Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Ken Thompson Inc. - 2008-07-21
RECEIVED BY: (Name) Y I � i I is8 j (Date) !: TO: VA)—,,Iq Shari Freidenrich, City Treasurers FROM: DATE: SUBJECT: Bond Acceptance CITY CLERK RECEIPT COPY,—' Return DUPLICATE to City Clerk's Office after signing/dating I have received the bonds for�- 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. 133 MSC No. PP A roved (Council Approval Date) (Company Name) to 4 / N'617 -. I-v) Agenda Item No. City Clerk Vault No #27 g:ffollowup/bondletter.doc FROM: Duane D. Wentworth, Contract Administrator DATE: December 17, 2009 SUBJECT: Retention Release Payment Company Name: Ken Thompson, Inc. Address: 1785 Samson Avenue City, State and Zip Code: Corona, CA92879 Phone Number: (951) 284-2424 Business License Number: N,-_q5-D,04 Local Address: I N/A Notice of Completion Date: December 8, 2009 Contract Purpose: Retention Release for Cash Contract 1331, Watermain Replacement Project 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. 1 certify that no stop notices are on file on the subject at this time. 1271_2 � Date Travis K. I certify that there are no outstanding invoices on file. 0 Date hari r PE, Direct 17 rich, 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. De to Jo n Flynn, Oy Clerk 1331 Retention Memo 12/17/2009 10:26:00 AM PLEASE COMPLETE THIS INFORMATION RECORDIN6REQUESTED BY: AND WHEN RECORDED MAIL. TO: WHEN RECORDED MAIL TO: CITY OF HUNTINGTON BEACH Attn: Robert A. Martinez P.O. Box 190 — 2000 Main Street Huntington Beach, CA 92648 Recorded in Official Records, Orange County io Torn Daly, Clerk -Recorder 11111111111111111111111111Illllllil111111111141111111llliilll NO FEE -_ 2009000656136 8A1 am 12/08/09 276 418 N12 1 0,00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 TITLE OF DOCUMENT: 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 Ken Thompson, Inc. who was the company thereon for doing the following work to -wit: {HATER MAIN REPLACEMENT PROJECT -VARIOUS LOCATIONS, CC# 1331 That said work was completed November 9, 2009 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 November 9, 2009, 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 November 17, 2009 Dir or of 17blic Works or City Engineer City of Hun ngton Beach, California STATE OF CALIFORMA) 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 Recorder of Orange County. Dated at Huntington Beach, California, this November 17, 2009. Di for of ublic Works or City Engineer 0,0 City of H tington Beach, California THIS PAGE ADDED TO PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION (Additional recording fee applies) p.059-TITLE RAGE (R7/95} Cafflead-Ola of Compliance with Prevni ft Wage Laws To: Chy of Huntington Beach Depwbuent of Pubifc Moths 2000 Main SbOWPA. Box 190 Huntington BeaaJ4 CA 92648 Re: Certification of Compliance with Prevailing Wage Laws Cat= 1331 Water Maio Replacement Project The undersigned onftowr oa the abovo-refemced project C?n jWJ herebycertifm that all Iabot!eM mechanics, apprentices, trahm, watcbmein and guards employvl by him or by any sulxwmtra I plufor9ning work unft %c contract for the Project have been. paid pursuant m the minimum wage and boat fide iiinp benefit •regnir =aw specified for each particular cles,AfEcadon of wort; as set fo * in tbs wage -rate determinations of the State of California, I)Vartrneat of Industrial ltdatiom, and/or the United States Department of Labor. I declare under penalty of perjary undcr the laws of the State of Calif aria that tho foregoing is tree and correct. Bxecuted dais 11 dayof november . 20_M at carons , California. Ken Thompson Inc. Mpe Contractor Name) By - Name: [ nee Name] Title: [Type Tide] - `lid 03 � • CZp E�3i C CAMCadOn of Cempi+iWO with Tide'VU of the Civil Wghts Act and Equal DoploymentOppenkafty Pict of 1972 To: City of Haatington Beach Departmed ofPublic Works 2000 Main Weet/P.O. Box 190 ibuntutgton BOB* CA 92648 Ile: Cetttfication of Compliance with Title VII of the Civil Rights Act and Equal Bmploymont Opportunity Act of 1972 Contract: 1331 Project: Watermain Repl.acment Project The undersigned confr dbr on the above-wfatced project CTwjwV) hereby certifies first it has complied wft Title Vi1 of the Civil Rights Act, the Equal Opportunity Act of 1972 and Executive Order 11246, and has not disorisahmW against ;ny employee or applicant for employment because of race, areod, color. sex, national origin, age or disability. The undwWgued oonbutor also cer ifies dW h has not rnaintamed any segregated fw ities at its establishm- -- on the basis of race, crrecd, color,_ sex, national origin, age or disability (with the exception of woo for fire disabled). I deohn under penalty of padury under the laws of the State of Ca&omia that the foregoing is hna and comer#. Bxe ded this 11th day of November , 2(N9 , at Rialto , CaiifomiL Ken Thompson'Inc. (7�pe Contractor Name) Name; �e Name)i;RW-6901 Title: [dope Titlsja_ Ls. ZWILc CgNTRACTOR'S CERTIFICATE L Zane C. Knecht state and certify that: (Name of Dedaranr) Ken Thompson, Inc. is the general contractor to the City of Huntington Beach ("Cit/,) on Contract No. 1331 (the "Contract' for the construction of the public work of improvement entitled: Watermain Replacement Project (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"): 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 Califomia that the foregoing is true and correct. Executed at Rialto on this 11 th day of November . 2U 09 (Signature of Declarant) APPROVED AS TO FORM By: C1 e 7% - a,-- —11J 3.20 • a4 Name: [Type Name] Title: [Type Title] U"14.1 RECEIVED BY: (Name) (Date) TO: Sh i Freidenrich, City Treasurer FROM: DATE: 26� — / 0 SUBJECT: Bond Acceptance I have received the bonds for M PS ()A) (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. CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office after signing/clating 641"117-m CC No._� MSC No. �— Approved Agenda Item No. (Council Approval Date) City Clerk Vault No. #27 g:/followup/bondletter.doc j SAFECO insurance Company PO Box 34526 Seattle, WA 98124-1526 MAINTENANCE BOND Bond 6418897-M KNOW ALL BY THESE PRESENTS, That we, KEN THOMPSON, INC. as Principal, and SAFECO INSURANCE COMPANY OF AMERICA a corporation organized under the taws of the State of Washington and duly authorized to do business in the State of CALIFORNIA as Surety, are held and firmly bound unto CITY OF HUNTINGTON BEACH as Obligee, in the penal sum of One Million Three Hundred Sixty Two Thousand One Hundred Eleven and 85/100 - - - - - - - - --------------------------------------------------------------- ($ 1,362,111.85 ) to which payment well and truly to be made we do bind ourselves, our and each of our heirs, executors, administrators, successors and assigns jointly and severally, firmly by these presents. WHEREAS,.the said Principal entered into a Contract with the CITY OF HUNTINGTON BEACH for WATERMAIN REPLACEMENT PROJECT, CASH CONTRACT 1331 WHEREAS, said Contract has been completed, and was approved on the 9th day of November , 2009 _ dated 07/29/2008 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, That if the Principal shall guarantee that the work will be free of any defective materials or workmanship which became apparent during the period of ONE (1) year(s) following completion of the Contract then this obligation shall be void, otherwise to remain in full force and effect, provided however, any additional warranty or guarantee whether expressed or implied is extended by the Principal or Manufacturer only, and the Surety assumes no liability for such a guarantee. Signed and sealed this 14TH day of AP D AS T FORM JE IF R cGRATH, City A ey V�/� December 1 2009 KEN THOMPSON, INC. (Seal) 7 (Seal) (Seal) SAFECO INSURANCE COMPANY OF AMERICA By JLfDITH K. CUNNINGHAM Attorney -in -Fact S-0843/SAEF10/99 A FRP %1W Liberty POWER il.><tuti'l- OF ATTORNEY KNOW ALL BY THESE PRESENTS: No. 9223 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 *******—DENISE SENNETT; JUDITH K CUNNINGHAM; JOHN M. GARRETT; CHARISE MAY; STEVEN C. MOSIER- ERIKA A. NICHOLAS; Irvine, Califomia******************** its true and lawful attomey(s}In-fad, 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 March , 2009 Dexter R. Legg. Secrelary Timothv A. Mikolaiewskf. 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 attomeys4ri-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, {1) The provisions of Article V, Section 13 of the By -Laws, and A copy of the power-of-attomey appointment, executed pursuant thereto, and (ifi) 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 14th day of December 20t39 SEAL s X Al Dexter R. Legg, Secretary CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Orange _ On December 14, 2009 before me, Andrea Chastain Notary Personally appeared Judith K. Cunningham Who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Ware 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/dwk signature(s) on the instrument the person(s), .or the entity upon behalf of which the person(s) ANDREA CHASTAIN acted, executed the instrument. N COMM. # 1775131 NOTARY PUBLIC CALIFORNIA 3 ORANGE COUNTY N I certify under PENALTY OF PERJURY under the laws of j�____- My Comm. expires Oct. 22, 201 r The State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature CWCM +06&-r� Signature of Notary Public OPTIONAL Capacity(ies) Claimed by Signer(s) ❑ Individual ❑ Partner . ❑ Limited ❑ General ® Attomey-in-Fact ❑ Trustee ❑ Guardian of Conservator ❑ Other Signer is Representing: SAFECO INSURANCE COMPANY OF AMERICA Safeco Insurance Companies PO Box 34526 Seattle, WA 98124-1526 Bond NO: 6418897 BOND FOR RELEASE OF RETENTION KNOW ALL MEN BY THESE PRESENTS: That KEN THOMPSON, INC. , as Principal, and SAFECO INSURANCE COMPANY OF AMERICA as Surety, are held and firmly bound unto CITY OF HUNTINGTON BEACH , as Obligee, in the sum of Seventy Thousand Two Hundred Sixty Three and 19/100 - - Dollars ($ 70,263.19 ), for the payment of which sum, well and truly to be made, the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, The Principal has entered into a written contract dated July 28 2008 with the Obligee for WATERMAIN REPLACEMENT PROJECT , and WHEREAS, said Agreement provided for retention by the Obligee of certain portions of progress payments made by the Obligee to the Principal, as more fully set forth therein; and WHEREAS, the Principal has requested the Obligee to release the amount so retained prior to the time set forth by the aforementioned contract for such release of retention; and WHEREAS, the Obligee is willing to comply with such request, provided the Principal shall furnish a bond in the amount and tenor of this instrument. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal shall well and truly complete all work under the aforementioned contract and shall make good any defective workmanship or material in the equipment furnished by the Principal and for which the Principal is responsible under the terms of the aforementioned contract, then this obligation shall be void; otherwise to remain in full force and effect. Signed, sealed and dated December 17 2009 (Witness) KEN THOMPSON, INC. (Principal) (Seal) (Title) SAFECO INSURANCE COMPANY OF AMERICA 0'rety) 9� Attomey-in- ac Judith K. Cunningham SEAL air 1953 Fpfw� S-7106/SA 10/04 Safeco and the Safeco logo are registered trademarks of Safeco Corporation FRP CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Orange On December 17, 2009 before me, Charise May , Notary Personally appeared Judith K. Cunningham CHARISE MAY N COMM. # 1695075 NOTARY PUBLIC CALIFORNIA o ORANGE COUNTY A My comm. expires Oct. i8',2Pio Capacity(ies) Claimed by Signer(s) Who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/ar-L- subscribed to the within instrument and acknowledged to me that he/she/#fey executed the same in his/her/theif authorized capacity(ies), and that by hi-s/her/them 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 Signature Signature of OPTIONAL ❑ Individual ❑ Corporated Officer _ Title(s) ❑ Partner ❑ Limited ❑ General ® Attorney -in -Fact ❑ Trustee ❑ Guardian of Conservator ❑ Other Signer is Representing: SAFECO INSURANCE COMPANY OF AMERICA 15�Liberty POWER MUtuA1 OF ATTORNEY KNOW ALL BY THESE PRESENTS: No. 9223 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 ***********DENISE BENNETT; JUDITH K. CUNNINGHAM; JOHN M. GARRETT, CHARISE MAY; STEVEN C. MOSIER; ERIKA A. NICHOLAS; Irvine, California************************************"************************************ its true and lawful attomey(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 — ptx#tRly� i Dexter R. Least. Secretary Timothv A. Mikolaiewski, 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 attomeys-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 seat, 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 A copy of the power -of -attorney appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attomey 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 17th day of December 2009 CGF,? E SEAL x �X* Rrkj ? Dexter R. Legg, Secretary S-0974/DS 3109 WEB PDF Company Profile Page 1 of 2 COMPANY PROFILE Company Profile Company Search Company Information Company Search Results Company Information Old Company Names Agent for Service Reference Information NAIC Group List Lines of Business Financial Statements PDF's Annual Statements Quarterly Statements CA Supplements Company Complaint Company Performance & Comparison Data Company Enforcement Action Composite Complaints Studies Additional Info Find A Company Representative In Your Area View Financial Disclaimer SAFECO INSURANCE COMPANY OF AMERICA 175 BERKELEY STREET BOSTON, MA 02116 Old Company Names Effective Date SELECTIVE AUTO & F INS CO AMER 11/02/1953 back to top Agent For Service KAREN HARRIS 2730 GATEWAY OAKS DRIVE SUITE 100 SACRAMENTO CA 95833 back to top Reference Information NAIC #: 24740 California Company ID it: 1442-3 Date Authorized in California: 10/07/1953 License Status: I FUN LIMITED- Company Type: Property & Casualty State of Domicile: WASHINGTON back to top NAIC Group List NAIC Group #: 0111 LIBERTY MUT GRP back to top Lines Of Business The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY CREDIT FIRE http://interactive.web.insurance.ca.gov/companyprofile/companyprofile?event=company... 12/ 17/2009 Company Profile Page 2 of 2 LIABILITY MARINE MISCELLANEOUS PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION back to top © 2008 California Department of Insurance http://interactive.web. insurance. ca.gov/companyprofile/companyprofile?event=company... 12/ 17/2009 r RECEIVED BY- CITY CLERK RECEIPT COPY Return DUPLICATE to _ City Clerk's Office (Name) f after signing/dating (Date) CITY OF HUNTINGTON REACH INTERDEPARTMENTAL COMMUNICATION TO: Shari Freidenrich, City Treasurer FROM: DATE: SUBJECT: Bond Acceptance I have received the bonds for 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. k3 3 / MSC No. Approved pp (Council Approval Date) ,4�s /, / /j ( i (Company Name) ' �O "7` / C1 CJ Agenda Item No. City Clerk Vault No #27 g1followup/bondletter.doc CITY FUNDED CONSTRUCTION CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND FOR TABLE OF CONTENTS Page No. 1. STATE OF WORK; ACCEPTANCE OF RISK 2. ACCEPTANCE OF CONDITIONS OF WORK; PLANS 3. COMPENSATION 4. COMMENCEMENT OF PROJECT 5. TIME OF THE ESSENCE 6, CHANGES 7, NOTICE TO PROCEED 8. BONDS 6 9. WARRANTIES 6 10. INDEPENDENT CONTRACTOR 7 11, LIQUIDATED DAMAGES/DELAYS 7 12, DIFFERING SITE CONDITIONS 9 13. VARIATIONS IN ESTIMATED QUANTITIES 10 14. PROGRESS PAYMENTS 10 15. WITHHELD CONTRACT FUNDS, SUBSTITUTION OF SECURITIES 11 16. AFFIDAVITS OF SATISFACTION OF CLAIMS 11 17. WAIVER OF CLAIMS 12 18, INDEMNIFICATION, DEFENSE, HOLD HARMLESS 12 19. WORKERS' COMPENSATION INSURANCE 13 20. INSURANCE 13 21. CERTIFICATES OF INSURANCE; ADDITIONAL INSURED 14 22, NOTICE OF THIRD PARTY CLAIM 15 23. DEFAULT & TERMINATION 15 24. TERMINATION FOR CONVENIENCE 16 25. DISPOSITION OF PLANS, ESTIMATES AND OTHER 16 26. NON -ASSIGNABILITY 16 27, CITY EMPLOYEES AND OFFICIALS 16 28, STOP NOTICES 17 29, NOTICES 17 30, SECTION HEADINGS 18 31. IMMIGRATION 18 32, LEGAL SERVICES SUBCONTRACTING PROHIBITED 18 33. ATTORNEY'S FEES 18 34 INTERPRETATION OF THIS AGREEMENT 19 35, GOVERNING LAW 19 36, DUPLICATE ORIGINAL 19 37. CONSENT 20 38. SURVIVAL 20 39. MODIFICATION 20 40. SIGNATORIES 20 41. ENTIRETY 20 CITY FUNDED CONSTRUCTION CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND KeN-PHorKPs6�5', FOR cc-- 1731 v WAM mpm Rco r-c i 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 4EA) 7&f0.0 'dam, ..L. VC . , a California (f19.PC? PO 0 aJ , hereinafter referred to as "CONTRACTOR." WHEREAS, CITY has solicited bids for a public works project, hereinafter referred to as "PROJECT," more fully described as Cc- -133 ) - WNW Q-Mh1d,4 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: 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 ,;agree/surfnet/ciiyconst 12-07 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 12-07 2 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.` Anyihing 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 12-07 3 "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 not to exceed f%(,MT i" Wu3WK0- &I Vt, A VA/Z '.b A� Dollars ($�/ at� 675), S-Evta-Tr svC 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 to completion withinT%A�o 1�va)Mc.�o consecutive WaT496 S 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 12-07 4 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 v/agree/surfhet/cityconst 12-07 5 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 12-07 6 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/.igrec/surfnct/cityconst 12-07 7 the sum of F/ VI- Dollars ($ vim° co ) 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 12-07 8 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/surfnct/cityconst I2-07 9 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 12-07 10 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 XG • 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/surfiiet/cityconst 12-07 11 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 12-07 12 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. /adree/surfiiet/cityconst12-07 13 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, or a "deductible" or any other similar form of limitation on the required coverage. 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/surtinet/cityconst 12-07 14 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/crtyconst 12-07 15 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 tennination for convenience, the CONTRACTOR shall be entitled to receive payment for work executed, g/agrec/surfneUcityconst 12-07 16 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/surfiict/citycoiist 12-07 17 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: DuptAr.- 2000 Main Street Huntington Beach, CA 92648 30. SECTION HEADINGS TO CONTRACTOR: A VV 7710 1' Rn ^; Z mac. / ` 07 s1.+M PSO A) (qyt. C6VAa A I GA 919-7(� 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/su1-fi1Ct/cityc011st 12-07 18 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/surfncUcitycoi�st 12-07 19 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/agrce/surt'net/cityconst 12-07 20 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/cnyconst 12-07 21 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 July 21, CONTRACTOR 2008. ,kg,v ZWOMeCOA.) By: Daniel . Deming print name ITS: (circle one) Chaim'ian/Presiden ice Presiden AND By: / Kenneth D. Thompson print name ITS:. (circle one) Secretary/Chief Financial Officer/Asst. Sec etary reasurer CITY OF HUNTINGTON BEACH, a m uni ' al corporation o f the State of California 40 Mayor - Q�� /-j4wvo City Cleric INITIATED AND APPROVED: 0��Director of P is Works REVIEWEb ND)APPROVED: City Adi/nistrator APPROVED AS TO FORM: City Attorney o� e/agree/surfnct/cityconst 12-07 22 iR �X�i�/1 SECTION C PROPOSAL. for the CONSTRUCTION OF Watermain Replacement Project, Indianapolis Avenue and Beach Boulevard Intersection Watermain Replacement Project, Beach Boulevard, from Indianapolis Avenue to 170 feet North of Joliet Avenue Watermain Replacement Project, Joliet Avenue, from Georgia Street to Beach Boulevard Watermain Replacement Project, Utica Avenue, from Florida Street to Beach Boulevard Watermain Replacement Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue Watermain Removal Project, Beach Boulevard, from Clay Avenue to Garfield Avenue Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard Watermain Replacement Project, Main Street, from Florida Street to Beach Boulevard CASH CONTRACT No. 1331 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 V 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 C-1 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For Annual LVater Main ReRlacement Variousi Locations a0AA!q01gllSh Boulevard June B. 2008 Notice to All Bidders: Please note the following revision to the project, Specifications, and Technical Provisions: The following shall be deleted from the Specifications, Section C, page C-11: Project Bid Schedule H, Item No. 4., shall be deleted, 4_ Install 24-inch steel casing in Clay Avenue across Beach Boulevard, with receiving pit and jacking pit 96 LF $ $ The following shall be added to Specifications, Section C, page C-11: Project Bid Schedule H, Item No. 4., shall be added as follows: 4. 1 Not Used L.,NA I NA I I NA NA —J Bid Proposals hand marked as shown herein will be accepted by the City. The following shall be amended from the specifications, page is Shall be changed to: Dies IuE: June 10, 2008, 2:00 PM, 2ND FLOOR BIDS CITE: Jane 12, 2008, 2.00 PM, 2N® FLOOR The following shall be amended from the Specificationsi page AA1, paragraph 1: 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:OOPM, on June 10, 2008. Bids will be publicly open in the Council Chambers unless otherwise posted. Shall be changed to: 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:OOPM, on June 12, 2008. Bids will be publicly open in the Council Chambers unless otherwise posted. This modification does not change the Engineer's Estimate for this project. Thls is to acknowledge receipt and review of Addendum Number one, dated June 6, 2006. Ken THompson, Inc. Company Name //f�� ®ate By < All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Andrew Ferrigno at (714)536-5291. 02 _. W '--W City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For AnnulLLA ater amain�acement Various LocatLons and Alon�eac� Boulevard, CC1331 June 11.2008 Notice to All Bidders: Please note the Bellowing revision to the project, Specifications: The following shall be deleted from the Specifications, Section C, page C-11: Project Bid Schedule H, Item No. 3., shall be deleted. 3_ Install 12-inch Class 350 D.I. pipeline in Clay Avenue at Beach Boulevard 120 LF $� The following shall be added to Specifications, Section C, page C-11: Project Bid Schedule H, Item No. 3., shall be added as follows: 3. Not Used NA NA I NA NA Sid Proposals hand marked as shown herein will be accepted by the City. The following shall be amended from the Specifications, page is Shall be changed to: ISIC June 12, 2008, 2:00 PI► I, 2ND FLOOR _SIDS June 17, 2008, 2:00 PM, 2ND FLOOR -1 W. a The following shall be amended from the Specifications, page A-1, paragraph 1: 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:OOPM, on June 12, 2008, Bids will be publicly open in the Council Chambers unless otherwise posted. Shall be changed to: 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, Califomia 92648, up to the hour of 2:0015M, on June 17, 2008. Bids will be publicly open in the Council Chambers unless otherwise posted. This modification does not change the Engineer's Estimate for this project. This is to acknowledge receipt and review of Addendum Number one, dated June 6, 2008. Ken Thomnson,,Inc_ Company Name By r C/�6fOS�l Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Andrew Femgno at (714)536.5291. .2 then issue a 2nd Notice to Proceed to the undersigned to commence immediately with the physical site work thereafter to be completed within a Two Hundred (200) 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 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 I` ItA in the amount of $ A 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 Iteceaved Bidder. -'s ure a � a. c, C_2 PROJECT BID SCHEDULE A Watermain Replacement Project, Indianapolis Avenue and Beach Boulevard Intersection BID ITEMS Bid Schedule A — NOT USED. C-3 PROJECT BID SCHEDULE B Watermain Replacement Project, Indianapolis Avenue and Beach Boulevard Intersection RID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS 2. Install 8-inch Class 150 PVC pipeline in Indianapolis Avenue at Beach Boulevard 110 LF r` s_zm tU I $ ,�( i.a) 3. Install 12-inch Class 350 DI pipeline in Indianapolis Avenue at Beach Boulevard. 172 LF $�e�d d� $ �to. � t' 4. Install 12-inch Class 200 PVC pipeline in Indianapolis Avenue at Beach Boulevard 45 LF ,r $�I,� > ��GNI� 5. Install 24-inch steel casing in Indianapolis Avenue at Beach Boulevard, with receiving pit, and jacking pit 164 LFr� ) ®lA $ f0 $ 7 (1)69 6. Install 12-inch cut in valve assembly 1 EA $12 7. Flushing, Pressure Testing, Disinfection, Dechlorination 1 LS Z_IjbrL $2 $Z,6w-co �. 8. Traffic control 1 LS iu4C 9. Water Pollutant Control Program 1 LS eix %,Av4r,4 tws-1 $-&__'_•CU $ A 10. Sheeting, shoring, and/or bracing 1 LS $_3AL& $ i,(0-CP 11. 1 Additional potholing 15 EA �r � �, a $ ��> $ A 12. Demobilization and Cleanup 1 LSr< 1 ram(, %/llltey��r% el" 1 $ir�,;� $ 13. Replace Existing Traffic Control Loop 8 EA 1 $ w $ Sub -Total Amount for All Bid Items — SCHEDULE B $ 21-7. JOY, (b C-4 PROJECT BID SCHEDULE C Watermain Replacement Project, Beach Boulevard, from Indianapolis Avenue to 170 feet North of Joliet Avenue I�1')a99-511/0 Item No. Description QuantityUnit Unit Cost in WordsTotal Cost 1. Mobilization 1 LS cl ,,S *Un $ 2. Install 12-inch Class 150 PVC pipeline in Beach Boulevard 500 LF . j $j.CV 3. Install 8-inch Class 150 PVC pipeline in Beach Boulevard 25 LF It skQ,(0 $"7 .C) 4. Flushing, Pressure Testing, Disinfection, Dechlorination 1 LS 5. Traffic control 1 LS `uo $ $70 ft .60 6. Water Pollutant Control Program 1 LS $izy,0) $ CO- ;�hddr�G 7. Sheeting, shoring, and/or��cr 1f�v�c►�,e�'%/ sU=$ 3 Gv bracing 1 LS 8. Additional potholing 20 EA j r' , $ $ 94 a 9. Demobilization and('UjrrG� LS Cleanup 1 10. Replace Existing Traffic Control Loop 4 EA $ S60. / �,� Sub -Total Amount for All Bid Items — SCHEDULE C $ 13Zi3616,(X-) C-s PROJECT BID SCHEDULE D Watermain Replacement Project, Joliet Avenue, from Georgia Street to Beach Boulevard BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS $_�411 $ GtU ,eo Ai 2. Install 8-inch Class 150 PVC pipeline in Joliet Avenue 325 LF $ ! $ q21 1.,, 3. Install 8-inch Class 150 and 200 PVC pipeline in,hv%>� Georgia Street at Joliet Avenue 115 LF t 4. Install 4-inch cut in valve SeVen assembly 2 EA dI 5. Construct fire hydrant1,,� assembly 1 EA `�i�SGcrc1 vj 6. Remove and salvage existing fire hydrant 1 EA /, $ is t' 7. Remove existing valve box and cover 3 EA 8. Cut and cap/seal existing waterline 2 EA �tu , $� $ 9. Install 2-inch air and vacuum assembly 1 EA n $ � M 10. Relocation of sewer laterals 6 EA cb. $ram $7 11. Flushing, Pressure Testing, Disinfection, Dechlorination cYW-ACo4-,,d awl 10 1 LS /� $ LR $A 12. Traffic control 1 LS T evm ,,1AP l� $ 13. Sheeting, shoring, and/or bracing LS ov fhrw rm di - � 9 $ 1 $I 14. Additional potholing 20 EA �, $� $°) 15. Demobilization and Cleanup 1 LS $ 16. Install new 1-inch �g polyethylene water service, connect to existing 3/4-inch ZW meter 5 EA $1 17. Install new 2-inch copper am water service, connect to existing 1 1/2-inch meter 1 EA lttxi05trircr�r� ��rcl 1% 1 $1 CL $ r 1,L" Sub-Total Amount for All Bid Items — SCHEDULE D $ A " b C-6 PROJECT BID SCHEDULE E Watermain Replacement Project, Utica Avenue, from Florida Street to Beach Boulevard BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS ,.,,j dj,� $ $ y. 2. Install 8-inch Class 150 and 200 PVC pipeline in Utica Avenue 590 LF slUgb $ 76,, M) , d-i11, a 3. Construct fire hydrant assembly 2 EA .�''iv$ (�vuv'od $. m_'(6 $ �� C,�, 4. Remove and salvage fire hydrant EA ?Ne') XLU, 11 existing 2 el e1i $ $ 5. Remove existing valve box EA S ht milli ; �► ty and cover 6 if $ 6. Cut and cap/seal existing ' jWur�t J waterline 2 EA ��� �, f�, $ 1v $0- 7. Relocation of sewer lateral 6 EA 'r1, GC7 8. Flushing, Pressure Testing, ONA, 400,e] n5 h4 )t�e-., , 60 Disinfection, Dechlorination 1 LS l $+� �l.. i $ , 9. Traffic control 1 LS Gt� $yi°� $ a 10. Sheeting, shoring, and/or bracing 1 LS f d $; $ 11. Additional potholing 20 EA 12. Demobilization and Cleanup 1 LS ) $ g,Y� $ (b ,13Jl,Pi 13. Install new 1-inchr`��Gik�+l,j, �o polyethylene water service, connect to existing 3/4-inch meter 7 EA �It' dcli(/ $I,s , $� � 14. Install new 1-inch 1 � �,156�rx/ polyethylene water service, ff hvf connect to existing 1-inch EA ,4Oe'.1 $ I (U,C-) meter 1 15. Install new 2-inch copper y u')�W.) a" water service, connect to existing 2-inch meter 3 EA {{,,� Meek-,J �,� $ $ 16. Install new 2-inch copper � , �hCunow,Jfi, x, water service, connect to existing 1 1/2-inch meter 1 EA $ f�(V $ J C!YL 1 Sub -Total Amount for All Bid Items — SCHEDULE E $ 12 iL) C-7 PROJECT BID SCHEDULE F Watermain Removal Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS $�.Vc'-ij Tie* -it jey t-fVC 2. Install 6-inch, 8-inch and 12-inch Class 150 and 200 PVC pipeline in Beach , Boulevard 1300 LF epq k t1,.4Wq 3. Construct 12-inch D.I. inverted�uvsat siphon assembly 31 LFi Ave-cad i5 _ 4. Install 12-inch Class 150 PVC watermain in Beach Boulevard at Yorktown Avenue 24 LF 5. Construct 12-inch D.I. LF '711 Hd-t� siphon assembly 49 P_w .h,i 6. Construct waterline connection in Beach Six 'tt+cga�5�i� Boulevard 1 LS t 7. Remove and salvage existing fire hydrant 2 EA Sly l0�-q $ e S. Construct fire hydrant assembly 2 EA i' „e- t ti lAlid 9. Remove existing valve box S'c_�,c,_y� and cover 5 EA 10. Cut and cap/seal existing waterline 6 EA $ $ ✓ 11. Remove and dispose of iii �� existing valve and kA 9 5, c — S� interfering piping 1 EA $ 12. Flushing, Pressure Testing, Disinfection, Dechlorination 1 LS $j i $ ;t 13. Traffic control 1 LSi.A Fla 14. Water Pollutant Control 6.Vit, rtLn is-1-1-4 t� Program 1 LS jv� $ 15. Sheeting, shoring, and/or bracing 1 LS &(Ut 'P�,�._ $ $ 4 e�� 16. Additional potholing 30 EA rqa"f 17. Demobilization and Cleanup k 1 LS $ aa— $ —1a ea c C-S PROJECT BID SCHEDULE E Watermain Removal Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 18. Install 8-inch cut in valve tic c`` LNM� `rr assembly 2 EA 19. Install 4-inch pump -out assembly 1 EA 20. Install 2-inch air and EA 76 vacuum assembly 2 21. Install new 1-inchLti�__ polyethylene water service, 7iicx e' connect to existing 1-inch Aree �titr (Fx meter 2 EA $=�"�' 22. Install new 2-inch copper rA-e 1`ttat-n water service, connect to existing 2-inch meter 4 EA�� 23. Replace Existing Traffic d��xr sf t2 3 L `$ Control Loop 8 EA $ $ Sub -Total Amount for All Bid Items — SCHEDULE F $ may. C-9 PROJECT BID SCHEDULE G Watermain Replacement Project, Beach Boulevard, from Clay Avenue to Garfield Avenue BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS 7t� rkswMA '$ t$� 2. Cut and cap/seal existing 4 EA 5rX h%AVd � $ q $ waterline � ,�,� �C;?1 3. Remove existing valve box and cover 4 EA C,; $ $ 4. Construct fire hydrant assembly 1 EA �L,�' TT_4�L -� ` S 1 it ` ` 5. Remove and salvage Sc,[ (' u' lV'et j existing fire hydrant 1 EA 6. Traffic control 1 LS rp,:q4 *wt ks-�t-t. W 7. Water Pollutant Control $z( $ Program 1 LS �, �,� 8. Sheeting, shoring, and/or_ bracing 1 LS 9. Additional potholing 10 EA 7-kp h4ftafW4 f'14�4 10. Demobilization and Cleanup 1 LS 04-?_ ' ct "Wiel, 11. Install new 1-inch �K�u Sam polyethylene water service, connect to existing 1-inchyt meter 2 EA $ 12. Install new 1-inch polyethylene water service,t�C1i[t3�vtaf connect to existing3/4-inch EA �` Lc ,� �° �tvitv�?r� meter 1 13. Install new 2-inch copper tice5��0 water service, connect to existing 2-inch meter 6 EA A ivy "LLw V- 14. Install new 2-inch copper clKe_ -F1vxtsqJd water service, connect to existing 1 1/2-inch meter 3 EA Sub -Total Amount for All Bid Items — SCHEDULE G C-10 PROJECT BID SCHEDULE H Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard BITS ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS yt $ i5� $ 1 2. Install 8-inch Class 150 PVC pipeline in Clay Avenue 565 LF %e $ %�fiS� 3. Install 12-inch Class 350 pipeline in Cla --f ac oulevard 120 LF $ " 4. Install - in in Clay Boulevard, with receiving pitandjackingpit 96 LF - 5. Install 8-inch Class 150 PVC pipeline at the Beach 3�7 Boulevard and Clay Avenue` intersection 55 LF e- .h 6. Install 8-inch Class 200�� PVC in Coenson�. Y pipeline LF Circle at Clay Avenue 17 7. Remove and salvage existing fire hydrant 3 EA ac Cl N8. Construct fire hydrant 3 EA [tilt, S-+&," a lassembly $ $� 9. Cut and cap/seal existing 5;�„` �7S L ` waterline 4 EAR ► - $ $ 10. Remove existing valve box Sc Ct�r.u��41 and cover 6 EA 11. Remove and dispose of existing valve and interfering pipeline 1 EA 4; Le 12. Relocation of sewer laterals 10 EA C 13. Flushing, Pressure Testing, Disinfection, Dechlorination 1 LS �`�"`��4 14.1 Traffic control 1 LS 7AVt-V A�gS4 1,/ 15. Sheeting, shoring, and/or 4, W"-1 bracing 1 LS -°i 4$ $ 16. Additional potholing 20 EA 7x , t��ikicd� ' $tea $ Q 17. Demobilization and Cleanup 1 LS $ $` C-11 no V-'r 4-T V:r WT PROJECT BID SCHEDULE H Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard BID I`l'EMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 18. Install 8-inch cut in valve assembly 2 EA Sri $ $� 19. Install 12-inch cut in valve ��i vL' 7&,c-N L `` � 3� assembly 1 EA $ $ 20. Install new 1-inch������ polyethylene water service, �� connect to existing 1-inch 7A, 42 meter 8 EA 21. Install new 1-inch polyethylene water service,!` connect to existing 3/4-inch h meter 1 EA .'r $ 1�loc> $ 22. Water Pollutant Control@ � '� OQLLt Program 1 EA $ $ Sub -Total Amount for All Bid Items — SCHEDULE H $ ;20 C-12 PROJECT BID SCHEDULE I Watermain Replacement Project, Main Street, from Florida Street to Beach Boulevard BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS 2. Install 8-inch Class 150 PVC pipeline in Main Street 600 LF 3. Construct connection in Ellis Avenue 1 LS Sc'v�i ?`l+rxcs� ,41 4 4. Remove and dispose of existing valve and interfering pipeline 1 EA ZA 5. Cut and cap/seal existing 'e waterline 2 EA 6. Flushing, Pressure Testing, Disinfection, Dechlorination 1 LS --*L-e kl-�C,u a7 �t . $ t � $ ® 7. Traffic control 1 LS 8. Water Pollutant Control �tXG�ctr�c,/✓�� Program 1 LS 7t��'L,�{,r 9. Sheeting, shoring, and/or LS 7/ re'ff tJ."'L15 '' bracing 1 17-110 _�K 10. Additional potholing 18 EA 11. Replace Existing Traffic 7Ar-ee Control Loop 4 EA 12. Demobilization and ? mot 5,+ Cleanup 1 LS Sub -Total Amount for All Bid Items — SCHEDULE 1 $ C-13 PROJECT BID SCHEDULE J Watermain Replacement Project Alley Rehabilitation for All Sites BID ITEMS Bid Schedule J — NOT USED. C-14 PROJECT BID SCHEDULE BID ITEMS PROJECT BID SCHEDULE TOTALS CC-1331 WATERMAIN REPLACEMENT PROJECT Sub -Total Bid Schedule A - Not Used 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 Sub -Total Bid Schedule H Sub -Total Bid Schedule I Sub -Total Bid Schedule J - Not Used TOTAL BID AMOUNT (Schedules B-1) , 2 11 �0q 3 Ya -7 1 . 144 cq TOTAL BID AMOUNT IN WORDS: n r �t--, e_ 4 e ty-. X 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-15 PROJECT BID SCHEDULE BID ITEMS 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. ii LXqme rand Actdr�ss �QFsub ontrgc€©r #ute License .. C.. ss .Work lurriher iPZ w) A;rb '? r4""J .04)v-i 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-16 et. PROJECT BID SCHEDULE BID ITEMS NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of Orange Daniel J. Deming , being first duly sworn, deposes and says that he or she is Executive Vice President of Ken Thompson, 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. KEn Thompson, Inc. Name of Bidder Signature of Bidder 1785 Sampson Avenue Corona, Ca 92879 Address of Bidder Subscribed and sworn to before me this 11 day of June 2008. NOTARY PUBLIC NOTARYSEAL C-17 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGEMENT State of California County of Riverside On June 16, 2008 before me, Tiffany M. Rose, Notary Public ,I personally appeared Daniel J. Deming , 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. �n FSE� Commission * 177s828 Notary PubiiC - California Riverside County Description of Attached Document: Title or Type of Document WITNESS my hand and official seal. Noncollusion Affidavit Document Date: June 11, 2008 Number of Pages: Signer(s) Other Than Named Above: CAPACITY CLAIMED BY SIGNER(S) INDIVIDUAL ® CORPORATE OFFICER AND TITLE: Daniel J. Deming, Executive Vice President Partner(s) Limited General ATTORNEY -IN -FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER: SIGNER IS REPRESENTING: Ken Thompson, Inc. PROJECT BID SCHEDULE BID ITEMS 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 Construction of Watermain Replacement Project, Indianapolis Avenue and Beach Boulevard Intersection; Watermain Replacement Project, Beach Boulevard, from Indianapolis Avenue to 170 feet North of Joliet Avenue; Watermain Replacement Project, Joliet Avenue, from Georgia Street to Beach Boulevard; Watermain Replacement Project, Utica Avenue, from Florida Street to Beach Boulevard; Watermain Replacement Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue; Watermain Removal Project, Beach Boulevard, from Clay Avenue to Garfield Avenue; Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard; Watermain Replacement Project, Main Street, from Florida Street to Beach Boulevard (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 11, 2008 C-1S Ken Thompson, Inc. Contractor By Executive Vice President Title PROJECT BID SCHEDULE BID ITEMS 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-19 PROJECT BID SCHEDULE BID ITEMS 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 11, 2008 C-20 ]Ken Thompson, Inc. Contractor By / Executive Vice President Title PROJECT BID SCHEDULE BID ITEMS UNDERGROUND SERVICE AVERT 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: Ken Thompson, Inc. Contractor By Executive Vice President Title Date: June 11, 2008 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-21 PROJECT BID SCHEDULE BID ITEMS BIDDER'S INF(3RMATION BIDDER certifies that the following information is true and correct: Ken Thompson, Inc. Bidder Name 1785 Sampson Avenue Business Address Corona, Ca 92879 City, State Zip ( 951) 284-2424 Telephone Number 274307 A State Contractor's License No. and Class 5/2/01 Original Date Issued May 31, 2009 Expiration Date The work site was inspected by Zane Knecht of our office on June 5 , 2008. The following are persons, firms, and corporations having a principal interest in this proposal: Kenneth D. Thompson — President/Secretary �9 '1 Daniel J. Deming - Executive Vice President /� ►CCy*�e; j /kV-a'�✓r'' �-C' _J Kenneth M. Thompson -Vice President -� C-22 6J PROJECT BID SCHEDULE BID ITEMS 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. Ken Thompson, Inc. Company Name _ , Signature of Bidder Daniel J. Deming Printed or Typed Signature Subscribed and sworn to before me this 11 day of June , 2008. NOTARY PUBLICS ak/ ,csh-c-J 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• Port of Long Beach 925 Harbor Plaza Drive, Long Beach, Ca 90802 Name and Address of Public Agency Name and Telephone No. of Project Manager: Alex Reus (562) 590-4172 $5 386,000.00 Storm Drain May 2008 Contract Amount Type of Work Date Completed 2. _ City of La Canada Flintridge 1327 Foothill La Canada Flintridge, Ca 91011 Name and Address of Public Agency Name and Telephone No. of Project Manager: Edward Hitti (818) 790-8882 $8,796,000 & 11,955,000.00 both Sewer & Laterals Both April 2008 Contract Amount Type of Work Date Completed City of Anaheim 200 S. Anaheim Blvd Anaheim, Ca 92805 Name and Address of Public Agency Name and Telephone No. of Project Manager: Sean Raxmy (714) 765-5176 $1,800,000.00 Sewer Dec. 2007 Contract Amount Type of Work Date Completed C-23 U CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGEMENT State of California County of Riverside On June 16.2008 personally appeared before me, Tiffany M. Rose, Notary Public ,I Daniel J. Deming , proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. TIFFANY M. ROSE Commission # 1773328 Notary Public - Ca114otn1® .® Riverside County MyComm.EXPk05Od18,201 t Description of Attached Document: WITNESS my hand and official seal. Title or Type of Document Project Bid Schedule Document Date: June 11, 2008 Number of Pages: 23 Signer(s) Other Than Named Above: thumb here SIGNER IS REPRESENTING: CAPACITY CLAIMED BY SIGNER(S) INDIVIDUAL ® CORPORATE OFFICER AND TITLE: Daniel J. Deming, Executive Vice President Partner(s) Limited General ATTORNEY -IN -FACT TRUSTEE(S) 1-1 GUARDIAN/CONSERVATOR OTHER: Ken Thompson, Inc. t Safew Insurance Companies PO Box 34526 Seattle. WA 98124-1526 BID BOND KNOW ALL BY THESE PRESENTS, That we, KEN THOMPSON INC. of 1786 SAMPSON AVENUE, CORONA, CA 92879 (hereinafter called the Principal), as Principal, and SAFECO INSURANCE COMPANY OF AMERICA (hereinafter called the Surety), as Surety are held and firmly bound unto City of Huntington Beach (hereinafter called the Obligee) in the penal sum of 10%of Bid Amount--------------------------------------- -------------------------------------------------------- --- Dollars($ 10%of Bid Amount ) 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 to the Obligee on a contract for Water Main Replacement Project, Indianapolis Avenue j and Beach Boulevard Intersection. NOW, THEREFORE, 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 force and effect. � Signed and seated this 27th day of May 2008 i KEN THOMPSON, INC. (Seal) Principal Witness /(,(, Executive V' a President Title SAFECO WSURANCE COMPANY OF AMERICA Witness B Charise May II Y Attotne -in--Fact SEAL 19 epr� t S-W53/SA 10/99 Safeco and the Safeco logo are registered trademarks of Safeco Corporation FRP CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Orange On May 27, 2008 before me, Erika A. Nicholas , Notary Personally appeared Charise May rEMCA A. ' COMM. # 1 SUMS NOTARY PUBLIC CAUFORNA ORANGE COUNTY My OMM $ March 12, 2000 Capacity(ies) Claimed by Signer(s) ❑ Individual ❑ Partner ❑ Limited ❑ General ❑ Trustee ❑ Guardian of Conservator ® Attorney -in -Fact ❑ Other Signer is Representing: 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/twey 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 PURJURY under the laws of The State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. SignatureSignature of of Notary Public OPTIONAL SAFECO INSURANCE COMPANY OF AMERICA POWER fb OF ATTORNEY KNOW ALL BY THESE PRESENTS: No. 9223 Safeco Insurance Companies PO Box 34526 Seattle, WA 98124-1526 That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint *************DENISE BENNETT; JUDITH K. CUNNINGHAM; JOHN M. GARRETT, CHARISE MAY; STEVEN C. MOSIER; ERIKA A. NICHOLAS; SANDI RICARD; Irvine, California********************************************************** 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 18th day of ' January 2006 ApAa., 16�414e� ke��� STEPHANIE DALEY-WATSON SECRETARY MIKE PETERS PRESIDENT SURETY 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-attomey 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, Stephanie Daley -Watson , Secretaryof 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 27TH day of CORP(iRATE SEAL 5 SEAL z ar l953 Ig23 STEPHANIE DALEY-WATSON, SECRETARY Safecoe and the Safeco logo are registered trademarks of Safeco Corporation. S-0974/DS 4/05 WEB PDF CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGEMENT State of California County of Riverside On June 16, 2008 before me, Tiffany M. Rose, Notary Public personally appeared Daniel J. Deming 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. Description of Attached Document: Title or Type of Document Bid Bond Document Date: May 27, 2008 Number of Pages: Signer(s) Other Than Named Above: CAPACTTY CLAIMED BY SIGNER(S) here SIGNER IS REPRESENTING: ❑ INDIVIDUAL ❑X CORPORATE OFFICER AND TITLE: Daniel J. Deming. Executive Vice President Partner(s) Limited General ATTORNEY -IN -FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER: Ken Thomnson, Inc. 7 7 20H JUNI 13 PH 1: 24 City of Huntington Beach 2000 Main Street Huntington Beach, Ca 92648 Scaled Proposal for Water Main Replacement, Various Locations DO NOT OPEN WITH REGULAR MAIL pity of Huntington Beach 2000 Main Street • Huntington Beach, CA 92648 OFFICE OF THE CITY CLERK JOAN L. FLYNN CITY CLERK August 21, 2008 Ken Thompson, Inc. 1785 Sampson Ave. Corona, CA 92879 To Whom It May Concern: Re: Watermain Replacement Project — CC-1331 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 proiect 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. Sincerely, an L. Flynn, CM ity Clerk JF:pe Enclosures: Copy of Contract including Proposal Copies of insurance/bonds Contractor's Certificate Certificate of Compliances Bid Bond (original) Sister Citigfoftnj , apan yeas' a taVereo New Zealand 1 Telephone: 714-536-5227 ) 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: 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 , California. (Type Contractor Name) By: Name: [Type Name] Title: [Type Title] -ru-s o3-a6 -(5-(,p 247542-I 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: 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 , 20`1 at , California. (Type Contractor Name) By: Name: [Type Name] Title: [Type Title] E ]NIF R t7 is '()RNEX jz_� 3.-t)6.o� 245911 1 CONTRACTOR'S CERTIFICATE 1, , state and certify that: (Name of Declarant) 1. 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 on this day of , 20 (Signature of Declarant) APPROVED AS TO FORM By: - s/1-7/a 11J 3 Zo o(� Name: [Type Name] Title: [Type Title] 245914 1 RECEIVED BY: (Name) TO: ZSh Freidenrich, City Treasurer FROM: _ (/� CLzx� DATE: �1 SUBJECT: Bond Acceptance I have received the bonds for 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. �� 31 MSC No. ►' wwww (Company Name) e 7-7 ♦ram /I Approved / Ar (o ncil Approval Date) Agenda Item No. City Clerk Vault No. Q CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office after signingidating #27 g1followup/bondletter.doc Bond No.6418897 PREMIUM: $12,059.00 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 KEN THOMPSON, INC. 1785 SAMPSON AVENUE, CORONA, CA 92879 (name and address of contractor) (hereinafter referred to as "Principal'), for performance of the work described as follows: WATERMAIN REPLACEMENT PROJECT CASH CONTRACT 1331 (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 120 VANTIS ALISO VIEJQ CA 92656 (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 TWO HUNDRED EIGHTY EIGHT THOUSAN12 , SIX HUNDRED gF.VF.NTY FTVF AND NO/10---------------------------------------------- ---------------- Dollars ($1, 288 , 675.00 --),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 ail 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 Pagel of 2 Bond No. 6418897 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: JULY 29, 2008 ATTEST KEN THOMPSON. INC. (Corporate Seal) (Principal Name) A -A O ,u i M WTI-Mi] ATTEST SAFECO INSURANCE COMPANY OF AMERICA (Corporate Seal) (Surety Name) By: Name: VJUDITH K, CUNNINGHAM (Signature of Attomey-in-Fact for Surety) (Attach Attorney -in -Fact Certificate) (949) 559-6700 (Area Code & Telephone Number of Surety) APPROVED AS TO FORM: CITY 0 UNTINGTON BEACH s c By' enniferMc ath itytto11 S166 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 attorney -in -fact must be attached. 271591.1 PERFORMANCE BOND Page 2 of 2 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Orange On July 29, 2008 before me, Charise Maw , Notary Personally appeared Judith K. Cunningham Who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Way subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/flieir 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. CHARISE MAY It COMM. # 1695075 * I certifyunder PENALTY OF PURJURY under the laws of NOTARY PUBLIC CALIFORNIA o ORANGE COUNTY N The State of California that the foregoing paragraph is true My Comm. expires Oct.18, 2010 and correct. WITNESS my hpd an4 official seal. Si of Notard Public OPTIONAL Capacity(ies) Claimed by Signer(s) ❑ Individual ❑ Corporated Officer _ Title(s) ❑ Partner ❑ Limited ❑ General ® Attorney -in -Fact ❑ Trustee ❑ Guardian of Conservator ❑ Other Signer is Representing: SAFECO INSURANCE COMPANY OF AMERICA POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS: No. 9223 Safeco Insurance Companies PO Box 34526 Seattle, WA 98124-1526 That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint *************DENISE BENNETT; JUDITH K. CUNNINGHAM; JOHN M. GARRETT; CHARISE MAY; STEVEN C. MOSIER; ERIKA A. NICHOLAS; SANDI RICARD; Irvine, California********************************************************** its true and lawful attomey(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 18th January 2006 day of Aoo,� rcl/AZ5r_ _STEPHANIE DALEY-WATSON.SECRETARY MIKE PETERS. PRESIDENT. SURETY 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, Stephanie Daley -Watson 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 29TH day of TIJLY I 9nns CE COMP comm � 7 SEAL SEAL. f � x sr 1953 `.� ts23 � AlF.1 �ASM s (/��aW s STEPHANIE DALEY-WATSON, SECRETARY SafecoCE) and the Safeco logo are registered trademarks of Safeco Corporation. S-0974/13S 4/05 WEB PDF CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGEMENT State of California County of Riverside On July 30, 2008 before me, Tiffany M. Rose, Notary Public personally appeared Kenneth D. Thompson , 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. Description of Attached Document: Title or Type of Document WITNESS my hand and official seal. Performance Bond Document Date: July 29, 2008 Number of Pages: 2 Signer(s) Other Than Named Above: Judith K. Cunningham I CAPACITY CLAIMED BY SIGNERS) INDIVIDUAL CORPORATE OFFICER AND TITLE: Kenneth D. Thompson, President Partner(s) Limited General ATTORNEY -IN -FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER: SIGNER IS REPRESENTING: Ken Thompson, Inc. Bond No. hi4tggn7 PREMIUM IS INCLUDED IN PAYMENT BOND THE PERFORMANCE BOND (LABOR AND MATERIALS) KNOW ALL PERSONS BY THESE PRESENTS that: WHEREAS, the City of Huntington Beach (hereinafter referred to as "City") has awarded to KEN THOMPSON, INC. 1785 SAMPSON AVENUE. CORONA, CA 92879 (name and address of Contractor) (hereinafter referred to as "Principal"), a contract ("Contract") for the work described as follows: WATERMAIN REPLACEMENT PROJECT CASH CONTRACT 1331 (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, 120 VANTIS, ALISO VIEJO, CA 92656 (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 TWO HUNDRED EIGHTY EIGHT THOUSAND SIX HUNDRED SEVENTY FIVE AND NO/100 ------------------ dollars, ($ 1,288,675.00 ), 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 1816 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, 279589 1 PAYMENT BOND Page 1 of 2 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: JULY 29, 2008 ATTEST (Corporate Seal) ATTEST (Corporate Seal) (Attach Attorney -in -Fact Certificate) (Principal Name) - = d R t� l ►�1 � � ; � SAFECO INSURANCE COMPANY OF AMERICA (Surety Name) By. Name: JITT)TTH K. CTTNNTNGHA (Signature of Attorney -in -Fact for Surety) (242) 52-67QO (Area Code & Telephone Number of Surety) APPROVED AS TO FORM: CITY OF HUNTINGTON BEACH M,- By1 ennifer Mc rath ity Attorney S�t/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 attomey-in-fact must be attached 2775991 PAYMENT BOND Page 2 of 2 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Orange_ On July 29, 2008 before me, Charise May , Notary Personally appeared Judith K. Cunningham Who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/arm subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/d*k authorized capacity(ies), and that by his/her/them signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. CHARISE MAY COMM. # 1695075 ,-AUFOR I certifyunder PENALTY OF PURJURY under the laws of OTARY PUBLIC ^AUFORNIA v ORANGE COUNTY ^' The State of California that the foregoing paragraph is true QMNV Comm. expires Oct.1a, 2oto t and correct. WITNESS my and d official seal. Signatur S' afore of Notq Public OPTIONAL Capacity(ies) Claimed by Signer(s) ❑ Individual ❑ Corporated Officer _ Title(s) ❑ Partner ❑ Limited ❑ General ® Attorney -in -Fact ❑ Trustee ❑ Guardian of Conservator ❑ Other Signer is Representing: SAFECO INSURANCE COMPANY OF AMERICA POWER Ob OF ATTORNEY KNOW ALL BY THESE PRESENTS: No. 9223 Safeco Insurance Companies PO Box 34526 Seattle, WA 98124-1526 That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint *************DENISE BENNETT; JUDITH K. CUNNINGHAM; JOHN M. GARRETT; CHARISE MAY; STEVEN C. MOSIER; ERIKA A. NICHOLAS; SANDI RICARD; Irvine, its true and lawful attorney(syin-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 18th day of January 1 2006 STEPHANIE DALEY-WATSON SECRETARY MIKE PETERS PRESIDENT SURETY 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 00 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, Stephanie Daley -Watson , 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, 1 have hereunto set my hand and affixed the facsimile seal of said corporation this F Cr—,,q PO FY�\ SEAL `a'r 1953 S-0974/DS 4/05 29TH day of JULY , 2008 TWA,, EAJ )L X U I9, 2s A>= STEPHANIE DALEY-WATSON, SECRETARY Safeco® and the Safeco logo are registered trademarks of Safeco Corporation. WEB PDF CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGEMENT State of California County of Riverside On July 30, 2008 before me, Tiffany M. Rose, Notary Public personally appeared Kenneth D. Thompson 11 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. Description of Attached Document: Title or Type of Document Payment Bond Document Date: July 29, 2008 Number of Pages: 2 Signer(s) Other Than Named Above: Judith K. Cunningham Top of thumb here CAPACITY CLAIMED BY SIGNERS) INDIVIDUAL ® CORPORATE OFFICER AND TITLE: Kenneth D. Thompson, President Partner(s) Limited General ATTORNEY -IN -FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER: SIGNER IS REPRESENTING: Ken 'Thompson, Inc. 3545543 ACORD CERTIFICATE OF LIABILITY INSURANCE NCE DATE(MM/DDIYYYY) 7/29/2008 PRODUCER Garrett/Mosier/Griffith/Sistrunk Ins. Services 12 Truman THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Irvine, CA 92620 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # (949)559-6700 W W W.ggarrett-mosier.com OB84519 INSURED Ken Thompson, Inc. INSURER A: Old Republic General Insurance Corp. INSURER B: INSURER C: 1785 Sampson Avenue INSURER D: Corona, CA 92879 INSURER E: COVERAGES 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]ADD'L LTR INSRO TYPE OF INSURANCE POLICYNUMBER POLICYEFFECTIVE DATE MMIDD POLICY EXPIRATION DATE MM DD LIMITS A GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 COMMERCIAL GENERAL LIABILITY Al CG89970800 2/13/2008 2/13/2009 DAMAGE TO RENTE PREMISES Ea occu ence $ 300,000 CLAIMS MADE [,/] OCCUR MED EXP (Any one person) $ 10,000 PERSONAL &ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 POLICY `/ PRO- LOC JFCT A AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ ANY AUTO Al CA89970800 2/13/2008 2/13/2009 (Ea accident) 1,000,000 BODILY INJURY $ ALL OWNED AUTOS SCHEDULEDAUTOS (Per person) BODILY INJURY $ HIRED AUTOS NON -OWNED AUTOS APP VED A TO F (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY tiLtumqr�AUTO ONLY - EA ACCIDENT $ OTHER THAN EAACC $ ANYAUTO $ AUTO ONLY: AGG EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ $ DEDUCTIBLE $ RETENTION $ A WORKERS COMPENSATION AND WC STATU- OTH- TORY LIMIT ER E.L. EACH ACCIDENT $ 1,000,000 EMPLOYERS' LIABILITY Al CW89970800 6/30/2008 6/30/2009 ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. DISEASE - EA EMPLOYEE $ 1,000,000 OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 OTHER DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS RE: Watermain Replacement Project - Cash Contract 1331 This certificate may be relied upon only if the description of operations attachment referred to herein is attached here CERTIFICATE HOLDER CANCELLATION Watermain Replacement Project - Cash Contract 1331 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Huntington Beach DATE THEREOF, THE ISSUING INSURER WILL (ro MAIL 30 * DAYS WRITTEN Attn: Contract Administrator NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, P.O. Box 190 2000 Main Street917Q91�ffx * 10 Days for Non -Payment of Premium Huntington Beach CA 92648 AUTHORIZED REPRESENTAtIVE John Garrett ACORD 25 (2001/08) © ACORD CORPORATION 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 (2001108) CERTIFICATE ADDENDUt1 NAMED INSURED CERTIFICATE O 7 /29� HOLDER 7 2008 Ken Thompson, Inc. City of Huntington Beach Attn: Contract Administrator P.O. Box 190 2000 Main Street Huntington Beach CA 92648 RE: Watermain Replacement Project - Cash Contract 1331 City of Huntington Beach, its officers, elected or appointed officials, employees, agents, and volunteers are added as Additional Insured per CG20100704 and CG20370704 and this insurance is primary per CGENGN00290906 attached, with respect to work performed for them by Ken Thompson, Inc. under General Liability coverage. As respects Automobile Liability coverage, City of Huntington Beach, its officers, elected or appointed officials, employees, agents, and volunteers are added as Additional Insured, per CAENGN00200906 attached. As respects Workers' Compensation coverage, a Waiver of Subrogation is hereby included, per WC9903150906 attached. Created at www eCertsONLINE com IV-AD2 (2002) s , Ken Thompson, Inc. POLICY NUMBER: AlCG89970800 COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 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 Organ izations : Locations Of Covered Operations WHERE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B include 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" or "personal and 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. 