Loading...
HomeMy WebLinkAboutMamco Inc. dba Alabbasi - 2014-01-21RECEIVED BY: (Name) (Date) TO: FROM: DATE: SUBJECT City Treasurer City Clerk CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office after signing/dating N CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION - s Bond Acceptance I have received the bonds for CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. Payment Bond (Labor and Materials) Bond No. Warranty or Maintenance Bond No. TRACT AND DEVELOPMENT Faithful Performance Bond No. Labor and Material Bond No. Guarantee and Warranty Bond No. Monument Bond No. Franchise Bond No. Letter of Credit Bond No. Other Re: Tract No. CC No. / �6- MSC No. Other No. g:/forms/bond transmittal to treasurer Name) 7/ 7 Approved 7 l (Council Approval Date) Agenda Item No. 7 __\ City Clerk Vault No. 6o • .J U SIRE System ID No. G City of. Huntington Beach INTER -DEPARTMENT COMMMUNICATION HUNTINGTON BEACH TO: THOSE LISTED HEREON FROM: David Verone Contract Administrator DATE: 10/30/2014 SUBJECT: Retention Release Payment Company Name: Mamco Inc dba Alabbasi Const. and Engineering Address: 16810 Van Buren Blvd, Suite 200 City, State and Zip Code: Riverside, CA 92504 Phone Number: (951) 776-9300 Business License Number:A288409 Local Address: N/A Notice of Completion Date:7/21/2014 Contract Purpose: CC1443 -Furnish and install Sewer Main on Beach Between Slater and Ellis The conformed copy of the Notice of Completion for the above contract has been filed The thirty-five (35) day waiting period has elapsed or will elapse before payment is made. Processing of the retention payment is recommended so long as no stop notices or outstanding invoices are on file with the City. I certify that no stop notices are on file on the subject at�thi� time. Date Travis K. Hop in , Public Works Director I certify that there are no outstanding invoices on file. IlILd,4 Date Jo-y-c-`&'Z4cWs,'D6p6ty.. 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. Date Joan Flynn, City Clerk � f0 Retention_Release_Payment.doc 11/3/2014 7:30:00 AM Certification of Compliance with Title Vff of the Civil Rights Act and Equal Employment Opportunity Act of 1972 To: City of Huntington- Beach Department of Public Works 204o 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: Cc - . a Project Beach Boulevard Sewer Improvements Ellis Avenue to S1 at r Atrae The undersigned contractor on the above -referenced project ("Project") hereby certifies that it has complied with Title V11 of the Civil Rights Act, the Equal 0(sportunity 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 establisbraeats on the basis of race, creed, color, sex, national origin, age or disability (with the exception of access for the disabled). I declare wider penalty of perjury under the laws of the State of California that the foregoing is true and correct. Bxecuted this 2nd day of October 22014, at Riverside , California. - Mamco, Inc. dba Alabbasi. (y pe Contractor Nkjjr [r5$ e Name] Title: (Type Title) 1 FILMN -Rumzi AlAbbasi Vice President Certification of Compliance with. Prevailing Wage Laws To: City of Huntington Beach Department ofPublic Works 2000 Main Street/P.O. Box 190 Huntington Beach, CA 92648 Re: Contract: Certifcation of Compliance with prevailing Wage Laws CC No. 1443 Project: Beach Boulevard Sewer Improvements Ellis Avenue to Slater Avenue 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 Dave been paid pursuant to the zninh-n 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 Calif'drnia, 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 2nd day of October , 2014 , at Riverside , California. Mamco, Inc. dba Alabbasi (Type Contractor Name) -Rumzi AlAbbasi B : Vice President e: [Type Name] Titlb: [Type Title] =A WOW CITY AMRNSY 1 205011 -ris o ". ab • DIP Rumzi AlAbbasi (Plume of DedaranO state and certify that: 1. Mamco, Inc. dba Alabbasi is the general contractor to the City of Huntington Beach ("City") on Contract No. 1443 (the "Contract") for the, construction of the public work of improvement entitled: Beach Boulevard Sewer Improvements Ellis Avenue to Slater Avenue (the'Trojec-t") 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 Contrast). 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'VONF): 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"): NONE I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed at Riverside, CA APPROVED AS TO. FORM on =(Sigriatur. 