^3 Hw = Height of water above pipe (ft.) ......... Hw =i 7 00 ........ ft Rw = Water Buoyancy Factor = 1-..33(Hw/H) . ......... __ Rw - 0.77 Ys -Soil DensityIb/ft 3 s ' H = Height of soil above pipe (ft) H - 10 ft W1 = Live load (lb/ft) WI = 64 Ib/ft D = Pipe Diameter (in.) D - 6 in ........ ... ............. Therefore: External Pressure on the pipe (qa) qa =' .... 10.331Psi Sancon Engineering, Inc. CIPP THICKNESS CALCULATIONS CITY OF HUNTINGTON BEACH WATERMAIN REPLACEMENT PROJECT - CIPP THICKNESS CALCULATIONS 3. Thickness Required for Buckling Pressure Base Equation ........ .............. .... _...... . qa + C/N (32*Rw*B'*Es*EI/D^3)" 5 ....._ . ......... ............ _ Modify the Base Equation by adding the following substitution: ........... _.......... ... ........ .... ..._......... ....... _ _......... ............................... .. El = Pipe Wall Stiffness Factor = El * (t^3)/12 ......... .......... .............. ......... . Modified Equation: ...--_ _ ... _...... ......... ........ - .. _ _ ........... ..... ........... t 0.721 * D * N * a/C)^2/(EI * Rw * B' * Es))".333 (( q i .. __ .... ..... ....... ......... ......... where: ........ _ _ _ -__ . I = Moment of Inertia (in^4/in) = t^3/12 t minimum liner thickness (in) ....... D = Pipe diameter (in) i D 6 in ....... ..._. N = Safety Factor ....... _ N 2 qa = external presure on pipe (psi) qa 10.33 psi Ovality of Pipe (%) ....... 2 C - Ovality Factor = ((1 - % ovality/100)/(1 + % ovality/100))^3 ......._.__. C 0 84 .... El = Long term modulus of eiasticty (psi) El ! 125,000 psi �. Rw = Water Buoyance factor __ ......._ _ ... ............ .. Rw _. _ 0 77 .. _ .. B' = coefficient of elastic support _ 1/(1 + 4* e^(0 065 * H)) .-- _ .......... - . __...._._ .. B' 0.32 .._ Es = Modulus of soil reaction (psi) .... Es 1,000 _ psi H = Height of Soil above pipe (ft) _ _ __ H 10 , ft The minimum CIPP thickness required is i tmin= 0.12 In 2.9 mm .... ............. Minimum Specified thickness is tspec ..... 017 4.4 mm _ ..... Use CIPP with an demonstrated actual thickness of t = 0.12 ; in. 3.0 mm Q�OFESS/ r_OER Ci( �-� 026 3 om �y X 3 y lit r^ 20 P Sancon Engineering, Inc. THE AMERICAN INSTITUTE OF ARCHITECTS. Bond Number: JOHTM-62 AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS. that we John T. Malloy, Inc. 3032 Bandini Boulevard Los Angeles , CA 90058 as Principal, hereinafter Called the Principal. and Great American Insurance Company 750 TheCityDrive South, Suite 300 Orange , CA 92868 a corporation duly organized under the laws of the State of Ohio as Surety, hereinafter called the Surety, are held and firmly bound unto City of Huntington Beach 200 Main Street, Huntington Beach, CA 92648 as Obligee, hereinafter called the Obligee, in the sum of Ten Percent of Amount Bid Dollars (s 10%u of Amount Bid for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally; firmly by these presents. WHEREAS, the Principal has submitted a bid for: Cash Contract No. 1361 - 2010 Downtown Water Main Replacement Project NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, ,or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. 'Signed and sealed this 6th day of July, 2010 (Witness) (Witness) AIA DOCUMENT A310 a BID BOND a AIA 0 • FEBRUARY 1970 ED • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y_ AVE., N.W., WASHINGTON, D.C. 20006 1 John T. Malloy, Inc lPnndifalJ �" (Seaij VC-p— V rC' s l ��/ (;rife) Great American Insurance Company (Seal) Arturo Ayala, N orney-in-Fact CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT dr.•l' aq' J' J' " "r3" `;:7" :7' `ay' �;`-• `�<t7i`:ti'- a9 �- J" r7' `y' ' -.•7! �Y ri;`- ' �/"t7 � STATE OF CALIFORNIA - County of Orange On 7/6/10 before me, Daniel Huckabay, Notary Public Date Here Insert Name and Title of the Officer personally appeared Arturo Ayala 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), and that by his/her/their signature(s) on the instrument the DANIEL HUCKABAY person(s), or the entity upon behalf of which the person(s) COMM. k1796314 acted, executed the instrument. ` Notary Public -California n ORANGE COUNTY a I certify under PENALTY OF PERJURY under the laws of My COMM, Expires Apt, 24,2012 the State.of C7nd7 oregoing paragraph is true and correct Witness haal. Signature Place Notary Seal Above Signature of Notary ublic 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 this form to another document. Description of Attached Document Title or Type of Document: Bid Bond Document Date: 7 / 6 / 10 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Arturo Ayala ❑ Individual ❑ Corporate Officer —Title(s): ❑ Partner — ❑ Limited ❑ General V Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: One Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Top of thumb here 0 2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationalNotary.org Item #5907 Reorder: Call Toll -Free 1-800-876-6827 Bond No. JOHTM-62 GREAT AMERICAN INSURANCE COMPANY® Administrative Office: 580 WALNUT STREET • CINCINNATI, OHIO 45202 . 513-369-5000 s FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than TWO No. 014489 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below, each individually if more than one is named, its true and lawful attomey-in-fact, for it and in its name, place and stead to execute on behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power BOTH OF BOTH DANIEL HUCKABAY ORANGE, $75,000,000.00 ARTURO AYALA CALIFORNIA This Power of Attorney revokes all previous powers issued in behalf of the attomey(s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 18th _ day of, MAY , 2010 Attest STATE OF OHIO, COUNTY OF HAMILTON - ss: GREAT AMERICAN INSURANCE COMPANY DAVID.C. KITCHIN (513-412 3602) On this 18TH day of MAY , 2010 before me personally appeared DAVID C_ KITCHIN, to me known, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is the Divisional Senior Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. � This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated March I. 1993. RESOLVED: That the Division President, the Division Senior Vice President, the several Divisional Vice Presidents and Divisional Assistant mice Presidents, or any one of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys -in -Fact to execute on behalf of the Company, as surety, any and all bonds, undertakings and contracts ofsuretyshlp, or other written obligations in the nature thereof to prescribe their respective duties and the respective limits oftheir authority: and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract or suretyship or other written obligation in the nature thereof, such signature and seal when soused being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION 1, STEPHEN C. BERAHA, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of June 9, 2008 have not been revoked and are now in full force and effect. Signed and sealed this 6 th day of, July 201 Q S1029Y (10/08) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT .,.. < . , , �.�.�> • . e;�s;�>; �:s s . s; ::>; �:>�e�> . , �c�s;�.�, , > .�> .�e�s;��.;�>-:,;�>; �:.;�> ..ems >�. ,;:: State of California County of Los Angeles On July 09, 2010 Date before me, Carol A. Wharry, Notary Public Here Insert Name and Title of the Officer personally appeared John Justin Malloy Name(s) of Signer(s) CAROL A. WHARRY Commission # 1872176 i , Notary Public - California z z Los Angeles County My Comm. Expires Dec 24, 2013 a" Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(Brwhose name(* is/are-subscribed to the within instrument and acknowledged to me that he/executed the same in his/herheit:-authorized capacity(ies), and that by his/h&Oheir signature(s}on the instrument the person(*, or the entity upon behalf of which the person*acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature GEC - Signature of Notary Public 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 this form to another document. Description of Attached Document Title or Type of Document: Bid Bond Document Date: July 07, 2010 Signer(s) Other Than Named Above: None Capacity(ies) Claimed by Signer(s) Signer's Name: John Justin Malloy ❑ Individual Number of Pages: Signer's Name: ❑ Individual One XX Corporate Officer — Title(s): Vice President ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Partner — ❑ Limited ❑ General _ ❑ Attorney in Fact - e 11111 ❑ Attorney in Fact ❑ Trustee Top of thumb here El Trustee Top of thumb here ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: µ Signer Is Representing: ©2007National Notary Association- 9350DeSoto Ave.,PO-Box 2402-Chatsworth, CA91313-2402-www.NabonaiNotaryorg Item#5907 Reorder: Call Toll -Free 1-800-876-6827 City of Huntington Beach 2000 Main Street • Huntington Beach, CA 92648 OFFICE OF THE CITY CLERK JOAN L. FLYNN CITY CLERK November 1, 2010 Kana Pipeline, Inc. 1639 Miraloma Ave. Placentia, CA 92870 RE: CC-1361 — 2010 Downtown Water Main Replacement Project Enclosed please find your original bid bond for CC-1361. Sincerely, � 0 "-+0) Joan L. Flynn, CIVIC City Clerk J F: pe Enclosure Sister Citieffoi&jigcjilQdaretiWAgb g.r&cNew Zealand 1 Telephone: 714-536-5227 ) KANA PIPELINE, INC. 1639 E. MIRALOMA AVENUE PLACENTIA, CA 92870 TEL# (714) 986-1400 BID LOCATION: City Hall I Office of the City Clerk Second Floor, 2000 Main Street Huntington Beach, CA 92648 BIDDATE: July 12,2010 until 2:00 P.M. 2610 JUL 12 Fri I:: z) 111 U ;`ti' 'I i"17 i" j" C' H SECTION C PROPOSAL for the CONSTRUCTION OF 2010 Downtown Water Main Replacement Project CASH CONTRACT No.1361 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids, the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The lst Notice to Proceed will be issued for materials procurement. After undersigned submits proof of materials procurement and a detailed construction schedule to AGENCY, and after AGENCY issues a written approval of undersigned's construction schedule, AGENCY will then issue a 2nd Notice to Proceed to the undersigned to commence immediately with the physical site work thereafter to be completed within a One Hundred and Eighty (180) working day Construction Period. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids C-1 I and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. a. k Accompanying this proposal of bid, find 13typ z -V;oOn the amount of $ `'� ��-Vwhich said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond", as the case may be). Bidder shall signify receipt of all Addenda here, if any: C-2 PROJECT BID SCHEDULE A Watermain Replacement Project, Alley Between 16th Street and 17th Street, from Pecan Avenue to Palm Avenue; from Olive Avenue to Orange Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS koe $ i}O0o $ i�c�c�`r, 2. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these plans, complete and in place. 1275 LF $ b � $ i3 �617 Da 3. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these yra plans, complete and in place. 1 LS $ �a5oc� $ -7 S•da 4. Remove and salvage existing fire hydrant including removing bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, and surface repair as shown on these plans, complete and �29 00 in place. 3 EA s 2*b $ 7_ s 5. Chlorination and testing of all new water mains and YV- CN) appurtenances, complete and in place. 1 LS $'6,0,00 $ ib:0c'C'`� 6. Furnish traffic control, in accordance with the City of Huntington Beach requirements, complete and in place. 1 LS $ 5,000� $ (5 0cx' 7. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in? accordance with these plans and as required by law. 1 LS $ �,00c' 8. Furnish and install 6-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in place. 1 EA $ C-3 PROJECT BID SCHEDULE A Watermain Replacement Project, Alley Between 16th Street and 17th Street, from Pecan Avenue to Palm Avenue; from Olive Avenue to Orange Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 9. Furnish and install 8-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill and surface repair, complete and 195, , in place. 1 EA $ 10,5 $ 10,500 10. Furnish and install 12-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in place. 1 EA $ 1 ,500 $ K�,5 00 11. Furnish and install new 1-inch polyethylene water service, including pipe fittings, valves and connection to existing 3/-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and co surface repair, complete and operative in place. 36 EA $ C190 _ $ 3�064<> 12. Furnish and install new 1-inch polyethylene service, including pipe fittings, valves, and connection to existing 1-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and �9 0_0 surface repair, complete and in place. 22 EA $ 1,000 $ 22,E 13. Construct new fire hydrant assembly, including furnishing and installing new bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, and surface repair as shown on these plans, complete and cx� _ 00 in place. 3 EA $6,43©0 $ P 4- 14. Remove existing meter box 1 EA $ 15. Remove existing valve box and cover 1 EA 0� 0 A C-4 PROJECT BID SCHEDULE A Watermain Replacement Project, Alley Between 16th Street and 171h Street, from Pecan Avenue to Palm Avenue; from Olive Avenue to Orange Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 16. Remodel existing sewer house connection laterals conflicting with proposed waterline, including, pipe, fittings, cleanout, and appurtenances, disposal of excessive earth material, imported pipe zone fill, and one sack slurry backfill, in accordance with the contract drawings. 16 EA $ 1,5t;0 $ ' +.000 17. Provide temporary water service 1 LS $ �nscot $ rc�vcrF�` 18. Remove and dispose of hydrocarbon contaminated soil per OSHA and City of Huntington Beach requirements. 25 CY $ y7 `� $ 1, 16?S 19. Import soil 25 CY $ �� $ 1 "7-so 20. Conduct preconstruction survey of existing homes and street as required by the Contract Documents, including preparation and submission of all required 1 LS $3,�c��� reports, videos and photographs complete. 21. Demobilization and Cleanup 1 LS CV $ 12,coo'" $ i7'000` � Sub -Total Amount for All Bid Items— SCHEDULE A $ 33�, C-s PROJECT BID SCHEDULE B Watermain Replacement Project, Alley Between 6th Street and 7th Street, from Orange Avenue to Acacia Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS $ 2. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on p® these plans, complete and in place. 785 LF $ $ 53 38o 3. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these plans, complete and in place. 1 LS $ 7,5'00 $ 4. Remove and salvage existing fire hydrant including removing bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill; and surface repair as shown on these plans, complete and in place. 1 EA $ 9 5. Construct new fire hydrant assembly, including furnishing and installing new bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, and surface repair as shown on these plans, complete and � in place. 1 EA $ (,`16(0 $ (0,`ac 6. Chlorination and testing of all new water mains and Lij d appurtenances, complete and in place. 1 LS $-71S-0o $ `7, S-Clo ' 7. Furnish traffic control, in accordance with the City of Huntington Beach requirements, complete and in place. 1 LS $ 5;,om $ t',vc)o 8. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in �n accordance with these plans and as required by law. 1 LS $ 5� oco $ S: 000 0 C-6 PROJECT BID SCHEDULE B Watermain Replacement Project, Alley Between 6th Street and 7th Street, from Orange Avenue to Acacia Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 9. Furnish and install new 1-inch polyethylene water service, including pipe fittings, valves and connection to existing %-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and .A surface repair, complete and operative in place. 30 EA $'qq1C) $ 7 10. Furnish and install new 1-inch polyethylene service, including pipe fittings, valves, and connection to existing 1-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and 00 surface repair, complete and in place. 13 EA $ l i000 $ l3`o_0CI 11. Furnish and install new 2-inch polyethylene water service, including pipe, fittings, valves, connection to existing 1 Y2-inch metering assembly abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and in 1 EA $ $ surface repair, complete and operative place. rjoQ a 12. Remodel existing sewer house connection laterals conflicting with proposed waterline, including, pipe, fittings, cleanout, and appurtenances, disposal of excessive earth material, imported pipe zone fill, and one sack slurry backfill, in accordance with the contract c drawings. 7 EA $ k,5W $ 1015�0 13. Remove and dispose of existing 4-inch unknown pipeline, including pipe, fittings, trench excavation, and disposal of excess earth material, complete and in place. Bid Item is fully rejectable by the City. 785 LF 14. Furnish and install 8-inch 11 % degree elbow with thrust block per City Standard 614. Bid Item is fully 4 EA $ �tOO $ rejectable by the City. � 15. Remove and dispose of hydrocarbon contaminated soil OSHA City Huntington Beach 20 CY � $ �� Cs $ i�Sod per and of requirements. C-7 PROJECT BID SCHEDULE B Watermain Replacement Project, Alley Between 6th Street and 7th Street, from ®range Avenue to Acacia Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 16. Import soil 20 CY $ 60 $ k'(200 Conduct preconstruction survey of existing homes and 17. street as required by the Contract Documents, 0-3 including preparation and submission of all required 1 LS $ 1-100 CP $ -,2,-1oei reports, videos and photographs complete. 18. Demobilization and Cleanup 1 LS $ 9, Q0'`x $ �, t�t,CIv� Sub -Total Amount for All Bid Items —SCHEDULE B $ 17 C-8 PROJECT DID SCHEDULE C Watermain replacement Project, Alley Between Lake Street and Main Street, from ®range Avenue to 6th Street BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS $ $ taw" 2. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these plans, complete and in place. 750 LF $ $�r�, 3. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these? plans, complete and in place. 1 LS $ `7,�' $ 4. Provide temporary water service 1 LS $ 0 $ 2e'Ctv14 5. Chlorination and testing of all new water mains and appurtenances, complete and in place. 1 LS $ �000 $ 0060 6. Furnish traffic control, in accordance with the City of Huntington Beach requirements, complete and in «r v place. 1 LS $ _5,0W $ 5jc:�� 7. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in W mac? accordance with these plans and as required by law. 1 LS, $ 5,0 $ `S,000 8. Furnish and install new 1-inch polyethylene water service, including pipe fittings, valves and connection to existing %-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and surface repair, complete and operative in place. 24 EA $ 9`10 $ V3 70 lA C-9 PROJECT BID SCHEDULE C Watermain Replacement Project, Alley Between Lake Street and Main Street, from ®range Avenue to 6th Street BID ITEMS g. Furnish and install new 1-inch polyethylene service, including pipe fittings, valves, and connection to existing 1-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and° $ r surface repair, complete and in place. 1 EA $ ►�n° 10. Furnish and install new 2-inch polyethylene service, including pipe fittings, valves, and connection to existing 2-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and surface repair, complete and in place. 