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 after: 1. All work, including materials, parts or equip- ment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; 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 subcontractor en- gaged in performing operations for a principal as a part of the same project. CG 20 10 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 0 POLICY NVMB%R: A1CG89970800 en ompson, Inc. COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 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 Or anization s : Location And Description Of Completed Operations Where required by written contract, but only when coverages for Completed Operations is specifically required by that contract. Information required to complete this Schedule, if not shown above will be shown in the Declarations. Section II — Who Is An Insured is amended to in- at the location designated and described in the clude as an additional insured the person(s) or or- schedule of this endorsement performed for that ad- ganization(s) shown in the Schedule, but only with ditional insured and included in the "products-com- respect to liability for "bodily injury" or "property pleted operations hazard". damage" caused, in whole or in part, by "your work" CG 20 37 07 04 Copyright, ISO Properties, Inc., 2004 Page 1 of 1 UNIFORM CHANGES ADDITIONAL. INSURED PRIMARY WORDING SCHEDULE THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Neme of Additional Insured Person(s) Or Organbtatlorw(s): As required by written contract Location(*) of Covered Operations Information required to complete this Schedule, if not shown above, will be shown In the Declarations. The insurance provided by this endorsement is Primary insurance and we will not seek contribution from any other insurance of a like kind available to the person or organization shown in the schedule above unless the other insurance is provided by a contractor other than the person or organization shown in the schedule above for the same operation and job location. If so, we will share with that other insurance by the method described in paragraph 4.c. of Section IV - Commercial General Liability Conditions. All other terms and conditions remain unchanged. Named Insured Ken Thompson, Inc. Policy Plumber Al CG89970800 Endorsement No. Policy Period 2/13/2008 to Endorsement Effective Date: 2/13/2009 Producer's Name: Producer Number: Y AUTHORIZED REPRESENTATIVE CG EN GN 0029 09 06 7/29/2008 DATE I ADDITIONAL INSURANCE WHERE REQUIRED UNDER CONTRACT OR AGREEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: BUSINESS AUTO COVERAGE FORM The following is added to Section It — Liability Coverage, A. — Coverage, 1. Who Is An Insured: d. Any person or organization to whom you become obligated to include as an additional Insured under this policy, as a result of any contract or agreement you enter into which required you to furnish insurance to that person or organization of the type provided by this policy, but only with respect to liability arising out of your operations or premises owned by or rented to you. However, the insurance provided will not exceed the lessor of: 1. The coverage or Omits of this policy, or 2. The coverage or limits required by said contract or agreement. Named Insured Ken Thompson, Inc. Policy Number Al CA89970800 Endorsement No. Policy Period 2/13/2008 to Endorsement Effective Date: 2/13/20 9 Producer's Name: i Producer Number: AUTHORIZED REPRESENTATIVE CA EN GN 0020 09 06 7/29/2008 DATE OLD REPUBLIC GENERAL INSURANCE CORPORATION WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named In the Schedule. This agreement applies only to the extent that you perform work under s written contract that requires you to obtain this agreement from us. This agreement shelf not operate directly or indirectly to benefit anyone not named In the Schedule. Schedule WHEN REQUIRED BY WRITTEN CONTRACT. The premium charge for this endorsement is $0.00 Named Insured Ken Thompson, Inc. Policy Number Al CW89970800 Endorsement No. 001 Policy Period 6/30/2008 to Endorsement Effective Date:(3/30/2009 6/30/2008 Producer's Name: Producer Number: AUTHORIZED REPRESENTATIVE DATE WC 99 03 15 (09/06) r Council/Agency Meeting Held: & Deferred/Continued to: W446�� )" roved ❑ d'tion II A rov d ❑ Denied Ci Cle 's Sig ure —D Council Meeting Date: 7/21/2008 Department ID Number: PW 08-45 CITY OF HUNTINGTON BEACH REQUEST FOR CITY COUNCIL ACTION SUBMITTED TO: HONORABLE MAYOR AND CITY COUNCIL MEMB (, SUBMITTED BY: PAUL EMERY, INTERIM CITY ADMINISTRATOR / ipREPARED BY: TRAVIS K. HOPKINS, PE, DIRECTOR OF BUJ LIC WO 9- SUBJECT: Award Water Main Replacement Project, Various Locations Along Beach Boulevard, CC-1331 Statement of Issue, Funding Source, Recommended Action, Alternative Action(s), Analysis, Environmental Status, Attachment(s) Statement of Issue: On June 17, 2008, bids were opened for the Water Main Replacement Project, Various Locations Along Beach Boulevard, CC-1331. Staff requests that City Council award the contract to Ken Thompson Inc., the lowest responsive and responsible bidder. Funding Source: Funds are available in the Water Master Plan, Water Main Replacements, Water Improvements, Account No. 50791006.82100. The engineer's estimate for this project was $2 million. Recommended Action: Motion to: 1. Approve the project plans and specifications for Water Main Replacement Project, Various Locations Along Beach Boulevard, CC-1331; 2. Accept the lowest responsive and responsible bid submitted by Ken Thompson Inc., in the amount of $1,288,675.00; 3. Authorize the Mayor and City Clerk to execute a construction contract in a form approved by the City Attorney; and 4. 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 an alternative direction. REQUEST FOR CITY COUNCIL ACTION MEETING DATE: 7/21/2008 DEPARTMENT ID NUMBER: PW 08-45 Analysis: The water main replacement project addresses deficiencies in the water distribution system including replacing old pipe, completing connections along Beach Boulevard, and abandoning aged pipe in the Beach Boulevard right-of-way. The purpose of the project is to increase the efficiency and the reliability of the water distribution system. The project will install or replace approximately 4,500 lineal feet of 8-inch and 12-inch diameter pipeline. Bids were opened publicly on June 17, 2008, and are listed in ascending order: Bidding Contractor Bid Amount Corrected Bid Amount Ken Thompson, Inc. $1,288,675.00 BNB Engineering Inc. $1,398,845.00 BRH - Garver West, Inc. $1,498,850.00 $1,474,850.00 West Valley Construction, Inc. $1,544,680.00 J. A. Salazar Construction & Supply Corp. $1,597,535.00 $1,597,375.00 Southern California Pipeline Construction, Inc. $1,598,154.00 $1,598,244.00 Herman Weissker Inc. $1,774,278.44 Majich Bros., Inc. $1,883,680.00 Steve Bubalo Construction $2,016,789.00 $2,011,789.00 J. DeSigio Construction $2,166,100.00 Cedro Construction $2,192,389.00 Lone Rock $2,237,605.00 Williams Pipeline Contractors, Inc. $2,695,970.00 Bid amounts were verified. The reference check for Ken Thompson Inc. provided acceptable responses from past clients. The engineer's cost estimate for this contract was $2 million; however, the bid result was approximately $711,300 under estimate. Declining work opportunities for contractors could be responsible for favorable competitive bids. With contingency and supplemental expenses, the full project cost is estimated to be $1,611,000. A fifteen percent construction contingency is requested, anticipating the potential for unforeseen site conditions, such as external corrosion on existing pipelines or undocumented conflict with other utilities. In addition to construction contract costs, the project will require supplemental services such as soils and materials testing by outside firms. City staff will provide construction management and additional engineering support. This project is a re -bid of project CC-1238, Various Locations Along Beach Boulevard. On August 6, 2007, CC-1238 was awarded to Accord Engineering Inc., in the amount of $1,931,885. Ultimately, the construction contract for CC-1238 was canceled due to a lack of progress in completing contract milestones. Work to restore connections and paving was completed by Williams Pipeline Constructors, who was under contract for a separate water main project. In consultation with the City Attorney, this was determined to be the most cost -2- 7/2/2008 5:09 PM REQUEST FOR CITY COUNCIL. ACTION MEETING DATE: 7/21/2008 DEPARTMENT ID NUMBER: PW 08-45 and time effective solution to minimize disruption to the neighborhood. Approximately $606,000 was expended for CC-1238. This amount, combined with the recommended award, totals approximately the same cost as the original contract. Public Works Commission Action: The Public Works Commission reviewed and approved CC-1238 on April 19, 2006, with a vote of 6-0-1. (Commissioner Scheid was absent) Strategic Plan Goal: 1-1 Improve the City's plan for funding and completing infrastructure needs, and develop strategies for resolving crucial infrastructure problems to preserve the physical foundation of the community and enable the community's value to grow. Environmental Status: This project consists of rehabilitating an existing, City owned water main involving no expansion of capacity. The project is, therefore, Categorically Exempt pursuant to Class 2, Section 15302(c) of CEQA. Attachment(s): -,3- 7/2/2008 5:08 PM I ATTACHMENT #1 _ _ _ _ _. _ v - 77 -3 > - - - _ - _ � y 1 - _... .... �_.. _ \ \ m __Delaware __ vv l t - O - 4 v 1 inch equals 1,200 feet PROJECT LOCATIONS Various Locations and Along Beach Boulevard, CC1331 LTKQ I► N] UVA ►AGE A 1111111,�I - INITIATING DEPARTMENT: Public Works SUBJECT: Award Water Main Replacement Project, Various Locations and Along Beach Boulevard, CC1331 COUNCIL MEETING DATE: July 21, 2008 RCAATTACHMENTS STATUS Ordinance (w/exhibits & legislative draft if applicable) Attached ❑ Not Applicable Resolution (w/exhibits & legislative draft if applicable) Attached ❑ Not Applicable Tract Map, Location Map and/or other Exhibits Attached Not Applicable ❑ Contract/Agreement (w/exhibits if applicable) Attached ❑ (Signed in full by the City Attorney) Not Applicable Subleases, Third Party Agreements, etc. Attached ❑ (Approved as to form by City Attorney) Not Applicable Certificates of Insurance (Approved by the City Attorney) Attached ❑ Not Applicable Fiscal Impact Statement (Unbudgeted, over $5,000) Attached ❑ Not Applicable Bonds (If applicable) El Notached t Applicable Staff Report (If applicable) Attached ❑ Not Applicable Commission, Board or Committee Report (If applicable) Attached - ❑ Not Applicable Findings/Conditions for Approval and/or Denial Attached ❑ Not Applicable :. %• i i rem, i a minting RCA Author: A. Ferrigno:jg City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For Annual Water plain Replacement Various Locations and Along Beach Boulevard, CC1331 June 6, 2008 Notice to All Bidders: Please note the following revision to the project, Specifications. - The following shall be deleted from the Specifications, Section C, page C-11: Project Bid Schedule H, Item No. 4., shall be deleted. 4. Install 24-inch steel casing in Clay Avenue across Beach Boulevard, with receiving pit and jacking pit 96 LF $ $ The following shall be added to Specifications, Section C, page C-11: Project Bid Schedule H, Item No. 4., shall be added as follows: 4. Not Used NA NA NA NA Bid Proposals hand marked as shown herein will be accepted by the City. The following shall be amended from the Specifications, page is Shall be changed to: BIDS DUE: June 10, 2008, 2:00 PM, 2ND FLOOR BIDS DUE: June 12, 2008, 2:00 PM, 2ND FLOOR -1 The following shall be amended from the Specifications, page A-1, paragraph 1: 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:OOPM, on June 10, 2008. Bids will be publicly open in the Council Chambers unless otherwise posted. Shall be changed to: 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:OOPM, on June 12, 2008. Bids will be publicly open in the Council Chambers unless otherwise posted. This modification does not change the Engineer's Estimate for this project. This is to acknowledge receipt and review of Addendum Number one, dated June 6, 2008. Company Name Date By All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Andrew Ferrigno at (714)536-5291. -2 SECTION A NOTICE INVITING SEALED BIDS for the Construction of Watermain Replacement Project, Indianapolis Avenue and Beach Boulevard Intersection Watermain Replacement Project, Beach Boulevard, from Indianapolis Avenue to 170 feet North of Joliet Avenue Watermain Replacement Project, Joliet Avenue, from Georgia Street to Beach Boulevard Watermain Replacement Project, Utica Avenue, from Florida Street to Beach Boulevard Watermain Replacement Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue Watermain Removal Project, Beach Boulevard, from Clay Avenue to Garfield Avenue Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard Watermain Replacement Project, Main Street, from Florida Street to Beach Boulevard CASH CONTRACT NO. 1331 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:OOPM, on June 10, 2008. 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 $75.00 nonrefundable fee if picked up, or payment of a $85.00 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 -1 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 Contractor and his subcontractors will be required to possess business licenses from the AGENCY. Project Description: The work generally includes the construction of approximately 4,600 lineal feet of 12-inch, and 8-inch buried pipe along Beach Boulevard and nearby local streets and alleys in the City of Huntington Beach. The contract allows the contractor a period of time to successfully procure materials required to construct this project, with 200 working days for construction to complete the contract. The Engineer's preliminary estimate is $2-millon. 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 PUBLIC WORKS COMMISSION of the CITY OF HUNTINGTON BEACH, CALIFORNIA, this May 8, 2008. Attest: /s/ Joan L. Flynn CITY CLERK OF THE CITY OF HUNTINGTON BEACH -2 A y � - l�H�ii CITX OF HUNTINGTON BEACH 2000 Main Street P.O. Box 1 90 Huntington Beach, CA 92648 LETTER OF TRANSMITTAL Attention: Joan Flynn Fax (714) 374-1573 Date: May 5, 2008 To: City Clerk's Office Project/C.C. No.: CC1331 2000 Main Street Regarding CC1331: Project Various Locations and Alonq Beach Blvd. Huntington Beach, CA 92648 ❑ We are sending you: ❑ By Mail ❑ By Fax Mail(Number of pages including this sheet:) ® We are hand delivering: ❑ Attached ❑ Under a separate cover via the following items: ❑ Shop drawings ❑ Prints ❑ Plans ❑ Samples ❑ Specifications ❑ Copy of letter ❑ Change Order ® Other: Notice Inviting Sealed Bids Item # Copies I Pages J Description 1 1 2 Notice Inviting Sealed Bids 2 3 4 5 These are transmitted as checked below: ❑ 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: On April 19, 2006, the Public Works Commission authorized the advertisement of the 2007/08 Annual Water Main Replacement Project CC1238. CC1238 was canceled and is now being re -advertised under CC1331. Please find attached the Notice Inviting Bids for this project. Please contact me at extension 5291 with any questions you may have. '�--j ty 5 /is, � 2 2. c: file By: Andrew Ferrigno P.E. Associate Engineer CADocumENTS AND SETnNGS\ESPARZAP\LOCAL SETTINGS\TEMPORARY INTERNET FILES\OLKI 5B\CC1331 TRANSMITAL TO CLERK 050508.DOC F . CITY OF HUNTINGTON BEACH 2000 Main Street P.O. Box 1 90 Huntington Beach, CA 92648 LETTER OF TRANSMITTAL Attention: Joan Flynn Fax (714) 374-1573 Date: May 5, 2008 To: City Clerk's Office Project/C.C. No.: CC1331 2000 Main Street Regarding CC1331: Project Various Locations and Alonq Beach Blvd. Huntington Beach, CA 92648 ❑ We are sending you: ❑ By Mail ❑ By Fax Mail(Number of pages including this sheet:) ® We are hand delivering: ❑ Attached ❑ Under a separate cover via the following items: ❑ Shop drawings ❑ Prints ❑ Plans ❑ Samples ❑ Specifications ❑ Copy of letter ❑ Change Order ® Other: Notice Inviting Sealed Bids Item # Copies Pages :Description.',_:' 1 1 2 Notice Inviting Sealed Bids 2 3 4 5 These are transmitted as checked below: ❑ 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: On April 19, 2006, the Public Works Commission authorized the advertisement of the 2007/08 Annual Water Main Replacement Project CC1238. CC1238 was canceled and is now being re -advertised under CC1331. Please find attached the NotirgInviting Bids for this project. Please contact me at extension 5291 with any questions you njay have. c: file By: Andrew Ferrigno P.E. Senior Civil j2igineer GAENGINEERING DIVISION\FERRIGNO\CC1331 \BID PROJECT\CC1331 TRANSMITAL To CLERK 050508.DOC 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, State of California, under date of Aug. 24, 1994, case A50479. �41 R.U�MIf ° STATE OF CALIFORN41A ) )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): May 8, 15, 22, 2008 I declare, under penalty of perjury, that the foregoing is true and correct. Executed on May 22, 2008 at Huntington Beach, California Signatur SECTION A NOTICE INVITING SEALED BIDS for the Construction of Watermain. Replacement Pro�ect; Indianapolis Avenue and Beach Bou evard Intersection Wutermain Replacement Project, - Beach Boulevard, from Indjanapolis Avenue to 170 'feetNorth of Joliet Avenue Watermain Replacement Project,. Joliet Avenue, from Georgia Street To Beach Boulevard Watermain Replacement Project, Utica Avenue, from Florida Street to Beach . Boulevard Watermain Replacement Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue. Watermain Removal Pro'ecT, Beach j. goulevard, from Clay. Avenue To Garfield Avenue Watermain Replacement Project, Clay Avenue, from Florida ".Street to, Beach Boulevard Watermain Replacement Projeci„ Main Street, from Florida Street to Beach Boulevard CASH CONTRACT NO. 1331 in the . CITY OF HUNTINGTON BEACH - If , PUBLIC NOTICE lS HEREBY GIVEN that the CITY I OF HUNTINGTON' BEACH, as AGENCY, invites sealed bids foiAhe above stated projects and will receive such bids, in' the office of the City _ Clerk, Second Floor; 2000 Main Street, Huntington Beach, Califor ma 92648, up to the hour of 2:OOPM, on June 10„ 2008. Bills will 'be: publicly open in the Council :'Chambers unless otherwise,posted. 1' 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 $75.00 nonrefundable fee, if picked up, or payment of a $85.00. 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 j 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 Ind ustrial.Relations of the State of California, which are on file-'at,the Office,oUthe Director of Public Works, 2000 Main Street, Huntington" Beach, CA 92648. . The AGENCY will deducts a 10% retention from . all progress payments. The Contractor may substi- tute'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'anyinterest thereon, ' he "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 ad amount no less than 10 0 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 Contractor and his subcontractors will be required -.to possess business licensesfrom the AGENCY. Project' Description: The work generally includes ,the. construction of approximately 4,600 lineal feet of 12-inch, and 8-inch buried "pipe along Beach Boulevard and nearby local. streets; and alleys in the City of Huntington Beach. The contract allows the contractor a period of time to successfully "procure materials required to construct this project, with 200 working days for construction" to complete the contract. The Engineer's preliminary estimate is $2-millon., 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 PUBLIC WORKS COMMISSION of the CITY OF,HUNTINGTON BEACH, CALIFORNIA, this May 8,' 2008. i Attest: /s/ Joan L.'Flynn ' 'CITY CLERK OF- THE: CITY OF`HUNTINGTON BEACH Published Huntington Beach Independent May 8, 15.22,2008 052-646'i 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, State of California, under date of Aug. 24, 1994, case A50479. �.. SECTION A PROOF OF NOTICE INVITING SEALED BIDS . for the' Construction of Watermain Replacement �Ivl 1 �rIJ��A����®� Avenue and Beach Prol'e�t;• 'lo Intersection Boule`vard Intersection Watermain Replacement Project, ; Beach Boulevard, ,from Indianapolis Avenue ;to 170 feet North of Joliet Avenue Watermain Replacement Project, Joliet Avenue, from , Georgia. Street To. Beach . Boulevard a g �7Y STATE Off' CALIFORNIA ) from Fair Replaeement Project; Utica Avenue, ,from Florida Street •to Beach Boulevard Watermain Replacement Project, Beach , Boulevard," from Utica Avenue to Yorktown SS. Avenue Watermain Removal. Project, Beach' Boulevard,, from Clay,Avenue.to Gar�ield Avenue j�T OF ■ COUNTY OFj ORANGE G ) Watermain Replacement eea .Clay Avenue, • from Florida Street to _, Beach Boulevard o , Watermain Replacement Project, Main Street, from Florida Street to Beach Boulevard , .., am the Citizen of the United States and a CONTRACT NO. 1331 CASH Cinthe resident of the County aforesaid; I am over CITY OF HUNTINGTON BEACH ;, . PUBLIC NOTICE IS HEREBY GIVEN that the CITY the age of eighteen years, and not a party OF HUNTINGTON BEACH, as AGENCY, invites, sealed bids for the above stated projects. and_ will receive to or interested in the below entitled matter. such bids `in"'the. office -of'the City Cleek;-Second Floor, 2000Street, Huntington Beach, Cahfor-: am a principal clerk of the HUNTINGTON ,Main nia 92648; up to the hour of 2:OOPM, on ,June 10, 2008. Bids will .bey publicly_ open in the Council BEACH INDEPENDENT, a newspaper of Chambersunless otherwise posted; Copies of the Plans, Specifications, and contract general circulation, printed and published in documents are available -from the Office =of the Directdr 'of Public ,'Works, ,2000 :Main ,Street,• the City of Huntington Beach, County of Huntington Beach,,,CA 92648, upon payment of a y75.00 nonrefundable fee if picked up, or -payment Orange, State of California, and the of :a $85.00nonrefundable fee if mailed. via U.S. Postal service, FedEx; UPS or any -other delivery attached Notice is a true and complete copy service. ' Any contract entered into. pursuant, to this notice as was printed and published on the will 'incorporate the. provisions 'of the State, Labor Code. Pursuant,to the provisions of th'e,Labor Code following date(s). ,, 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,'t Huntington Beach, CA 92648.' - The•'AGENCY will' deduct a 10% retention from all progress payrgents. The Contractor ,may substi- tute .an escrow holder 'surety of,equal value to the retention in accordance with the provisions of the May 8, 15, 22, 2008 California , Government Code, Section ;4590. The Contractor shall be beneficial owner of the surety , and shall'receiv.e any interest thereon.. he AGENCY ; hereby: affirmatively ensures that minority- .bus iness' enterprises will be afforded full opportunity to submit bids in response to this notice and will not,be'discriminated against owthe 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 declare, under penalty of perjury, that the with the Instructions to Bidders. .,The bid • must be'accompanied by: a"certified check, cashier's check,. or kidder's bond made foregoing is true and correct. 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 Ahe.time. of, ` bid opening. The successful 'Con and his Executed on May 22, 2008 ssessr .subcontractors will be required to possess business su ' at Huntington Beach, California licenses from the AGENCY. Project. Description: The work generally'includes the -construction of approximately 4,600 lineal feet of 12-inch; and 8-inch buried pipe along Beach Boulevard and nearby-,1ocaI streets and alleys in .the'City of Huntington Beach.'The 'contract allows the contractor a period of time to successfully procure' materials required to construct this project, with 200 working days for, construction ,to complete the contract. The, Engineer's, preliminary estimate is$2-millon. Signature The AGENCY reserves the right to reject any or all bids, Aoi waive any irregularity and, to take' all - bids under advisement for a maximum, period -of 6O days.,... BY ORDER of the PUBLIC WORKS COMMISSION of;the CITY OF HUNTINGTON BEACH; CALIFORNIA,' ' this May 8, 2008.. I Attest: /s/ Joan L. Flynn CITY CLERK OF THE CITY OF; HUNTINGTON, BEACH Published Huntington Beach Independent May 8;. -15;22 2008, 052-646 �1 WATER MAIN REPLACEMENT, VARIOUS LOCATIONS, AND ALONG BEACH BOULEVARD. Contractor Bid Amount Bid Amount (Corrected) Contractor Rank ARB, Inc Contact: Clay Henderson Capacity Not Specified Atlas -Allied, Inc. Contact: Sonny Sicilians Capacity. Not Specified BNB Engineering Inc. Contact: Matt Grimm Capacity. General Contractor Boudreau Pipeline Contact. Capacity: General Contractor BRH - Garver West, Inc. Contact Rich Culpeper Capacity. General Contractor (j Cadre Construction O U Contact: Chris Januszewski Capacity: General Contractor t _ CNC Engineering Contact: Tiffani Boyd Capacity: Not Specified Dangelo Co. Contact. Chuck Hiflinqer Capacity: Not Specified Garcia Juarez Construction, Inc. Contact: Vienna Galindo Capacity: Not Specified GCI Construction, Inc. Contact.. David Yood Capacity General Contractor J. A. Salazar Construction & Supply Corp. Contact: Jose Salazar Capacity: General Contractor J, Fletcher Creamer and Son, Inc. Contact: Bob Davis Capacity: Not Specified JDC Contact: Scott Walker lly Capacity: Not Specified Ken Thompson, Inc. Contact: Capacity: Not Specified 16 Lone Rock 00 Contact: Dragan Marianovic Capacity Not Specified (ii'L,•+ Maiich Bros., Inc. Contact: Paul Majich / Capacit : General Contractor [/ Mike Bubalo Construction Contact: Mike Bubalo Ca acit General Contractor MNR Construction, Inc. Contact: Elizabeth Torres Capacity: General Contractor Paulas (PEI) Engineering Contact: Capacity: Civil Engineer Ramona Inc, Contact: Mladen Grbavac Capacity: General Contractor Robert G. Castonala, Inc. Contact: Don Perea Capacity: Not Specified S & J Supply Co., Inc. Contact: Roy Oliver Capacity. Not Specified Simich Construction Company, Inc. Contact: Stephen Simich capacity a acit : Not Specified Southern California Pipeline Constrution, Inc. Contact: Ben Burqess Capacity: General Contractor West Valley Construction, Contact: Mitch Ward Capacity. General Contractor Williams Pipeline Contractors, Inc. eC, Contact: John WilliamsC- Capacity: General Contractor J Zondiros Corporation Contact: Tom Zondiros Ca @city: General Contractor 1-2 F1 E 'VF D 2098 JUIIJJ 17 PM 2: 0 1 111 Oj v 3 0 101 IRON 91 :1 Ild L I HNIr BOOZ 63 :1 Ild L I Unr COOZ City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For Annual Water Main Replacement Various Locations and Along Beach Boulevard, CC1331 June11,2008 Notice to All Bidders: Please note the following revision to the project, Specifications: The following shall be deleted from the Specifications, Section C, page C-11: Project Bid Schedule H, Item No. 3., shall be deleted. 3. Install 12-inch Class 350 D.I. pipeline in Clay Avenue at Beach Boulevard 120 LF $ $ The following shall be added to Specifications, Section C, page C-11: Project Bid Schedule H, Item No. 3., shall be added as follows: 3. 1 Not Used NA I NA I NA NA Bid Proposals hand marked as shown herein will be accepted by the City. The following shall be amended from the Specifications, page is Shall be changed to: BIDS DUE: June 12, 2008, 2:00 PM, 2ND FLOOR BIDS DUE: June 17, 2008, 2:00 PIN, 2ND FLOOR -1 The following shall be amended from the Specifications, page A-1, paragraph 1: 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:OOPM, on June 12, 2008. Bids will be publicly open in the Council Chambers unless otherwise posted. Shall be changed to: 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:OOPM, on June 17, 2008. Bids will be publicly open in the Council Chambers unless otherwise posted. This modification does not change the Engineer's Estimate for this project. This is to acknowledge receipt and review of Addendum Number one, dated June 6, 2008. Company Name Date By All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Andrew Ferrigno at (714)536-5291. -2 �� � j�. �, � � � �, �, 2000 MAIN STREET OFFICE OF THE CITY CLERK JOAN L. FLYNN CITY CLERK September 10, 2008 BRH-Garver West, Inc. 6910 Mission Gorge Road San Diego, CA 92120 RE: CC-1331 — Construction of Watermain Replacement Project Enclosed please find your original bid bond for CC-1331. Sincerely, Joan L. Flynn, CIVIC City Clerk JF:pe enclosure CALIFORNIA 92648 g:/foilowup/cashcont/retu rnbid bond. doc (Telephone: 714-536-5227 ) City of Huntington Beach Cl 20018 JUN' 17 PH spat'N ".0 1 SECTION C PROPOSAL for the CONSTRUCTION OF Watermain Replacement Project, Indianapolis Avenue and Beach Boulevard Intersection Watermain Replacement Project, Beach Boulevard, from Indianapolis Avenue to 170 feet North of Joliet Avenue Watermain Replacement Project, Joliet Avenue, from Georgia Street to Beach Boulevard Watermain Replacement Project, Utica Avenue, from Florida Street to Beach Boulevard Watermain Replacement Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue Watermain Removal Project, Beach Boulevard, from Clay Avenue to Garfield Avenue Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard Watermain Replacement Project, Main Street, from Florida Street to Beach Boulevard CASH CONTRACT No. 1331 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 C-1 then issue a 2nd Notice to Proceed to the undersigned to commence immediately with the physical site work thereafter to be completed within a Two Hundred (200) 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 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 ixn i�x9r.+� in the amount of $ tL) fo 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, Indianapolis Avenue and Beach Boulevard Intersection BID ITEMS Bid Schedule A — NOT USED. C-3 PROJECT BID SCHEDULE B Watermain Replacement Project, Indianapolis Avenue and Beach Boulevard Intersection Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS -Tg0 -VFW jm,, $ �Oauo $ 1� 2. Install 8-inch Class 150 PVC pipeline in"J Indianapolis Avenue at��"•�'� Beach Boulevard 110 LF —�'�wu— $� $3Jj�5°•v° 3. Install 12-inch Class 350 DI pipeline in Indianapolis — Avenue at Beach Boulevard. 172 LF $ s'✓ l,bCu�,00 4. Install 12-inch Class 200 PVC pipeline in Indianapolis Avenue at — Beach Boulevard 45 LF $'-I�y� $ ��,oW•"v 5. Install 24-inch steel casing rlv�'atiF o in Indianapolis Avenue at I - Beach Boulevard, with receiving pit, and jacking pit 164 LF $ 02'uo. 6. Install 12-inch cut in valve `3C-qG:r— ' assembly 1 EA r'ot'�-��.— $i,sW" $ S�•ao 7. Flushing, Pressure Testing, *:.dc Disinfection, Dechlorination 1 LS 8. Traffic control 1 LS �'" �`�°� 9. Water Pollutant Control ot4e -rw ►%Aw`r Program 1 LS — w/ cum-- $ tour w $ tr��'• `� 10. Sheeting, shoring, and/or Two bracing 1 LS $ 11. Additional potholing 15 EA 12. Demobilization and Cleanup 1 LS ►,uuu "- $ I,uw- 13. Replace Existing Traffic Control Loop 8 EA Sub-Total Amount for All Bid Items — SCHEDULE B C-4 PROJECT BID SCHEDULE C Watermain Replacement Project, Beach Boulevard, from Indianapolis Avenue to 170 feet North of Joliet Avenue BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS �`� Ttko041"'r .�-^ pb7' Y Y^ $ ycuu'" $ 5;000.0° 2. Install 12-inch Class 150 PVC pipeline in Beach -- Boulevard 500 LF $ ° $ 10y0u0.44 3. Install 8-inch Class 150 -i-u,u PVC pipeline in Beach _ ��— Boulevard 25 LF $ ���•"° $ 5.a�•°, 4. Flushing, Pressure Testing, Disinfection, Dechlorination 1 LS Vri°` .— $ S5 $ ;k!5 5. Traffic control 1 LS F'w-r_ .._ v.! c.. — — $7,ocx�°'' $ 5.am.p0 6. Water Pollutant Control Program 1 LS $ t,ocw' $ t"N' 7. Sheeting, shoring, and/or bracing 1 LS --" '�°�w— $� pas $ ty S. Additional potholing 20 EA �'"� �.%4,` $ 3� $ ��•"' 9. Demobilization and Cleanup 1 LS 10. Replace Existing Traffic Control Loop 4 EA --4►u�ot,+— $ 5cx�` $ Z.,�u� "' Sub -Total Amount for All Bid Items — SCHEDULE C $ l a� es+SUJ • a ° C-S PROJECT BID SCHEDULE D Watermain Replacement Project, Joliet Avenue, from Georgia Street to Beach Boulevard BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS $ Sow' 2. Install 8-inch Class 150 of f' �►. n PVC pipeline in Joliet °O Avenue 325 LF 3. Install 8-inch Class 150 and 200 PVC pipeline in sic-.�- Georgia Street at Joliet Avenue 115 LF 4. Install 4-inch cut in valve assembly 2 EA �'''� � Jam— $ 3.540" $ -7OW 'T 5. Construct fire hydrant assembly 1 EA 6. Remove and salvages existing fire hydrant 1 EA $ I,o00•°` 7. Remove existing valve box and cover 3 EA $ 8. Cut and cap/seal existing waterline 2 EA 9. Install 2-inch air and vacuum assembly 1 EA ^-'^`j•►-- $�k.�ua ' $ �{.�uu."° 10. Relocation of sewer laterals 6 EA iT°"�"•-- $ au3 "' $ uut.g" 11. Flushing, Pressure Testing, Disinfection, Dechlorination 1 LS $ ?-aS-��• "° 12. Traffic control 1 LS -iu.ZZ 13. Sheeting, shoring, and/or bracing 1 LS 14. Additional potholing 20 EAR 15. Demobilization and Cleanup 1 LSD+ 16. Install new 1-inch oNM r polyethylene water service, F► K �y^-p^=� connect to existing 3/4-inch meter 5 EA $ 1,5u�'- $ -?►5'x' 17. Install new 2-inch copper _rtA(L" -c Vsj5p&.-a water service, connect to u��uu �o existing 1 1/2-inch meter 1 EA $ 3,ow" $ 3 uu�s Sub -Total Amount for All Bid Items — SCHEDULE D $ 3 5w • ° C-6 PROJECT BID SCHEDULE E Watermain Replacement Project, Utica Avenue, from Florida Street to Beach Boulevard BM ITEMS Item Unit No. Description Quantitv Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS _Unit 2. Install 8-inch Class 150 and 200 PVC pipeline in Utica Avenue 590 LF 3. Construct fire hydrant assembly 2 EA 4. Remove and salvage existing fire hydrant 2 EA 5. Remove existing valve box and cover 6 EA 6. Cut and cap/seal existing waterline 2 EA 7. Relocation of sewer lateral 6 EA T'`' � $1 y• $ �•$'� 6e S. Flushing, Pressure Testing, Disinfection, Dechlorination 1 LS ��„ j,�� $22— $ 2L 9. Traffic control 1 LS 10. Sheeting, shoring, and/or bracing 1 LS w $ ►.ate— $ 11. Additional potholing 20 EA 12. Demobilization and Cleanup 1 LS 13. Install new 1-inch polyethylene water service, connect to existing 3/4-inch --Ir.--_ meter 7 EA $ 1t$ �� $ 1-045W"" 14. Install new 1-inch polyethylene water service, connect to existing 1-inch meter 1 EA °n 15. Install new 2-inch copper water service, connect to existing 2-inch meter 3 EA 16. Install new 2-inch copper -T1%&--c water service, connect to existing 1 1/2-inch meter 1 EA Sub -Total Amount for All Bid Items — SCHEDULE E $ "756 wQ C-7 PROJECT BID SCHEDULE F Watermain Removal Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS 13� � $5uuj 2. Install 6-inch, 8-inch and 12-inch Class 150 and 200 PVC pipeline in Beach _ ool, , °o Boulevard 1300 LF _ 3. Construct 12-inch D.I. inverted siphon assembly 31 LF 4. Install 12-inch Class 150 PVC watermain in Beach Boulevard at Yorktown Le — Avenue 24 LF 5. Construct 12-inch D.I.^"'+ siphon assembly 49 LF 6. Construct waterline -t-+� Er�•�. connection in Beach Boulevard 1 LS 7. Remove and salvage existing fire hydrant 2 EA -- w /.•�-- $1n�-Y $ �"c�^ 8. Construct fire hydrant assembly 2 EA �"`" ` $ woo 9. Remove existing valve box and cover 5 EA 10. Cut and cap/seal existing waterline 6 EA $ 't0L) $ 3d�'•"° 11. Remove and dispose of existing valve and / interfering piping 1 EA 12. Flushing, Pressure Testing, Disinfection, Dechlorination 1 LS cw— 13. Traffic control 1 LS ..t..F�, TI�Mw�+r�� _.,,. r_ �-- $ t�,�w $ t"'Wo. ®® 14. Water Pollutant Control 06'e- Program 1 LS 1 ow - $ 1"Va 15. Sheeting, shoring, and/or r-t"e--V"A� bracing 1 LS $5 ��- 16. Additional potholing 30 EA Ttatt�C. �w•an,aJ 17. Demobilization and Tom* Cleanup C-s PROJECT BID SCHEDULE F Watermain Removal Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 18. Install 8-inch cut in valve -rV'o assembly 2 EA �oo'�a- $ 5uw�� $ IJ,uw. °• 19. Install 4-inch pump -out assembly 1 EA 20. Install 2-inch air and vacuum assembly 2 EA 21. Install new 1-inch polyethylene water service, N..... connect to existing 1-inch meter 2 EA "" $ i Too — $ 3,.000. 22. Install new 2-inch copper T+%A-�e -r4AW"s^--o water service, connect to --I$3�6�� existing 2-inch meter 4 EA $ 12n6w 23. Replace Existing Traffic I`ve Control Loop 8 EA — %�~-- $ `' u� y $ �.o — Sub -Total Amount for All Bid Items — SCHEDULE F W 2.QL. C-9 PROJECT BID SCHEDULE G Watermain Replacement Project, Beach Boulevard, from Clay Avenue to Garfield Avenue BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS 2. Cut and cap/seal existing waterline 4 EA 3. Remove existing valve box and cover 4 EA --`°`j4- $ SW w' $ 2-4�`p°' •� 4. Construct fire hydrant sG VC., -T assembly 1 EA �`"¢' N""`" �.. $ �7.5 $ 7, 5. Remove and salvage existing fire hydrant 1 EA 6. Traffic control 1 LS �� "%....® $ S.�cv- $ 5 ouu. ra 7. Water Pollutant Control Program 1 LS --�+.a— $ �wu $ t�d",�• °' 8. Sheeting, shoring, and/or pNF, 0 bracing 1 LS �::iv<. H�-°a $ t,S°a."' $ 1�5• °'' 9. Additional potholing 10 EA"�`" N"�„._ $ 5uu"� $ 10. Demobilization and Cleanup 1 LS 7' $ uw- 11. Install new 1-inch polyethylene water service,►.c I�^.�`°aF`° connect to existing 1-inch-- meter 2 EA $ tScx�� $✓�" 12. Install new 1-inchi-T�"'"� polyethylene water service, �.•. t►�A connect to existing 3/4-inch meter 1 EA 13. Install new 2-inch copper`-��"''P water service, connect to existing 2-inch meter 6 EA ar%_ $°�•` $ �g�u�•"a 14. Install new 2-inch copper -1"httic�- "iN'•A water service, connect to EA nw'" existing 1 1/2-inch meter 3 Is Sub -Total Amount for All Bid Items - SCHEDULE G C-10 ME go PROJECT BID SCHEDULE H Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS F1ve � -' � $ 5,uw" $ 0"- 2. Install 8-inch Class 150 PVC pipeline in Clay Avenue 565 LF -' �' ��^- $ t $ & T5L° 3. I all 12-' Class 3 D.I. ine in Cla enue each Boul rd 120 LF Insta 4-inch eel casing )�Beac i Clay enue acr Boulevard with re iving pit an ' cking pit LF $ $ 5. Install 8-inch Class 150 �-1u OA-C A PVC pipeline at the Beach S+w- Boulevard and Clay Avenue intersection 55 LF $ 1?5 $ 6. Install 8-inch Class 200 PVC pipeline in Coenson Circle at Clay Avenue 17 LF $ y $ 7. Remove and salvage °,"e- � WI.Nas"N-, existing fire hydrant 3 EA "--I- 8. Construct fire hydrant S Eyop`-T*V-'RW* assembly 3 EA V�7"C- 9. Cut and cap/seal existing +,,K-- waterline 4 EA $ 2, UW 10. Remove existing valve box and cover 6 EA 11. Remove and dispose of existing valve and interfering pipeline 1 EA 12. Relocation of sewer laterals 10 EA Oa. �Tklw $ l,aBd" $ t� dn0�ra 13. Flushing, Pressure Testing, Disinfection, Dechlorination 1 LS 14.1 Traffic control 1 LS $ a_00u- 15. Sheeting, shoring, and/or bracing 1 LS 16. Additional potholing 20 EAR` 17. Demobilization and Cleanup 1 LS C-11 PROJECT BID SCHEDULE H Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 18. Install 8-inch cut in valve assembly 2 EA "' `°' �'"'' $ 19. Install 12-inch cut in valve assembly 1 EA 20. Install new 1-inch polyethylene water service, connect to existing 1-inch meter 8 EA $lj540"' 21. Install new 1-inch polyethylene water service, connect to existing 3/4-inch meter 1 EA 22. Water Pollutant Control Program 1 EA Sub -Total Amount for All Bid Items — SCHEDULE H $ 93?' 3W. Sa 00 2Lr 3Q0- C_12 PROJECT BID SCHEDULE I Watermain Replacement Project, Main Street, from Florida Street to Beach Boulevard BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS -r%"'J.% Wn _„„tw $w�.►w� $ td,aw 2. Install 8-inch Class 150 PVC pipeline in Main Street 600 LF Si.*4,1 $ ILa '° $ 96,0w. ^� 3. Construct connection in '}'' ok-f- A Ellis Avenue 1 LS 4. Remove and dispose of ^t' T 4p*+4Arn existing valve and r.•� ham' interfering pipeline 1 EA $ 5'�. 5. Cut and cap/seal existing c� C waterline 2 EA 6. Flushing, Pressure Testing, T'-r'4"'"AP-6 Disinfection, Dechlorination 1 LS �"'` h�-,"`.. $'�.w� $ Z•5'o�"� 7. Traffic control 1 LS 8. Water Pollutant Control bw Program 1 LS 9. Sheeting, shoring, and/or " bracing 1 LS Pv'- H`""`n,c„ $ Zsw $ 2{5cw — 10. Additional potholing 18 EA 11. Replace Existing Traffic Control Loop 4 EA S� • °v $ 12. Demobilization and Cleanup 1 LS Sub-Total Amount for All Bid Items — SCHEDULE 1 $ 54a 6$%3• C-13 PROJECT BID SCHEDULE J Watermain Replacement Project Alley Rehabilitation for All Sites BID ITEMS Bid Schedule J — NOT USED. C-14 PROJECT BID SCHEDULE BID ITEMS PROJECT BID SCHEDULE TOTALS CC-1331 WATERMAIN REPLACEMENT PROJECT Sub -Total Bid Schedule A - Not Used Sub -Total Bid Schedule B Sub -Total Bid Schedule C Sub -Total Bid Schedule D 13?, SoO. pO Sub -Total Bid Schedule E 1-79 %50. Sub -Total Bid Schedule F 3? j 6 W • ° Sub -Total Bid Schedule G ('a• SW - Sub Total Bid Schedule H 3� 30u. Sub -Total Bid Schedule 1 150#650• � Sub -Total Bid Schedule J - Not Used TOTAL BID AMOUNT (Schedules B-1) ���� ��• na TOTAL BID AMOUNT IN WORDS: V-7% 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 pror C-15 PROJECT BID SCHEDULE BID ITEMS 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. R,.+r- l-tVur- V SS — to r/ t r-c^(1. 4s' T i? +Q tom` « C.4.. 1 11-a `Y g�3, K- r� l V tso v-P t.,�% live 1a.,a►�. a�� Aa.. 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-16 PROJECT BID SCHEDULE BED ITEMS NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California SS. County of Orange ml-c&e"l &- zj�2!1e.- " , being fiLrit d y sworn, � de os s and says that he or she is �Si d.ei 'j ofamH - yx t�t/�a Ike- 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. t ,..)T Name o idder ;natur of Bidder4'0�1 6 Address of Bidder Subscribed and sworn to before me this day of cm , 2008. NOTARY PUI C-17 Dn N 1691M ft - cafti 110 *0courov plies Sep Z7, 201 CALIFORNIA JURAT WITH AFFIANT STATEMENT V1<1e 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 C rnia County CcnvnWM # 1691M smDkw courdy mycorxn•IFq: Sep27.201 Place Notary Seal Above Signature of Document Signer No. 2 (if any) Subscribed and swor to (or affirmed) before me on j this -1 � d y of , 20 Q 4��, by Date Month Year ��- Name of Signer proved to me on the basis of satisfactory evidence to be the person who appeared before me (.) (,) (and proved Kme on to bete person Sign 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 Attach Doc ent Title or Type of Document: vI Yp , �lt!� l; Document Date: Number of Pages: Signer(s) Other Than Named Above: Name of Signer "�►., basis o sa ' actory ev appear d be or me.) Signature of Notary Public RIGI-ITTHUMBPRINT RIGHTTHUMBPRINT OF SIGNER #1 OF SIGNER #2 ••_of thumb here of • • 02007 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 PROJECT BID SCHEDULE BID ITEMS 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 Construction of Watermain Replacement Project, Indianapolis Avenue and Beach Boulevard Intersection; Watermain Replacement Project, Beach Boulevard, from Indianapolis. Avenue to 170 feet North of Joliet Avenue; Watermain Replacement Project, Joliet Avenue, from Georgia Street to Beach Boulevard; Watermain Replacement Project, Utica Avenue, from Florida Street to Beach Boulevard; Watermain Replacement Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue; Watermain Removal Project, Beach Boulevard, from Clay Avenue to Garfield Avenue; Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard; Watermain Replacement Project, Main Street, from Florida Street to Beach Boulevard (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./ r w Date: (� I ( Title lU ` C-18 PROJECT BID SCHEDULE BID ITEMS 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 ai o 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-19 PROJECT BID SCHEDULE BID ITEMS 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: I T 0 b C-20 By \ Title t PROJECT BID SCHEDULE BID ITEMS 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: F e-�+ — Goal Ji c W V—,T '---c Contractor c By Title Date: 4 t 7 to r 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-21 PROJECT BID SCHEDULE BID ITEMS BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: `-b4- Bidder Name 44. 15 Business Address N 'Zgo e,+ qo-!a-o City, _ State Zip w 4 ) (vc¢ - ©S -6-- Telephone Number sq 5' e-i 9 C-Qass 14 State Contractor's License No. and Class q- 3 0 �( Original Date Issued q- ?)o - 07 Expiration Date The work site was inspected by A 114-e— fAAm2 of our office on (gp—Z. , 2008. The following are persons, firms, and corporations having a principal interest in this proposal: H t t NsaF l G AR ayc- ?,Z.CS tne^-:. J" L tn-*%S C-22 PROJECT BID SCHEDULE BID ITEMS 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 ecifi atio4 set forth. AYV,� WeT4, I'qC- Company N e Printed or Typed Signature Subscribed and sworn to before me this L day of 2008. LW ADMA PEREZ-CULPEPFR Combs n # 16912d0 Notary PubEC - CaWOMIC Comm. E Sep 7272 201 0 1 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. S e-E- 4--rrs-C �t nU 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: Date Completed Date Completed Contract Amount Type of Work Date Completed C-23 CALIFORNIA JURAT WITH AFFIANT STATEMENT '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 Cali is County of aa 50,071, 0 • i Signature of Document Signer No. 2 (if any) Subscribed and sworn to (or affirmed) before me on this day o 20 -ow", by Date nth Year (1)_,d - Name of Signer proved to me on the basis of satisfactory evidence to be the person who appeared before me (and (2) Name of Si / \ prov9d to me on t ba is of satis cto to b the person w o at ared befor e.) 9z 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 ofAny Attached Document nt: ' Title or Type of Docume Document Date: tY ( T " Number of Pages: Signer(s) Other Than Named Above: Signature of Notary Public • • Top of thumb here Top of thumb here O 8 A1 A •• '•1 '1 1 :11: U City of Huntington Beach Public Works Department 2000 Main Street Tel, (714) 536-5431, Fax (714) 374-1573 ADDENDUM INUMBER ONE P P� For Annual Water Main Replacement Various Locations and Alor ceach Bouilevard June 62008 Notice to All Bidders: Please note the following revision to the project, Specifications, and Technical Provisions. The following shall be deleted from the Specifications, Section C, page D-11: Project Bid Schedule H, Item No_ 4., shall be deleted. 4. install 24-inch steel casing in Clay Avenue across Beach Boulevard, with receiving pit and jacking pit 96 LF $_ The following shall be added to Specificatioils, Section D, page G.11: Project Bid Schedule H, Item No. 4., shall be added as follows: 4. Not Used NA NA TINA NA Bid Proposals hand marked as shown herein will be adcepted by the City. The following shall be amended from the Specifications, page is Shall be changed to: BIDS DUE: June 10, 2008, 2,:00 PM, 2ND FLOOR BIDS DUE: June 12, 2008, 2:00 PM, 2ND FLOOR Ed EU The following shall be amended from the Specifications, page A.1, paragraph 1: PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTIl4GTON SEA, J�H, as AGENCY, invites sealed bids for the above stated projects and will receive su --h bids in the office of the City Clerk, Second Floor, 2000 Main Street, Huntington Beac i, California 92648, up to the hour of 2,00PM, on June 10, 2008, Bids will be publicly oper in the Council Chambers unless otherwise posted. Shall be changed to: PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTI 4GTON BEA :H, as AGENCY, invites sealed bids for the above stated projects and Nill receive SL ch bids in the office of the City Clerk, Second Floor, 2000 Main Street, Hu itington Beac -i, California 92648, up to the hour of 2:OOPM, on June 12, 2008. Bids will be publicly oper i in the Council Chambers unless otherwise posted. This modification does not change the Engineer's Estimate for this project. This is to acknowledge receipt and review of Addendum Number one, da une 6, 2008. Company Name By L —C -a8' Date All bidders must acknowledge the receipt of this Addendum with your bid pro >osal. Should you have any questions regarding this Addendum, please call Andrev I Ferrigno at (71, i)536-5291. -2 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM 14UMBER TWO For Annual Water Main Replacement Various Location:; and Alon Beach boulevard, M 331 June 11, 2008 Notice to All Bidders, Please note the following revision to the project, Specifications: The following shall be deleted from the Specifications, Section C, I cage G-11: Project Bid Schedule H, Item No. 3., shall be deleted. 3. Install 12-inch Class 350 D.I. pipeline in Clay Avenue at Beach Boulevard 120 LF $_ $ The following shall be added to Specifications, Section C, page C-11. Project Bid Schedule H, Item No. 3., shall be added as follows: 3. Not Used NA NAE NA NA Bid Proposals hand marked as shown herein will be accepted by the City. The following shall be amended from the Specifications, page i; Shall be changed to: BIDS DUE; .tune 12, 2008, 2.00 PM, 2ND FLOOR BIDS DUE: June 17, 2008, :.00 PM, 2ND FLOOR -1 a,4 The following shall be amended from the Spe,.ificatlons, page A-1, ;)aragraph 1: PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINt;TON BEACF, 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, Huntingtc n Beach, Calif )rnia 92648, up to the hour of ZOOPM, on June 12, 2008. Bids will be pi iblicly open in the Council Chambers unless otherwise posted. Shall be changed to: PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTIN,3TON BEACI 1, as AGENCY, invites sealed bids for the above ,;tated projects and will receive such bids in the office of the City Clerk, Second Floor, 2000 Main Street, Huntington Beach, Cali omia 92648, up to the hour of 2:OOPM, on June 17, 2008, Bids will be publicly open in the Council Chambers unless otherwise posted. This modification does not change the Engineer's Estimate for this project. This is to acknowledge receipt and review of Addendum Number one, a 6, 2008- Company Name By Date All bidders must acknowledge the receipt of this Addendum with your bid prop )sal, Should you have any questions regarding this Addendum, please call Andrew Ferrigno at (714) 536-5291, -2 Project: Sunset Hills, Via Rancho Parkway and Felicita Pipeline Replacements Location: Escondido, CA Owner: Rincon del Diablo Municipal Water District Value: $ 1,287,090 Contact Name: Dave Keller Phone #: (760) 745-5522 Ongoing Project: San Jacinto Valley Interceptor Sewer Phase 1 Location: San Jacinto / Hemet, CA Owner: Eastern Municipal Water District Value: $ 13,728,148 Contact Name: Gabriel Necochea Phone #: (951) 928-3777 Ongoing Project: Sewer Main Repl and Alley Resurfacing for Blocks 55,56, and 95 Location: Coronado, CA Owner: City of Coronado Value: $ 444,230 Contact Name: Ngyra Stebbins Phone #:(619) 522-7383 Project: Reach 16 Recycled Water Pipeline Location: Hemet, CA Owner: Eastern Municipal Water District Value: $ 5,973,017.00 Contact Name: Karl Roland Phone #: (951) 928-3777 ext 4442 28000 feet of 24" reclaimed water main BRH Garver West, inc- 6910 Mission Gorge Road, Baas Diego, CA 92120 wv w_brhgarvenvest.corn L c#F 346819 H, PH 6 9-265-0537 FX 619-265-8672 Project: 36" & 42" Watermain Corrosion and Rehab Project Location: Huntington Beach, CA Owner: City of Huntington Beach Value: $ 2,987,500.00 Contact Name: David Verone Phone #: (714) 375-8471 Corrosion repair of 36" and 42" water mains Project: CC1262-Watermain Replacement Location: Huntington Beach, CA Owner: City of Huntington Beach Value: $ 2,791,103.00 Contact Name: Duane Wentworth Phone #: (714) 536-5431 12000 feet of water main construction in Downtown Huntington Beach. Project: Murrieta Valley Trunk Sewer Phase 1 Location: Murrieta, CA Owner: Rancho California Water District Value: $ 8,796,346.00 Contact Name: Craig Mapes Phone #: (951) 296-6900 15000 feet of 42" sewer, 12 to 28 feet deep. Project: Construction of Linda Vista Drive Sewer Replacement Project Location: San Marcos, CA Owner: Vallecitos Water District Value: $ 619,575.00 Contact Name: James Gumpel Phone #:(760) 744-5989 4500 feet of 15" sewer Project: Construction of Margarita Road Recycled Water Pipeline Location: Temecula, CA Owner: Rancho California Water District Value: $ 485,000.00 Contact Name: Craig Mapes Phone #:(951) 296-6900 800 feet of 24" HDPE slipline BRH GARVERWEST SRH Garver West, Inc:. 6910 Mission Gorge Road, San Diego, CA 92120 www.brhgarveiweslcom Lic# 845819 A PH 619-265-0537 FX 619-265-8672 Project: Construction of Pipeline Project 240 Location: El Cajon, CA Owner: Helix Water District Value: $ 547,375 Contact Name: Chris McCrae Phone #:(619) 667-6720 Project: Construction of Pipeline Project 237 Location: El Cajon, CA Owner: Helix Water District Value: $827,910.00 Contact Name: Darrell Williams Phone #:(619) 667-6280 Project: Block 171 Sewer Main Replacement and Repaving Project Location: Coronado, CA Owner: City of Coronado Value: $ 186,395.00 Contact Name: Ngyra Stebbins Phone #:(619) 522-7383 Project: Phase IV Sewer Rehabilitation Location: Lemon Grove, CA Owner: City of Lemon Grove Value: $ 519,468.00 Contact Name: Rafael Munoz Phone #:(619) 825-3810 Project: Water Replacement Group 536 & 538 Location: Downtown San Diego, CA Owner:City of San Diego Value: $ 2,286,795.00 Contact Name:Saeed Askari Phone #:(858) 627-3200 BRH Garver West, Inc. 6910 Mission Gorge Road, San Diego, CA 92120 www.brhgarverwest.com Lic# 1345819 A PH 619-265-0537 FX 619-265-8672 Project: Construction of Sewer and Water Group 545 Location: Downtown San Diego, CA Owner:City of San Diego Value: $2,496,990.00 Contact Name: Jason Guise Phone #:(858) 627-3200 Project: Construction of Half Moon Bend Sewer Replacement Proj. Location: Coronado, CA Owner: City of Coronado Value: $ 293,752.00 Contact Name: Ngyra Stebbins Phone #:(619) 522-7383 Project: Construction of Sewer Group 704 Location: Downtown San Diego, CA Owner:City of San Diego Value: $2,286,942.00 Contact Name:Eddie Wibowo Phone #:(858) 627-3263 Project: Construction of Sewer Group 464C Location: Downtown San Diego, CA Owner:City of San Diego Value: $2,249,818.00 Contact Name:Robert Hannah Phone #:(858) 627-3265 Project: SEWER REHAB PHASE "B" Location: Various Locations, San Diego Owner:City of San Diego Value: $5,175,823.00 Contact Name:Coselyn Goodrich Phone #:(858) 627-3200 BRH Garver West, Inc. 6910 Mission Gorge Road, San Diego, CA 92120 www.brhgarverwest.com Lic# 845819 A PH 619-265-0537 FX 619-265-8672 Project: Ocean Blvd. Sewer Main and Storm Drain Diverters Project Location: Coronado, CA Owner: City of Coronado Value: $ 1,118,248.00 Contact Name: Ngyra Stebbins Phone #:(619) 522-7383 Project: Construction of Sewer Replacement Group 623B Location: Downtown San Diego, CA Owner:City of San Diego Value: $3,296,956.00 Contact Name:Dick Giron Phone #:(858) 573-5048 Project:East Linda Vista Trunk Sewer Phase 2 Location:Linda Vista Area Owner:City of San Diego Value: $2,249,818.00 Contact Name:Isidro DeAllende Phone #:(858) 573-5024 Project: Construction of Sewer Group 539 Location: Downtown San Diego, CA Owner:City of San Diego Value: $5,415,000.00 Contact Name:Joseph Diab Phone #:(858) 627-3252 Project: Construction of Sewer Group 652 Location: Kensington Area, San Diego, CA Owner:City of San Diego Value: $3,297,000.00 Contact Name:Henry Gimutao Phone #:(858) 627-3258 Project:As Needed: Minor Street Improvements - Contract 2 Location: Various locations, San Diego, CA (as needed BRH Garver West, Inc. 6910 Mission Gorge Road, San Diego, CA 92120 vrw v.brhgarverwest.com Lic# 845819 A PH 619-265-0537 FX 619-265-8672 v Owner:City of San Diego Value: $1,800,000.00 Contact Name:Danny Schrotberger Phone #:(619) 533-3778 Project:Torrey Pines Rd. Trunk Sewer Location : La Jolla, CA Owner:City of San Diego Value: $2,784,000.00 Contact Name:Joe Aroyo - RBKA Phone #:(858) 638-9518 Project: Sanitary Sewer Upgrade FY 00-01 Location: Coronado, CA Owner:City of Coronado Value: $397,000.00 Contact Name:Joe Bride Phone #:(619) 522-6571 Project: Marina Interceptor Sewer Location:Marina del Rey, CA Owner:City of Los Angeles Value: $5,780,000.00 Contact Name:John Hughey Phone #: Project: La Jolla -Pacific Beach Trunk Sewer - Manhole & Vault Location:La Jolla & Pacific Beach areas, San Diego, CA Owner:City of San Diego Value: $2,168,450.00 Contact Name:Ralph Adamos Phone #:(858) 627-3266 Project: Construction of Sewer Group Job 635 Location: Downtown San Diego, CA Owner:City of San Diego Value: $1,476,000.00 Contact Name:Joseph Diab Phone #:(858) 627-3272 Project:West Linda Vista Trunk Sewer Phase 2 Location:Linda Vista area, San Diego, CA C BRH 59 __ T BRH Garver West, Inc. 6910 Mission Gorge Road, San Diego, CA 92120 www.brhgarverwest.com Lic# 845819 A PH 619-265-0537 FX 619-265-3672 w Owner:City of San Diego Value: $1,146,000.00 Contact Name: Douglas Cook - SKE Phone #:(858) 654-4215 Project: Elsinore - Regional Reclamation Facilities (BRH Garver worked as sub to NDB Location:Lake Elsinore, CA Owner: Elsinore Valley Municipal Water Dist. Value: $500,000.00 Contact Name:Joe Stengle (NDB General Contractor Phone #:(619) 291-6330 Project:Sewer Group Job 530 Location:Point Loma area, San Diego, CA Owner:City of San Diego Value: $759,000.00 Contact Name:Alejandro Ruiz Phone #:(858) 627-3298 Project: Construction of Sewer Group 641 Location: La Jolla,CA Owner:City of San Diego Value:$3,100,000.00 Contact Name:Saeed Askari Phone #:(619) 533-3147 Project:As Needed -Minor Street Improvement Project - Contract 1 Location: Various locations, San Diego, CA (as needed Owner:City of San Diego Value: $2,000,000.00 Contact Name: Danny Schrotberger Phone #:(619) 533-3778 BRH 0059 GARVERp���' �V EST BRH Garver West, Inc. 6910 Mission Gorge Road, San Diego, CA 92120 www.brhgarverwest.com Lic# 845819 A PH 619-265-0537 FX 619-265-8672 Project:Sewer Main Replacement Group 607 Location: South/East San Diego, CA Owner:City of San Diego Value: $867,000.00 Contact Name:Dave Zoumaras Phone #:(858) 627-3252 Project: North Mission Valley Interceptor Sewer Phase 2 Location: Mission Valley area, San Diego, CA Owner:City of San Diego Value: $5,293,000.00 Contact Name:Ralph Adamos Phone #:(858) 627-3266 Project:Sewer Group 629 Location:South/East San Diego, CA Owner:City of San Diego Value: $1,500,000.00 Contact Name:Ralph Adamos Phone #:(858) 627-3266 Project:East Linda Vista Trunk Sewer Phase 1 Location:Linda Vista area, San Diego, CA Owner:City of San Diego Value: $2,400,000.00 Contact Name:Dave Zoumaras Phone #:(858) 627-3252 Project: Sewer Group 507 Location:Golden Hills area, San Diego, CA Owner:City of San Diego Value: $1,500,000.00 Contact Name:Dave Zoumaras Phone #:(858) 627-3252 BRH Garver West, Inc. 6910 Mission Gorge Road, San Diego, CA 92120 www.brhgarverwest.com Lic# 845819 A PH 619-265-0537 FX 619-265-8672 Project:Miramar Pipeline Rehabilitation Location: Miramar area, San Diego, CA Owner:City of San Diego Value: $1,850,000.00 Contact Name:Dave Zoumaras Phone #:(858) 627-3252 Project:Water Group 508 Location:Golden Hills area, San Diego, CA Completion Date:August 94 Owner:City of San Diego Value: $1,100,000.00 Contact Name:Dave Zoumaras Phone #:(858) 627-3252 Project: North Mission Valley Interceptor Phase 1 Location: Mission Valley area, San Diego, CA Owner:City of San Diego Value: $11,000,000.00 Contact Name:Dave Zoumaras Phone #:(858) 627-3252 c BRH E 1 SRH Garver West, inc. 6910 Mission Gorge Road, San Diego, GA 92120 www.brhgarverwest.corn Lic# 845819 A PH 619-265-0537 FX 619-265-8672 a:V\ ti .,3�?.