20 14. i ,alb '"il.) 3 . Zo• 4LP Name: [Type Name} Title: [Type Title] 2014.1 RECEIVED BY: (Name) (Date) TO: FROM: DATE: SUBJECT CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office after signing/dating CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION City Treasurer City Clerk Bond Acceptance I have received the bonds for (Company Name) CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. Payment Bond (Labor and Materials) Bond No. Warranty or Maintenance Bond No. l / �J 717 — TRACT AND DEVELOPMENT Faithful Performance Bond No. Labor and Material Bond No. Guarantee and Warranty Bond No. Monument Bond No. Franchise Bond No. Letter of Credit Bond No. Other Re: Tract No. CC No. MSC No. Other No. g:/forms/bond transmittal to treasurer Approved Agenda Item No. City Clerk Vault No. SIRE System ID No (Council Approval Date) EXECUTED IN DUPLICATE MAINTENANCE BOND KNOW ALL MEN BY THESE PRESENTS: Bond No., 9118717-M Premium is Included in Performance Bond That: Mamco Inc., dba Alabbasi ieontraetors name] 16810 Van Buren Blvd Ste 200; Riverside, CA 92504 [contractors street address, city and state and zlp code] as Principal (hereinafter called Contractor), and: Fidelity and Deposit Company of Maryland isurey's name] 777 South Figueroa Street, Suite 3900 Los Angeles, CA 90017 r[surety's street address, city and state and zip code] a corporation organized and existing under the laws of the State of Maryland with its principal office in the City of Schaumburg, Illinois as Surety (hereinafter called Surety), are held firmly bound unto CITY OF HUNTINGTON BEACH as Obligee (hereinafter called Owner), in the amount of Two Million Twenty Four Thousand and Twenty Four Dollars ($ 2,024,024 ), for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents, WHEREAS, Contractor has by written agreement dated January 21 2014 entered into a contract with Owner for the Sewer Improvement Project Along Beach Blvd From STA: 0+00 to STA 53+18 Ellis Ave to Slater Ave, per Construction Contract No. 1443 in accordance with drawings and specifications prepared by the City of Huntington Beach which contract is by reference made a part hereof (hereinafter referred to as the Contract); and WHEREAS, the Contract provides that the principal will guarantee, for a period of one year, the work performed as part of the Contract from and against all defects in materials and workmanship; and WHEREAS, the Contract also provides that the Contractor shelf secure Contractor's obligations during the one- year period with a bond executed by a surety duly admitted in the state of California; and WHEREAS, the Contract has been completed, and the Owner, Contractor and Surety agree that the commencement date for this Guarantee and Bond shall be July 21 st , 2014 . NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Contractor shall, for a period of one year from and after the date of completion and acceptance of the Contract by Owner, repair and/or replace any and all defects arising in the Work, whether resulting from defective materials or defective workmanship, then this obligation shall be null and void; otherwise it will remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the Surety shall, within thirty (30) following Owner's written notice of default, either: (a) remedy the default, or (b) shall promptly complete the Contract in accordance with its terms and conditions. Surety shall save the Owner harmless from any claims, judgments, liens or losses arising from the Surety's failure to either remedy the default or to complete the Contract in accordance with its terms and conditions in a timely manner. Whenever the Principal shall be, and declared by the Owner to be in default under the Contract, which shall Include without limitation, any breach or default of the Contract, then, after written notice from the Owner to the Surety, as provided for below, the Surety shall either: (a) remedy the default or breach by the Principal; or (b) shall promptly and faithfully take charge of the Work and complete the. Work in accordance with the requirements of the Contract with a contractor other than the Principal, at its own expense, and make available to-2567/50593 as work progresses sufficient funds to pay the cost of completion less the unpaid balance of the Contract including other costs and damages for which the surety may be liable hereunder, provided, however, that the procedure by which the Surety undertakes to discharge its obligations under this Bond shall be subject to the advance written approval of the Owner. Within thirty (30) days after Surety's receipt of a written notice from Owner of the failure of performance of the Contract by the Principal, it shall be the duty of the Surety to give to the Owner a notice, in writing, of the Surety's election to (a) remedy the default(s) of the Principal promptly, or (b) arrange for performance of the Contract promptly by a contractor other than the Principal, time being of essence to this Bond. In said Notice of Election, the Surety shall state the date of commencement of its cure or remedy of the Principal's default(s) or its performance of the Contract. The Surety's obligations for cure or remedy, include