1 EA $ 1,$a? $ 11. Furnish and install new 4-inch fire service including pipe fittings, valves, and connection to existing 4-inch metering assembly, abandonment of existing line, removal of existing valve, trench excavation, disposal of excess earth material, pipe bedding, compaction, appurtenances, and surface repair, complete and in place. 1 EA $ $ `fit 12. Remove existing valve box and cover 4 EA $ CiS0"� $ �, 13. Remove and salvage existing fire hydrant including removing bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, and surface repair as shown on these plans, complete and c in place. 2 EA $ 2,4W $ /4,000 14. Construct new fire hydrant assembly, including furnishing and installing new bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, and surface repair as shown on these plans, complete and cx? in place. 2 EA $ (0,W $13>�dtr 15. Remove existing meter box 4 EA $ 600k $ L-,$4o LV C-10 PROJECT BID SCHEDULE C Watermain Replacement Project, Alley Between Lake Street and Main Street, from Orange Avenue to 6th Street BID ITEMS 16. Furnish and install 6-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and WCO in place. 1 EA $ ��' $qc 17. Furnish and install 8-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and 0 P!; in place. 1 EA $ c' 18. Remove and dispose of hydrocarbon contaminated soil per OSHA and City of Huntington Beach requirements. 20 CY �? $ 7J $ 1,5� 19. Import soil 20 CY $ $ �.a 20. Conduct preconstruction survey of existing homes and street as required by the Contract Documents, including preparation and submission of all required 1 LS o $ $ �,�t:�i reports, videos and photographs complete. �7GY� 21. Demobilization and Cleanup 1 LS uo $ c3� $— Sub -Total Amount for All Bid Items — SCHEDULE C $ cl Ci C-11 PROJECT BID SCHEDULE D Watermain Replacement Project, Alley Between 13th Street and 14th Street, West of Main Street BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization $1�'000' `V_ 1 LS 2. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust (110 f restraint, and pavement replacement, as shown on $ 22�Sa� these plans, complete and in place. 250 LF 3. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, 00_ appurtenances, and surface repair, as shown on these �' $' plans, complete and in place. 1 LS 4. Chlorination and testing of all new water mains and 7�'' $ appurtenances, complete and in place. 1 LS 5. Furnish traffic control, in accordance with the City of wo $ 5,00 S 000 i Huntington Beach requirements, complete and in place. 1 LS 6. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation ,o " operations, and confined spaces in accordance with ��,�' ���©p these plans and as required by law. 1 LS 7. Furnish and install new 1-inch polyethylene water service, including pipe fittings, valves and connection to existing '/-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one cQ0 �00 sack slurry backfill, compaction, appurtenances, and $ r) °iy $ surface repair, complete and operative in place. 3 EA 8• Remove existing valve box and cover 1 EA $ � $ C-12 PROJECT BID SCHEDULED Watermain Replacement Project, Alley Between 13th Street and 14th Street, West of Main Street BID ITEMS Remodel existing sewer house connection laterals conflicting with proposed waterline, including, pipe, 9 fittings, cleanout, and appurtenances, disposal of excessive earth material, imported pipe zone fill, and one sack slurry backfill, in accordance with the contract 3 EA m°� $ V $ 4, Sr,O drawings. 10. Remove and dispose of hydrocarbon contaminated soil $ °7: $ —A__i,,M� per OSHA and City of Huntington Beach requirements. 5 CY 11. Import soil co $ $% 5 CY Conduct preconstruction survey of existing homes and 12 street as required by the Contract Documents, including preparation and submission of all required reports, 1 LS $'L,4406 $ , 4co videos and photographs complete. 13. Demobilization and Cleanup $goe00� $ef,�Lti 1 LS Sub -Total Amount for All Bid Items — SCHEDULE D $ C-13 PROJECT BID SCHEDULE E Watermain Replacement Project, Goldenwest Street, from Palm Avenue to Yorktown Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS $ 10`3i3 $ 2. Furnish and install 6-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these plans, complete and in place. 7 LF 3. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on ;, c these plans, complete and in place. 235 LF 4. Furnish and install 12-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on e�n r these plans, complete and in place. 360 LF $'2Z0 $ -79,2W 5. Furnish and install 8-inch DI Class 350 watermain including all potholing, pipe valves, fittings, cathodic protection, polyethylene encasement, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these plans, 0 complete and in place. 155 LF $Zia $ 3 i, "i50 6. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these in 1 LS $ t310W $ (7.), CM plans, complete and place. C-14 PROJECT BID SCHEDULE E Watermain Replacement Project, Goldenwest Street, from Palm Avenue to Yorktown Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 7. Remove existing valve box and cover 6 EA $ ft� $ f,00 8. Chlorination and testing of all new water mains and (9 appurtenances, complete and in place. 1 LS $ 0,cro $ to oco 9. Furnish Traffic Control Plans, and traffic control, in accordance with the City of Huntington Beach requirements, complete and in place. 1 LS $ 2.1100o $ Zi 000 10. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in accordance with ;a these plans and as required by law. 1 LS $ i0,CM 11. Furnish and install 8-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in 2 EA $ qrSc'o $ k'q•oeo place. 12. Furnish and install 12-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in L place. 2 EA $1�°� 13. Furnish and install 16-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in ve place. 1 EA $ OiOGq $ i G� 0QQ 14. Remove and dispose of hydrocarbon contaminated soil L0 per OSHA and City of Huntington Beach requirements. 20 CY $ $ ����� 15. Import soil 20 CY $ SSA '"" $ 11000 1�9 C-15 PROJECT BID SCHEDULE E Watermain Replacement Project, Goldenwest Street, from Palm Avenue to Yorktown Avenue BID ITEMS 16. Conduct preconstruction survey as required by the Contract Documents, including preparation and submission of all required reports, videos and 1 LS $ ��67� hoto raphs complete. 1 7- Demobilization and Cleanup 1 LS $ $ w' N q� Sub -Total Amount for All Bid Items — SCHEDULE E $7;' 1 C-16 PROJECT BID SCHEDULE F Watermain Replacement Project, Alley Rehabilitation for All Sites Item No. Description Quantity Unit Unit Cost Total Cost 1. Install AC 982 Tons $ 9q� 2. Install Aggregate Base (AB) 1875 Tons $ '3& $ 0,!5W ' 3. Unclassified Excavation 1469 Cy $ 's0` $5i2Z 4. Adjust Utility Cover 206 EA $ J"�_'-' $�Q`�"d`' 5. Adjust Water Cover 18 EA $''S0 � $ 41sw ex 6. Adjust Sewer/Storm Drain Manholes 9 EA $ `" $ 4,S-oo ` 7. Remove/Construct Concrete Sidewalk 120 SF $ Z $ 1440 8. Remove/Construct Concrete V-Ditch 10666 SF $ $ 9. Remove/Construct Concrete Drive Approach including adjacent gutter 2715 SF $ $ 241*t,'5 Sub -Total Amount for All Bid Items —SCHEDULE F $-�� PROJECT BID SCHEDULE G Watermain Replacement Project, Sewer Work for All Sites BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Remove and replace existing sewer lateral sweep from 6_10 chimney to City RM. 12 EA $ -110 7 $ 24.0co 2. Slipline existing chimney per City Std. 517 and remove and replace sewer lateral sweep from chimney to City Sub -Total Amount for All Bid Items - SCHEDULE G $ b , 5so ` ®' C-18 PROJECT BID SCHEDULE TOTALS CC-1361 WATERMAIN REPLACEMENT PROJECT Sub -Total Bid Schedule A $'51i Sub -Total Bid Schedule B �7q , 0I's Sub -Total Bid Schedule C Sub -Total Bid Schedule D Sub -Total Bid Schedule E Sub -Total Bid Schedule F Sub -Total Bid Schedule G TOTAL BID AMOUNT, BASIS OF AWARD (Schedules A-G) TOTAL BID AMOUNT IN WORDS: boo Notes: All extensions of unit prices will be subject to verification by Owner. In case of a verification between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-19 FIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor. By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-20 140NCOLLUSION AF'F'IDAVIT TO BE EXECUTED BY BIDDEN AND SUBMITTED WITH BID State of California ss. County of Orange 1 V4 tP L- W- CA4.E , being first duly sworn, deposes and says that he or she is GA-1 i� t-t�(" of �L` I 1 N L- the party making the foregoing bid that the bid is not made in the interest of, or on the 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, or 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 fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Name of Bidder Signature of Bidder tlo3q 5�. t nitz��ht 1��1: t''i-DGr'-- i Address of Bidder and sworn to before me this day of , 2010. NOTARY PUBLIC NOTARY SEAL C-21 CALIFORNIA JURAT WITH AFFIANT STATEMENT e Attached Document (Notary to cross out lines 1-6 below) ❑ See ent Below (Lines 1-5 to be completed only by document signer[s], not Notary) Signature of Document Signer No. 1 State of California County of DOGINA FISHKIND _ Commission # 1868237 Notary Public - California zz z e� z ' Orange County My Comm. Expires Oct 15, 2013 Signature of Document Signer No. 2 (if any) Subscribed and sworn to (or affirmed) before me on this '5i7)% day of J v 1 �- . , 20 t U , by Date onth Year (1) l ru�tQ L-2c-k-p— Name of Signer proved to me on the basis of satisfactory evidence to be the person who appeared before me (.)J (*P,d ( proved to me on thebasisof satisfactory evidence to be the person wh app � b fore me.) Signatur s Signature of Notary Public Place Notary Seal Above 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 this form to another document. Further Description of Any Attached Document/ y Title or Type of Document: Document Date: 1 L6 Number of Pages: Signer(s) Other Than Named Above: (\� f) (\` RIGHTTHUMBPRINT RIGHTTHUMBPRINT bF SIGN_ ER #1 , bFSIGNER k •• • • •• of • here ©2007 National Notary Association- 9350 De Soto Ave., P.O. Box 2402 -Chatsworth, CA 91313-2402• www.NationalNotary.org Item #5910 Reorder: Call Toll -Free 1-800-876-6827 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the 2010 Downtown Water Main Replacement Project CASH CONTRACT No. 1361, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary 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 promised 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. Date: 7 / q /`)-o ie�, Contractor By T'K'-EsiT��N�T� Title C-22 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 14310.5, the Bidder shall complete, under penalty of perjury, the following questionnaire. 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 ZNo If the answer is yes, explain the circumstances in the space provided. pokle� Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-23 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date: 7 I r 13-,o 1 C:, Contractor By Title C-24 UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBER (To be completed only by the awarded Contractor prior to excavation) No excavation will be permitted until this form is completed and returned to the AGENCY. Section 4216/4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. ` r To obtain a Dig Alert Identification Number, call Underground Service Alert at %800-422-4133 a minimum of two working days before scheduled excavation. Dig Alert Identification Number: Title Date: Note: This form is required for every Dig Alert Identification Number issued by U.S.A. ,,during the course of the Work. Additional forms may be obtained from the AGENCY upon request. C-25 BIDDER certifies that the following information is true and correct: �<&i4bk Bidder Name Business Address City, State Zip (1i1.) ggJ6 - �40c, Telephone Number 4(4 State Contractor's License No. and Class Original Date Issued ®4/moo / 2012- Expiration Date The work site was inspected by MI>W4- L of our office on VG , 2010. The following are persons, firms, and corporations having a principal interest in this proposal: F�z �-i pet-rT / S� C-26 The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. d.- F I V-k✓U o� ; I tit L - Company Name Signature of Bidder ' Printed or Typed Signature before me this day of , 2010. NOTARY PUBLIC -----NOTARY SEAL Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past two years: 1. GITI" CrF 0WTMz-t0 1425 500rW Name and Address of Public Agency Name and Telephone No. of Project Manager: 9--(614 0 ocA) 3cIS - 2,G04 � i , 4v2i6CC1 1-`fCA�--'9 W pr?GLA0E- (�)G "'b0 -2-0110 Contract Amount Type of Work Date Completed 2. cmf 0-F G'&FpeA4 (3V-CW Name and Address of Public Agency Name and Telephone No. of Project Manager: �A-(UO(A uwo � )4) 141- Sc(-1 -7 Contract Amount Type of Work Date Completed 17-i7 3. 0V-b4CAG, CQUOT-( WQ� .S71&-VY-,\CV C)'P WrAe� , C'A. q�e G"1-- Name and Address of Public Agency Name and Telephone No. of Project Manager: 305 M �1I4)- 44--a — d21 06 f�i 40O'— Wxts\z- N h, $4 Q41 k 1 "2-010 Contract Amount Type of Work Date Completed C-27 CALIFORNIA JURAT WITH AFFIANT STATEMENT ❑ Se ttached Document (Notary to cross out lines 1-6 below) ❑ See Sta�tBelow (Lines 1-5 to be completed only by document signer[s], not Notary) Signature of Document Signer No. 1 State of California County of . Signature of Document Signer No. 2 (if any) Subscribed and sworn to (or affirmed) before me on this 9 11, day of ( 20-LD , by D t Lonth Year (1)_ bc, La_ , Name of Signer proved to me on the basis of satisfactory evidence GINA FISHKIND to be the person who appeared before me (.) Commission # 1868237 i .`m Notary Public - California z a Orange County > (2) My Comm. Expires Oct 15, 2013 + Name of Signer I.�ws��wry proved to me on the basis of satisfactory evidence to be the person w o appeared before me.) Signature - Signature of Notary Public Place Notary Seal Above 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 this form to another document. Further Description of Any Attached �v�(Document Title or Type of Document: +jtG � \C rrl_& 'y\&Vl— Document Date: �f q ( 1,0 Number of Pages: C�;62 7 Signer(s) Other Than Named Above: � am — RIGHTTHUMBPRINT RIGHTTHUMBPRINT OF SIGNER #1 OF SIGNER 92 •• of • here Top of • here 02007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationaiNotary.org Item #5910 Reorder: Call Toll -Free 1-800-876-6827 'A7RrI�v.SeIeCt s to. C0P JUI 1, Idders July 2"', 2+; i I:: Y :i:n He�eh ME,?Y'� Pvr- stci- �sain Project 361;'ya3ur�a Pits:::, :Find ;1'!I:icl:,,vtl tht, proposal for Cipp 1h-dF�g, of the per i� chd: -j:. firms per bid �-.che 3uie G it", p:: t;ity st ad d 517. The i.ming i:; 'msed upon Trite specs provided byte city and c ur pr000sal does not ixrti4ude rank -va", and repl::!;::ement, rv:;- arty piping, fittings or sermons o4'pipe. Tile propoW below is based uDm hydra j- gr, pre,, ;don IV ;i.ht3Gn0ii, insnaRaticn of 4", v" or S :iiner amproxft areiy 10-20 If in seVffi, it -dm-s not inclu& my ,.;',CC:8VF'ti :ii't of pipzz ar fiffing& There. ar,2 rvo-) swipes arm- C.i--d une f:.7 4" arn6" laterals and on fbi 8" tttal.:-1 Sd a; also *Jt3 =z6fic2tes from die manW`Ba"t'x,—T of our cerEificaiion for v,—, instaflat on pir, City orLr Ang --, s C.rd-er 7ar}k Stwida=d 500-I.4 �mnd des; r cal culati=, ns _rbr 6" and 8" CIpT' Li3-rer�r poi th< City ,f Hurt .;vton Idea; h panda d,,7 pim 517, i.- a(, t' other I I_:Q}zixial} air is re i rod iv'.itase ro ij y- SVP ;eC renchless before Submittal C}j bid. Select T r:r -Wiess 'I' ii`eI'III C S -IS nOt nOT On sib le ihr i&S'L (iid due ti., i b-ds ded.,ared. nm,Y respon&i f4' : t%IL-- iC, tAd?der dxdiiLIiQn o IIiiy 1rir,c s s &- y paper WOTI: ae5-,s#ii#i ry 6-1oc;EinentS. E yc have, v c: =u swiss Weasse : all me a. anytime ' 51 �840-74 r S. . 'i : ipare§ soh::,. 17rrn:: 1.1PiNl-nos 1-Tic. SELIECF NP�r',[,rL kyrE, i PVC F v i 57 n�-i:� h+ c .. ,. e.:a 7 1,rQi Ii - M ..� 0 . �_Y � r:gi��n,•.f p �"sr'., . 7.s'f ,Ay�., 5a.t. y-.' its, V .,'� ti,5.,a =. .EN . >,:•:,.:_u: ti,.;i:-.... .G4s :.. ;-�. �•:.. - �> '' .�j, , :-. ,, ;,• NAM Kv.;..+ s .a aT.. 'q.. _.'.:;. .s�c,� ?s%. .'^_ a.. txkdrSa. ''•. ( a.,3x.#.;;_t"+yn�-Kire�'j.� S '�y..fe�.- .r • : q-,csyk =. ,x ':.�,.a;i. ,ffir' # � , + ak 'p+_' � v. .�.:?::'Mr• _vr° tF� ,4 ' K +:d'S�.'w.xt...3%r: � r Fy.,'ei, ,;.:..uap,.- y-'.- CiP_, .:;L:!- .iIrM^X71.Sk...�`r . .yS_r..::Y Y- 4 �/. � �'�< mi .f .T � ��fC ro+[al^,f. /f .'i :� •.t. t-.ya p.� ... rR �,54. �.d x'P del ' 1:�.r7•� �31. �n�•�!.• `��1 ''!�_. Ry .�Y-��.wVi� ~� �.. �1, ���7•�' eett Mr i� -�i } 4f•/ .. n .. ,�. .. , - t.t .... ..... .l� , ..a....!`. .. �+L,. ..,..c�,.ach { ��yQQy e. r 3 - f` c h '�� � t. �, a.•, � iL M1 K � .`�''A`.. �J � �n'. r'•� t t� ti r�+f. . . . . . . . . . . . . . . . . 11 ......" {� . . . . . . Y` r � b p •i`y �..a�� y x S'�r � it r 7�j a��ggT�d � a d N a ?�, j� s � r i g IN ti 6 f �i]h '4 ' ChBt_' 0 ;-r 's.s� er•JQ vWY. r.s-1 x " - a qs ,xa v .,w ,x�.. . ,o.. w ao ",.. a• r,.. .. T ,...` �,Y_.�.V,� M1''�4:'Yww.�.��. .c •,.�'1Za � � } � ;o •� 'q �\.i n :+s � a`a `ai,: m r -•m o F y a' K l�{r5,±�, � •i3 t r l� d _."`�- � ter.... ' _-• a `�,ld 8�. �f �' � � d�>t?' 9+�+�Y 4�•tiriW #ieit �'+ aLIV yV �#�+f'@i i � r V � i4�(i3o°{�fr�ftMaw ik,•w � �?�+L1(..4:rtytys,..sW.�r#aauar�«xy,•r ..� �1 �`. �yfi+ i uc'3.'ikrAE31s.r °"�r.,� i;4S'fPt�`'s Y jQ r r. c-ea � 0. �t 8 a A � a ro e~ rhaxr� lri isi +�" ® ups a' nag 3_ ��'illsi ie insc llo@ Ahe i{ d� i{'�ae���J�u �'�aiz ai��5�� ��y >�'v6�i��,��d. fFFia 1 C� wrJ416d�.11 .! � .• . . ONT - :'.. - .� ::•,:'-" _.- 1. _,; .. _._. ..__....�- t?Pe'l�.t..,��Jr:r. giv 4 r 2 r�•l�{.._ y` S f4 r r Z'rq •-;f9.`i?��.. s'.?�t�ry..��...rY.,._-:.. •�'�ar �•...%�..��"..;�°=�5� ':r�'_ :.a� --.r"i :^.:�•: �,�Y..�. ..- •_•ti�a�4,•�:if:: .. .-.•X$.� ern �•f i�r•.. ,!�".. t. �,�. ..r3�,. ."._ ,'t v W viu, .......... "M ThA Certifleatfl, of Complal. fOr AO CIO Angel 1"1vph1whm Coftv ta ftatc"' za" APP"V4d t"he irEshk IYAA-atffl 43 supplied b 0100 viuyl Cotor rqqln. 7rhIl gpjjjjQj$ InQ1101 the pwapair afog-21ge, y ApplW FuRs muTJ handMin, QUM immung UU& and In uvwrdamca vvuh pmermad In th't P"'Vislam- of the 04'ef Lim A.,ropekw. TbJ3 Solact Tranchlass Pipp,11yu)f J,�4C. ocrdfy that bol she �wp ww4pload to mildhedodA City of Los AugeRes Trittymiog 6196 1 20h Ant Uwgo, F1, 33773 k.,J y �n"R YTI 1M S& 7r.- ;: wmffn� lfmldRlpg� k I US' , RG'f r ^T ON. "YE, FOLLOWN-G, SEAMLESZ JOINI Z SHALL SEL& -E a" , -, - R04ARLITAMN Or- THE EVSIANG 'M F 7M(% UP"IER SrFTIM5 LISIED RELC Fir 7H E XYIEI�JNE JNEA2 AL -OWED.' PROCESS MAD,!�'-MAPIOT LORLEEXBOOK rl 14, INEW-01 500-1.4 TME A 500-414 aja: , t W-P-,AC�9.' UNER (UPF' UALER) VVER, !4F5co I I -IRME"D PM PRE �;:IIPE :'V 500-1.10 T-IPE A irOIDEO AND RE-rL -1 5670 - Y. 10 TEE 2 0==5 AND RE�-il-,R :SHAL�, --:X,1b05l-r WTJTH 2WE �PFINWQK 2. ;,V197'Af ;AT),0N OF THE E LJAU,4146' ShIALi BE PERFIVRMED) BY A CCAW;�41-OR THE MANUFACTURZRIA014NER OF 7XE Pft-)CES'S. MGM77,"ACTURS ARE TO sLe.0"Ir cop r OF StUCH LICENRE75 PkED.1 OFTAIIVING A PERMIT FOR !:F-IMAY EM-0-ROACHMEN'T diMYLIJ14' PIF�r rJMER, WALL rrUQ-,zNESS.' NOMINAL 13, OF PIPEf JN,,;hIES) I 01WENSION RAM jr5 115 7:2 -T 'z il �-2.25 i LUVE.; P?D'S NOT USM-.