�T.}':: c 'g SC�g �. %��.n�;1c.`^�C��,.�C C!z�>�.•r\.'C'��.,31�G.'�.�.f'1.'3.�.'�.'.�4,�.""�.'C!a2.��S.• }',s,:;:�g fi!�$�4!-�:C.e'Iti4.��.,�. .�. � fi: C 3,..3,�,�:1 a1C.42.. State of California l County of _ �✓.�___ 'CZ1On o — before me, _ _ / G ate Ho. 7 tser ame andTltle of the Officer personally appeared Paul Bieber 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 he/they executed the s me in hi her/their authorized capacity(ies), and that his er/their signatures) on the - - instrument the person(s), or the. entity upon behalf of C.J. CENNAMO which the person(s) acted, executed the instrument. COMMISSION # 1718495 p Z Notary Public - California o ro I certify under PENALTY OF PERJURY under the laws ORANGE COUNTY °^ My Comm. Expires Jan. 20, 2011 of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Place Notary Seat Above Signature of Notary Public ... OPTIONAL Though the information below is not required by taw, it may prove valuable to persons refying 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 Efate: _W 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 ❑ Other: Signer Is Representing: RIGHT7H1aN1t3PRINT; +''"r,il,OP,SICaNER ' Signor's Name: ❑ Individual ❑ Corporate Officer — Title(s): _ ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: _ Signer Is Representing FiIGHTTHUIVI8PRINT. „°(r-�OFSIGNERf -� ©2007National Notary Association ^9350DoSolo Ave.,P.O.Box 2402-Chatsworth, CA91313-2402•www.NationmlNotaryorg llemN51307 Reorder: Call Tolf-Free1-800.876.6827 'BidBond Surety Department KNOW ALL MEN BY THESE PRESENTS, That we, IL ITT HARTFORD BRIT -Garver West, Inc. Bond No.n/a as Principal, hereinafter called the Principal, and the Hartford Casualty Insurance Company , a corporation created and existing under the laws of the State of Indiana , whose principal office is in Hartford, Connecticut , 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 (10%) of amount bid Dollars ( $ 10% A.B. ), 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 Construction of Watermain Replacement Project - Cash Contract No. 1331 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 biddings 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 loth day of June A.D. 20 08. Witness (If Individual) By Attest (If Corporation) (SEAL) (SEAL) A e's t4e-'�— (SEAL) Hartford Casual nsurance Company Attes By ha on Cavanau� itness S e Ko Atto lin-Fact (Title) Form S-3266-4 Printed in U.S.A. 12-70 I Houstoun, Woodard, Eason, Gentle, Tow orde, and Anderson, Inc. dba Insurance Alliance 1776 Yorktown, Suite 200 Houston, Texas 77056-4114 TDI License #1381 FEIN #760362043 (SEAL) (SEAL) Direct Inquiries/Claims to: P""OWER(DTTOREF A N THE HARTFORD -4 BOND, T-4 P.O. BOX 2103, 690 ASYLUM AVENUE HARTFORD, CONNECTICUT 06115 call: 888-266-3488 or fax: 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 61-610074 & 46-505987 I ^ 1 Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut ® Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana i X 1 Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana L Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of unlimited: Donald E. Woodard, Jr., Harlan J. Berger Andrew J. Janda, C. W. Adams, Sue Kohler, Leland L. Rauch, Sharon Cavanaugh, Cheryl R. Colson, Michael Cole, JoAnn Parker of Houston, TX their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on January 22, 2004 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. - a +9•� : 1987 .� c t •`rti` I�f a �'-� ! i. + _.r _.'� Piar�[[nlrf4 �•atdi3p' •��;_; 1g79�a _ a^ 1970f ff � I974 • 'Q>: a:� beaeaa rA e It a .y RrgaiS ea[t1+' •�1'�f(lj,pa• Ck Paul A. Bergenholtz, Assistant Secretary M. Ross Fisher, Assistant Vice President STATE OF CONNECTICUT sS, Hartford COUNTY OF HARTFORD On this Vt day of February, 2004, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. y �� * Scott E. Paseka Notary Public CERTIFICATE My Commission Expires October 31, 2012 1, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of June 10, 2008. Signed and sealed at the City of Hartford. -,>'"'F ♦ } �op /,fig, ,q. �, is �' 8 r 'n r w ip•^,' e ': r>nrvrxrt[ e' h ♦ '^-' 1 4tl = -y1 0 �O?$ � � ^ s � �+o �h-.-µ p •' t ' 9 7.f " ' s *a�,...f ST � 1974 fCL f Gary W. Stumper, Assistant Vice President State of Texas County of Harris On this 10th day of June, 2008 before me personally came Sue Kohler to me known to be an Attorney -in -Fact of Hartford Casualty Insurance Company, the corporation described in the within instrument, and he acknowledged that he executed the within instrument as the act of the said Hartford Casualty Insurance Company i cordance authority duly conferred upon him by said company./7 71 ShVon Cavanad4b Aotary Publi SHARON CAVANAUGH Notary Public, State of Texas My Commission Expires Mach 07, 201 t z - - 2000 MAIN STREET OFFICE OF THE CITY CLERIC JOAN L. FLYNN CITY CLERK September 10, 2008 BNB Engineering, Inc. 2602 S. Halladay St. Santa Ana, CA 92705 RE: CC-1331 — Construction of Watermain Replacement Project Enclosed please find your original bid bond for CC-1331. Sincerely, Joan L. Flynn, CIVIC City Clerk JF:pe enclosure CALIFORNIA 92648 g:/followup/cashcont/returnbidbond.doc (Telephone: 714-536-5227 ) Engineering inc. GENERAL ENGINEERING CONTRACTOR lApiAZI 26o2 S. Ha(laday Street SECTION C PROPOSAL for the CONSTRUCTION OF Watermain Replacement Project, Indianapolis Avenue and Beach Boulevard Intersection Watermain Replacement Project, Beach Boulevard, from Indianapolis Avenue to 170 feet North of Joliet Avenue Watermain Replacement Project, Joliet Avenue, from Georgia Street to Beach Boulevard Watermain Replacement Project, Utica Avenue, from Florida Street to Beach Boulevard Watermain Replacement Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue Watermain Removal Project, Beach Boulevard, from Clay Avenue to Garfield Avenue Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard Watermain Replacement Project, Main Street, from Florida Street to Beach Boulevard CASH CONTRACT No.1331 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCH, 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 Vt 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 C-1 then issue a 2nd Notice to Proceed to the undersigned to commence immediately with the physical site work thereafter to be completed within a Two Hundred (200) 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 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 L3►n 1-t,6bll) in 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 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, Indianapolis Avenue and Beach Boulevard Intersection BED ITEMS Bid Schedule A — NOT USED. C-3 PROJECT BID SCHEDULE B Watermain Replacement Project, Indianapolis Avenue and Beach Boulevard Intersection Rif) ITFIMS Item Unit No. Description Quantity Unit TUnit Cost in Words Cost Total Cost 1. Mobilization 1 LS 1 OQ, $i 21 0 0 ; ; 0 0 2. Install 8-inch Class 150 PVC pipeline in ne hundred Indianapolis Avenue at ninety five 195. 21450.00 Beach Boulevard 110 LF $ $ 3. Install 12-inch Class 350 DI pipeline in Indianapolis ne hundred Avenue at Beach 1 2 2.5 21070.00 Boulevard. 172 LF twenty two & 50 $ $ 4. Install 12-inch Class 200 hundred PVC pipeline in Indianapolis Avenue at [ne inety six 196. 8820.00 Beach Boulevard 45 LF $ $ 5. Install 24-inch steel casing in Indianapolis Avenue at Three hund Beach Boulevard, with ighty five 385. 63140.00 $ receiving pit, and jacking pit 164 LF $ 6. Install 12-inch cut in valve Sixty nine hund assembly 1 EA ighty-five ^.-_--(f $ 6985. $ 6985.00 7. Flushing, Pressure Testing, Three thous. Disinfection, Dechlorination 1 LS twenty five $ 3 0 2 5. $ 3 0 2 5. 0 0 8. Traffic control 1 LS i een ou s & 1 0 0 . $1 51 0 0. 0 0 9. Water Pollutant Control Sixty four hund Program 1 LS 0400. $ 6400.00 10. Sheeting, shoring, and/or Nineteen thous 9500. 19500.00 bracing 1 LS five hundred $ $ 11. Additional potholing 15 EA Four hund .ten $ 1 0 . $.00 12. Demobilization and Sixty six hund 6600. 6600.00 Cleanup 1 LS $ $ 13. Replace Existing Traffic Nine hundred Control Loop 8 EA sixty $ 9 6 0. $ 7 6 8 0.0 0 Sub -Total Amount for All Bid Items - SCHEDULE B $1 98 , 020.00 C-4 PROJECT BID SCHEDULE C Watermain Replacement Project, Beach Boulevard, from Indianapolis Avenue to 170 feet North of Joliet Avenue BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS we ve ous f' 2. Install 12-inch Class 150 One hundred PVC pipeline in Beach thirty five 135. 7500.00 Boulevard 500 LF $ 3. Install 8-inch Class 150 Two hundred PVC pipeline in Beach twenty one 221. $ 5525.00 Boulevard 25 LF $ 4. Flushing, Pressure Testing, Three thous 3050. 3050.00 Disinfection, Dechlorination 1 LS fifty $ $ 5. Traffic control 1 LS ten thous one $ 6. Water Pollutant Control Fourty three hu 4325. 4325.00 Program 1 LS twenty five $ $ 7. Sheeting, shoring, and/or Fourty nine 4995. 4995.00 bracing 1 LS ninety five $ $ 8. Additional potholing 20 EA our un . en $ $ . 00 9. Demobilization and Sixty three 6300. 6300.00 Cleanup 1 LS hundred $ $ 10. Replace Existing Traffic Nine hund. sixty 960. 3840.00 Control Loop 4 EA $ $ Sub -Total Amount for All Bid Items — SCHEDULE C 126335. 00 C-S PROJECT BID SCHEDULE D Watermain Replacement Project, Joliet Avenue, from Georgia Street to Beach Boulevard BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS we ve thou. 2 J b U . $ 2. Install 8-inch Class 150 Seventy three 73. 23725.00 PVC pipeline in Joliet dollars Avenue 325 LF $ $ 3. Install 8-inch Class 150 and Cne hundred 200 PVC pipeline in hree dollars 103. 11845.00 Georgia Street at Joliet Avenue 115 LF $ $ 4. Install 4-inch cut in valve Fourty eight 4850. 9700.00 assembly 2 EA iund. fifty $ $ 5. Construct fire hydrant 3ixty four hund 6450. 6450.00 assembly 1 EA i f t $ $ 6. Remove and salvage Fifteen hund 1550. 1550.00 existing fire hydrant 1 EA i f ty $ $ 7. Remove existing valve box ne hundred 195. 585.00 and cover 3 EA kinety five $ $ 8. Cut and cap/seat existing ix hund.ninety 690. 1380.00 waterline 2 EA $ $ 9. Install 2-inch air and Fourty seven 4750. 4750,00 vacuum assembly 1 EA Ilund fifty $ $ 10. Relocation of sewer laterals 6 EA ineteen hund �925 . $1 1 550. 00 11, Flushing, Pressure Testing, r1hirty one hund 3100. 3100.00 Disinfection, Dechlorination 1 LS $ $ 12. Traffic control 1 LS Sixty five hund $_500 . $ 6500. 00 13. Sheeting, shoring, and/or Fourty sevenhun 4725. 4725.00 bracing 1 LS twenty five $ $ 14. Additional potholing 20 EA our hundred ten $41 0 . $ 8200. 00 15. Demobilization and Cleanup 1 LS Six thousand �000 . $ 6000.00 16. Install new 1-inch Fourty four hund fourt y five 4445. 22225.00 polyethylene water service, connect to existing 3/4-inch meter 5 EA $ $ 17. Install new 2-inch copper Thirty three hund water service, connect to thirty five 3335. 3335.00 existing 1 1/2-inch meter 1 EA $ 1 $ Sub -Total Amount for All Bid Items - SCHEDULE D $1 37970.00 C-6 PROJECT BID SCHEDULE E Watermain Replacement Project, Utica Avenue, from Florida Street to Beach Boulevard BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS 450. 2450.00 2. Install 8-inch Class 150 and Seventy nine 79. 4661 0.00 200 PVC pipeline in Utica Avenue 590 LF $ $ 3. Construct fire hydrant Sixty one hund 6100. 12200.00 assembly 2 EA $ $ 4. Remove and salvage Fifteen hund 1550. 3100.00 existing fire hydrant 2 EA EiftY $ $ 5. Remove existing valve box One hundred 195. 1170.00 and cover 6 EA ainety five $ $ 6. Cut and cap/seal existing Six hundred 690. 1380.00 waterline 2 EA iinety $ $ 7. Relocation of sewer lateral 6 EA ineteen hund went five L925 . $ 8. Flushing, Pressure Testing, rhirty six hund 3600. 3600.00 Disinfection, Dechlorination 1 LS $ $ 9. Traffic control 1 LS 3 ixt ev p hun 0775 . $6775. 00 10. Sheeting, shoring, and/or 7ive thousand 5050. 5050.00 bracing 1 LS fifty $ $ 11. Additional potholing 20 EA Four hund. ten $41 0. $8200.00 12. Demobilization and 3ixty five hund 6500. 6500.00 Cleanup 1 LS $ $ 13. Install new 1-inch ourty one hund 4100. 28700.00 polyethylene water service, connect to existing 3/4-inch meter 7 EA $ $ 14. Install new 1-inch wenty five hun 2550. 2550.00 polyethylene water service, fifty connect to existing 1-inch meter 1 EA $ $ 15. Install new 2-inch copper ourty five hund water service, connect to ten 4510. 13530.00 existing 2-inch meter 3 EA $ $ 16. Install new 2-inch copper Thirty three huit water service, connect to ninety 3390. 3390.00 existing 1 1/2-inch meter 1 EA $ $ Sub -Total Amount for All Bid Items - SCHEDULE E $1 66755.00 C-7 PROJECT BID SCHEDULE F Watermain Removal Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue BIl) ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS fit eenift un $ . UU LL 2. Install 6-inch, 8-inch and One hundred 100. 130000.00 12-inch Class 150 and 200 PVC pipeline in Beach Boulevard 1300 LF $ $ 3. Construct 12-inch D.I. Tive hundred inverted siphon assembly 31 LF twenty $ 520. $1 61 20.00 4. Install 12-inch Class 150 Four hundred PVC watermain in Beach sixty 460. 11040.00 Boulevard at Yorktown Avenue 24 LF $ $ 5. Construct 12-inch D.I. Three hund siphon assembly 49 LF fourty $ 340. 6660.00 6. Construct waterline Ten thousand 10500. 10500,00 connection in Beach five hundred Boulevard 1 LS $ $ 7. Remove and salvage fire hydrant Fifteen hund 550 . 31 0 0.0 0 existing 2 EA fifty $1 $ S. Construct fire hydrant Sixty one hund 6125. 12250.00 assembly 2 EA twenty five $ $ 9. Remove existing valve box One hund.ninety 195. 975.00 and cover 5 EA five $ $ 10. Cut and cap/seal existing EA Six hundred 690. 414000 . waterline 6 ninety $ $ 11. Remove and dispose of Fourteen hund 1400. 1400.00 existing valve and interfering piping 1 EA $ $ 12. Flushing, Pressure Testing, Thirty three 3325. 3325.00 Disinfection, Dechlorination 1 LS hund twenty f i E$ $ 13. Traffic control 1 LS Sixteen thous. 1$6000. $16000.00 14. Water Pollutant Control Seventy one Program 1 LS hundred $71 00 . $ 71 00.00 15. Sheeting, shoring, and/or Sixty eight 6800. 6800.00 bracing 1 LS hundred $ $ 16. Additional potholing 30 EA Fourhund ten $ 41 0. $2300.00 17. Demobilization and Fifty seven 5700. 5700.00 Cleanup hundred 1 LS $ $ C-s PROJECT BID SCHEDULE F Watermain Removal Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue B11) ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 18. Install 8-inch cut in valve Sixty fivehund 6575. 13150.00 assembly 2 EA seventy five $ 19. Install 4-inch pump -out Ten thous.thre 10375. 10375.00 assembly 1 EA hund seventyf i es $ 20. Install 2-inch air and Fifty nine hun 5925. 11850.00 vacuum assembly 2 EA twenty five $ $ 21. Install new 1-inch Twenty ninehund 2915. 5830.00 polyethylene water service, fifteen connect to existing 1-inch meter 2 EA Is 22. Install new 2-inch copper Thirty two hund 3275. 31 0 0.0 0 water service, connect to seventy five existing 2-inch meter 4 EA $ $ 23. Replace Existing Traffic Nine hundred 980. 7840.00 Control Loop 8 EA eighty $ $ Sub -Total Amount for All Bid Items — SCHEDULE F $ 333055.00 C-9 PROJECT BID SCHEDULE G Watermain Replacement Project, Beach Boulevard, from Clay Avenue to Garfield Avenue BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words o t C t 1. Mobilization 1 LS fit eive huhu ous ndred � • - $ 2. Cut and cap/seal existing Fourteen hund 1400. 5600.00 waterline 4 EA $ $ 3. Remove existing valve box one hundred 190. 760.00 and cover 4 EA ninety $ $ 4. Construct fire hydrant Sixty one hund 6100. 6100.00 assembly 1 EA $ $ 5. Remove and salvage Fifteen hund 1550. 1,550.00 existing fire hydrant 1 EA fifty $ 1 $ 6. Traffic control 1 LS Sixty six hun $ 7. Water Pollutant Control ourty one hund fifty 4150. 4150.00 Program 1 LS $ $ 8. Sheeting, shoring, and/or Thirty nine hun 3950. 3950.00 bracing 1 LS fifty $ $ 9. Additional potholing 10 EA our hund, ten $ . $ 10. Demobilization and Cleanup 1 LS 3ix thousand §000. �000 .00 11. Install new 1-inch Thirty six hund 3690. 7380.00 polyethylene water service, ainety connect to existing 1-inch meter 2 EA $ $ 12. Install new 1-inch ourty five hun fifty five 4555. 4555.00 polyethylene water service, connect to existing 3/4-inch meter 1 EA $ $ 13. Install new 2-inch copper Fourty two hund seventy five 4275. 25650.00 water service, connect to existing 2-inch meter 6 EA $ $ 14. Install new 2-inch copper rhirty nine hun water service, connect to twenty five 3925. 11775.00 existing 1 1/2-inch meter 3 EA $ $ Sub -Total Amount for All Bid Items - SCHEDULE G $ 101670.00 C-10 PROJECT BID SCHEDULE H Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS Thirteen thous $-1J6U0. 13600.00 2. Install 8-inch Class 150 Eighty two 82. 46330.00 PVC pipeline in Clay Avenue 565 LF $ $ 3. Install 12-inch Class 350 D.I. pipeline in Clay Avenue at Beach Boulevard 120 LF $ $ 4. Install 24-inch steel casing in Clay Avenue across Beach Boulevard, with receiving pit and jacking pit 96 LF $ $ 5. Install 8-inch Class 150 Three hundred PVC pipeline at the Beach fourty 340. 18700.00 Boulevard and Clay Avenue intersection 55 LF $ $ 6. Install 8-inch Class 200 Three hundred 355. 6035.00 PVC pipeline in Coenson fifty five Circle at Clay Avenue 17 LF $ $ 7. Remove and salvage Fifteen hundre 1550. 4650.00 existing fire hydrant 3 EA fifty $ $ 8. Construct fire hydrant Sixty seven hund twenty five �0175.00 assembly 3 EA Y $6725. 9. Cut and cap/seal existing Six hundred waterline 4 EA ninety $ 690. $2760.00 10. Remove existing valve box EA One hund. ninet 195. 1170.00 $ and cover 6 five $ 11. Remove and dispose of Fifteen hund. 1550. 1550.00 existing valve and fifty interfering pipeline 1 EA $ $ 12. Relocation of sewer laterals 10 EA the een hund twentyfive - $ 13. Flushing, Pressure Testing, Thirty three 3325. 3325.00 Disinfection, Dechlorination 1 LS and twenty f iv $ $ 14. Traffic control 1 LS inety four hiindnpwl $ a a n n _ $ ALD- II. 15. Sheeting, shoring, and/or Five thous bracing 1 LS eighty $ 5080. $5080.00 16. Additional potholing 20 EA hundred $ 41 0. $g200 _ 00 tun 17. Demobilization and Fifty two hund 5200. 5200.00 Cleanup 1 LS $ $ C-11 PROJECT BID SCHEDULE H Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 18. Install 8-inch cut in valve Fourty one hund fifty 4150. 8300.00 assembly 2 EA $ $ 19. Install 12-inch cut in valve Fifty seven 5700. 5700.00 assembly 1 EA hundred $ $ 20. Install new 1-inch Thirty one hund fifty 3150. 25200.00 polyethylene water service, connect to existing 1-inch meter 8 EA $ $ 21. Install new 1-inch Thirty three polyethylene water service, hund. ten 3310. 3 31 0.0 0 connect to existing 3/4-inch meter 1 EA $ $ 22.i Water Pollutant Control Sixty one hund 6115.00 Program 1 EA fifteen $6115. $ Sub -Total Amount for All Bid Items — SCHEDULE H $ 214050.00 C-12 PROJECT BID SCHEDULE I Watermain Replacement Project, Main Street, from Florida Street to Beach Boulevard BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS it een thous five hund $ 2. Install 8-inch Class 150 Eighty five & 85.50 51300.00 PVC pipeline in Main Street 600 LF fifty cents $ $ 3. Construct connection in Thirteen thous 13990. 13990.00 Ellis Avenue 1 LS nine hund nine $ 4. Remove and dispose of Fifteen hund 1520. 1520.00 existing valve and twenty interfering pipeline 1 EA $ $ 5. Cut and cap/seal existing Six hundred waterline 2 EA ninety y $690. $1380.00 6. Flushing, Pressure Testing, Thirty five hun 3500. 3500.00 Disinfection, Dechlorination 1 LS $ $ 7. Traffic control 1 LS$ fifty eighthun 45850. 5850.00 S. Water Pollutant Control Fifty eight hun 5850. 5850.00 Program 1 LS fifty $ $ 9. Sheeting, shoring, and/or Sixty five hund 6500. 6500.00 bracing 1 LS $ $ 10. Additional potholing 18 EA Fr gen hundred 11. Replace Existing Traffic Nine hund eight Control Loop 4 EA $ 980. 4920.00 12. Demobilization and Sixty three hun 6300. 6300.00 Cleanup 1 LS $ $ Sub -Total Amount for All Bid Items - SCHEDULE 1 $ 1 20990.00 C-13 PROJECT BID SCHEDULE J Watermain Replacement Project Alley Rehabilitation for All Sites BID ITEMS Bid Schedule J — NOT USED. C-14 PROJECT BID SCHEDULE BID ITEMS PROJECT BID SCHEDULE TOTALS CC-1331 WATERMAIN REPLACEMENT PROJECT Sub -Total Bid Schedule A - Not Used 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 Sub -Total Bid Schedule H Sub -Total Bid Schedule I Sub -Total Bid Schedule J - Not Used TOTAL BID AMOUNT (Schedules B-1) TOTAL BID AMOUNT IN WORDS: - - - i 00 l�-�t335 as 37, 70 . do �la -7 55_ ov 33�. �5s.ov /61/1 1,70 -dv a0/,� 00 IN 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-is City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For Annual Water Main Replacement Various Locations and /Montt Beach Boulevard June 6, 2008 Notice to All Bidders: Please note the following revision to the project, Specifications, and Technical Provisions: The following shall be deleted from the Specifications, Section C, page C-11. Project Bid Schedule H, Item No_ 4., shall be deleted. 4. Install 24-inch steel casing in Clay Avenue across Beach Boulevard, with receiving pit and jacking pit 96 LF $ $ The following shall be added to Specifications, Section C, page C-11: Project Bid Schedule H, Item No. 4., shall be added as follows: 4. 1 Not Used NA NA NA NA Bid Proposals hand marked as shown herein will be accepted by the City, The following shall be amended from the Specifications, page is Shall be changed to: BIDS DUE: June 10, 2008, 2:00 PM, 2ND FLOOR BIDS DUE: June 12, 2008, 2:00 PM, 2ND FLOOR -1 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For Annual Water Main Replacement Various Locations and Along Beach Boulevard, CC1331 Jane 11, 2008 Notice to All Bidders, Please note the following revision to the project, Specifications: The following shall be deleted from the Specifications, Section C, page C-11: Project Bid Schedule H, Item No. 3., shall be deleted. 3. Install 12-inch Class 350 D.I. pipeline in Clay Avenue at 1 I Is Beach Boulevard 120 LF - The following shall be added to Specifications, Section C, page C-11: Project Bid Schedule H, Item No. 3., shall be added as follows: 3. 1 Not used NA I NA NA INA Bid Proposals hand marked as shown herein will be accepted by the City. The following shall be amended from the Specifications, page is Shall be changed to: BIDS DUE: June 12, 2008, 2:00 PM, 2ND FLOOR BIDS DUE: June 17, 2008, 2:00 PM, 2ND FLOOR _1 PROTECT BID SCHEDULE BIT) ITEMS 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 Vumeca Adtiressof:.Suhev itraclor Rite License C7cass a �'vrk Numher.] �fi�ew-l- I 4"mot � JL1, It e k 11-ff�L_12 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-16 PROJECT BID SCHEDULE BID ITEMS NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDEN AND SUBMITTED WITH BID State of California ss. County of Orange r bein first duly sworn, deposes and says that he or she is of the party making the foregoing bid that the bid is not made in the interes f, 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. BN GINEE NG INC ame of Bid er Signature of Bidder 2602 S. HALLADAY STREET Q Address of Bidder SANTA ANA, CA 9 2 7 0 5 Subscribed and sworn to before me this ` day of J-(. n , 2008. NOTARY PUBLIC C-17 ------------- C.J. CENNAMO COMMISSION 0171848E p Notary Public - Caf i1 y ORANGE COUNTY 9 MY Comm- Expired Jan. 20, 20ff NOTARYSEAL PROJECT BID SCHEDULE BID ITEMS 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 Construction of Watermain Replacement Project, Indianapolis Avenue and Beach Boulevard Intersection; Watermain Replacement Project, Beach Boulevard, from Indianapolis Avenue to 170 feet North of Joliet Avenue; Watermain Replacement Project, Joliet Avenue, from Georgia Street to Beach Boulevard; Watermain Replacement Project, Utica Avenue, from Florida Street to Beach Boulevard; Watermain Replacement Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue; Watermain Removal Project, Beach Boulevard, from Clay Avenue to Garfield Avenue; Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard; Watermain Replacement Project, Main Street, from Florida Street to Beach Boulevard (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: 6/16/08 C-18 BN P1EffG_rNEJE RI NC. ntractor By Paul Bieber Vice President/Secretary Title PROJECT BID SCHEDULE BID ITEMS 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 ZI 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-19 PROJECT BID SCHEDULE BID ITEMS 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. Date: 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. 6/16/08 C-20 BNB ENGINEERING INC Co ractor By Pau ie er Vice President/Secretary Title PROJECT BID SCHEDULE BID ITEMS 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: BNB ENGINEERING INC. Contractor By Paul Bieber Vice President/Secretary Title Date: 6/16/08 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-21 PROJECT BID SCHEDULE BID ITEMS BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: BNB ENGINEERING INC. Bidder Name 2602 S. HALLADAY STREET Business Address SANTA ANA, CA 92705 City, ( 714 ) 641 —3745 Telephone Number 620582 A/HAZ State Contractor's License No. and Class 5/31 /1 991 Original Date Issued 5/31/2009 Expiration Date The work site was inspected by Je s se /Mat t State Zip of our office on 6 / 1 / 2008. The following are persons, firms, and corporations having a principal interest in this proposal: C-22 PROJECT BID SCHEDULE BID ITEMS 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. PAUL BIEBER Printed or Typed Signature Subscribed and sworn to before me this _ day of NOTARY PUBLIC 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. Name and Address of Public Name and Telephone No. of Project Manager: Y/ LAW kk191501 A Type of Work Date Completed Name and Address of Public Agency (, /I Name and Telephone No. of Project Manager: '�wM -- 9-► &6 4121 g ° O-D CoAmount :U; 3. V ' Name and Address of Public Agency Type of Work Date Completed Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed C-23 Bond No. N/A BID BOND The American Institute of Architects, AIA Document No. A310 (February, 1970 Edition) KNOW ALL MEN BY THESE PRESENTS, that we BNB ENGINEERING, INC. as Principal hereinafter called the Principal, and MERCHANTS BONDING COMPANY a corporation duly organized under the laws of the state of are held and firmly bound unto CITY OF HUNTINGTON BEACH IOWA as Surety, hereinafter called the Surety, as Obligee, hereinafter called the Obligee, in the sum of TEN PERCENT OF THE AMOUNT BID 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 BEACH BLVD. - INDIANAPOLIS AVE AND BEACH BLVD. INTERSECTION 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 ORSC 21328 (5197) I Oth day of June , 20G8 — B BE"INEEG, INC. Witness at (Seal) By:.— Pa I l3ieber, V. Nres. /sec Name!Tide Witness COMPANY (F eal) Attorney -in --Fact Merchants ending Company (Mutual) Know A(I Persons By These Presents, that the MERCHANTS BONDING COMPANY (MUTUAL), a corporation duly organized under the laws of the State of Iowa, and having its principal office in the City of Des Moines, County of Polk, State of Iowa, hath made, constituted and appointed, and does by these presents make, constitute and appoint Betty To Peacock, Donald P. Sharp, Sherrie Lee Henry Of Visalia and State of California its true and lawful Attorney -in -Fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of. FIVE MILLION ($5,000,000.00) DOLLARS and to bind the MERCHANTS BONDING COMPANY (MUTUAL) thereby as fully and to the,same extent as if such bond or undertaking was signed by the duly authorized officers of the MERCHANTS BONDING COMPANY (MUTUAL), and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power -of -Attorney is made and executed pursuant to and by authority of the following Amended Substituted and Restated By - Laws adopted by the Board of Directors of the MERCHANTS BONDING COMPANY (MUTUAL) on November 16, 2002., ARTICLE 11, SECTION 8 - The Chairman of the board or President or any Vice President or Secretary shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and,attach the Seal of the . Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. ARTICLE 11, SECTION 3 - The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or Certification thereof authorizing the execution and delivery 'of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seat when so used shall have the same force and effect as though manually fixed. In Witness Whereof, MERCHANTS BONDING COMPANY (MUTUAL) has caused these presents to be signed by its President and its corporate seal to be hereto affixed, this 11th day of February , 2008 STATE OF IOWA COUNTY OF POLK ss. MERCHANTS BONDING COMPANY (MUTUAL) President On this 11 th day of February , 2008 , before me appeared Larry Taylor, to me personally known, whobeing by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL), the corporation described in the foregoing instrument, and that the Seal affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrumentwas signed and sealed in behalf of said Corporation by authority of its Board of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, lava, the day and year first above written. a Cl DY SMYTH �. _ Commission Number 173504 ,o My Commission Expires l March 16, 2009 Notary Public, Polk County, Iowa STATE OF IOWA COUNTY OF POLK ss 1, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL), do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said MERCHANTS BONDING COMPANY (MUTUAL), which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Company on this 10TH day of JUNE 2008 POA 0001 (1/06) �qlJkP O,Q,�'Oa •. d' 1933 eyJ�y . •;��` o ° PY .A, • �.,��oo Secretary CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of TULARE On JUNE 10, Date personally appeared 2008 before me, WILLIAM R . DADDS , NOTARY PUBLIC Here Insert Name and Title of the Officer DONALD P. SHARP 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: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Number of Pages: Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer — Title(s): ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Partner — ❑ Limited ❑ General El_ Attorney in Fact RISE❑ Attorney in Fact e ❑ Trustee Top of thumb here ❑ Trustee Top of thumb here ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing: 02007 National Notary Association • 9350 De Soto Ave., P.O Box 2402 • Chatsworth, CA 91313-2402 • www.NationaiNotary.org Item #5907 Reorder: Call Toll -Free 1-800-876-6827 • 2000 MAIN STREET OFFICE OF THE CITY CLERK JOAN L. FLYNN CITY CLERK September 10, 2008 West Valley Construction 10226 Green Leaf Ave. Santa Fe Springs, CA 90670 RE: CC-1331 — Construction of Watermain Replacement Project Enclosed please find your original bid bond for CC-1331. Sincerely, Joan L. Flynn, CMC City Clerk JF:pe Enclosure CALIFORNIA 92648 g : /followup/cas hcont/retu rnbid bond. doc (Telephone: 714-536-5227 ) 1"westvalley, CONSTRUCTION SINCEWW 1 9 5 8 P.O. Box 5639 Sari Jose, CA 95150 10226 & E EN LEAF AVE. SANTA FE SPRINGS, CA 90670 20H JUT11 17 N 1: 41 ATTN: CITY CLERK 2ND FLOOR CITY HALL 2000 MAIN ST. HUNTINGTON BEACH, CA 92648 "SEALED BID" For Construction Of Water main Replacement Project, Indianapolis Ave. And Beach Blvd. Intersection Water main Replacement Project, Beach Blvd. From Indianapolis Ave To 170 Feet North Of Joliet Ave. From Georgia Street To Beach Blvd. Water main Replacement Project, Utica Ave. From Florida St. To Beach Blvd. Water main Replacement Project, Beach Blvd. From Utica Ave. To Yorktown Ave. Water main Removal Project, Beach Blvd. From Clay Ave. To Garfield Ave. Water main Replacement Project, Clay Ave. From Florida St. To Beach Blvd. Water main Replacement Project, Main St. From Florida St. To Beach Blvd. In The CITY OF HUNTINGTON BEACH — DO NOT OPEN WITH REGULAR MAIL SECTION C PROPOSAL for the CONSTRUCTION OF Watermain Replacement Project, Indianapolis Avenue and Beach Boulevard Intersection Watermain Replacement Project, Beach Boulevard, from Indianapolis Avenue to 170 feet North of Joliet Avenue Watermain Replacement Project, Joliet Avenue, from Georgia Street to Beach Boulevard Watermain Replacement Project, Utica Avenue, from Florida Street to Beach Boulevard Watermain Replacement Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue Watermain Removal Project, Beach Boulevard, from Clay Avenue to Garfield Avenue Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard Watermain Replacement Project, Main Street, from Florida Street to Beach Boulevard CASH CONTRACT No.1331 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 C-1 West Valley Construction Company, Inc. then issue a 2nd Notice to Proceed to the undersigned to commence immediately with the physical site work thereafter to be completed within a Two Hundred (200) 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 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. adder's Bond Accompanying this proposal of bid, fin m 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 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: ;Addencta'i1�'o `sa__1e;$ece�vee� Ivy© 61 0. 05 „ltU- My4✓� 0/ C-2 West Valley Construction Company, Inc. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBED ONE For Annual Water Main Re2Gacement Vairlou§ Locations and Along Beach Boulevard June 6, 2008 Notice to All Bidders: Please note the following revision to the project, Specifications, and Technical Provisions: The following shall be deleted from the Specifications, Section C, page D-11: Project Bid Schedule H, Item No. 4., shall be deleted. 4. Install 24-inch steel casing in Clay Avenue across Beach Boulevard, with receiving pit and jacking pit 96 L.F $ $ The following shall be added to Specifications, Section C, page C-11: Project Bid Schedule H, Item No. 4., shall be added as follows: 4. 1 Not Used NA NA NA NA Bid Proposals hand marked as shown herein will be accepted by the City. The following shall be amended from the Specifications, page is Shall be changed to: BIDS DUE: Jane 10, 2008, 2:00 PM, 2ND FLOOR BIDS DUE: June 12, 2008, 2:00 PM, 2ND FLOOR JUN-06-2008 16:11 P.03 The fo9lowino shall be amended from the Specificatigns, page A•9,..paragraph 1: PUBLIC NOTICE I$ KEREBY 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 Clsrlt, Second Floor, 2000 Main Street, Huntington Beach, California 92648, up to the hour of 2:OOPM, on June 10, 2008. Bids will be publicly open in the Council Chambers unless otherwise posted. Shall be changed to: PUBLIC NOTICE IS HERESY OWEN that the CITY OF HUNTINGTON BEACH, as AGENCY, invltes sealed bids for the above stated projects and will receive such bids in the office of the City Cleric, Second Floor, 2000 Main Street, Huntington Beach, California 92648, up to the hour of 2:OOPM, on June 12, 2008. Bids will be publicly open in the Council Chambers unless otherwise posted, This modiftaton does not change the Engineer's Estimate for this project, This is to acknowledge receipt and review of Addendum Plumber, tui 7;16, 2008, WIEST VALLEY CONSTR.1SC'[.ON COWANY, TNC, Company Nam* BY . PONCATO 42 Z-ez z �E) Ire e Ail bidders must acknowledge the receipt of this Addendum# with your hid proposal. Should you have any questions regarding this Addendum, please tali Andrew f=arrigno at (714)538-5291. TOTAL P.03 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For Annual Water Main ReRlacement Various Locations and Along Beach Boulevard. CC1331 June.11..2008 Notice to All Bidders: Please note the following revision to the project, Specifications: The following shall be deleted from the Specifications, Section C, page C-1 V Project Bid Schedule H, Item No. 3., shall be deleted. 3. Install 12-inch Class 350 D.I. pipeline in Clay Avenue at Beach Boulevard 120 LF $ $ The following shall be added to Specifications, Section C, page C-11: Project Bid Schedule H, Item No. 3., shall be.added as follows: 3. 1 Not Used NA NA NA J NA Bid Proposals hand marked as shown herein will be accepted by the City. The following shall be amended from the Specifications, page is Shall be changed to: BIDS DUE: June 12, 2008, 2:00 PM, 21ND FLOOR BIDS DUE: June 17, 2008, 2:00 PM, 2ND FLOOR The following shall be amended from the Sp+ecifleations, page A-1, paragraph I PUBLIC NOTICS IS HEREBY GIVEN that the CITY OF HVNTINGTON BEACH, as AGENCY, Invites seated 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 2,00PM, on June 12, 2008. Bids will be publicly open in the Council Chambers unless otherwise posted. Shall be changed to: PUBLIC NOTIC15 IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH, as AWNCY,"invites sealed bids fbr the above stated projects and will receive•suoh bids in the office of the City Clerk, Second Floor, 2000 Main Street, Huntington Reach, California 92648, up to the hour of 2:O0PM, on .dune 17, 2008. Bids will be publicly open in the Council Chambers unless otherwise posted, This modification does not change the Engineer`s Estimate for this project. �rw0 l` This is to acknowledge reralpt and review of Addendum Number o fet , dated June ..6, 2008. Wesat Valley Construction Company, Inc. 1 .® Company Name By Dennis L. Poneato Assistant Vice President Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please, call Andrew Fsrrigno at (714)536-5291, •2 PROJECT BID SCHEDULE A Watermain Replacement Project, Indianapolis Avenue and Beach Boulevard Intersection BID ITEMS Bid Schedule A — NOT USED. C-3 West Valley Construction Company, Inc. PROJECT BID SCHEDULE B Watermain Replacement Project, Indianapolis Avenue and Beach Boulevard Intersection BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS 'Toe4d y Ta. .;,AA0 $�d ®'`'"' $ZO,��►p=' 2. Install 8-inch Class 150 PVC pipeline in 0 14i,A f0 ,ee, Indianapolis Avenue at Beach Boulevard 110 LF �'S Y $ too - $ 19, sop, - 3. Install 12-inch Class 350 DI pipeline in Indianapolis Avenue at Beach S--/tm Boulevard. 172 LF- 4. Install 12-inch Class 200 PVC pipeline in Indianapolis Avenue %�✓i+vt,t at Beach Boulevard 45 LF s'„� ,� 5. Install 24-inch steel casing in Indianapolis Avenue at I, Beach Boulevard, with receiving pit, and jacking pit 164 LF sir I%vno�rr.� t,��y c� GGD 6. Install 12-inch cut in valve assembly 1 EA S�v,>�..� $ °?j0013. $ 'i,li0.' 7. Flushing, Pressure Testing, Disinfection, Dechlorination 1 LS p /"), /110V. a0l),� $ 8. Traffic control 1 LS 9. Water Pollutant Control Program 1 LS F,ve- /tnar�c.,,,� 10. Sheeting, shoring, and/or bracing 1 LS Se%v&o lkvvs;t- $ °7 qPo'- $ %, 0,90, 11. Additional potholing 15 EA 12. Demobilization and Cleanup 1 LS �! ��.>- 1lno�,� $1/, 4.n� 13. Replace Existing Traffic Control Loop 8 EA -� ��� lnr��'s`.n $ /i %' $ 4 ,,(l�°li. Sub -Total Amount for All Bid Items — SCHEDULE B $ 2 Z "/, �'So•. ` C-4 West Valley Construction Company, Inc. PROJECT BID SCHEDULE C Watermain Replacement Project, Beach Boulevard, from Indianapolis Avenue to 170 feet North of Joliet Avenue BID ITEMS Item I Unit No. Description Quantltv Unit Unit Cost in Words �_ _Qost Total Cost 1. Mobilization 1 LS 2. Install 12-inch Class 150 PVC pipeline in Beach Boulevard 500 LF $ 3. Install 8-inch Class 150 PVC pipeline in Beach Boulevard 25 L F 1$ 4;?S-k'_ 4. Flushing, Pressure Testing, Disinfection, Dechlorination 1 LS 3,-x feeoi $ 46PO-"2 5. Traffic control 1 LS 0001 6. Water Pollutant Control Program 1 LS T Sheeting, shoring, and/or bracing 1 LS e, 71, $ - y -0 _O'q' - $ - 'Loa, 8. Additional potholing 20 EA rrz�$ 9. Demobilization and Cleanup 1 LS $L3, �tv' 10. Replace Existing Traffic I Control Loop I 4 EA $ Sub -Total Amount for All Bid Items — SCHEDULE C $ 12 -7, 'o-s-v, C-S West Valley Construction Company, Inc. PROJECT BID SCHEDULE D Watermain Replacement Project, Joliet Avenue, from Georgia Street to Beach Boulevard RTD ITEMS Item I Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS j $ $ -1oK-6 2. Install 8-inch Class 150 PVC pipeline in Joliet�� Avenue 325 LF 3. Install 8-inch Class 150 and 200 PVC pipeline in Georgia Street at Joliet Avenue 115 LF%u1�`ip4e ` $ �PJpl�^ $9-3 4. Install 4-inch cut in valve assembly 2 EA �9*',Ad $ 3,-SW $ %,000- " 5. Construct fire hydrant assembly 1 EA y� !"�w Je�sc�:® $ 9,Dr?lJ e $ 6. Remove and salvage existing fire hydrant 1 EA �1 Pi,i'e, $ �a�3=� $ Oc�. 7. Remove existing valve box and cover 3 EA T o4ee l liv-11 P $ /i 340, $ 3,904)t r 8. Cut and cap/seal existing waterline 2 EA j a-r.p /A,.; ,,, A $ 1, t%�A� $ 0,iCV- 9. Install 2-inch air and vacuum assembly 1 EA � �C,;e_ $ C% >" 10. Relocation of sewer laterals 6 EA -77.,,e-IrFe, 4,1 i/ $ 'S�i�,` $ /S;D 0, 11. Flushing, Pressure Testing, Disinfection, Dechlorination 1 LS 12. Traffic control 1 LS Y $� $ 13. Sheeting, shoring, and/or bracing 1 L5,,�.aw z� $ / /�L�p� $ 14. Additional potholing 20 EA 15. Demobilization and Cleanup 1 LS $ �IV19, $ .; 0190, 16. Install new 1-inch polyethylene water service, connect to existing 3/4-inch/ R., A rd meter 5 EA $ 17. Install new 2-inch copper water service, connect to4�},,,, existing 1 1/2-inch meter i EA `��� $ � $ Sub -Total Amount for All Bid Items — SCHEDULE D $ C-6 West Valley Construction Company, Inc. PROJECT BID SCHEDULE E Watermain Replacement Project, Utica Avenue, from Florida Street to Beach Boulevard BID ITEMS Item I Unit No. Description Quantitv Unit Unit Cost in Words Cost Total Cost 1 Mobilization 1 LS gi�Afee, $ /A 060, 2. Install 8-inch Class 150 and 200 PVC pipeline in Utica Avenue 590 LF 3. Construct fire hydrant assembly 2 EA $A4' —041!:) 4. Remove and salvage existing fire hydrant 2 EA IiAne i4-,,&e,V $ /)9 5. Remove existing valve box ee-,n lj`-Ze� and cover 6 EA A 6. Cut and cap/seal existing waterline 2 EA I $ $ 7. Relocation of sewer lateral 6 EA $ 1Y A0. 8. Flushing, Pressure Testing, Disinfection, Dechlorination 1 LS 44e� 4600e_ 9. Traffic control 1 LS 7k-, 10. Sheeting, shoring, and/or bracing 1 LS 11. Additional potholing 20 EA $A ov, - 12. Demobilization and Cleanup 1 LS 13. Install new 1 -inch polyethylene water service, connect to existing 3/4-inch Aee., A meter 7 EA 14. Install new 1 -inch polyethylene water service, connect to existing 1-inch A- meter 1 EA IL ef $ %Ux 15. Install new 2-inch copper water service, connect to existing 2-inch meter 3 EA r_41 16. Install new 2-inch copper water service, connect to I existing 1 1/2-inch meter 1 EA 7A $ 3 (v o Sub -Total Amount for All Bid Items — SCHEDULE E 4-�. 5,210, C-7 West Valley Construction Company, Inc. PROJECT BID SCHEDULE F Watermain Removal Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue BID ITEMS Item I IUnit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. 1 Mobilization 1 LS �' �ee,� /kvavc� $, $ 2. Install 6-inch, 8-inch and 12-inch Class 150 and 200 PVC pipeline in Beach Boulevard 1300 LF O'e /�i°n`i�� � fY-S'` $ !�� ` $AS,�°G�, 3. Construct 12-inch D.I. inverted siphon assembly 31 LF 4. Install 12-inch Class 150 PVC watermain in Beach Boulevard at Yorktown Avenue 24 LF i4uA, e- $ Iq,goo, 5. Construct 12-inch D.I. �/ fi•�4�4r�!7C, /a - siphon assembly 49 LF �� 6. Construct waterline connection in Beach r !"' Boulevard 1 LS 7. Remove and salvage N���-"�� existing fire hydrant 2 EA $ 8. Construct fire hydrant �— o assembly 2 EA'��y"^ $,°� $ 9. Remove existing valve box 'fee " �"' ' /e�° and cover 5 EA"' $ 10. Cut and cap/seal existing waterline 6 EA 11. Remove and dispose of existing valve and interfering piping 1 EA 12. Flushing, Pressure Testing, Disinfection, Dechlorination 1 LS ��; `� $ Z�°� e $ 13. Traffic control 1 LS Ki /cam, '7Z o-�-J $194V°- $ I9 4V ,- 14. Water Pollutant Control Program 1 LS Um..e 15. Sheeting, shoring, and/or bracing 1 LS �— 16. Additional potholing 30 EA 17. Demobilization and Cleanup ✓I�l�,r :i,GL° 1 LS 1rr� lGuu� $ $ C-a West Valley Construction Company, Inc. PROJECT BID SCHEDULE F Watermain Removal Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue RM ITF,MS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 18. Install - nch cut in valve assembly2 EA �. rI re lG+ l��s �� $ �®� _ $ �� 17aUt _ 19. Install 4-inch pump -out assembly 1 EA $ G2,Pi&), 20. Install 2-inch air and � Jam/ �(/fJ �'S =M `f®��'� A vacuum assembly 2 EA f'ovr /4 yj 21. Install new 1-inch polyethylene water service, connect to existing 1-inch fJ %� �icsWei�Y "" $ 2XMI $ " meter 2 EA 22. Install new 2-inch copper water service, connect to 7 r, e existing 2-inch meter 4 EA 23. Replace Existing Traffic ^ `�` $ $ ®�'0`, Control Loop 8 EA rSub-Total Amount for All Bid Items — SCHEDULE F $ I�� _Z pp- — C-9 West Valley Construction Company, Inc. PROJECT BED SCHEDULE G Watermain Replacement Project, Beach Boulevard, from Clay Avenue to Garfield Avenue BED ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS he., -72,cN $, $ 4 Z, 2. Cut and cap/sea] existing waterline 4 EA /h, $-!Ko -,000, 3. Remove existing valve box ieeo 91`�e j C'40"- 49w, and cover 4 EA $ $ 4. Construct fire hydrant assembly 1 EA $ 5. Remove and salvage existing fire hydrant 1 EA S;X 6. Traffic control 1 LS - 7- 7. Water Pollutant Control Program 1 LS $- Lj-lv—,O, $-6 101, 8. Sheeting, shoring, and/or bracing 1 LS $ 9. Additional potholing 10 EA 7t,-,e e $ 10. Demobilization and Cleanup 1 LS 11. Install new 1-inch polyethylene water service, connect to existing 1-inch 0 ' meter 2 EA $ 12. Install new 1-inch polyethylene water service, connect to existing 3/4-inch Z llxv-i meter 1 EA 13, Install new 2-inch copper water service, connect to existing 2-inch meter 6 EA $ $ 14. Install new 2-inch copper water service, connect to - existing 1 1/2-inch meter 3 EA $ _I- $ Sub -Total Amount for All Bid Items - SCHEDULE G $ Vl'000r C-10 West Valley Construction Company, Inc. PROJECT BED SCHEDULE H Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard BR) ITEMS Item Unit No. Description Quantity Unit Unit Cost in Worgs Cost Total Cost 1. Mobilization 1 LS 2. Install 8-inch Class 150 PVC pipeline in Clay Avenue 565 LF 3. �0�. P AIA AIA IVA VA IVA H=m;tall -invi, eiass 85 V� -at-Beach-Boulovard 4. lnstaft241ndr-steet-casiftq in—Glay--Avenue—across, NA BeaGh---BGuIevard_,w with- IVA AAA AM receiving-pit-and-jaeking-pit- -e& L-f- 5. Install 8-inch Class 150 PVC pipeline at the Beach Boulevard and Clay Avenue intersection 55 L F /kree 'Y $ o, 6. Install 8-inch Class 200 PVC pipeline in Coenson Circle at Clay Avenue 17 L F Hare $ -?VO, $ &-CVO' 7. Remove and salvage I existing fire hydrant 3 EA $ 1/1 9110, 8. Construct fire hydrant assembly 3 EA re $ 9. Cut and cap/seal existing waterline 4 EA 10.1 Remove existing valve box and cover 6 EA $ 61 11. Remove and dispose of existing valve and interfering pipeline 1 EA Aj $ 06v, $_/y 12. Relocation of sewer laterals 10 EA 13.1 Flushing, Pressure Testing, Disinfection, Dechlorination 1 LS 7_1 41'_1 'e, -2 $ ,S-V 14.1 Traffic control 1 LS 1.5.1Sheeting, shoring, and/or bracing 1 LS 5,w 16. Additional potholing 20 EA i: e, $_J0 0610, 17. Demobilization and Cleanup 1 LS -70490"- $ C-11 West Valley Construction Company, Inc. PROJECT BID SCHEDULE H Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard BED ITEMS Item I Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 18.1 Install 8-inch cut in valve assembly 2 EA le"'el - 7- f) - $Oar Lam, 19. Install 12-inch cut in valve assembly 1 EA &O'ckL C-'Z. 20. Install new 1 -inch polyethylene water service, connect to existing 1-inch EA meter 8 $ 21. Install new 1 -inch polyethylene water service, connect to existing 3/4-inch 1 EA r'lle 0, 11VA 0-✓--e, ��dl b SDO meter 0 $ L 22.1 Water Pollutant Control Program 1 1 EA _'Vv04, $ $ Sub -Total Amount for All Bid Items — SCHEDULE H $ P- -3 �, C-12 West Valley Construction Company, Inc. PROJECT BID SCHEDULE I Watermain Replacement Project, Main Street, from Florida Street to Beach Boulevard BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS n C>0 e- 2. Install 8-inch Class 150 0,,e tic 60000 I PVC pipeline in Main Street 600 LF 3. Construct connection in Ellis Avenue 1 LS $ _111649' 9 4. Remove and dispose of existing valve and $ interfering pipeline 1 EA 5. I Cut and cap/seal existing eel- waterline EA 6. Flushing, Pressure Testing, Disinfection, Dechlorination 1 LS $2, —.0 061, 7. Traffic control 1 LS Sr*,A- 8. Water Pollutant Control Program 1 LS 9. Sheeting, shoring, and/or 914(4e,0 -3,01- 1" 360, bracing 1 LS $ 10. Additional potholing 18 EA 11. Replace Existing Traffic Oe- Control Loop 4 EA 12. Demobilization and rA Cleanup 1 LS Sub -Total Amount for All Bid Items — SCHEDULE 1 Sea C-13 West Valley Construction Company, Inc. PROJECT BID SCHEDULE J Watermain Replacement Project Alley Rehabilitation for All Sites BED ITEMS Bid Schedule J — NOT USED. C-14 West Valley Construction Company, Inc. PROJECT BID SCHEDULE BID ITEMS PROJECT BID SCHEDULE TOTALS CC-1331 WATERMAIN REPLACEMENT PROJECT Sub -Total Bid Schedule A - Not Used 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 Sub -Total Bid Schedule H Sub -Total Bid Schedule I Sub -Total Bid Schedule J - Not Used TOTAL BID AMOUNT (Schedules B-1) TOTAL BID AMOUNT IN WORDS: Dim N// �� : /�i ✓c' /�/jln� 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-15 West Valley Construction Company, Inc. PROJECT BID SCHEDULE BID ITEMS 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. :.'.#irl�xt 1�Y1Tn�ar�ess �,�'�ub�r�nlrac#or �f�ile xa�,en�e � �'s Jr 4lrt.i Isl J r'1 T/�/"✓�,a% 4 r'F- - / e-Ae,0"" 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-16 West Valley Construction Company, Inc. f( i PROJECT BID SCHEDULE BID ITEMS NONCOLLUSION AF'F'IDAVI`I' State of California ss. County of Santa Clara Dennis L. Poncato , being first duly sworn, deposes and says that he or she is Assistant Vice President of West Valley Construction Company, IrMe 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. West Valley Construction Company, Inc. Name of Bidder Signature of Bidder Dennis L. Poncato Assistant Vice President P.O. Box 5639, San Jose, CA 95150 Address of Bidder Subscribed and sworn to before me this day of , 2008. NOTARY PUBLIC "PLEASE SEE ATTACHED JURAT" C-17 NOTARYSEAL West Valley Construction Company, Inc. State of California County of Santa Clara Subscribed and sworn to (or affirmed) before me on this day of 5/15/08 , 2008, by Dennis L. Poncato , proved to me on the basis of satisfactory evidence to be the person (s) who appeared before me. VALERIE U. AZE4EDO CoMM. N0.1778478 L'@NOTARY?iIBLIC-CAIIFORNIA 5ANTA CLARA COUNTY My Comae. Exxpltee Dec. 3, 2011 (SEAL) Signature ��. PROJECT BID SCHEDULE BID ITEMS 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 Construction of Watermain Replacement Project, Indianapolis Avenue and Beach Boulevard Intersection; Watermain Replacement Project, Beach Boulevard, from Indianapolis- Avenue to 170 feet North of Joliet Avenue; Watermain Replacement Project, Joliet Avenue, from Georgia Street to Beach Boulevard; Watermain Replacement Project, Utica Avenue, from Florida Street to Beach Boulevard; Watermain Replacement Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue; Watermain Removal Project, Beach Boulevard, from Clay Avenue to Garfield Avenue; Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard; Watermain Replacement Project, Main Street, from Florida Street to Beach Boulevard (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. West Valley Construction Company, Inc. for By ennis`C. Poncato Assistant Vice President Title Date: 4" 12 ` C-18 West Valley Construction Company, Inc. PROJECT BID SCHEDULE BID ITEMS 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 N 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-19 West Valley Construction Company, Inc. PROJECT BID SCHEDULE BID ITEMS 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: 6 ,12 . o 8 West Valley Construction Company, Inc. Contractor By DennisPoncato Title C-20 Assistant Vice President West Valley Construction Company, Inc. PROJECT BID SCHEDULE BID ITEMS 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: West Valley Construction Company, Inc. Contractor By Dennis L. Poncato Title Date: Assistant Vice President Note: This form is required for every Dig Alert -1dentilication- Number issued by U.SA. during the course of the Work. Additional forms may be obtained from the AGENCY upon request. C-21 West Valley Construction Company, Inc. PROJECT BID SCHEDULE BID ITEMS BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: West Valley Construction Company, Inc. Bidder Name P.O. Box 5639 Business Address San Jose CA 95150 City, State Zip ( 408 ) 371-5510 Telephone Number State Contractor's License No. and Class March 1958 Original Date Issued August 31, 2008 Expiration Date The work site was inspected by A4A�Z 4 Y/V of our office on 2008. The following are persons, firms, and corporations having a principal interest in this proposal: Michael J. Kelly - President Dennis L. Poncato - Ass't Vice President asurer Kevin P. Kelly - Senior Vice Pr sident Jeffery A. Azevedo - Vice President Jimm Vosburgh - Vice President Michael Cadei - Vice President Jeff Boss - Vice President c-22 West Valley Construction Company, Inc. PROJECT BID SCHEDULE BID ITEMS 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. West Valley Construction Company, Inc. Signature of Bidder UennlS L. roncato Assistant Vice President Printed or Typed Signature Subscribed and sworn to before me this _ day of , 2008. "PLEASE SEE ATTACHED JURAT" 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: I. City of Huntington Beach Name and Address of Public Agency Name and Telephone No. of Project Manager: Duane Wentworth (714) 536-5517 $2,003,784.23 Water Transmission Main Line 6/ 8/07 Contract Amount Type of Work Date Completed 2. City of Orange Name and Address of Public Agency Name and Telephone No. of Project Manager: Tuan Cao (714) 744-5544 $877,135.39 Water Main Renewal 12/31/06 Contract Amount Type of Work Date Completed 3. City of Manhattan Beach Name and Address of Public Agency Name and Telephone No. of Project Manager: Gilbert Gamboa (310) 802-5356 $611,387.00 Water Main Replacement 9/1 /07 Contract Amount Type of Work Date Completed C-23 West Valley Construction Company, Inc. State of California County of Santa Clara Subscribed and sworn to (or affirmed) before me on this day of 5/15/08 , 2008, by Dennis L. Poncato , proved to me on the basis of satisfactory evidence to be the person (s) who appeared before me. VALERIE U. AZEVEDO d Comm. No.1778478 NOTAi2YpUNLiC-CALIFORNtA aaa SANTA CLARA COUNTY A4y Cc�mtr. Expiry& Dec. 3, 2011 (SEAL) Si9 naturez� BID BOND KNOW ALL BY THESE PRESENTS, That we, of San Jose, CA West Valley Construction Company, Inc. as Principal, and SAFECO INSURANCE COMPANY OF AMERICA Safeco Insurance Companies PO Box 34526 Seattle, WA 98124-1526 (hereinafter called the Principal), (hereinafter called the Surety), as Surety are held and firmly bound unto City of Huntington Beach, 2000 Main Street, Huntington Beach, CA 92648 (hereinafter called the Obligee) in the penal sum of ten percent of the amount bid * * * * * * * * * Dollars ($ 10s of the amount bid ) 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 to the Obligee on a contract for Cash Contract No. 1331, Water Main Replacement Project Various Locations NOW, THEREFORE, 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 force and effect. Signed and sealed this 15th day of May 2008 West Valley Construction Company of America(Seal) Principal Witness Dennis L. Poncato, Assistant VP Title SAFECO INSURANCE COMPANY OF AMERICA Witness By Lathe e i Attorney -in -Fact SEAL t9 S-0053/SA 10199 Safeco and the Safeco logo are registered trademarks of Safeco Corporation FRP Safeco Insurance Company of America POWER General Insurance Company of America Safeoo Plaza * OF ATTORNEY Seattle, WA98185 KNOW ALL BY THESE PRESENTS: No. 9885 That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint ""'"SANDRA, A. BROWN; CATHERINE BUC FREDERICK J. STAFFORD; San Jose,CA****"*`"*" "* " its true and lawful attomey(s}in-fad, 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 10th day of March 1 2008 STEPHANIE DALEY--WATSON SECRETARY TIM MIKOLAJEWSKI SENIOR VICE-PRESIDENT SURETY 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 attomeysAn-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 facsimtiee. Ott 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, fl) The provisions of Article V, Section 13 of the By -Laws, and f 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 ftre certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." 