but are not limited to: correction of defective work and compWon of the Contract, additional legal, design professional and delay costs arising from Surety's actions or failure to act, and liquidated damages (or If no liquidated damages are specified in the Contract, actual damages caused by delayed performance or non- performance by the Principal). The Surety shall give prompt written notice to the Owner upon completion of the cure or remedy of the Principal's default(s) of its performance of the Contract. If the Surety does issue its Notice of Election and does not proceed to cure or remedy the Principal's defaults) of its performance of the Work within thirty (30) days after receipt of a written notice from Owner, Surety shall be deemed to be In default on this bond, and the Owner shall be entitled to enforce any remedy available to Owner. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner named herein or the successors of Owner. Signed and sealed this 4th day of August , 2Q14 Principal Raised Corporate Seal [MUST BE AFFIXED] Principal Raised Corporate Seal [MUST BEAFFIXED] NOTES; 1. Acknowledgments must be completed and returned as part of the bond. 2. Raised Corporate Seals are mandatory. 3. Please attach Power of Attorney. 10 2567150583 Mamco Inc., dba Alabbasi (Contractor Name) B . (Seal) ALAi z ; Uct 51 0 Ae (Title) Fidelity and Deposit Company of Maryland_ (Surety Name) gym �� Rh6nda�Abe,Attorney-in- act 2 Z STOFEl►RitliGRATH, City AtkOq- 1 CERTIFICATE OF ACKNOWLEDGMENT State of California County of Riverside On 95)_A/ before me, Kim A. DeRosia, Notary Public (Here insert name and title of the officer) personally appeared Rumzi Alabbasi who proved to me on the basis of satisfactory evidence to be the person(s) whose names) Is subscribed to the within instrument and acknowledged to me that ew"Wy executed the same in is, . authorized capacity(ies*, and that by is ' signature(s) on the instrument the person(s), 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 hand and official seal. , •:*- KlM A. DEROS6A _ Commission Na.2066540 NOTARY PUBLIC-CALIFORNIA .. J (Not RIVERSIDE COUNTY Signature of Notary Public Wily Comm. Expires MAY 2, 2010 ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Number of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the notary section or a separate acknaivledgment form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of California. In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in California (i.e. certifying the authori=ed capacity of the signer). Please check the document carefully for proper notarial ivording and attach this form if required. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his. or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/t4ey- is /are ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document 2008 Version CAPA v12.10.07 800-873-9865 www.NotaryClasses.com CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Orange On AUG 04 2014 before me, K. Luu, Notary Public Data HM bW WdTim of 6.oftff personally appeared Rhonda C . Abel ae K. LUU Commission # 1955906 e o Z Notary Public California D z� orange County My Comm. Expires Nov 6, 2015 who proved to me on the basis of satisfactory evidence to be the person($) whose name($) is/W subscribed to the within instrument and acknowledged to me that WsheRW executed the same in dhs/her/Wdt authorized capacity(M), and that by MfterFlWAF 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. Signature ft= No" SoW AbM egnan,re a No" Pubk e�i t _. ---- __ . -- - --- _ _ Though the information below is not required by taw, it may prom valuabie to persons retying on the dorxrment and ooud prevent haudulant removal and reaftachrnent of fake farm 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(a) Signer's Name: ❑ Individual 0 Corporate Officer — Tille(s): _ ❑ Partner — 0 Limited 0 General n Attorney in Fact 0 Trustee ❑ Guardian or Conservator 0 Other: Signer Is Representing: 1 {TT,iJ 7Br P. ;'.T: aiEsicr�E� Number of Pages: Signer's Name: 0 Individual • Corporate Officer — Thle(s): • Partner - 0 Limited 0 General _ ❑ Attorney in Fact ° Top of thumb here ❑ Trustee ❑ Guardian or Conservator 0 Other: Signer Is Representing: P.QB°s 2�2 02007 tad ND" D" Aamdaftn- MW 08 SOW Ave.. •Chsb a h. CA 91313.2402- mNgbraN oWya g IOom M07 P4ords : C a9Tb"m 1.80D.678w8W ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint James A. SCHALLER, Mike PARIZINO, Rachelle RHEAULT, Rhonda C. ABEL, Kim LUU, Jeri APODACA and Heather SALTARELLI, all of Newport Beach, California, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 9th day of July, A.D. 2013. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND U„y{,�h 'wC OL�py.� �.