-D PEQUIRE C'f'(T ENrat"N'SEWS AP OVA' PIP 1L. I AIRE714 LNIER (CIPF) aM:%,VS SMU-1 U5E MANIMUM OF 4"X-J"RA -7.4 710r? :�'!O --?U JOIW—;5, WMPDVSA� F0R R0: MIL XICKAj 7 AN &?A Tj S': 4 FA �7 -'ss VA 1) c,V rid" TPEWRA 7EID RMM'S A ER #"1 6 REO a Y rHE PAW— I il j4)vIdAjAp TA)pv7-JE 9jjjVjMUjj WALL NjrXNEESS SPMA--0 &CA 4. C°JMTPA`MR WWU Rc7jr LERIFY THE PIPE DIAMEEAT r,�E' MANHOLES AND r.ENG7; PRIOR ?V OPOERiNG NER k/ f7. 3, ihtE C,;;NTNACTOR SHALL U3E H/Ch--irELOCITY jL","DRAULIC N'r-ZR0�CLEAMNG) FELINE, xmll: NT 70 CLEA IV WE -Pi GFMOIl n re IZ FRE-JWNG V9,EO -?�F CJAITifilACTSMALL USE NUCK IM P10'--UP AU- -DEEMS 5-FORE ;T 'VD IAIU 3 SEVEF,' OVANS WHY ARE NOT ,'VEND TO 5E 004W SMEAM AF -D HE S;IALL UNDZE A XkFiaRARe 90PASS S=;tY Fg-'? ME SEWER OW 'If W(Vi' NE DMNG, PP-0CF5a 8. ?"C"TV RERFORUED U'1�10 Ili ROTA WDECI CAWERA , 4 LL ME371A A' Ton, AND 3Er-'9.ME 7?-iE PROPER-fY DKI:L MAY 26M A CIVITY 10 F' H IN, THNG-rrv, N' Br- A DEP�IRrICMXT Df� PLSE�IIIC VJRKS ;S PIPE-UNW REHASUPTATIO DIET'G.3A CRI.Eir"HA ANDARD sk,M 517 AL/ 17T77rM o 77-IE OOEO INSPECIrON ANO' RiCORD"ING SHALL STOP AT EA A KFE), I,'- AND THE- HEAD ROM 7ED YO LJO'k� UP V-E LA -IIERAL Mu IF NE 113 A-M PLJCL�.--O OR 6'013 " XTS INAT COULD f9';rRFDE WN ME j47D 11- 4, OF, �tXO MME-N T 11. 774F v AN'D Pos-f-LUM/NG" 1ADE,'vI IRU SE MHU- THE UPSTREAM' _!Idles ARE:P*LUCOED -OR THE IINE 51AUt DE DRY ZYCEPT FOR FIOW 70k 1'W: .1-Aas-v,4LS IN PHE SE077JOIN 6,117 ':FWE- JNE- 5L---kfVG 7ELEWSED, il - - $ 1. 'JAIING 2, 4d i �'OTTLIDIHG LATERALS THA" ARE ENCXINTEFED, DURING 7HE PRE--, ADIEZ' BE GROUND AS To Flfj-45r N'T'i THE hig5r PIPE'S IN'7-.R!OR 45 P.''Ici`!CA5�'17 PROP TO PNSERRLON OF ";'HE Lfmt"r, arN "PE-D IN NIE PPZ-LIMNfI VIDEO f,! V - L }-;.VGG'F.D SZ 'CE IrE '11 p iWALL YKIT 9E C�EMEO U.qL-,--s-5r 5Pf-VRI,"k.LY :9,1RECIED 6Y TIDE CITY 1AISPECTOP. AL CUTS:: SHA�U. 'fO PHI SHAPE AND 1,72-r OF 74E W50f I)MMVER OF -NE' DMWO SEPPWC-�' CONNECTa, WE ,,. 40RACTOR E34ALL EE RfRP,0A,SR.E i7O.R- MAKNVO PC4?#VT REPA,'P,,S IDENTeRED Fv Pq�;- WDEC PRXOR V WSM"iCIN' OF THE IJMD�. 16, WE 1.+!,fW6` kk 7YERAL SHALL: BE CCOV27)NUMIS AND OF 6UF T LENO." 1-0 XMI�j;:t THE7 EN77RE' REACh' (FIRCkV I:WrRy j7z) END OF EXIT PL-WPV-o- I I p , Y 0- a FE 11OW Ts OP L140:15, PiLi RE' PEq:,#!=tD SE71-IMFIEN 4ANHf�LE-S- NO 1. 17. :WVE i' WCH LONG U�UED SAMPLE SNk' bE TAKEN ,PROM RNE DOVY.4 57REMW NO r-HECKED, tWE Cjirr _A -,IF 77,1,,E jVsjyjjVUM WALL :iE 'HEf d7':"-A 'TOR Vik L PREEN` PYE JMOEP, F-RCM EMOV G hVTO. S-EgFR ArA#V,5 ojjc- iRit" -NOT ROEMDEV TO BE Fd---HARib'!-Ai TIED. 4-NVE'AA S�WOO ' 0 IC IMR*AW 1D TICSLEMOW061Y!V�SS Tr' iA Tf 7? -J E' CO N' —t� CA C 7 -OR MA Y 0 THE RY A P i- r A 3EA L A M T OFrrff W:AL lIk,.* APF-4-S' hNFRE SANDING i4ik>- TAJKVV PLAOF OF J-RN? MANHOLE TO MANHOIS AS 0,,)7rF ic 51 Y ; ?7-7,F, C17Y / N SPEC CT�-, TM 2 f� AFM WETA-LA VICK 77-4E L#qER SHALL RE- CU7-CAF—F M NE MANHOXE 17YE FXABS-PYED NOT PPO 77?&IDJE are, M '17 -IE MA 1 0 k,,ER ',7 F NE MANHOLE .' f"Al 1, -;HROUCH, THE T.O,--- HALF OF i';IE I-WER PIPE MAY 6,17- Vj7-0,rF EVEN R 71H MfF OF THE SHELF LEAWNG THE OH-,,NNEL LANO, AYP LA 511ALL BF MADE RM 5-iAACARO PLAN ---- --- - --- nnAsz! 1: F OAT,, AnAy 20M �4�u--mvw Tmwm� C�i' Of HUN"", G'fON B"EACr-'[ DO NJIMO-WIT OF PUSIDIC W'OIVS NCHE--SONELIKE RENAUT71ot-f—UCIEILISLNI&2 I C"APP PIPE THICKNIE"1311, CALCULATIONS CITY 0FHW,'!.i'II4GTj F-ACH WATERMAIN REPLACEMENT PROJECT - CIPP TH IMM13 CALCULATIONS DESIGN C'MIL'"ULAI "HIS FOR 8-INCH CiPP LINER (BID SCHEDULE G, BID ITEN1.2) CIPP Dimlinsh,,ins Liner Dial ,Este 8 in ... ..... . Liner Thic:!'-:nes!: (in.) 0177 in Liner SDF,' .... ... ... .... ......... 452; CIPP Phy,Jca�11:,rcq:�artiaa -eri:Jle c 1'aricgth (Psi) Initial -1 �.7 L psi ...... ..... . . ............ . . . ...... . . Initial Fle:j�: ji-al �Wilodudus 4)si) 45001 usi initial Raa,cllal j,!bdulus of Elasticity (psi, 250,0001 psi Long -Ter,-, Mc,Iult.,is, of Basticity (psi) .R.e 125,000 psi 50%iedon ..... ..... . .. ......... .. .. :.Characteristics Existing pipe fuilly deteriorated ovality 2 . ......... . Soil Chal"acter'Antics ----------- . ......... 1201pof VV Soil Es Soil (psi) i 00 I psi Safety Fz;A!or,,A) H = M4:a1x:::c1il h..ight over (ft) j pipe nee height of water above pipe Ift) Hw As�; 1ji k X t A '14 Sancon —mg, Inc, nlgin&.. CIPP PIPE TH1CMJES'f5 CALCULATIONS CITY OF HUNT Eki G7Oi`-1 BEACH WATERMAIN REPLACEMENT PROJECT - CIPP THICKNESS CALCULATIONS- 1. Determine thfr loadi, :Lon.j,"jkpipe using the modified Allarsln Formula and the Boussinescl Formula Base E-_ua,,! ion: Total Load Wt,t) V"if(, + W, - - - ------------ ---- ------- - --- Dead Load VVc) C,I B w c Bd (Marstari Forrwlia; .. .... ... ......... Cd = loading :oefib,,!!rA ku' 2.718 H = Height of :,oil a'hwe pipe L H io ft ku' A30 ku' 0.13 w soil densi[y (psF 120 P, -f . .. .... . ..... . Bc = diameteof pipl� (in Bc 8 in . .... ............. . . ....... .... ....... ... . . ..... Bd trench w �.11h (fl' Bd Z.67 ft d A0 Dead Load 0;`,',) . .. .... . ............ ......... . ........... W c . . . 510.99 ........... ...... .... . . ... .. .. .... lbs/ ft, Live load IVVI!= U I f) Cl =Lure loac CoefiiJent (f ft) for Single Wheel Lcmiad) 4 P wheel io;:;: i (1h' P 16000 : lb . ...... If = impact fa,.-: or ''66 .-.133 H; 0 <=lf<=.5) If = 0.00 Therefore-: Live Load (Vv. 1) isd W1 64.00 1 bs/ ft. .. . ........ . . . ....... . ........ "rherefore: Total Load (Wt,,,,. W,, + Wj)' ..... .. . ....... . Wtt=i 574.99 lbsft, A A: E, Sancon 1:.nijinec rq, inc. -C�IIIPP PIPE THICK114E,"'3�6 CALCULATIONS CITY Or HUNI 11MVIA Bi::ACH VVATERMAIN REPLACE'.1VIENT PROJECT - CIPP THICKNESS' CALCULATIONS 2, DeternArii! Pressure on Pipe Base efqu Lg!!,Jon: cia (psi) H�,,; + (Rw Wc)JD + WI/D .. . ........ Where, Wc:; ved:soil load = (Ys H D) J 144 Modified e-i �uaticiiii .. ....... .. ...... cla (ps) = Yle,t K, (Rw Ys H) /144 + W1.1 (D 12in.1ft.) . ....... . . ..... ...... where: Yw =Specie wei-,- I. -it (.4water (Iblin .......... YW .0361 :Ibiin 3 Hw = Heigh! of w;�ic-r::ibove pipe (ft.) Hw 7.00 ft Rw = VV:,,tei 3 Uoy 11-1C, f.7aCtor 1-. 33(Hmj/H) .. .. . ..... ...... ...... .. ... . . . ........... Rw 0.77 . ...... - Ys Soil ED:.: nsity i Ys 120 Pot H Height �1: soil;:bode pipe ft/ H 10 �ft W1 = Live lc,:icl (lb,',)'.) W! - 64 lbitt D = Pipe D;:mete; (in.) D 8 in ' Therefore: !:xtefr,1F.I Pressure on the pipe (qa) qa = 10.11 122j rr , elp p lt� I ,-A Sancon igineeiail g, inc. CIPP THICKNESS CALCULATI N !CITY OF HUNTINGTON 1*�E,?XH WATERMAN REPLACEIMENT PROJECT - CIPP THICKNESS CALCULATIONS 13. Thickness I Zegulriad for Buckling Pressure !Base Eg.Uat,�in - - ------ -- . ...... ..... . . ....... ....... . .... . ...... ..... . ........... . ...... .. .... .... ............. . ...... ... . ...... .... .... . . ..... ... qa + C/N (3 .'I' *:Rw"!. E;;*E I/DA 3)1.5 Modify the RE 3e E(-:':,aticw bv adding the foilowing sdpstitgtion: El Pipe Waz Stiff v :1ss Facto; El (t113)/12 .... ....... ... ........ .. . ...... .. Modified.Egu ation t = 0721D ((N q3/()A )A.3 2/(EI*Rw*B'*Es' 33 . . ... ..... ...... .... . ...... ... ... .. where: . ... .. ... A tA (ij I Moment c�' Ineo . 4hn) 3/12 t = minimufn finerti iii::.kness (in) .. . ........ ....... .. .... . .. . . ... ... . ... .. D= Pipe dia.r,-;eter ill) i D= 8 in N = Safety F;:; r--tor N 2 qa = external preSL Otl pipe (pSi) . . .. .. ....... ... ... .... ... .. .. ...... qa . . . ..... ... ..... ..... ... 10.11 rssi Ovality of Pil.J::a 2 % c-(,1) C OvalityFiIltor (1 - % ovality/1 00)/'l + % Cvality/i,)O^3 C C. 84 El = Long 'kei I -i rno, .jlu,.:i ofelasticty (psi) El 125,000 psi Rw = Water F'uoye .:.,-e iaictor R.w=,:,.,. C1.77 B' = MeffiCil'=�A Of ffl:13ti!"SLIPport = 1/(1 + 4* eA( Bi ... .. ...... ...... .. D.32 .. . .... .... ... .. Es = tvlodu'U�� of sr:: 1 ei:�,(Aion (psi) . ........ .. .. . ...... ...... . .. = Es �i '000 psi, . . ...... H = Height o'..' Soil ;;:,ieve pipe (ft) H = 10 ft . .... .... . The minimum CIPP thickaess required is t,j, 91. 15 . . . ... ... in. 379 -min ......... .. .. . . Minimum Specified thickness is, tspec = 0.23 5.7 mr, Use CIPP with an demonstrated actual thickness of; t 18 In, &5 IMM, Sancon ['iginec. r,g, inc. ClIPP PIPE THICKI9JES%S CALCULATIONS CITY OF HUP,I"llqGT 4 !'+IEI".1,CH WATERIMAIN REPLAGIi:.MEMT PROJECT -CIPPTHICKNES"C.A.LCULATIONS CIPP Phv,dep.111 l.'.1ronerflas 3000 psi 45500 psi ........ .. . ..... . . 250.0001psi 125,0001psi 500%Reten-tflcin 2 c'/0 Hw = Asa: acne,:, heic ht of water above piple (ft) Sancon i:'nlgin&, :rig, !nc. CIPP PIPE THICK04EI �; CALCULATIONS CITY OF HUOTI ,STONI AEA -CH WATERMAIN REPLACEMENT PROJECT - CIPP THICKNESS 'CALCULATIONS 1. Deterrnineth,lloadij,�;i�,1.2njhq pipe using the modified Marston Formula and the Boussinescl FOrn� wa Base Equ Jion: . . .. ...... . ... ... ......... . . . . ............ Total Load 1(',Nt,,t) W, +*I ...... . . .... Dead Load :'W,) Ca w Bc. Bd(Marston, Formula) ... .... . ...... .. Cd = loading i~oefi6! rit - Cd 1 - e ku' ku . . ...... ..... e w 2.718 H Height o-1 ,sail tag ,)V I,E! r)lpe H 10 ft - - ---- - ---------- - -- ku' .130 ku' ... .. ......... . . ...... . ....... 0.13 d W soil depsij;, (ps;4, W I 20 q j .. .. ....... .. B, = diarnete� of pit.! :� (in') BC ....... .. . 6 in Bd = trench 1,A;'id1h (ft Bd= 2.50 ft C6 2.49 Dead Load W, 372.98 lbsi ft. Live load (W'I = Cl ) '1 +1f) Cl Live loac., coefkJr!nt ft) for Single VJheel Lcad) --- --- --- - G AYOO� P wheel lo�:d 0b) P i 6000 ;lb If impact fla,:�;rcr (6 - 133 H; 0 <=lf<=.5) Therefore: Live Load (W) is:;! W! 64.00 lbs/ ft. ninerefore: Total Loa{c:ll (V1j,;: W, + WI) Wt.t = !L36.98 lbs/ fit, 1 C}FESs!-, No), 2 [A M XP C) Sancon Vnd, inc. nec-m-ig 9 CHIP P PIPE THICKINES15' CALCULATIONS CITY OF HUF -lNG7,')M BEACH WATERMAIN REPLAC!WENT PROJECT - CIPP THICKNES3 CALCULATIONS 2. Determir, i,�. Ext-i iW Pressure on Pipe Base equg;,hcow qa (PSi) = "'W 1+!� ('113W 1v%'c)1D + WI/D ....... . ... . .. Where: We = VE,--il :-31:;-61 load (Ys * H1 D) 144 .... . . ..... . . .. ... ... . .... . - .... ... ... Modified c uatic, i i Qa (psi) )`,v Ke� 12irJft. + (Rw Ys H) /1144 + Wi 11 (D 12in./ft.) .... ... ... Where: Yw = Sped is we,'iht (.A water (lb/in A3) Yvr = .0361 Win A 3 Hw = Haig[ I of vv,,,I:or 'Above pipe (ft.) . ............. .. . ... ...... ... . ....... . .... .. . . ....... .. H �v . '700 ft .. ........ Rw ='v/Vate Buo%,,::jncv'r-actor = 1-.33(Hw/H) Rw:= 017 ys =Soil 1j 11.�Tisit� b/1`1.13) Ys:=. 2 0 Pc-f H = Height,,if scam pipe (ft) .... ........ ... H ....... 10 ...... . ..... .... .. . . ft WI= Live 11: 3d (11,, 1) W1 64 lb/r D = Pipe C, �irnet-,!, (in.) D-:=- 6 11 in Therefore: Extev'�iall I' ressure on the pipe (qa) c! a 1Q.33:.pz-:j Es s 1211? 3 6�y" Sancon [:.ngineq:..,hng, lnc. CIPP"THICKNESIS CALCULATIONS CITY Or HUNT AG;TOj BE„W;H WATERMAIN REELAC["14EN'F mOJECT - CIPP THICKNESS CALCULATIONS 3. Thickness Zeg�E; ', r;d„ "err Buckling Pressure i Base E w a>a �ri .' .. _ - p qa + 1. iH ; (.'!::'*per. :l.i.*Es-EI/D^3}^.5 _....__ Modify the &_ se Ec station by adding the fol,owiniq substitution: El = Pipe ft .II Stiff: ii_.ss Factor = El � (t^3)f'12 _ _- _ Modified E . ,a,tior:: t - 0.721 * D , (N ' : a/ >'^2/(ED Rw * B' ` Es})^ :13 ... where: i = Moment ol� Iner� ,3i ( -!^,,'/in} =: t^3/12 t = minirnum ' ner t-.kne-ss (in, ... D = Pipe diar le.te.r ;ir,) --- D ' . 6 !in N= Safety F, ctor N- i 2 qa.= externt:3I presi,lle on ,pipe (psi) qa = 10.33 psi dvality of Pi;::i�) (%; % _. C = Ovality F :actor .. ((1 - % ovality/100}1(1 + % o�;ality}/1i 0))^3 C 10.34 _ _ El = Lone tern mo,lulus of elasticty ;psi) El = 125,000 psi Rw = �J�r`atei ::tuoy81 ce factor _ - R�h3 C}.7? B" = coefflcie I it of E_ Est€c support = 1/(1 + 4* e"( 0.065 � ,�}} B j 0.32 Es = P�Eodul� :: of sr , reaction (psi) Es - L 000 psi H = Height c,l' Soil �:hove pipe (ft) 1 ft The minimum CII'p thi,ckfiess required is tm3n 0."12 9 rr,'n i0inimuin S ecI'ied thickness is i is ec - 'r.'i ! 44 i7il i Ilse CII:'P with an demonstrated acll.al thickness of t = 112 in. 3,0 26113, i l S! 3: 3 `. ' 1 Sancon I: ngine; ing, Inc. THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 `iT 1 �1 1 KNOW ALL MEN 6Y THESE PRESENTS, that we KANA PIPELINE, INC. 1639 E. Miraloma Avenue (Here insert full name and address or legal title of Contractor) Placentia, CA 92870 as Principal, hereinafter called the Principal, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND 1400 American Lane (Here insert full name and address or legal title of Surety) Schaumburg, IL 60196-1056 a corporation duly organized under the laws of the State of MD as Surety, hereinafter called the Surety, are held and firmly bound unto (Here insert full name and address or legal title of Owner) CITY OF HUNTINGTON BEACH 2000 Main St., Huntington Beach, CA 92648 as Obligee, hereinafter called the Obligee, in the sum of 10% of Amount Ten percent of amount bid. Dollars ($ Bid )r for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for (Here insert full name, address and description of project) 2010 Downtown Water Main Replacement Project Cash Contract No. 1361 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 8th day of July 2010 rincipaf) (Sea)) i tness) UXa'� (Title) FIDELITY AND DEPOSIT COMPANY OF MARYLAND � (Surety) � (Seal) Ronni Abel (Witness) Jane Keifner (Title) Attorney -in -Fact AIA DOCUMENT A310 • BID BOND • AIA ® • FEBRUARY 1970 ED • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D. C. 20006 9 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California DD County ofitJt'� On / �' 2 (0 before me, l 0. t S� p ( C Date —� 3 Here Insert Name an Title of the Officer personally appeared who proved to me on the basis of satisfactory evidence to be the person( whose name(po is&.0 subscribed to the within instrument and acknowledged to me that he/OvWM4 executed the same in his/W/tf i6ir, authorized capacity(i K), and that by his/h[$ 4Qwir signature(o) on the instrument the person(), or the entity upon behalf of which the person(p) acted, executed the instrument. GINA FISHKIND Commission # 1868237 1 certify under PENALTY OF PERJURY under the a d� Notary Public - California > laws of the State of California that the foregoing Orange County paragraph is true and -correct. My Comm. Expires Oct 15, 2013 WITNESS my hand and official seal. Signature: Place Notary Seal and/or Stamp Above Signature of Notary Public 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 this form to another document. Description of Attached Document n Title or Type of Document: � i d Document Date: 7 • 6 • Wl"O Number of Pages: % Signer(s) Other Than Named Above: �1��2�r l2orvrvt Capacity(OW Claimed by Signer Signer's Name: Signer's Name: X Corporate Officer — Title(b): 1�i�s.cQ�if. �' ❑ porate Officer — Title(s): ❑ Individual ❑ Indivl al =" ❑ Partner — ❑ Limited ❑ General Top of thumb here ❑ Partner — Limited ❑ General Top of thumb here ❑ Attorney in Fact ❑ Attorney in Fa ❑ Trustee ❑ Trustee ❑ Guardian or Conservator ❑ Guardian or Conserva ❑ Other: ❑ Other: I ner Is Representing: Signer Is Representing: O k �, i�-1 1�nC- ©2008 National Notary Association- 9350 De Soto Ave., P.O. Box 2402 -Chatsworth, CA 91313-2402-www.NationalNotary.org Item #5907 Reorder. Call Toll -Free 1-800-876-6827 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of Orange on JUL 0 8 2010 before me, K. Luu, Notary. Public (Here insert name and title of the officer) personally appeared Jane Kepner who proved to me on the basis of satisfactory evidence to be the.person(s) whose namos) is/are subscribed to the :within instrument and acknowledged to me that he/she/they executed thesame in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my h and official seal. 4 ��� k.{4 ,y_ K.�LUU mission1778,541 alifoni Ca ryrub {� �+ S 1'sLJ'issrk .'r'``..'. iyil�i:LQ:�IflTn�a- z s)rcntge County ' My Comm. Fxp.r :s Nov 5. 2U? ? (Notary Seal) Signature of Notary public ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Number of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) IN Attomey-in Fact ❑ Trustee(s) ❑ Other INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must be properly completed and attached to that document The only exception is if a document is to be recorded outside of California. In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in California (Le, cert6ing the authorized capacity of the signer). Please check the document carefullyfor proper notarial wording and attach this form ifrequimd. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the aclrowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/shdtkey,- is /are ) or circling the correct forts. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date_ Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Company, are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date h e by nominate, constitute and appoint Jane KEPNER, of Irvine, California, its true and lawful - - make, execute, seal and deliver, for, and on its behalf as surety, and as its act and e o ngs, and the execution of such bonds or undertakings in pursuan ; s on said Company, as fully and amply, to all intents and purposes, as if t xe c{ 6 ged by the regularly elected officers of the Company at its office in Bal ' Mh u• r This power of attorney revokes that issued on behalf of Jane Kenrt,dov 7_ 2QfiZ1C1 The said Assistant Section 2, of the By-*.. ; —6tio1 hat the extract set forth on the reverse side hereof is a true copy of Article VI, , and is now in force. IN WITNESS WHEREOF, the said Vice -President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 26th day of April, A.D. 2005. ATTEST: RQ C o im r 4'V.11�1 State of Maryland ss. City of Baltimore FIDELITY AND DEPOSIT COMPANY OF MARYLAND Eric D. Barnes Assistant Secretary n � By: William J. Mills Vice President On this 26th day of April, A.D. 2005, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. �`.41..... it ;111 77j�1771P\\\` Constance A. Dunn Notary Public My Commission Expires: July 14, 2011 POA-F 012-5025A City of Huntington Beach 2000 Main Street • Huntington Beach, CA 92648 OFFICE OF THE CITY CLERK JOAN L. FLYNN CITY CLERK November 1, 2010 Paulus Engineering, Inc. 2871 E. Coronado St. Anaheim, CA 92806 RE: CC-1361 — 2010 Downtown Water Main Replacement Project Enclosed please find your original bid bond for CC-1361. Sincerely, L Joan L. Flynn, CIVIC City Clerk J F: pe Enclosure Sister Citioij�c�r�t�!#t�rNew Zealand (Telephone: 714-536-5227) ea c 00 }'✓1Qlh SECTION C PROPOSAL for the CONSTRUCTION OF 2010 Downtown Water Main Replacement Project CASH CONTRACT No. 1361 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL. OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids, the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and, incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The 1st Notice to Proceed will be issued for materials procurement. After undersigned submits proof of materials procurement and a detailed construction schedule to AGENCY, and after AGENCY issues a written approval of undersigned's construction schedule, AGENCY will then issue a 2°d Notice to Proceed to the undersigned to commence immediately with the physical site work thereafter to be completed within a One Hundred and Eighty (180) working day Construction Period. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids C-1 and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find ?3 0 �� i in the amount of $ IJ16 which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond", as the case may be). Bidder shall signify receipt of all Addenda here, if any: C-2 PROJECT BID SCHEDULE A Watermain Replacement Project, Alley Between 16th Street and 17th Street, from Pecan Avenue to Palm Avenue; from Olive Avenue to Orange Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS $ 5173,?4 7 $ 373Z° G 2. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on _ these plans, complete and in place. 1275 LF $ O/,r $ 1,2VZ 3. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these 1 LS $ %t (-1 $ 7% plans, complete and in place. �3 4. Remove and salvage existing fire hydrant including removing bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, and surface repair as shown on these plans, complete and in place. 3 EA $ $ q S—tIG r i 5. Chlorination and testing of all new water mains and appurtenances, complete and in place. 1 LS $ 3 (1 $ 31V, -U 6. Furnish traffic control, in accordance with the City of Huntington Beach requirements, complete and in 1 LS $ $ place. 7. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in / accordance with these plans and as required by law. 1 LS $SfG✓ $ 8. Furnish and install 6-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and f/ ��Gd a,$�`f, in place. 1 EA $ $ C-3 PROJECT BID SCHEDULE A Watermain Replacement Project, Alley Between 16th Street and 17th Street, from Pecan Avenue to Palm Avenue; from ®live Avenue to ®range Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 9. Furnish and install 8-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in 1 EA $j%©� place. 10. Furnish and install 12-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in 1 EA $ place. 11. Furnish and install new 1-inch polyethylene water service, including pipe fittings, valves and connection to existing'/ -inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and in 36 EA $ 51,©9 surface repair, complete and operative place. 12. Furnish and install new 1-inch polyethylene service, including pipe fittings, valves, and connection to existing 1-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and surface repair, complete and in place. 22 EA $ v z,i $ 3 ' 0�� 13. Construct new fire hydrant assembly, including furnishing and installing new bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, and surface repair as shown on these plans, complete and in 3 EA $� place. 14. Remove existing meter box 1 EA $ 15. 1 Remove e xisting valve box and cover 1 EA G ILI C-4 PROJECT BID SCHEDULE A Watermain Replacement Project, Alley Between 16th Street and 17th Street, from Pecan Avenue to Palm Avenue; from Olive Avenue to Orange Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 16. Remodel existing sewer house connection laterals conflicting with proposed waterline, including, pipe, fittings, cleanout, and appurtenances, disposal of excessive earth material, imported pipe zone fill, and one sack slurry backfill, in accordance with the contract drawings. 16 EA $ 17. Provide temporary water service 1 LS $ 18. Remove and dispose of hydrocarbon contaminated soil Huntington Beach 25 CY $ s $ � I �S per OSHA and City of requirements. . 19. Import soil 25 Cy $ 3i,ti y 20. Conduct preconstruction survey of existing homes and street as required by the Contract Documents, including preparation and submission of all required 1 LS $'�,;t re orts, videos and photographs complete. 21. Demobilization and Cleanup 1 LS Sub -Total Amount for All Bid Items — SCHEDULE A $'�.1�-+�lg� G� [0J C-s PROJECT BID SCHEDULE B Watermain Replacement Project, Alley Between 6th Street and 7th Street, from Orange Avenue to Acacia Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS 2. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these plans, complete and in place. 785 LF $ law $ , 3. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these in 1 LS plans, complete and place. 4. Remove and salvage existing fire hydrant including removing bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, and surface repair as shown on these plans, complete and .�-u, c in place. 1 EA $�� $1 5. Construct new fire hydrant assembly, including furnishing and installing new bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, and surface repair as shown on these plans, complete and in place. 1 EA ;- 6. Chlorination and testing of all new water mains and 1 LS 3, appurtenances, complete and in place. $ 7. Furnish traffic control, in accordance with the City of Huntington Beach requirements, complete and in 1 LS place. $Mrw $�C�� ,�0 8. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in accordance with these plans and as required by law. 1 LS 0 C-6 PROJECT BID SCHEDULE B Watermain Replacement Project, Alley Between 6th Street and 7th Street, from Orange Avenue to Acacia Avenue BID TTEMS Item No. Description Quantity Unit Unit Cost Total Cost 9. Furnish and install new 1-inch polyethylene water service, including pipe fittings, valves and connection to existing %-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and in 30 EA $ surface repair, complete and operative place. 10. Furnish and install new 1-inch polyethylene service, including pipe fittings, valves, and connection to existing 1-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and in 13 EA surface repair, complete and place. 11. Furnish and install new 2-inch polyethylene water service, including pipe, fittings, valves, connection to existing 1 Y-inch metering assembly abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and surface repair, complete and operative in place. 1 EA 12. Remodel existing sewer house connection laterals conflicting with proposed waterline, including, pipe, fittings, cleanout, and appurtenances, disposal of excessive earth material, imported pipe zone fill, and one sack slurry backfill, in accordance with the contract drawings. 7 EA 13. Remove and dispose of existing 4-inch unknown pipeline, including pipe, fittings, trench excavation, and disposal of excess earth material, complete and in place. Bid Item is fully rejectable by the City. 785 LF $ $ 14. Furnish and install 8-inch 11 % degree elbow with thrust block per City Standard 614. Bid Item is fully City. 4 EA $ rejectable by the 15. Remove and dispose of hydrocarbon contaminated soil OSHA City Huntington Beach 20 Cy per and of requirements. bV Z C-7 PROJECT BID SCHEDULE B Watermain Replacement Project, Alley Between 6th Street and 7th Street, from Orange Avenue to Acacia Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost 'total Cost 16. Import soil 20 Cy $ ► $ iad�l,7►3 Conduct preconstruction survey of existing homes and 17 street as required by the Contract Documents, including preparation and submission of all required 1 LS reports, videos andphotographs complete. 18. Demobilization and Cleanup 1 LSin Sub -Total Amount for All Bid Items —SCHEDULE B $ ri C-8 PROJECT BID SCHEDULE C Watermain Replacement Project, Alley Between Lake Street and Main Street, from Orange Avenue to 6th Street BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS $_' 3),G$ $ � 2. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these in 750 LF plans, complete and place. $10%0'7 3. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these plans, complete and in place. 1 LS $( Ct L516 i 4. Provide temporary water service 1 LS $yF2&2 $ &jig. Z 5. Chlorination and testing of all new water mains and appurtenances, complete and in place. 1 LS $G $ 3�� 6. Furnish traffic control, in accordance with the City of Huntington Beach requirements, complete and in q1 Wqt�,S,. place. 1 LS $ $ 7. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in these by law. 1 LS accordance with plans and as required $ 8. Furnish and install new 1-inch polyethylene water service, including pipe fittings, valves and connection to existing 3/-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and surface repair, complete and operative in place. 24 EA $ 2L6,Z! $'7-7:7 791d Z Lf C-9 PROJECT BID SCHEDULE C Watermain Replacement Project, Alley Between Lake Street and Main Street, from Orange Avenue to 6th Street BID ITEMS 9. Furnish and install new 1-inch polyethylene service, including pipe fittings, valves, and connection to existing 1-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and 1 EA $ $ 0�i CIS surface repair, complete and in place. D�17� 10. Furnish and install new 2-inch polyethylene service, including pipe fittings, valves, and connection to existing 2-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and 1 EA $ %f �� Z"I $ It K surface repair, complete and in place. 11. Furnish and install new 4-inch fire service including pipe fittings, valves, and connection to existing 4-inch metering assembly, abandonment of existing line, removal of existing valve, trench excavation, disposal of excess earth material, pipe bedding, compaction, appurtenances, and surface repair, complete and in 1 EA $3,f5;' $ 3�5� place. 12. Remove existing valve box and cover 4 EA $ ,, Z 13. Remove and salvage existing fire hydrant including removing bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, and surface repair as shown on these plans, complete and in place. 2 EA $ 14. Construct new fire hydrant assembly, including furnishing and installing new bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, and 16au surface repair as shown on these plans, complete and in place. 2 EA -i $ j 3, b 15. Remove existing meter box 4 EA $ �b1/, Z $ (,e)''LtZ C-10 PROJECT BID SCHEDULE C Watermain Replacement Project, Alley Between Lake Street and Main Street, from Orange Avenue to 6th Street BID ITEMS 16. Furnish and install 6-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in 1 EA $ $ WLh place. 17. Furnish and install 8-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in 1 EA $3 $�g�i place. i W_S:6` 18. Remove and dispose of hydrocarbon contaminated soil per OSHA and City of Huntington Beach requirements. 20 CY $A LoL31 $ 19. Import soil 20 Cy $ 310(4(0 $ COo2'eZ- 20. Conduct preconstruction survey of existing homes and street as required by the Contract Documents, including preparation and submission of all required 1 LS $� reports, videos andphotographs complete. 21. Demobilization and Cleanup 1 LS $2.0/I 1P $ Sub -Total Amount for All Bid Items - SCHEDULE C $ % ("I Cr;Ll, IS'11 C-11 PROJECT BID SCHEDULED Watermain Replacement Project, Alley Between 13th Street and 14th Street, West of Main Street BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization $1 $ 3J13& 1 LS 2. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on $ these plans, complete and in place. 250 LF 3. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these $vlot plans, complete and in place. 1 LS 4. Chlorination and testing of all new water mains and appurtenances, complete and in place. 1 LS $JS �r 1 s/y� 5. Furnish traffic control, in accordance with the City of etro $ �J ��� 5-p Huntington Beach requirements, complete and in place. 1 LS —r-� 6. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in accordance with !�;O , these plans and as required by law. 1 LS $5`���� $ 7. Furnish and install new 1-inch polyethylene water service, including pipe fittings, valves and connection to existing %-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and 9 7g ,-_ $� $ ~ 23& surface repair, complete and operative in place. 3 EA 8. Remove existing valve box and cover 1 EA 7 C-12 PROJECT BID SCHEDULED Watermain Replacement Project, Alley Between 13th Street and 14th Street, West of Main Street BID ITEMS Remodel existing sewer house connection laterals conflicting with proposed waterline, including, pipe, 9 fittings, cleanout, and appurtenances, disposal of excessive earth material, imported pipe zone fill, and one sack slurry backfill, in accordance with the contract 3 EA $ ► $� drawings. 10. Remove and dispose of hydrocarbon contaminated soil per OSHA and City of Huntington Beach requirements. 5 CY 11. Import soil $� $� 1� 5 CY Conduct preconstruction survey of existing homes and 12 street as required by the Contract Documents, including preparation and submission of all required reports, 1 LS $-�r<� videos andphotographs complete. 13_ Demobilization and Cleanup $�0-1 $ q 1 LS Sub -Total Amount for All Bid Items — SCHEDULE D $ t ri C-13 PROJECT BID SCHEDULE E Watermain Replacement Project, Goldenwest Street, from Palm Avenue to Yorktown Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS $3,g-s'4V. $ 3Z 2. Furnish and install 6-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these plans, complete and in place. 7 LF $ $t 3. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on LF c, these plans, complete and in place. 235 4. Furnish and install 12-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these plans, complete and in place. 360 LF $ 31o,'A $ P ','r 5. Furnish and install 8-inch DI Class 350 watermain including all potholing, pipe valves, fittings, cathodic protection, polyethylene encasement, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these plans, `,%Z, complete and in place. 155 LF $ 6. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these in 1 LS c� plans, complete and place. 7 4 MR C-14 PROJECT BID SCHEDULE E Watermain Replacement Project, Goldenwest Street, from Palm Avenue to Yorktown Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 7. Remove existing valve box and cover 6 EA $0q q .�O 8. Chlorination and testing of all new water mains and appurtenances, complete and in 1 LS 3� 3 place. $1 $ � 9. Furnish Traffic Control Plans, and traffic control, in accordance with the City of Huntington Beach requirements, complete and in 1 LS .� yyGr�fy,S q place. $ $ 10. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in accordance with these as required by law. 1 LS plans and $ .$` $ 11. Furnish and install 8-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in 2 EA $ place. 12. Furnish and install 12-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in 2 EA $6- lrll, A, $ M.a place. 13. Furnish and install 16-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in 1 EA place. 14. Remove and dispose of hydrocarbon contaminated soil per OSHA and City of Huntington Beach requirements. 20 Cy $ $ r15. Import soil 20 CY $, $ �Z— ►C> C-15 PROJECT BID SCHEDULE E Watermain Replacement Project, Goldenwest Street, from Palm Avenue to Yorktown Avenue BID ITEMS 16. Conduct preconstruction survey as required by the Contract Documents, including preparation and submission of all required reports, videos and 1 LS $ 3 r°l374 $ 3 c, t3Z�G,"� hoto ra hs complete. 17. Demobilization and Cleanup 1 LS Sub -Total Amount for All Bid Items —SCHEDULE E $ C-16 PROJECT BID SCHEDULE P Watermain Replacement Project, Alley Rehabilitation for All Sites BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Install AC 982 Tons $ 2. Install Aggregate Base (AB) 1875 Tons $ IZ94 $ 3. Unclassified Excavation 1469 Cy $_IAEO! $ f o ` Y'd 4. Adjust Utility Cover 206 EA $ 141/" 5. Adjust Water Cover 18 EA $ 3Liq,ly 6. Adjust Sewer/Storm Drain Manholes 9 EA $,1 l $ rS 7. Remove/Construct Concrete Sidewalk 120 SF $13,?U $ 8. Remove/Construct Concrete V-Ditch 10666 SF $ l . lt3 $ 9. Remove/Construct Concrete Drive Approach including adjacent gutter 2715 SF $L% " Sub -Total Amount for All Bid Items — SCHEDULE F $ 165,E %Za v Lts PROJECT BID SCHEDULE G Watermain Replacement Project, Sewer Work for All Sites BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Remove and replace existing sewer lateral sweep from chimney to City RM. 12 EA $ 2. Slipline existing chimney per City Std. 517 and remove and replace sewer lateral sweep from chimney to City R/W. 31 EA Sub -Total Amount for All Bid Items — SCHEDULE G $ C-18 PROJECT BID SCHEDULE TOTALS CC-1361 WATERMAIN REPLACEMENT PR Sub -Total Bid Schedule A Sub -Total Bid Schedule B i' 19��7®-D�o� Sub -Total Bid Schedule CD�/ Sub -Total Bid Schedule D [� 'ih Sub -Total Bid Schedule E%p Sub -Total Bid Schedule F Sub -Total Bid Schedule G -to TlA1S " ::* I "�j TOTAL BID AMOUNT, BASIS OF AWARD (Schedules A-G) !n �/ TOTAL BID AMOUNT IN WORDS: Vwo JAW, Notes''.All extensions of unit prices will be subject to verification by Owner. In case of a verification between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-19 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor. of Work Number F, An, ericq i t. F. C_It- '19 Ai B® a v+ *h e" r A l ess htw'sq f3 to/4c1-64(e) Cad. LoffcN4 (A o F/SW2 o j 44 ,e c . Jars(. 7,?,Z I � C�scd¢fe n6. 13Q2rn f G -5/c /Do C-cwn,?, C.4 By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-20 NONCOLLUSION AFFIDAVIT TO DE EXECUTED BY BIDDER AND SUBMITTED WITH DID State of California ss. County of Orange k) A,%DDJ qt.4,t._05_, being first duly sworn, deposes and says that he or she is eAcs 1 r- of ,� i Lyj 4J6 / T"i- jA-/G the party making the foregoing bid that the bid is not made in the interest of, or on the 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, or 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 fee to any corporation, partnership, company association, org zation, bid depository, or to any member or agent thereof to effectuate a collusive sham b' . . T Subscribed and swot NOTARY PUBLIC Name o of Bidder Address of Bidder - _ /519 �4 CA Igtot C-21 JURAT State of California County of Oranae Subscribed and sworn to (or affirmed) before me on this 9th day of July, 2010 by Jason Paulus proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. Signat e (No Seall CYNTHIA J. VALENCIA Commission # 1773427 IQ Notary Public - California zZOrange County mV cornm. Ex TresOct 1 S, 2011 OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT Non -Collusion Affidavit (Title or description of attached document) Number of pages: Document Date: (Additional Information) UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the 2010 Downtown Water Main Replacement Project CASH CONTRACT No. 1361, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary 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 promised 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 requiremen Date: 7 � ®Z q 0 (? C-22 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 14310.5, the Bidder shall complete, under penalty of perjury, the following questionnaire. 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 W'No If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-23 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date: 2— 1� -2010 6 L, o Contractor I1A Title C-24 UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBER (To be completed only by the awarded Contractor prior to excavation) No excavation will be permitted until this form is completed and returned to the AGENCY. Section 4216/4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number, call Underground Service Alert at 1-800-422-4133 a minimum of two working days before scheduled excavation. Dig Alert Identification Number: rae's Title Date: I- ,go 10 10 Note: This form is required for every Dig Alert Identification Number issued by U.S.A. during the course of the Work. Additional forms may be obtained from the AGENCY upon request. C-25 BIDDER certifies that the following information is true and correct: Bidder Name c 7/ 7 raw, ,a,) « Business Address XK)4WV (� City, State Zip - 3 q 7-5-- Telephone Number -7,2 L// (,/ State Contractor's License No. and Class 0 6 - 3,- cl Original Date Issued Z• aG - 3 0 - .2(-') Expiration D e The work site was inspected by/ r ���� of our office on �®' , 2010. The following are persons, firms, and corporations having a principal interest in this proposal: C-26 The undersigned is prepared to satisfy the Council of the of Huntington Beach of its ability, financially or otherwise to perform the contract for e proposed work and improvements in accordance with the n ans an st)ecifications.set fo Company Name Signature of Printed or Tped Signature Subscribed and sworn to before me this day of , 2010. NOTARY PUBLIC NOTARY SEAL Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past two years: 1. ���P //�CHf,® 2. 3. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Name and Address of Public Agency Type of Work Name and Telephone No. of Project Manager: Contract Amount Name and Address of Public Agency Type of Work Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Date Completed Date Completed C-27 State of California County of Orange Subscribed and sworn to (or affirmed) before me on this 12th_ day of July, 2010 by Jason P proved to-Te on the basis of satisfactory evidence to be the person(s) who appeared before me. (Notary Seal) CYNTHIA J. VALENCIA Commission # 1773427 z s-a+; Notary Public - Calitornla D Orange County Carron. Eros Oct 15, 2011 OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT Biudder's Information (Title or description of attached document) Number of pages: Document Date: (Additional Information) •"rng o • • ' e- e • s o 9- • s e • e- e 0- - City of Anaheim Citywide Sanitary Sewer Improvements Anaheim Install Sewer Line $ 367,918.00 Apr-09 Psomas 200 S. Anaheim Blvd. 18" Up to 20' Deep 3187 Red Hill Ave Anaheim, CA 92805 Costa Mesa, CA 92626 (714) 765-5059 v (714) 765-4409 f Coachella Valley Water Dist. Monroe Street Trunk Sewer Coachella Install Over a Mile $ 776,328.00 Feb-09 MSA Consulting Inc 85-955 Ave. 52 Coachella, CA 92236 Jorge Meza (760)391-9637 of 12" Sewer Line 34200 Bob Hope Dr Rancho Mirage, CA 92270 City of Fullerton Sewer Repl Proj. 2007-08 Fullerton Install 18" Sewer up $ 1,100,218.00 Dec-08 DMJM Harris 303 W. Commonwealth Ave. To 24' Deep 999 Town & Country Rd Fullerton, CA 92832 Orange, CA 92868 Eric Villagracia (714) 738-6853 v (714) 738-3115 f Irvine Ranch Water District Bayview Sewage Lift Station Newport Beach Bypass and Replace $ 429,000.00 May-09 URS 15600 Sand Canyon Ave. Main Lift Station 2020 E 1st St Irvine, CA 92618 Pumps & Vaults Santa Ana, CA 92705 Anita Arant (714)453-5300 Ventura County Waterworks 21" Arroyo Simi Trunk Sewer Ventura Install 21" PVC $ 360,000.00 Jul-08 Pennfield & Smith 6767 Spring Road Sewer Line w/ Bore 1322 Del Norte Rd Moorpark, Ca. 93020 Under Railroad Tracks Camarillo, CA 93010 Cefe Munoz (805) 378-3020 (805) 529-7542 I North American Specialty insurance Company Bond r#7-B Premium Nil BID BOND KNOW ALL MEN BY THESE PRESENTS, That We, Paulus Engineering, Inc. 2871 E. Coronado Street of Anaheim... -CA 92806 as Principal, and North American Specialty Insurance Company, of Manchester, New Hampshire, as Surety, a New Hampshire corporation duly licensed to do business in the State of California are held and firmly bound unto City of Huntington. Beach as Obligee, in the penal sum of ten per=nt of amount bid Dollars for the payment of which the Principal and the Surety bind themselves, -their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That, whereas the Principal has submitted, or is about to submit, a proposal or a bid to the Obligee on a contract for Water Main Replacement Project No. 1361 NOW, THEREFORE, if the aforesaid principal shall be awarded the contract, the said principal will within the period specified therefore, or, if no period be specified, within ten (10) days after the notice of such -award into a contract and give bond for the faithful performance of the contract, then this obligation small be null and void, otherwise the principal and the surety will pay unto the obligee the difference in money between the amount of the bid of said principal and the amount for which the obligee may legally contract . with another party to perform the work if the latter amount be in excess of the former, in no event shall the liability hereunder exceed the penal sum hereof. PROVIDED AND SUBJECT OF THE CONDITION PRECEDENT, that any suits at law or proceedings in equity brought or to brought against the Surety to recover any claim hereunder must be instituted and service had upon the Surety within ninety (90) days after the acceptance of said bid of the Principal by the Obligee. Any person who, with the.intent to defraud or knowing that he is facilitating a fraud against an insurer, submits an application or files a claim containing a false or deceptive statement Is guilty of insurance fraud. SIGNED, .SEALED AND DATED this 2 8 t h day of Jun-e 2010 Paulus ineerin Inc. Piindpai By: North Am can specialty insurance company By: Ri h rd A. CooriAttomey4n-Fact _ END 140 S REV (05195) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA County of Orange } On 6-28-10 before me, Lexie Sherwood, Notary Public Date Here Insert Name and Title of the Officer personally appeared Richard A. Coon Name(s) of Signer(s) LEXIE SHERWOOD COMM. #1856389 v NOTARY PUBLIC s CALIFORMA V-; 0as ORANGE COUNTY a Comm. Exp. JULY. 27,2013 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), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. 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 o icial seal. Signature Place Notary Seal Above Signature of Nota Public 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 this form to another document. Description of Attached Document Title or Type of Document: Document Date. - Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s) - ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Top of thumb here © 2007 National Notary Association • 9350 De Soto Ave., P.O, Box 2402 -Chatsworth, CA 91313-2402 - www.NabonalNotary org Item #5907 Reorder. Call Toll -Free 1-800-.676-6827 NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Itasca, Illinois, each does hereby make, constitute and appoint: DAVID L. CULBERTSON, CHARLES L. FLAKE, RICHARD A. COON, and LEXIE SHERWOOD JOHIYMY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contractor suretyship executed under this authority shall exceed the amount of: TWENTY-FIVE MILLION ($25,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 24th of March, 2000: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." `�a��Gu`ll+TPlrrr4irr� ���J%� �,a�nnwmnm,u"w°�, By aNYtir vo kfPo Steve. P. Anderson, President & Chtcf Esccutiveofficer of Warhi en International insurance Company ,is 1879 or."A ;r & Senior Vice President of North Amerkaa Specialty Insurance Company O SEAL-cA bat h{�.. a y:, io € rH Hiltmttttt By * David M. Layman, Senior Vice Presiden[ of Washington international Insurance Company twatura & Vice President of North Amaricaa Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 30th day of September 12008 North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Du Page ss: On this 30th day of September 20 Og, before me, a Notary Public personally appeared Steven P. Anderson , President and CEO of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M. Layman , Senior Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their resnective companies. OFFiG7AL SEAL" NNA D. SIQ.ENS ! dV NotMPobtic,StnteotMoit MY13-111 siarrEipiied1Q/QGIlll11 Donna D. Sklens, Notary Public 1, James A. Carpenter , the duly elected Assistant Secretary .of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 2 8 th day of Tune 120 10 James A. Carpenter, vice President & Assistant Soaetoy of Washington International Insurance Company & Nm& American Spocia]ty Insurance Company CALIFORNIA ALL-PURPOSE OSE CERTIFICATE OF ACKNOWLEDGEMENT State of California County of Orange } On 06/28/10 before me, Cynthia J. Valencia, Notary Public personally appeared Jason Paulus 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), and that by his/her/their signature(s) on the instrument the person(s), or entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WIT ESS my hand and official seal. HiA , 11 Signature o otary Publ ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT Bid Bond Title or description of attached document Number of pages Document Date Additional Information vntNct,� cYNr. E Commission � I77SA27 • `� Notary Public - California Orange County P/MComm. Expires Oct i6,1Ai 1 (Notary Seal) CAPACITY CLAIMED BY THE SIGNER Individual Corporate Officer x /Title President Partner Attorney -In -Fact Trustee Other City ®f Huntington Beach. 2000 Main Street ® Huntington Beach, CA 92648 OFFICE OF THE CITY CLERK JOAN L. FLYNN CITY CLERIC November 1, 2010 S. C. Valley Engineering, Inc. P. O. Box 2848 El Cajon, CA 92021 RE: CC-1361 — 2010-Downtown Water Main Replacement Project Enclosed please find your original bid bond for CC-1361. Sincerely, Joan L. Flynn, CMC City Clerk JF:pe Enclosure Sister Citiyyfo&gii@klgp3�)Wtet ia"&)cNew Zealand ( Telephone: 714-536-5227 ) 20 10 JUL 12 PI'li 1: 37 P.O. Box 2848 • El Cajon, CA 92021 CITY OF HUNTINGTON BEACH 2000 MAIN STREET, 2ND FLOOR HUNTINGTON BEACH, CA 92648 *2010 DOWNTOWN WATER MAIN REPLACEMENT CASH CONTRACT # 1361 *BIDS JULY 12, 2010 @ 2:OOPM *DO NOT OPEN WITH REGULAR MAIL SECTION C PROPOSAL for the CONSTRUCTION OF 2010 Downtown Water Main Replacement Project CASH CONTRACT No. 1361 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids, the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The 1" Notice to Proceed will be issued for materials procurement. After undersigned submits proof of materials procurement and a detailed construction schedule to AGENCY, and after AGENCY issues a written approval of undersigned's construction schedule, AGENCY will then issue a 2nd Notice to Proceed to the undersigned to commence immediately with the physical site work thereafter to be completed within a One Hundred and Eighty (180) working day Construction Period. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids C-1 and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find 10V m the amount of $ 7i' which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond", as the case may be). Bidder shall signify receipt of all Addenda here, if any: C-2 PROJECT BID SCHEDULE A Watermain Replacement Project, Alley Between 16th Street and 171h Street, from Pecan Avenue to Palm Avenue; from Olive Avenue to Orange Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS $ $� 2. Furnish and instal 18-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavem ent sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these plans, complete and in place. 1275 LF $ 3. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these 1 LS $ So $ plans, complete and in place. 4. Remove and salvage existing fire hydrant including removing bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, and surface repair as shown on these plans, complete and in place. 3 EA $ 9co'..' $ �Dloo, 5. Chlorination and testing of all new water mains and 1 LS $ $ appurtenances, complete and in place. 6. Furnish traffic control, in accordance with the City of Huntington Beach requirements, complete and in LS i`' 0L $ place. 1 $ 7. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required f or all trenching and excavation operations, and confined spaces in j ✓ 610 � accordance with these plans and as required by law. 1 LS $ $ 8. Furnish and install 6-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and 1 EA $ $T in place. �-7bo. C-3 PROJECT BID SCHEDULE A Watermain Replacement Project, Alley Between 16th Street and 17th Street, from Pecan Avenue to Palm Avenue; from Olive Avenue to Orange Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 9. Furnish and install 8-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and 1 EA $ ^ $ in place. 10. Furnish and install 12-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and 1 EA $ 1+. � $ in place. 11. Furnish and instal I new 1-inch polyethylene water service, including pipe fittings, valves and connection to existing'/ -inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and 36 EA surface repair, complete and operative in place. 12. Furnish and instal I new 1-inch polyethylene service, including pipe fittings, valves, and connection to existing 1-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and surface repair, complete and in place. 22 EA 13. Construct new fire hydrant assembly, including furnishing and installing new bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, and surface repair as shown on these plans, complete and 3 EA $ $ in place. 14. Remove existing meter box 1 EA $ 15. Remove existing valve box and cover 1 EA $. ' $:,;.'� C-4 PROJECT BID SCHEDULE A Watermain Replacement Project, Alley Between Wh Street and 17`h Street, from Pecan Avenue to Palm Avenue; from Olive Avenue to Orange Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 16. Remodel existing sewer house connection laterals conflicting with proposed waterline, including, pipe, fittings, cleanout, and appurtenances, disposal of excessive earth material, imported pipe zone fill, and one sack slurry backfill, in accordance with the contract 16 EA $ 1 G 10 $� drawings. 17. Provide temporary water service 1 LS $ lj'��> $ 18. Remove and dispose of hydrocarbon contaminated soil 25 CY per OSHA and City of Huntington Beach requirements. 19. Import soil 25 CY 20. Conduct preconstruction survey of existing homes and street as required by the Contract Documents, including preparation and submission of all required 1 LS $ ' $ reports, videos andphotographs complete. 21. Demobilization and Cleanup 1 LS Sub -Total Amount for All Bid Items — SCHEDULE A $ ' W f• C-5 PROJECT BID SCHEDULE B Watermain Replacement Project, Alley Between 6th Street and 7th Street, from Orange Avenue to Acacia Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS $�('�, $ 1 ;.'� 2. Furnish and instal 18-inch PVC Class 200 watermain including all pothol ing, pipe valves, fittings, cathodic protection, and appurtenances, pavem ent sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these plans, complete and in place. 785 LF $$oy I-1" 3. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these 1 LS L'. $C)_� plans, complete and in place. $ 4 Remove and salvage existing fire hydrant including removing bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, and surface repair as shown on these plans, complete and , I ' l� $ i in place. 1 EA $ .' 5. Construct new fire hydrant assembly, including furnishing and installing new bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, and surface repair as shown on these plans, complete and in place. 1 EA $j0 g. Chlorination and testing of all new water mains and 1 LS $y�,� appurtenances, complete and in place. 7. Furnish traffic control, in accordance with the City of Huntington Beach requirements, complete and in 1 LS place. $ 8. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required f or all trenching and excavation operations, and confined spaces in accordance with these plans and as required by law. 1 LS C-6 PROJECT BID SCHEDULE B Watermain Replacement Project, Alley Between 6th Street and 7th Street, from Orange Avenue to Acacia Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 9. Furnish and instal I new 1-inch polyethylene water service, including pipe fittings, valves and connection to existing'/ -inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and 30 EA $% $ surface repair, complete and operative in place. 10. Furnish and instal I new 1-inch polyethylene service, including pipe fittings, valves, and connection to existing 1-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and 13 EA G, $ surface repair, complete and in place. 11. Furnish and instal I new 2-inch polyethylene water service, including pipe, fittings, valves, connection to existing 1'/z-inch metering assembly abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and 1 EA surface repair, complete and operative in place. 12. Remodel existing sewer house connection laterals conflicting with proposed waterline, including, pipe, fittings, cleanout, and appurtenances, disposal of excessive earth material, imported pipe zone fill, and one sack slurry backfill, in accordance with the contract 7 EA drawings. 13. Remove and dispose of existing 4-inch unknown pipeline, including pipe, fittings, trench excavation, and disposal of excess earth material, complete and in LF $/ place. Bid Item is fully rejectable by the City. 785 14. Furnish and install 8-inch 11 % degree elbow with thrust block per City Standard 614. Bid Item is fully 4 EA $� $�Z rejectable by the City. 15. Remove and dispose of hydrocarbon contaminated soil 20 CY $_2•s $ AI per OSHA and City of Huntington Beach requirements. C-7 PROJECT BID SCHEDULE B Watermain Replacement Project, Alley Between 6th Street and 7th Street, from Orange Avenue to Acacia Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 16. Import soil 20 CY $�-� $ WOU Conduct preconstruction survey of existing homes and 17 street as required by the Contract Documents, including preparation and submission of all required 1 LS �' $ $ reports, videos andphotographs complete. 18. Demobilization and Cleanup 1 LS $mod $ Sub -Total Amount for All Bid Items — SCHEDULE B C-s PROJECT BID SCHEDULE C Watermain Replacement Project, Alley ]Between Lake Street and Main Street, from ®range Avenue to 6th Street DID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS 2. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavem ent sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on , x'° these plans, complete and in place. 750 LF $ $ 3. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these plans, complete and in place. 1 LS $i.' $ 4. Provide temporary water service 1 LS $ DZY $'Z�W- 5. Chlorination and testing of all new water mains and LS appurtenances, complete and in place. 1 6. Furnish traffic control, in accordance with the City of Huntington Beach requirements, complete and in tl' place. 1 LS $ $ 7. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in accordance with these plans and as required by law. 1 LS $ .' $ 112U). 8. Furnish and install new 1-inch polyethylene water service, including pipe fittings, valves and connection to existing'/ -inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and in 24 EA $1 ,,. surface repair, complete and operative place. •A C-9 PROJECT BID SCHEDULE C Watermain Replacement Project, Alley Between bake Street and Main Street, from ®range Avenue to 6th Street BID ITEMS g. Furnish and install new 1-inch polyethylene service, including pipe fittings, valves, and connection to existing 1-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and 1 EA $If1 $jam. surface repair, complete and in place. 