1, Stephanie Daley -Watson 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 hilt force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this S-09741DS 4/05 15th day of May 2008 3w. SEAL X 1� !®% _ STEPHANIE DALEY•WATSON, SECRETARY Safeco® and the Safece logo are registered trademarks of Safeco Corporation. WEB PDF ACKNOWLEDGMENT State of California County of _ Santa Clara On �lr�Qy c�0� before me, Donna McNamara, Notary Public —T (insert name and title of the officer) personally appeared Catherine Bui who proved to me on the basis of satisfactory evidence to be the person(s) whose names) is/At6—X subscribed to the within instrument and acknowledged to m, e that shelff executed the same in hWher/i M 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 pers on(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. DONNA A. MC NAMARA WITNESS my hand and official seal. Commission # 1503448 Notary Public - California Santa Clara County ' My Comm. Expires Jul 25. 2008 Signatur,&Ie�i�u� �� ��r�rc2z�L_ (Seal) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Santa Clara On 5/15/08, before me Date personally appeared Valerie U. Azevedo, Notary Public Name, Title of Officer Dennis L. Poncato Name ko of Signer ko who proved to me on the basis of satisfactory evidence to be the person (0 whose �}_ n}ya��m��e ks} is/� ed"__ subscribed to the within instrument and acknowledged to me that he executed the same in hish%& authorized capacity (ios), and that by his/he4th& signature (0 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 Signature otary Valerie . Azevedo VALEME LI AMMDO Comm. A40.1778476 NOTARY PUBLIC-CALIFORNIA m SANTA CLARA COUNTY ARy Comm, trXjXW DWI. 3, 2011 (Seal of Notary) 00"ITY OF i fINGTON BEACH 2000 MAIN STREET OFFICE OF THE CITY CLERIC JOAN L. FLYNN CITY CLERIC September 10, 2008 J A Salazar Construction & Supply Corp. 2025 Ranch Hill Dr. La Habra Heights, CA 90631 RE: CC-1331 — Construction of Watermain Replacement Project Enclosed please find your original bid bond for CC- 1331. Sincerely, Joan L. Flynn, CIVIC City Clerk JF-pe Enclosure CALIFORNIA 92648 g:/followu p/cashcont/retu rnbidbo nd. d oc 1 Telephone: 714-536-5227 ) CITY OF HUNTINGTON BEACH Office of the City Clerk, Second Floor 2000 Main Street Huntington Beach, California 92648 J A Salazar Construction and Supply Corp 2025 Ranch Hill Drive La Habra Heights, CA 90631 SECTION C PROPOSAL for the CONSTRUCTION OF Watermain Replacement Project, Indianapolis Avenue and Beach Boulevard Intersection Watermain Replacement Project, Beach Boulevard, from Indianapolis Avenue to 170 feet North of Joliet Avenue Watermain Replacement Project, Joliet Avenue, from Georgia Street to Beach Boulevard Watermain Replacement Project, Utica Avenue, from Florida Street to Beach Boulevard Watermain Replacement Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue, Watermain Removal Project, Beach Boulevard, from Clay Avenue to Garfield Avenue Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard Watermain Replacement Project, Main Street, from Florida Street to Beach Boulevard CASH CONTRACT No. 1331 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 V 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 C-1 CWiSTRt1CTZ®N ,C R POd A s ION H HLL OR CA 00631 then issue a 2nd Notice to Proceed to the undersigned to commence immediately with the physical site work thereafter to be completed within a Two Hundred (200) 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 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. / which Accompanying this proposal of bid, find si° � j in the amount of $ 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 C-2 PROJECT BID SCHEDULE A Watermain Replacement Project, Indianapolis Avenue and Beach Boulevard Intersection BID ITEMS Bid Schedule A — NOT USED. C-3 PROJECT BID SCHEDULE B Watermain Replacement Project, Indianapolis Avenue and Beach Boulevard Intersection BID ITEMS Item Descri tion Quantit Unit Unit C st in Word Total Cost 1. Mobilization 1 LS FUnitNo. " $ 2. Install 8-inch Class 150 PVC pipeline in Indianapolis Avenue at Beach Boulevard 110 LF $ 3. Install 12-inch Class 350 DI pipeline in Indianapolis Avenue at Beach Boulevard. 172 LF $ $A—() L_M—"- K 4. Install 12-inch Class 200 PVC pipeline in Indianapolis Avenue at Beach Boulevard LF $� 45 $�5 5. Install 24-inch steel casing, in Indianapolis Avenue at Beach Boulevard, with LF M� $ b b receiving pit, and jacking pit 164 $r 6. Install 12-inch cut in valve assembly 1 EA $ $ 7. Flushing, Pressure Testing, Disinfection, Dechlorination 1 LS LLL. LU $ 15 $ 8. Traffic control 1 LS 9. Water Pollutant Control Program 1 LS $ $ 10. Sheeting, shoring, and/or bracing 1 LS..g $ G c 11. Additional potholing 15 EA 12. Demobilization and Cleanup 1 LS 13. Replace Existing Traffic Control Loop 8 EA $ L , �� $r'� Sub -Total Amount for All Bid Items — SCHEDULE B $ Lql r R5 J A SALAZAR C®�38TRUCTPOM & SUPPLY COMDORATMN 2025 RANCH HILL DR LA E4daSRA HEIGHTS, CA 00631 C-4 PROJECT BID SCHEDULE C Watermain Replacement Project, Beach Boulevard, from Indianapolis Avenue to 170 feet North of Joliet Avenue BID ITEMS Item Unit No. Description Quantity Unit Unit C t in Words Cost Total Cost 1. Mobilization 1 LS [ $ $� 2. Install 12-inch Class 150 PVC pipeline in Beach ' LU C� Boulevard 500 LF $ $ 3. Install 8-inch Class 150 PVC pipeline in Beach Boulevard 25 LF 4. Flushing, Pressure Testing, LS $ 3•'�� $ `5 e Disinfection, Dechlorination 1 5. Traffic control 1 LS 6. Water Pollutant Control LS +� j Program 1 7. Sheeting, shoring, and/or bracing 1 LS �r 8. Additional potholing 20 EA $ �2—� 9. Demobilization and $ Cleanup 1 LS $ 10. Replace Existing Traffic EA Control Loop 4 Sub -Total Amount for All Bid Items — SCHEDULE C $ f Z • `'tom-'� J A SALAZA & SUPPLYa9: > 2025 RA.A[;. LA F ASHA HEICHTS, CA 006�;1 C-5 PROJECT BID SCHEDULE D Watermain Replacement Project, Joliet Avenue, from Georgia Street to Beach Boulevard RID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS $ 2. Install 8-inch Class 150 PVC pipeline in Joliet Avenue 325 LF 3. Install 8-inch Class 150 and 200 PVC pipeline in Georgia Street at Joliet L Avenue 115 LF 4. Install 4-inch cut in valve �: $ �� $ Jj[v+ assembly 2 EA 5. Construct fire hydrant assembly 1 EA 6. Remove and salvage existing fire hydrant 1 EA 7. Remove existing valve box and cover 3 EA $ . m3� 8. Cut and cap/seal existing ' waterline 2 EA 9. Install 2-inch air and vacuum assembly 1 EA $ $ 10. Relocation of sewer laterals 6 EA $ $ 11. Flushing, Pressure Testing, LS L$ �ScsU Disinfection, Dechlorination 1 12. Traffic control 1 LS 13. Sheeting, shoring, and/or bracing 1 LS $� 14. Additional potholing 20 EA $ $ 15. Demobilization and Cleanup 1 LS 16. Install new 1-inch polyethylene water service, connect to existing 3/4-inch $ $ meter 5 EA 17. Install new 2-inch copper water service, connect to I I $ $ c existing 1 1/2-inch meter 1 EA Sub -Total Amount for All Bid Items --SCHEDULE D $ A SA.Lf. Z k0_ k=?A is ;i i ", sa`dmL DR C-6 PROJECT BID SCHEDULE E Watermain Replacement Project, Utica Avenue, from Florida Street to Beach Boulevard BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS c-5� 2. Install 8-inch Class 150 and 200 PVC pipeline in Utica Avenue 590 LF $Q r $ 3. Construct fire hydrant �4 assembly 2 EA 4. Remove and salvage existing fire hydrant 2 EA Ld 5. Remove existing valve box EA ( $_ $ C', and cover 6 6. Cut and cap/seal existing waterline 2 EA 7. Relocation of sewer lateral 6 EA 8. Flushing, Pressure Testing, Disinfection, Dechlorination 1 LS $ $ 9. Traffic control 1 LS 10. Sheeting, shoring, and/or bracing 1 LS 11. Additional potholing 20 EA $ $ 12. Demobilization and Cleanup 1 LS $ kpAt, 13. Install new 1-inch polyethylene water service, connect to existing 3/4-inch meter 7 EA 14. Install new 1-inch polyethylene water service, connect to existing 1-inch La $(b-'`o $ meter 1 EA , 15. Install new 2-inch copper water service, connect to existing 2-inch meter 3 EA A� $ $ 16. Install new 2-inch copper water service, connect to EA $` 'Z' C) existing 1 1/2-inch meter 1 Sub -Total Amount for All Bid Items — SCHEDULE E RW PROJECT BID SCHEDULE F Watermain Removal Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS $. $ La 0-0O Za 2. Install 6-inch, 8-inch and 12-inch Class 150 and 200 PVC pipeline in Beach Boulevard 1300 LF $ 3. Construct 12-inch D.I. inverted siphon assembly 31 LF '* j; $ $ 4. Install 12-inch Class 150 PVC watermain in Beach Boulevard at Yorktown Avenue 24 LF $ i $� 5. Construct 12-inch D.I. siphon assembly 49 LF 6. Construct waterline i connection in Beach Boulevard 1 LS 7. Remove and salvage ! existing fire hydrant 2 EA s—a=$ 8. Construct fire hydrant EA i �` L L i $ $A� assembly 2 9. Remove existing valve box and cover 5 EA I 10. Cut and cap/seal existing waterline 6 EA $ $ 11. Remove and dispose of existing valve and interfering EA piping 1 12. Flushing, Pressure Testing, Disinfection, Dechlorination 1 LS i � 4.� 13. Traffic control 1 LS $ %�- 14. Water Pollutant Control Program LS $ $ 1 ` .� 15. Sheeting, shoring, and/or bracing 1 LS 16. Additional potholing 30 EA S ` $J OL"-�' 17. Demobilization and 9 Cleanup I LS C-S qq cx�l PROJECT BID SCHEDULE F Watermain Removal Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 18. Install 8-inch cut in valve $ assembly 2 EA $ 19. Install 4-inch pump -out assembly 1 EA ` $— — $ &'YCD 20. Install 2-inch air and vacuum assembly 2 EAE. 21. Install new 1-inch .. polyethylene water service, connect to existing 1-inch meter 2 EA $ $� 22. Install new 2-inch copper water service, connect to �LL�$ 4con existing 2-inch meter 4 EAL.A -� $ 23. Replace Existing Traffic Control Loop 8 EA � $ $ Sub -Total Amount for All Bid Items — SCHEDULE F $ �zd C-9 PROJECT BID SCHEDULE G Watermain Replacement Project, Beach Boulevard, from Clay Avenue to Garfield Avenue BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS $ $ 2. Cut and cap/seal existing waterline 4 EA 3. Remove existing valve box and cover 4 EA� $ $� 4. Construct fire hydrant , $lam $� assembly 1 EA ,�� 5. Remove and salvage existing fire hydrant 1 EA UJ $ n� I , $ s 6. Traffic control 1 LS i '' $_ $t� 7. Water Pollutant Control Program 1 LS 8. Sheeting, shoring, and/or bracing 1 LS pp 9. 1 Additional potholing 10 EA 10. Demobilization and Cleanup 1 LS $ $ 11. Install new 1-inch polyethylene water service, connect to existing 1-inch $ $ meter 2 EA 1 12. Install new 1-inch polyethylene water service, connect to existing 3/4-inch tL $ $ meter 1 EA 13. Install new 2-inch copper TJ water service, connect to EA $ 21 existing 2-inch meter 6 t 14. Install new 2-inch copper water service, connect to EA j $`; -- $ existing 1 1/2-inch meter 3 Sub -Total Amount for All Bid Items — SCHEDULE G $ C-10 PROJECT BID SCHEDULE H Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard BII) ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS $ $ 2. Install 8-inch Class 150 PVC pipeline in Clay (� Avenue 565 LF 3. Install 12-inch Class 350 D.I. pipeline in Clay Avenue at Beach Boulevard 120 LF $ $ 4. Install 24-inch steel casing in Clay Avenue across Beach Boulevard, with receiving pit and jacking pit 96 LF 5. Install 8-inch Class 150 PVC pipeline at the Beach Boulevard and Clay Avenue intersection 55 LF $ $ 1 6. Install 8-inch Class 200 PVC pipeline in Coenson Circle at Clay Avenue 17 LF s $ %�� $ 7. Remove and salvage existing fire hydrant 3 EA ! $ + $ 8. Construct fire hydrant EA $ f assembly 3 u, $� > 9. Cut and cap/seal existing EA , waterline 4 10. Remove existing valve box EA s-4 $ and cover 6 11. Remove and dispose of existing valve and interfering pipeline 1 EA $_-I $ 2_C's 12. Relocation of sewer laterals 10 EA $ $ ,® 13. Flushing, Pressure Testing, Disinfection, Dechlorination LS-.- $_� 1 $ 14. Traffic control 1 LS $ $ 15. Sheeting, shoring, and/or bracing 1 LS 16. Additional potholing 20 EA 17. Demobilization and Cleanup 1 LSD $ $ C-111 PROJECT BID SCHEDULE H Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard BID ITEMS Item Unit No. Description Quantity Unit Unit C t in Words Cost Total Cost 18. Install 8-inch cut in valve EA $ $� assembly 2 �' L 19. Install 12-inch cut in valve assembly 1 EA $ 20. Install new 1-inch polyethylene water service, connect to existing 1-inch -� meter 8 EA 21. Install new 1-inch polyethylene water service, connect to existing 3/4-inch EA ub-"at $ meter 1 22. Water Pollutant Control Program 1 EA `— .---,% $ Sub -Total Amount for All Bid Items —SCHEDULE H $ `2r �} C-12 PROJECT BID SCHEDULE I Watermain Replacement Project, Main Street, from Florida Street to Beach Boulevard BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS $ fwo$_ 2. Install 8-inch Class 150 LF $ $�' PVC pipeline in Main Street 600 Q�Z 3. Construct connection in Ellis Avenue 1 LS 4. Remove and dispose of existing valve and interfering pipeline 1 EA 5. Cut and cap/seal existing ` $ 2 waterline 2 EA $ 6. Flushing, Pressure Testing, Disinfection, Dechlorination 1 LS $� $ 7. Traffic control 1 LS $ $ 8. Water Pollutant Control Program 1 LS 9. Sheeting, shoring, and/or bracing 1 LS $ $ 10. Additional potholing 18 EA (3 11. Replace Existing Traffic Control Loop 4 EA 12. Demobilization and Cleanup 1 LS Sub -Total Amount for All Bid Items — SCHEDULE I $ I Ct �' _l C-13 PROJECT BID SCHEDULE J Watermain Replacement Project Alley Rehabilitation for All Sites BID ITEMS Bid Schedule J — NOT USED. C-14 PROJECT BID SCHEDULE BID ITEMS PROJECT BID SCHEDULE TOTALS CC-1331 WATERMAIN REPLACEMENT PROJECT Sub -Total Bid Schedule A - Not Used 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 Sub -Total Bid Schedule H Sub -Total Bid Schedule I Sub -Total Bid Schedule J - Not Used TOTAL BID AMOUNT (Schedules B-1) TOTAL BID MOUNT IN ORS: e� 2— f_ A f ` 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. ALL:, i".m, C-15 PROJECT BID SCHEDULE BID ITEMS LIST OF SUBCONTRACTORS L �Y��` �' c, `, 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-16 PROJECT BID SCHEDULE BID ITEMS NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of Srtrage' SOS �5el J� , being first duly sviern,, deposes a s s at he ©r 44&-is _j Pr �-LAZ `.�"^�� a b etaking 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 shkoid. I-f � Name of Bi er GT Signature of Bidilid \� r. Address of Bidder Subscribed and sworn to before me this day of NOTARY PUBLIC C-17 , 2008. (?-- NOTARYSEAL I. CALIFORNIA JURAT WITH AFFIANT STATEMENT �. � . � ..�. �. � ��..� � � � � .� da.,. 9a � �a..� � _ ,:�..�c tea• �� �. �a � _ • � �. �. � ... .� �.,. �-8ee 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 Signature of Document Signer No. 2 (if any) State of California County of Subscribed and sworn to (or affirmed) before me on this Date M th Year Name of Signer proved to me on the basis of satisfactory evidence to be the person who appeared before me \� (and f Signer proved to me on the basis o factory evidence to be the person who appeared. before Signatu 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 arwther dodume Title or Type of Document:"� ✓ �� (��� d Utf �t Document Date: t l0 osz' `r` ^ _ Number of Pages: . Signer(s) Other Than Named Above Nl'r` _ Signature of umb here a 02007 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 PROJECT BID SCHEDULE BID ITEMS 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 Construction of Watermain Replacement Project, Indianapolis Avenue and Beach Boulevard Intersection; Watermain Replacement Project, Beach Boulevard, from Indianapolis Avenue to 170 feet North of Joliet Avenue; Watermain Replacement Project, Joliet Avenue, from Georgia Street to Beach Boulevard; Watermain Replacement Project, Utica Avenue, from Florida Street to Beach Boulevard; Watermain Replacement Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue; Watermain Removal Project, Beach Boulevard, from Clay Avenue to Garfield Avenue; Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard; Watermain Replacement Project, Main Street, from Florida Street to Beach Boulevard (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. Contractor By Title Date: C-18 F PROJECT BID SCHEDULE BID ITEMS cry 1a�uy 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-19 f.r, i'r'o: FtA.3�ZJC-4i amp:, CA cC Sl PROJECT BID SCHEDULE BID ITEMS 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: V, t C-20 Contractor V By We Title PROJECT BID SCHEDULE BID ITEMS 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-21 PROJECT BID SCHEDULE BID ITEMS BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder Name ?v 2 �c [4 -11 Business Address �,� �► , �-�- yob 3% City, State Zip (9o2) �q1-34� Telephone Number ---74 31S8-� A -i— C 3� State Contractor's License No. and Class b oar Original ate Issued os 1-311to Expiration UateThe work site was inspected by of our office on . 5 2008. T e foil 'ng are person f land co ora 'ons having a principal interest in this proposal: C-22 p�t PROJECT BID SCHEDULE BID ITEMS cc-�3 The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contr ct for the proposed work and improvements in accordance with the plans and A , specific s t forth. ,T" Company Name Signature QfBidder ` (- 1 b S L SA - Printed or Typed Signature Subscribed and sworn to before me this _ day of , 2008. NOTARY PUBLIC NOTARYSEAL Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed imilar work within the past two years: 1. �� ��'`� � l�� I,l•��'� iJ-���L=1 � �fA--CUL2sCe2--•-{-c.- , Gf�- Cl Zi`"( Name and Address of Public Agency _ Name and Telephone No. of Project Manager. U `I A -A Le-,e— Contract Amount T e of Wok C �gompleted 2. -� CiL�6� - tZ4 le 2 , 0�- -D Z- Name an Address of Public Agency D� Name and Telephone No. Project Manager: �71K" 73�1 ���� Contract Amount Type of Work 3 l��avSFompleted 3. Nam an Address of Public Agency ` Name and Telephone NA. of Project Manager: Old �� `�uO) Sj�2SV Contract Amount Type of Work Date Completed C-23 f CALIFORNIA JURAT WITH AFFIANT STATEMENT 177'3ee-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 Signature of Document Signer No. 2 (if any) State of California � f County of ELIZABETH D. SAENZ Commission # 1609733 Notary Public - CONiomia Los Angeles County 4MVC0MM-EXpUftS9p29, _=4 Place Notary Seal Above Subscribed and gw_om_to_(or affirmed) before me on this day of - 200f-) , by Date - MonthA Year (1) Name of Signer proved to me on the basis of satisfactory evidence to,�e the person who appeared before me (.) (,) (and (2) Name of Signer proved to me on the basis of satisfactory evidence to be the p9yjkon who appeared before me.) Signature ) u. Signature f ary 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 an her d e t �n Further Description of Any Attached Documen/� Title or Type of Document: Document Date: I Number of Pages: Signer(s) Other Than Named Above: 02007 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 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For Annual dater Alain Replacement Various Locations and Along Beach Boulevard, CC1331 June 11.2008 Notice to All Bidders: Please note the following revision to the project, Specifications: The following shall be deleted from the Specifications, Section C, page C-11: Project Bid Schedule H, Item No. 3., shall be deleted. 3. Install 12-inch Class 350 D.I. pipeline in Clay Avenue at Beach Boulevard 120 LF $ $ The following shall be added to Specifications, Section C, page C-11: Project Bid Schedule H, Item No. 3., shall be added as follows: 3. Not Used NA NA NA NA Bid Proposals hand marked as shown herein will be accepted by the City. The following shall be amended from the Specifications, page is BIDS DUE: June 12, 2008, 2:00 PMY 2ND FLOOR Shall be changed to; BIDS DUE: June.17,.2008;-2:00 PM; 2ND"FLOOR.J -1 The following shall be amended from the Specifications, page A-1, paragraph 1: 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:OOPM, on June 12, 2008. Bids will be publicly open in the Council Chambers unless otherwise posted. Shall be changed to: 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:OOPM, on June 17, 2008. Bids will be publicly open in the Council Chambers unless otherwise posted. This modification does r bt change the Engineer's Estimate for this This 's t a knowledge ceipt and review dd ndu umber one, d ed June 0 y ame ey L All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Andrew Ferrigno at (714)536-5291. -2 7 !, City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For Annual Water Main ftlacement Various Locations and Along Beach Boulevard June 6, 2008 Notice to All Bidders; Please note the following revision to the project, Specifications, and Technical Provisions: The following shall be deleted from the Specifications, Section C, page C-11: Project Bid Schedule H, Item No. 4., shall be deleted. 4. Install 24-inch steel casing in Clay Avenue across Beach Boulevard, with receiving pit and jacking pit 96 LF $ $ The following shall be added to Specifications, Section C, page C-11: Project Bid Schedule H, Item No. 4., shall be added as follows: 4. J Not Used NA NA I NA NA Bid Proposals hand marked as shown herein will be accepted by the City. The following shall be amended from the Specifications, page I: Shall_be_changed..to:_., FA BIDS DUE: June 10, 2008, 2:00 PM, 2ND FLOOR BIDS DUE: June 12, 2008, 2:00 PM, 2ND FLOOR u� The following shall be amended from the Specifications, page A-1, paragraph 1: 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:OOPM, on June 10, 2008. Bids will be publicly open in the Council Chambers unless otherwise posted. Shall be changed to: 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:OOPM, on June 12, 2008. Bids will be publicly open in the Council Chambers unless otherwise posted. for this project. umber he, dated June , 2008. By Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Andrew Ferrigno at (714)536-5291. .2 KNOW ALL BY THESE PRESENTS, That we, J.A. SALAZAR CONSTRUCTION & SUPPLY CORP. of 2025 RANCH HILL DRIVE LA HABRA HEIGHTS, CA 90631 (hereinafter called the Principal), as Principal, and FIRST NATIONAL INSURANCE COMPANY OF AMERI (hereinafter called the Surety), as Surety are held and Firmly bound unto CITY OF HUNTINGTON BEACH (hereinafter called die Obligee) in the penal sum of TEN PERCENT OF AMOUNT BID Dollars (S 10% } 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 to the Obligee on a contract for WATER MAIN REPLACEMENT VARIOUS LOCATIONS ALONG BEACH BLVD. NOW, THEREFORE, 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 force and effect. Signed and sealed this 5TH day of S A F EC ®" POWER OF ATTORNEY FIRST NATIONAL SURETY PO BOX 34526 SEATTLE, WA 98124-1526 KNOW ALL BY THESE PRESENTS FIRST NATIONAL INSURANCE COMPANY OF AMERICA PO BOX 34526 SEATTLE, WA 98 1.24-1526 No. 13003 That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint ++++++++..+++++++++.+.+..:+.+++++++++++++�++ +i'H{LIP E. VEGA; FRANK MORONES; Brea, California+++++..+.+.+++++++......+++++..++++.+++++........ its true and lawful attorney(s)-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 2nd day of CHRISTINE MEAD, SECRETARY MIKE MCOAVICK, PRESIDENT CERTIFICATE Extract from the By -Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA: 2004 "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 Iherelo, and (lit) Certifying that said power -of -attorney appointment ism full force and effect, the signature of the certifying officer may be by facsimile, and the seat of the Company may be a facsimile thereof." 1, Christine Mead, 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, 1 have hereunto set my hand and affixed the facsimile seal of said corporation this 5TH day of JUNE CHRISTINE MEAD, SECRETARY 2008 S-10491FNEF 7/98 a0 A registered trademark of SAFECO Corporation CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles On 6 / 5 /08 before me, Monica Blaisdell, Notary Date Here Insert Name and Title of the 68u:er personally appeared Philip Vega Name{s}ofSrclner(s) who proved to me on the basis of satisfactory evidence to be the personW whose name%) is/Ore subscribed to the within instrument and acknowledged to me that here/fexecuted the same in hislW/Rauthorized capacity(bPXX and that by t WR§0*Xj0(signature(X)(or) the MONICA BLAISDELL instrument the personf ), or the entity upon behalf of Commission # t 794078 which the person(s) acted, executed the instrument. -asp Notary Public - California z Orange County Comm.=tJ�4201Y 1 certify under PENALTY OF PERJURY under the taws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature — ' " u Place Notary Seal Above Signature of Notary Public - - -- — —- OPTIONAL -- Though the Information below is not required by law, it may prove valuable to persons retying 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: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Marne: ❑ 'Individual ❑ Corporate Officer -- Title(s): — ❑ Partner — O Limited Q General ❑ Attorney in Fact Trustee ❑ Guardian or Conservator ❑ Other. Signer Is Representing: `RIGHT THUI IVISPRIN7` ()FS1GNEr3---- Top of thumb here Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): — ❑ Partner — EJ Limited 11 General ❑ Attorney in tract ED Trustee El Guardian or Conservator ❑ Other: Signer Is Representing: ,RIGHT THU PAHPRIN, TTop of thumb here oF'SIGNER, -_ -- 02007 National Notary Association• 9350 De Soto Ave., P.O. Box 2402 -Chatsworth, CA 31313-2409-w%m.NatimalNotaryorg Ilem 1t5907 Reader: Call Toll -Free 14100�578-6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of Californi County of On `�7 before me, � C � Z= Date ,He e Insert P personally appeared who proved to me on the basis of satisfactory evidence to be the persor -%}- hose name,(a)-islafe-subscribed to the within instrument and acknowledged to me that he/chiJ ex"ecuted the same in hi&berMTeir- athorized ELIZABETH D. SAENZ capacity(ies),-and that by his/he#4heir-signature(s)-on the Commission # 1609733 instrument the persons} -ter the entity upon behalf of !(5�F�lmy rY P' � -Coot'which the personk"cted, executed the instrument. �m=$=�es ountyp�9, 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 eal. Place Notary Seat Above Signature Signature o(!S1,aq Public OP9TIONAL. Though the information below is not required by law, it may prove valuable to persons relying on the d en 4� r? and could prevent fraudulent rem Uvala reattach nt of this form t another doicu e t. C r�l�ett-vk -- -j-"nalilt% :Description of Attached Documen�� C, t +o �', ! s 1 Title or Type of Document: T-:d o� Document Date: 1cl;�, Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) t � Signer's Name. 9 ws�� (�16� 1 e: ❑ Individual ❑ ndividual .orate Officer — Title(s): ❑ Corporate Officer — Title(s): _ ❑ Partner — ❑ Limited ❑ General ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator -❑ Mer:- Sig&�r f's hepresdriting: ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: ,RIGHTTHUMBP.RINT! OF SIGNER: Top of thumb here I C; ,Q2007 National Notary Association-9350 De Soto Ave., P.O.Box 240'' Chatsworth, CA 91313-2402- www.NationalNotary.org Item #5907 Reorder: Call Toll -Free 1-800-876-6827 2000 MAIN STREET OFFICE OF THE CITY CLERK JOAN L. FLYNN CITY CLERK September 10, 2008 Southern California Pipeline Construction, Inc. 15991 Red Hill Ave., Ste. 200 Tustin, CA 92780 RE: CC-1331 — Construction of Watermain Replacement Project Enclosed please find your original bid bond for CC-1331. Sincerely, Joan L. Flynn, CIVIC City Clerk JF:pe Enclosure CALIFORNIA 92648 g:/followup/cashcont/returnbid bond .doc (Telephone.- 714-536-5227 ) Southern California Pipeline Construction, Inc 15991 Red Hi!I Ave Suite 200 Tustin, Ca 92780 a 20n8 It ) 7 Pt4 i SA C i u City of Huntington Beach Department of Public Works 2000 Main St Huntington Beach, CA 92648 Proposal for: Water Main Project Cash Contract No. 1331 SECTION C PROPOSAL, for the CONSTRUCTION OF Watermain Replacement Project, Indianapolis Avenue and Beach Boulevard Intersection Watermain Replacement Project, Beach Boulevard, from Indianapolis Avenue to 170 feet North of Joliet Avenue Watermain Replacement Project, Joliet Avenue, from Georgia Street to Beach Boulevard Watermain Replacement Project, Utica Avenue, from Florida Street to Beach Boulevard Watermain Replacement Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue Watermain Removal Project, Beach Boulevard, from Clay Avenue to Garfield Avenue Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard Watermain Replacement Project, Main Street, from Florida Street to Beach Boulevard CASK CONTRACT No. 1331 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 C-1 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 Two Hundred (200) 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 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 3wmres Bohn in the amount of $ io-/. or- (3o:�) 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: Date Received C_2 PROJECT BID SCHEDULE A Watermain Replacement Project, Indianapolis Avenue and Beach Boulevard Intersection BID ITEMS Bid Schedule A — NOT USED. C-3 PROJECT BID SCHEDULE B Watermain Replacement Project, Indianapolis Avenue and Beach Boulevard Intersection BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS $ j0'000 000 2. Install 8-inch Class 150 PVC pipeline in DA, h,,,d r-,,4 s+ikA%l Indianapolis Avenue at Beach Boulevard 110 LF 3. Install 12-inch Class 350 DI pipeline in Indianapolis Avenue at Beach�� Boulevard. 172 LF 4. Install 12-inch Class 200 PVC pipeline in Indianapolis Avenue at I hP-- e "All-, a Beach Boulevard 45 LF $Igo $ ti 0 5. Install 24-inch steel casing in Indianapolis Avenue at Beach Boulevard, with receiving pit, and jacking pit 164 LF Fo,c huodc-A $ (�°; 38 6 6. Install 12-inch cut in valve F;'VQ assembly 1 EA hvv �r P+ $ 5,250 $ ! ,Z� 7. Flushing, Pressure Testing, Disinfection, Dechlorination 1 LSlve 8. Traffic control 1 LS p',ve $ 5,0°-0 9. Water Pollutant Control Program 1 LS sc "-i TV' �LAaMa $-Z bon $ Z Soy 10. Sheeting, shoring, and/or bracing 1 LS Sure.. 46>Us"-'A $ 2I-1-,0 11. Additional potholing 15 EA $ '!�Ora $ M.5-0D 12. Demobilization and Cleanup 1 LS ielVe- *6usQ-J 0 oob 13. Replace Existing Traffic Control Loop 8 EA h� �o "ire -A $ `k0® $ ,2ou Sub -Total Amount for All Bid Items — SCHEDULE B $ C-4 PROJECT BID SCHEDULE C Watermain Replacement Project, Beach Boulevard, from Indianapolis Avenue to 170 feet North of Joliet Avenue BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS Tee thoisav4 $ 161000 $ LO LCOD 2. Install 12-inch Class 150 PVC pipeline in Beach w� Boulevard 500 LF 3. Install 8-inch Class 150 PVC pipeline in Beacham ttiNr wl�y Boulevard 25 LF $ I b-1 $ 4. Flushing, Pressure Testing, Disinfection, Dechlorination 1 LS eIve- hour A $1�'°Oa $ S,dOC> 5. Traffic control 1 LS fFSuT-4L)6vsu,d $5,006 $5;0013 6. Water Pollutant Control Program 1 LS $ ZI 7. Sheeting, shoring, and/or bracing 1 LS S__ve, t hD,, , � $ -71 $ -1, 6 o c, 8. Additional potholing 20 EA h,ma✓ed $ roa $ ►u,000 9. Demobilization and Cleanup 1 LS $5, $S;6U0 10. Replace Existing Traffic Control Loop 4 EA $ L a � $ I , boo Sub -Total Amount for All Bid Items — SCHEDULE C $ 1LlG,2-7`5 C-s PROJECT BIID SCHEDULE ID Watermain Replacement Project, Joliet Avenue, from Georgia Street to Beach Boulevard BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS i�,,, {�,aU;4 �i $io,ailo $ I()4000 2. Install 8-inch Class 150 PVC pipeline in Joliet Avenue 325 LF $ 5LI,2:'7S 3. Install 8-inch Class 150 and 200 PVC pipeline in Georgia Street at Joliet Oro_+ srX�y{n„ Avenue 115 LF 4. Install 4-inch cut in valve f-oo assembly 2 EA $4 y�6 $ I'Dpb 5. Construct fire hydrant assembly 1 EA f 6. Remove and salvage existing fire hydrant 1 EA 7. Remove existing valve box and cover 3 EA o� 8. Cut and cap/seal existing waterline 2 EA 6()U 9. Install 2-inch air and vacuum assembly 1 EA R ��" �4y°i $ �,�`� $ L11b 10. Relocation of sewer laterals 6 EA 0- $J$; °U, 11. Flushing, Pressure Testing, Disinfection, Dechlorination 1 LS 12. Traffic control 1 LS �4-4e $ 5e 1100 $ 1�5, uvD 13. Sheeting, shoring, and/or bracing 1 LS iL"�k,rsa�� Pie �,"^ $ Z,S" $ I.,Snb 14. Additional potholing 20 EA 1PN 15. Demobilization and Cleanup 1 LS 16. Install new 1-inch polyethylene water service, A t�wUa connect to existing 3/-inch meter 5 EA 17. Install new 2-inch copper water service, connect to existing 1 1/2-inch meter 1 EA��v.��� Sub -Total Amount for All Bid Items — SCHEDULE D $ 1 `y ,9 �0 C-6 PROJECT BID SCHEDULE E Watermain Replacement Project, Utica Avenue, from Florida Street to Beach Boulevard BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS $ tu, $ , 2. Install 8-inch Class 150 and 200 PVC pipeline in Utica � s� � `iB���b Avenue 590 LF s�;� $ 1G-7 $ 3. Construct fire hydrant assembly 2 EA fiu,_ 6w44 $'l,sLV $ 15eR�' 4. Remove and salvage existing fire hydrant 2 EA �Lv $ $ Z bUu 5. Remove existing valve box �'✓J4�� and cover 6 EA $ 6. Cut and cap/seal existing waterline 2 EA °� � $ i!°o $ Z n&,2 7. Relocation of sewer lateral 6 EA 4tA, - +,os-c,•a $ 516--c- $ l91'b6b 8. Flushing, Pressure Testing, , Disinfection, Dechlorination 1 LS $s,�� $ sL°�° 9. Traffic control 1 LS �t��-►�x�a $ S,b�� $ �, �zs° 10. Sheeting, shoring, and/or bracing 1 LS��+� 11. Additional potholing 20 EA $ tv, aaa 12. Demobilization and Cleanup 1 LS 13. Install new 1-inch polyethylene water service,, connect to existing %-inch meter 7 EA $ 2 fi0 $ t?,SD a 14. Install new 1-inch polyethylene water service, connect to existing 1-inch meter 1 EA 15. Install new 2-inch copper water service, connect to existing 2-inch meter 3 EA 16. Install new 2-inch copper water service, connect to existing 1 1/2-inch meter 1 EA $3r°a9 $ 3,6Db Sub -Total Amount for All Bid Items — SCHEDULE E C-7 PROJECT BID SCHEDULE F Watermain Removal Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS $ o_° $kol 1a11 2. Install 6-inch, 8-inch and 12-inch Class 150 and 200 PVC pipeline in Beach Boulevard 1300 LF $ 0 $ zn -100 3. Construct 12-inch D.I. inverted siphon assembly 31 LF 6 $ i�,1I5� 4. Install 12-inch Class 150 PVC watermain in Beach Boulevard at Yorktown Avenue 24 LF $ $ 5. Construct 12-inch D.I. siphon assembly 49 LF $ LSD $ 6. Construct waterline connection in Beach Boulevard 1 LS $L(,a01 $ �t 6 7. Remove and salvage existing fire hydrant 2 EA 8. Construct fire hydrant assembly 2 EA 9. Remove existing valve box and cover 5 EA $I,w $1;' bod 10. Cut and cap/seal existing waterline 6 EA $ Ij $ 61 DDD 11. Remove and dispose of existing valve and interfering piping 1 EA $ 12. Flushing, Pressure Testing, pdo Disinfection, Dechlorination 1 LS $i' 13. Traffic control 1 LS $°6,0° $ ' 4,5QD 14. Water Pollutant Control Program 1 LS 15. Sheeting, shoring, and/or bracing 1 LS 16. Additional potholing 30 EA $ SJ° $ ►5,°t�� 17. Demobilization and Cleanup 1 LS C-8 PROJECT BID SCHEDULE E Watermain Removal Project, Reach Boulevard, from Utica Avenue to Yorktown Avenue BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 18. Install 8-inch cut in valve `3'�OD -7-°°1) assembly 2 EA 00V $ (TA� 19. Install 4-inch pump -out 5 2Sa 5-12T o assembly 1 EA 20. Install 2-inch air and vacuum assembly 2 EA 21. Install new 1-inch polyethylene water service, connect to existing 1-inch meter 2 EA 22. Install new 2-inch copper water service, connect to existing 2-inch meter 4 EA 23. Replace Existing Traffic Control Loop 8 EA Sub -Total Amount for All Bid Items — SCHEDULE F $ 390I , 6I D C-9 PROJECT BID SCHEDULE G Watermain Replacement Project, Beach Boulevard, from Clay Avenue to Garfield Avenue BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total: Cost 1. Mobilization 1 LS $ lo,�°° $ (DLO 2. Cut and cap/seal existing waterline 4 EA $ ()OL 3. Remove existing valve box and cover 4 EA 00 4. Construct fire hydrant assembly 1 EA $� Soo $7,5�� 5. Remove and salvage existing fire hydrant 1 EA $ 6. Traffic control 1 LS $ S,° $ S,°J' 7. Water Pollutant Control Program 1 LS 8. Sheeting, shoring, and/or bracing 1 LS 9. Additional potholing 10 EA $ 10. Demobilization and Cleanup 1 LS 11. Install new 1-inch polyethylene water service, connect to existing 1-inch meter 2 EA 12. Install new 1-inch polyethylene water service, connect to existing 3/4-inch 2,��u 2SbD meter 1 EA $ $ 13. Install new 2-inch copper water service, connect to 3 ui b 0`ov existing 2-inch meter 6 EA $ $ 14. Install new 2-inch copper water service, connect to 3bv� 9� oan existing 1 1/2-inch meter 3 EA $ $ Sub -Total Amount for All Bid Items — SCHEDULE G $ Qti,l3 ° C-10 PROJECT BID SCHEDULE H Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard HID ITS 1 4S Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS $ 2. Install 8-inch Class 150 PVC pipeline in Clay Avenue 565 LF ,�SS 3. Install 1-2-inch Class 350. 4. Clay ap w; ;arFg -0A 96- -L-F- $ rl A $ rl A 5. Install 8-inch Class 150 PVC pipeline at the Beach Boulevard and Clay Avenue intersection 55 LF $ �b� $21 (8S 6. Install 8-inch Class 200 PVC pipeline in Coenson Circle at Clay Avenue 17 LF $ 2-- 7. Remove and salvage existing fire hydrant 3 EA $ (1DJx71 8. Construct fire hydrant assembly 3 EA 9. Cut and cap/seal existing waterline 4 EA $ U00 $ �f o 00 10. Remove existing valve box and cover 6 EA $ j o u o $ b� o u o 11. Remove and dispose of existing valve and ��o�� interfering pipeline 1 EA $"ovv $ 12. Relocation of sewer laterals 10 EA 13. Flushing, Pressure Testing, Disinfection, Dechlorination 1 LS $ �� o� $ 5 , a vL 14. Traffic control 1 LS S 15. Sheeting, shoring, and/or bracing 1 LS $ $ Se o° 16. Additional potholing 20 EA $ 5A0 $ i° bw 17. Demobilization and Cleanup 1 LS $ C-11 PROJECT BID SCHEDULE H Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 18. Install 8-inch cut in valve assembly 2 EA $�(, 80°'b ,aoa 19. Install 12-inch cut in valve Lf Sow assembly 1 EA $ $ 20. Install new 1-inch polyethylene water service, 2 0, 1)0 a connect to existing 1-inch 8 EA meter $ 21. Install new 1-inch polyethylene water service, connect to existing 3/4-inch meter 1 EA $7, $ 22. Water Pollutant Control Program 1 EA $�S�" Ov $ �i S Sub -Total Amount for All Bid Items — SCHEDULE H $ zso'- 71 C-12 PROJECT BID SCHEDULE I Watermain Replacement Project, Main Street, from ]Florida Street to Beach Boulevard BIND ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS $I1Z 2. Install 8-inch Class 150 PVC pipeline in Main Street 600 LF $ 1b-1 $ L002-00 3. Construct connection in Ellis Avenue 1 LS $1, 0 0a $ Si o Lo 4. Remove and dispose of existing valve and 1 5Jy 15 cE7 interfering pipeline 1 EA $ $ 5. Cut and cap/seal existing waterline 2 EA $ 5 $ 6. Flushing, Pressure Testing, Disinfection, Dechlorination 1 LS 7. Traffic control 1 LS $ 5, $s; L)D 8. Water Pollutant Control Program 1 LS ,Son $ Z6oZ' 9. Sheeting, shoring, and/or bracing 1 LSD D JD $ vJ 10. Additional potholing 18 EA $ 1 D v D ll. Replace Existing Traffic Control Loop 4 EA $ Lf ° $ 12. Demobilization and Cleanup 1 LS $g`°� $ Dao Sub -Total Amount for All Bid Items — SCHEDULE 1 C-13 PROJECT BID SCHEDULE J Watermain Replacement Project Alley Rehabilitation for All Sites BID ITEMS Bid Schedule J — NOT USED. C-14 PROJECT BID SCHEDULE BID ITEMS PROJECT BID SCHEDULE TOTALS CC-1331 WATERMAIN REPLACEMENT PROJECT Sub -Total Bid Schedule A - Not Used 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 Sub -Total Bid Schedule H Sub -Total Bid Schedule I Sub -Total Bid Schedule J - Not Used TOTAL BID AMOUNT (Schedules B-I) TOTAL BID AMOUNT IN WORDS: 0'0 Q- Yy 11 ho w -Pave h uve(xc-% V ' 19-�, 850 1 k45 , Z-t5 I�� qsD ZiS,s30 Z50 1*1q 1 LiZ1 860 It59ij15L4 e7g1\A $Av,P )q+a-�- 6v1- 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-15 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 qf Work Name and Address of Subcontractor State License Number Class Orcr,ye Gevr�l'-� �4r��irs 1V N. pixie % e Gra C'A 9Z8-13 34��g5 C Go1de,+ %C+ ow"XV5�pipe7ackiti�, lnc 2OU E. CO,do.r 9Y"k bnica-16 CA -111f. (c-16r�+no A Hardy + }bcpv r 1M. 317- E. WQrnet Arc. SarthA Arm CA �tZ`tb5 Zt5 9SZ A loop Ws4et� Inc. Ll"iL10 �. $ SaH CA Gv3ol 15,5 319 A 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-16 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of Orange 0-0ct SGi; b12 , being first duly sworn, deposes and says that he or she is HAWZrAAJ or N .. of &OAC s�J CAWFof2,31A i 1 - L.1,lC 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 Signature of Bidder 15991 1�.fl n-Iae:02D- T,;,,,J , CA 92750 Address of Bidder Subscribed and sworn to before me this day of , 2008. NOTARY PUBLIC 5W, ArT NOTARY SEAL C-17 CALIFORNIA JURAT WITH AFFIANT STATEMENT /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 MY NINA MIEKO HAMAMURA Commission #t 1667170 Notary Public - Callfornla Orange County MyComm. Exp1rw Moy 1S, 201 Place Notary Seal Above Signature of Document Signer No. 2 (if any) Subscribed and sworn toje�before me on this U day of dWl 20 0� , by Date Month Year Name of Signer proved to me on the basis of satisfactory evidence to be the person who appeared before me (.X (and Name of Signer proved to me on the basis of satisfactory evidence to be the e s appe ed before me.) Signatu 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. Top of thumb here Top of thumb here Further Description of Any Attached Document Title or Type of Document: Document Date: U 41 a Number of Pages: ° Signer(s) Other Than Named Above: ©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 Construction of Watermain Replacement Project, Indianapolis Avenue and Beach Boulevard Intersection; Watermain Replacement Project, Beach Boulevard, from Indianapolis Avenue to 170 feet North of Joliet Avenue; Watermain Replacement Project, Joliet Avenue, from Georgia Street to Beach Boulevard; Watermain Replacement Project, Utica Avenue, from Florida Street to Beach Boulevard; Watermain Replacement Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue; Watermain Removal Project, Beach Boulevard, from Clay Avenue to Garfield Avenue; Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard; Watermain Replacement Project, Main Street, from Florida Street to Beach Boulevard (1)(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. Title Date: C-18 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 16 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-19 COMPENSATION INSURANCE CER'TIFICA'TE 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: C-20 Title BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: 30%Ji0cf2a C/.11f'c,zrJ1A +I,FGt.v46 Co).lsl-RVX-rfcgd, /,.►- Bidder Name ism/ /?CD ,�� &z ,s oc;, Business Address TS, ,,j C'/g 9Z78b City, State Zip (7/1/) 83 e - 30--:�2 Telephone Number C0 / 8 f33 S A State Contractor's License No. and Class 5 Lo(, A Original Date Issued S'/a 1 /u Expiration Date The work site was inspected by of our office on J.,aE 3 , 2008. The following are persons, firms, and corporations having a principal interest in this proposal: S.-TAC24 CA�L•�ufG.)tq tQCL„�,C IF-ac).P. C-22 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. Printed or Typed Signature Subscribed and sworn to before me this _ day of , 2008. NOTARY PUBLIC 9W A5P 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. SCC M1�ACHCT-D 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 C-23 Date Completed Date Completed Date Completed CALIFORNIA JURAT WITH AFFIANT STATEMENT �e 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 ©p 4 NINA MIEKO HAMAMURA Commission # 1667170 •� Notary Public - California Orange County My Comm. Expires May 15. 201 Signature of Document Signer No. 2 (if any) Subscribed and sworn to (ef-a*if� ) before me on this V °�" day of d(AVV% , 20—jg&, by Date 4-ear -Month Year (1 Name of Signer proved to me on the basis of satisfactory evidence to be the person who appeared before me (.V (and Name of Signer proved to me on the basis of satisfactory evidence to be the*onnp red before me.) Signat re Signature of Notary Public Place Notary Seal Above OPTIONAL Though the information below is not required by law, it may prove Well] _ valuable to persons relying on the document and could prevent 0 fraudulent removal and reattachment of this form to another document. Top of thumb here TO of thumb here Further Description of Any Attached ' Document ( C/fi s Title or Type of Document: t/� I - Document Date: u �� Number of Pages: I Signer(s) Other Than Named Above: u ° ( a ©2007 National Notary Association- 9350 De Soto Ave., PO. Box 2402 -Chatsworth, CA 91313-2402 - www.NationaiNotary.org Item #5910 Reorder: Call Toll -Free 1-800-876-6827 Public Works Completed Jobs Project Name Orchard Glen Owner City of Corona Address 400 S Vicentia Ave Corona, Ca 92882 Phone Number (951) 736-2400 Location Corona Description Water, Sewer, Storm Drain Contract Amount $3,335,096.00 Completion Date 2006 Project Name Waterline Renewal for Ridge Park Ln, Feather Hill Dr, Maple Grove Rd, Shady Forest Ln, Chapel Hill Rd, Marywood Ln and Echo Hill Wav (W-643) Owner City or Orange Address 189 S. Water St Orange, Ca 92866 Phone Number (714) 288-2475 Location Orange Description Water Contract Amount $872,889.00 Completion Date 8-May Project Contact Patrick Guerrero Phone Number (714) 920-6046 Project Name Owner Address Phone Number Location Description Contract Amount Completion Date Project Contact Phone Number Lake Jennings Drive Pipeline Lakeside Water District 10375 Vine St Lakeside, Ca 92040 (619) 443-3805 Lakeside, Ca Water $472,340.00 Apr-08 Brett Sanders (619) 438-4422 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For Annual Water Main Replacement Various Locations and Along Reach Boulevard, CC1331 June 6, 2008 Notice to All Bidders: Please note the following revision to the project, Specifications: The following shall be deleted from the Specifications, Section C, page C-11: Project Bid Schedule H, Item No. 4., shall be deleted. 4. Install 24-inch steel casing in Clay Avenue across Beach Boulevard, with receiving pit and jacking pit 96 LF $ $ The following shall be added to Specifications, Section C, page C-11: Project Bid Schedule H, Item No. 4., shall be added as follows: 4. 1 Not Used NA NA NA NA Bid Proposals hand marked as shown herein will be accepted by the City. The following shall be amended from the Specifications, page is Shall be changed to: BIDS DUE: June 10, 2008, 2:00 PM, 2ND FLOOR BIDS DUE: June 12, 2008, 2:00 PM, 2ND FLOOR -1 The following shall be amended from the Specifications, page A-1, paragraph 1: 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:OOPM, on June 10, 2008. Bids will be publicly open in the Council Chambers unless otherwise posted. Shall be changed to: 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:OOPM, on June 12, 2008. Bids will be publicly open in the Council Chambers unless otherwise posted. This modification does not change the Engineer's Estimate for this project. This is to acknowledge receipt and review of Addendum Number one, dated June 6, 2008. -Soomcad Call L Q r012w11A PTC, ,,41 0.- . '(✓- Company Name f./a /0& Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Andrew Ferrigno at (714)536-5291. -2 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For Annual Water Main Replacement Various Locations and Along Beach Boulevard, CC1331 June 11.2008 Notice to All Bidders: Please note the following revision to the project, Specifications: The following shall be deleted from the Specifications, Section C, page C-11: Project Bid Schedule H, Item No. 3., shall be deleted. 3. Install 12-inch Class 350 D.I. pipeline in Clay Avenue at Beach Boulevard 120 LF $ $ The following shall be added to Specifications, Section C, page C-11: Project Bid Schedule H, Item No. 3., shall be added as follows: 3. Not Used NA NA NA NAI T Bid Proposals hand marked as shown herein will be accepted by the City. The following shall be amended from the Specifications, page is Shall be changed to: BIDS DUE: June 12, 2008, 2:00 PM, 2ND FLOOR BIDS DUE: June 17, 2008, 2:00 PM, 2ND FLOOR -1 The following shall be amended from the Specifications, page A-1, paragraph 1: 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:OOPM, on June 12, 2008. Bids will be publicly open in the Council Chambers unless otherwise posted. Shall be changed to: 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:OOPM, on June 17, 2008. Bids will be publicly open in the Council Chambers unless otherwise posted. This modification does not change the Engineer's Estimate for this project. This is to acknowledge receipt and review of Addendum Number one, dated June 6, 2008. .Sou?N-rn.! CFIt..,razJIA PircL wG Company Name Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Andrew Ferrigno at (714)536-5291. -2 ARCH INSURANCE COMPANY r - .=1 k IF KNOW ALL MEN BY THESE PRESENTS: That we, SOUTHERN CALIFORNIA PIPELINE CONSTRUCTION, INC., as Principal, and the ARCH INSURANCE COMPANY, a corporation organized and existing under the laws of the State of MISSOURI, and authorized to do business in the State of California as Surety, are held and firmly bound unto CITY OF HUNTINGTON BEACH, CALIFORNIA as Obligee, in the sum of TEN PERCENT OF THE TOTAL BID AMOUNT of the total amount bid not to exceed TEN PERCENT OF THE TOTAL BID AMOUNT ($ 10% OF THE TOTAL BID AMOUNT) DOLLARS, lawful money of the United States of America, to the payment of which sum well and truly to be made, the Principal and Surety bind themselves, and each of their heirs, executors, administrators, successors and assigns, jointly and severally by these presents. The condition of this obligation is such, that, if the Obligee shall make any award to the Principal for: WATERMAIN REPLACEMENT PROJECT INDIANAPOLIS AVENUE AND BEACH BOULEVARD INTERSECTION. CONTRACT NO.: 1331 Bid Date: 06/10/2008 According to the terms of the proposal or bid made by the Principal therefore and the Principal shall duly made and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with the ARCH INSURANCE COMPANY, as Surety or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay to the Obligee the damages which the Obligee may suffer by reason of such failure not exceeding the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. SIGNED, SEALED, DATED: JUNE 9, 2008 By: ARCH INSURANCE COMPANY (Surety) By: ;�CG'Cl.Y 6t PAUL BOUCHER, Attorney In Fact DIRECT CORRESPONDENCE TO: ARCH INSURANCE COMPAY, 135 N. Los Robles Ave., Suite 825, Pasadena, CA 91101 PHONE (626) 639-5254 FAX (626) 639-5210 STATE OF CALIFORNIA COUNTY OF LOS ANGELES Bond No. N/A On JUNE 9, 2008, before me, HEATHER WIN, a Notary Public in and for the above county, personally appeared PAUL BOUCHER 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/she is Attorney -in -Fact of ARCH INSURANCE COMPANY, a corporation organized and existing under the laws of the state of MISSOURI, that the seal affixed to the foregoing instrument is the corporate seal of the said corporation, that the instrument was signed, sealed, and executed in behalf of said corporation by authority of its Board of Directors, and further acknowledged the said instrument and the execution thereof to be the voluntary act and deed of said corporation by his voluntarily executed. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. IN WITNESS WHEREOF, I have hereunto subscribed by name and affixed my official seal the day and year first above written. My Commission Expires: JUNE 17, 2010 &ay'at- Notary Public HEATHER WIN Commisslon # 1675769 Notary Public - California • i Los Angeles County My Comm. Expires Jun 17, 2010 F qF Know All Men By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal office in Kansas City, Missouri (hereinafter referred to as the "Company") does hereby appoint Paul Boucher, Susan Thurston, Janina Monroe, Timothy J. Noonan, Leonard G. Fodemski, and Mark Zwickel of Los Angeles, CA (EACH) its true and lawful Attomey(s)-in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed: Any and all bonds and undertakings EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver bonds or undertakings that guarantee the payment or collection of any promissory note, check, draft or letter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. The Company may revoke this appointment at any time. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office in Kansas City,.;Mjssoi�ui This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on March 3, 2003, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on March 3, 2003: VOTED, That the signature of the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on March 3, 2003, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. OOML0013 00 03 03 Page 1 of 2 Printed in U.S.A. • 2000 MAIN STREET OFFICE OF THE CITY CLERIC JOAN L. FLYNN CITY CLERK September 10, 2008 Herman Weissker, Inc. 2631 S. Riverside Ave. Bloomington, CA 92316 RE: CC-1331 — Construction of Watermain Replacement Project Enclosed please find your original bid bond for CC-1331. Sincerely, Joan L. Flynn, CIVIC City Clerk JF:pe Enclosure CALIFORNIA 92648 g: /fo Ilowu p/cashcont/retu rn bidbond. doc (Telephone: 714-536-5227 ) IN 'ON BEACH CITY CLERK. SEC OND FLOOR, CI 'ALL " yA s 2000 MAIN STREET HUNTINGTON REACH CA 92648 BID DUE: JUKE 17g 2008 2:00 PM �"`i^"�'S - SN ggW- WWW R- C, " •.`' ; ''�' .,�,,'" �'�' w `- vim- n At . r ., A +- �� ,� .• ,'�`"*z�+ �` 'T6ar z.pjx �� fi u` ���� R` Y .` � �,?t- L"�y`'. �` .' _ City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For Annual Water Main Replacement Various Locations and Along Beach Boulevard, CC1331 June 6, 2008 Notice to All Bidders: Please note the following revision to the project, Specifications: The following shall be deleted from the Specifications, Section C, page C-11: Project Bid Schedule H, Item No. 4., shall be deleted. 4. Install 24-inch steel casing in Clay Avenue across Beach Boulevard, with receiving pit and jacking pit 96 LF $ $ The following shall be added to Specifications, Section C, page C-11: Project Bid Schedule H, Item No. 4., shall be added as follows: 4. 1 Not Used NA I NA I NA NA Bid Proposals hand marked as shown herein will be accepted by the City. The following shall be amended from the Specifications, page is Shall be changed to: BIDS DUE: June 10, 2008, 2:00 PM, 2ND FLOOR BIDS DUE: June 12, 2008, 2:00 PM, 2ND FLOOR The following shall be amended from the Specifications, page A-1, paragraph 1: 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:OOPM, on June 10, 2008. Bids will be publicly open in the Council Chambers unless otherwise posted. Shall be changed to: 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:OOPM, on June 12, 2008. Bids will be publicly open in the Council Chambers unless otherwise posted. This modification does not change the Engineer's Estimate for this project. This is to acknowledge receipt and review of Addendum Number one, dated June 6, 2008. Heman Weissker, Inc. J 91�7 Company Name By Ron Politte, President 6/13/08 Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Andrew Ferrigno at (714)536-5291. -2 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For Annual Water Main Replacement Various Locations and Along Beach Boulevard, CC1331 June 11, 2008 Notice to All Bidders: Please note the following revision to the project, Specifications: The following shall be deleted from the Specifications, Section C, page C-11: Project Bid Schedule H, Item No. 3., shall be deleted. 