•GPId iHSU� ti 4 p• i `2�paroq��p..tCO- SEAL y b jQ_ Sog�1 low at� a �%. ~n•u.npP•p Assistant Secretary Vice President Eric D. Barnes Thomas 0. McClellan State of Maryland City of Baltimore On this 9th day of July, A.D. 2013, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, THOMAS O. MCCLELLAN, Vice President, and ERIC D. BARNES, Assistant Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly swom, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written I; C+'1i •'':Ep Maria D. Adamski, Notary Public My Commission Expires: July 8, 2015 POA-F 012-9310Q ,PLEASE COMPLETE THIS INFORMATION This Document was electronically recorded by City of Huntington Beach RECORDING REQUESTED BY: WHEN RECORDED MAIL TO: CITY OF HUNTINGTON BEACHV Attn: David Verone P.O. Box 190 — 2000 Main Street Huntington Beach, CA 92648 TITLE OF DOCUMENT Recorded in Official Records, Orange County Hugh Nguyen, Clerk -Recorder 1111111111111111111111111111111111111111111111111 JillNO FEE 2014000307031 10:52am 07/31/14 93 Sec4 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 THIS SPACE FOR RECORDER'S USE ONLY NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN by the City of Huntington Beach, owner in fee, 2000 Main Street, Huntington Beach, CA 92648, that the contract heretofore awarded to Alabassi, Inc. who was the company thereon for doing the following work to - wit: BEACH BOULEVARD SEWER IMPROVEMENTS, CONSTRUCTION CONTRACT-1443 That said work was completed July 21, 2014 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 July 25, 2014, per City Council Resolution No. 2003-70 adopted October 6, 2003. That upon said contract Fidelity and Deposit Company of Maryland 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 July 25, 2014. ir—e ci6r of Pu is ks i Engineer City of Huntington Beach, California STATE OF CALIFORNIA) County of Orange ) ss: City of Huntington Beach ) I,' the undersigned, say: I am an Agent of the City of Huntington Beach, owner in fee, in the foregoing NOTICE OF COMPLETION. I have read said NOTICE ,OF COMPLETION and know the contents thereof; the same is true of my knowledge. I declare under penalty of perjury that the foregoing is true and correct, and that said NOTICE OF COMPLETION was duly and regularly ordered to be recorded in the Office of the County Recorder of Orange County. Dated at Huntington Beach, California, this July 25, 2014. Director of Public Works or City Engineer This document is solely the official business of City of Huntington Beach, California the City of Huntington Beach, as contemplated under Government code section. 6103 and should be recorded free of charge. THIS PAGE IS ADDED TO PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION (Additional recording fee applies) "'f" s ` ,.. RECEIVED BY:,",� '(Name) �e;;/ � (Datefl / TO: FROM: DATE: SUBJECT: City Treasurer CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office after signing/dating CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION City Clerk C/ Bond Acceptance I have received the bonds for (Company Name) CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. Payment Bond (Labor and Materials) Bond No. Warranty or Maintenance Bond No. TRACT AND DEVELOPMENT Faithful Performance Bond No. Labor and Material Bond No. Guarantee and Warranty Bond No. Monument Bond No. Franchise Bond No. Letter of Credit Bond No. Other Re: Tract No. CC No. MSC No. Other No. g:/forms/bond transmittal to treasurer Approved (Council Approval Date) Agenda Item No. City Clerk Vault No. �i%��• , SIRE System ID No. {�C-U CITY FUNDED CONSTRUCTION CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND MAMCO, INC. DBA ALABBASI FOR BEACH BOULEVARD SEWER IMPROVEMENTS TABLE OF CONTENTS Page No. 1. STATE OF WORK; ACCEPTANCE OF RISK 1 2. ACCEPTANCE OF CONDITIONS OF WORK; PLANS 2 3. COMPENSATION 4 4. COMMENCEMENT OF PROJECT 4 5. TIME OF THE ESSENCE 4 6. CHANGES 5 7. NOTICE TO PROCEED 6 8. BONDS 6 9. WARRANTIES 7 10. INDEPENDENT CONTRACTOR 7 11. LIQUIDATED DAMAGES/DELAYS 7 12. DIFFERING SITE CONDITIONS 9 13. VARIATIONS IN ESTIMATED QUANTITIES 10 14. PROGRESS PAYMENTS 11 15. WITHHELD CONTRACT FUNDS, SUBSTITUTION OF SECURITIES 11 16. AFFIDAVITS OF SATISFACTION OF CLAIMS 12 17. WAIVER OF CLAIMS 12 18. INDEMNIFICATION, DEFENSE, HOLD HARMLESS 12 19. WORKERS' COMPENSATION INSURANCE 13 20. INSURANCE 14 21. CERTIFICATES OF INSURANCE; ADDITIONAL INSURED 14 22. NOTICE OF THIRD PARTY CLAIM 15 23. DEFAULT & TERMINATION 16 24. TERMINATION FOR CONVENIENCE 16 25. DISPOSITION OF PLANS, ESTIMATES AND OTHER 17 26. NON -ASSIGNABILITY 17 27. CITY EMPLOYEES AND OFFICIALS 17 28. STOP NOTICES 17 29. NOTICES 18 30. SECTION HEADINGS 18 31. IMMIGRATION 19 32. LEGAL SERVICES SUBCONTRACTING PROHIBITED 19 33. ATTORNEY'S FEES 19 34 INTERPRETATION OF THIS AGREEMENT 19 35. GOVERNING LAW 20 36. DUPLICATE ORIGINAL 21 37. CONSENT 21 38. SURVIVAL 21 39. MODIFICATION 21 40. SIGNATORIES 21 41. ENTIRETY 21 