10. Furnish and install new 2-inch polyethylene service, including pipe fittings, valves, and connection to existing 2-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and 1 EA $ 1 ,.. $ E` t _� surface repair, complete and in place. 11. Furnish and install new 4-inch fire service including pipe fittings, valves, and connection to existing 4-inch metering assembly, abandonment of existing line, removal of existing valve, trench excavation, disposal of excess earth material, pipe bedding, compaction, appurtenances, and surface repair, complete and in 1 EA $ "�(� f $�� place. 12. Remove existing valve box and cover 4 EA 13. Remove and salvage existing fire hydrant including removing bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, and surface repair as shown on these plans, complete and in place. 2 EA $ ( $ 14. Construct new fire hydrant assembly, including furnishing and installing new bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, and surface repair as shown on these plans, complete and in place. 2 EA 15. Remove existing meter box 4 EA $5 slthL C-10 PROJECT BID SCHEDULE C Watermain Replacement Project, Alley Between Lake Street and Main Street, from Orange Avenue to 6th Street BID ITEMS 16. Furnish and install 6-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and 1 EA $rj OSLO, in place. 17. Furnish and install 8-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and 1 EA in place. 18. Remove and dispose of hydrocarbon contaminated soil per OSHA and City of Huntington Beach 20, Cy $_� requirements. 19. Import soil 20 Cy $ U $ (0c1V, 20. Conduct preconstruction survey of existing homes and street as required by the Contract Documents, including preparation and submission of all required 1 LS $ (pCkD,i $ ( s reports, videos and photographs complete. 21. Demobilization and Cleanup Sub -Total Amount for All Bid Items — SCHEDULE C $ C-11 PROJECT BID SCHEDULED Watermain Replacement Project, Alley Between 13th Street and 14th Street, West of Main Street BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization $WD > $ 1 LS 2. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on $-t r'-'� $� these plans, complete and in place. 250 LF 3. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these $`' $� plans, complete and in place. 1 LS 4. Chlorination and testing of all new water mains and $ $ appurtenances, complete and in place. 1 LS 5. Furnish traffic control, in accordance with the City of $ $ Huntington Beach requirements, complete and in place. 1 LS 6. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in accordance with $ $ r these plans and as required by law. 1 LS 7. Furnish and install new 1-inch polyethylene water service, including pipe fittings, valves and connection to existing %-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and surface repair, complete and operative in place. 3 EA 8. Remove existing valve box and cover 1 EA C-12 PROJECT BID SCHEDULED Watermain Replacement Project, Alley Between 13th Street and 14th Street, West of Main Street BID ITEMS Remodel existing sewer house connection laterals conflicting with proposed waterline, including, pipe, 9 fittings, cleanout, and appurtenances, disposal of excessive earth material, imported pipe zone fill, and one sack slurry backfill, in accordance with the contract 3 EA $ 1 '� $ drawings. , 10. Remove and dispose of hydrocarbon contaminated soil $ ' Dz- $ per OSHA and City of Huntington Beach requirements. 5 CY 11. Import soil $ .01 $— 5 CY Conduct preconstruction surrey of existing homes and 12 street as required by the Contract Documents, including preparation and submission of all required reports, 1 LS $ $ videos and photographs complete. 13. Demobilization and Cleanup $1 )U' $ � 1 LS Sub -Total Amount for All Bid Items — SCHEDULE D $�i, C-13 PROJECT BID SCHEDULE E Watermain Replacement Project, Goldenwest Street, from Palm Avenue to Yorktown Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS $ 1 � $1,.' 2. Furnish and instal 16-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavem ent sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these in 7 LF 5 q,©�jg plans, complete and place. $J $ 3. Furnish and instal 18-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavem ent sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these plans, complete and in place. 235 LF 4. Furnish and instal 112-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavem ent sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these in 360 LF plans, complete and place. 5. Furnish and install 8-inch D I Class 350 watermain including all potholing, pipe valves, fittings, cathodic protection, polyethylene encasement, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these plans, complete and in place. 155 LF $� $1Si1"►J . 6. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these 1 LS $(P-= $ �,aoo. plans, complete and in place. C-14 PROJECT BID SCHEDULE E Watermain Replacement Project, Goldenwest Street, from Palm Avenue to Yorktown Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 7. Remove existing valve box and cover 6 EA $.' $ 8. Chlorination and testing of all new water mains and appurtenances, complete and in place. 1 LS $G7)OW, $5 (oef) 9. Furnish Traffic Control Plans, and traffic control, in accordance with the City of Huntington Beach requirements, complete and in place. 1 LS $127MO $�; 10. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in accordance with these plans and as required by law. 1 LS $�' 11. Furnish and install 8-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in 2 EA place. 12. Furnish and install 12-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in 2 EA $93�,-�. B;IQD-:.. place. 13. Furnish and install 16-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in 1 EA $.. $� place. 14. Remove and dispose of hydrocarbon contaminated soil per OSHA and City of Huntington Beach requirements. 20 Cy 15. Import soil 20 Cy C-15 PROJECT BID SCHEDULE E Watermain Replacement Project, Goldenwest Street, from Palm Avenue to Yorktown Avenue BID ITEMS 16. Conduct preconstruction survey as required by the Contract Documents, including preparation and submission of all required reports, videos and 1 LS - $ ��L ,$ j,Qa photographs com lete. 17. Demobilization and Cleanup 1 LS $1 wo $ -!A©oy — Sub -Total Amount for All Bid Items — SCHEDULE E $ 35-7a-71 C%• __ C-16 PROJECT BID SCHEDULE F Watermain Replacement ]Project, Alley Rehabilitation for All Sites DID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Install AC 982 Tons $ I b , $ 2. Install Aggregate Base (AB) 1875 Tons $'+ $ 3. Unclassified Excavation 1469 Cy $ lt3b.' $ 4. Adjust Utility Cover 206 EA $ 5. Adjust Water Cover 18 EA $ $ 6. Adjust Sewer/Storm Drain Manholes 9 EA $ 7. Remove/Construct Concrete Sidewalk 120 SF $-�i,j'` 8. Remove/Construct Concrete V-Ditch 10666 SF $ l�'` �i $ 7�a57- 9. Remove/Construct Concrete Drive Approach including adjacent gutter 2715 SF $ $ �3;3©- Sub -Total Amount for All Bid Items — SCHEDULE F $ 14�5-a, q0q, j-o PROJECT BID SCHEDULE G Watermain Replacement Project, Sewer Work for All Sites BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Remove and replace existing sewer lateral sweep from _ ��► chimney to City R/W. 12 EA $ 2. Slipline existing chimney per City Std. 517 and remove and replace sewer lateral sweep from chimney to City 31 EA $ RIK Sub -Total Amount for All Bid Items — SCHEDULE G $, C-18 PROJECT BID SCHEDULE TOTALS CC-1361 WATERMAIN REPLACEMENT PROJECT Sub -Total Bid Schedule A� Sub -Total Bid Schedule B140 Sub -Total Bid Schedule C 2,700, Sub -Total Bid Schedule D (V3: /so _ Sub -Total Bid Schedule E 3 5, 7 0 -710 • Sub -Total Bid Schedule F 415 10 q0-4, 00 Sub -Total Bid Schedule G qc1 e 300. TOTAL BID AMOUNT, BASIS OF AWARD (Schedules A-G) , -10-1 , 4-74 TOTAL BID AMOUNT IN WORDS: t %) car, S %&C I CwdyfV Elea F:,-V-b_ 0,0 id b Notes: All extensions of unit prices will be subject to verification by Owner. In case of a verification between the unit price and the extension, the unit price will govern. The Owner reserves the right to rej ect any or all proposals and bid items. C-19 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor. Portion Name and Address of Subcontractor State License Class of Work Number 30 fir► v'sua CWiL471 AO I5N-2- ell-"Z"v=�J"k,` By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-20 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH ]AID State of California ss. County of Orange bein first duly sworn, deposes and -says that he or she is f of ��> �1 nAn i We party making the foregoing bid that the bid is not made in the interes of, or on the 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, or 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 fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Nam of Bidder n,171'1'j 4 1W4.1 S' nature of Bidder . 51 CajQ( C 01Ll Address of Bidder Subscribed and sworn to before me this (2l day of(2010. rLSJOELLE LIAR E M" A commW0801821141 Al"V P"ft - C&1ft h so OMP Ca" MAW NOTARY PUBLIC ���� NOTARY SEAL C-21 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the 2010 Downtown Water Main Replacement Project CASH CONTRACT No. 1361, (I)Qit) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary 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 promised 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. Co ractor y � den _ Title Date: C-22 DISQUAILIFICATION QUESTIONNAIRE In accordance with Government Code Section 14310.5, the Bidder shall complete, under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ® Yes )<No If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-23 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Dater kA4 12 Mc k'�, - C, - -�Aw !e Contractor iI LA III I U C-24 Title UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBER (To be completed only by the awarded Contractor prior to excavation) No excavation will be permitted until this form is completed and returned to the AGENCY. Section 4216/4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number, call Underground Service Alert at 1-800-422-4133 a minimum of two working days before scheduled excavation. Dig Alert Identification Number: Contractor Title Date: Note: This form is required for every Dig Alert Identification Number issued by U.S.A. during the course of the Work. Additional forms may be obtained from the AGENCY upon request. C-25 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: sc', � Bidder Name 20, tx Business Address State Zip Telephone Number State Contractor's License No. and Class 4 Cl q Original Date Issued M(t u .21.'UD12 Exniratioh Date The work site was Y b inspected 1 of our office on,, e— 2-, 2010. p � � Jam.— The following are persons, firms, and corporations having a principal interest in this proposal: Sant! W VtAtn C-26 The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. L Printed or Typed Signature 11 Subscribed and sworn to before me this �2 day of 2010. NOTARY PUBLI V- JI A dMLLE omit RPM ` Coaruniseiofl * 1827141 ttotM Pubk • Colde V8 so 01W WOO Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past two years: 1. C w� q)�SL SL Name a d Address of Public Agency Name and Telephone No. of Project Manager: ��'� F MsDn o 7, Contract Amount Type of Work Date Completed 2. 3. KNIV Name and Address of Public Agency ci,2-i2 Name and Telephone No. of Project Manager: '3e(q j Vt (q ' ,5 3 -�`HY4 I1 2=VI Aro-m r ,ZD�o Contract Amount Type of Work Date Completed Nam6 and Address of Public Agency Name and Telephone No. of Project Manager: V Contract Amount Type of Work C-27 Date 6.Z M W w J J U c/3 co co co N v v IF �,�' d ''� � -s s. �• l,' e' � k;�3�ta � 3ifllA•�r� � Y K � �� G. sc�.Zar E �.73'i '��1:+:0�►���YY'A!:� "��: Catirtwe # 3/1af- STRIE IMF AM _ • �. Of ttWSARS fW ft CHY Of L49 ARDBdu t6lbd IM d Nkpp tube MIA IYMM as suppKed by AppW Fends and la COR.YB NJ 90 Vkyl Dkr mhLrhia tramiu,% inwas &e prom storage, bwauns, mbam& weirmg ono suet .tea beklabdOft of tk p R In MccordenwMth Apftfflaftill p rIbe d to the p roviWom of ehe City of Los Angdes. This .n . , Soled Trenchless PIPellnes w Crawitedt Juaaq A 2M sod gwd nod 4vmry 25, 2M A 6196 t 26" Ave Largo, .FL 33773 ULSTER -PRBYJDE'Ai'L' �1 �� :'. J : l �� � \ti ��af . `+j"a \rj �Y I1 i� . `�~I � � ���^..; `: y.:. `�� �c.�qr ���:c � `fl`.i. :.�� �' \ °���:• . \ �t�~ � .�f�: % � �'� � ,. \\^/�1 t�� .C� ��% � �� 07/09/2010 12:23 FAX 619 444 2366 SC VALLEY ENO. 004/011 fi' CITY OF HUNTINGTON BEACH WATERMAIN REPLACEMENT PROJECT a CIPP THICKNESS CALCULATIONS DESIGN CALCULATIONS FOR 8-INCH CIPP LINER (BID SCHEDULE C, BID ITEM 2) CIPP Dimensions Liner diameter (in.) 8 in Liner Thickness (in.) 0.177; in ri. �� r Liner SDR 45.2 CIPP Phvslcal Proloerties Initial Tensile Strength (psi) 3000 psi Initial Flexural Modulus (psi) 4500 psi Initial Flexural Modulus of Elasticity (psi) 260,000 psi Long -Term Modulus of Elasticity (psi) j 125,000 psi 50%Retention Existing Most Pipe Characteristics Existing pipe fully deteriorated f I i ovality (%) 2 % Soil Characteristics j w = Soil density (pcf) 120 pcf Es = Soil modulus (psi) '; 1000 psi Safety Factor (N) 2 H =Max soil height over pipe (ft) bL;:^e Hw = Assumed height of water above pipe (ft) �o otk CIO 3 Sancon Engineering, Inc. ��� , yt Q 07/09/2010 12:24 FAX G19 444 2366 SC VALLEY ENG. [a 005/011 CIPP PIPE THICKNESS CALCULATIONS CITY OF HUNTINGTON BEACH WATERf1MAIN REPLACEMENT PROJECT - CIPP THICKNESS CALCULATIONS 1. Determine the loading on the pipe using the modified Marston Formula and the Eousslnesq Formula Base Souation: Total Load (W,W) = WC. '+ W, Dead Load (WJ = Cd * W * Bc * Bd (Marston Formula) Cd = loading coeficient Cd = 1 - e^(-2 w ku' * H/Bd) 2ku' e=� H = Height of soil above pipe H = Ku' = .130 ku' w = soil density (psf) W = Br. = diameter of pipe (tn) gc = I Bd = trench width (ft) Bd I , C I I d . Dead Load W. Live load (WI) = Cl * P * 0 +1 f) Cl = Live load coeficient (/ ft) for Single Wheel Load) i C, _ P = wheel load (lb) I P = If = impact factor = .766 - .133 ' H; ( 0 <=If<=.5) IF = Therefore: Live Load (WI) is: I WI = 2.718 10 ft 0.13 _ 120 : pcf 6 in 2.67 ft 2.40 510�.99_ 86s/ ft. 004 16000 lb 0.00 64.00 Ibs/ ft, I Therefore: Total Load (Wtot = Wc + WAD : Wtot ® 574,99 l r./ tf. Sancon Engineering, Inc. 07/09/2010 12:24 FAX 919 444 2366 SC VALLEY ENO. [a006/011 CIPP PIPE THICKNESS CALCULATIONS CITY OF HUNTINGTON BEACH WATERMAIN REPLACEMENT PROJECT • CIPP THICKNESS CALCULATIONS 2. Determine External Pressure on Pipe Base equation: qa (psi) = Yw R Hw + (Rw * Wc)ID + WI/D Where: We = vertical soil load = (Ys * H.* D) / 144 Modified equation qa (psi) = Yw * Hw = 12in./ft. + (Rw d Ys H) /144 + WI / (D * 12in./ft.) i where: Yw = Specific weight of water (Iblin A3) Yw =j '0361 Ib/im^3 Hw = Height of water above pipe (ft.) Hw ;; 7.00 ft Rw = Water Buoyancy Factor = 1-, 33(Hw/H) Rw = 0.77 Ys = Soil Density (Ib/ft^3) Ys = 120 ipcf H = Height of soil above pipe (ft) H 10 ft WI = Live load (lb/ft) Wi = 64 Ilb/ft D = Pipe Diameter (in.) _ _ D =I 8 'in Therefore: External Pressure on the Sancon Engineering, Inc. a =' 07/08/2010 12:24 FAX 619 444 2366 SC VALLEY ENG. IM 007/011 CIPP THICKNESS CALCULATIONS CITY OF HUNTINGTON BEACH WATERMAIN REPLACEMENT PROJECT - CIPP THICKNESS CALCULATIONS 3. Thickness Required for Buckling Pressure i Base Equation qa + C/N " (32*Rw*B"Es�EI/D"3)^.5 Modify the Base Equation by adding the following substitution: ) ; El = Pipe Wall Stiffness Factor = El," (th3)/12 i Modified Equation: t = 0.721 * D t ((N * qa/C)^2/(EI * Rw * B' * Es))A.333 i (where: ; I = Moment of Inertia (in"4/in) = tA3/12 ; t = minimum liner thickness (in) D = Pipe diameter (in) D =; 8 N = Safety Factor _ N = j 2 ,in qa = external presure on pipe (psi) qa =; 10.11 psi Ovality of Pipe (%) 2 % C = Ovality Factor = ((1 - % ovality/100)/(1 + % ovality/100))^3 C = 0.84 El = Long term modulus of elasticty (psi) El = 125,000 ,psi Rw = Water Buoyance factor Rw = 0.77 I B' = coefficient of elastic support = 1 /(1 + 4* e^(-0.065 ' H)) I B' _ 0.32 Es Modulus of soil reaction (psi) _ Es = 1,000 ;psi H = Height of Soil above pipe (ft) H = i 10 ft i The minlmum CIPP thickness required is; tmlrl 0.15 yin. 3.9 mm Minimum Specified thickness is, tspec = i 0.23 5.7 mm Use CIPP with an demonstrated actual thickness of t = 0.18 in, 4.5 mm Sancon Engineering, Inc. 07/09/2010 12:24 FAX 619 444 2366 SC VALLEY ENO. � 008/011 CIPP PIPE THICKNESS CALCULATIONS CITY OF HUNTINGTON BEACH WATERMAIN REPLACEMENT PROJECT • CIPP THICKNESS CALCULATIONS DESIGN CALCULATIONS FOP. 6-INCH CIPP LINER (BID SCHEDULE G, BID ITEM 2) CIPP Dimensions Liner Diameter (in.) l 6 in Liner Thickness (in.) 0.118' in Liner SDR ! 50.8 CIPP Phvsical Prooerties Initial Tensile Strength (psi) 3000 psi Initial Flexural Modulus (psi) ' 4500 psi Initial Flexural Modulus of Elasticity (psi) 250,000 psi Long -Term Modulus of Elasticity (psi) j 125,000 psi I50% Retention Existing Host Pipe Characteristics Existing pipe fully deteriorated o I o 1 OVallty (/o) � � � 2 /o Soil Characteristics w = Soil density (pcf) I 120 pcf Es = Soil modulus (psi) I 1000 psi Safety Factor (N) 2 H =Max soil height over pipe (ft) 10 ft Hw = Assumed height of water above pipe (ft) 7 ft •. ss 1.10 2A7* X 3r 2 Sancon Engineering, Inc q c v 07/09/2010 12:24 FAX 619 444 2366 SC VALLEY ENO. CIPP PIPE THICKNESS CALCULATIONS CITY OF HUNTINGTON BEACH WATERMAIN REPLACEMENT PROJECT - CIPP THICKNESS CALCULATIONS Base Eouation: Total Load (Wtot) = Wc + W, Dead Load (1N.) = Cd * w "' g� Bd (Marston Formula) Cd = loading coeficient Cd = 1 - eA(-2 * ku' 3 H/Bd) 2 * ku' e = 2,718 H = Height of soil above pipe H = 10 :ft. ku' = .130 i ku' = 0,13 w = soil density (psf) w = ! 120 pcf 80 = diameter of pipe (in) Bc = 6 in Bd = trench width (ft) Bd = 2.50 :ft Cd = 2,49 Dead Load (W j i i Wc, = 372.98 i 1 b't/ ft, Live load (WI) = Cl ' P '" 0 +1f) CI = Live load coeficient (/ ft) for Single Wheel Load) ' C, P = wheel load (Ib) j P = 16000 ! Ib If impact factor = .766 - .133 * H; ( 0 <=if<=,5) If = 0.00 Therefore: Live Load (W,) is., W, = 64.00 Ibs/ ft. Therefiore: Total Load (Wtot = W. + Wtj , Wtot = 436.98 , Ibt/ ft, Sancon Engineering, Inc. 07/09/2010 12:24 FAX 619 444 2366 SC VALLEY ENG. � 010/011 CIPIP PIPE THICKNESS CALCULATIONS CITY OF HUNTINGTON BEACH WATERMAIN REPLACEMENT PROJECT - CIPP THICKNESS CALCULATIONS 2, Determine External Pressure on pipe Base eauation: qa (psi) = Yw " Hw + (Rw * Wc)/D + WI/D i Where: We = vertical soil load = (Ys * H * D) / 144 (Modified equation qa (psi) = Yw * Hw * 12in./ft. + (Rw * Ys * H)1144 + WI / (D * 121n./ft.) where: _ Yw = Specific weight of water (lb/in ^3) Hw = Height of water above pipe (ft.) _ Rw = Water Buoyancy Factor = 1-.33(Hw/H) Ys = Soil Density (lb/ft^3) H = Height of soil above pipe (ft) WI = Live load (lb/ft) D = Pipe Diameter (in.) Therefore: External Pressure on the pipe (qa Sancon Engineering, Inc. I Yw =i 0361 I Wlin^3 Hw = 7.00 !ft Rw = 0.77 Ys = 120 pcf H = 10 ft WI �, 64 .Ib/ft lin' D = 6 =! 