3. Install 12-inch Class 350 D.I. pipeline in Clay Avenue at Beach Boulevard 120 LF $ $ The following shall be added to Specifications, Section C, page C-11: Project Bid Schedule H, Item No. 3., shall be added as follows: 3. 1 Not Used NA I NA I NA NA Bid Proposals hand marked as shown herein will be accepted by the City. The following shall be amended from the Specifications, page is Shall be changed to: BIDS DUE: June 12, 2008, 2:00 PIVI, 2ND FLOOR BIDS DUE: June 17, 2008, 2:00 PIVI, 2ND FLOOR -1 The following shall be amended from the Specifications, page A-1, paragraph 1: 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:OOPM, on June 12, 2008. Bids will be publicly open in the Council Chambers unless otherwise posted. Shall be changed to: 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:OOPM, on June 17, 2008. Bids will be publicly open in the Council Chambers unless otherwise posted. This modification does not change the Engineer's Estimate for this project. This is to acknowledge receipt and review of Addendum Number one, dated June 6, 2008. Herman Weissker, Inc. iW A& Company Name By Ron PoEttexresident 6/13/08 Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Andrew Ferrigno at (714)536-5291. -2 SECTION C PROPOSAL for the CONSTRUCTION OF Watermain Replacement Project, Indianapolis Avenue and Beach Boulevard Intersection Watermain Replacement Project, Beach Boulevard, from Indianapolis Avenue to 170 feet North of Joliet Avenue Watermain Replacement Project, Joliet Avenue, from Georgia Street to Beach Boulevard Watermain Replacement Project, Utica Avenue, from Florida Street to Beach Boulevard Watermain Replacement Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue Watermain Removal Project, Beach Boulevard, from Clay Avenue to Garfield Avenue Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard Watermain Replacement Project, Main Street, from Florida Street to Beach Boulevard CASH CONTRACT No. 1331 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON REACH: 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 C-1 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 Two Hundred (200) 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 Jump 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 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, findBIooER's BOND in the amount of $ 177.427.85 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 idder's Signature 1 6/6/O8 2 6/11/O8 C-2 PROJECT BID SCHEDULE A Watermain Replacement Project, Indianapolis Avenue and Beach Boulevard Intersection BID ITEMS Bid Schedule A — NOT USED. C-3 Watermain replacement Project, Indianapolis Avenue and Beach Boulevard Intersection BID ITEMS item Unit i�'o, Description Quantit Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS ine Thousand Nine iXdrety $ 9,9B9.62 Two1CenisNineDollar$0,9B9.62 2. install 8-Inch C18SS 150 Two Hundred Ninety Eight Dollars Seven PVC pipeline in cents Indianapolis Avenue at Beach Boulevard 110 LF $ 298.07 $ 32.787.70 3. Install 12-inch Class 350 DI DollarsdForrty1Seven pipeline in Indianapolis cents Avenue at Beach Boulevard. 172 LF $ 215.47 $37,050,84 4. Install 12-inch Class 200 Three Hundred l try Three Dollars Nine PVC pipeline in Eight Cents 353.98 15,929.10 Indianapolis Avenue at Beach Boulevard 45 LF $ $ 5. Install 24-inch Steel CaSln 9 Seven Hundred Forty Seven Dollars Fifteen in Indianapolis Avenue at Cents Beach Boulevard, with receiving pit, and jacking pit 164 LF $ 747.15 $ 122,532.60 6. Install 12-inch cut In valve Fourteen Thousand Three Hundred Ninety assembly 1 EA Nine li SevenDCentss Thirty $14,399.3 $ 14.399.37 7. Flushing, Pressure Testing, Two ThouTenour n Dollars Disinfection, Dechlorination 1 LS Seventy Three Cents $ 2,410.73 $ 2,410.73 8. Traffic control 1 LS Eight Thousand Three Hundred Forty One 8.341.35 $ 8,341.35 Dollars Thirt Five Cent 9. Water Pollutant Control Four Thousand Two Hundred Fifteen Dollars Program 1 LS Thirty Five Cents 4,215.35 $ 4,215.35 $ 10. Sheeting, shoring, and/or Five Thousand Three bracing 1 LS Hundred Seventy Five Dollars Sixty Cents $ 5,375.60 $ 5.375.60 11. Additional potholing p 9 15 EA Two Hundred Seventeen Dollars Ninety Six Cents$ 217.96 $ 3,269.40 Demobilization and Four Thousand Five Hundred Twenty Five Cleanup 1 LS ollars Thirty Two $4,525.32 $4,525.32 P ntsOne Replace Existing Traffic ousan ixty Five Dollars Twenty Control Loop 8 EA Six Cents 1,O65.20 $ 6,522.08 $ Sub -Total Amount for All Bid Items — SCHEDULE B $ 269, 359.06 C-4 PROJECT BID SCHEDULE C Watermain Replacement Project, Beach Boulevard, from Indianapolis Avenue to 170 feet North of Joliet Avenue BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS Nine Thousand Forty Nine Dollars Seventy 9.049.72 $ 9,049.72 Two Cents 2. Install 12-inch Class 150 PVC pipeline in Beach One Hundred Forty Two Dollars Forty Three Boulevard 500 LF Cents $ 142.43 $71,215.00 3. Install 8-inch Class 150 Five Hundred Five Dollars Sixty Three PVC pipeline in Beach Cents Boulevard 25 LF $ 505.53 $12,540.75 4. Flushing, Pressure Testing, Two Thousand Four Hundred Ten Dollars Disinfection, Dechlorination 1 LS Seventy Three Cents $2.410.73 $ 2.410.73 5. Traffic control 1 LS HundreduFifty Six Dollar$6,256.01 $ 5,255.01 One Cent 6. Water Pollutant Control Four Thousand One Hundred Forty Six Program 1 LS Dollars Nineteen Cents $4,145.19 $ 4.146.19 7. Sheeting, shoring, and/or HundreduThirtywFive bracing 1 LS Dollars Seventy Nine Cents 2.235.79 $ 2.235.79 $ 8. Additional potholing 20 EA Two Hundred Thirty one Dollars Fift One Cents 231.51 $ 4,630.20 $ 9. Demobilization and Four Thousand Five Hundred Ninety Four Cleanup 1 LS ollars Forty Eight $4,594.48 $ 4,594.4B Cents 10. Replace Existing Traffic p g figght Hundred seventeen Six Control Loop 4 EA rs seventy Cents 817 .76 $ $ 3,271.04 Sub -Total Amount for All Bid Items — SCHEDULE C $ 120.449.91 C-5 PROJECT BID SCHEDULE D Watermain Replacement Project, Joliet Avenue, from Georgia Street to Beach Boulevard BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS Eight Thousandinn Hundred Sixty Nine Dollars Three Cents 2 989.03 $ 8.969.03 $ 2. Install 8-inch Class 150 PVC pipeline in Joliet One Hundred Fifty One Dollars Seventy Three Cents Avenue 325 LF $ 151.73 $ 49, 31 2.25 3. Install 8-inch Class 150 and 200 PVC pipeline in one Hundred Ninety Two Dollars sixty Four Cents 192.64 22,153.60 Georgia Street at Joliet Avenue 115 LF $ $ 4. Install 4-inch cut in valve assembl Y 2 EA six Thousand Seven Hundred Fifty Two Centsrs Fifty Seven $6,752.57 $13.505,14 5. Construct fire hydrant Y assembly 1 EA Eight Thousand Four Hundred Ninety Nine Dollars Forty Nine ents $8.499.49 $ 8.499.49 6. Remove and salvage existing fire hydrant 1 EA Three Thousand six Hundred Thirty Two Dollars Three Cents $3,632.03 $ 3,632.03 7. Remove existin valve box g and cover 3 EA six Hundred Thirty Dollars Forty Seven Cents $ 630.47 $ 1.891.41 8. Cut and cap/seal existing waterline 2 EA Two Hundred uTwenh Twenty Five Dollars Eighty Six Cents 2,325.66 $ 4.651.72 $ 9. Install 2-inch air and vacuum assembl Y 1 EA Six Thousand Five Hundred Forty Two ollars Thirty Three cents $6,542.33 $ 6,542.33 10. Relocation of sewer laterals 6 EA ive Thousand Thirty our Dollars Twenty Two ents $5,034.22 $ 30.205.32 11. Flushing, Pressure Testing, Disinfection, Dechlorination 1 LS undreduTendDollars Seventy Three Cents $2.410.73 $ 2.410.73 12. Traffic control 1 LS ousan wo dunundred Fifty Six ollars One Cent $ 6.256.01 $ 6,256.01 13. Sheeting, shoring, and/or bracing 1 LS our Thousand Two Hundr orty Dollars Seventy ix Cents d $ 4,240.7E $ 4,240.7E 14. Additional potholing 20 EA Two Hundred Twenty Six Dollars Eighty Two Can s$ 226.82 $ 4,535.40 15. Demobilization and CleanupThree 1 LS Thousand Eight Hundred Fifty One ollars Ei ht Three Ce 3,851.83 is -- 3,851 .63 $ 16. Install new 1-inch polyethylene water service, Four Thousand Seven Hundred Twenty Seven Dollars Eighty Three Cents to existing 3/-inch connconnect 5 EA $ 4.727.63 $ 23.539.15 17. Install new 2-inch copper water service, connect to existing 1 1/2-inch meter 1 EA six Thousand Eight Hundred Twenty Eight Dal lars Eighty Eight Cents $ 6,828.88 $ 6.828.6B Sub -Total Amount for All Bid Items — SCHEDULE D $ 201,120.08 C-6 PROJECT BID SCHEDULE E Watermain Replacement Project, Utica Avenue, from Florida Street to Beach Boulevard RID ITFMSs Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS HundreduTwenty Seven $ 10,727.33 Dollars Thirty Three Cen�s0,727.33 2. Install 8-inch Class 150 and One Hundred Fifteen Dollars Eighty Three 200 PVC pipeline in Utica Cents Avenue 590 LF $115.83 $ 68,339.70 3. Construct fire hydrant weIva ousan Eight Hundred Twenty One assembly y 2 EA Dollars Forty One Cents $12,821.41 $25,642.82 4. Remove and salva a g Three Thousand Seven Hundred Thirty Two existing fire hydrant 2 EA Dol CCentsrs Sixty Eight $3,732.68 $ 7,465.36 5. Remove existin valve box g six Hundred Thirty Four Dollars Thirty Eight and cover 6 EA Cents $634.38 $ 3,806.28 6. Cut and cap/seal existing FournDollarsdSixtyty waterline 2 EA Four Cents $ 794.64 $ 1.589.28 7. Relocation of sewer lateral 6 EA Five Thousand Eighty DCenisrs FiftyFive $5,080.55 $ 30,483.30 8. Flushing, Pressure Testing, g g Two Thousand Four Hundred Disinfection, Dechlorination 1 LS ThreeCents$2,410.73 $ 2,410.73 9. Traffic control 1 LS Hundreodul�wentyo�Six $10,426.69 $ 10.125.69 Dollars Sixty Nine Cent 10. Sheeting, shoring, and/or ee our Thou$antyThrThree undyed xd Three bracing 1 LS Dollars Twenty Six Cents $ 4,393.26 $ 4,393.25 11. Additional otholin P 9 20 EA Two Hundred Ninety Four $294.55 $ Dollars Fifty Six Cents 5.891.20 12. Demobilization and Three Thousand One Hundred Twenty Five Cleanup 1 LS Dolltsrs Twenty Nine Cen $3,125,29 $ 3,125.29 13. Install new 1-inch Three Thousand Five Hundred Eighty Seven polyethylene water service, Dollars Four Cents connect to existing 3/-inch meter 7 EA $3,587.04 $ 25.109.28 14. Install new 1-inch Four sandur HuundredoElevenFDollars polyethylene water service, Eighty Two Cents connect to existing 1-inch meter 1 EA $4,411,82 $ 4.411.82 15. Install new 2-inch copper HundredoEuightyFSix water service, connect t0 Dol CCentsrs Forty Five existing 2-inch meter 3 EA $ 5,45 465. $ 16,459.35 16. Install new 2-inch copper Five Thousand One Hundred Seventy Three water service, connect t0 Dollars Ninety One Cents 5.173.91 5,173.91 existing 1 1/2-inch meter 1 EA $ $ Sub -Total Amount for All Bid Items — SCHEDULE E $ 225,455.6o C-7 PROJECT BID SCHEDULE F Watermain Removal Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS welve Thousand Three undred Fifty Two Dolla s$12,352.44 $12,352.44 ort Four Cents 2. Install 6-inch, 8-inch and One Hundred Twenty Nine 12-inch Class 150 and 200 Dollars Nineteen Cents PVC pipeline in Beach Boulevard 1300 LF 129.19 $ 167,947.00 $ 3. Construct 12-inch D.I. Four Hundred Nine Dollars Sixty Two inverted siphon assembly 31 LF Cents $ 409.52 $ 12.598.22 4. Install 12-inch Class 150 Six Hundred Twenty Nin Dollars Seventy Nine PVC watermain in Beach Cents Boulevard at Yorktown Avenue 24 LF $ 629.79 $ 1 5 , 1 1 4 .95 5. Construct 12-inch D.I. Three Hundred Eighty Three Dollars Forty siphon assembly 49 LF Five Cents $ 383.45 $ 16,789.05 6. Construct waterline Twenty Two Thousand connection in Beach Five Hundred Twenty one Dollars Eighty Boulevard 1 LS Nine Cents $22,521.89 $ 22.521.89 7. Remove and salvage Three Thousand Seven Hundred Thirty Two existing fire hydrant 2 EA Dollars Fifty Seven Cents Cents 3,732.57 $ 7,465.14 8. Construct fire hydrant ig t ousan Five Hundred sixty Three Dollars Sixty Three assembly 2 EA Cents $ 6,563.63 $ 17, 127.25 9. Remove existin valve box g six Hundred Five Dollars sixty one and cover 5 EA Cents $ 505.61 $ 3.028.05 10. Cut and cap/seal existing Seven Hundred Sixty Five Dollars Sixty waterline 6 EA Four Cents $ 765.64 $ 4,593.64 11. Remove and dispose of Six Thousand Forty existing valve and Four Dollars interfering piping 1 EA $6.044.00 $ 6,044.00 12. Flushin , Pressure Testin , 9 9 Three Thousand One Hundred Twenty Five Disinfection, Dechlorination 1 LS Dollars Ninety six $3,125,96 $ 3.125.96 Cents 13. Traffic control 1 LS Fifteen Thousand Six Hundred Forty Dollars �5.640.03 $ 15.640.03 Three Cents 14. Water Pollutant Control Four Thousand Two Hundred Ninety Five Program 1 LS Dollars Three Cents $ 4,295.03 $ 4,295,03 15. Sheeting, shoring, and/or 9 9 Three Thousand Nine bracing1 LS Hundred Sixty Two Dollars Forty Three $3.962.43 $ 3,962.43 Cents 16. Additional potholing 30 EA Two Hundred Four Dollars Fifty One 204.51 $ 5.135.30 $ Cents 17. Demobilization and Four Thousand six Cleanup Hundred Seventy One Dollars Ninety Two Cents 4,671.92 1 LS $4.571.92 $ C-8 PROJECT BID SCHEDULE F Watermain Removal Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue II'll 1111191►IFI Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 18. Install 8-inch cut in valve Six Thousand Eight Hundred Three Dollars assembly 2 EA Eighty Four Cents �6.803.84 $ 13,607.60 19. Install 4-inch pump -Out Seven Thousand Nine Hundred Fifteen assembly 1 EA Dollars Forty Two Cents $ 7,915.42 $ 7.915.42 20. Install 2-inch air and six Thousand one Hundred Ei ht Dollars vacuum assembly 2 EA Eighty Six Cents $ 6, 108.06 $ 12,217.72 21. Install new 1-inch Five Thousand Two Hundred Forty Dollars polyethylene water service, Ninety Seven Cents connect to existing 1-inch meter 2 EA $ 5.240.97 $ 1 0.481 .94 22. Install new 2-inch copper Four Thousand one Hundred Forty Eight water service, connect to Dollars Eighty Cents existing 2-inch meter 4 EA $ 4, 149.60 $ 1 5.595.20 23. Re lace Existin Traffic P 9 one Thousand one Hundred Thirty Nine Control Loop 8 EA Dollars Ninety Two $ 1 , 139.92 $ 9,119.36 I Cents Sub -Total Amount for All Bid Items — SCHEDULE F $ 395,449.84 C-9 PROJECT BID SCHEDULE G Watermain Replacement Project, Beach Boulevard, from Clay Avenue to Garfield Avenue BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS Nine Thousand Seven Hundred Six Dollars $ 9,705.75 $ 9,706.75 Seventy Five Cents 2. Cut and cap/seal existing g Two Thousand Two Hundred Eighty Eight waterline 4 EA Dollars Three cents $ 2.288.03 $ 9,152.12 3. Remove existing valve box Six hundred Ten Dollar Twenty One Cents and cover 4 EA 610.21 2,440.84 Ten Thousand Three 4. Construct fire hydrant Hundred Fifty Three Dollars Thirty Eight assembly 1 EA Cents $ 10,353.38 $ 10,353.38 5. Remove and salvo a g Three Thousand Seven existing fire hydrant 1 EA Hundred Ninety Four Ceolla Thirty Two $ 3,794.32 $ 3,794.32 ntsrs 6. Traffic control 1 LS Six Thousand Two Hundred Fifty Six Doll 6,256.01 r$ 5,255.01 $ 7. Water Pollutant Control Four Thousand Two Hundred Ninety Five Program 1 LS Dollars Three Cents $ 4,295.03 $ 4,295.03 8. Sheeting, shoring, and/or sa Five ThounyTCenty Dollars TwentCents 5,020.20 5,020.20 bracing 1 LS $ $ Two Hundred Five 9. Additional potholing 10 EA Dollars Twelve Cents $ 205.12 $ 2,051 .20 Five Thousand Four 10. Demobilization and Cleanup 1 LS Hundred Nine Dollars $ 5,409.54 $ 5,409.64 Sixty Four Cents 11. Install new 1-inch Six Thousand Five polyethylene water service Hundred Twenty Four Dollars Thirty Cents connect to existing 1-inch meter 2 EA $ 6.524.30 $13.046.60 12. Install new 1-inch Five Thousand Eight polyethylene water service, HundSix Dollars red Two connect to existing 3/4-inch Cents meter 1 EA $ e.ezfi.zz $ 5,e25.22 13. Install new 2-inch copper Five Thousand Two Hundred Sixty Two water service, connect to Dollars Eighty Three Cents existing 2-inch meter 6 EA $5.262.B3 $31,576.98 14. Install new 2-inch copper Six Thousand Nine water service, connect to Hundred Ten Dollars Two Cents existing 1 1/2-inch meter 3 EA $6,910.02 $20,730.06 Sub -Total Amount for All Bid Items — SCHEDULE G $ 129,561.35 C-10 PROJECT BID SCHEDULE H Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS Nine Thousand Seven Hundred Six Dollars $ 9,705.75 $ 9,705.75 Seventy Five Cents 2. Install 8-inch Class 150 One Hundred Twenty Three Dollars Seventy PVC pipeline in Clay Five Cents 123.75 59.918.75 Avenue 565 LF $ $ 3. Ma NA NA 4,04 -Lf $ NA $ NA 4. AveRue—ssFess NA NA -bn--may 4-894�'T(Tiftgf -gG -L-F $ NA $ NA pit 5. Install 8-inch Class 150 Two Hundred Thirty Seven Dollars Ninety PVC pipeline at the Beach one Cents 237.91 13.085.05 Boulevard and Clay Avenue intersection 55 LF $ $ 6. Install 8-inch Class 200 Four Hundred Sixty One Dollars Forty Four Cents PVC pipeline in Coenson Circle at Clay Avenue 17 LF $ 451 .44 $ 7,644.46 7. Remove and salvage Three Thousand Five Dollars Twenty Seven existing fire hydrant 3 EA Ten ts 3,527.10 $ 10,581,30 $ 8. Construct fire hydrant Nine Thousand Ten Dollars Twenty Three Cents 9.010.23 27.030.69 assembly 3 EA $ $ 9. Cut and cap/seal existing Three Thousand One Hundred Fifty Two Dollars Seventy One waterline 4 EA Cents $3.152.71 $12,610.84 10. Remove existin valve box g six Hundred Seventeen Dollars Forty Two and cover 6 EA Cents $ 617.42 $ 3.704.52 11. Remove and dispose of Five Thousand Two Hundred Forty Nine existing valve and Dollars Ninety Three Cents interfering pipeline 1 EA 249.93 $�' 5,249.93 $ Four Thousand Seven 12. Relocation of sewer laterals 10 EA Hundred Forty Nine $4.749.54 $47.495,40 Dollars Fifty Four Cents 13. Flushing, Pressure Testing, Two ThosaFour Disinfection, Dechlorination 1 LS HundreduTendDollars Seventy Three Cents $2.410.73 $ 2.410.73 14. Traffic control 1 LS Six Thousand Two Hundre $6,233.92 $ 5.233.92 Thirty Three Dollars 15. Sheeting, shoring, and/or Seven Thousand Two Hundred Twenty Seven bracing 1 LS Dollars Forty Eight Cents $7.227.46 $ 7,227.48 16. Additional potholing 20 EA Two Hundred Four Dollars Forty Cents $ 204.40 $ 4,066.00 17. Demobilization and Three Thousand Two Hundred Thirty One Cleanup 1 LS Dollars Sixteen Cents $3.231.16 $ 3,231.16 C-> 1 PROJECT BID SCHEDULE H Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 18. Install 8-inch cut in valve Six Thousand Five Hundred Eighty Eight assembly 2 EA Dollars Eighty Cents $ 51508.60 $ 13.177.60 19. Install 12-inch cut in valve Nine Thousand Five Hundred Twelve Dollars assembly 1 EA Seventy Three Cents $ 9.512.73 $ 9.512.73 20. Install new 1-inch Five Thousand One polyethylene water service, Hundred Twenty Three connect to existing 1-inch Dollars Thirty Six Cents meter 8 EA $ 5.123.36 $ 40.986.88 21. Install new 1-inch Six Thousand Sixty polyethylene water service, Do NigetCentsars Forty connect to existing 3/4-inch meter 1 EA $ 6.05e.49 $ 6,06e.49 22. Water Pollutant Control Four Thousand Two Hundred Ninety Five Program P 1 EA Dollars Three Cents $ 4,295.03 $ 4,295.03 Sub -Total Amount for All Bid Items — SCHEDULE H $ 304.459.73 C-12 PROJECT BID SCHEDULE I Watermain Replacement Project, Main Street, from Florida Street to Beach Boulevard BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS Nine Thousand Seven Hundred Six Dollars $ 9,706.75 $ 9,706.75 Seventy Five Cents 2. Install 8-inch Class 150 One Hundred Two Dollar sixty Three Cents PVC pipeline in Main Street 600 LF 102.53 $ 61,578.00 $ 3. Construct connection in Thirteen Thousand Seven Hundred Twenty Ellis Avenue 1 LS Six Dollars Thirty $13,726,32 $ 13,725.32 Two Cents 4. Remove and dispose of Seven Thousand Five Hundred Twenty Two existing valve and Dollars Ninety Eight Cents interfering pipeline 1 EA $ 7,522.98 $ 7,522.96 Two Thousand Four 5. Cut and cap/seal existing Hundred Fifty Dollars waterline 2 EA Sixteen Cents 2,450.16 $ 4.900.32 $ 6. Flushin , Pressure Testin , g g Two Thousand Four Hundred Ten Dollars Disinfection, Dechlorination 1 LS Seventy Three Cents $ 2,410.73 $ 2,410.73 7. Traffic control 1 LS Seven Thousand Two t Hundred SevenSix Fi $ 7.275.59 $ 7,276.59 8. Water Pollutant Control Four Thousand Two Hundred Ninety Five Program 1 LS Dollars Three Cents $ 4,295.03 $ 4.295.03 9. Sheeting, shoring, and/or Three Thousand Eight Hundred Fifty Three bracing 1 LS Dollars Eighty Nine Cents $ 3,853.89 $ 3,853.89 10. Additional potholing 18 EA Two Hundred Twenty Four Dollars Eleven $ 224.11 $ 4.033.98 11. Replace Existing Traffic One Thousand Eighty Control Loop 4 EA Five Dollars Nine Cents $ 1.085.09 $ 4.340.35 12. Demobilization and Four Thousand Six Hundred Seventy One Cleanup 1 LS Dollars Ninety Two $ 4,671 .92 $ 4,671 .92 Cents Sub -Total Amount for All Bid Items — SCHEDULE 1 $ 120,316.87 C-l3 PROJECT BID SCHEDULE J Watermain Replacement Project Alley Rehabilitation for All Sites HID ITEMS Bid Schedule J — NOT USED. C-14 PROJECT BID SCHEDULE BID ITEMS PROJECT BID SCHEDULE TOTALS CC-1331 WATERMAIN REPLACEMENT (PROJECT Sub -Total Bid Schedule A - Not Used 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 Sub -Total Bid Schedule H Sub -Total Bid Schedule I Sub -Total Bid Schedule J - Not Used 269,359.06 120,449.91 201,126.08 225,455.60 395,449.84 129,661.35 304,459.73 128,316.87 TOTAL BID AMOUNT (Schedules B-1) 1 , 774 , 278.44 TOTAL BID AMOUNT IN WORDS: One Million Seven Hundred Seventy Four Thousand Two Hundred Seventy Eight Dollars and Forty Four Cents. 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-15 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 License Number Class .01% ADAMS TAPPING 610920 C-34 P.O. BOX 71, ATWOOD, CA 92811 .01% LONG°S DIRECTIONAL BORING 786830 A - D9 1476 BODIE PLACE, NORCO, CA 92860 .01% ORANGE COUNTY STRIPING. 346095 C-32 183 N. PIXLEY STREET, ORANGE, CA 92668 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-16 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMIT'T'ED WITH BID State of California ss. County of RIVERSIDE RON POLITTE , being first duly sworn, deposes and says that he or she is PRESIDENT of HERMAN WEISSRER, 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. HERMAN WEISSRER, INC. Name of Bidder Signature of Bidder RON POLITTE, PRESIDENT 1645 BROWN AVENUE,RIVERSIDE, CA 92509 Address of Bidder Subscribed and sworn to before me this 9th day of JUNE , 2008. *PLEASE SEE ATTACHED NOTARY. NOTARY PUBLIC C-17 NOTARY SEAL ` CALIFORNIA .!DRAT WITH AFFIANT STATEMENT XXSee 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 RIVERSIDE I CRANDALL <C Comm. # 1554022 b m NOTARY PUBLIC - CALIFORNIA CD <z 3an Bernardino County > My Comm. Expires February 20, 2009 Signature of Document Signer No. 2 (if any) —� Subscribed and sworn to (or affirmed) before me on this 9th day of JUNE 12008 by Date Month Year (1) RON POLITTE, PRESIDENT Name of Signer proved to me on the basis of satisfactory evidence to be the person who appeared before me (.) (2) Name of Signer pr evl e Signature ,. �a,, (� �.C�fr_ D" i Signature of Notary Public CRANDALL, NOTARY PUBLqc 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 Title or Type of Document: NONCOLLUSION AFFIDAVIT Document Date: JUNE 9, 2008 Number of Pages: ONE Signer(s) Other Than Named Above: NO OTHER SIGNERS RIGIITTHUMBPRINT RIGHTTHUMBPRINT OF'SIGNER #1,_- OFSIGNER;#2 .p of thumb here Top of 02007 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 Construction of Watermain Replacement Project, Indianapolis Avenue and Beach Boulevard Intersection; Watermain Replacement Project, Beach Boulevard, from Indianapolis Avenue to 170 feet North of Joliet Avenue; Watermain Replacement Project, Joliet Avenue, from Georgia Street to Beach Boulevard; Watermain Replacement Project, Utica Avenue, from Florida Street to Beach Boulevard; Watermain Replacement Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue; Watermain Removal Project, Beach Boulevard, from Clay Avenue to Garfield Avenue; Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard; Watermain Replacement Project, Main Street, from Florida Street to Beach Boulevard (1)(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 9, 2008 C-18 HERMAN WEISSRER, INC. Contractor 1, - " By RON POLITTE, 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 �(No If the answer is yes, explain the circumstances in the space provided, NOT APPLICABLE Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-19 COMPENSATION INSURANCE CERT'IFICAT'E 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 9, 2008 C-20 HERMAN WEISSRER, INC. Contractor By RON POLITTE, PRESIDENT 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 Ltz 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-21 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: HERMAN WEISSRER, INC. Bidder Name 1645 BROWN AVENUE Business Address RIVERSIDE CA 92509 City, State Zip ( 951) 826-8800 Telephone Number 183556 A C-7 C60 ASB C36 C10 B HAZ State Contractor's License No. and Class MAY 18, 1959 Original Date Issued 4/30/2010 Expiration Date The work site was inspected by FELIX PARRA of our office on 5/26 .2008. The following are persons, firms, and corporations having a principal interest in this proposal: LUIS A. ARMONA JAMES ANTHONY VEDOVA RON POLITTE PETER J. VAN EMON MARTY MAYEDA DIANN FIELDS C-22 CHIEF EXECUTIVE OFFICER EXECUTIVE SENIOR VICE PRESIDENT PRESIDENT [�Vl�TI tJTADV /[�VAiT /�D [7T /�T? Dn OC�T TL+ATT CHIEF FINANCIAL OFFICER ASSISTANT SECRETARY 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. HERMAN WEISSKER, INC. Comoanv Name Signature of Bidder RON POLITTE, PRESIDENT Printed or Typed Signature Subscribed and sworn to before me this 9thday of JUNE 2008. *PLEASE SEE ATTACHED NOTARY. 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: COLLEGE OF THE DESERT 43500 MONTEREY, PALM DESERT, CA 92260 Name and Address of Public Agency Name and Telephone No. of Project Manager: STEVE GOSSETT 760-340-5239 $1,999,222.78 HYDRONIC PIPING -CHILLED & HOT WATER 2008 Contract Amount Type of Work Date Completed 2. CITY OF CHINO HILLS 10760 THORNMIST RD., SAN DIEGO, CA 92127 Name and Address of Public Agency Name and Telephone No. of Project Manager: CHARLES BROWN 909-287-0215 $643,451.71 OFFSITE STORM DRAIN & PUBLIC RIGHT AWAY 2007 Contract Amount Type of Work Date Completed 3. ANAHEIM UNION HIGH SCHOOL DISTRICT P.O. BOX 3520, ANAHEIM, CA 92803 Name and Address of Public Agency Name and Telephone No. of Project Manager: GORDON WINN 714-518-5001 $756,635.00 SANITARY SEWER LINES, FIREWATER",LINES, STORM DRAIN 2004 Contract Amount Type of Work DOMESTIC WATER Date Completed C-23 CALIFORNIA JURAT WITH AFFIANT STATEMENT A See Attached Document (Notary to cross out lines 1-6 below) El 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 RIVERSIDE Signature of Document Signer No. 2 (if any) Subscribed and sworn to (or affirmed) before me on this 9th day of JBNE , 2008 by Date Month Year (j) RON POLITTE, PRESIDENT Name of Signer proved to me on the basis of satisfactory evidence to be the person who appeared before me (.) J. CRANDALL (mod a( Comm. # 1554022 D m NOTARY PUBLIC • CALIFORNIA W (2) San 8emardino County D Name of Signer MY Cantu- Expires February 20, 2009 e t Signature Cc Signature of Notary Publi J. CRANDALL, NOTARY LIC Place Notary Seal Above OPTIONAL Though the information below is not required by law, it may prove M. valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Top of thumb here Top of thumb here Further Description of Any Attached Document Title or Type of Document: BIDDER' S INFORMATION Document Date: JUNE 9, 2008 Number of Pages: 2 Signer(s) Other Than Named Above: NO OTHER SIGNERS ©2007 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 State D California 9kCONTRACTORS STATE LICENSE BOARD ., ACTIVE LICENSE com mt Affaim 1 3556 8 CORP HERMAN WEISSKER INC A C-7 C60 ASB C36 C 10 B HAZ 04/30/2010 City Of F1 untington Beach Business License Business Name / Service Address HERMAN WEISSKER INC License Type Contractor Owner / Corporation MERUELO ENTERPRISES License Number A183508 Effective Date 08/01/2007 Expiration Date 07/31/2008 Amount Paid $159.16 THIS LICENSE IS ONLY FOR THE BUSINESS AND TYPE SHOWN. IT IS FOR THE PERSON TO WHOM ISSUED AND IS NON -TRANSFERABLE. RENEWAL IS SIC 8711 DUE ON OR BEFORE THE EXPIRATION DATE. POST IN PUBLIC VIEW Resolution No. 2007-3 Y , INSURANCE AND INDEMNIFICATION WAIVER MODIFICATION REQUEST 1- Requested by: Herman Weissker, Inc. 2. Date:. 6/10/2008 3. Name of contractor/permittee: Hewn Weissker, Inc. 4. Description of work to be performed: Water Main Replacement 5. Value and length of contract: 200 Work days $1, 865 , 039.72 6. Waiver/modification request: Waiver of Deductibles 7. Reason for request and why it should be granted: See Attachment A 8. Identify the risks to the City in approving this waiver/modification: None Department Head Signature Date: APPRQVALS"r.'.. Approvals,m, ust be obtained in -"the orderTistad,ofi,this. form:. Two approvals:arA:reggired . foi<a.request:to be Ora hfe_d: Approval from=the-CityAdPniriistratoPs 6M66:i ..oniy.required if Risk Management and; the City Attdrhe- Offiee:iiisagree.:' 1. Risk Management ❑ Approved ❑ Denied Signature Date 2. City Attorney's Office ❑ Approved ❑ Denied Signature Date 3. City Administrator's Office ❑ Approved ❑ Denied Signature Date tf" pproVoO, the corn �l2te, waivers p�ifrztioi requi st=isto3te` utjtjiitt d to the City Att6meyi O06e alung.th the dontractfdr"apgrayal. Onbe the co-41ai t- as been opprAveti, this, farm:as to bellied-',withUe. Risk illtanayes»ent Division ofAdminis#rative:Seriribes EXHIBIT H 17J5/1uub 93u:uu VM E-22 %irentet No, IK:,5SA Utility Fnrj.nf,'Gr�lly WE Attachment A To Whom It May Concern: Main Office 1645 Brown Avenue (951) 826-8800 Bid Dept. Fax: (951) 321-4780 Dispatch Fax: (951) 321-4785 Estimating Fax: (951) 321-4786 Herman Weissker, Inc. carries a $500,000.00 deductible on its insurance. Our parent company, MEI, carries large deductibles on their lines of insurance. There are two main reasons: Primarily, the economies of scale the deductibles provide allows MEI and HWI to bid competitively in their respective contracting niches. Second, MEI has an in-house claims and risk management department which in conjunction with USI's risk management and claims services controls the costs of insurance for MEI within their deductible retentions. MEI has the financial strength proven by their Zurich Surety relationship and AIG's agreement to underwrite this business with the higher attachment points to manage their own claims. If you have questions, please contact Diann Fields at (951) 826-8800 or Tim Rabbitt (Surety) at 877-674-3742. Client#: 388264 HERMAWEI AC®R®TM CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD[Y 06/1012008YYY) PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION USI of Southern California ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Lic# 0351162 * * 949-790-9339 Suzan HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P O Box 4367 Woodland Hills, CA 91367 INSURERS AFFORDING COVERAGE NAIC # INSURED Herman Weissker, Inc. 1645 Brown Ave. Riverside, CA 92509 INSURER A National Union Fire ** AIG/Yes INSURER B Hartford Fire Insurance TX INSURER C- INSURER D **Insurance Company of Pittsburg INSURER E *10 day notice nonpay COVERAGES 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 DD' NSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE MMIDD/YY POLICY EXPIRATION DATE MM/DD/YY LIMITS A GENERAL LIABILITY GL1617202 10/11/07 10/11/08 EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY CLAIMS MADE 51OCCUR DAMAGE TO RENTED P oc nc $50 000 MED EXP (Any one person) $5 000 PERSONAL & ADV INJURY $1,000,000 X BFPD/XCU X I Contractual Llab. GENERAL AGGREGATE $2 000 000 GEN1 AGGREGATE LIMIT APPLIES PER PRODUCTS - COMP/OP AGG s2,000,000 POLICY X jE LOC BI/PD SIR $500,000 A AUTOMOBILE LIABILITY ANY AUTO CA8262882 10/11/07 10/11/08 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 X X BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS X BODILY INJURY (Per accident) $ HIRED AUTOS NON -OWNED AUTOS X x PROPERTY DAMAGE (Per accident) $ Comp. $1,000 Applies to 2003 and newer cars x Coll $1,000 GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO $ AUTO ONLY AGG A EXCESS/UMBRELLA LIABILITY X OCCUR ❑ CLAIMS MADE BE7227695 10/11/07 10/11/08 EACH OCCURRENCE $10 000 000 AGGREGATE $10 000 000 $ DEDUCTIBLE $ X RETENTION $ $10 000 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE WC1593532 10/11/07 10/11/08 STATUA X WC RY IT LIMIT O R E.L. EACH ACCIDENT $1,000,000 E L DISEASE - EA EMPLOYEE $1,000,000 OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below E L DISEASE - POLICY LIMIT $1,000,000 B OTHER Comm Prop 72UUMUM8513 10/11/07 10/11/08 $500,000 Max Per Item Equipment $10,000 Died Rented/Leased $10,000 Died for Cranes DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS Re: CC 1331, Water Main Replacement. City of Huntington Beach, its officers, elected or appointed officials, employees, agents and volunteers are named additional insured on General Liability and Automobile Liability policies per the attached endorsements. Primary. City of Huntington Beach its officers, elected or appointed officials, agents and volunteers 2000 Main Street Huntington Beach, CA 92648 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL QIjjjtJ(q[ MAIL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. ZVI= kr AUTHORIZED C. ACUKD 25 (2001/08) 1 of 2 #M2196625 PC3JA 0 ACORD CORPORATION 1988 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-S (2001108) 2 of 2 #M2196625 POLICY NUMBER: GL1617202 COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Or anization(s): Locations Of Covered Operations City of Huntington Beach, its officers, elected or Re: CC 1331, Water Main Replacement. appointed officials, employees, agents and volunteers 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 include 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" or "personal and 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) designated above. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of 'your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 07 04 © ISO Properties, Inc., 2000 POLICY NUMBER: G L1617202 COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Or anization s : Location And Description Of Completed Operations City of Huntington Beach, its officers, elected or Re: CC 1331, Water Main Replacement. appointed officials, employees, agents and volunteers Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" 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 insured and included in the "products -completed operations hazard". CG 20 37 07 04 © ISO Properties, Inc., 2004 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement, effective 12:01 A. M. October 11, 2007 forms part of Policy No. GL1617202 issued to Herman Weissker, Inc.. by National Union Fore of PA NAMED AS ADDITIONAL INSUREDS ONGOING AND COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM City of Huntington Beach, its officers, elected or appointed officials, employees, agents and volunteers Re: CC 1331, Water Main Replacement. The following paragraph is added to SECTION II —WHO IS AN INSURED and applies only to persons or organizations we have added to your policy as additional insureds by endorsement to comply with insurance requirements of written contracts relative to: a) the performance of your ongoing operat ions f or the additional insureds; or b) "your work" performed for the additional insureds and included in the "products -completed operations hazard: This insurance is primary over any similar insurance available to any person or organization we have added to this policy as an additional insured. However, this insurance is primary over any other similar insurance only if the additional insured is designated as named insured in the Decl arat ions of the other similar insurance. We will not require contribution of Iimitsfrom the other similar insurance if the insurance afforded by this endorsement is primary. This insurance is excess over any other valid and collectible insurance, whether primary, excess, cont i ngent or on any of her basis, if it is not pri mary as def i ned i n t he paragraph above. All other terms and conditions of the policy are the same. Angela Rabbitt Authorized Representative Page 1 of 1 90533 (3/06) POLICY NUMBER: CA8262882 COMMERCIAL AUTOMOBILE LIABILITY NAMED INSURED: Herman Weissker, Inc. THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. AIDIDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL AUTOMOBILE LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: City of Huntington Beach, its officers, elected or appointed officials, employees, agents and volunteers Job Description Re: CC 1331, Water Main Replacement. If no entry appears above information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. PRIMARY CLAUSE ENDORSEMENT: It is further agreed that such insurance as is afforded by this policy for the benefit of the Additional Insured shown shall be primary insurance, but only as respects to any claim, loss or liability arising out of the operations of the Named Insured and any other insurance maintained by said Additional Insured shall be non-contributing. This policy contains a severability of interest clause. CA 20 10 11 85 Copyright Insurance Services Office, Inc. 1984 RESOLUTION OF BOARD OF DIRECTORS OF HERMAN WEISSKER, INC. BY UNANIMOUS WRI'FTEN CONSENT The undersigned, being all the Directors of HERMAN WEISSKER, INC., VMscnt to the holding of a me.e ing without notice and by their unanimous written consent, adopt the following resolutions: Resolved, that all offices to which officers have been previously elected arc hereby declared to be vacated, and the following; named persons, arc hereby appointed to serve in the capacilics indicated, cacti to serve until the election of his successor: , Name Luis A. Armond Run Polittc Peter J. Van Emon Diann Fields Martin Mayeda James Anthony Vedova TWO Chief ]executive Officer President Secretary / Senior Vice Tresident Assistant Sccrettuy CIlief Financial Officer Executive Senior Vice President The following offices shall remain vacant: President of Underground Division and President of Communications Division. IN WITNESS WHEREOF, the undersigned have executed this Resolution by Unanimous Written Consent on Feb5;dry 1, 2003. o Alex Meruelc� Luis Armona Director 'Director CERTIFICATE OF THE SECRETARY OF HERMAN WEISSKER, INC., A CALIFORNIA CORPORATION The undersigned, Diann Fields, the Assistant Secretary of Herman Weissker, Inc.., a California Company ("the Company") certifies: 1. That he was at all times mentioned in this certificate as the duly elected and acting Secretary of the Company. 2. That the resolutions set out below were adopted by unanimous consent of the Directors without a meeting, effective for all purposes on August 15, 2003: Resolved, that this Company establish in its name one or more deposit accounts with one or more banks, trust companies, o'r other financial institutions, and that the president and the secretary of this Company are authorized to establish such an account or accounts, on terms and conditions as agreed on with the bank. Resolved further, that any officer of the Company is authorized to endorse checks, drafts, or other evidences of indebtedness made payable to the Company, but only for the purpose of deposit; and Resolved further, that all checks and drafts drawn on the accounts referenced above, shall be signed on the Company's behalf by any of the following persons: Person Title Alex Meruelo Director Luis Armona Director/CEO Ron Politte President Tony Vedova Executive Vice President Administration Marty Mayeda Chief Financial Officer provided, however, that the signature of any two of persons named above shall be required. Resolved further, that all wire transfers of funds from the accounts referenced above shall be authorized on the Company's behalf by any of the following persons: Person Title Tony Vedova Executive Vice President Administration Marty Mayeda Chief Financial Officer Page l of 2 Resolved further, that the officers of this Company are authorized and directed to take such action and to execute such other documents as they may deem necessary or proper to carry out the purpose and intent of the foregoing resolution. 3. That the foregoing resolutions have not been modified, amended, or revoked in any respect and are in full force and effect as of the date of this certificate. 4. That there has been no other action taken, or resolutions adopted, by the Board of Directors related to or affecting the subject matter of the resolutions. In witness whereof, I have signed this Certificate of the Secretary at Riverside, California, on 07 , 2003. Diann Fields Assistant Secretary Page 2 of 2 A N 6ALfpp / X 4 ,lb bf 'per t �•;�'�� ` dk ��, (] y�y$�, t'•'- 2g}��''A,�j �■ y��Q. .� c. !T jT � {g��`�T, 1Y1�6L.1 O \• � i ",id ^ �.� i�®Y 1Y8�1 \� N IIL I CO' \.,, (indudifi the Gert6 Valley arid,l�range you ty Chapteis'Of t4i Soui%em Cali orma�It��inoiity"B%s�ness.Developirient"Council, Inc.) �.• \� _ .� A;.,� �� sr, r.ni. �.�, it ,�; Al - �hIs cicataisuc�wleclge� that > a \ �V�l Aq�✓ - ------i� FrERv I�4y / i i 4 NI i •Y � i. 5 1j1 r tJ,. �1,yr- f i r J ualifies as-a�tninont' � an, ma '� ( � a � which°his tnet Cher per ft �zsn criteria established b� �q. .Yv , - .. � A"Y",.. Y jf -"the Nati tfa} 1 '� rt y her, ev lopizlent Co 'ricit,;afiti�`a`�'x+� d by the if;P t3 P - j; - Southern Calif`omta IvlCtoonty Justness Development ouncit,� a Bwd UDirectors '(p ttgg.,���qq ,3 AI ®cal®ber 2®07 112 s ;i Issued Date -Certificate: Number 3 �piratio�r Date Executive Director Signat re E Air affiliate atwnci! Alinorihf Supp/ia Uui c lupnu nt"Coieic ll (NN.SUC) Fidelity and Deposit Company ®f Maryland Home Office: P.O. Box 1227. Baltimore. MD 21203-1227 BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, Herman Weissker, Inc. 2631 S. Riverside Avenue, Bloomington, CA 92316 , as Principal, (hereinafter called the "Principal"), and Fidelity and Deposit Company of Maryland P.O. Box 1227, Baliimore, 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 2000 Main Street, Huntington Beach. CA 92 as Obligee, (hereinafter called the "Obligee"), in the sum of ten percent of the total bid amount 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 #CC 1331, Water Main Replacement Various Locations and Along Beach Blvd., Huntington Beach CA 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 into 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 'y PETER J _ AN EMON, Witness SECRETARY/SR. V.P. 6th day of ,Tune _ A D 2008 (SEAL) Principal RON POLITTE, PRESIDENT Title FIDELITY AND DEPOSIT COMPANY OF MARYLAND Surety By _ (SEAL) uzan 6—Inez ess Carlene Lau hlia Attorney -in -Fact Printed in cooperation with the American Institute of Architects (ALA) by Fidelity and Deposit Company of Maryland. Fidelity and Deposit Company of Maryland vouches that the language in the document conforms exactly to the language used in AlA Document A-310, February 1970 Edition. BID70000ZZ0701f EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,... and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the loth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 6th day of June 1 2008 Assistant Secretary State of Californiafoni County of ( i before me, personally appeared who proved to me on the basis of satisfactory evidence to be the person f) whose name(A) is/#* subscribed to the within instrument and acknowledged to me that fe/she/dW executed the same in /her/their authorized capacity, and that by #jp/her/t signature(e) on the instrument the person(#), or the entity upon behalf of w suzntd iw. ttAA T-M-E which the person(& acted, executed the instrument. Commission * 179464E ��a .� Notaryco�r►.otary Puubilic - California I certify under PENALTY OF PERJURY under the laws orangeCOA�Countyof the State of California that the foregoing paragraph is e true and correct. WITNESS my and and�offficial seal. ��l Signature Place Notary Seal Above Signatu of Notary Pub[' 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: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Nrre: ❑ Individual ❑ Indi ' ual ❑ Corporate Officer — Title(s): orporate Officer — Title(s): C Partner — CC Limited ❑ General - ❑Partner — ❑Limited ❑General ❑ Attorney in Fact • ❑ Attorney in Fact • Trustee Top of thu t' ere El Top of thumb here C Guardian or Conservator ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: ,�� Signer Is Representing: 02007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 -Chatsworth, CA 91313-2402- www.NationaiNotaryorg Item #5907 Reorder: Call Toll -Free 1-800-876-6827 _:�.�;��..y..�>,S.> �¢,�Z C;aSs�S�s�S�<�:;�C,�N,.�.'S�.�.'S�.�>!a�Sr.�.:f.�S�4�.--�.'S,?s�.,r�s,...C,c�q�.�.-�.',�.,�.!a�r�.,;�>+�.,c�.��.•,:��.•,�Cra.,:�s State of California County of RIVERSIDE On JONE 9, 2008 before me, J. CRANDALL, NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared RON POLITTE, PRESIDENT Name(s) of Signer(s) J. CRANDALL Comm. * 1554022 D NOTARY PUBLIC - CALIFORNIA W S San Bernardino County D My Comm. Expires February 20. 2009 who proved to me on the basis of satisfactory evidence to be the person04 whose name() is/ax®-subscribed to the within instrument and acknowledged to me that he/sUe/they executed the same in his/horMeir authorized capacity(*Q, and that by his/her/their signature%�on the instrument the person¢g), 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. Place Notary Seal Above Signature 0S—i,(nFA o ota�y PLI OPTIONAL CRANDALL, NOTARY P LIC P_ 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 BOND Document Date: JUNE 6, 2008 Signer(s) Other Than Named Above: NO OTHER SIGNERS Capacity(ies) Claimed by Signer(s) Number of Pages: ONE Signer's Name: RON POLITTE Signer's Name: Individual ❑ Individual IN Corporate Officer — Title(s): PRESIDENT ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact • - ❑ 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: Signer Is Representing: 02007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NabonaiNotaryorg Item #5907 Reorder: Call Toll -Free 1-800-876-6827 CITY OF HUNTINGTON BEACH 2000 MAIN STREET OFFICE OF THE CITY CLERK JOAN L. FLYNN CITY CLERK September 10, 2008 Majich Bros., Inc. P. O. Box 337 Altadena, CA 91003 RE: CC-1331 — Construction of Watermain Replacement Project Enclosed please find your original bid bond for CC-1331. Sincerely, Joan L. Flynn, CIVIC City Clerk JF:pe Enclosure CALIFORNIA 92648 g: /followup/cas hcont/retu rn bidbond. d oc (Telephone: 714-536-5227 ) MAJICH BROS., INC. P. 0. Box 337 Altadena, CA 91003-0337 EC r' E D 2003 JulN 17 PP 1 1: 4 2 [7 r City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For Annual Welter Main Replacement Various Locations and Alone Beach Boulevard, CC1331 June 11,2008 Notice to All Bidders: Please note the following revision to the project, Specifications: The following shall be deleted from the Specifications, Section C, page C-11: Project Bid Schedule H, Item No. 3., shall be deleted. 3. Install 12-inch Class 350 Q.I. pipeline in Clay Avenue at Beach Boulevard 120 LF $ The following shall be added to Specifications, Section C, page C-11: Project Bid Schedule H, Item No. 3., shall be added as follows: 3. Not Used NA NA NA NA Bid Proposals hand marked as shown herein will be accepted by the City. The following shall be amended from the Specifications, page I: Shall be changed to: BIDS DUE: June 12, 2008, 2:00 PM, 2ND FLOOR BIDS DUE: June 17, 2008, 2:00 PM, 2ND FLOOR -1 The following shall be amended from the Specifications, page A-1, paragraph 1: 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:OOPM, on June 12, 2008. Bids will be publicly open in the Council Chambers unless otherwise posted_ Shall be changed to: 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:OOPM, on June 17, 2008. Bids will be publicly open in the Council Chambers unless otherwise posted. This modification does not change the Engineer's Estimate for this project. This is to acknowledge receipt and review of Addendum Number one, dated June 6, 2008, Compan Name By Ll tit e `?--v n� Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Andrew Ferrigno at (714)536-5291. -2 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For Annual Water Main Replacement Various Locations and Along each Boulevard June 8. 2008 Notice to All Bidders; Please note the following revision to the project, Specifications, and Technical Provisions: The following shall be deleted from the Specifications, Section C, page C-11: Project Bid Schedule H, Item No. 4., shall be deleted. 4. Install 24-inch steel casing in Clay Avenue across Beach Boulevard, with receiving pit and jacking pit 96 LF $ $ The following shall be added to Specifications, Section C, page C-11: Project Bid Schedule K Item No. 4., shall be added as follows: 4. 1 Not Used NA NA NA NA Bid Proposals hand marked as shown herein will be accepted by the City. The following shall be amended from the Specifications, page i; Shall be changed to: BIDS DUE: June 10, 2008, 2:00 PAi1, 2ND FLOOD BIDS DUE: June 12, 2008, 2:00 PIMI, 2ND FLOOR .1 The following shall be amended from the Specifications, page A-1, paragraph 1: PUBLIC NOTICE IS HERESY 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:OOPM, on June 10, 2008. Bids will be publicly open in the Council Chambers unless otherwise posted. Shall be changed to: 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:OOPM, on June 12, 2008, Bids will be publicly open in the Council Chambers unless otherwise posted. This modification does not change the Engineer's Estimate for this project. This is to acknowledge receipt and review of Addendum Number one, dated June 6, 2008. C- L— Company Name By LA Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Andrew Eerrigno at (714)536-5291. -2 SECTION C PROPOSAL for the CONSTRUCTION OF Watermain Replacement Project, Indianapolis Avenue and Beach Boulevard Intersection Watermain Replacement Project, Beach Boulevard, from Indianapolis Avenue to 170 feet North of Joliet Avenue Watermain Replacement Project, Joliet Avenue, from Georgia Street to Beach Boulevard Watermain Replacement Project, Utica Avenue, from Florida Street to Beach Boulevard Watermain Replacement Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue Watermain Removal Project, Beach Boulevard, from Clay Avenue to Garfield Avenue Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard Watermain Replacement Project, Main Street, from Florida Street to Beach Boulevard CASH CONTRACT No.1331 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 Vt 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 C-1 then issue a 2nd Notice to Proceed to the undersigned to commence immediately with the physical site work thereafter to be completed within a Two Hundred (200) 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 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, fmd TSWt7 -Q�,Ayin the amount of $ I,'0`7c, I 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.-, A"te: eceived Bid&,r's'Si nature""` —� C-2 PROJECT BID SCHEDULE A Watermain Replacement Project, Indianapolis Avenue and Beach Boulevard Intersection BID ITEMS Bid Schedule A — NOT USED. C-3 PROJECT BID SCHEDULE B W.atermain Replacement Project, Indianapolis Avenue and Beach Boulevard Intersection BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS 2. Install 8-inch Class 150 PVC pipeline in��,v Indianapolis Avenue at Beach Boulevard 110 LF $ 3v' boo 3. Install 12-inch Class 350 DI pipeline in Indianapolis ���� Avenue at Beach Boulevard. 172 LF �`� ` $3CV, $ <I�%r� 4. Install 12-inch Class 200 PVC pipeline in "'(-w IAlt� Indianapolis Avenue at Beach Boulevard 45 LF urea �L s 5. Install 24-inch steel casing in Indianapolis Avenue at x Beach Boulevard, with j receiving pit, and jacking pit 164 LF 6. Install 12-inch cut in valve 1 EA az,� JF1„�c $ assembly a,ti �� $�1s��� �CDQ_' 7. Flushing, Pressure Testing, Disinfection, Dechlorination 1 LS �k $V=' $ 4 000 8. Traffic control 1 LS�a -r►u�h-.r� $ A�_ $ �r� c� tie._ 9. Water Pollutant Control Program 1 LS 10. Sheeting, shoring, and/or bracing 1 LS 00C . - _Q-0 11. Additional potholing 15 EA -TV,1 12. Demobilization and Cleanup 1 LS $ �CC24p. 13. Replace Existing Traffic Control Loop 8 EA t v� ►4" �'cT ' Cp $ $_ 4�oc?. ' Sub -Total Amount for All Bid Items — SCHEDULE B $_ *2-< h <c)..r- C-4 PROJECT BID SCHEDULE C Watermain Replacement Project, Beach Boulevard, from Indianapolis Avenue to 170 feet North of Joliet Avenue BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS -rtwj t-k& 4s_" $ 101000. $ 101 2. Install 12-inch Class 150 PVC pipeline in Beach Boulevard 500 LF'�� - 3. Install 8-inch Class 150 PVC pipeline in Beach Boulevard 25 LF $ $ , 4. Flushing, Pressure Testing, Disinfection, Dechlorination 1 LS � "� � 2 - $_ 2 s' $�—---- i.c vt tzsu- �—� _ 5. Traffic control 1 LS '5"e7' j—"%-4 $_ ov_ $_ .a-�. 6. Water Pollutant Control Program 1 LS $ Low.P- $_ nee®• 7. Sheeting, shoring, and/or,v bracing i:r_7 � � 1 LS 1?t t- L A -A. $__wo. 8. Additional potholing 20 EA 9. Demobilization and Cleanup 1 s &--.+ 'r-> LS 10. Replace Existing Traffic -� Control Loop 4 EA Sub -Total Amount for All Bid Items — SCHEDULE C'- C-5 PROJECT BID SCHEDULE D Watermain Replacement Project, Joliet Avenue, from Georgia Street to Beach Boulevard BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS � -rem f�L 4 L—r — — — 2. Install 8-inch Class 150 PVC pipeline in Joliet Avenue 325 LF $ 2 $ �00,0. 3. Install 8-inch Class 150 and 200 PVC pipeline in Georgia Street at Joliet Avenue 115 LF ✓ $- -� $_ 324900._ 9" 4. Install 4-inch cut in valver� 6� ' assembly 2 EA z Lis $ $—�,°s�o._� 5. Construct fire hydrantli�, 1 EA �, oo assembly 1/ - $3'�d�_' $_ 6. Remove and salvage �'��-ter AVu"wit _ -- existing fire hydrant 1 EA 7. Remove existing valve boxes, and cover 3 EA 8. Cut and cap/seal existing 7�7_V1�7_ k4W 'rn'FD waterline 2 EA 9. Install 2-inch air and-��,��, vacuum assembly 1 EA $,von. $_�'- 10. Relocation of sewer laterals 6 EA✓ 11. Flushing, Pressure Testing, Disinfection, Dechlorination 1 LS��' z5-mac- ,e r[ S $--f--- $ 12. Traffic control 1 LS 13. Sheeting, shoring, and/or bracing 1 LS '� '' � $ L'PV - $ Apvo. 14. Additional potholing 20 EA t 4uoZrn90> 15. Demobilization and Cleanup 1 LS bW L 7mx�b $ 16. Install new 1-inch polyethylene water service,,��,�,�,.�� connect to existing %-inch ' l'° 4 s meter 5 EA $ 17. Install new 2-inch copper " water service, connect to��'' existing 1 1/2-inch meter 1 EA iz� Sub -Total Amount for All Bid Items — SCHEDULE D 122. C-6 PROJECT BID SCHEDULE E Watermain Replacement Project, Utica Avenue, from Florida Street to Beach Boulevard BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LSD E 2. Install 8-inch Class 150 and 200 PVC pipeline in Utica Avenue 590 LF 3. Construct fire hydrant -min- assembly 2 EA�oOQ=� 4. Remove and salvage fire existing hydrant 2 EA -Pt-,,,t A, 5. Remove existing valve box and cover 6 EA j.-_tkU Ct, TX-I_i ari,s 6. Cut and cap/seal existing v, ku " waterline 2 EA `r7o L Lori S �------ $------- 7. Relocation of sewer lateral 6 EAR^ 8. Flushing, Pressure Testing,, 3®Op- Disinfection, Dechlorination 1 LS $ $_ ��� •_ 9. Traffic control 1 LS $4000. $__Acce_ 10. Sheeting, shoring, and/or bracing 1 LS �ti $ 4o°o $_4V 00. 11. Additional potholing 20 EA �� � $_ O0;' $__ l?o 00 12. Demobilization and Cleanup 1 LS 13. Install new 1-inch polyethylene water service, 3/-inch `^ connect to existing 410 meter 7 EA $-10O_ $_ D Q_ � 14. Install new 1-inch , polyethylene water service, AU'WrP connect to existing 1-inch meter 1 EA 15. Install new 2-inch copper water service, connect to existing 2-inch meter 3 EA 16. Install new 2-inch copper "ty �D water service, connect to existing 1 1/2-inch meter 1 EA 1 S $_� � Sub -Total Amount for All Bid Items — SCHEDULE E C-7 PROJECT BID SCHEDULE F Watermain Removal Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue BIID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS 0� _ 2. Install 6-inch, 8-inch and t w c 12-inch Class 150 and 200 PVC pipeline in Beach, Boulevard 1300 LF , - coo, 3. Construct 12-inch D.I. inverted LF siphon assembly 31 4. Install 12-inch Class 150 PVC watermain in Beach Boulevard at Yorktown Avenue 24 LF r 5. Construct 12-inch D.I. Z?v_` $ t-Z- I siphon assembly 49 LF , , $ 6. Construct waterline connection in Beach Boulevard LS $�"��-- $ 2-g��.�_ 1 7. Remove and salvage fire hydrant 2 EA existing 8. Construct fire hydrant 6- ? assembly 2 EA �, a,��� $oc�. 9. Remove existing valve box EA and cover 5 10. Cut and cap/seal existing ���' rf1r711 (CIS+. '� q is C�• ..— waterline 6 EA $____Y 11. Remove and dispose of " existing valve and interfering piping ° in 1 EA WV-71 '12 $ 12. Flushing, Pressure Testing, Disinfection, Dechlorination 1 L $ 13. Traffic control 1 LS ,_ter, 14. Water Pollutant Control Program 1 LS 15. Sheeting, shoring, and/or bracing 1 LS 04cc3.c=•- 16. Additional potholing 30 EA ���ry,�� $_°'_-" $ 9 17. Demobilization and Cleanup / 1 LS C-8 PROJECT BID SCHEDULE F Watermain Removal Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 18. Install 8-inch cut in valve assembly 2 EA- 19. Install 4-inch pump -out assembly 1 EAR 20. Install 2-inch air and vacuum 2 EAn���� ev assembly 21. Install new 1-inch polyethylene water service,` connect to existing 1-inch meter 2 EAJ 22. Install new 2-inch copper water service, connect to _1�w 0AwQ existing 2-inch meter 4 EA xra-Vi $ 23. Replace Existing Traffic Control Loop 8 EA $ $ Sub -Total Amount for All Bid Items — SCHEDULE F C-9 PROJECT BID SCHEDULE G Watermain Replacement Project, Beach Boulevard, from Clay Avenue to Garfield Avenue BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost 'Total Cost 1. Mobilization 1 LS $-JK_0 2. Cut and cap/seal existing waterline 4 EA�" 3. Remove existing valve box and cover 4 EA $_���'_"`-v 4. Construct fire hydrant„ Ai- zl'cva assembly 1 EA �. $ $_ 5. Remove and salvage fire hydrant 1 5't existing EA $ R . 