CITY FUNDED CONSTRUCTION CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND MAMCO, INC. DBA ALABBASI FOR BEACH BOULEVARD SEWER IMPROVEMENTS 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 Mamco, Inc. dba Alabassi, a California Corporation, hereinafter referred to as "CONTRACTOR." WHEREAS, CITY has solicited bids for a public works project, hereinafter referred to as "PROJECT," more fully described as Beach Boulevard Sewer Improvements in the City of Huntington Beach; and CONTRACTOR has been selected to perform said services, NOW, THEREFORE, in consideration of the promises and agreements hereinafter made and exchanged, the parties covenant and agree as follows: 1. STATEMENT OF WORK; ACCEPTANCE OF RISK CONTRACTOR shall complete and construct the PROJECT pursuant to this Agreement and the Contract Documents (as hereinafter defined) and furnish, at its own cost and expense, all labor, plans, tools, equipment, supplies, transportation, utilities and all other items, services and facilities necessary to complete and construct the PROJECT in a good and workmanlike marmer. CONTRACTOR agrees to fully assume the risk of all loss or damage arising out of the nature of the PROJECT, during its progress or prior to acceptance by CITY, from the action of the elements, from any unforeseen difficulties which may arise or g/agree/surf iet/cityconst 1 of 22 12/11 be encountered in the prosecution of work, and for all other risks of any description in connection with the work, including, but not limited to, all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as are herein expressly stipulated to be borne by CITY, and for well and faithfully completing the work within the stipulated time and in the manner shown and described in this Agreement, and in accordance with the requirements of CITY for the compensation set forth in the accepted bid proposal. 2. ACCEPTANCE OF CONDITIONS OF WORK; PLANS AND SPECIFICATIONS CONTRACTOR acknowledges that it is fully familiar with all the terms, conditions and obligations of this Agreement and the Contract Documents (as defined below in this Section), the location of the job site, and the conditions under which the work is to be performed, and that it enters into this Agreement based upon its thorough investigation of all such matters and is relying in no way upon any opinions or representations of CITY. It is agreed that the Contract Documents are incorporated into this Agreement by this reference, with the same force and effect as if the same were set forth at length herein, and that CONTRACTOR and its subcontractors, if any, shall be bound by the Contract Documents insofar as they relate in part or in any way, directly or indirectly, to the work covered by this Agreement. "Contract Documents" as defined herein mean and include: A. This Agreement; B. Bonds covering the work herein agreed upon; g/agree/surfnet/cityconst 2 of 22 12/11 C. The CITY's standard Plans and Specifications and special contractual provisions, including those on file in the office of the Director of Public Works of CITY and adopted by the City Council, and any revisions, amendments or addenda thereto; D. The current edition of Standard Specifications for Public Works Construction, published by Builders' News, Inc., 10801 National Boulevard, Los Angeles, CA 90064, and all amendments thereto, written and promulgated by the Southern California chapter of the American Public Works Association and the Southern California District Associated General Contractors of the California Joint Cooperative Committee; E. Bid documents including the Notice Inviting Bids, the Special Instructions to Bidders and the CONTRACTOR's proposal, (which is attached hereto as Exhibit "A" and incorporated herein by this reference); F. The particular Plans, Specifications, Special Provisions and Addenda applicable to the PROJECT. Anything mentioned in the Specifications and not indicated in the Plans or indicated in the Plans and not mentioned in the Specifications, shall be of like effect as if indicated and mentioned in both. In case of a discrepancy between any Plans, Specifications, Special provisions, or Addenda, the matter shall be immediately submitted by CONTRACTOR to the Department of Public Works of CITY (hereinafter referred to as g/agree/surfnet/cityconst 3 of 22 12/11 "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 Two million twenty four thousand twenty four dollars Dollars ($2,024,024.00), 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 within one hundred and ten (110) consecutive working days 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/suffnet/cityconst 4 of 22 12/11 CONTRACTOR shall prepare and obtain approval as required by the Contract Documents for all shop drawings, details and samples, and do all other things necessary and