07/09/2010 12:24 FAX 619 444 2366 SC VALLEY ENO. r6011/011 CIPP THICKNESS CALCULATIONS CITY OF HUNTINGTON BEACH WATERMAIN REPLACEMENT PROJECT - CIPP THICKNESS CALCULATIONS 3. Thickness Required for Suckling Pressure Base Equation qa + C/N * (32*Rw*B'*Es*El/p"3)^.5 Modify the Base Equation by adding the following substitution; El = Pipe Wall Stiffness Factor = El * (t^3)/12 Modified Equation: t = 0.721 * D * ((N qa/C)^21(EI * Rw * B' w Es))^.333 where: = Moment of Inertia (in^4/in) = t^3/12 t = minimum liner thickness (in) D = Pipe diameter (in) D = 6 in N = Safety Factor N =i 2 qa = external presure on pipe (psi) qa = 10.33 psi I Ovality of Pipe (%) 2 % C = Ovality Factor = ((1 - % ovality/100)/(1 + % ovality/100))13 C =j 0.84 El = Long term modulus of elasticty (psi) El =� 125,000 ;psi Rw = Water Buoyance factor j Rw = 0.77 B' = coefficient of elastic support = 1/(1 + 4* e^(-0.065 * H)) B' _; 0.32 Es = Modulus of soil reaction (psi) ; Es =` 1,000 ,psi H = Height of Soil above pipe (ft) H =: 10 ft The minimum CIPP thickness required is tm,,,, 0.12 'in, 2.9 mm Minimum Specified thickness is tspec = 0.17 1 4.4 ; mm Use CIPP with an demonstrated actual thickness of, t = 0.12 in. I 3.0 mm Sancon Engineering, Inc, L .7, THIS IS TO (FRTIFV MAT 'yf;"1J---CT 111, tAS PiPTI. INt'S HAS COMPLE'rED THE PERIMA-UNER PRODIXIANSTALLATION COURRE AS AN INNSTALLIR FOR THE PERMA-LATERAL LINING SVSTEM. &V -F f&jth ft4*0 lose vft$ *^Abe&* CO C\j TVs terIM0410 Is proof of thoundenigned's ouporkor iridning accomplishment. The cerfificate CO h6ldeir is now an exclusive installer of the Perms-Latt-ral Lining S" tem. :K --C U— CO C\j I CWTOBER 2W2 jq.-.RX1YRtJLSTLR PRLI*'It*-\-T C> M C> ti -7 Ai I.C.W. GROUP ® INSURANCE COMPANY OF THE WEST ❑ EXPLORER INSURANCE COMPANY ❑ INDEPENDENCE CASUALTY AND SURETY COMPANY. 11455 EL CAMINO REAL, SAN DIEGO, CA 92130-2045 P.O. BOX 85563, SAN DIEGO, CA 92186-5563 (858) 350-2400 FAX (858) 350-2707 www.itwgroup.com BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, S.C. Valley Engineering, Inc. as Principal, hereinafter called the Principal, and Insurance Company of the West a corporation duly organized under the laws of the state of California as Surety, hereinafter called the Surety, are held and firmly bound unto City of Huntington Beach as Obligee, hereinafter called the Obligee, in the sum of Ten Percent of the Total Bid Amount Dollars (10% of bid), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for: Watermain Replacement Project CC1361 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 7th day of July, 2010. (Witness) (Surety) (Witness) GN-1CW 153(7/00) S.C. Valley Engineering, Inc. (Principal _ (Seal) ale) pv-51 No. 0001256 ICW GROUP Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, Explorer Insurance Company, a Corporation duly organized under the laws of the State of California, and Independence Casualty and Surety Company, a Corporation duly organized under the laws of the State of Texas, (collectively referred to as the "Companies"), do hereby appoint NICKI EDWARDS, JOHN T. DOLE, DANIEL P. DOLE, ROBERT P. DOLE their true and lawful Attomey(s)-m-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. In witness whereof, the Companies have caused these presents to be executed by its duly authorized officers this 2nd day of January, 2008. r4��RMPANY��ry �V�.�%J��s G 4Wo° rR O v 4• .Y INSURANCE COMPANY OF THE WEST IM O oSEAL m Y , EXPLORER INSURANCE COMPANY e d�° INDEPENDENCE CASUALTY AND SURETY COMPANY rl� �AtffORMR - �0� � J.r Jeffrey D. Sweeney, Assistant Secretary State of California } ss. County of San Diego J. Douglas Browne, Senior Vice President On May 21, 2009, before me, JoAnn Pache, Notary Public, personally appeared J. Douglas Browne and Jeffrey D. Sweeney, who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument, and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument, the entity upon behalf of which the persons 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. a JoAnn Pache, Notary Public RESOLUTIONS This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: "RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers of Attomey appointing the person(s) named as Attomey(s)-in-Fact to date, execute, sign, seal, and deliver on behalf of the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. RESOLVED FURTHER: That the signatures of the officers making the appointment, and the signature of any officer certifying the validity and current status of the appointment, may be facsimile representations of those signatures, and the signature and seat of any notary, and the seal of the Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping, printing, typing, or photocopying." CERTIFICATE I, the undersigned, Assistant Secretary of Insurance Company of the West, Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in full force and effect, and has not been revoked, and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies, and are now in full force. IN WITNESS WHEREOF, I have set my hand this - day of jlr� ��~' Jeffrey D. Sweeney, Assistant Secretary To verify the authenticity of this Power of Attomey you may call 1-800-877-1111 and ask for the Surety Division. Please refer to the Power of Attomey Number, the above named individual(s) and details of the bond to which the power is attached. For information or filing claims, please contact Surety Claims, ICW Group, 11455 El Camino Real, San Diego, CA 92130-2045 or call (858) 350-2400. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Diego On July 7, 2010 before me, Nicki Edwards, Notary Public, personally appeared Robert P. Dole, proved to me on the basis of satisfactory evidence to be the personS<whose nameV is/a;o subscribed to the within instrument and acknowledged to me that he/skeA hey executed the same in his/hen4keir. authorized capacity({ea), and that by his/her4mirsignature(Won the instrument the persorji•sj, or the entity upon behalf of which the person(] acted, executed the instrument. I certify under the PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. M ;"ti. OFFICIAL SEAL NICKI EDWARDS NOTARY PUBLIC-CALIFURNIA COMM. NO. 1839312 SAN OIEGO COUNTY MY COMM. EXP. MAR. 31, 2013 WITNESS my hand and official seal. c Signature of Notary Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER ❑ PARTNER(S) ❑ LIMITED ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) Insurance Company of the West C A-IM 24 (7/00) DESCRIPTION OF ATTACHED DOCUMENT City ®f Huntington Beach 2000 Main Street ® Huntington Beach, CA 92648 OFFICE OF THE CITY CLERIC J®AN L. FLYNN CITY CLERK November 1, 2010 Vido Artukovich & Son, Inc. 11155 Rush St. So. E1 Monte, CA 91733 RE: CC-1361 — 2010 Downtown Water Main Replacement Project Enclosed please find your original bid bond for CC-1361. Sincerely, M Joan L. Flynn, CIVIC City Clerk JF:pe Enclosure Sister Citiq�go600/,clWrttyMgAWiMr&cNew Zealand (Telephone: 714-536-5227 ) City of '. 2000 Mai: Huntingt, SECTION C PROPOSAL for the CONSTRUCTION OF 2010 Downtown Water Main Replacement Project CASH CONTRACT No.1361 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids, the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The 1" Notice to Proceed will be issued for materials procurement. After undersigned submits proof of materials procurement and a detailed construction schedule to AGENCY, and after AGENCY issues a written approval of undersigned's construction schedule, AGENCY will then issue a 2nd Notice to Proceed to the undersigned to commence immediately with the physical site work thereafter to be completed within a One Hundred and Eighty (180) working day Construction Period. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids C-1 and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find vbi dders bg9die amount of $ 10 o which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond", as the case may be). Bidder shall signify receipt of all Addenda here, if any: C-2 PROJECT BID SCHEDULE A Watermain Replacement Project, Alley Between 16th Street and 17th Street, from Pecan Avenue to Palm Avenue; from Olive Avenue to Orange Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS $ wg $ W.0 2. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these plans, complete and in place. 1275 LF $ 3. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these Ovw plans, complete and in place. 1 LS $ 4. Remove and salvage existing fire hydrant including removing bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, and surface repair as shown on these plans, complete and in place. 3 EA $ 1, $ J, pip 5. Chlorination and testing of all new water mains and LS $ appurtenances, complete and in place. 1 $ 6. Furnish traffic control, in accordance with the City of Huntington Beach requirements, complete and in 1 LS place. 7. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in 1 LS $cr� / accordance with these plans and as required by law. 8. Furnish and install 6-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in 1 EA $3 vcv place. Mda C-3 PROJECT BID SCHEDULE A Watermain Replacement Project, Alley Between 16th Street and 17tb Street, from Pecan Avenue to Palm Avenue; from Olive Avenue to Orange Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 9. Furnish and install 8-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and 1 EA $ in place. xr� 10. Furnish and install 12-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and EA in place. 1 11. Furnish and install new 1-inch polyethylene water service, including pipe fittings, valves and connection to existing %-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and 7/ �v. — surface repair, complete and operative in place. 36 EA $ $?��d0_ 12. Furnish and install new 1-inch polyethylene service, including pipe fittings, valves, and connection to existing 1-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and 22 EA $ %o. ' $ surface repair, complete and in place. 13. Construct new fire hydrant assembly, including furnishing and installing new bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, and surface repair as shown on these plans, complete and 3 EA $ "Y�rac+. $ I3 Svpa in place. 14. Remove existing meter box 1 EA- 15. Remove existing valve box and cover 1 EA $ C-4 PROTECT BID SCHEDULE A Watermain Replacement Project, Alley Between 16th Street and 17th Street, from Pecan Avenue to Palm Avenue; from Olive Avenue to Orange Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 16. Remodel existing sewer house connection laterals conflicting with proposed waterline, including, pipe, fittings, cleanout, and appurtenances, disposal of excessive earth material, imported pipe zone fill, and one sack slurry backfill, in accordance with the contract EA f $ drawings. 16 $ 17• Provide temporary water service 1 LS $ 18. Remove and dispose of hydrocarbon contaminated soil / 14f per OSHA and City of Huntington Beach requirements. 25 CY $ $ 19. Import soil 25 CY $ - $ 176, 20. Conduct preconstruction survey of existing homes and street as required by the Contract Documents, including preparation and submission of all required 1 LS $ $ reports, videos and photographs complete. 21. Demobilization and Cleanup 1 LS $ P $ Sub -Total Amount for All Bid Items — SCHEDULE A $ 3'J' 3ca. C-5 PROJECT BID SCHEDULE B Watermain Replacement Project, Alley Between 6th Street and 7th Street, from Orange Avenue to Acacia Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS $ %alo $ 2. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these plans, complete and in place. 785 LF $ 162. $ 12� r 3. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these $�.- plans, complete and in place. 1 LS $ 4 Remove and salvage existing fire hydrant including removing bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, and surface repair as shown on these plans, complete and 1oy0, in place. 1 EA $ $ 5. Construct new fire hydrant assembly, including furnishing and installing new bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, and surface repair as shown on these plans, complete and in 1 EA place. $p $ g. Chlorination and testing of all new water mains and 1 LS appurtenances, complete and in place. $ 7. Furnish traffic control, in accordance with the City of Huntington Beach requirements, complete and in 1 LS / place. 8. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in these by law. 1 LS / accordance with plans and as required C-6 PROJECT BID SCHEDULE B Watermain Replacement Project, Alley Between 6th Street and 7th Street, from Orange Avenue to Acacia Avenue BID ITEMS Item No. Description Quanti Unit Unit Cost Total Cost 9. Furnish and install new 1-inch polyethylene water service, including pipe fittings, valves and connection to existing 3/-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and %3 "' / surface repair, complete and operative in place. 30 EA $ b. $3c+� 10. Furnish and install new 1-inch polyethylene service, including pipe fittings, valves, and connection to existing 1-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and � '9 s7rV surface repair, complete and in place. 13 EA $��o_'� $ 11. Furnish and install new 2-inch polyethylene water service, including pipe, fittings, valves, connection to existing 1'/-inch metering assembly abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and 20re'. surface repair, complete and operative in place. 1 EA $ as $ 12. Remodel existing sewer house connection laterals conflicting with proposed waterline, including, pipe, fittings, cleanout, and appurtenances, disposal of excessive earth material, imported pipe zone fill, and one sack slurry backfill, in accordance with the contract �00_"'- drawings. 7 EA $A $ 13. Remove and dispose of existing 4-inch unknown pipeline, including pipe, fittings, trench excavation, and disposal of excess earth material, complete and in place. Bid Item is fully rejectable by the City. 785 LF $®. $ 14. Furnish and install 8-inch 11 % degree elbow with thrust block per City Standard 614. Bid Item is fully 1©Cd? o rejectable by the City. 4 EA $ $ 15. Remove and dispose of hydrocarbon contaminated soil %�,.r per OSHA and City of Huntington Beach requirements. 20 CY $ $ C-7 PROJECT BID SCHEDULE B Watermain Replacement Project, Alley Between 6th Street and 7th Street, from Orange Avenue to Acacia Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 16. Import soil 20 CY Conduct preconstruction survey of existing homes and 17. street as required by the Contract Documents, including preparation and submission of all required 1 LS reports, videos and photographs complete. $,_ $ 18. Demobilization and Cleanup 1 LS $ga• $ 00.0 Sub -Total Amount for All Bid Items — SCHEDULE B $ �'�� 5W.' C-s PROJECT BID SCHEDULE C Watermain Replacement Project, Alley Between Lake Street and Main Street, from Orange Avenue to 6th Street BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS $ $ 2. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on _ these plans, complete and in place. 750 LF 3. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these 1 LS $ $ O'Weo- plans, complete and in place. - 4. Provide temporary water service 1 LS $—�tll: 5. Chlorination and testing of all new water mains and appurtenances, complete and in place. 1 LS $�- 6. Furnish traffic control, in accordance with the City of Huntington Beach requirements, complete and in 1 LS $ place. 7. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in ,[ , accordance with these plans and as required by law. 1 LS 8. Furnish and install new 1-inch polyethylene water service, including pipe fittings, valves and connection to existing %-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and 24 EA surface repair, complete and operative in place. C-9 PROJECT BID SCHEDULE C Watermain Replacement Project, Alley Between Lake Street and Main Street, from Orange Avenue to 6th Street BID ITEMS g. Furnish and install new 1-inch polyethylene service, including pipe fittings, valves, and connection to existing 1-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and C,,— surface repair, complete and in place. 1 EA $ $ ' 10. Furnish and install new 2-inch polyethylene service, including pipe fittings, valves, and connection to existing 2-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one sack slurry backfill, compaction, appurtenances, and surface repair, complete and in place. 1 EA $P- $ 11. Furnish and install new 4-inch fire service including pipe fittings, valves, and connection to existing 4-inch metering assembly, abandonment of existing line, removal of existing valve, trench excavation, disposal of excess earth material, pipe bedding, compaction, appurtenances, and surface repair, complete and in 1 EA $ $ place. 12. Remove existing valve box and cover 4 EA $ 13. Remove and salvage existing fire hydrant including removing bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, and surface repair as shown on these plans, complete and 2 EA f Oye. 2a0. in place. $ $ 14. Construct new fire hydrant assembly, including furnishing and installing new bury, valve and appurtenances, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, and surface repair as shown on these plans, complete and in 2 EA place. $�pp $ ' 15. Remove existing meter box 4 EA $ %� $y C-10 PROJECT DID SCHEDULE C Watermain Replacement Project, Alley Between Lake Street and Main Street, from Orange Avenue to 6th Street BID TTEMS 16. Furnish and install 6-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and 1 EA $S®. $��. in place. 17. Furnish and install 8-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and 1 EA in place. 18. Remove and dispose of hydrocarbon contaminated soil per OSHA and City of Huntington Beach requirements. 20 CY 19. Import soil 20 CY 20. Conduct preconstruction survey of existing homes and street as required by the Contract Documents, including preparation and submission of all required 1 LS reports, videos and photographs complete. $ $ 21. Demobilization and Cleanup 1 LS $ Z2� Sub -Total Amount for All Bid Items — SCHEDULE C $ C-11 PROJECT BID SCHEDULED Watermain Replacement Project, Alley Between 13th Street and 14th Street, West of Main Street BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization �o11oA` /[70c��_ 1 LS 2. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and as shown on pavement replacement, �--t these plans, complete and in place. 250 LF 3. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these $ P $ D plans, complete and in place. 1 LS 4. Chlorination and testing of all new water mains and $� appurtenances, complete and in place. 1 LS 5. Furnish traffic control, in accordance with the City of ,_ 2.6o Huntington Beach requirements, complete and in place. 1 LS $ 6. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in accordance with ���® s. Z� these plans and as required by law. 1 LS 7. Furnish and install new 1-inch polyethylene water service, including pipe fittings, valves and connection to existing %-inch metering assembly, abandonment of existing line, removal of existing meter box and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, one "" sack slurry backfill, compaction, appurtenances, and ? $ ZZZ,o. surface repair, complete and operative in place. 3 EA 8. IRemove existing valve box and cover 1 EA $ %pP, $ f�®" C-12 PROJECT BID SCHEDULE D Watermain Replacement Project, Alley Between 13th Street and 14th Street, West of Main Street BID ITEMS Remodel existing sewer house connection laterals conflicting with proposed waterline, including, pipe, 9 fittings, cleanout, and appurtenances, disposal of excessive earth material, imported pipe zone fill, and one sack slurry backfill, in accordance with the contract 3 EA $ oa !jam drawings. 