00 6. Traffic control 1 LS��n - 7. Water Pollutant Control r ep ' Program 1 LS 8. Sheeting, shoring, and/or bracing 1 LS T 1ntvL 17 $ $ 4op-c 9. Additional potholing 10 EA --TlA L 1�1► 0-r $_ $ 3 0 0 c_ 10. Demobilization and Cleanup 1 LS $-4cvo. $ 4eQQ_'- 11. Install new 1-inch polyethylene water service,j�i connect to existing 1-inch meter 2 EA kin �-�j $ ��o_ $1a�o_� 12. Install new 1-inch polyethylene water service, 1J E connect to existing 3/4-inch meter 1 EA `` ' `.� , $J' c+, $--� 2-0 0 . 13. Install new 2-inch copper water service, connect to existing 2-inch meter 6 EA $ ��� $ �CQo 14. Install new 2-inch copper�:� water service, connect to 1 existing 1/2-inch meter 3 EA A�LA VA, VO-A_ Sub -Total Amount for All Bid Items — SCHEDULE G $� C-10 PROJECT BID SCHEDULE H Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS 6 v c 1-kv- cs k $_ $__C V V 0 e 2. Install 8-inch Class 150 PVC pipeline in Clay Avenue 565 LF 3. Install 12-inch Class 350 D.I. pipeline in Clay Avenue at Beach Boulevard 42&- LF 4. Install 24-inch steel casing in Clay Avenue across Beach Boulevard, with receiving pit and jacking pit LF $ A $__ 5. Install 8-inch Class 150 PVC pipeline at the Beach�r Boulevard and Clay Avenue intersection 55 LF $Q-o_ 6. Install 8-inch Class 200 PVC pipeline in Coenson Circle at Clay Avenue 17 LF $ !L Q _ $_4 7. Remove and salvage existing fire hydrant 3 EA 8. Construct fire hydrant ,Z�►1 ��� assembly 3 EA $_Je. $_' vv_ 9. Cut and cap/seal existing Op_ waterline 4 EA $_- $__�0 10. Remove existing valve box 6 EA ' and cover $_300 11. Remove and dispose of existing valve and interfering 1 EA n pipeline 12. Relocation of sewer laterals 10 EA :5--v, ,.J 13. Flushing, Pressure Testing, Disinfection, Dechlorination 1 LS t9..;_, T'l V 2 oct�- L�j $_�l��e_ $�� '�Lo©. 14. Traffic control 1 LS $ AM) $ o� nd. 15. Sheeting, shoring, and/or bracing 1 LS $ $Yvoe� �- 16. Additional potholing 20 EA —l`-Aytt-r 17. Demobilization and Cleanup 1 LS �1 �*�t ,�5 $ c . ' $ Af vvy C-11 PROJECT BID SCHEDULE H Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 18. Install 8-inch cut in valve "lam - assembly 2 EA 19. Install 12-inch cut in valve - -,dT5�1VL- r 3�? assembly 1 EA _ 20. Install new 1-inch polyethylene water service,'�� connect to existing 1-inch meter 8 EA 21. Install new 1-inch polyethylene water service, C� connect to existing 3/4-inch meter 1 EA 22. Water Pollutant Control�� Program 1 EA Sub -Total Amount for All Bid Items — SCHEDULE H $— f 30. '— C-12 PROJECT BID SCHEDULE I Watermain Replacement Project, Main Street, from Florida Street to Beach Boulevard BED ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS ��- 2. Install 8-inch Class 150 PVC in Main Street pipeline 600 LF 3. Construct connection in Ellis Avenue 15F7VP7u 1-7V97 1 LS 1.,�.,�ax$�- 4. Remove and dispose of existing valve and"�°��"' interfering 1 400v, pipeline EA $ $_ 5. Cut and cap/seal existing ��__ waterline 2 EA $ $______ 6. Flushing, Pressure Testing, Disinfection, Dechlorination � ��`�'"`� 1 LS 7. Traffic control 1 LS j-vwn_ s� $_ t90. $ )00� 8. Water Pollutant Control Program 1 LS --A__I�� 9. Sheeting, shoring, and/or bracing 1 LSD` • — $p_ 10. Additional potholing 18 EA ` rfi2 tom- With Z;w FJ> 11. Replace Existing Traffic Control Loop 4 EA 1--7fr `1 $_ ��y: $ 2,00o, - 12. Demobilization and Cleanup 1 LS $ Sub -Total Amount for All Bid Items — SCHEDULE 1 $'- C-13 PROJECT BID SCHEDULE J Watermain Replacement Project Alley Rehabilitation for All Sites BID ITEMS Bid Schedule J — NOT USED. C-14 PROJECT BID SCHEDULE BID ITEMS PROJECT DID SCHEDULE TOTALS CC-1331 WATERMAIN REPLACEMENT PROJECT Sub -Total Bid Schedule A - Not Used Sub -Total Bid Schedule B Sub -Total Bid Schedule C Sub -Total Bid Schedule D Sub -Total Bid Schedule E Sub -Total Bid Schedule F Sub -Total Bid Schedule G Sub -Total Bid Schedule H Sub -Total Bid Schedule I Sub -Total Bid Schedule J - Not Used TOTAL BID AMOUNT (Schedules B-1) TOTAL BID AMOUNT IN WORDS: s 1, , _ e -r-. 4 e , n 1,l-- 2 1��12�'do.r ' 7 pip 1� 0• Notes: All extensions of unit prices will" be subject to verification by Owner. In case of a verification between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-15 PROJECT BID SCHEDULE BID ITEMS LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor. Portion o Forks _,Nariie and Address of Subcontractor State License Number , Class „=, C A -7;7 T— 40o sE ,ram �r C -u a C 2G,70 7 3 74 C-a$-A-)4 -77(,, 4-A C4 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-16 PROJECT BID SCHEDULE BID ITEMS NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of Orange being first duly sworn, deposes and says that he or she is of WA t C_" the parry making the foregoing bid that the bid is not made in the ' terest 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. Pa. I c_t-( T-t s r J:�j c Namp o Bidder Signature of Bidder/ 0 Ion Address of Bidder Subscribed and sworn to before me this t'71_ day of T, —n C._ , 2008. +ra P A CA WNLMD L. Vft Camm*don * 166? '1 NOW Ptac • CaftaO Los ArgWn Cow* abCWn. &WWj n 11.201 NOTARY PUBLIC (.,— L NOTARY SEAL C-17 PROJECT BID SCHEDULE BID ITEMS 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 Construction of Watermain Replacement Project, Indianapolis Avenue and Beach Boulevard Intersection; Watermain Replacement Project, Beach Boulevard, from Indianapolis Avenue to 170 feet North of Joliet Avenue; Watermain Replacement Project, Joliet Avenue, from Georgia Street to Beach Boulevard; Watermain Replacement Project, Utica Avenue, from Florida Street to Beach Boulevard; Watermain Replacement Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue; Watermain Removal Project, Beach Boulevard, from Clay Avenue to Garfield Avenue; Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard; Watermain Replacement Project, Main Street, from Florida Street to Beach Boulevard (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: I/V Contr ct By Title C-18 PROJECT BID SCHEDULE BID ITEMS 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-19 PROJECT BID SCHEDULE BID ITEMS 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: t" k '1� v g C- Con ct By Title C-20 PROJECT BID SCHEDULE BID ITEMS 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: �J ° A A. Contractor By Title Date: 9 , -- 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-21 PROJECT BID SCHEDULE BID ITEMS BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder Business Address City, State Zip (k�) �)11 f' ' (Y-11`112- Telephone Number �3�-) 0 I A State Contractor's License No. and Class 1 1 ?! =, Original hate Is ued ,� 3,0 I Expiration Date The work site was inspected by ^ of our office on '� 4 'w , 2008. CAS The following are persons, firms, and corporations having a principal interest in this proposal: �'�•-r't-� t +� c cis - �-� 5 C-22 PROJECT BID SCHEDULE BID TI'EMS 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. A � 1. �-� ��-►�..� �� . . � - - "s Signature of Bidder c��u L-- Kj' \ i rrmtea or i ypea Subscribed and sworn to before me this jJ day of J u.,) L , 2008. CAMUM L. W-K Commie w # 1"?n2 Notary tc - C.aa Los And CouNy mvComm. E"w Jun 14 2*1 NOTARY PUBLIC i-t..,._ I. 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: Pi & CA Name And Address of Public Agency Name and Telephone No. of Project Manager: 151 c ! t , 00 0. r VJ &-+ ten. Contract Amount Type of Work C.t-Til -0-r, - &�' t- -K> 1 to '�-i e • i'a ►� j Name And Address of Public Agency f I Name and Telephone No. of Project Manager: �Zu e k V Y `'� � LA 0 A- Contract Amount Type of Work 3. O-A-t Name f-;r:7 ro--�J -rN �J A- f -� � �,j Gi rz-A A E Address of Public Agency 5 1 o A34-u,,2v -7 10-7 Date Cam, LUui CA. 1 e)l Gn - Sq-2 - 311 Lf5 =12 Date Completed I Name and Telephone No. of Project Manager: ` V I LA- A. CA C--A - 00 4,k,�®o�C�of) - r Wit. x,a Contract Amount Type of Work Date C-23 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we Majich Bros., Inc. P.O. Box 337 Altadena, CA 91003 as Principal, hereinafter called the Principal, and the Western Insurance Company, a corporation duly organized under the laws of the State of Nevada, as Surety, hereinafter called 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 attached bid. Dollars ($ 10% of attached 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, Indianapolis, Beach Blvd. NOW, THEREFORE, if the contract be timely awarded to the Principal and the Principal shall within such time as specified in the bid, enter into a contract in writing and give bond with good and sufficient surety, or, in the event of the failure of the Principal to enter into 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. PROVIDED, HOWEVER, neither Principal nor Surety shall be bound hereunder unless Obligee prior to execution of the final contract shall furnish evidence of financing in a manner and form acceptable to Principal and Surety that financing has been firmly committed to cover the entire cost of the project. Signed and Sealed this 5th day of June 2008. (Witness) Maiich Bros., Inc. (P cipal) -- - Sz---Z_ - 77Z(:::7A (Title) Western Insurance Company (Surety) Mara A. Quiroz, (Attorney -in -fa W E I EaN� zE . State of California County of Los Angeles Bond No.: N/A On June 5, 2008 before me, Jennifer K. Green, Notary Public, personally appeared Maria A. Quiroz 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. Jehnifer Ki Groen, Notary Public JENNIFER K. GREEN COMMIsslon #r 17773" Notary Public - CoWornla Los Angeles County Conan. Tres Nov 1, 2011 WESTERN INSURANCE COMPANY POWER OF ATTORNEY 3 1 0163 KNOW ALL MEN BY THESE PRESENTS: That WESTERN INSURANCE COMPANY, a corporation organized and existing under the laws of the State of Nevada and having its principal office at the City of Reno, in the State of Nevada, does hereby constitute and appoint Keith W. Newell, Maria A- Quiroz Of the STATE OF NEVADA its true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons; guaranteeing the performance of contracts; and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, the said WESTERN INSURANCE COMPANY has caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its President and Secretary, this 19"' day of June, 2006. WESTERN INSURANCE COMPANY 0 (Signed) By SEAL < President tsea wd00017 elf OF ;"?PAO. (Signed) By Secretary STATE OF NEVADA) SS: COUNTY OF WASHOE ) On this 19`h day of June, 2006, before me personally came DICK L. ROTAN, PRESIDENT of the WESTERN INSURANCE COMPANY and CAROL B. INGALLS, SECRETARY of said y, with both of whom I am personally acquainted, who being by me severally duly sworn, said, that they, the sa L. ROTTMAN and CAROL B. INGALLS were respectively the PRESIDENT and the SECRETARY of the said SSE INSURA >1)i COMPANY, the corporation described in which executed the foregoing Power of Attorney, that they ea the seal, 's oration; that the sea[ affixed to said Power of Attorney was such corporate seal, that it was so aQ4 (�W order of the, M4 Directors o: � id corporation, and that they signed their names thereto by like order as PRES[DEN , ' ' RETAR t r vely, of tli ny. My Commission expires the 3 fit.. arch,, )20 PATRICIA AA LETSON % (igned) , �cia A. LetNotary Public ��urn , AN„rcn m • _ inry : son ry N, G6104433 cme raa fi nio : , i...................................................:+{y0 This Power of Attorney is grant �an$d by authority of the following Resolutions adopted by the Board of Directors of the WESTERN INSURANCE COMPZ9-9on June 19, 2006. RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating to said business may be signed, executed, and acknowledged by person or entities appointed as Attomey(s)-in-Fact pursuant to a Power or Attorney issued in accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman, or the President, or a Vice President, jointly with the Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorney(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and , unless subsequently revoked and subject to any limitations set forth therein, any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached. RESOLVED, that Attorneys) -in -Fact shall have the power and authority, unless subsequently revoked and, in any case, subject to the terms and limitations of the Power of Attorney issued to them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other writings obligatory in the nature thereof, and any such instrument executed by such Attomey(s)-in-Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. 1, CAROL B. INGALLS, Secretary of the WESTERN INSURANCE COMPANY, do hereby certify that the foregoing is a true excerpt from the Resolution of the said Company as adopted by its Board of Directors on June 19, 2006 and that this Resolution is in full force and effect. 1, the undersigned Secretary of the WESTERN INSURANCE COMPANY do hereby certify that the foregoing Power of Attorney is in full force and effect and has not been revoked. In Testimony Whereof. I have hereunto set myy hand and the seal of the WESTERN INSURANCE COMPANY on this 5th day of JUNEL008 Secretary SEAL < J�*fEI994 J'o! CITY OF HUNTINGTON BEACH 2000 MAIN STREET OFFICE OF THE CITY CLERK JOAN L. FLYNN CITY CLERK September 10, 2008 Steve Bubalo Construction Co. P. 0. Box 1048 Monrovia, CA 91017 RE: CC-1331 — Construction of Watermain Replacement Project Enclosed please find your original bid bond for CC-1331. Sincerely, Joan L. Flynn, CMC City Clerk JF: pe Enclosure CALIFORNIA 92648 g:/followup/cashcont/returnbidbond.doc 1 Telephone: 714-536-5227 ) Steve Bubalo Construction Co. PO. Box 1048 Monrovia, CA 91017 2UUd juli 1 1 1 CI 'If y ems' �.7 " kv, Ld A 0 60 Alo C I T Y G!,'R K U E A C H Ve,r- I &At 5 1-,�31 Wot4 AA-0, L --\ of flL...l-i:��/w. Cj SECTION C PROPOSAL for the CONSTRUCTION OF Watermain Replacement Project, Indianapolis Avenue and Beach Boulevard'Intersection Watermain Replacement Project, Beach Boulevard, from Indianapolis Avenue to 170 feet North of Joliet Avenue Watermain Replacement Project, Joliet Avenue, from Georgia Street .to Beach Boulevard Watermain Replacement Project, Utica Avenue, from Florida Street to Beach Boulevard Watermain Replacement Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue Watermain Removal Project, Beach Boulevard, from Clay Avenue to Garfield Avenue Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard Watermain Replacement Project, Main Street, from Florida Street to Beach Boulevard CASH CONTRACT No.1331 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 Vt 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 C-1 then issue a 2nd Notice to Proceed to the undersigned to commence immediately with the physical site work thereafter to be completed within a Two Hundred (200) 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 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 Bondn 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_;. B er's Si nature i -d -4� C-2 PROJECT BID SCHEDULE A Watermain Replacement Project; Indianapolis Avenue and Beach Boulevard Intersection BID ITEMS Bid Schedule A — NOT USED. C-3 PROJECT BID SCHEDULE B Watermain Replacement Project, Indianapolis Avenue and Beach Boulevard Intersection BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS $50aO $_� 2. Install 8-inch Class 150 +4 PVC pipeline in Indianapolis Avenue at Beach Boulevard LF ; U tq 110 3. Install 12-inch Class 350 DI U� 413_i, fint pipeline in Indianapolis Avenue at Beach jJ r Nei I Boulevard. 172 LF 4. Install 12-inch Class 200(�- PVC pipeline int,(p �p2 Indianapolis Avenue at Beach Boulevard 45 LF kzi $ 5. Install 24-inch steel casing in Indianapolis Avenue at Beach Boulevard, with receiving pit, and jacking pit 164 LF 6. Install 12-inch cut in valve , CPL45 assembly 1 EA _t $ 7. Flushing, Pressure Testing, -HZZ-- Z _. Disinfection, Dechlorination 1 LS $ $) G� 8. Traffic control 1 LS 9. Water Pollutant Control Program 1 LS $ �1 c-0 1.1 10. Sheeting, shoring, and/or bracing 1 LS —T4&L)<- n $ (C_CX 0 $ 11. Additional potholing 15 EA —two $ (Z $ 12. Demobilization and utJ��itt �l 1 cvE' Cleanup 1 LS _ $� $� 13. Replace Existing Traffic r� � TT , , _� $�(� $ o Control Loop 8 EA Sub -Total Amount for All Bid Items — SCHEDULE B $ ` CLQ. C-4 PROTECT BID SCIIEDULE C Watermain Replacement Project, Beach Boulevard, from Indianapolis Avenue to 170 feet North of Joliet Avenue BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS J $ % $ 0 2. Install 12-inch Class 150 {�Gt.� L-I(,+ .cam PVC pipeline in Beach tJ�iUi`I Boulevard 500 LF $ $ 3. Install 8-inch Class 1502 PVC pipeline in Beach pw c- > $ C Boulevard 25 LF � S $ 'eo 4. Flushing, Pressure Testing, Disinfection, Dechlorination 1 LS—�4(.� SSA $ t GOU $ 1 5. Traffic control 1 LS $ SCXJD $ J 6. Water Pollutant Control Program 1 LS $ / OG b $ WOO 7. Sheeting, shoring, and/or bracing 1 LS S. Additional potholing 20 EA O tJE $ $ OU 9. Demobilization and Cleanup 1 LS U ( r��, jj $ $ ' U (JO 10. Replace Existing Traffic Control Loop 4 EA _ CrkP- $ ci0U $ / (POO Sub -Total Amount for All Bid Items — SCHEDULE C $ C-S PROJECT BID SCHEDULE D Watermain Replacement Project, Joliet Avenue, from Georgia Street to Beach Boulevard BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS ,j $ )Ca $ Q(?� U 2. Install 8-inch Class 150 PVC pipeline in Joliet -F{ ►-� 0 Avenue 325 LF �i—� U d (�$c�5_ 3. Install 8-inch Class 150 and 200 PVC pipeline in Georgia Street at Joliet Avenue 115 LF $� $ S�U 4. Install 4-inch cut in valve 0 $.� $ assembly 2 EA _ � 5. Construct fire hydrant �' - assembly 1 EA NttAL f 6. Remove and salvage existing fire hydrant 1 EA t} vtQ ti© $z $ 7. Remove existing valve box and cover 3 EA V �:c e aLz✓, $ $�_ 8. Cut and cap/seal existing waterline 2 EA _ 9. Install 2-inch air and 4el :FL cJ r , O© vacuum assembly 1 EA $ $ 10. Relocation of sewer laterals 6 EA C>fJ� $ $ G 11. Flushing, Pressure Testing, C) Disinfection, Dechlorination 1 LS - 12. Traffic control 1 LS O:c�"_ $` $ GG 13. Sheeting, shoring, and/or bracing 1 LS "�)O $ � 14. Additional potholing 20 EA GNP- $1() C) $ 6 15. Demobilization and Cleanup 1 LS c:Q()Tt}UceS/�f-gyp 16. Install new 1-inch polyethylene water service,�L'� connect to existing 3/4-inch C) C00, meter 5 EA $ $ 17. Install new 2-inch copper �J water service, connect to existing 1 1/2-inch meter 1 EA f-�O2 o Sub -Total Amount for All Bid Items — SCHEDULE D $ (o c" C/' '0 C-6 PROTECT BID SCHEDULE E Watermain Replacement Project, Utica Avenue, from Florida Street to Beach Boulevard BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS l l V - $ $ 1200 2. Install 8-inch Class 150 and lA )U . 200 PVC pipeline in Utica . ol� Avenue 590 LF 3. Construct fire hydrant assembly 2 EA 4. Remove and salvage existing fire hydrant 2 EA lG��p $� $ G© 5. Remove existing valve box and cover 6 EA $<`X�(JQ _ 6. Cut and cap/seal existing waterline 2 EAU $ U $1� 7. Relocation of sewer lateral 6 EA � � 9,� $60 0 $ (.d 0 8. Flushing, Pressure Testing, li_u G Disinfection, Dechlorination 1 LS `iA0AS>-P-f\1Q 9. Traffic control 1 LS T4z $` (_GCS $ 2) U Lk 10. Sheeting, shoring, and/or bracing 1 LS . Fc k.(L 11. Additional potholing 20 EA OP 4L i,� 12. Demobilization and G rJ G Cleanup 1 LS --7-4 G u -1-"c" -P $ /CMG 0 $ 13. Install new 1-inch �C' �cJ polyethylene water service, tt connect to existing %a -inch 0 meter 7 EA $1t $4&00 14. Install new 1-inch polyethylene water service, connect to existing 1-inch ����t� meter 1 EA $ $ 15. Install new 2-inch copper ��= water service, connect to existing 2-inch meter 3 EA tIOL �CZ-7- $gk(66 $ a a 16. Install new 2-inch copper. Tea water service, connect to existing 1 1/2-inch meter 1 EA�� Sub -Total Amount for All Bid Items - SCHEDULE E C-7 i PROJECT BID SCHEDULE F Watermain Removal Project, Beacli Boulevard, from Utica Avenue to Yorktown Avenue BM ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS 7t:; N t ULLSf p $ D )0 $ 16 D 2. Install 6-inch, 8-inch and IV c 12-inch Class 150 and 200 —t�GlNiiL PVC pipeline in Beach $33(� $ Boulevard 1300 LF 3. Construct 12-inch D.I. inverted siphon assembly 31 LF 4. Install 12-inch Class 150 PVC watermain in Beach �p ` Boulevard at Yorktownf't�p� Avenue 24 LF 'C'{ ( C t4 t 5. Construct 12-inch D.l. siphon assembly 49 LF 6. Construct waterline .� J connection in Beach Boulevard 1 LS _ $ 7. Remove and salvage� $ $ existing fire hydrant 2 EA X.�� 8. Construct fire hydrant v,= -- .sw f t-lo, ;ro assembly 2 EA �� 9. Remove existing valve box t�-trlJc.` C and cover 5 EA- $ $ 10. Cut and cap/seal existing EA Gf ky $� $ GYi waterline 6 �;�5.. p 11. Remove and dispose of �--= existing valve and interfering piping 1 EA Tc��Sf��-► $ram $X )� 12. Flushing, Pressure Testing, U��Q_ Disinfection, Dechlorination 1 LS $� $ 13. Traffic control 1 LS jJ Gt.� $ 5 $10 14. Water Pollutant Controlk3C� Program 1 LS U $ $ ? 15. Sheeting, shoring, and/or $ � U bracing 1 LS r $ 16. Additional potholing 30 EA ()O J�UOQ4t_Q $ f0 $ OG 17. Demobilization and Two Cleanup ifW( 5A0-,0 1 LS $ )U $ C-3 PROJECT BID SCHEDULE F Watennain Removal Project, Beach Boulevard, from Utica Avenue to Yorkto-on Avenue BID ITE:MIS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 18. Install 8-inch cut in valve assembly 2 EA $'�&Cw slkap 19. Install 4-inch pump -out ►���@ assembly 1 EA 20. Install 2-inch air and EA �3�co $ GU G vacuum assembly 2 per. 21. Install new 1-inch polyethylene water service, connect to existing 1-inch EA $l00- $0 v meter 2 ..) 22. Install new 2-inch copper water service, connect to P��Q $ 3600 $LA1066 existing 2-inch meter 4 EA 23. Replace Existing Traffic I GL(Z Control Loop 8 EA — $ $- Sub -Total Amount for All Bid Items — SCHEDULE F $ 1 C-9 PROJECT BID SCHEDULE G Watermain Replacement Project, Beach Boulevard, from Clay Avenue to Garfield Avenue BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS $� $� 2.- Cut and cap/seal existing waterline 4 EA !vim $ 1 %UO $ 4WO 3. Remove existing valve box v :Soo 70 and cover 4 EA ti ,C $ $ 4. Construct fire hydrants l� assembly 1 EA $ $ 5. Remove and salvage existing fire hydrant 1 EA 6. Traffic control 1 LSC—ti-T 7. Water Pollutant Control Program 1 LS LQ & Sheeting, shoring, and/or bracing LS $ 1 9. Additional potholing 10 EA 0 10. Demobilization and Cleanup 1 LS 11. Install new 1-inch ��C polyethylene water service, connect to existing 1-inch �j�C7(��'� $ �lJ meter 2 EA $2 12. Install new 1-inch _1 polyethylene water service, connect to existing 3/4-inch EA $� meter 1 5 13, Install new 2-inch copper i—cua,_ water service, connect to existing 2-inch meter 6 EALl�%.Li1�-.:�i� $ $ 14_ Install new 2-inch copper water service, connect to existing 1 1/2-inch meter 3 EA ���� C- $ $ Sub -Total Amount for All Bid Items — SCHEDULE G $ °` C-10 PROJECT BID SCHEDULE H Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LSVV 2. Install 8-inch Class 150 PVC pipeline in Clay- Avenue $:>(-)9 565 LF -� ` t� 3. Inst 12-inch C D.I. Avenue a Bef ei h Boulevard 120 LF $ $ 4. Install 24-inch steel casing ins --Clay. Avenue across Beach Borg ev-aar with r receiy4rfg'-pit and jacking pit 96 LF $ $ 5. Install 8-inch Class 150 PVC pipeline at the Beach Boulevard and Clay Avenue intersection 55 LF 6. Install 8-inch Class 200 PVC pipeline in Coenson Circle Clay Avenue $ $� �� at 17 LF •(— 7. Remove and salvage�C fire hydrant C 6�_0 $ �i existing 3 EA 8. Construct fire hydrant assembly 3 EA t- O Lk"R -O $ CDo $ I S C % O 9. Cut and cap/seal existing Go;t; 0 1-1000 waterline 4 EA aAC$ $ 10. Remove existing valve box v" �® and cover 6 EA — $� 7� $ 11. Remove and dispose ofi'�L existing valve and interfering pipeline 1 EA $its $�U© 12. Relocation of sewer laterals 10 EA $ $ O G6 C1 13. Flushing, Pressure Testing, Disinfection, Dechlorination 1 LS $ $90LV. 14. Traffic control 1 LS (� $5 66 01 $ 15. Sheeting, shoring, and/or zo (-1 bracing 1 LS $ V OCO $ G GG O 16. Additional potholing 20 EA $ jC1 $ Co 6 17. Demobilization and Cleanup 1 LS ccX� $ C1GU $ 'IGG C-11 PROJECT BID SCHEDULE H Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 18. Install 8-inch cut in valve assembly 2 EA $ 19. Install 12-inch cut in valve ' assembly 1 EA �o 20. Install new 1-inch U��`��— polyethylene water service, connect to 1-inch 0 existing meter 8 EA $ 21. Install new 1-inch p polyethylene water service, connect to existing 3/4-inch meter 1 EA $ $ )U 22. Water Pollutant Control C1lU� Program 1 EA I $ Ci0- Sub-Total Amount for All Bid Items — SCHEDULE H $ C-12 PROJECT BID SCHEDULE I Watermain Replacement Project, Main Street, from Florida Street to Beach Boulevard BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS � $� $�- 2. Install 8-inch Class 150 PVC pipeline in Main Street 600 LF TiA ( Cd` $_�� $1. d 3. Construct connection in Ellis GCS Avenue 1 LS — C. C: $z' $S 4. Remove and dispose of VC existing valve and interfering �� U( �v =r�l $ pipeline 1 EA $s 5. Cut and capi'seal existing waterline 2 EA 6. Flushing, Pressure Testing, l (JUG Disinfection, Dechlorination 1 LS $�i(,�.� 0 7. Traffic control 1 LS D' $� $ �) U 8. Water Pollutant Control Uj.�i✓ Program 1 LS $lCx) U 9. Sheeting, shoring, and/or bracing 1 LS f,,, $ $p 10. Additional potholing 18 EA dN��� $ ��U $ 11. Replace Existing Traffic Loop CUD Control 4 EA $ $ 12. Demobilization and Cleanup 1 LS O Ck��Q $ >� $qob Sub -Total Amount for All Bid Items — SCHEDULE I $ LS61 C-13 PROJECT BID SCHEDULE J Watermain Replacement Project Alley Rehabilitation for All Sites BID ITEMS Bid Schedule J — NOT USED. C-14 PROJECT BID SCHEDULE BID ITEMS PROJECT BID SCHEDULE TOTALS CC-1331 WATERMAIN REPLACEMENT PROJECT Sub -Total Bid Schedule A - Not Used 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 Sub -Total Bid Schedule H Sub -Total Bid Schedule I Sub -Total Bid Schedule J - Not Used TOTAL BID AMOUNT (Schedules B-1) l 'Y38 �co L TOTAL BID AMOUNT IN WORDS: —IAlWQA svK- .+-\-i)us,,,....A se.v4e^ hL, 5_0 CL 0 10 2,00 ► 501 tg 0 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-15 PROJECT BID SCHEDULE BED ITEMS 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. "Pordon.' f Work Name, and Address of Subcontractor , State Lieense Num b er, Class" WwA" 3 -Z q Oar 6r. v,.%. AkH, WLlo,4 CA 9 VI R k (0 CL 0, k V0 L cP © Cik 6e) S_ r7l F 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-16 PROJECT BID SCHEDULE BID ITEMS NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH DID State of California ss. County of GMtW Los Angeles John C. Schiller , being first duly sworn, deposes and says that he or she is President/G.M. of Steve Bubalo Construction Co 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. Steve Bubalo Construction Co. Name of Bidder C, 21 a of Bidder John C. Schiller President and General Manager P.O. Box 1048, Monrovia, CA 91017 Address of Bidder Subscribed and sworn to before me this loth day of June , 2008. L ENOVICCommisabn # 1673116 WWAMW NOt" PubNC • Colitornio Los Angeles County My Comm. Expires A A 4. 2010 NOTARY PUBLIC NOTARY SEAL C-17 PROJECT BID SCHEDULE BID ITEMS 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 Construction of Watermain Replacement Project, Indianapolis Avenue and Beach Boulevard Intersection; Watermain Replacement Project, Beach Boulevard, from Indianapolis Avenue to 170 feet North of Joliet Avenue; Watermain Replacement Project, Joliet Avenue, from Georgia Street to Beach Boulevard; Watermain Replacement Project, Utica Avenue, from Florida Street to Beach Boulevard; Watermain Replacement Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue; Watermain Removal Project, Beach Boulevard, from Clay Avenue to Garfield Avenue; Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard; Watermain Replacement Project, Main Street, from Florida Street to Beach Boulevard (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 10, 2008 Steve Bubalo Construction Co. Contractor L hn C. Schiller President and General Manager Title C-18 PROJECT BID SCHEDULE BID ITEMS 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-19 PROJECT BID SCHEDULE BID ITEMS 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 10, 2008 Steve Bubalo Construction Co. Contractor N,-k , 4V-"C - /4a.-J� Jo n C. Schiller President and General Manager Title C-20 PROJECT BID SCHEDULE BID ITEMS 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 Section 4216/4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. 7 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: Sieve Bubalo Construction Co. By John C. Schiller President and General Manager Title Date: No 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-21 PROTECT BID SCHEDULE BID ITEMS BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Steve Bubalo Construction Co. Bidder Name P.O. Box 1048 (128 E. Live Oak Avenue) Business Address Monrovia, CA 91017 (Monrovia, CA 91016) City, ( 626 ) 574-7570 Telephone Number 296169 A and C31 State Contractor's License No. and Class Original Date Issued 9/30/2008 Expiration Date State Zip The work site was inspected by "NUxr of our office on W� e , 2008. The following are persons, firms, and corporations having a principal interest in this proposal: Steve Bubalo Construction Co. John C. Schiller - President/G.M. Nick Bubalo - Vice President Louise Bubalo - Secretary/Treasurer C-22 PROJECT BID SCHEDULE BID ITEMS 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. Steve Bubalo Construction Co. Company Name Schiller, President and General Manager Printed or Typed Signature Subscribed and sworn to before me this 10day of June NOTARY PUBLIC Z167 200 + ROSEMARY TOM4IENOVIC Commission # 1673116 amy Notary Public - California Los Angeles County Comm. Expires Jul 4, 201 J q 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. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Completed Name and Address of Public Agency Name and Telephone No. of Project Man g r- Contract Amount Type o ork Date Completed Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed C-23 ea. , %sc. P.0. Fez 1049 %yfowz"", &4 91017 (626) 574-7570 Sax (626) 574- 7642 JOBS IN PROGRESS (As of February 2008) Page 1 07-6 Colorado Ocean Relief Sewer Project City of Santa Monica 1437 4th Street Santa Monica, CA 90405 Contact: Mr. Greg de Vinck, P.E. Telephone No.: (310) 458-8733 Contract Amount: $8,442,150.00 Description: Construction of 18", 36" and 42" sewer pipelines, manholes, structures, and appurtenances, including a tunnel crossing under Highway 1. Installation also includes 28" HDPE air vent piping, a new 16" ductile iron water line, and relining of the existing sewer pipeline. Date Completed: Final Contract Amount: A0. Sax 1049 Maa w,m, &4 91017 (626) 574-7570 Sax (626) 574- 7642 JOBS IN PROGRESS (As of February 2008) Page 2 07-4 North Coast Interceptor at Nye's Place Rehabilitation City of Laguna Beach 505 Forest Avenue Laguna Beach, CA 92651 Contact: Mr. David W.Shissler, P.E. Telephone No.: (949) 497-0328 Contract Amount: $1,121,000.00 Description: Rehabilitation of approximately 845 feet of existing 24" fiberglass sewer pipe with 20" FPVC pipe via open trench and sliplining methods. Construction of two (2) temporary HDPE sewer bypass lines, 1,000 feet each. Installation of new 8" HDPE sewer force main. Date Completed: Final Contract Amount: Steve Bubalo Construction Co. 2006 - Completed Projects 06-7 DISTRICT 21 INTERCEPTOR SEWER, SECTIONS 1, 2 & 3 REHABILITATION City of Industry Los Angeles County Sanitation District P.O. Box 4998 Whittier, CA 90604-4998 Contact: Ms. Jenny M. Hsu, P.E. Telephone No.: (626) 962-8605, ext. 6214 Contract Amount: $1,079,079.00 Description: Rehabilitation of County sewers icluding concrete encasements of 42, 48, and 51-inch concrete sewers, demolition and replacement of manhole shafts at six locations, and sliplining approximately 200 feet of 54-inch RCP with 48-inch fiberglass liner pipe. Date Completed: September 2007 Final Contract Amount: $1,295,540.00 Steve Bubalo Construction Co. 2006 - Completed Projects 06-3 FLAMINGO ROAD RECONSTRUCTION PROJECT City of Laguna Beach 505 Forest Avenue Laguna Beach, CA 92651 Telephone No.: (714) 751-5557 Contact: Mr. Scott Porterfield (The Moote Group) Contract Amount: $12,000,000.00 Description: Removal and recompaction of approximately 600,000 cubic yards of landslide material from Bluebird Canyon. Reconstruction of Flamingo road. Installation of storm drains, sewers, and water lines. Placement of approximately 55,000 cubic yards of soil cement. Date Completed: January 2008 Final Contact Amount: $13,766,377.00 06-5 STARLIT STORM DRAIN City of Laguna Beach 505 Forest Avenue Laguna Beach, CA 92651 Contact: Mr. Steve May - City Engineer Telephone: (949) 497-0351 Description: Installation of approximately 360 feet of 42- inch H.D.P.E. storm drain through residential backyards. Construction of concrete structures. Abandonment of existing 30-inch storm drain. Date Completed: February 2007 Final Contract Amount: $164,415.00 Steve Bubalo Construction Co. 2005 - Completed Projects 05-14 ATLANTIC WAY STORM DRAIN City of Laguna Beach 505 Forest Avenue Laguna Beach, CA 92651 Contact: Mr. Derek Wieske (949) 497-0792 Contract Amount: T & M Work - $560,000 to $630,000 Description: Emergency repair of eroded slope. Installation of 12" HDPE storm drain, 8" sub -drain, grouted rip rap, and concrete catch basins and dissipator structure. Date Completed: February 15, 2006 Final Contract Amount: $560,000.00 05-15 JOINT OUTFALL "B" UNIT 1D TRUNK SEWER SECTION 2 PROTECTION Contract #4169 County Sanitation Districts of L.A. County P.O. Box 4998 Whittier, CA 90607-4998 Contact: Mr. James Kahle (626) 962-8605 Contract Amount: $750,000.00 Description: Emergency stabilization and protection of exposed sewer line in flood channel including installation of imported backfill, filter fabric, and rip rap. Date Completed: December 2005 Final Contract Amount: $990,555.00 Steve Bubalo Construction Co. 2005 - Completed Projects 05-13 PROJECT MAGNOLIA TRUNK SEWER & S-25 SEWER LIFT MODIFICATION Project No. WD-2712 Long Beach Water Department 1800 E. Wardlow Road Long Beach, CA 90807-4994 Contact: Mr. Isaac Pai, Director of Engineering (562) 570-2336 Contract Amount: $1,525,440.00 Description: Installation of new trunk sewer main °consisting of 818 if of 21" VCP, 40' of 8" VCP, pre -cast manholes and utility relocations. Rehabilitation of existing sewer lift station. Date Completed: November 2006 Final Contract Amount: $1,617,478.00 Steve Bubalo Construction Co. 2005 - Completed Projects 05-9 BLUEBIRD CANYON WINTERIZATION SLIDE REPAIR City of Laguna Beach 505 Forest Avenue Laguna Beach, CA 92651 Contact: Mr. Scott Porterfield (Moote Group) (714) 751-5557 Contract Amount: $3,000,000.00 Description: Emergency winterization of landslide area. Excavation, backfill, and compaction for retaining walls. Installation of 72" RCP storm drain and 16" water main. Date Completed: September 2006 Final Contract Amount: $6,083,356.00 05-12 MALIBU BRANCH FEEDER REPAIRS PHASE II County of Los Angeles Dept. of Public Works P.O. Box 1460 Alhambra, CA 91802-1460 Contact: Mr. Harry Cong (626) 458-3157 Contract Amount: $1,321,680.00 Description: Removal and replacement of various air and vacuum release valves, fire hydrants, underground vaults, vault ventilation covers & water main shutoff valves and other appurtenant work to upgrade County's existing water main system. Date Completed: September 2006 Final Contract Amount: Change Orders Pending Steve Bubalo Construction Co. 2004 - Completed Projects 04-7 LONG BEACH MAIN PUMPING PLANT SURGE TANK Contract #4084 Co. Sanitation Districts of L.A. Co. P.O. Box 4998 Whittier, CA 90607-4998 Contact: Mr. Walter Ackerman (310) 830-8050, Ext. 5817 Contract Amount: $949,250.00 Description: Furnishing materials, equipment and labor to install reinforced concrete foundation, steel surge tank (pressure vessel), piping, valves, mechanical and electrical components, and appurtenances at the County's Long Beach Main Pumping Plant located at 1238 West 16th Street, Long Beach, CA 90813. Date Completed: November 2006 Final Contract Amount: Change Orders Pending 04-9 2004/2005 SEWER RECONSTRUCTION PROJECT-25 LOCATIONS City of Laguna Beach 505 Forest Avenue Laguna Beach, CA 92651 Contact: Mr. Fred Shahidi (949) 497-0345 Contract Amount: $3,311,910.00 Description: Furnishing labor, equipment and materials to construct sanitary sewer improvements at 25 locations within the City of Laguna Beach. Work includes the removal and replacement of existing gravity sewers, force mains and concrete manholes. Date Completed: May 2006 Final Contract Amount: $3,516,804.00 Steve Bubalo Construction Co. 2004 - Completed Projects (Continued) 04-4 COLDEN AVENUE RELIEF TRUNK SEWER Contract #4013 County Sanitation Districts of Los Angeles County P.O. Box 4998 Whittier, CA 90607-4998 Contact: Mr. Richard Koskola (310) 830-8050 Contract Amount: $5,036,000.00 Description: Installation of approximately 15,000 LF of 18" VCP and appurtenant sewer manhole structures by open cut method. Also includes the jacking of 72" diameter steel casing and the installation of VCP within casing. Date Completed: August 2005 Final Contract Amount: Change Orders and Retention Pending 04-5 L.A./GLENDALE WATER RECLAMATION PLANT (LAG) NdeN Chemical Addition System CIP Project No. 4145 Contract/W.O. #SZL11143 City of Los Angeles Department of Public Works Bureau of Engineering 650 So. Spring St., Ste. 200 Los Angeles, CA 90014-1911 Contact: Mr. Sinh Pham (310) 648-6130 Contract Amount: $1,985,000.00 Description: Performing work under the Wastewater Treatment Plant Emergency Contractor List Program for the City of Los Angeles, the construction of the Nitrogen Removal Conversion Phase I Project at the L.A.-Glendale Water Reclamation Plant. Work includes the installation of cavity pumps, flow meters and appurtenances. Date Completed: January 2006 Final Contract Amount: Change Orders and Retention Pending Steve Bubalo Construction Co. 2004 - Completed Projects (Continued) 04-2 BASELINE FEEDER EXTENSION SOUTH PIPELINE Spec. No. 03-8 San Bernardino Valley Municipal Water District P.O. Box 5906 San Bernardino, CA 92412-5906 Contact: Mr. Robert M. Tincher, P.E. (909) 387-9200 Contract Amount: $21,550,000.00 Description: Installation of approximately 24,142 LF of 78" CML & C Steel water line by open cut and tunnel installation (1,600 LF) methods and the installation of appurtenant structures and valves. Date Completed: September, 2005 Final Contract Amount: Change Orders and Retention Pending 04-3 ERS-ECIS - COMPACTION GROUTING Emergency Repair Services and urgent Necessity Project North Outfall Sewer - East Central Interceptor Sewer Contract/W.O. #SZC11388 City of Los Angeles, Dept. of Public Works Bureau of Engineering 650 So. Spring St., Ste. 200 Los Angeles, CA 90014-1911 Contact: Mr. Marte San Diego (323) 266-7504 Contract Amount: $2,500,000.00 (not to exceed) Description: Performing work at the direction of the City of L.A. under the Emergency Repair Services and Urgent Necessity Projects Program, providing all necessary manpower, equipment and material to perform compaction grouting along the North Outfall Sewer - East Central Interceptor Sewer alignment. All compaction grouting work performed by subcontractor, Hayward Baker, Inc. Date Completed: February 2005 Final Contract Amount: $2,424,000.00 Steve Bubalo Construction Co. 2003 - Completed Projects (Continued) 03-5 HERMOSA AVENUE STORM DRAIN AND STREET IMPROVEMENTS FROM 280' NORTH OF BASELINE ROAD TO ALTA LOMA CHANNEL PHASE III Contract No. 03-082 The City of Rancho Cucamonga P.O. Box 807 Rancho Cucamonga, CA 91729-0807 Contact: Cindy Hackett, Associate Engineer (909) 477-2740, ext. 4066 Contract Amount: $3,522,410.00 Description: Installation of storm drain, including 4,200 ft. of 8' X 8' reinforced concrete box, concrete structures, and street widening. Date Completed: July 2004 Final Contract Amount: $3,895,704.51 03-7 PUENTE HILLS LANDFILL FACILITIES SEWER & POWER DELIVERY LINES DUCT BANK Contract #4001 County Sanitation Districts of Los Angeles Co. P.O. Box 4998 Whittier, CA 90607-4998 Contact: Mr. Ted Brodeur (626) 962-8605 Contract Amount: $1,386,557.00 Description: Installation of approximately 2,200 LF of 15" VCP, appurtenant sewer manhole structures, 4,100 LF of electrical conduit duct bank, and appurtenant concrete vaults by open cut method. Also includes the jacking of 45" diameter steel casing under railroad tracks and the installation of VCP and conduits within the casing. Date Completed: July 2004 Final Contract Amount: $1,425,782.85 Steve Bubalo Construction Co. 2003 - Completed Projects 03-1 JOINT OUTFALL "H" UNITS 1B AND 1C TRUNK SEWER REHABILITATION BETWEEN MANHOLES H46 AND H53 Contract #3968 County Sanitation Districts of L.A. County P.O. Box 4998 Whittier, CA 90607-4998 Contact: Mr. Lenny Blackman (310) 830-8050 Contract Amount: $2,601,340.00 Description: Rehabilitation of existing sewer. Approximately 1,729 if of 72" Hobas HDPE in 78" RCP, 1,334 if of 54" Hobas HDPE in 60" RCP, 469 if of 33" Hobas HDPE in 39" RCP. Date Completed: May 2004 Final Contract Amount: $2,645,986.91 03-4 BULLIS ROAD REPLACEMENT TRUNK SEWER SECTION 1 Contract No. 3973 County Sanitation Districts of L.A. County P.O. Box 4998 Whittier, CA 90607-4998 Contact: Mr. Jon Ganz (310) 830-8050 Contract Amount: $1,788,224.00 Description: Installation of new sewer consisting of approximately 3,134 if of 36" VCP, 196 if of 48" RCP and relocation and installation of 1,450 if of 4" and 8" CIP waterline and appurtenant structures. Date Completed: March 2004 Final Contract Amount: $1,956,166.72 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For Annual Dater Main Replacement Various Locations and Along Beach. Boulevard June 6, 2008 Notice to All Bidders. Please note the following revision to the project, Specifications, and Technical Provisions: The following shall be deleted from the Specifications, Section C, page C-11: Project Bid Schedule H, Item No. 4., shall be deleted. 4. Install 24-inch steel casing in Clay Avenue across Beach Boulevard, with receiving pit and jacking pit 96 LF $ $ The following shall be added to Specifications, Section C, page C-11: Project Bid Schedule H, Item No. 4., shall be added as follows: 4. 1 Not Used NA NA NA NA Bid Proposals hand marked as shown herein will be accepted by the City. The following shall be amended from the Specifications, page 1: Shall be changed to: BIDS DUE: June 10, 2008, 2:00 PM, 2ND FLOOR BIDS DUE: June 12, 2008, 2:00 PIVI, 2ND FLOOR -1 The following shall be amended from the Specifications, page A-1, paragraph 1: 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:OOPM, on June 10, 2008_ Bids will be publicly open in the Council Chambers unless otherwise posted. Shall be changed to: 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:OOPM, on June 12, 2008. Bids will be publicly open in the Council Chambers unless otherwise posted. This modification does not change the Engineer's Estimate for this project. This is to acknowledge receipt and review of Addendum Number one, dated June 6, 2008, &:ej-e— taL, Io \9A A, Company Name B Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Andrew Ferrigno at (714)536-5291. -2 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For Annual Water Main ReAlacement Various Locations and Along Beach Boulevard, CC1331 June 11.2008 Notice to All Bidders: Please mote the following revision to the project, Specific8tions: The following shall be deleted from the Specifications, Section C, page C-11: Project Bid Schedule H, Item No_ 3., shall be deleted. 3. Install 12-inch Class 350 0_I. pipeline in Clay Avenue at Beach Boulevard 120 LF s $ The following shall be added to Specifications, Section C, page C-11: Project Bid Schedule H, Item No. 3., shall be added as follows: 3, Not Used NA TNA NA NA Bid Proposals hand marked as shown herein will be accepted by the City. The following shall be amended from the Specifications, page is Shall be changed to: BIDS DUE. June 12, 2008, 2:00 PM, 2ND FLOOR BIDS DUS. June 1-1, 2008, 2:00 PM, ZND FLOOR -t The following shall be amended from the Speclflcations, page A-1, paragraph 1: 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:OOPM, on June 12, 2008, Bids will be publicly open in the Council Chambers unless otherwise posted. Shall be changed to: 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, Califomia 92648, up to the hour of 2:OOPM, on June 17, 2008. Bids will be publicly open in the Council Chambers unless otherwise posted. This modification does not change the Engineer's Estimate for this project. This is to acknowledge receipt and review of Addendum Number one, dated June 6, 2008. \J-L L0 I Yvr y'c- -I -- Company Name B Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding thi$ Addendum, please call Andrew Ferrigno at (714)536-6291. _2 Travelers Casualty and Surety Company of America One Tower Square 3PB, Hartford, CT 06183 Bond No. N/A KNOW ALL MEN BY THESE PRESENTS, That we, Steve Bubalo Construction Co., Inc., as Principal, hereinafter called the Principal, and Travelers Casualty and Surety Company of America, of One Tower Square 31313, Hartford, CT 06183, a corporation duly organized under the laws of the State of Connecticut, 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 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, Indianapolis Avenue and Beach Boulevard Intersection - Cash Contract No.: 1331. 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 June, 2008. Steve Bubalo Construction Co., Inc. (Seal) By: Witness Johp C. Schiller, President/G.M. , Principal 0 Witness Casualty and Surety Compan� f America �/� O// (Seal) Eugene T. Zondlo, Attorney .-Pact Printed in cooperation with the American Institute of Architects (AIA) by Travelers Casualty and Surety Company of America. The language in this document conforms exactly to the language used in AIA Document A310, February 1970 edition. S-1869-G (08-99) CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of Orange J U N 0 6 2008 Lem before me, Z. Hinton, Notary Public _ (Here insert name and title of the officer) personally appeared EugeneT. Zondlo----------------- - - - - - - who proved to me on the basis of satisfactory evidence to be the personal whose namegis/ara.subeeiribed to the within instrument and acknowledged to me that he/s wAhey executed the same in hisAw/#%ir-authorized capacity(44, and that by his/ wAheir-signature(4 on the instrument the person(,s�J, 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. my hand and official seal. of'Notary Public Z. HINTON Commission # 1729969 Notary Public California _ Orange County (Notary Scar) Comm. if �T ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT ('Title or description of attached docutneut) Critic or description of attached document continued) Number of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Tine) ❑ Partner(s) W Attorney -in -Fact ❑ Trustee(s) ❑ Other 2008 Version CAPA v12.10.07 800-873-9865 www.NotaryClasses.com INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed to California must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form mist be properly completed and attached to that document. The only exception is if a docrnneni is to be recorded outside of California. In such instances, any altenrotive acknowledgment verbiage as inay be printed on such a document so long as the verbiage does not require die notary to do something that is illegal for a notary in California (Le. certifying the authorized rapacity of the signer). Please check the document carefully for prroper notarial wording and attach thisform 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/shelt#rey;- 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 (Le. CEO, CPO, Secretary). • Securely attach this document to the signed document ems. POWER OF ATTORNEY ThAVELERS J Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company Attorney -In Fact No. 219025 St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company a Certificate No. 0 018 9 6 9 61 KNOW ALL MIEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the '-Companies"), and that the Companies do hereby make, constitute and appoint John Forest Monroe, William R. Curtis, Eugene T. Zondlo, Rosa E. Rivas, and Edith Garibay of the City of Irvine , State of California , their true and lawful Attorneys) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted -in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 13th day of August 2007 Farmington Casualty Company Fidelity and Guaranty Insurance Company,. - Fidelity and Guaranty Insurance Underwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company G�SUA-epjtrr/A/n- �JRfit• �o�F1RE 6'Wq >-1-WHIM ,i j .NSU `, tY iNO SUR Y 5 (t Ili�i iiltrJ) ` PLC F- l� E� RATE m} :4Qi:'G�RPOR41 % _ S •- t{gHiF� S t� SE.AL.: ? CONN. a s Fj CONN: ��Ot z dry � �1 9Ir ,m �&.- �, -a•As >:-. �a°I nt e � .� t• OF NEW FnNCE,.� � rS..�Nv 1�:...... -Ta f b ,,.� ��.w++`. �'I Altldc State of Connecticut City of Hartford ss_ BN- Georg V Thompson. enlor Ice President On this the 13th day of August 2007before n]e personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company. Fidelity and Guaranty Insurance Company, Fidelity and GuarantN Insurance Underwriters. Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company. St. Paul Mercury Insurance Company, Travelers Casualtv and Surety Company, Travelers Casualty and Surety Company of America. and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations b}himself as a duly authorized officer - In In Witness Whereof, [hereunto set my hand and official seal.Miy Commission expires the 30th day of June, 201I. i•9arie C l'etreauh. Notan Public 58440-5-07 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT �S�S,ya; • .�--�.`.�. S;a�t�..•�.•S,.a�; .�5 4,�.��.•.•S.�.•.�.-�.'>,.�.�S�.--�.•.,�-�..t,�.-•-�.'c�--, �.•.;�a��S�--'_>�,.s�,'.v.�.-�.•S.�C.=�.5--�.'S�S�_'-'_.,�.--�.'.�-.�.•�.•�.•�.�.,.�5�..�.-�' State of California County of Los Angeles On June 10, 2008 Date before me, Rosemary Tomlj enovic — Notary Public Here Insert Name and Title of the Officer personally appeared John C. Schiller Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the personXwhose name$6)SPre subscribed to the within instrument and acknowledged to me that (she/they executed the same in&her/their authorized ROSEMARY TOMLANOVIC capacityW, and that b his er/their signatureXon the CAXnn*sI0n * 1673116 instrument the person or the entity upon behalf of Nokff•� RAAC - �fOI° which the person�s'f acted, executed the instrument. Los Angeles County kly Comm. Expires Jul 4. 2G1 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS m ' nd and official \ . Signature Place Notary Seal Above Sign 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: John C. Schiller ❑ Individual KX Corporate Officer —Title(s): President/G.M. Partner— ❑ Limited []General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Steve Bubalo Construction Co. 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: ya:s:�a..s er.�✓•�✓<.�csc.s:�s.:cc AIGHTTHUMBPRINT :. 'OF.SIGNER- CITY OF HUNTINGTON BEACH 2000 MAIN STREET OFFICE OF THE CITY CLERK JOAN L. FLYNN CITY CLERK September 10, 2008 J_ DeSigio Construction, Inc. 935 S. Mayflower Ave. Arcadia, CA 91006 RE: CC-1331 — Construction of Watermain Replacement Project Enclosed please find your original bid bond for CC-1331. Sincerely, k Joan L. Flynn, CIVIC City Clerk JF:pe Enclosure CALIFORNIA 92648 g:/foHowup/cashcont/returnbidbond .doc f Telephone: 714-536-5227 ) ARC 'WA'TIC-R't--'%At?4 -JljAr-%TUZHA) r� 7 A A, - .tK= IV7- H AltO FIZOtA U--rIC-A A14E WATGMHAw Xv;.v-vwAL- FTZ'p"J�A 2003 MIN 17 Pill 1: 47 SECTION C PROPOSAL for the CONSTRUCTION OF Watermain Replacement Project, Indianapolis Avenue'and Beach Boulevard Intersection Watermain Replacement Project, Beach Boulevard, from Indianapolis Avenue to 170 feet North of Joliet Avenue Watermain Replacement Project, Joliet Avenue, from Georgia Street to Beach Boulevard Watermain Replacement Project, Utica Avenue, from Florida Street to Beach Boulevard Watermain Replacement Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue Watermain Removal Project, Beach Boulevard, from Clay Avenue to Garfield Avenue Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard Watermain Replacement Project, Main Street, from Florida Street to Beach Boulevard CASH CONTRACT No. 1331 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 V 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 C-1 then issue a 2nd Notice to Proceed to the undersigned to commence immediately with the physical site work thereafter to be completed within a Two Hundred (200) 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 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. �1D Accompanying this proposal of bid, find 00uC-- in 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 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: Date`keceived . `` .. C-2 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 53&5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For Annual Water Main Replacement Various Locations and Along Beach Boulevard June 0, 2008 Notice to Al Bidd ars: Please note the hllowing revision to the project, Specifications, and Technical Provisions: The following shall be deleted from the Specifications, Section C, page C-11: Project Bid Schedule H, Item No. 4., shall be deleted. 4. Install 24-irch steel casing_ in Clav Avenue across Beact Boulevard, with receiving p t and jacking pit 96 LF $ $ The follolving shall be added to Specifications, Section C, page C-11: Project Bi�� Schedule H, Item No. 4., shall be added as follows: 4. 1 Not U!ed NA NA NA NA Bid Prop. -.sake; hand marked as shown herein will be accepted by the City. The following shall be amended from the Specifications, page is Shall be changed to: BIDS DUE: June 10, 2008, 2:00 PNI, 2ND FLOOR BIDS DUE. - June 12, 2008, 2:00 PIVI, 2ND FLOCK The following ahall.be amended from the Specifications, page A-1, paragraph 1: PUBLIC INCT1ICE 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 Cleric, Second Floor, 2000 Main Street, Huntington Beach, California 92648, up to the hour of 2:OOPM, on June 10, 2008. Bids will be publicly open in the Council Chambers unless otherwise posted. Shall be ,hanged to: 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 92M, u to the hour of 2:OOPM, on June 12, 2008. Bids will be publicly open in the Council Chambers unless otherwise posted. This modif cation does not change the Engineers Estimate for this project. This is to e c:knowledge receipt and review of Addendum Number one, d June 6, 2008, 47_ Compam Narre �> Date All bidders -nust acknowledge the receipt of this Addendum with your bid proposal. Should yo j have any questions regarding this Addendum, please call Andrew Ferrigno at (714)536-5291, City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For Annual Water Main Realacement Various Locations and Along Beach Boulevard, CC1331 June 11, 2008 Notice to All Bidders, Please nre they following revision to the project, Specifications: The folt)YWng shall be deleted from the Specifications, Section C, page C-11: Project Bid Schedule H, Item No. 3., shall be deleted. 3JInstall 12--inch Class 350 D.I. pipeline in Clay Avenue at Beach Boulevard 120 LF $ $ The following shall be added to Specifications, Section C, page C-11: Project ;>id S^,hedule H, Item No. 3., shall be added as follows: 3. Not Used NA NA NA NA Bid Prcpowls hand marked as shown herein will be accepted by the City. The fol'inwirg shall be amended from the Specifications, page is Shall to changed to: BIDS DUS: June 12, 2008, 2.00 PM, 2ND FLOOR BIDS DUE: June 17, 2008, 2:00 PM, 2ND FLOOR .1 The following shall be amended from the Specifications, page A-1, paragraph 1: PUBLIC NOTICE 18 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 Gity Clerk, Second Floor, 2000 Main Street, Huntington Beach, California 92648, up to the hour of 2.00PM, on June 12, 2008. Bids will be publicly open in the Council Chambers unless otherwise posted. Shall be changed to: PUBLIC: NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGT0N BEACH, as AGENCY, invites sealed bids for the above stated projects and will receive such bids in the office of the City Cleric, Second Floor, 2000 Main Street, Huntington Beach, California 92648, ,gyp to the hour of 2:OOPM, on June 17, 2008. Bids will be publicly open in the Council Cha-nbers unless otherwise posted. This mot ification does not change the Engineer's Estimate t'or this project. This is tc acknowledge receipt and review of Addendum Number one, d9ledJune 6, 2006. Compa^y Name By _ c l w� Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should )-ou have any questions regarding this Addendum, please call Andrew Fen'igno at (714)536-5291. .2 PROJECT BID SCHEDULE A Watermain Replacement Project, Indianapolis Avenue and Beach Boulevard Intersection BID ITEMS Bid Schedule A — NOT USED. C-3 PROJECT BID SCHEDULE B Watermain Replacement Project, Indianapolis Avenue and Beach Boulevard Intersection BIT) ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS $ Z_S F` $ �=�._ +_`40 2. Install 8-inch Class 150 _n PVC pipeline in,�� Indianapolis Avenue at Beach Boulevard 110 LF 3. Install 12-inch Class 350 DI`t pipeline in Indianapolis Avenue at Beach Boulevard. 