incidental to the prosecution of its work in conformance with the progress schedule set forth in the Contract Documents. CONTRACTOR shall coordinate its work with the work of all other contractors, subcontractors, and CITY forces working on the PROJECT in a manner that will facilitate the efficient completion of the PROJECT and in accordance with the terms and provisions of this Agreement. CITY shall have complete control of the premises on which the work is to be performed and shall have the right to decide the time and order in which the various portions of the work shall be performed and the priority of the work of other contractors, subcontractors and CITY forces and, in general, all matters concerning the timely and orderly conduct of the work of CONTRACTOR on the premises. 6. CHANGES CONTRACTOR shall adhere strictly to the plans and specifications set forth in the Contract Documents unless a change therefrom is authorized in writing by DPW. CONTRACTOR agrees to make any and all changes, furnish materials and perform all work necessary within the scope of the PROJECT as DPW may require in writing. Under no condition shall CONTRACTOR make any changes without the prior written order or acceptance of DPW, and CITY shall not pay any extra charges made by CONTRACTOR that have not been agreed upon in writing by DPW. When directed to change the work, CONTRACTOR shall submit immediately to DPW a written cost proposal reflecting the effect of the change. Should DPW not agree to such cost proposal, the work shall be performed according to the g/agree/surfnet/cityconst 5 of 22 12/11 changes ordered in writing by DPW and the proper cost thereof shall be negotiated by the parties upon cost and pricing data submitted by CONTRACTOR; thereupon, CITY will promptly issue an adjusted change order to CONTRACTOR and the contract price will be adjusted upward or downward accordingly. 7. NOTICE TO PROCEED No work, services, material, or equipment shall be performed or furnished under this Agreement unless and until a Notice to Proceed has been given to CONTRACTOR by CITY. CITY does not warrant that the work will be available on the date the Notice to Proceed is issued. In the event of a delay in commencement of the work due to unavailability of the job site, for any reason, relief to CONTRACTOR shall be limited to a time extension equal to the delay due to such unavailability. 8. BONDS Only bonds issued by California admitted sureties will be accepted. CONTRACTOR shall, prior to its performance of this Agreement, furnish the following two (2) bonds approved by the City Attorney: One in the amount of one hundred percent (100%) of the contract price to guarantee the CONTRACTOR's faithful performance of the work, and one in the amount of one hundred percent of the contract price to guarantee payment of all claims for labor and materials furnished. In addition, CONTRACTOR shall submit to CITY a bond in the amount of one hundred percent (100%) of the final contract price, including all change orders, to warrant such performance for a period of one (1) year after CITY's acceptance thereof within ten (10) days of filing of the Notice of Completion. g/agree/surfnet/cityconst 6 of 22 12/11 9. WARRANTIES CONTRACTOR unconditionally guarantees all work done under this Agreement including, but not limited to, any workmanship, installation, fabrication, material or structural facilities constructed. CONTRACTOR, within ten (10) days after notice by CITY of any defect in the work, shall have the option to make appropriate repairs or replace the defective item or items. Upon expiration of such ten (10) day period, CITY may then make appropriate repair or replacement at CONTRACTOR's risk and own cost and expense. 10. INDEPENDENT CONTRACTOR It is understood and agreed that CONTRACTOR is, and shall be, acting at all times hereunder as an independent contractor and not an employee of CITY. CONTRACTOR shall secure at its own cost and expense, and be responsible for any and all payment of all taxes, social security, state disability insurance compensation, unemployment compensation and other payroll deductions for CONTRACTOR and its officers, agents and employees and all business licenses, if any, in connection with the PROJECT and/or the services performed hereunder. 