10. Remove and dispose of hydrocarbon contaminated soil $ %( $ 71 �— per OSHA and City of Huntington Beach requirements. 5 CY 11. Import soil $., $ / o 5 CY Conduct preconstruction survey of existing homes and 12 street as required by the Contract Documents, including preparation and submission of all required reports, 1 LS $ JpQ $ videos and photographs complete. 13. Demobilization and Cleanup 1 LS Sub -Total Amount for All Bid Items — SCHEDULE D $ 71 Z.S� C-13 PROJECT BID SCHEDULE E Watermain Replacement Project, Goldenwest Street, from Palm Avenue to Yorktown Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Mobilization 1 LS $ /�Qp $ /�pp 2. Furnish and install 6-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these plans, complete and in place. 7 LF $ %( $ 3. Furnish and install 8-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these plans, complete and in place. 235 LF $ 162-, — $.�8�70„ 4. Furnish and install 12-inch PVC Class 200 watermain including all potholing, pipe valves, fittings, cathodic protection, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these in 360 LF f7�. plans, complete and place. $ $ 5. Furnish and install 8-inch DI Class 350 watermain including all potholing, pipe valves, fittings, cathodic protection, polyethylene encasement, and appurtenances, pavement sawcutting and removal, excavation, disposal of excessive earth material, imported pipe zone fill and compaction, thrust restraint, and pavement replacement, as shown on these plans, complete and in 155 LF place. 6. Cut, cap and abandon existing waterline, including all excavation, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill, appurtenances, and surface repair, as shown on these 1 LS $� plans, complete and in place. C-14 PROJECT BID SCHEDULE E Watermain Replacement Project, Goldenwest Street, from Palm Avenue to Yorktown Avenue BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 7. Remove existing valve box and cover 6 EA 8. Chlorination and testing of all new water mains and appurtenances, complete and in 1 LS �d place. $ 9. Furnish Traffic Control Plans, and traffic control, in accordance with the City of Huntington Beach requirements, complete and in 1 LS ypP_ place. $pp $ 10. Submit sheeting or shoring design in accordance with the project geotechnical report prepared by a registered Professional Engineer. Install sheeting, shoring, and/or bracing as required for all trenching and excavation operations, and confined spaces in accordance with these and as required by law. 1 LS plans $ $ G — 11. Furnish and install 8-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in $ place. 2 EA 12. Furnish and install 12-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in 2 EA $ $ place. 13. Furnish and install 16-inch cut -in -valve including potholing, excavation, valve, pipe, removal of existing A.C. pipe to nearest joint, couplings, disposal of excessive earth material, imported pipe zone fill, one sack slurry backfill , and surface repair, complete and in G �7 place. 1 EA $ 1? $ 14. Remove and dispose of hydrocarbon contaminated soil / per OSHA and City of Huntington Beach requirements. 20 CY 15. Import soil 20 CY C-15 PROJECT BID SCHEDULE E Watermain Replacement Project, Goldenwest Street, from Palm Avenue to Yorktown Avenue BID ITEMS 16. Conduct preconstruction survey as required by the Contract Documents, including preparation and submission of all required reports, videos and 1 LS $ipp $ J�t�cAv_ photo raphs complete. 17• Demobilization and Cleanup 1 LS $ $� Sub -Total Amount for All Bid Items — SCHEDULE E $"'— C-16 PROJECT BID SCHEDULE F Watermain Replacement Project, Alley Rehabilitation for All Sites BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Install AC 982 Tons $ !oS ' $ _3110 2. Install Aggregate Base (AB) 1875 Tons $ 70. $ /3/ 2. o. 3. Unclassified Excavation 1469 CY $ ��. ' $ K9/ 40_- 4. Adjust Utility Cover 206 EA $ $f Zaa_ 5. Adjust Water Cover 18 EA $ f _!rV7 6. Adjust Sewer/Storm Drain Manholes 9 EA $Ao — 7. Remove/Construct Concrete Sidewalk 120 SF $ $ 720. 8. Remove/Construct Concrete V-Ditch 10666 SF $ $ 9. Remove/Construct Concrete Drive Approach including adjacent gutter 2715 SF $ 1`f $ RTCi0. Sub -Total Amount for All Bid Items — SCHEDULE F $ 536 ?'ZZ '"-' PROJECT BID SCHEDULE G Watermain Replacement Project, Sewer Work for All Sites BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost 1. Remove and replace existing sewer lateral sweep from chimney to City RM. 12 EA $ 2. Slipline existing chimney per City Std. 517 and remove and replace sewer lateral sweep from chimney to City EA RM. 31 $ Sub -Total Amount for All Bid Items —SCHEDULE G $, C-18 PROTECT BID SCHEDULE TOTALS CC-1361 WATERMAIN REPLACEMENT PROJECT Sub -Total Bid Schedule A Sub -Total Bid Schedule B Sub -Total Bid Schedule C Sub -Total Bid Schedule D Sub -Total Bid Schedule E Sub -Total Bid Schedule F Sub -Total Bid Schedule G TOTAL BID AMOUNT, BASIS OF AWARD (Schedules A-G) 3Ts4 3ov — ZZ�, 3-7v„ `7 f Zoo l 1730 'ZC, i , ©p TOTAL BID AMOUNT IN WORDS: 'Rl &X1 /411 r7 Ale C"/7-S Notes: All extensions of unit prices will. be subject to verification by Owner. In case. of a verification between the unit price and the extension; the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-19 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor. By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-20 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDEN AND SUBMITTED WITH BID State of California ss. County of Ndn/gkLos Angeles Mark Artukovich , beiv ddfirst duly sworn, deposes and sas th t he or she is Managing Partner of Vidmar;tInovicAhJv Son, & p-Zmakingthe foregoing bid that the bid is not made in the interest of, or on the 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, or 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 fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Vido-'Artukovich & Son, Inc./ Vidmar, Inc. A JV Name of Bid er AV Si ature of BidderMark Artukovich 11155 Rush Street So El Monte, CA 91733 Address of Bidder Subscribed and sworn to before me this day of , 2010. SEE ATTACHED NOTARY PUBLIC NOTARY SEAL C-21 State of California County of Los Angeles Subscribed and sworn to (or affirmed) before me on this 8th day of July, 2010 by Mark Artukovich, proved to me on the basis of satisfactory evidence to be the person who appeared before me. %---JL A A A A A A A .... . SHARON ARTUKOVICHH y COW0748W � aoTa�►"+auc► � (Seal) Signs re 6aAA� UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the 2010 Downtown Water Main Replacement Project CASH CONTRACT No. 1361, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary 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 promised 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. Date: June 8, 2010 Vido Artukovich & Son, Inc./ Contractor Mark Artukovich Managing Partner Title C-22 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 14310.5, the Bidder shall complete, under penalty of perjury, the following questionnaire. 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 6 No If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-23 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date: June 8, 2010 Vido Artukovich & Son, Inc./ Vidmar, Inc. A JV Contractor By Mar Artukovich Managing Partner Title C-24 UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBER (To be completed only by the awarded Contractor prior to excavation) No excavation will be permitted until this form is completed and returned to the AGENCY. Section 4216/4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number, call Underground Service Alert at 1-800-422-4133 a minimum of two working days before scheduled excavation. Dig Alert Identification Number: Contractor Title Date: Note: This form is required for every Dig Alert Identification Number issued by U.S.A. during the course of the Work. Additional forms may be obtained from the AGENCY upon request. C-25 BIDDER certifies that the following information is true and correct: Vido Artukovich & Son, Inc./Vidmar, Inc. A JV Bidder Name 11155 Rush St., So. El Monte, CA 91733 Business Address City, ( 626) 444-4286 Telephone Number 726231 A State Contractor's License No. and Class 8/14/1996 Original Date Issued 8/31/2010 Expiration Date State Zip The work site was inspected by Paul Maj ich of our office on 7 / 1 , 2010. The following are persons, firms,. and corporations having a principal interest in this proposal: Mark Artukovich - Managing Partner Vido Artukovich - Managing Partner A.P. A tukovi h - Managing partner C-26 The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. Vido Artukovich & Son, Inc./Vidmar, Inc. A JV Company N Signature of adder` Mark Ar ukovich - Managing Partner Printed or Typed Signature Subscribed and sworn to before me this _ day of , 2010. SEE ATTACHED NOTARY PUBLIC NOTARY SEAL Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past two years: South Coast Water District 1. 31592 West St.. Laauna Beach. CA 92651 Name and Address of Public Agency Name and Telephone No. of Project Manager: Greg Pennington 949 499-4555 Shutdown, inspect and repair $458,000 18,0001f 60" pre -stress water 3/10 Contract Amount Type of Work Date Completed 2 Irvine Ranch Water District _15600 Sand Canyon, Irvine, CA 92618 Name and Address of Public Agency Name and Telephone No. of Project Manager: Kelly Lew 949 4 5 3- 5 5 4 9 Bake Parkway Recycled Water Pipeline $7,589 608 Los Alisos Water Reclamation Influent 2008 Sewer Imprevement, Irvine salter Contract Amount Type of Work Date Completed Yorba Linda Water District 4622 Plumosa, Yorba Linda, CA Name and Address of Public Agency Name and Telephone No. of Project Manager: Ken Vecchiarelli 714 701-3100 Furnish and install 10,0001f 12-8" $3,585,956 PVC and 3,9501f 8-12" VCP with all appurtenances 2007 Contract Amount Type of Work Date Completed C-27 State of California County of Los Angeles Subscribed and sworn to (or affirmed) before me on this 8th day of July, 2010 by Mark Artukovich, proved to me on the basis of satisfactory evidence to be the person who appeared before me. a (Seal) Signatur'Aj�' u..�..e-.. ..... `�.wu.;,<_...r:..a..6s.w." .< .. �,r. ;.a• �6�..,'2.'wr.. Fa x,. -,�. ,..+....,.. .:�:'...x._. ...W... 4....._. r-.. 1 F �o O.i �eY'hn •�• 4 '� 4 �/x��� � �17 .�� �s,a V 9�• ��4 ��.i �', S t�� �. •�• Cot; HIM AN AN" INSTALLER FOR THEPEAMA-LATERAL LINING SYSTUM., owa dr 4 at^ - C, a 440 rws SOON $ `sue t�,►we,aauwiaa+owwv S Thlo teril 90014 proof u0 the undersigned's suporlar indnlug accomplishment. The certificate holder is now as exclusive installer of the Permsk-LaWral,'Uning 5yptem. (x:,roBF R 2002 ,it K (YRUL.ST€ P. • PRESIDE-~'!' ,'/^ A.—'� r^ Jr'w yy'l� 'S','. � •...-y..�^' �y,°y'. 4+ / ,� y r r .'�'.w MAIMM-16 a`a` A ! �iT ~ /�fisat.' `w ":..'1I "V t`- • x�_ �_.w• yY"IS �. - �'k. .::'A• Certificate # T-dor L CertIfIcate of Compledon Ity of Los Anples tested sad Appmed tube resin system as supplied by Applied Felts and I VIAYI EstOr r*dR- This trOARISIR 10cludes the proper storage, handling, mbilog, wetting out, and Ordam with specIA00001 prescriber! In the provisions of the City of Los Angeles. This Cwtififtlibn IN hereby grimW to: Select Tronchloss Pipelines INC. TO carft that AW Abe has eamploted to sothfaction City of Los Angeles TraInIng UrADMI January 209 ZUR end good until January 2S, 200 W 6196 126* Ave Largo, FL 33773 UMMY614UM" ER -PRESIDEW M1114 "IT-WWAl- ff� 41) R 1. THE C0N7RAC7VR SHALL SELECT ONE OF 7RE FOLLOWNG SEWLESS, JOINTLESS, TIGHT F7T77NG LINER SYS704S LIVED BELOW FOR THE RENAMUrADON OF THE EXISTING SEWER LINE LINER SY57EMS ALLOWED: 7RADE NAME OREENBOOK SEC770N* PROCESS INSITUfUft WESC 500-1.4 TYPE A CURED -IN -PLACE UN CIPP LI INLIJVE77 M, sco 500-�1.�4 TYPE B CURED -IN -PLACE LINER (CIPP LINER) NUPI EX PIPE 500-1.10 TYPE A FOLDED AND RE-FORMED PVC PIPE LINER - -1.10 TYPE 8 1 F RE-FORMED PVC PIPE *SHALL COMPLY WITH THE G REVV800K. 2. 1NSTALLA770N OF INE SEWER LINING SHALL BE PERFORMED BY A CONTRACTOR LICENSED BY 7HE MANUFACTURER/OWNER OF TN£ PROCESS CONTRACTORS. ARE REQUIRED 7V SUBMIT COMES OF SUCH LICENSES WHEN OBTAINING A PmiT FOR RKGIT—OF—WAY ENCROACHMENT. M1 F A_ UINWUM PIPE LINER WALL THICKNESS.' NOMINAL ID OF ORIGINAL/ H * NVGHES 8 10 12 15 DIibUENSION RA770 OR ,3.5 35 35 L, INCHES 0.225 0. 80 2-Ax PIANO OID S NOT U5TED REQUIRE CITY DVG7NEE14'5 APPROVAL. ^URA—!!V--PLAP LtPI ',R ( f) DESIGNS SHALL USE WMMW OF 15X EX7l4A ` CK __ cm4=V SA . ; OR R N IWIGRATION/Z4L FA0TOR TO RU JOINTS, CWC OR Bl fFh-7 ATM a t!NES UKESS A HIGHER X 15 REQUIRED BY THE AAAXIIfraC lam AM)NTAN ,, E 40MA411M MALL THICKNESS—WCF?ED IN TABLE A. PR; - _ `mlRAC7 1 r ELD �RIFY rHE PIPE DIANE7FR AT THE MANHOLES AND - -fu..s TO . E:� r� LINE �lA7Li�►'IALS s— 5• =HE Ca%MI ACTOR SHALL USE' HIGH —VELOCITY HYDRAULIC (HYARO—CLEANING) 7HE sPE_h '®S BE' THE PRE -LINING WDEO INSPECTION. =FCC CZtAU US A MCLVA4 1-HU l< TO PfCW-UP ALL DEBRIS SWORE IT CON Pu*,,W DO I STREAM AMC, INTO SEWR MAINS *ffG I ARE NOT INTF-ND 7-0 BE R.1ACAJ7ATED. I�Z COV IRAC7M SHALL 07XIZE A TEI6I3'ORARY BYPASS SYS7FA1 FAR 7 4E SEWER FLOW DURING THE LINING PROCESS 8. CCTV INSPC77ON SHALL BE PERFORMED U77UZINO A ROTATING -LENS VIDEO CAMERA SY57EM. 9. ALL ORIGINAL WDEO MEDIA SHALL BE SUBMITTED TO AND BECOME THE PROPERTY OF THE CITY. � -.� . INGTON BEACH (° a� UAY 2m DESIGN CRI 1 ERIA 517 3: 2 10 THE PRE -LINING VIDEO INSPECTION AND RECORDING PERFORMED SHALL STOP AT EACH LATERAL AND THE HEAD ROTATED TO LOOK UP 774E LATERAL TO IDENTIFY IF THE LATERAL 1S AC71W, PLUGGED OR HAS ROOTS THAT COULD INTERFERE WIN 774E COMPLETE REIIVSTATS LENT. 1I.. THE PRE -LOVING AND POST LINING WE0 MLL BE PERFORMED IWXE THE UPSTREAM L)NE5 ARE PLUGGED OR BYPASSEA. THE LINE SHALL BE DRY EXCEPT FOR FLOW FROM THE LA 7ERALS IN 7ME SEC 77 N OF THE LINE BEING TELEVISED. 12. ALL PROTRUDING LATERALS THAT ARE ENCOUNTERED DURING THE PRE -LINING WDE0 SHALL BE GROUND AS CLOSE TO FLUSH NTH THE HOST PIPE'S INTERIOR AS PRACTICABLE PRIOR TO INSER nON OF 7HE LINER. 13 ALL PLUGGED SERVICE CONNE077ONS /DEN7IFIEU /N ME PRE -LINING WDEO SHALL NOT BE OPENED UNLESS SPEanCALLY DIRECTED BY THE CITY INSPEC7M 14. THE LATERAL OPENING CUTS SHALL CC7MVFMM TO THE SHAPE AND S72F OF THE INSIDE DIAMETER OF THE EXIS77NG SERVICE CONNECTION. 15. THE CONTRACTOR SHALL SE RESPONSIBLE FOR MAKING POINT REPAIRS IDENTIFIED IN THE PRE -LINING VIDEO PRIOR TO INSERTION OF THE LINER 16. THE LINING U47ERIAL SHALL BE CO9N77NUOUS AND OF SUMCIENT LCN 7H FO EXTEND ME ENTIRE- REACH (FROM ENTRY 7t) END OR EXIT POINT) M BE REHABIL/TA70. NO JOINTS OR CAPS tMLL BE PD M/TTED BETWFN MANHOLES I Z ONE B INCH LONG CURED SAMPLE SHALL BE TAKEN FROM THE DOW 4 STREAM MANHOLE AND CHECKED BY 774E CITY INSPECTOR TO VERIFY THE MIN/MUM WALL THICKNESS 1A THE CONTRACTOR SHALL PREVENT 7HE LINER FROM EXTENDING INTO SEWER MAINS w//CH ARE NOT INTENDED To BE REHA9/LI rA Ym 19 THE CURE? LINER SHALL HAVE A SM007N FINIS✓•! INSIDE. ANY ROUGHNESS THAT MAY AFFECT THE HYDRAULIC COND177ONS SHALL BE REMOVED BY SANDING OR I MMM/NC THE "FINS" OR FVLDI THE CONMACTOR MAY EITHER APPLY A SEALANT COMPATIBLE W9TH THE MATERIAL TO AREAS ONERE SANDING HAS TAKEN PLACE OR REUN£ FROM MANHOLE 70 MANHOLE AS DIRECTED BY TIME CITY INSPECTOR. 20. AFTER INSTALLATION, THE LINER SHALL BE CUT-OFF IN THE MANHOLE 7HE FINISHED LINER SHALL NOT PROTRUDE INTO THE MANHOLE OM? 20 IF TWE MANHOLE HAS BEEN LINED 7HROU04, THE TOP HALF OF TIME LINER PIPE MAY BE CUT-OFF EV1 N WTH THE TOP OF THE SHELF LEAVING THE CHANNEL LINED. 21. ALL NEW LA TERALSISERVICE CONNECAONS SHALL BE MADE PER STANDARD PLAN 516. APPROVED: DATE MAY BOOS CITY OF HUNTINGTON BEACH DEPARTIMT Of PUBUC WORKS ENCHLESS PIPELINE RENA81UTAT10 517 PLA14 DESIGN CRITERIA of 2 oo2 Fidelity and Deposit Company OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That we, VIDO ARTLIKOVICH & SON INCNIDMAR INC A JV as Principal, (hereinafter called the "Principal"), and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, P.O. Box 1227, Baltimore, Maryland 21203, a corporation duly organized under the laws of the State of Maryland, as Surety, (hereinafter called the "Surety"), are held and firmly bound unto CITY OF HUNTINGTON BEACH as Obligee, (hereinafter called the "Obligee"), in the sum of Ten percent of amount bid. Dollars ($1 o% of Amount Bid ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for 2010 Downtown Water Main Replacement - Project No. 1361 NOW THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithf d performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 7th day of July A.D., 2olo Witness vI Pr' cipal By. Ka-kbttu covic Tit1g4riagrog Partner FIDELITY AND DEPOSIT COMPANY OF MARYLAND Surety y: B. Witness Lisa L. hornto Attorney -in -Fact State of California (County of Los Angeles on 'JUL o 7 7-Q101 before me, Noemi Quiroz, Notary Public, personally appeared Lisa L. Thornton who proved to me on the basis of satisfactory evidence to be the persons) whose name(s) is/ subscribed to the within instrument and acknowledged to me that he/she/they executed the same inhis/her/their authorized capacity(+esa), and that by his/herfthe4F signatures) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. (seal) Signature emi Quiroz « « NOEMI QUIROZ Commission # 1748362 " Notary Public - California Los Angeles County My Comm. Expires Jun 26, 2011 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Company, w set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof d s nate, constitute and appoint Lisa L. THORNTON, of Los Angeles, California, its true an tto -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and a d undertakings, and the execution of such bonds or undertakings in purs 0 ent g upon said Company, as fully and amply, to all intents and purposes, a my e Fes^' wledged by the regularly elected officers of the Company at its office in nth ' �ns. This power of attorney revokes that issued on behalf of Lisa L. d a The said Assistant o at the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the BY-1 any, and is now in force. IN WITNESS W OF, the said Vice -President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND-this 4th day of August, A.D.2003. ATTEST: 'gyp DEPOS 1� 42 4'WTl' State of Maryland I ss: City of Baltimore FIDELITY AND DEPOSIT COMPANY OF MARYLAND Bv. T. E. Smith Assistant Secretary Paul C. Rogers IVice President On this 4th day of August, A.D. 2003, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and.affixed my Official Seal the day and year first above written. R. H4J. y wr1nocw.n Dennis R. Hayden Notary Public My Commission Expires: February 1, 2009 POA-F 012-3265C ACKNOWLEDGMENT State of California County of Los Angeles On July 8, 2010 before me, Sharon Artukovich,'Notary Public personally appeared Mark Artukovich, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. 1 certify under PENALTY OF PERJURY UNDER the laws of the State of California that the foregoing paragraph is true and correct. Witness my ha d and offi ' eal. ` SMMM ARtUKOVICH COMM. Dii Signa qAV U44*1"Ca" .W t. 3"1