172 LF 4. Install 12-inch Class 200 PVC pipeline in Indianapolis Avenue at Beach Boulevard 45 LF 5. Install 24-inch steel casing in Indianapolis Avenue ate .0 Beach Boulevard, with receiving pit, and jacking pit 164 LF� , ot 6. Install 12-inch cut in valve assembly 1 EA 7. Flushing, Pressure Testing, Disinfection, Dechlorination 1 LS v,;6�- $', 8. Traffic control 1 LS P'fge 9. Water Pollutant Control Program 1 LS 10. Sheeting, shoring, and/or bracing 1 LS $bvw 11. Additional otholin p 9 15 EA :�At $ f $ i. a 12. Demobilization and Cleanup 1 LS $.t7.s $ 13, Replace Existing Traffic 'r�' Control Loop 8 EA g .�„t�,f4. $ 4 $ �DM4 Sub -Total Amount for All Bid Items — SCHEDULE B $` _ C—a a E2 �- PROJECT BID SCHEDULE C Watermain Replacement Project, Beach Boulevard, from Indianapolis Avenue to 170 feet North of Joliet Avenue BM ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS'i'" �a-ao`rr�,� $ $ k"lt 2. Install 12-inch Class 150 -I °'40 PVC pipeline in Beach Boulevard 500 LF $ 3. Install 8-inch Class 150� PVC pipeline in Beach sF_\E% -e �v Boulevard 25 LF $ "7 4. Flushing, Pressure Testing, Disinfection, Dechlorination 1 LS �' �� $"7i $ ' a 5. Traffic control 1 LS 6. Water Pollutant Control Two Program 1 LS 7. Sheeting, shoring, and/or FIV16 bracing 1 LS `a'>pLA(L 8. Additional potholing 20 EA 9. Demobilization and Cleanup 1 LS L.LAR.!�. 10. Replace Existing Traffic Control Loop 4 EA `i Z.: �'.F� $�7�t�+ $ ��?ROD's Sub -Total Amount for All Bid Items — SCHEDULE C $` o4- ,-7 . C-s P, PROJECT BID SCHEDULE D Watermain Replacement Project, Joliet Avenue, from Georgia Street to Beach Boulevard WD TTFIIfS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total 1. Mobilization 1 LS «�s s ss'7 as �� $"A �ia �Cros�t $"� �° ►mac' ' .5 2. Install 8-inch Class 150 C>Ae 1AL>N40 eb PVC pipeline in Joliet 141 O 0 Avenue 325 LF $!.Qi 3. Install 8-inch Class 150 and *v4,o 1'iv4vvarr 200 PVC pipeline in Georgia Street at Joliet Avenue 115 LF s 4. Install 4-inch cut in valve --p4o 46 AA40 assembly 2 EA ?� 5. Construct fire hydrant ��1, "t't-�J►a ,�,, assembly 1 EA �.�71' 6. Remove and salvage Tv4c:> existing fire hydrant 1 EA �„�� $'^' $ 7. Remove existing valve box�'�'�''`� y® and cover 3 EA 8. Cut and cap/seal existing ` T 141ZES r� waterline 2 EA O.QlEt ' "� 9. Install 2-inch air and TW `T"Wif k. 4C r , vacuum assembly 1 EA'` �� $-s $`► 10. Relocation of sewer laterals 6 EA � - $ $"Z Qom, 11. Flushing, Pressure Testing,'* Disinfection, Dechlorination 1 LS ► rvt�, ;-►vt�, �i� $--per.,, 12. Traffic control 1 LS 13. Sheeting, shoring, and/or bracing 1 LS,, $ $� 14. Additional potholing 20 EA ``�"� ��"t'� $ $ ► ► �" ti. FPS 15. Demobilization and Cleanup 1 LS 16. Install new 1-inch polyethylene water service,6i�0"6 connect to existing 3/4-inch EA bOLkAC&$ ` $� meter 5 . 17. Install new 2-inch copper water service, connect to a rit a-13�a+�6� existing 1 1/2-inch meter 1 EA ;,i �� $a $Z-w �� Sub -Total Amount for All Bid Items — SCHEDULE D $ I C-6 E PROTECT BID SCHEDULE E Watermain Replacement Project, Utica Avenue, from Florida Street to Beach Boulevard BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS'I 2. Install 8-inch. Class 150 and 200 PVC pipeline in Utica Avenue 590 LF ��'`� $LW $ � 3. Construct fire hydrant riYIF- -TV4 assembly 2 EA ''k %tu.►�C`* 4. Remove and salvage existing fire hydrant 2 EA T,-OLJLAIL ' $� $ 5. Remove existing valve box "♦env,"�� and cover 6 EA $ 6. Cut and cap/seal existing' l9 �� waterline 2 EAR 7. Relocation of sewer lateral 6 EA 'nAI&'UF_ A t F. % $ S. Flushing, Pressure Testing, ENS4 Disinfection, Dechlorination 1 LS j=N '�� � � �.�� $ °' o` 9. Traffic control 1 LSNINE k.P-VrXJ0 10. Sheeting, shoring, and/or bracing 1 LS Six 4 lei ,, s $3.i_0?t $ S.w•l 11. Additional potholing P g 20 EA N ( Av e-sts►� tt ,C� aeW i 1G.5 $ w" $ ' _ PCOA ' 12. Demobilization and FNE- M Cleanup 1 LS $titXa $ 13. Install new 1-inch CWE `fii-t?>X>A(-1 J polyethylene water service, connect to existing 3/4-inch "g2„i,AAr. meter 7 EA 14. Install new 1-inch ( KG_ 11_401XANIO polyethylene water service, e(Cakk r WU#J0kk_i*• connect to existing 1-inch meter 1 EA U 1 ' h1 $'�L.,�ii'„u�l 15. Install new 2-inch copper AVIX) water service, connect to"iia}i i-1uRi�( existing 2-inch meter 3 EA L, ,,NLS 16. Install new 2-inch copper iw0Q"'''�"� water service, connect to �_' ;C%WN WV4�'�-0 c existing 1 1/2-inch meter 1 EA " L-4. A z5 $ 4 $ Sub -Total Amount for All Bid Items - SCHEDULE E $ (lam. —1 c C7 ka PROJECT BID SCHEDULE F Watermain Removal Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue BIl? ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS FNrcu� 2. Install 6-inch, 8-inch and 'Two w irf4r''E0 12-inch Class 150 and 200 NC PVC pipeline in Beach Boulevard 1300 LF $d $ 3. Construct 12-inch D.I. a,4,F inverted siphon assembly 31 LF 4. Install 12-inch Class 150 PVC watermain in Beach�''-t",'� Boulevard at Yorktownt�� Avenue 24 LF $ It n x $ 4-7 1 5. Construct 12-inch D.I. siphon assembly 49 LF ' 'l $" , $36260 6. Construct waterline r- connection in Beach Boulevard 1 LS $ OXD, 7. Remove and salvage L- =, existing fire hydrant 2 EA��2,5 8. Construct fire hydrant tom' assembly 2 EA -L:)�� , 9. Remove existing valve box and cover 5 EA $ 10. Cut and cap/seal existing waterline 6 EA''`��� 11. Remove and dispose of existing valve and interfering piping 1 EA 12. Flushing, Pressure Testing, Disinfection, Dechlorination 1 LSOCR 13. Traffic control 1 LS • ��� $ $ �. " 14. Water Pollutant Control rWo�,`�`�� E_iraN"6 Hips Program 1 LS 15. Sheeting, shoring, and/or 1444?- c7s.��`fiG�a a bracing 1 LS $ i7� $ °'�1 16. Additional potholing 30 EA`�' 17. Demobilization and=C CleanupS ram® AA C-8 0 ZZ PROJECT BID SCHEDULE F Watermain Removal Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 18. Install 8-inch cut in valve assembly 2 EA 19. Install 4-inch pump -out CiCatfr 'T1, 0VLA"a'0 assembly 1 EA 'iK i4L.W 9.G_O - 1-_Q L -A(,L S ka $ 20. Install 2-inch air and ��`�'� 1-44D��" o vacuum assembly 2 EA t $� 21. Install new 1-inch polyethylene water service, connect to existing 1-inch��® meter 2 EA _X:; -LA1?-5 $ 5 $ .ew, 22. Install new 2-inch copper water service, connect to six i4o)- o existing 2-inch meter 4 EA "�j�jZ& $ .ids, $W 23. Replace Existing Traffic t-1-46 vHu>rvs 0 Control Loop 8 EA $ f` $ Sub -Total Amount for All Bid Items — SCHEDULE F $ to CIS . I!?A'�..-�' C-9 PROJECT BID SCHEDULE G Watermain Replacement Project, Beach Boulevard, from Clay Avenue to Garfield Avenue BU) ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS 'A_ - -1 EBra $` r $ -7 4. 2. Cut and cap/seal existing 4 -Tr-�c»'�CC waterline 4 EA Cori $fs"Ico, $�2_ "' a 3. Remove existing valve box caves 3t-�J,1rJ� � � S� `y and cover 4 EA ��F�� '�la..r�i:`� $' :� �� $ a 4. Construct fire hydrant pwe �'`'�`� _� ��. assembly 1 EA '�` $ " `671 $ 5. Remove and salvage ' , existing fire hydrant 1 EA �� �: � $ (T p 6. Traffic control 1 LS 7. Water Pollutant Control Program 1 LS ;a�'af..L�,E $, $�Q► 8. Sheeting, shoring, and/or_ "� t +-b bracing 1 LS $ $` i 9. Additional potholing 10 EA 10. Demobilization and Cleanup 1 LSi - $': $ 11. Install new 1-inch iWJ'F. polyethylene water service,iu�s��Ct:� connect to existing 1-inch meter 2 EA 12. Install new 1-inch polyethylene water service, connect to existing 3/4-inch' meter 1 EA 13. Install new 2-inch copper water service, connect to 4'.Jr1IV60 219. existing 2-inch meter 6 EA 14. Install new 2-inch copper water service, connect to Q=6 ;4v�-low-0 existing 1 1 /2-inch meter 3 EA $ Sub -Total Amount for All Bid Items — SCHEDULE G $ M9 f6 C-10 r PROJECT BID SCHEDULE H Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS tv4r *iv e$� $` 2. Install 8-inch Class 150 V4Q taus.a�C � PVC pipeline in Clay' Avenue 565 LF 3. Install 12-inch Class 350 D.I. pipeline in Clay Avenue , N/A dY A at Beach Boulevard 10 V $ $ 4. Install 24-inch steel casing in Clay Avenue across; Pi/A Beach Boulevard, with receiving pit and jacking pit 4W 5. Install 8-inch Class 150 a "I PVC pipeline at the Beach Boulevard and Clay Avenues �f intersection 55 LF'�`� 6. Install 8-inch Class 200 PVC pipeline in Coenson C7Ai� rtl ��VH:�o Circle at Clay Avenue 17 LF`"� 7. Remove and salvage � ' �4OO-� . existing fire hydrant 3 EAt-Z`= 8. Construct fire hydrant SX "T14Co71 — EL-01 assembly 3 EA $ $ L9 9. Cut and cap/seal existing= waterline 4 EA''' $ $ 10. Remove existing valve box and cover 6 EA �tt>t�e.cp r vpp —W ' IZ e $d'� - C-- $ i7�> 11. Remove and dispose of existing valve and interfering EA 6��� ,�+,)ND15b -V'n>LL-PX $ 5 pipeline 1 5 $l 12. Relocation of sewer laterals 10 EA �' >�;� $�" 13. Flushing, Pressure Testing, Disinfection, Dechlorination 1 LSr 14. Traffic control 1 LS 15. Sheeting, shoring, and/ors $s.ccn bracing 1 LS 16. Additional potholing 20 EA wf i $9m, $� 1� 17. Demobilization and fi 1p'�t lgrf' ' Cleanup 1 LS C-11 PROJECT BID SCHEDULE H Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard BYD ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 18. Install 8-inch cut in valve RA, 0 assembly 2 EA �%i -i4f 19. Install 12-inch cut in valve' ��'1 assembly 1 EAdv�c,fl 20. Install new 1-inch Or4c_ "i+ AND polyethylene water service, s1c;'AA� �rtuk4mn connect to existing 1-inch meter It, 8 EA sip-1 $, 21. Install new 1-inch polyethylene water service, End., connect to existing 3/4-inch meter 1 EA $ 22. Water Pollutant Control Program 1 EA Sub-Total Amount for All Bid Items — SCHEDULE H C-12 i PROJECT BID SCHEDULE I Watermain Replacement Project, Main Street, from Florida Street to Beach Boulevard BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS •zt�� aia�a� rive- *i0�nr�trafL $ $ 2. Install 8-inch Class 150 ° rwo 60 PVC pipeline in Main Street 600 LF T*4Je $ !+ $ 'mod- orb 3. Construct connection in �{n�E-r.l �°"' Ellis Avenue 1 LS FNK—: 4. Remove and dispose of existing valve and interfering pipeline 1 EA 5. Cut and cap/seal existing waterline 2 EA 6. Flushing, Pressure Testing, ;>t Disinfection, Dechlorination 1 LS 7. Traffic control 1 LS 8. Water Pollutant Control -Two " ZAs-4_0 Program 1 LS � Oeoo $ s� a 9. Sheeting, shoring, and/or bracing 1 LS t, $S' , $t 10. Additional potholing 18 EA rain ra»0 wr )�4 11. Replace Existing Traffic 3S14eK1 Control Loop 4 EA R OMA $` 12. Demobilization and�'�'� iv►` - ` Cleanup 1 LS $ $ v Sub -Total Amount for All Bid Items - SCHEDULE I C-13 M PROJECT BID SCHEDULE J Watermain Replacement Project Alley Rehabilitation for All Sites BID ITEMS Bid Schedule J — NOT USED. C-14 PROJECT BID SCHEDULE BID ITEMS PROJECT BID SCHEDULE TOTALS CC-1331 WATERMAIN REPLACEMENT PROJECT Sub -Total Bid Schedule A - Not Used 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 Sub -Total Bid Schedule H Sub -Total Bid Schedule I Sub -Total Bid Schedule J - Not Used TOTAL BID AMOUNT (Schedules B-1) TOTAL BID AMOUNT IN WORDS: 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-is PROJECT BID SCHEDULE BID ITEMS 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 dame and Address o.Subcflrilrrccfor"te �feense .. Mass o Work.. . ' Nurtt�er QXZ6 i•4 A I CA , C"ta 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-16 PROJECT 1310 SCHEDULE RED ITEMS NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of Califotxtis ss. County of Orange D. Scott Walker , being first duly sworn, deposes and says that he or she is Vice President ofJ. DeSigio Construction, I%e party rnaking 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 ltis or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will trot 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. J. Des,00 onstru tion, Inc. N e Bid By: Signature of Bidd •Scott Wa er— ce President 935 S. Mayflower Ave. Arcadia, CA 91006 Address of Bidder Subscribed and sworn to before me this 6th day of June NOTARY C. v , 20US. MARY MARTIGNON- PNOTARYCOMM.> PUBLIC - CA! FORNIA X, 22 ORANGE COUNTY gf ftA\/ (nmm Cvn . C E. 9, 2011 PROJECT BID SCHEDULE BID ITEMS 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 Construction of Watermain Replacement Project, Indianapolis Avenue and Beach Boulevard Intersection; Watermain Replacement Project, Beach Boulevard, from Indianapolis Avenue to 170 feet North of Joliet Avenue; Watermain Replacement Project, Joliet Avenue, from Georgia Street to Beach Boulevard; Watermain Replacement Project, Utica Avenue, from Florida Street to Beach Boulevard; Watermain Replacement Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue; Watermain Removal Project, Beach Boulevard, from Clay Avenue to Garfield Avenue; Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard; Watermain Replacement Project, Main Street, from Florida Street to Beach Boulevard (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: C-18 Coit6act r _ By "Jr_A;, *0 Title PROJECT BID SCHEDULE BID ITEMS 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-19 PROJECT BID SCHEDULE BID ITEMS 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. Contractor By °\(pC , Title C-20 PROJECT BID SCHEDULE BID ITEMS 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-21 PROJECT BID SCHEDULE BID ITEMS BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder Name Business Address AZCA-p-, CA 9I'm>� City, State Zip sue) 35g-jq��S(D Telephone Number State Contractor's License No. and Class -(6� zcA � Original Date Issued 212, k�zCX>q5 Expiration Date The work site was inspected by SC&-)u as \NAU4G6L of our office on 2008. The following are persons, firms, and corporations having a principal interest in this proposal: a 9 C-22 PROJECT BID SCHEDULE BID ITEMS 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. Printed or Typed Signature Subscribed and sworn to before me this ZMday of `fit woe , 2008. ; MARY MARTIGNGNI COMM. # 1761251 Q m NOTARY PUBLIC -- CALIEORNIA;0 ORANGE COUNTY My Comm. Expires Sept. 9, 2011 NOTARY PUBLIC NOTARYSEAL 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. CA Name and Address of Public Agency Name and Telephone No. of Project Manager: .3fAa..�►C+�r+► ��"t; ��� 0 9 6r �� w� a0 m %.f' ! 6 7.+ T {v S \ �►6 �iR"e 1 eit� ��G-e-�c 0 Contract Amount Type of Work Date Completed C-VTJ O V APJ A44C,%" 2. -Zo lj S C� � A a ►� .. A r.t fO a ��� � : C� % 2 3c� . Name and Address of Public Agency Name and Telephone No. of Project Manager: '-s'o A rJ L—A m PeF- ("- 4� ...-U.S a9 1 PA A i #-4 = dJ-t; ALLA-na-4 " tom Contract Amount Type of Work Date Completed Name and Address of Public Agency Name and Telephone No. of Project Manager: -J(— (L-Z4) C1 lLil—S-as`7 Contract Amount Type of Work Date Completed C-23 FIRST NATIONAL INSURANCE COMPANY OF AMERICA KNOW ALL MEN BY THESE PRESENTS, That we, J. DeSigio Construction, Inc. BOND NO. 090 as Principal, and First National Insurance Company of America a corporation authorized to transact a general surety business in the State of California as Surety, are held and firmly bound unto City of Huntington Beach (hereinafter called the Obligee) in the full and just sum of TEN PERCENT OF THE AMOUNT OF THE BID ************* Dollars, ($ 101********* ) for the payment whereof in lawful money of the United States, we bind ourselves, our heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the said PRINCIPAL has submitted the accompanying bid for Watermain Replacement Project — Various Street Locations Cash Contract no. 1331 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, or in the event of the failure of the Principal to enter such Contract, 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 f Al force and effect. Signed and Seated this 6th J. DeSigio Construction, Inc. By: D. Scott Walker Principal Vice President day of June 2008 rfnr First National Insurance Company of America Surety By: _ Les M. Mantle yln-Face CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT . ............. �,5��..n '��,. _ _ �a,.s��.'/'�.�.a�. 1v�tG'� cam.,'✓-sa c�vs�. ca c�� _ _ s� State of California County of Orange On �" :Q OW5—before me, Mary Martignoni — Notary Public Date Here Insert Name and Title of the Officer personally appeared Les M. Mantle Name(s) of Signer(s) MARY MARTICal ONI COMM, 9 1761251 NOTARY PUBLIC - CALIFORNIA � ORANGE COUNTY My Comm, Expires Sept. 9, 2011 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. Signa re Place Notary Seal Above Sig ture otary 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: Les ❑ Individual ❑ Corporate Officer — El Partner — ❑ Limitec * Attorney in Fact ❑ Trustee M. Mantle Title(s): __ ❑ General ❑ Guardian or Conservator ❑ Other: Signer Is Representing: _ First National Insurance Company of America RIGHTTHUMBPRINT i-OFSIGNER„_ of thumb here i i 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. RIGHTTHUMBPRINT <OF SIGNER, h .. of thumb here ©2007 National Notary Association • 9350 De Soto Ave., PO. Box 2402 -Chatsworth, CA 91313-2402' www.NationalNotaryorg Item #5907 Reorder: Call Toll -Free 1-800-876-6827 POWER First National Insurance Company of America Safeco Plaza ! OF ATTORNEY Seattle, WA 98185 No. 9018 KNOW ALL BY THESE PRESENTS: That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint ******************»**********************LES M. MANTLE; Fullerton, California*** ***************************************** its true and lawful attorney(s)-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 15th day of May 2007 /iU G i 0 i �• v STEPHANIE DALEY-WATSON, SECRETARY TIM MIKOLAJEWSKI, SENIOR VICE-PRESIDENT, SURETY 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 attorneys4n-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-attomey 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, Stephanie Daley -Watson , 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 6 S�%R11Cf �p a SEA.I. yo :92ag �.0 3 S-10491DF 4105 } day of May , _2008 . STEPHANIE DALEY-WATSON, SECRETARY Safeco0 and the Safeco logo are registered trademarks of Safeco Corporation. WEB PDF 2000 MAIN STREET OFFICE OF THE CITY CLERK JOAN L. FLYNN CITY CLERK September 10, 2008 Cedro Construction, Inc. 120 E. Santa Maria St. Santa Paula, CA 93060 RE: CC-1331 —Construction of Watermain Replacement Project Enclosed please find your original bid bond for CC-1331. Sincerely, Joan L. Flynn, CIVIC City Clerk JF:pe Enclosure CALIFOR N[A 92648 g:/followup/cashcont/returnbidbond.doc ( Telephone: 714-536-5227 ) DRO CONSTRUCTION INC. 120 E. Santa Maria St. : Santa Paula, CA. 93060 17 Ppj Y. >t ar Gle,- /e- 4 � � ,c�c•�Gii y �"'/Of/'J lit'R�Lo+ ///lC �/19�' ►/y'e'��y/6a! 7� SECTION C for the CONSTRUCTION OF Watermain Replacement Project, Indianapolis Avenue and Beach Boulevard Intersection Watermain Replacement Project, Beach Boulevard, from Indianapolis Avenue to 170 feet North of Joliet Avenue Watermain Replacement Project, Joliet Avenue, from Georgia Street to Beach Boulevard Watermain Replacement Project, Utica Avenue, from Florida Street to Beach Boulevard Watermain Replacement Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue Watermain Removal Project, Beach Boulevard, from Clay Avenue to Garfield Avenue Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard Watermain Replacement Project, Main Street, from Florida Street to Beach Boulevard CASH CONTRACT No. 1331 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 V 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 C-1 then issue a 2nd Notice to Proceed to the undersigned to commence immediately with the physical site work thereafter to be completed within a Two Hundred (200) 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 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 /.�1411,,-/PY�in the amount of $ /v fv 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, Indianapolis Avenue and Beach Boulevard Intersection BID ITEMS Bid Schedule A — NOT USED. C-3 PROJECT BID SCHEDULE B Watermain Replacement Project, Indianapolis Avenue and Beach. Boulevard Intersection BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS f�Jo y��'"•� $ Z o� $ 22, o�v 2. Install 8-inch Class 150 PVC pipeline in ciSh s7 /sv v Indianapolis Avenue at Beach Boulevard '!j $2, 110 LF $ 3. Install 12-inch Class 350 DI 4oe %.ti a► -` pipeline in Indianapolis sl e17, 'e�5lff Avenue at Beach Boulevard. 172 LF $ $ 4. Install 12-inch Class 200 PVC pipeline in Indianapolis Avenue at 3B� �35 Beach Boulevard 45 LF 5. Install 24-inch steel casing SCv�., /yam• d-�� in Indianapolis Avenue at s-'X Beach Boulevard, with 7$l� /Z0, '7o¢ receiving pit, and jacking pit 164 LF $ $ 6. Install 12-inch cut in valve�f'�'' assembly 1 EA 7. Flushing, Pressure Testing, Disinfection, Dechlorination f``i°''�1 woe ,o •d 2/ Z6? 'V ZSi 1 LS C, y n $ i $ / 8. Traffic control 1 LS 9. Water Pollutant Control��' `"rx di��r.J»id-n.-s�s � (v11G 5 b94 Program 1 LS Six $ $ 10. Sheeting, shoring, and/or bracing 200-.4r Sex /lu..d+d 1 LS c h'e' $ i $ i 11. Additional potholing 15 EA y�� $ ik $ /dt 5519 12. Demobilization and es,6t ,A�Am&otP.7 Cleanup 1 LS �y�,y o $ $ 3 2 $ $/ 4�5 Z 13. Replace Existing Traffic Control P�Shf b t� �.r,e� �23 (o/5 Loop 8 EA $ $ Sub -Total Amount for All Bid Items - SCHEDULE B $ 3!®31 ¢-5'2 C-4 PROJECT BID SCHEDULE C Watermain Replacement Project, Beach Boulevard, from Indianapolis Avenue to 170 feet North of Joliet Avenue BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LSr�y.�e�+,.,.�! 2. Install 12-inch Class 150 AA'"K /70-J `d PVC pipeline in Beach ''y °"nc Boulevard 500 LF $ 3. Install 8-inch Class 150 PVC pipeline in Beach Boulevard 25 LF $ $ 91 550 4. Flushing, Pressure Testing, Disinfection, Dechlorination 1 LS f�'"�/y�"�"�`'°'� $ ��"`� 5. Traffic control 1 LS g''y ve $ G� 5"V 6. Water Pollutant Control 'j"vr Program 1 LS hWd�r�% $ 2i 6mB $ 2, 600 7. Sheeting, shoring, and/or bracing 1 LS 8. Additional potholing 20 EA 9r<vr� $ rv7d $ /9�,o 9. Demobilization and sex Cleanup 1 LS 10. Replace Existing Traffic eSy'` �sv+rc1-rd,'�'��J Control Loop 4 EA fwo $ $G 2 Sub -Total Amount for All Bid Items — SCHEDULE C $ '7' 39 0 C-s PROJECT BID SCHEDULE D Watermain Replacement Project, Joliet Avenue, from Georgia Street to Beach Boulevard BID ITF,MS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LSr�y 2. Install 8-inch Class 150 !3r►c �rrrscl-« PVC pipeline in Joliet 14"A7 f-- ,o �32 4Z� 9401'6 Avenue 325 LF $ $ 3. Install 8-inch Class 150 and 200 PVC pipeline in Georgia Street at Joliet l G,�/ Avenue 115 LF $ $ 4. Install 4-inch cut in valve � -7 assembly 2 EA ,r�/r„✓ $ $ 5. Construct fire hydrant h dw•1 G 3ti 2 ivj 35 2 assembly 1 EA $ $ 6. Remove and salvage existing fire hydrant 1 EA Ve lj"Ic�-rd 7. Remove existing valve box Sixes^` and cover 3 EA 5<n fy $ (G�iO $ 8. Cut and cap/seal existing ;oLwo, A-td� t%ri� «� 2#5/ 3 SoX waterline 2 EA $ $ 9. Install 2-inch air and -boo 'Ow'°'°`—'J 7 r-e. vacuum assembly 1 EA Ad'?'l`d 10. Relocation of sewer laterals 6 EA 7. c ti���J em ewe 11. Flushing, Pressure Testing, 0/o00 si 000 Disinfection, Dechlorination 1 LS $ $ 12. Traffic control 1 LS y41<,�n,uj" 13. Sheeting, shoring, and/or �H-r< f-ho•-s+..d bracing 1 LS fig<l7��d-rc1. 14. Additional potholing 20 EA 15. Demobilization and Cleanup 1 LS �e y°.�.61 $ �,5°D $ 16. Install new 1-inch L9gt fhoviow owe polyethylene water service, dl�rdf'r�'1 connect to existing 3/4-inch EA /ZO meter 5 17. Install new 2-inch copper+ water service, connect to �!150 �/Igo existing 1 1/2-inch meter 1 EA $ $ Sub -Total Amount for All Bid Items - SCHEDULE D C-6 PROJECT BID SCHEDULE E Watermain Replacement Project, Utica Avenue, from Florida Street to Beach Boulevard BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS $22�ocO 2. Install 8-inch Class 150 and PAM 200 PVC pipeline in Utica"'f•7 Avenue 590 LF 3. Construct fire hydrant he rd-,.�✓ �i o910 assembly 2 EA $ $ Z 4. Remove and salvage fire hydrant EA fro thar3+�.d fivC hv�d-mod t,1oeo $� existing 2 $ 5. Remove existing valve box and cover 6 EA 6. Cut and cap/seal existing y-iyv�e»rd art l9v«%Ys1 7l 2 ?. waterline 2 EA $ $ 7. Relocation of sewer lateral 6 EA ��f vr�sv+��/ f�•+o yr <l�t $ /i ZAP $-%/Zoi° 8. Flushing, Pressure Testing, Disinfection, I've fho"S" yid •�<d� Dechlorination 1 LS $ $ 9. Traffic control 1 LS v�s�►a ve `lull d�rd $ $®v jq 10. Sheeting, shoring, and/or 70414e bracing 1 LS 11. Additional potholing 20 EA 12. Demobilization and %✓x �ha�►�fisa� Cleanup 1 LSd'Ysl $A- $ �k, S°o 13. Install new 1-inch laic polyethylene water service, /—« A7 connect to existing 3/4-inch meter 7 EA 14. Install new 1-inch art Y11%ve-o-d °"e polyethylene water service, connect to existing 1-inch meter 1 EA 15. Install new 2-inch copper water service, connect to existing 2-inch meter 3 EA $ ?'! $ -7l 5pe 16. Install new 2-inch copper'-ifa„..d �* ve water service, connect to existing 1 1/2-inch meter 1 EA $ -Z/3Op $ 2/ 3y0 Sub -Total Amount for All Bid Items — SCHEDULE E $ /'sB, 3 rod C-7 PROJECT BID SCHEDULE F Watermain Removal Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS Z ooP $ ZZ�coo 2. Install 6-inch, 8-inch and f.vo 12-inch Class 150 and 200 PVC pipeline in Beach Boulevard eo 1300 LF 3. Construct 12-inch D.I. Soy<-1 inverted siphon assembly 31 LF 4'{'7 4. Install 12-inch Class 150 PVC watermain in Beach Boulevard at Yorktown 4-1 � o Avenue 24 LF 5. Construct 12-inch D.I. 7 yO 3�j75o siphon assembly 49 LF{J $ $ 6. Construct waterline connection in Beach Boulevard AnAy 10111-b 1 LS Jli'/C $25��25 $ 7. Remove and salvage 7490Yeh""" I ve existing fire hydrant 2 EA 'eJ 8. Construct fire hydrant J !'X t"" /i yW0vt assembly 2 EA $G, 5� $ /3/moy 9. Remove existing valve box Al and cover 5 EA 10. Cut and cap/seal existing waterline 6 EA Is ZI/ ovo 11. Remove and dispose of existing valve and interfering piping 1 EA 12. Flushing, Pressure Testing, Disinfection, Dechlorination 1 LS 13. Traffic control 1 LS /'"e" � "��"'~ $ /yi000 $ /Si o0O 14. Water Pollutant Control 7`hee c 'K Program 1 LS h""d-od $ 31500 $ 3/ Soo 15. Sheeting, shoring, and/or'r bracing 1 LS 16. Additional potholing 30 EA $ q& Aw 17. Demobilization and Cleanup 1 LS C-S PROJECT BID SCHEDULE F Watermain Removal Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 18. Install 8-inch cut in valve e.1tio'Pg'"4f -/i GiSeo assembly 2 EA hv��id $ /3� eoo 19. Install 4-inch pump -out 'e/tv`7 �"ilov�ra s e- '`h'�' �AY $ assembly 1 EA 20. Install 2-inch air and Slur f.G�x.1Wi vG � vacuum assembly 2 EA ht'-4 r4? $ / 3� s�o 21. Install new 1-inch polyethylene water service, connect to existing 1-inch meter 2 EA 22. Install new 2-inch copper to d water service, connect existing 2-inch meter 4 EA R^ 7A�vG $ Z,535 $ �v, /� 23. Replace Existing Traffic � �� �iVe (oG ov Control Loop 8 EA Sub -Total Amount for All Bid Items — SCHEDULE F $ l056, f3s Z C-9 PROJECT BID SCHEDULE G Watermain Replacement Project, Beach Boulevard, from Clay Avenue to Garfield Avenue BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS 2. Cut and cap/seal existing fjv isl�,r.� Q.�vo $ As' rmv waterline 4 EA $ 3. Remove existing valve box S'X�1""�"''O� SAY,*/f and cover 4 EA $ to%D $ 2loP.o 4. Construct fire hydrant !yxJ4VC v G 660 �' assembly 1 EA 13v $ $ � 5. Remove and salvage existing fire hydrant 1 EA 6. Traffic control 1 LS i�i�� hw,arf1~t $ $ 7. Water Pollutant Control tyw9w�od, i tAC Dwe,� Program 1 LS $_ S. Sheeting, shoring, and/or h"'"�'"'`°� 4�® 411& bracing 1 LS $ $ 9. Additional potholing 10 EA 5�x 10. Demobilization and Cleanup 1 LS 7r"�� �9uv« $ 11. Install new 1-inch polyethylene water service, connect to existing 1-inch meter 2 EA 12. Install new 1-inch polyethylene water service, connect to existing 3/4-inch 3l5°� $ 3/spa meter 1 EA $ 13. Install new 2-inch copper�"`''A"' JJ water service, connect to,�d-yam existing 2-inch meter 6 EA 14. Install new 2-inch copper 7'V" water service, connect to G existing 1 1/2-inch meter 3 EA $ $ Sub -Total Amount for All Bid Items — SCHEDULE G Y C-10 PROJECT BID SCHEDULE H Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard B11) ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS V*&"'V'V $ $ 22/ orP 2. Install 8-inch Class 150 Der `rowW-, ( PVC pipeline in Clay Avenue -/,4/-,47 g/Jc ?J�o 7G/ �D 565 LF $ $ -inc ass 350-CT ay venue �� at $ $ - s ee casing in Cl 4 Auaa a across B with receivin it $ $ 5. Install 8-inch Class 150 �iv� %J�di1•� PVC pipeline at the Beach Boulevard and Clay Avenue intersection 55 LF 6. Install 8-inch Class 200 PVC pipeline in Coenson Circle at Clay Avenue 17 LF $ $ / 7. Remove and salvage h�""�`'/{'�'� JO/ZSo existing fire hydrant 3 EA $'L%50 $ 8. Construct fire hydrant eve assembly 3 EA 9. Cut and cap/seal existing"o waterline 4 EA "`���� "'� $ Z ram/ $ A/ o e- 10. Remove existing valve box EA S/X* snrr.. +'� r!o70 A� $ 47 DZo and cover 6 $ 11. Remove and dispose of existing valve and interfering pipeline 1 EA 12. Relocation of sewer laterals 10 EA Y O� Ore -`jam,,, a'+G $ /G/ $ // 40/0 13. Flushing, Pressure Testing, 74-7-4 a•►•d, %r"'� *eel Disinfection, Dechlorination 1 LS 1-7 ,,,W-eot $ $ 14. Traffic control 1 LS'�'` ' �! $ / $ 15. Sheeting, shoring, and/or Y,-re bracing 1 LS $ 16. Additional potholing 20 EA �'X h`''"°'° $- 1'evo $ /3�'0(� 17. Demobilization and Cleanup LS 1 C-11 PROJECT BID SCHEDULE H Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 18. Install 8-inch cut in valve 1*x Aew'l /'w- %" I/ /31oe assembly 2 EA $ $ 19. Install 12-inch cut in , valve d�5 t t rates* A 'e 1A'**1dy'1 assembly 1 EA 20. Install new 1-inch Aeioa�.em��.�,G polyethylene water service, lj�..d�sd�vi�fq connect to existing 1-inch EA 12-4 meter 8 $ 21. Install new 1-inch 0*4 polyethylene water service, 74 ►e /7 connect to existing 3/4-inch - o meter 1 EA $", 22. Water Pollutant Control Program `°"r 17p" Ave 355p0 1 EA $ Sub -Total Amount for All Bid Items — SCHEDULE H $ S-74t 3-73 C-12 PROJECT BID SCHEDULE I Watermain Replacement Project, Main Street, from Florida Street to Beach Boulevard BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS 74v" "/74 „,yj $ $ 2. Install 8-inch Class 150 PVC pipeline in Main Street 600 LF "7 • $ /AO 3. Construct connection in Ellis Avenue 1 LS 4. Remove and dispose of 4^� �h°1'`•""" /""' existing valve and /J�►•d-sd yL►y�tij interfering pipeline 1 EA $ 5. Cut and cap/seal existing ��fr�l��ior► �� waterline 2 EA -71 6. Flushing, Pressure Testing, ,i�� ' 4-6 ew Disinfection, Dechlorination 1 LS $ 7. Traffic control 1 LS dis t w< $ do s 8. Water Pollutant Control Program 1 LS -C Ye 9. Sheeting, shoring, and/or bracing 1 LS 10. Additional potholing 18 EA �'iX �`'"d� `"s'�°�J' $ �v7o $ /Z1 dG� 11. Replace Existing Traffic '<'* /7 Control Loop 4 EA 14ye- 12. Demobilization and ;r"e Cleanup 1 LS h�►d ��7. $ /o Z $ /O L5 0 Sub -Total Amount for All Bid Items — SCHEDULE 1 C-13 PROJECT BID SCHEDULE J Watermain Replacement Project Alley Rehabilitation for All Sites BID ITEMS Bid Schedule J — NOT USED. C-14 PROJECT BID SCHEDULE BID ITEMS PROJECT BID SCHEDULE TOTALS CC-1331 WATERMAIN REPLACEMENT PROJECT Sub -Total Bid Schedule A - Not Used 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 Sub -Total Bid Schedule H Sub -Total Bid Schedule I Sub -Total Bid Schedule J - Not Used TOTAL BID AMOUNT (Schedules B-1) 5 lo'S ., ¢S / A9, 5 SSG, 05 Z /Z 8, Dos 2--7 47 3R 3 /-75',3$5 24/9Z/3$-? TOTAL BID AMOUNT IN WORDS: �zvo A9%/1!o' , Ow I+vw6-tsl � s�� S. � .r hvss e/ -rW -e-/ S%1 A-i 07ih l dv//ors _ 4h .J 2v Con-P A:T. 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-15 PROJECT BID SCHEDULE BID ITEMS 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. Per©n dame caid �ildressf:Subctitztrzc#.or :trite License.Mass :- .. , .. G.4e/ G/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-16 PROJECT BID SCHEDULE BID ITEMS NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of Orange being first duly sworn, deposes and says that he or she is Pr<Sttl,e, of C e rz ' C t',a7` . .Zi9G. 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. r Name of Bidder Signature of Bidder Address of Bidder Subscribed and sworn to before me this \Z� day of �.� ..� , 2008. NOTARY PUBLIC C-17 t3A L DHANOA Commin R 1757413 Notary publtc — California iiVMItYfa County 74rWWWV." �mm� t4.�It PROJECT BID SCHEDULE BID ITEMS 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 Construction of Watermain Replacement Project, Indianapolis Avenue and Beach Boulevard Intersection; Watermain Replacement Project, Beach Boulevard, from Indianapolis- Avenue to 170 feet North of Joliet Avenue; Watermain Replacement Project, Joliet Avenue, from Georgia Street to Beach Boulevard; Watermain Replacement Project, Utica Avenue, from Florida Street to Beach Boulevard; Watermain Replacement Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue; Watermain Removal Project, Beach Boulevard, from Clay Avenue to Garfield Avenue; Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard; Watermain Replacement Project, Main Street, from Florida Street to Beach Boulevard (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: e0,/1 / w0A C-18 Contractor B 74 Title PROJECT BID SCHEDULE BID ITEMS 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 U /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-19 PROJECT BID SCHEDULE BID ITEMS 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: 4�Alz aDb C-20 C�C�ro C�i7s�''voy`7�-TAG Contractor By r Title PROJECT BID SCHEDULE BID ITEMS 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 car-------""�-- By Title Date: & hhev b 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-21 PROJECT BID SCHEDULE BID ITEMS BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: C e� o .Z7G Bidder Name / Za 6' Sam /mil-*-'/ g «f Business Address p 457g," -/-.,y I arm /,* i3olo 0 city, ( *,z o s Telephone Number : 77 `1- 9 State Contractor's License No. and Class Original Date Issued Expiration State Zip The work site was inspected byAll A of our office on l� 5 2008. It The following are persons, firms, and corporations having a principal interest in this proposal: C-22 PROJECT BID SCHEDULE BID ITEMS 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. C��u� gf�y Gr/� ._Z:717 G Company: e Signature of Bidder Printed or Typed Signature Subscribed and sworn to before me this day of 2008...,,�, t a� CoRrnlwon O 1 to/?if 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: Ile�. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed 2. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed 3. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed C-23 Cedro Construction, Incorporated 120 East Santa Maria Street Santa Paula, CA 93060 (805)525-0599 ��-®----!!� (805)525-0509 fax andy@cedroconstruction.com Andrew Cedro (562)889-7774 President / Foreman 30 years experience in underground construction. 15 years experience of company ownership. Randy Almanza (805)708-2263 Operations Manager / Estimator 25 years of estimating experience. 15 years construction management experience. Chris Januszewski (805)672-1073 Project Engineer / Manager 10 years manufacturing management experience. 8 years underground utility sales experience. Recent Job Experience 2007 - 2008 — City of Hawaiian Gardens — Bloomfield Avenue Storm Drain - $1,300,125.00 R. J. Wilson — 21815 Pioneer Blvd. — Hawaiian Gardens, CA 90716 — (562)420-2641 2007 — Channel Islands Beach Community Service District — Ocean Drive Water Distribution Pipeline Relocation - $150,000.00 Jared Bouchard — 353 Santa Monica Drive — Channel Islands Beach, CA 93035 — (805)985-6021 2007 — City of Simi Valley — Royal Avenue Waterline - $130,000.00 Ventura County Water Works District No. 8 — 500 W Los Angeles Ave. — Simi Valley, CA 93065 — (805)583-6400 2006 — City of Lynnwood — Long Beach Water Line - $985,000.00 Elias Saikaly —11330 Bullis Rd. — Lynwood, CA 90262 — (310)603-0220 2005 — 2006 — Ventura County Water — Skyline Reservoir Pipeline — $1,150,000.00 Ventura County Water & Sanitation Department — 7150 Walnut Canyon Road — P. O. Box 250 — Moorpark, CA 93020 — (805)584-4829 2004 — City of Huntington Beach — OC-9 Transmission Main - $3,000,000.00 City of Huntington Beach Public Works Department — 2000 Main Street — Huntington Beach, CA 92648 — (714)536-5431 2003 — City of La Habra — Park La Habra Rehabilitation Project - $1,300,000.00 City of La Habra Public Works — 201 East La Habra Blvd. — P. O. Box 337 — La Habra, CA 90633 — (562)905-9792 2003 — City of Whittier — Dorland & Milton Water Improvements — $556,123.00 David Collosi —13230 Penn Street — Whittier, CA 90602 — (562)464-3520 2003 — City of Oxnard — Sanford Storm Drain Improvements - $1,300,125.00 Doc Delfin — 305 West Third St — Oxnard, CA 93030 — (805)385-7832 2002 — City of Camarillo — Lewis Road & Daily Drive Water Line Relocation — $365,000.00 David Klotzle — 601 Carmen Drive — Camarillo, CA 93010 — (805)444-6383 2002 — Ventura County Department of Airports — Oxnard Airport Storm Drain Improvements - $825,000.00 Ventura County Department of Airports — 555 Airport Way Suite B — Camarillo, CA 93010 — (805)388-4205 2002 — Las Virgenes Municipal Water District — Calabasas Recycled Water Line - $531,645.00 Lindsay Cao — 4232 Las Virgenes Rd — Calabasas, CA 91302 — (818)251-5100 2001— City of Port Hueneme — Pleasant Valley Road Improvements - $600,125.00 Luis Luna — 250 N Ventura Road — Port Hueneme, CA 93041— (805)986-6563 M City of Huntington Beach Public Works Department 2000 Main Street Tel, (714) 536-5431, Fax (714) 374-1573 AnnualFor Replacement •Various Locations i ♦.. ♦ Bea Boulevard June 8. 2 08 Notice to All Bidderrs. Please note the following revision to the project, Specifications, and "Technic;�l Prolusions: The following shall be deleted from the Specifications, Section C, page D-11: Project Bid Schedule H, Item No. 4., shali be deleted. 4. Install 24-inch steel casing ! {I it Clay Avenue across Beach Boulevard, with , 4 � receiving pit and jacking pit ! 95 LF $ $ The following shall be added to Specifications, Section C, page C-11: Projiect Bid Schedule K Item No. 4., shall be added as follows, Not Used --- _ -N NA ®^ N,4 —`�' Bid Proposals hand marked as shown herein will be accepted by the City, The following shall be amended from the Specifications, page 1 Shall be changed to, BIDS DUE: Jayne 10, 2008, 2;00 PM, 2ND FLOOR BIDS DUE; Jame 12, 2008, 2,00 F+M, 2ND FLOOR -1 The following shall be amended from the Specifications, page A-1, paragraph 1: 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:OOPM, on June 10, 2008. Bids, will be publicly open in the Council Chambers unless otherwise posted. Shall be changed to: PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH, as AGENCY, invites sealed bids for the above stated projects and will receive suclrl bids in the office of the City Clerk, Second Floor, 2000 Main Street, Huntington Beach, California 92648, up to the hour of 2:00PN!, on June 12,2008, Bids will be publicly open in the Council Chambers unless otherwise posted. This modification does not change the Engineer's Estimate for This project. This is to aci,,nowledge receipt and review of Addendurn Nurner one, dated June 6, 2008- CL��� (�tv7�`'lJG7�°�-mac _._.,��..�.1..__�. Company Name By Z D ate All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any (ILIestions regarding this Adoendum, Please call Andrew Ferrigno at (714)53e-5291 -2 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 wil For Annual Water Main Replacement Various Locations and Along Beach Boulevard, CC 1331 June IL 2003 Notice to All Bidders-. Please note the following revision to the project, Specffioatcns; The following shalt be deleted from the Specifications, Section C, page C-11: Project Bid Schedule H, Item No. 3., shall be deleted, r-- Install 12-inch Class 350 D.i. ----� pipeline in Clay Avenue at I Beach Boulevard 120 L LF The following shall be added to Specifications, section C, page C-11: Project Bid Schedule H, Item No. 3., shall be added as follows- 3. Not Used L NA 1 NA l NA i NA Bid Proposals hand marked as shown herein will be accepted by the City. The following shall be amended from the Specifications, page is Shall be changed to: BIDS DUE: .tune 12, 200$, 2:00 PM, 2ND FLOOR BIDS QUE: .tune 17, 2008, 2:OQ PM, 2ND FLOOR .1 The following shall be amended from the Specifications, page A-1, paragraph 1, 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 92W, up to the hour of 2-.00PM, on June 12, 2008, Bids will be publicly open in the Council Chambers unless otherwise posted. Shall be changed to: 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:OOPM, on June 17, 2008. Bids will be publicly open in the Council Chambers unless otherwise posted, This modification does not change the Engineer's Estimate for this project. This is to acknavv edge receipt and review of Addendum Number one, dated June 6, 2008, C��,�"d' Gl.Yj f� e., e— /< Company Name By "Ot All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questons regarding this Addendum, please call Andrew Ferrigno at (714)536-529", E BOND NO: CEDRO-312 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 WATER MAIN REPLACEMENT, JOB/BID NO. 1331, 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 19th day of MAY, 2008. CEDRO CONSTRUCTION, INC. M. INTERNATIONAL FIDELITY INSURANCE COMPANY BY: Tel (973) 624-7200 POWER OF ATTORNEY INTERNATIONAL FIDELITY INSURANCE COMPANY HOME OFFICE: ONE NEWARK CENTER, 20TH FLOOR NEWARK, NEW JERSEY 07102-5207 FOR BID BOND/RIDER/CONSENTS/AFFIDAVFFS ' KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing laws of the State of New Jersey, and having its principal office in the City of Newark, New Jersey, does hereby constitute and appoint ...................................................................................................................................................................................................................................................................................... RANDY SPOHN, MATTHEW R. DOBYNS Santa Ana, CA. ....... I ......................................... .................................................. ...................... .......................... ................... ............ ........................... ............................... ............. : its true and lawful attorne s)-in-fact to execute, seal and deliver for and on its behalf as surety: any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof,• which are or maybe allowed, required or permitted by law, stature, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said INTERNATIONAL FIDELITY INSURANCE COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office. This Power of Attorney is executed, and may be revoked, pursuant to and by authority of Article 3-Section 3, of the By -Laws adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting called and held on the 7th day of February, 1974. The President or any Vice President, Executive Vice President, Secretary or Assistant Secretary, shall have power and authority (1) To appoint Attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and, (2) To remove, at any time, any such attorney -in -fact and revoke the authority given. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting duly called and held on the 29th day of April, 1982 of which the following is a true excerpt: Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of. attorney or certificate hearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. . 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 29th day of August, A.D. 2003. QQ r� INTERNATIONAL FIDELITY INSURANCE CO NY SEAL rr, 1904 e7 STATE OF NEW JERSEY p County of Essex<2 el r_7 Secretar (;' On this 29th day of August 2003, before me came the individual who executed the preceding instrument, to me personally known, and, being by me dul sworn, said the he is the therein described and authorized officer of the INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seal affixed i 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 c said Company. UAR IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark, New Jersey the day and year first above written. A NOTARY PUBLIC OF NEW JERSEY CERTIFICATION My Commission Expires Nov. 21, 2010 1, the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of th( Power of Attorney and affidavit, and the copy of the Section of the By -Laws of said Company as set forth in said Power of Attorney, with the ORIGINALS 0 IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof. and of the whole of the said originals, and that the said Poi of Attorney has not been revoked and is now in full force and effect IN TESTIMONY WHEREOF, I have hereunto set my hand this 19 `h - day of May, 2008 � t Assistant Secretary '1CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of ORANGE On (� before nee, 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 MIKAGUIDO t California that the foregoing paragraph is true and correct. COMM. # 1576135 o f � WITNESS nay hand and official seal. q " ignature 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 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 HUNTINGTON OF BEACH 2000 MAIN STREET OFFICE OF THE CITY CLERK JOAN L. FLYNN CITY CLERK September 10, 2008 Lonerock, Inc. 26 Vista Firenze Laguna Hills, CA 92653 RE: CC-1331 — Construction of Watermain Replacement Project Enclosed please find your original bid bond for CC-1331. Sincerely, Joan L. Flynn, CMC City Clerk J F: pe Enclosure CALIFORNIA 92648 g:/followup/cashconf/returnbidbond.doc ( Telephone: 714-536-5227 ) P11 1: 3L,' k, SECTION C PROPOSAL for the Watermain Replacement Project, Indianapolis Avenue and Beach Boulevard Intersection Watermain Replacement Project, Beach Boulevard, from Indianapolis Avenue to 170 feet North of Joliet Avenue Watermain Replacement Project, Joliet Avenue, from Georgia Street to Beach Boulevard Watermain Replacement Project, Utica Avenue, from Florida Street to Beach Boulevard Watermain Replacement Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue Watermain Removal Project, Beach Boulevard, from Clay Avenue to Garfield Avenue Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard Watermain Replacement Project, Main Street, from Florida Street to Beach Boulevard CASH CONTRACT No.1331 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 C-1 then issue a 2nd Notice to Proceed to the undersigned to commence immediately with the physical site work thereafter to be completed within a Two Hundred (200) 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 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 $ 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 Receiv_ ed ' Bidder's Signature,,", 0(0 0(0OS 09 �i 1 C-2 PROJECT BID SCHEDULE A Watermain Replacement Project, Indianapolis Avenue and Beach Boulevard Intersection BID ITEMS Bid Schedule A — NOT USED. C-3 PROJECT BID SCHEDULE B Watermain Replacement Project, Indianapolis Avenue and Beach Boulevard Intersection BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS � �� $ 3©��o $ 30, WO 2. Install 8-inch Class 150 PVC in, l pipeline o, Indianapolis Avenue at Beach Boulevard 110 LF d $ 286.co $ 2>���' a, a, /�,�. 3. Install 12-inch Class 350 DI in Indianapolis / - i►ce It, pipeline Avenue at Beach.. 172 LF $ 33d ` ' $ r,6 766� Boulevard. �� 4. Install 12-inch Class 200�,,� PVC pipeline in Indianapolis Avenue at Beach Boulevard 45 LF $ 5. Install 24-inch steel casing ` in Indianapolis Avenue at Beach Boulevard, with J receiving pit, and jacking pit 164 LF $ $ 9.1000, 6. Install 12-inch cut in valve'+ assembly 1 EA��� $ $ `, 7. Flushing, Pressure Testing, $� $i�� Disinfection, Dechlorination 1 LS a/fir✓ 8. Traffic control 1 LS fitea`�,'`'''' $ %� $1� ocaU�•� 9. Water Pollutant Control 1 LS slk -- sA.—Oo-ou Program �s� f �; 10. Sheeting, shoring, and/or �i�' -eevk► -A/0 4 bracing 1 LS 11. Additional potholing 15 EA oa $�? �'' $ 12. Demobilization and��'� Cleanup 1 LS . $�-'� 13. Replace Existing Traffic►"°'��%, 6 z Control Loop 8 EA $ $ Sub -Total Amount for All Bid Items — SCHEDULE B $_ 269, C-4 PROJECT BID SCHEDULE C Watermain Replacement Project, Beach Boulevard, from Indianapolis Avenue to 170 feet North of Joliet Avenue BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 2. Install 12-inch Class 150>�" PVC pipeline in Beach Boulevard 500 LF 40> T 3. Install 8-inch Class 150 -; t92 PVC pipeline in Beach $ 28LI° $ /2 .' Boulevard 25 LF l 4. Flushing, Pressure Testing, joy Disinfection, Dechlorination 1 LS r 5. Traffic control 1 LS $A', G _ 6. Water Pollutant Control Program 1 LS p -IlyoJok�A.-V �, &t/ O 7. Sheeting, shoring, and/or �);�JA-eerM 7YII'14 bracing 1 LS 8. Additional potholing 20 EA 9. Demobilization and`'J�h` Cleanup 1 LS 10. Replace Existing Traffic`X`'' EA Control Loop 4 Sub -Total Amount for All Bid Items — SCHEDULE C $_ Z22 02 5 . C-5 PROJECT BID SCHEDULE D Watermain Replacement Project, Joliet Avenue, from Georgia Street to Beach Boulevard BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS aGux�ea.% uoa � $-94 $ 2. Install 8-inch Class 150�,�� PVC pipeline in Jolieta LF '1 Avenue 325 3. Install 8-inch Class 150 and 200 PVC pipeline in�� Georgia Street at Joliet' Avenue 115 LF 3i 37SMf `f 4. Install 4-inch cut in valve EAoe �" r�f�v✓�.�+i assembly 2 5. Construct fire hydrant�„��v�x assembly 1 EA c,s•f% c $ c7 i> 0L -- $ gV 6. Remove and salvage existing fire hydrant 1 EA jie O'dw/v 7. Remove existing valve box and cover 3 EA 8. Cut and cap/seal existing ry'e t waterline 2 EA 1k4 &c /tom 0 9. Install 2-inch air and vacuum assembly 1 EA'`'�`',� -tome $Z( � $ -S 10. Relocation of sewer laterals 6 EA 11. Flushing, Pressure Testing,,�re -�L�,cvSGe Disinfection, Dechlorination 1 LS o©ltoc� $_�� _ $ wo, 12. Traffic control 1 LS'�'`�` 13. Sheeting, shoring, and/or e-Y"Ou"'d _ bracing 1 LS 4-4 oo/tu t> $ S+c�'•,i $_ � �Cxao_. 14. Additional potholing 20 EA ee( a $_•�� $'^ 15. Demobilization and Cleanup 1 LS O�� 00/" $_�t�s $_5 �! 16. Install new 1-inch polyethylene water service, 744 a44 00/tV'® connect to existing %-inch meter 5 EA 17. Install new 2-inch copper A4 water service, connect to� existing 1 1/2-inch meter 1 EA Sub -Total Amount for All Bid Items — SCHEDULE D $_—XA.94pe ®_Y C-6 PROJECT DID SCHEDULE E Watermafn Replacement Project, Utica Avenue, from Florida Street to Beach Boulevard BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in !Words Cost Total Cost 1. Mobilization 1 LS Sao , . $2_S,^ear. —--- $� ©cso , ----- 2. Install 8-inch Class 150 and . 200 PVC pipeline in Utica Avenue 590 LF CA rV4 ,-� 3. Construct fire hydrant� Awed assembly 2 EA �,�,,,�:� ,%r /y $_��' $_��.��'�• _ 4. Remove and salvage�'�� existing fire hydrant 2 EA 5. Remove existing valve box -fives -ter and cover 6 EAyc>r'`�_-- 6. Cut and cap/seal existing 2 EA 14r,,,di!%1 $_ waterline u % 00 7. Relocation of sewer lateral 6 EA ``' $ 3 $_ 8 q �" 8. Flushing, Pressure Testing, :�r re Disinfection, Dechlorination 1 LS 9. Traffic control 1 LS ���'� 1`'"je�` $ $ 95 '� 10. Sheeting, shoring, and/or-�`► bracing 1 LS a„/ j $f 42'._l $_!$ 11. Additional potholing 20 EA I elf a — 12. Demobilization and 7h,e ve_ , Cleanup 1 LS eo ' 10,E 13. Install new 1-inch _ J/�, 4a�° polyethylene water service,„ ,( connect to existing %-inch meter 7 EA ��;�C c' $��. $_ `7r S8 • �--. 14. Install new 1-inch polyethylene water service, connect to existing 1-inch v� (; meter 1 EA $''� 15. Install new 2-inch copper water service, connect to existing 2-inch meter 3 EA'''�'� 16. Install new 2-inch copper '4-flr-ee-P..k%, water service, connect to existing 1 1/2-inch meter 1 EA / r v =' Sub -Total Amount for All Bid Items — SCHEDULE E C-7 PROJECT BID SCHEDULE F Watermain Removal Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS 2. Install 6-inch, 8-inch and 12-inch Class 150 and 200 PVC pipeline in Beach Boulevard 1300 LF `'' a'/t Gft• 3. Construct 12-inch D.I. inverted siphon assembly 31 LF ' �� ® $ 3�0,! $©�- 4. Install 12-inch Class 150 PVC watermain in Beach Boulevard Yorktown -1`r''ir' a^-� at Avenue 24 LF 00/i 0-0 $ 3 ,� $ % • -� 5. Construct 12-inch D.I. siphon assembly 49 LF re - q6 6. Construct waterline �►r� --�°� connection in Beach Boulevard 1 LS 7. Remove and salvage ►- existing fire hydrant 2 EA 8. Construct fire hydrant assembly 2 EA Qn.,4 c>Q /1 0 o $_��- $ y oco, 9. Remove existing valve box J01C and cover 5 EA cp",.( $ 2 Sto.! 10. Cut and cap/seal existing waterline 6 EA -a416-kt LA dre� 6;�14 ( 00 11. Remove and dispose of 4-kc existing valve and interferingpiping P�P g 1 EA a �`"� O`-//( L- ' $---�--- 12. Flushing, Pressure Testing, 4 4&c oscZ Disinfection, Dechlorination 1 LS a;A 00 /10-0 $ Ltd? / $_ 5� •� 13. Traffic control 1 LS' "f�� $ 20-4 CCU/ $ 26 o� -- --r 14. Water Pollutant Control -furo�u Program 1 LS $- $_��a•� 15. Sheeting, shoring, and/or 3L bracing 1 LS C/ r�®�/cam $ f Q $ l5Q• �' 16. Additional potholing 30 EAu"' 17. Demobilization ande vJc„w.i Cleanup Q 1 LS c�sal.ra' av//do $ C-8 PROJECT BID SCHEDULE F Watermain Removal Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 18. Install 8-inch cut in valve fi7,e uvsk-,Lq1 assembly 2 EA .+o//.00 19. Install 4-inch pump -out s Ao J,,- ^.� assembly 1 EA .00 $ 8, 0W." $ gto`�Q 20. Install 2-inch air and vacuum assembly 2 EA ree- $3 $ ��• 'q,/tea 21. Install new 1-inch 11VIO 4ko 1.d4" polyethylene water service,��� connect to existing 1-inch meter 2 EA 22. Install new 2-inch copper 41, water service, connect to existing 2-inch meter 4 EA 23. Replace Existing Traffic 14, Lf°O-e' Control Loop 8 EA r,," aolt©�. $ SSas_ $ Sub -Total Amount for All Bid Items — SCHEDULE F $-6-73 �11 a C-9 PROJECT BID SCHEDULE G Watermain Replacement Project, Beach Boulevard, from Clay Avenue to Garfield Avenue BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS $ / $ 15r400- 2. Cut and cap/seal existing epn^e - _k4- y-k� lat A000 waterline 4 EA $ .f $ 3. Remove existing valve box +me , reA and cover 4 EA a'%'A vo/ t o:a $ 5bbo! 4. Construct fire hydrant sav-el' assembly 1 EA cta l /L 0'0 $1 XD, ,- $ r%, 5. Remove and salvage existing fire hydrant 1 EA �/►^e^`���`� `'^� 0 d'11�1 $ 1, Pb. $_SbO, n�-� mo/too 6. Traffic control 1 LS �'�" a©�(�, $_oao� 7. Water Pollutant Control Program 1 LS 4 �`^'"' $ iz '< $_ 3 St'aa L)o 8. Sheeting, shoring, and/oru bracing 1 LS It-o , $ lit 00. 9. Additional potholing 10 EAf- 10. Demobilization and Cleanup 1 LS "�` $3,b�a/ $•✓ 11. Install new 1-inchi-�,y/1 polyethylene water service, to 1-inch connect existing meter 2 EA $3pw_/' $ 61boo,/ 12. Install new 1-inch polyethylene water service, f connect to existing 3/4-inch�,T�' meter 1 EA a $ 2, $o �t� o 13. Install new 2-inch copper 4-A ree water service, connect to existing 2-4nch meter 6 EA $ 9J, 14. Install new 2-inch copper ;rJ4—,1 water service, connect to existing 1 1/2-inch meter 3 EA da $ 3 710, $ 0, (too, 4,1 n Sub -Total Amount for All Bid Items = SCHEDULE G $ /OF �Qp= C-10 PROJECT BID SCHEDULE H Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS fV' ```a $ 35,_orx: $_����a•-�' 2. Install 8-inch Class 150� PVC pipeline in Clay Avenue 565 LF �� �c7 / i� $ 23 �o� $_�� �.J U Install 12-inch Class 350 D.I. pipeline in Clay Avenue IA— at Beach Boulevard 120 LF $_ $ 4. Install 24-inch steel casing in Clay Avenue across Beach Boulevard, with receiving pit and jacking pit 96 LF 5. Install 8-inch Class 150 e� PVC pipeline at the Beach 74, Boulevard and Clay Avenue '�d O•� �� ° intersection 55 LF $ $_I 6. Install 8-inch Class 200 PVC pipeline in Coenson Circle at Clay Avenue 17 LF �'�" ©v �� �� $ �Do• $ �Ido• `' 7. Remove and salvage existing fire hydrant 3 EA a �� / r o $ $5 a-14C_ 8. Construct fire hydrant sere,,, assembly 3 EA $%D°a- $ .21, aoa• .� 9. Cut and cap/seal existing ome waterline 4 EA a..d r�ra / l�o �,00v.� $__ $__��—_ 10. Remove existing valve boxe%^� 2Ue�, Z},exi and cover 6 EA, ,an $ �� $ 11. Remove and dispose of •4" 5.e., existing valve and . -V"'-4 q interfering pipeline 1 EA $J, $ it 12. Relocation of sewer laterals 10 EA oco--- and/c�� 13. Flushing, Pressure Testing,�re°°��i"•'J Disinfection, Dechlorination 1 LS G,,..a/ O% 14. Traffic control 1 LS e�--4 " 4 $-De4 $_ ��vvca../ ti.. °, s / ao 15. Sheeting, shoring, and/or bracing 1 LS�"�, r-1 16. Additional potholing 20 EA''�"° �""`„�`''�'� $ �oa•,� $ 4,°��✓ 17. Demobilization and we' �s�r Cleanup 1 LS efA4- l C-11 PROJECT BID SCHEDULE II Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard BUD ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 18. Install 8-inch cut in valve 9X-fWt1.11e4-411 assembly 2 EA 01' C;V/°1m0 19. Install 12-inch cut in valve ✓ -4w assembly 1 EA .4✓ $_ °� 20. Install new 1-inch 7" polyethylene water service, �,,,, connect to existing 1-inch meter 8 EA $e sp°•� - • '` 21. Install new 1-inch�� s� polyethylene water service, connect to existing 3/4-inch °X1/00 rs meter 1 EA $ $_3 22. Water Pollutant Control Program 1 EA {. �'' $lw � s $-27 Sub -Total Amount for All Bid Items — SCHEDULE H C-12 PROJECT BID SCHEDULE I Watermain Replacement .Project, Main Street, from Florida Street to Beach Boulevard BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS $�2_0, 300 ,! 2. Install 8-inch Class 150� PVC pipeline in Main Street 600 LF 3. Construct connection in Ellis Avenue 1 LS 4. Remove and dispose of existing valve and interfering pipeline 1 EA 5. Cut and cap/seal existing waterline 2 EA 6. Flushing, Pressure Testing, Disinfection, Dechlorination 1 LS �,�, ��,� $.�i✓� $15•� 7. Traffic control 1 LS 8. Water Pollutant Control Program 1 LS'r'� l"'^.