11. LIQUIDATED DAMAGES/DELAYS It is agreed by the parties hereto that in case the total work called for hereunder is not in all parts and requirements finished or completed within the number of calendar days as set forth herein, damage will be sustained by CITY; and that it is, and would be, impractical and extremely difficult to ascertain and determine the actual damage which CITY would sustain in the event of and by reason of such delay. It is, therefore, agreed that CONTRACTOR will pay to CITY, as liquidated damages and not as a penalty, g/agree/surfnet/cityconst % of 22 12/11 the sum of Two thousand Dollars ($2,000.00) 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/surfhet/cityconst 8 of 22 12/11 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 fiunishing 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 a result of g/agree/surfnetkityconst 9 of 22 12/11 such conditions, an equitable adjustment shall be made and the agreement modified in writing accordingly. B. Time Extension: No claim of CONTRACTOR under this Section shall be allowed unless CONTRACTOR has given the notice required hereunder provided, however, the time prescribed therefor may be extended by CITY. 13. VARIATIONS IN ESTIMATED QUANTITIES The quantities listed in the bid schedule will not govern final payment. Payment to CONTRACTOR will be made only for the actual quantities of contract items used in construction of the PROJECT, in accordance with the plans and specifications. Upon completion of the PROJECT, if the actual quantities used are either more than or less than the quantities listed in the bid schedule, the bid price shall prevail subject to the provisions of this Section. DPW may, at its sole discretion, when warranted by the facts and circumstances, order an equitable adjustment, upwards or downwards, in payment to CONTRACTOR where the actual quantities used in construction of the PROJECT are in variation to the quantities listed in the bid schedule. No claim by CONTRACTOR for an equitable adjustment in price or time for completion shall be allowed if asserted after final payment under this Agreement. If the quantity variation is such as to cause an increase in the time necessary for completion, DPW shall ascertain the facts and circumstances and make such adjustment for extending the completion date as in its sole judgment the findings warrant. g/agree/surfnet/cityconst 10 Of 22 12/11 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, five percent (5%) will be deducted and retained by CITY and the remainder of the progress estimate, less the amount of all previous payments since commencement of the work, will be paid to CONTRACTOR. When CONTRACTOR has, in the judgment of DPW, faithfully executed fifty percent (50%) or more of the value of the work as determined from the bid schedule, and if DPW finds that satisfactory progress has been and is being made, CONTRACTOR may be paid such sum as will bring the payments of each month up to one hundred percent (100%) of the value of the work completed since the commencement of the PROJECT, as determined in its sole discretion by DPW, less all previous payments and less all previous retained amounts. CITY's final payment to CONTRACTOR, if unencumbered, or any part thereof unencumbered, shall be made thirty-five (35) days after the acceptance of the work and the filing of a Notice of Completion by CITY. Provided, however, that in the event of a dispute between CITY and CONTRACTOR, CITY may withhold from the final payment an amount not to exceed 150 percent of the value of any disputed amount of work. 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. g/agree/surfnet/cityconst 11 of 22 12/11 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 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 g/agree/surfnet/cityconst 12 Of 22 12/11 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 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, its officers, elected or appointed officials, employees, agents, and volunteers. 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 employers liability insurance for all of the subcontractors' employees. g/agree/surfnet/cityconst 13 of 22 12/11 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. 20. INSURANCE In addition to the workers' compensation and employer's liability insurance and CONTRACTOR's covenant to defend, hold harmless and indemnify CITY, CONTRACTOR shall obtain and furnish to CITY, a policy of general public liability insurance, including motor vehicle coverage covering the PROJECT. This policy shall indemnify CONTRACTOR, its officers, employees and agents while acting within the scope of their duties, against any and all claims arising out or in connection with the PROJECT, and shall provide coverage in not less than the following amount: combined single limit bodily injury and property damage, including products/completed operations liability and blanket contractual liability, of One Million Dollars ($1,000,000) per occurrence. If coverage is provided under a form which includes a designated general aggregate limit, the aggregate limit must be no less than One Million Dollars ($1,000,000) for this PROJECT. This policy shall name CITY, its officers, elected or appointed officials, employees, agents, and volunteers as Additional Insureds, and shall specifically provide that any other insurance coverage which may be applicable to the PROJECT shall be deemed excess coverage and that CONTRACTOR's insurance shall be primary. Under no circumstances shall said above -mentioned insurance contain a self - insured retention without the express written consent of CITY; however an insurance policy "deductible" of $5,000.00 is permitted. g/agree/surfnet/cityconst 14 of 22 12/11 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 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. g/agree/surfnet/cityconst 15 of 22 12/11 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. 