�d� $ 135�. $_1 3S?�.•o *Qo 9. Sheeting, shoring, and/or bracing 1 LS -� C✓e �2' 10. Additional potholing 18 EAygi 11. Replace Existing Traffic Control Loop 4 EA 12. Demobilization and 'i'o a4e Cleanup 1 LS 'a-�a�l �� $•! $i°• �" Sub -Total Amount for All Bid Items — SCHEDULE I $2-01C24 :?:) 5-0.!''_ C-13 PROJECT BID SCHEDULE J Watermain Replacement Project Alley Rehabilitation for All Sites BED ITEMS Bid Schedule J — NOT USED. C-14 PROJECT BID SCHEDULE BID ITEMS PROJECT BID SCHEDULE TOTALS CC-1331 WATERMAIN REPLACEMENT PROJECT Sub -Total Bid Schedule A - Not Used 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 Sub -Total Bid Schedule H Sub -Total Bid Schedule I Sub -Total Bid Schedule J - Not Used TOTAL BID AMOUNT (Schedules B-1) TOTAL BID AMOUNT IN WORDS: �c''/ili`J�-�( /` i "'►�_ GY n ..a/ 00 / /v u 2...69, 285. 222, 029e r'" 2115, 000. 26g, Soo a /, 59 3� 7®, (Q®' 600. / 3312 ©95',/ 2-1 2.-& 7) 60. o .— 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-15 PROJECT BID SCHEDULE BID ITEMS 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 Fork Name and Address"of Subcontractor _ � State'License 1Vumber �-� ''ass ff A� A-Ce e?'WW AYO'tA' K' r 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-16 PROJECT BID SCHEDULE BID ITEMS NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of Orange jH lA-P01-NCam- , being first duly sworn, deposes and says that he or she is p hi ID art'` of .9...raPf1:oC�c ltic _ 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. Lo f-occ�j- 1 Nt4 e o i er f n Signature o er f Address of Bidders i'-- Subscribed and sworn to before me this 1.2 day of -::760T-7; 2008. �. Fol 4 , k /� LARRY R. JOHNSON Commission # 1720861 Notary Public - California Orange County MVComm, Wes feb24. 2011 WVMNFWVK NOTARY SEAL C-17 CALIFORNIA JURAT WITH AFFIANT STATEMENT 14;,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) State bf California County of fda/rlri LARRY R. JOHNSON = Commission # 1720861 Notary Public - California = `• Orange County WComm. Ewes Feb 24. 2011 Signature of Document Signer No. 2 (if any) Subscribed and sworn to (or affirmed) before me on this day of 20 6 J'�- , by Date Month Year (1) Name of Sigpfer proved to me on the basis of satisfactory evidence to be the person who appeared before me (and (2) Name of Signer proved to me on the basis of satisfacto evidence to be the person who eared before !) Signature Si. nature of Notary WWb1,c 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 - . R1 RIM111- fraudulent removal and reattachment of this form to another document. Top of thumb here Top of thumb here Further Description of Any Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: 02007 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 PROJECT BID SCHEDULE BID ITEMS 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 Construction of Watermain Replacement Project, Indianapolis Avenue and Beach Boulevard Intersection; Watermain Replacement Project, Beach Boulevard, from Indianapolis Avenue to 170 feet North of Joliet Avenue; Watermain Replacement Project, Joliet Avenue, from Georgia Street to Beach Boulevard; Watermain Replacement Project, Utica Avenue, from Florida Street to Beach Boulevard; Watermain Replacement Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue; Watermain Removal Project, Beach Boulevard, from Clay Avenue to Garfield Avenue; Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard; Watermain Replacement Project, Main Street, from Florida Street to Beach Boulevard (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: AAV , f Co tract � By Title C-18 PROJECT BID SCHEDULE BID ITEMS 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-19 PROJECT BID SCHEDULE BID ITEMS 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: 0 0 E L-In Title P t C-20 PROJECT BID SCHEDULE BID ITEMS 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: 0 0 t 2-© C-47 Contractor 1� Title Date: �+ D FR--Fi4l bTl3 y. 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-21 PROJECT BID SCHEDULE BID ITEMS BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder Name U Business Address J=A� y is A - 4� i Lc-S C- f-k-- 3 City, State Zip 3 c® o 8 CD TeleDAone Number C- State Contractor's License No. and Class ,63 / 31 f g.-'opt Original Date Issued v The work site was inspected by 5k/ to of our office on — )2008. The following are persons, firms, and corporations having a principal interest in this proposal: C-22 PROTECT BID SCHEDULE BID ITEMS 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. J _0P-epp, (rye. Com y ame Signature of Printed or Typed Signature Subscribed and sworn to before me this day of , 2008. 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: I . r. ; -r-,-v /0 �- � f o C4�-17— 1 91 Name and Address of Public Agency Name and Telephone No. of Project Manager: G ���� ! / 3,61- 6137- 0 c 90./ OFc-r ��" 42 17 d6 Contract Amount Type of Work Date 6ompleted Name and Addfess of Public Agency Name and Telephone No. of Project Manager: � Contract Amount Type of Work Date Completed ,IS9y P - -J/0A � "1 -220 A'-C& Name and Addr,6ss of Public Agency Name and Telephone No. of Project Manager: C-23 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For Annual Water Main Replacement Various Locations and Along Beach Boulevard June 6, 2008 Notice to All Bidders: Please note the following revision to the project, Specifications, and Technical Provisions: The following shall be deleted from the Specifications, Section C, page C-11: Project Bid Schedule H, Item No. 4., shall be deleted. 4. Install 24-inch steel casing in Clay Avenue across Beach Boulevard, with receiving pit and jacking pit 96 LF $ $ The following shall be added to Specifications, Section C, page C-11: Project Bid Schedule H, Item No. 4., shall be added as follows: 4. 1 Not Used NA I NA I NA NA Bid Proposals hand marked as shown herein will be accepted by the City. The following shall be amended from the Specifications, page is Shall be changed to BIDS DUE: June 10, 2008, 2:00 PM, 2ND FLOOR BIDS DUE: June 12, 2008, 2:00 PM, 2ND FLOOR -1 The following shall be amended from the Specifications, page A-1, paragraph 1: 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:OOPM, on June 10, 2008. Bids will be publicly open in the Council Chambers unless otherwise posted. Shall be changed to: (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 2:0012M, on June 12, 2008. Bids will be publicly open in the Council Chambers unless otherwise posted. This modification does not change the Engineer's Estimate for this project. This is to acknowledge receipt and review of Addendum Number one, dalpd June 6, 2008. kO PIE K2Lr, Company Name By (9(Lol Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Andrew Ferrigno at (714)5M-5291. -2 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For Annual Water Main Reglacentent Various Locations and Along Beach Boulevard, CC1331 June 11, 2008 Notice to All Bidders: Please note the following revision to the project. Specifications: The following shall be deleted from the Specifications, Section C, page C-11: Project Bid Schedule N, Item No. 3., shall be deleted. 3. Install 12-inch Class 350 D.I. pipeline in Clay Avenue at Beach Boulevard 120 LF s s The following shall be added to Specifications, Section C, page C-11: Project Bid Schedule H, Item No. 3., shall be added as follows: 3. Not Used NA NA NA NA Bid Proposals hand marked as shown herein will be accepted by the City. The following shall be amended from the Specifications, page is Shall be changed to. BIDS DUE: June 12, 2008, 2:00 PM, 2ND FLOOR BIDS DUE: June 17, 2008, 2:00 PTA 2ND FLOOR The following shall be amended from the Specifications, page A-1, paragraph 1: 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 2:00PM, on June 12, 2008. Bids will be publicly open in the_ Council Charmers unless otherwise posted. Shall be changed to: 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, Califomia 92648, up to the hour of 2:00PM, on June 17, 2000. Bids will be publicly open in the Council Chambers unless otherwise posted. This modification does not change the Engineer's Estimate for this project. This is to acknowledge receipt and review of Addendum Nun -bar one, June 6, 2008. a Company Name 13y 6 Z0 Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this"Addendum, please call Andrew Ferrigno at (714)536-5291. -2 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A31 D Bid Bond BOND # N/A KNOW ALL MEN BY THESE PRESENTS, that we LONEROCK, INC. 26 VISTA FIRENZE LAGUNA HILLS, CA 92653 (Here insert full name ,and address or legal title of Contractor) as Principal, hereinafter called the Principal, and CONTRACTORS BONDING AND INSURANCE COMPANY 111 PACIFICA, SUITE 350 IRVINE, CA 92618 (Here insert full name ,and address or legal title of Surety) 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 2000 MAIN STREET HUNTINGTON BEACH, CA 92648 (Here insert full name ,and address or legal title of Owner) as Obligee, hereinafter called the Obligee, in the sum of TEN AND 001100 PERCENT--------------------------------------- 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 WATER MAIN REPLACEMENT (Here insert full name, address and description of 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 5th day of June 2008 LDNEIQCK,INC.. YP cipal) `` s (Seal) V�C1—'L7 (Witness) (Title) (Seal) (Witness) (Title) YUNG T. MCK, Attorney -in -Fact AIA DOCUMENT A310 BID BOND AIA G FEBRUARY 1970 ED THE AMERIC, INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W. WASHINGTON, D.C. 20006 State of California County of Orange June 5, 2008 ACKNOWLEDGMENT before me, personally appeared Yung T. Mullick Peter Austin Neff, Notary Public (insert name and title of the officer) 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. =AUSTnIN NEFFWITNESS my hand and official seal. 9389 �IF01iRIlA XUNTY 2T, 2012 Signature (Seal) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT 6?� C�,�_'t�C; •�C.: �4rti�a�a ��C�S�t<.�C,�S�C,�S,t].<!s�M�S�����ti'1�C.3ai,��!-�a',y�S!�aC«s�v,-z��=aC.s�.a t..s�. ti%�S.�C�C��<,,:.�C�C..? State of California County of Dr -4 t%_<_- On 7 1aorbefore me, Date A personally appeared LARRY R. JOHNSON Commission # 1720861 C ..m Noiary Public - California € _ Orange County '- MyCorrm. EVIIes Feb 24, 2011 Place Notary Seal Above A-' v% I&,. T,# e Insert Name and Title t f the Ik-1, 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 Vd official Sig 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: RIGHTTHUMBPRINT ."OFSIGNER't,_ of thumb here—, 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: RIGHTTHUMBPRINT QRSIGNER Top of 02007 National Notary Assoaation • 9350 De Soto Ave., PO. Box 2402 • Chatsworth, CA 91313-2402 • www.NatlonalNotaryorg Item #5907 Reorder: Call Toll -Free 1-800-876-6827 2000 MAIN STREET OFFICE OF THE CITY CLERK JOAN L. FLYNN CITY CLERK September 10, 2008 Williams Pipeline Contractors, Inc. 4864 Market St., Ste. C Ventura, CA 93003 RE: CC-1331 — Construction of Watermain Replacement Project Enclosed please find your original bid bond for CC-1331. Sincerely, Joan L. Flynn, CMC City Clerk JF:pe Enclosure CALIFORNIA 92648 gAoHowup/cashcont/returnbidbond. doc Telephone: 714-536-5227 ) a EXTREEL Y URGENT SHIPMENT i SECTION C PROPOSAL for the CONSTRUCTION OF Watermain Replacement Project, Indianapolis Avenue and Beach Boulevard Intersection Watermain Replacement Project; Beach Boulevard, from Indianapolis Avenue to 170 feet North of Joliet Avenue Watermain Replacement Project, Joliet Avenue, from Georgia Street to Beach Boulevard Watermain Replacement Project, Utica Avenue, from Florida Street to Beach Boulevard Watermain Replacement Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue Watermain Removal Project, Beach Boulevard, from Clay Avenue to Garfield Avenue Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard Watermain Replacement Project, Main Street, from Florida Street to Beach Boulevard CASH CONTRACT No. 1331 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 C-1 then issue a 2nd Notice to Proceed to the undersigned to commence immediately with the physical site work thereafter to be completed within a Two Hundred (200) 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 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 in the amount of $ba 'JSl 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, Indianapolis Avenue and Beach Boulevard Intersection BID ITEMS Bid Schedule A — NOT USED. C-3 PROJECT BID SCHEDULE B Watermain Replacement Project, Indianapolis Avenue and Beach Boulevard Intersection BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS _-Teh 1 V nus—,amd $ $ 2. Install 8-inch Class 150 PVC pipeline in Indianapolis Avenue at Beach Boulevard 110 LF '7wC i�UlvIC�v�(� $ 6 $ 2 pool 00 3. Install 12-inch Class 350 DI pipeline in Indianapolis Avenue. at Beach Boulevard. 172 LF I rr JI ��++ Wo V1h�1reul-'_A $ tJ. squ 4. Install 12-inch Class 200 PVC pipeline in Indianapolis Avenue at t h ri Beach Boulevard 45 LF wo vd r c'l� - 5. Install 24-inch steel casing in Indianapolis Avenue at CO'C7140;.a5W�_ Beach Boulevard, with receiving pit, and jacking pit 164 LF u2 414 0 6. Install 12-inch cut in valve assembly 1 EAR% o �t s�► $ $� 7. Flushing, Pressure Testing, - Disinfection, Dechlorination 1 LS i v-e- 14 ti o of va $ � $ 8. Traffic control 1 LS 9. Water Pollutant Control Program 1- 1 LS uCT6uSDvi/Jl $ $ 10. Sheeting, shoring, and/or f IWE�t r+��.iinCLASa11 bracing 1 LS 11. Additional potholing 15 EA SQvev, 7_m—v,-,d $ $ 12. Demobilization and Cleanup 1 LS+'� f 1�r�uSav►�l $, 13. Replace Existing Traffic Control Loop 8 EA AC7� Du5 Sub -Total Amount for All Bid Items - SCHEDULE B $ aso , o0 C-4 PROJECT BID SCHEDULE C Watermain Replacement Project, Beach Boulevard, from Indianapolis Avenue to 170 feet North of Joliet Avenue BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS ei� $ 100 $ r4l r CIO 2. Install 12-inch Class 150 PVC pipeline in Beach f I J 1�nr� tiUv�t�Y�Gf Boulevard 500 LF saw. $ 3. Install 8-inch Class 150 PVC pipeline in Beach 1 ` Boulevard 25 LF $ 4. Flushing, Pressure Testing, Disinfection, Dechlorination 1 LS ; u 2 N u v; 5. Traffic control 1 LS tJE�'E���~ll •io�Sh $25$ ? 6. Water Pollutant Control ` Program 1 LS �c�SaV< U+ 7. Sheeting, shoring, and/or bracing %� 1 1 LS tv�lhau5at��( $ $ 8. Additional potholing 20 EA 4 iAvidrtJ $70a $Jq4UG a 9. Demobilization and Cleanup 1 LS I _f�✓'i_%OUC) $3b0 $ r 10. Replace Existing Traffic Control Loop 4 EA ou5MI) $ i �0 $XGLOS Sub -Total Amount for All Bid Items — SCHEDULE C $ , 00 C-S PROJECT BID SCHEDULE D Watermain Replacement Project, Joliet Avenue, from Georgia Street to Beach Boulevard BID TTEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LSD 2. Install 8-inch Class 150 PVC pipeline in Joliet Avenue 325 LF 3. Install 8-inch Class 150 and 200 PVC pipeline in iA ;IV��� Georgia Street at Joliet Avenue 115 LF 4. Install 4-inch cut in valve —� Six �►cUS�vr` assembly 2 EA I $ , $1--.1000,00 5. Construct fire hydrant assembly 1 EA / $ r 6. Remove and salvage existing fire hydrant 1 EA ✓ { �✓i `� �'� $ $ &)6b 0 7. Remove existing valve box and cover 3 EA 'I J ru.L 14(4 vJV�Gi 00 8. Cut and cap/seal existing waterline 2 EA $ jaQ 9. Install 2-inch air and ( j X I �nbL/i vacuum assembly 1 EA _)i d $ $ 10. Relocation of sewer laterals 6 EA �7_1 u e, NL4 od K�., d $-5-W, $ 3 11. Flushing, Pressure Testing, T"-'% ,: Disinfection, Dechlorination 1 LS I:--,up—Huki'Y d $09, $' 12. Traffic control 1 LS Av%Mou,�i�m" 13. Sheeting, shoring, and/or j bracing 1 LS e v►�ou5-:i vi fA $ $ 14. Additional potholing 20 EA 4uwdVe-d $_10, $ 15. Demobilization and Cleanup 1 LS aMo�,S?,n 16. Install new 1-inch polyethylene water service, D connect to existing 3/4-inch �w 1� u vZ meter 5 EA � $ 6 �} $ 17. Install new 2-inch copper water service, connect to existing 1 1/2-inch meter 1 EA Tw��l tevtSis� $ $ Sub -Total Amount for All Bid Items — SCHEDULE D $ C-6 PROJECT BID SCHEDULE E Watermain Replacement Project, Utica Avenue, from Florida Street to Beach Boulevard BID ITEMS Item Unit No. Description Quantity Unit Urjit Cost in Words Cost Total Cost 1. Mobilization 1 LS 1 OL62,Y1 J 2. Install 8-inch Class 150 and PVC '1 `` fl (� 200 pipeline in Utica Avenue 590 LF tVLA0 YeUI SSpup w4 Fiu-p- 3. Construct fire hydrant 51- �1 assembly 2 EA I t DWri-?A/11 4. Remove and salvage existing fire hydrant 2 EA 0 5. Remove existing valve box and cover 6 EA _J J �u�, ALA 01 e 6. Cut and cap/seal existing - waterline 2 EA 7. Relocation of sewer lateral 6 EA r/v __ 14uV1 " $ 5-00- $ 000.00 8. Flushing, Pressure Testing, w� I 0L1 S> Disinfection, Dechlorination 1 LS r-1uZ_ NL40dtd $a5 U $ 9. Traffic control 1 LS v! $ -%� $ 10. Sheeting, shoring, and/or bracing 1 LS i u C\�'oV5 V1 00 11. Additional potholing 20 EA r�-iu 12. Demobilization and Cleanup 1 LS✓2ouSaw $3d��. $3 13. Install new 1-inch polyethylene water service, -AJ,,VI4- 41AN JvzJ connect to existing 3/4-inch meter 7 EA �I ` 8 14. Install new 1-inch polyethylene water service, Jii'�uv�L �(nV�Y�Gf connect to existing 1-inch meter 1 EA $ $_qtUd 15. Install new 2-inch copper water service, connect to - �1 existing 2-inch meter 3 EA 16. Install new 2-inch copper water service, connect to existing 1 1/2-inch meter 1 EA �'DUS Sub -Total Amount for All Bid Items — SCHEDULE E $ C-7 PROJECT BID SCHEDULE F Watermain Removal Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS Q $AoQQ ,0 2. Install 6-inch, 8-inch and 12-inch Class 150 and 200 PVC pipeline in Beach jj Boulevard 1300 LF t tVll��lY� $ 3. Construct 12-inch D.I. inverted siphon assembly 31 LF 00i- �DUtS J $b 0, 4. Install 12-inch Class 150 PVC watermain in Beach Boulevard at Yorktown Avenue 24 LF no P—M DUS->0 $' 5. Construct 12-inch D.I. LF dV►Z m0UtS'a $ $ siphon assembly 49 6. Construct waterline connection in Beach Boulevard 1 LS 1 i�90l I D16DJ' $ $� �O,d 7. Remove and salvage iiII I fJ SI-)C hk existing fire hydrant 2 EA VEGI Y 8. Construct fire hydrant JitV191p��yy<�N , assembly 2 EA ��.v_;�e IAmvsx ir�G e' $ $ 5 .0 9. Remove existing valve box and cover 5 EA F-Iu2. HLAVIJ V9 $' SU 10. Cut and cap/seal existing waterline 6 EA 1 2 o I, ui tS--vti smka so-000.00 11. Remove and dispose of existing valve and �V1�1t4S�V1 interfering piping 1 EA 12. Flushing, Pressure Testing, Disinfection, Dechlorination 1 LSe$�S6 .QQ 13. Traffic control 1 LS s54o&$ 14. Water Pollutant Control Program 1 LS Fo-i?- i ) USaviG $ 5-000 $ A e) ' 15. Sheeting, shoring, and/or ----�� bracing 1 LS u-'AV U�nh 52 $ l Q $ `00,00 16. Additional potholing 30 EA SQ.Javl ouvlavL $ $ 17. Demobilization and Cleanup '1 1 LS C-s PROJECT BID SCHEDULE F Watermain Removal Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 18. Install 8-inch cut in valve assembly 2 EA 1 z1- ��uuS V1 $�UU� $ 19. Install 4-inch pump -out DaSao ` assembly 1 EA $ $ 20. Install 2-inch air and vacuum assembly 2 EA !Et �K&DiIsivl $ $ 21. Install new 1-inch polyethylene water service, connect to existing 1-inch `�� 11 tA vidre 1� meterht 2 EA $ $ 31-0 22. Install new 2-inch copper water service, connect to existing 2-inch meter 4 EA��� 23. Replace Existing Traffic : i�lnE lDusa_ Control Loop 8 EA tW $110L$ ®G Sub -Total Amount for All Bid Items — SCHEDULE F $zo(0O0 , L(_ C-9 PROJECT BID SCHEDULE G Watermain Replacement Project, Beach Boulevard, from Clay Avenue to Garfield Avenue BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS �:La i' I14OuS $ _ $ a 00 2. Cut and cap/seal existing Tw2IU��oW,14.7 '. .y waterline 4 EA $ (JJ $ • 3. Remove existing valve box and cover 4 EA 1 U) huLkDUS2 $ $ 4. Construct fire hydrant assembly 1 EA �uJe�UU�t`s J� U 5. Remove and salvage existing fire hydrant 1 EA 1"/�DUS 3�i $SOUCf. $ G� 6. Traffic control 1 LS $ , , $' y 7. Water Pollutant Control Program 1 LS 8. Sheeting, shoring, and/or bracing 1 LS ��Vtll�VlS�vtG $(- $io ow,o 9. Additional potholing 10 EA \W dA u viJ a 10. Demobilization and Cleanup 1 LS 1 (,P- ZINflV S--4,0 $ 3 OOL $ 11. Install new 1-inch polyethylene water service, connect to existing 1-inch (� )QM meter 2 EA $ 12. Install new 1-inch polyethylene water service, connect to existing 3/4-inch —Lrt-QLc;u5 meter 1 EA $�,, Q�tj�.. $ 13. Install new 2-inch copper water service, connect to existing 2-inch meter 6 EA "0 14. Install new 2-inch copper water service, connect to SIC 1 1/2-inch 3 EA IYIpuSa'vt� existing meter $ suwa Sub -Total Amount for All Bid Items - SCHEDULE G $ ;I o 0.'1 C-10 PROJECT BID SCHEDULE R Watermain Replacement Project, Clay Avenue, from Florida Street to Beach ]Boulevard. RM ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost- 1 . Mobilization 1 LS Er �' I' ou5-�?Im $ go, $1,00,fa 2. Install 8-inch Class 150 �� Hai �► Y e PVC pipeline in Clay Tw a,-. ri v-.. Avenue 565 LF 3. Install 12-inch Class 350 j\j 1-\ D.I. pipeline in Clay Avenue at Beach Boulevard 120 LF $ 4. Install 24-inch steel casing -AJ A J\)A AAA -AJA in Clay Avenue across Beach Boulevard, with receiving pit and jacking pit 96 LF $ $ 5. Install 8-inch Class 150 PVC pipeline at the Beach Boulevard and Clay Avenue �l !!'l� intersection 55 LF o�•t �rf $_Nb&L $ 6. Install 8-inch Class 200 PVC pipeline in Coenson Circle at Clay Avenue 17 LF � � �} �u hd ye) $ 7. Remove and salvage �1A4LV�OU��I1 existing fire hydrant 3 EA $ $ 8. Construct fire hydrant n j} assembly 3 EA $s 9. Cut and cap/seal existing rU�DUS" waterline 4 EA $ $ 10. Remove existing valve box �` k I$-5D-O,- and cover 6 EA I V V''P F A $-3Q : 00 11. Remove and dispose of existing valve and interfering pipeline 1 EA $ $ 12. Relocation of sewer laterals 10 EA i up. "L Vt v%ed $ (1Q $ 13. Flushing, Pressure Testing, 1���� It �IU�ty���V� '� Disinfection, Dechlorination 1 LS t1 $' $ 14. Traffic control 1 LS 1 4 111 61A�,M $ $ 15. Sheeting, shoring, and/or 1 bracing 1 LS L 14 Q 16. Additional potholing 20 EA SQ Je v! Hin VId V P- d $�7U(i, $ f I Q 17. Demobilization and Cleanup 1 LS > >U ¢ a uS2V1 1 $-2j= Is a , C-11 PROJECT[ BED SCHEDULE H Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard RM TTRMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 18. Install 8-inch cut in valve ` assembly 2 EA 19. Install 1 -inch cut in valve assembly1 EA $ $ 20. Install new 1-inch n ► polyethylene water service, connect to existing 1-inch �i ��� _�—, ljj_ meter 8 EA $ $ 21. Install new 1-inch lW AJ tt,, U V! V J polyethylene water service, connect to existing 3/4-inch { 'I �- �l meter 1 EA Ul7 I� Ve_ $ $ C 9 0 22. Water Pollutant Control ` Program 1 EA u� � 0M 5am $ � $ Sub -Total Amount for All Bid Items — SCHEDULE H $(�53 09o, 00 C-12 PROJECT BID SCHEDULE I Watermain Replacement Project, Main Street, from Florida Street to Beach Boulevard BID ITEMS Item Unit No. Description Quantity Unit Unit Cost in Words Cost Total Cost 1. Mobilization 1 LS -F7Glbt6dV(/$ u ),O 2. Install 8-inch Class 150 PVC pipeline in Main Street 600 LF $IRJr $ 3. Construct connection in — �j ��eeh I�IDVIS�1�� 5 Ellis Avenue 1 LS $ $ 4. Remove and dispose of existing valve and interfering pipeline 1 EA 5. Cut and cap/seal existing waterline 2 EA �11I P0 N ou5zh $ $ 6. Flushing, Pressure Testing, Disinfection, Dechlorination 1 LS IlnVP� I InOUS�/Vi $� (�(� $ ®i� 7. Traffic control 1 LS 8. Water Pollutant Control Program 1 LS I'IU $Q 9. Sheeting, shoring, and/or bracing 1 LS i—vu-Lk ��n�u 5�►r� 10. Additional potholing 18 EA L�6'1L'�n6USaV, $' $ 000. 11. Replace Existing Traffic Control Loop 4 EA /� � 0� 4 1 1r1 D Iil5 � 0$ $ ®,(� 12. Demobilization and Cleanup 1 LS hl VeL' Y WA_,Vi $ $ Sub -Total Amount for All Bid Items — SCHEDULE 1 $ 3OGr C-13 PROJECT BID SCHEDULE J Watermain Replacement Project Alley Rehabilitation for All Sites BID ITEMS Bid Schedule J — NOT USED. C-14 PROJECT BID SCHEDULE RID ITEMS PROJECT BID SCHEDULE TOTALS CC-1331 WATERMAIN REPLACEMENT PROJECT Sub -Total Bid Schedule A - Not Used Sub -Total Bid Schedule B C�'t � , QO Sub -Total Bid Schedule C c�a� 000 , 00 Sub -Total Bid Schedule D 1 % 5 0 00 - 00 Sub -Total Bid Schedule E i olI (03o,00 Sub -Total Bid Schedule F ` �)t�� nol) , 06 Sub -Total Bid Schedule G o'q 1 000-00 Sub -Total Bid Schedule H a53 096 1 0Q Sub -Total Bid Schedule 1 2)0(D, 000 100 Sub -Total Bid Schedule J - Not Used TOTAL BID AMOUNT (Schedules B-1) r� d. (As �70100 TOTAL BID AMOUNT IN WORDS - 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-15 PROJECT BID SCHEDULE BID ITEMS 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-16 PROJECT BID SCHEDULE BID ITEMS NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of Orange 3 ll�A in N • 1, 1 i' I c� W1S being first duly sworn, deposes and says that he or she is Pr? t; i j e, h t of ' l i f l i a m 0rl joi f o;r7 I t- 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. 3 Name of Bidder l 4QZ-4' ge L4L jSignature of Bidder � mq f6I aj 4 q f/f (— lldolaya M Diu") Address of Bidder Subscribed and sworn to before me this `' day of , 2008. NOTARY PUBLIC C-17 NOTARY SEAL CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT LLPURPOSEACKNOWLEDGMENT STATE OF CALIFORNIA County of ORANGE On MAY 9, 2008 Date before me, D.J. PICARD NOTARY PUBLIC Here Insert Name and Title of the Officer personally appeared JOHN H. WILLIAMS Name(s) of Signer(s) r� r �,ii�_� • ,,...rnaxf �� Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(§) whose name(8) is/aoecsubscribed to the within instrument and acknowledged to me that he/sl>aeAk" executed the same in his/M02m r authorized capacity(km), and that by his/law6thak 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 han d of Signature Signature ub' 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: NONCOLLUSION AFFIDAVIT Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: JOHN H. WILLIAMS ❑ Individual Wr Corporate Officer — Title(s): PRESIDENT ❑ Partner-- ❑ Limited ❑ General Ell Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: WILLIAMS PIPELINE CONTRACTORS, INC. Top of thumb here Number of Pages: Signer Is Representing: V 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 PROJECT BID SCHEDULE BID ITEMS 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 Construction of Watermain Replacement Project, Indianapolis Avenue and Beach Boulevard Intersection; Watermain Replacement Project, Beach Boulevard, from Indianapolis- Avenue to 170 feet North of Joliet Avenue; Watermain Replacement Project, Joliet Avenue, from Georgia Street to Beach Boulevard; Watermain Replacement Project, Utica Avenue, from Florida Street to Beach Boulevard; Watermain Replacement Project, Beach Boulevard, from Utica Avenue to Yorktown Avenue; Watermain Removal Project, Beach Boulevard, from Clay Avenue to Garfield Avenue; Watermain Replacement Project, Clay Avenue, from Florida Street to Beach Boulevard; Watermain Replacement Project, Main Street, from Florida Street to Beach Boulevard (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{{. Contractor • ,t`' 1 fir. ��___---- ,BY Title Date: M-414 C-18 PROJECT BID SCHEDULE BID ITEMS 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 X(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-19 PROJECT BID SCHEDULE BID ITEMS 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: •/y - C-20 Nfli lwc, oil��I(��� Contractor Title PROJECT BID SCHEDULE BID ITEMS UNDERGROUND SERVICE AVERT 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 froin the AGENCY upon request. C-21 PROJECT BID SCHEDULE BID ITEMS BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: I Bidder Name 9,' Business Address ` evkl kAVa 7 CAg31)() Z_ City, State Zip Telephone Number 3s3IS911� State Contractor's License No. and Class 1-ag-`ij Original Date Issued 26-2)I-oZ Expiration Date The work site was inspected by of our office on Ll , 2008. The following are persons, firms, and corporations having a principal interest in this proposal: C-22 PROTECT BID SCHEDULE BID ITEMS 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. s Company Name { Signature of Bidder Printed or Typed Signature Subscribed and sworn to before me this '�- day of AA2,1, 2008. NOTARY PUBLIC NOTARYSEAL 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. Name and Address of Public Agency Name and Telephone No. of Project Manager: 2. 3. Contract Amount Type of Work Date Completed Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed C-23 WILLIAMS PIPELINE CONTRACTORS, INC. Jan-03 City of Los AngelesT U323 & U324 Northridge Earthquake Job #150 200 N. Spring Street, Rm. 355 Accelerated Sewer Repair Program Los Angeles, CA 90012 $1,101,078.00 Somsak Sasnakul 213 847-6300 Jun-03 City of Torrance Const. of Street/Water Main Impr. Job #151 1 Proj. 1-5/1-23 B2002-49 Sub to: Sequel Contractors 13546 Imperial Hwy Santa Fe Springs, CA 90670 Gordon Kline (Sequel) 562 802-7499 Jun-03 City of Culver I Tellefson Park Sewer Repacement Job. #152 9770 Culver Boulevard Project No. P-809 Bid No. 1243 Culver City, CA 90232 $265,750.00 Sam Talebian 310 253-5600 Dec-03 Board of Public Works EQ RPR SWRS U280 & U332 Job #153 City of Los Angeles C-104539 200 N. Spring Street, Rm. 355 $1,753,303.72 Los Angeles, CA 90012 Mohamad Fakih (213) 847-8881 Aug-03 City of Lynwood Potholing for Lynwood Road Job #154 11330 Bullis Road $3,251.78 Lynwood, CA 90262 Sam Talebian (310) 338-3440 ext 14 Dec-03 Board of Public Works Emergency On Call Contractor Program Job #155 City of Los Angeles C-105082 200 N. Spring Street, Rm. 355 3 Work Orders / Time&Materials Los Angeles, CA 90012 $24,595.76 Feb-04 Long Beach Water Department Sewer Repairs/Var. Locations Proj. WD-10-02 Job #156 1800 East Wardlow Road Agreement No. WD-2607 Long Beach, CA 90807-4994 $253,026.00 Robert Villanueva P.E. (Div Engr) (562) 570-2300 Feb-04 City of Lynwood Water Main Improvement Project Job. #157 11330 Bullis Road Project No. 05-5250 Lynwood, CA 90262 $477,220.00 Elias Saikaly (310) 603-0220 Job References Page 1 Dec-03 L.A. City/ Board of Public Works C-105082 / Emerg. On Call Contr. Program Job #158 200 N. Spring St., Rm. 355 W.O. SZC11377 Adams & Orchard Los Angeles, CA 90012 $206,712.40 Mathew Venable (213) 580-1382 Jun-04 L.A. City/ Board of Public Works Northridge Earthquake ASRP U298 Job #159 200 N. Spring St., Rm 355 j Contract No. C-106111 Los Angeles, CA 90012 j $547,596.00 j Mohamad Fakih j (213) 847-8881 I Sept-04 United Water Conservation District Saticoy Groundwater Storage Mgmt. Program Job #160 106 North 8th Street I Agreement Dated 2-19-04 Santa Paula, CA 93060 j $580,056.00 j Craig Morgan j 805 525-4431 Mar-04 Martin Perellis j Install 6" Sewer Lateral Job #161 7860 Torreyson Drive j Agreement 2-4-04 Los Angeles, CA 90046 j $29,410.00 I Martin Perellis j I Mar-04 L.A. City/ Board of Public Works C-105082 / Emerg. On Call Contr. Program Job #162 650 So. Spring St., Suite 200 W.O. SZS11273 Hollycrest Drive, LA Los Angeles, CA 90014 T & M I Jan-05 L.A. City/ Board of Public Works Earthquake Sewer Repair U283 & U340 Job #163 200 N. Spring St., Rm 355 Contract No. Los Angeles, CA 90012 j $1,518,916.00 I James Gibson I 213 978-0261 Mar-04 Mava Connell Install 6" Sewer Lateral Job #164 8401 Capistrano Avenue Agreement 3-8-04 Canoga, Park, CA 91304 $2,600.00 Mar-04 City of Lynwood Potholing - Lynwood/ Abbott Road Job#165 11330 Bullis Road $2,100.00 Lynwood, CA 90262 Sam Talebian (310) 338-3440 ext 14 Apr-04 Chuck Jahns I Install concrete pad 41'x7'x4" Job #166 1007 Ocean Avenue #5 Agreement 3-29-04 Seal Beach, CA 90740 $3,800.00 Job #167 L.A./Board of Public Works Hollywood Sewer Rehab Feb-05 200 N. Spring St., Rm 355 W.O. SZC11210 Los Angeles, CA 90012 $1,782,482.00 James Gibson 1 1 213 978-0261 Job References Page 2 Job #168 City of Beverly Hills Watermain Replacement Jan-05 455 N. Rexford Drive Beverly Hills, CA 90210 $790,921.00 David Gustayson 310 285-2506 Job #169 L.A./Board of Public Works On Call /Emergency Sewer Repair Aug-04 600 So. Spring St., Suite 1300 W.O. SZC11383 Los Angeles, CA 90014 T&M James Gibson 213 978-0261 Job #170 L.A./Board of Public Works Valerio St. Sewer Impr. Jan-05 600 So. Spring St., Suite 1300 W.O. #A'1 1 -E2000468 Los Angeles, CA 90014 $118,751.00 James Gibson 213 978-0261 Job #171 L.A./Board of Public Works Emerg Swr Repairs/ Bellevue Ave. May-05 600 So. Spring St., Suite 1300 SWC00230 Los Angeles, CA 90014 James Gibson 213 847-8766 Job #172 L.A./Board of Public Works EQ RPR SWRS U354 Oct-06 600 So. Spring St., Suite 1300 W.O. E2002938, E2002952-E2002967 Los Angeles, CA 90014 $1,242,810.00 John Saldin, Project Manager (213) 847-8556 Job #173 L.A./Board of Public Works Harbor Area CSRP Unit 6 Feb-05 600 So. Spring St., Suite 1300 W.O. SZC11158 Los Angeles, CA 90014 $1,586,864.00 Femi Oyewole 213 580-1382 Job #174 L.A./ Board of Public Works Emerg Swr/ Reeves St. Mar-05 200 N. Spring Street, Rm. 355 Contract: C-105082 W.O SZC11483 Los Angeles, CA 90012 T&M Charles Conyers 213 847-6480 PPR Northeast Wilshire Swr Rehab Jan-05 5525 E. Gibraltar Street W.O. SZC11303 Job #175 Ontario, CA 91746 T&M Mark Neumann 310 670-6904 L.A./Board of Public Works Hollywood Sewer Rehab Jan-05 200 N. Spring St., Rm 355 W.O. SZC11210 Job #176 Los Angeles, CA 90012 Sub for SoWest Pipeline James Gibson 213 978-0261 Job References Page 3 Job #177 Board of Public Works (Vista Del Mar /Emerg Storm Drain Apr-05 200 N. Spring St., Rm. 355 W.O. No. SZS11311 Los Angeles, Ca 90012 James Gibson 213 847-8766 Calleguas Municipal Water Distr. Bradley Rd.Lateral & Turnouts M2y-06 2100 Olsen Road I CMWD Specifications No. 435 Job #178 Thousand Oaks, CA 91360-6800 $3,656,125.00 Job #179 Kristine McCaffrey 1 805 526-9323 Mar-05 Bypass Move (Job 167) Swr Job #180 RePipe California ASRP Unit 283/340 5525 E. Gibralter PO 800185 Ontario, CA 91764 $30,000.00 Dora Maris 909 291-4050 Job #181 L.A. Board of Public Works Milner Rd Emergency S.D. "Mar-05 650 So. Spring St., Sutie 200 WO SZS11322 C-105082 Los Angeles, CA 90014-1911 $21,029.10 Job #182 City of Simi Valley EmergSwrProject/L.A. Ave & Sinalow May-05 2929 Tapo Canyon Road PO 4500011656 Simi Valley, CA 93063-2199 $544,287.26 Job #183 L.A. Board of Public Works Emerg.Swr U296-304 C-107988 Apr-06 600 Spring St., Rm. 1300 W.O. E2003366-74 E2003497-05 Los Angeles, CA 90014 Ajibola 213 847-5031 Job #184 City of Hermosa Beach Swr MH Const & Rehab Jul-05 1315 Valley Drive $342,063.38 Hermosa Beach, CA 90254 Tristan Malabanan 310 318-0228 Job #185 L.A. Bureau of Engineering Emerg Swr Rehab SZC11481 May-05 200 N. Spring St., Rm. 1736 Contract: C-105082 Holly Vista Los Angeles, CA 90012 $59,617.32 Job #186 Simi Soil Hauling Job #187 Simi Valley Dept of Public Works EmergSwrRepair/ LA Ave&Sinaloa May-05 2929 Tapo Canyon Road PO 4500011656 (Lining-3) Simi Valley, CA 93063 $204,090.29 Job References Page 4 Job #188 L.A. Board of PublicWorks Emerg Swr Repair C-105082 Jul-05 650 So. Spring St., Ste. 200 3rd Brunswick W.O. SWC00395 Los Angeles, CA 90014-1911 $141,080.65 Job #189 Calleguas Municipal Water District Air Vac Jun-05 2100 Olsen Road I P.O. #7645 Thousand Oaks, CA 91360-6800 $6,210.89 Kristine McCaffrey 1 805 526-9323 Job #190 Calleguas Municipal Water District Excavate & Replace Pipe J2n-06 2100 Olsen Road 1 $104,404.43 Thousand Oaks, CA 91360-6800 Kristine McCaffrey 805 526-9323 Job #191 L.A. Bureau of Engineering Carmar Storm Drain 200 N. Spring St., Rm. 1736 W.O. SZS11345 Los Angeles, CA 90012 $32,972.44 Joe Medello Job #192 Hermosa Beach Public Works Dept EmergSwrRepairs @ 320 Hermosa Avenue Jun-05 1315 Valley Drive I Extra Hermosa Beach, CA 90254-3885 $25,541.20 Tristan Malabanon 310 318-0228 Job #193 Southwest Pipeline & Trenchless Corp Harbor Unit 6 / Reach 33 labor cost Aug-05 539 West 140th Street $32,716.19 Gardena, CA 90248 Job #194 Calleguas Municipal Water District Excavation/Country Club Drive T&M Oct-05 $28,156.03 Job #195 Calleguas Municipal Water District Calleguas-Water Leak/ Agoura Rd. Jul-05 2100 Olsen Road I PO #7662 T&M Thousand Oaks, CA 91360 $21,150.24 Kristine McCaffey 805 526-9323 Job #196 Calleguas Municipal Water District Calleguas Creek T&M Aug-05 2100 Olsen Road 1 $3,235.79 Thousand Oaks, CA 91360 Kristine McCaffey 805 526-9323 Job #197 L.A. Bureau of Engineering Emerg Swr Repairs WO SZC11602 Nov-05 200 N. Spring St., Rm. 1736 C-105854 - Gresham Street Los Angeles, CA 90012 $50,454.37 Joe Medello Job References Page 5 Job #198 Calleguas Municipal Water District L.A. Ave&Shasta/ Moorpark Aug-05 2100 Olsen Road I IT&M Thousand Oaks, CA 91360 $10,810.85 Kristine McCaffey 805 526-9323 Job #199 Re -Pipe California, Inc. Dig Repair#69/sub for RePipe Sep-05 1200 North Spring St LA BPW Units 316/320 Los Angeles, CA $8,500.00 Job #200 Calleguas Municipal Water District Calleguas / Pothole SCE Sep-05 2100 Olsen Road I PO #7697 9-9-05 Thousand Oaks, CA 91360 $2,759.69 Kristine McCaffey 805 526-9323 Job #201 L.A. Dept. of Public Works Emerg Swr Rep / Front Street Dec-05 650 So. Spring St., Ste. 200 WO SZC11594 C-105082 Los Angeles, CA 90014-1911 T&M $79,677.00 Jerry King 562 921-1768 Job #202 Re -Pipe CA dba PPR PPR Repair / Rayen St. 10/17/05 Oct-05 5525 E. Gibraltar St. $9,685.04 Ontario, CA 91764 Frank Durazo 909 291-4050 Job #203 L.A. Dept of Public Works Emerg Swr Rep Laurel/Mulholland Dec-05 650 So. Spring St., Ste 200 WO SWC00491 C-105082 Los Angeles, CA 90014-1911 $39,831.78 L. Carovsk 213 580-1394 Job. #204 L.A. Dept of Public Works Sepulveda Emergency SD Mar-06 650 So. Spring St., Ste 200 W.O. SZS11356 C-105082 Los Angeles, CA 90014-1911 $156.229.03 Nassar Aabarifaro 818 374-4638 Job. #205 L.A. Dept of Public Works Seaside Pump T&M Dec-05 650 So. Spring St., Ste 200 SZC11534 Los Angeles, CA 90014-1911 $28,473.00 Guai Dam 213 580-1395 Job #207 Calleguas Municipal Water District PO #7731 Spec. 7000-A0222 Feb-06 2100 Olsen Road I Relocate Airvac in Simi Valley Thousand Oaks, CA 91360-6800 $17,668.89 Job References Page 6 Job #208 L.A. Dept of Public Works Emerg Swr Rep. - Front Street Apr-06 650 So. Spring St., Ste 200 WO SZC11594 C-105082 Los Angeles, CA 90014-1911 $1,639,048.00 Job #209 L.A. Dept of Public Works Utica Drive EmergencyStorm Drain Jul-06 650 So. Spring St., Ste 200 W.O. SZS11373 / C-105082 Los Angeles, CA 90014 T&M $138,178.60 Job #210 L.A. Dept of Public Works EmergSwrRep/ Front St "Bypass" Apr-06 650 So. Spring St., Ste 200 WO SZC11594 C-105082 Los Angeles, CA 90014 $245,659.00 Job #211 L.A. Dept of Public Works ESR-St.lves Drive (8707) WO SZC11634 Apr-06 650 So. Spring St., Ste 200 $29,987.43 Los Angeles, CA 90014 Job #212 L.A. Dept of Public Works San Fernando/Pasadena Swr Rehab Aug-06 650 So. Spring St., Ste 200 WO SZC11404 C-109563 Los Angeles, CA 90014 $348,727.70 Job #213 L.A. Dept of Public Works Emerg Swr Repair/ Front Street #3 Mar-06 650 So. Spring St., Ste 200 WO SZC11594 C-105082 Los Angeles, CA 90014 $345,534.00 #214 Brown/Caldwell Job. #215 L.A. Dept of Public Works ESR-10th Street SZC11645 M2r-06 1149 Broadway, Suite 700 File No. EMGY-405/8-1-1-1 Los Angeles, CA 90015-2213 C-206093 T&M $68,056.00 Jon M. Haskett 213 485-5864 L.A. Board of Public Works Miston Dr Emergency (Swr) beg 5-11-06 #216 200 N. Spring St., Rm 355 T&M $27,081.92 May-06 Los Angeles, CA 90012 Iraz Afzali 213 978-0262 Job #217 L.A. Dept of Public Works Lomita & Broad -Front Street Mar-06 200 N. Spring St., Rm 355 T&M WO SZC11645 C-105082 Los Angeles, CA 90012 $9,667.61 Lynn Cummings 213 978-0262 Job #218 Golden State Water GS Water/ Hawaiian Gardens Jun-06 1920 Corporate Way Contract 13931-000 Anaheim, CA 92801 $8,500.00 Elizabeth V McDonough Job References Page 7 Job #219 Golden State Water I GS Water /Culver City Sept-06 1920 W. Corporate Way Contract 13996-000 Anaheim, CA 92801 $4,000.00 Elizabeth V McDonough #220 L.A. Board of Public Works LA. Emergency /La Brea/Swr Jul-06 650 spring St., Suite 1300 T&M WO SZC11643 Los Angeles, CA 90014 $6,877.05 Job #221 City of Beverly Hills Sewer Main Repairs & Lining Oct-06 1455 N. Rexford Drive, Rm. G 10 Contract 5067 Hills, CA 90210 $289,158.00 [Beverly istan Malabanon 310 285-2512 Job. #222 City of Beverly Hills Water Main Replacement Project May-07 455 N. Rexford Drive, Rm. G10 Contract 10081 Beverly Hills, CA 90210 $2,396,933.00 Vincent Chee 310 285-2507 Job #223 Calleguas Municipal Water District (Brine Line Pothole-Calleguas) Aug-06 2100 Olsen Road I T&M Thousand Oaks, CA 91360 $24,441.21 Kristine MCCaffrey 805 579-7173 Job #224 Camerosa Water District CSUCI Distribution Pipeline Apr-07 7385 Santa Rosa Road Contract 175C-R Camarillo, CA 93012 $263,250.00 Chris Smith 805 482-8063 Job #225 City of Thousand Oaks Cl 4028 - Construction of Water Main Jan-07 2100 Thousand Oaks Boulevard Replacements Thousand Oaks, CA 91362 $947,116.00 Tom Pizza, Engineer 805 449-2430 Job #226 L.A. Board of Public Works AcclSwrRepProgram Unit 357 Sept-07 200 N. Spring St., Rm 355 W.O. #E2002714-E2002726 Los Angeles, CA 90012 $1,006,867.00 Job #227 Calleguas Municipal Water District Brine Line 1B Dec-06 2100 Olsen Road I T&M $10,159.51 Thousand Oaks, CA 91360-6800 Bob Beamer Job References Page 8 Job #228 L.A. Board of Public Works ESR Lanterman Terrace Nov-06 1149 S. Broadway,Suite 60 (Sewer) SZC11685 Los Angeles, CA 90015 T&M $68,502.09 Iraz Afzalil 213 486-5846 Job #229 Calleguas Municipal Water District Oak Park Recycled Water Reservoir Mar-07 2100 Olsen Road I Valve Vault - Specifications No. 401.2 Thousand Oaks, CA 91360-6800 T&M $62,857.78 Robert E. Beamer (805) 579-7118 Job #230 L.A. Board of Public Works Jessica Dr Sewer Improvement Feb-07 200 N. Spring St., Rm 355 No. A'11 - SZC11402 Los Angeles, CA 90012 $114,400.00 Job #231 Kaiser Construction Services Woodland Hills Kaiser Hospital Nov-06 *Kaiser/ Contracts Admin I Emergency Sewer Repair 393 Walnut, Street Pasadena, CA 91188 T&M $69,807.92 James H. Gilbert (818) 719-2645 Job #232 Camrosa Water District Hartman Ranch Non -potable Nov-06 7385 Santa Rosa Road Pipeline Project Camarillo, CA 93012 $59,500.00 Christopher M. Smith (805) 482-8063 Job #233 L.A. Board of Public Works ESR - Figueroa Street (4160) Feb-07 200 N. Spring St., Rm 355 SZC11689 T&M Los Angeles, CA 90012 not to exceed $375,000.00 Job #234 Calleguas Municipal Water District Sunset & Olson Conduit Project Dec-06 2100 Olsen Road I T&M 29,667.76 Thousand Oaks, CA 91360-6800 Job #235 L.A. Board of Public Works WO E2003612-E2003620 (U312) Sep-07 200 N. Spring St. Rm. 355 WO E2003620-E2003628 (U313) Los Angeles, CA 90012 $2,103,454.00 Job #236 City of Port Hueneme Port Hueneme Water Services Oct-07 250 N. Ventura Road $972,500.00 Port Hueneme, CA 93041 Stev Hickox 805 986-6566 Job #237 L.A. Board of Public Works ASRP Units 286 & 287 Oct-07 200 N. Spring St., Rm 355 W.O.# E2003605-611 & E2003629-641 Los Angeles, CA 90012 $1,391,245.00 Job References Page 9 Job #238 1 Calleguas Municipal Water District Emergency Pipeline Repair Apr-07 12100 Olsen Road I at Yosemite & Katherine Thousand Oaks, CA 91360-6800 T&M Job #239 L.A. Board of Public Works Project: ESR-51 ST, ET AL M2y-07 200 N. Spring St., Rm 355 W.O. SWC00635 Los Angeles, CA 90012 T&M Job #240 Calleguas Municipal Water District Emergency Pipeline Repair May-07 2100 Olsen Road I at Los Angeles Avenue, W. of Stearns Thousand Oaks, CA 91360-6800 T&M Job #241 Calleguas Municipal Water District Emergency Pipeline Repair - Simi Apr-07 2100 Olsen Road I T&M Thousand Oaks, CA 91360-6800 Shonna Sommers 805 526-9323 Job #242 Calleguas Municipal Water District Lake Bard Filtration Expansion Jun-07 2100 Olsen Road Thousand Oaks, CA 91360-6800 Job #243 City of Port Hueneme Pothole East of Bridge Jun-07 250 N. Ventura Road Port Hueneme, CA 93041 Job #244 Calleguas Municipal Water District Pre -Ozone Pipe Replacement Jun/07 2100 Olsen Road Thousand Oaks, CA 91360 Shonna Sommers 805 526-9323 Job #245 Kaiser Construction Services Kaiser Emergency Water Repair Aug-07 'Kaiser/ Contracts Admin I T&M 393 Walnut, Street Pasadena, CA 91188 Job #246 L.A. Board of Public Works Dalton Ave Emertency Sewer Repair Jun-07 200 N. Spring St., Rm 355 Los Angeles, CA 90012 Job #247 Job #248 City of Beverly Hills Sewer Impr at Foothill & Burton Way Jan-08 455 N. Rexford Drive Project #5068 Beverly Hills, CA 90210 $655,780.00 Tristan Malabanan 310 285-2512 Job #249 L.A. Board of Public Works Emergency Swr SWC00754 Aug-07 200 N. Spring St., Rm 355 Sherbourne-Paseo Miramar -Manning Los Angeles, CA 90012 T&M Job References Page 10 Job #250 Long Beach Water Department lAgrmt WD-2772 Sewer Impr Proj Mar-08 1800 E. Wardlow Road 10th/Lime and 15th/Gardenia Long Beach, CA 90807-4931 $979,130.00 Jimmy Chen, P.E. 562 570-2340 Job #251 City of Huntington Beach 2007-2008 Downtown Water Main in progress 2000 Main Street (PO Box 190) Replacement Project Huntington Beach, CA 92648 $3,108,618.95 Andrew Ferrigno, P.E. 714 536-5291 Job #252 City of Beverly Hills Water Valve Replacement on Nov-07 455 N. Rexford Drive Water Lines Beverly Hills, CA 90210 $106,714.76 Job #253 City of Beverly Hills Emergency/Water at Doheney & Schuyler Sep-07 455 N. Rexford Drive T&M Beverly Hills, CA 90210 Job #254 City of Beverly Hills Water/ 1084 Marilyn Dr Sep-07 455 N. Rexford Drive Beverly Hills, CA 90210 Job #255 L.A. Board of Public Works Bleeker St Emerg Storm Drain Repair Feb-08 200 N. Spring St., Rm 355 W.O. SZS11416 Contract: C-105082 Los Angeles, CA 90012 T&M Nasser Aarabifard, Project Engr 818 374-4638 Job #256 City of Thousand Oaks Pot Hole 16" at Kanan Road pending 2100 Olsen Road I T&M Thousand Oaks, CA 91360 Shawna Sommers 805 526-9323 Job #257 Calleguas Municipal Water District Valve Repair / Conifer St & Kanan Rd Nov-07 2100 Olsen Road I T&M Thousand Oaks, CA 91360 Shawna Sommers 805 526-9323 Job References Page 11 Job #258 L.A. Board of Public Works (SSRP) H27A Barham Blvd/Cahuenga Ter Apr-08 200 N. Spring St., Rm 355 W.O. SZC11579 Los Angeles, CA 90012 $882,581.00 Sergio Mejorado 213 847-0289 Job #259 Calleguas Municipal Water District Repair Air Vac @ Wildwood Park Jan-08 2100 Olsen Row- T&M Thousand Oaks, CA 91360 George Mulligan 805 579-7117 Job #260 Calleguas Municipal Water District Bridge/Hueneme Rd-Potrero Road Jan-08 2100 Olsen Road I T&M Thousand Oaks, CA 91360 Kristine McCaffrey 805 526-9323 Job #261 L.A. Board of Public Works San Pedro Sewer Renewal Program Unit 8 Mar-08 200 N. Spring St., Rm 355 W.O. E2000857 Los Angeles, CA 90012 $408,676.00 Roberto DeLeon, Project Manager 310 732-4667 Job #262 L.A. Board of Public Works ESR-Knowlton Street Alley in progress 200 N. Spring St., Rm 355 W.O. SZC11922 Los Angeles, CA 90012 T&M Job #263 L.A. Board of Public Works San Pedro St -92nd to Manchester Ave in progress 200 N. Spring St., Rm 355 Sewer Replacement W.O. E2000948 Los Angeles, CA 90012 $639,920.00 Job #264 L.A. Board of Public Works (SSRP) C09A Mandeville Canyon Rd & in progress 200 N. Spring St., Rm 355 Westridge Rd WO SZC11723 Los Angeles, CA 90012 $1,717,105,00 Desmond Lew, Project Mgr 213 485-1404 Job #265 L.A. Board of Public Works ESR-Knowlton Street Alley Apr-08 200 N. Spring St., Rm 355 W.O. SZC11922 Los Angeles, CA 90012 T&M (Cesar Chavez/Mathews) Job #266 L.A. Board of Public Works ESR-Knowlton Street Alley in progress 200 N. Spring St., Rm 355 W.O. SZC11922 Los Angeles, CA 90012 T&M (501 Bel Air Rd) Job #267 Job #268 L.A. Board of Public Works (SSRP) H29B Laurel Cyn Blvd & Kirkwood Dr pending 200 N. Spring St., Rm 355 W.O. SZC11719 Los Angeles, CA 90012 $1,435,811.00 Job References Page 12 Job #269 L.A. County Sanitation Districts Palos Verdes N. Slope Replacement Trunk pending 1955 Workman Mill Road Sewer, Section 1A (Phase II) Whittier, CA 90607 $2,386,850.00 Job #270 City of Beverly Hills Water Main Replacements pending 455 North Rexford Drive $2,249,930.00 Beverly Hills, CA 90210 Job References Page 13 �- City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For Annual Water Main Reliolacelr'raent Various Locations and Along Beach Boulevard June 6, 2008 Notice to All Bidders: Please note the following revision to the project, Specifications, and Technical Provisions: The following shall be deleted from the Specifications, Section C, page C-11: Project Bid Schedule H, Item No. 4., shall be deleted. 4. Install 24-inch steel casing in Clay Avenue across Beach Boulevard, with receiving pit and jacking pit 96 LF $ $� The following shall be added to Specifications, Section C, page C-11: Project Bid Schedule H, Item No, 4_, shall be added as follows: 4. 1 Not Used NA I �NA NA I NA Bid Proposals hand marked as shown herein will be accepted by the City. The following shall be amended from the Specifications, page is Shall be changed to: BIDS DUE: June 10, 200812:00 PM, 2ND FLOOR BIDS DUE: June 12, 2008, 2:00 PM, 2ND FLOOR a- — The following shall be amended from the Specifications, page A-1, paragraph 1: 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:OOPM, on June 10, 2008, Bids will be publicly open in the Council Chambers unless otherwise posted. Shall be changed to: 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 ofi•ice of the City Clerk, Second Floor, 2000 Main Street, Huntington Beach, California 92648, up to the hour of 2:OOPM, on June 12, 2008. Bids will be publicly open in the Council Chambers unless otherwise posted. This modification doss not change the Engineer's Estimate for this project. This is to acknowledge receipt and review of Addendum Number one, dated June 6, 2008. V u i l tM f i��►,a I V1 �, �riY� "'f lS� IvIL i — Company Name Efate All bidders must acknowledge the receipt of this Addendum with your bid proposal, Should you have any questions regarding this Addendum, please call Andrew Ferrigno at (714)536-5291. -2 a City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For Annual Water Main Replacement Various Locations and Along Beach Boulevard, CC1331 June 11, 2008 Notice to All Bidders: Please note the following revision to the project, Specifications, The following shall be deleted from the Specifications, Section C, page C-11: Project Bid Schedule H, Item No. 3., shall be deleted. 3. Install 12-inch Class 350 D.I. pipeline in Clay Avenue at Beach Boulevard 120 LF $ The following shall be added to Specifications, Section C, page C-11: Project Bid Schedule H, Item No. 3., shall be added as follows, 3. Not Used NA iVA NA NA Bid Proposals hand marked as shown herein will be accepted by the City. The following shall be amended from the Specifications, page is Shall be changed for BIDS DUE: June 12, 2008, 2:00 PM, 2ND FLOOR BIDS DUE: June 17, 2008, 2:00 PM, 2ND FLOOR -1 The following shall be amended from the Specifications, page A-1, paragraph 7: 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:OOPM, on June 12, 2008. Bids will be publicly open in the Council Chambers unless otherwise posted. Shall be changed to: 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:OOPM, on June 17, 2008. Bids will be publicly open in the Council Chambers unless otherwise posted. This modification does not change the Engineer's Estimate for this project. This is to acknowledge receipt and review of Addendum Number one, dated June 6, 2008. Ldit" �-s- Company Name I By Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Andrew Ferrigno at (714)536-5291, -2 Bid Bond SURETY DEPARTMENT THE HARTFORD KNOW ALL MEN BY THESE PRESENTS, That we, WILLIAMS PIPELINE CONTRACTORS, INC. as Principal, hereinafter called the Principal, and the HARTFORD FIRE INSURANCE COMPANY a corporation created and existing under the laws of the State of........CONN.EC.TI.CU.T.......................... whose principal office is in HARTFORD—CONNEC.TICUT... 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 AMOUNT BID Dollars ($----10%---- ), for the payment of which sum, well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Whereas, the Principal has submitted a bid for WATER MAIN REPLACEMENT, VARIOUS LOCATIONS AND ALONG BEACH BOULEVARD. CASH CONTRACT NO. 1331 NOW, THEREFOREi-if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee In accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shalt pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this.......... 9TH......................day of.........MAY................................................................................................................A.D. t9.2QQ$ Witness ..................... WILLIAMS PIPELINE CONTRACTORS, (SEAL) ................................................................................................................................................................................. (if Individual) , (Principal) B� '.. .......................(SEAL) OHN WILLIAMS , P DENT (rue) AtteSt..........................:.................................................................................... .................I.......... .................................................................................................(SEAL) (It corporaticn) ............................................................................................................................. (SEAL) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA County of ORANGE On MAY 9, 2008 before me, D.J. PICARD NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared JOHN H. WILLIAMS Name(s) of Signer(s) ;I-Cornin. E p. Aug 28, 2010 Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(5) whose name(8) is/apa subscribed to the within instrument and acknowledged to me that he/shelf cy executed the same in hislhaWthek authorized capacity(ies), and that by his/}amAkek 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 ha n and a e Signature Signature ota PuW 7 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: MAY 9, 2008 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: JOHN H. WILLIAMS ❑ Individual 9 Corporate Officer — Title(s): PRESIDENT ❑ Partner -- ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: WILLIAMS PIPELINE CONTRACTORS, INC. Number of Pages: ❑ Other: Signer Is Representing: 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 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA County of ORANGE On MAY 8, 2008 Date personalty appeared before me, CYNTHIA S. WOZNEY NOTARY PUBLIC Here Insert Name and Title of the officer D.J. PICARD CYNTHIA S.1 OZNEY c fn,4. ##1670733 P "t Nc-- Public -California 1, ORANGE COUNTY � a My r omm. Exp. June 25, 2fltfl of who proved to me on the basis of satisfactory evidence to be the person(s) whose name(g) istz�cjs subscribed to the within instrument and acknowledged to me that he/ghf5ltll" executed the same in his%MrAM K authorized capacity(w), and that by his/ike0kak signature(g) on the instrument the person(%), or 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 hyyand official I. Signature Place Notary Seal Above { p�� p Signal e of Not Publi OPTl O A L 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: MAY 9, 2008 Number of Pages:- 1 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: D.J_ PICARD ❑ Individual ❑ Corporate Officer Title(s): ❑ Partner - ❑ Limited ❑ General FYI Attorney in Fact ❑ Trustee (_.i Guardian or Conservator ❑ Other: Signer Is Representing: HARTFORD FIRE INSURANCE COMPANY _ Signer's Name: i...J individual ❑ Corporate Officer [__l Partner L_.] Limited l..=l General ❑ Attorney in Fact Trustee L 1 Guardian or Conservator l__1 Other: Signer Is Representing: ``U- 2007 National Notary Association • 9350 Oe Soto Ave . P.O. Box 2402 • Chatsworth.. CA 91313-2402 - www.NahonaiNotary ory Item 45907 Reorder Call Toll -Free 1-800-876-6327 HARTFORD, CONNECTICUT 06115 ® Hartford Fire Insurance Company Twin City Fire Insurance Company Hartford Casualty Insurance Company Hartford Insurance Company of Illinois 0 Hartford Accident and Indemnity Company Hartford Insurance Company of the Midwest Hartford Underwriters Insurance Company Hartford Insurance Company of the Southeast 0 KNOW ALL PERSONS BY THESE PRESENTS THAT the Hartford Fire Insurance Company, Hartford Accident and Indemnity Company and Hartford Underwriters Insurance Company, corporations duly organized under the laws of the State of Connecticut; Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois; Hartford Casualty Insurance Company, Twin City Fire Insurance Company and Hartford Insurance Company of the Midwest, corporations duly organized under the laws of the State of Indiana; and Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida; having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of unlimited. Todd M. Rohm, D. J. Picard, Cathy S. Kennedy, Beata A. Sensi, Sejal P. Lange, Cynthia S. Wozney of Orange, CA their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on September 12th, 2000, the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. 7V1 ~«n r��' t' r. -•'��. stuce.cvr, �b1at0> ,t`g. 9 �,� "'�`� 9�.�` "� Paul A. Bergenholtz, Assistant Secretary STATE OF CONNECTICUT ss. Hartford COUNTY OF HARTFORD Colleen Mastroianni, Assistant Vice President On this 251h day of October, 2002, before me personally came Colleen Mastroianni, to me known, who being by me duly sworn, did depose and say: that she resides in the County of Hartford, State of Connecticut; that she is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that she knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that she signed her name thereto by like authority. 4 Qg ° > " Scott E. Paseka Notary Public CERTIFICATE My Commission Expires October 31, 2007 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of MAY 9, 2008. Signed and sealed at the City of Hartford. QaS� �Nfl[f cr• �mi1M1► %» Yves Cantin. Assistant Vice President