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. g/agree/surfnet/cityconst 16 of 22 12/11 24. TERMINATION FOR CONVENIENCE CITY may terminate this Agreement for convenience at any time with or without cause, and whether or not PROJECT is fully complete upon seven (7) calendar days written notice to CONTRACTOR. In the event of termination, under this Section CITY shall pay CONTRACTOR for value of work in place on the PROJECT through the termination period less all such payments already made. In case of such termination for convenience, the CONTRACTOR shall be entitled to receive payment for work executed, 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 g/aa ee/surfnet/cityconst 17 of 22 12/11 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 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: TO CONTRACTOR: City of Huntington Beach Mamco, Inc. dba Alabbasi ATTN: David Verone 6z-v,) - :�00 2000 Main Street g/agree/surfnet/cityconst 18 of 22 12/11 30. SECTION HEADINGS 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, 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. g/agree/surfiiet/cityconst 19 of 22 12/11 3 3. 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 parry 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 parry. 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 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. g/agree/surfnet/cityconst 20 Of 22 12/11 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 parry who has signed it. 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. g/agree/surfnet/cityconst 21 of 22 12/11 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 parry's behalf, which are not embodied in this Agreement, and that that party has not executed this Agreement in reliance on any representation, inducement, 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 � �� c2 20/� g/agree/surfnet/cityconst 22 of 22 12/11 CONTRACTOR MAMCO, INC. DBA ALABBASI B - i bbasi print name ITS: (circle one) Chairman/PF4iden ice Presiden� Marwan print name ITS: (circle one ecre hief Financial Officer/Asst. Secretary - Treasurer g/agree/surfnet/cityconst 23 of 22 12/11 CITY OF HUNTINGTON BEACH, a municipal c2aoratipg of the State of California of P61ic Works APPROVED: Manager t APPROVED AS TO FORM: 0 ity Attorney E k k1--1 6 /-/- / /q SECTION C for the construction of BEACH BOULEVARD SEWED IMPROVEMENTS from ELLIS AVENUE TO SLATER AVENUE CC No.1443 in the CITE' 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 undersigned agrees to complete the work within 110 working days, starting from the date of the Notice to Proceed. 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. C-1 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 bid bond in 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 Bid ' tune 1 12/17/2013 C-2 PROTECT BID SCHEDULE -ADDENDUM NO. 1 CC-1443 :.�o�ettact:;..:-.::.:.:.:..,::.::.:< _.:.:.:.:.:.:.:.:.:.:.:1.IniE:<.>: .:«.:.:<.:.:.>:.:.:,,:> �xie►td�d.>: ,:.>::.: Furnish all labor, materials and equipment to mobilize, demobilize, clean I i,q5gr' _ C, 1 up of construction site, including but not 1 LS Nk limited to providing all bonds, insurances, and obtaining all permits. Survey and identify existing inverts of five existing manholes to verify design. 2 Prepare and submit it to the Engineers 3 1 LS $ 1 }S3 - $� weeks prior to construction. Furnish all labor, material, and equipment to provide public 3 convenience, safety and traffic control 1 LS $� per traffic control plan; including but not limited to signs, CMS warning devices, delineators, and trench plate bridging. Furnish all labor, material, and equipment to provide trench and unclassified excavation safety measures including shoring plans prepared by a California Registered Structural Engineer, including any additional geotechnical work performed by the 1 LS ,. $� 1 $ c­ Contractor to provide trench and unclassified excavation safety for the protection of life and limb in trenches and open unclassified excavation in conformance with applicable safety orders. Furnish all labor, material, and equipment necessary to maintain sewer flows throughout entire construction 5 period. This is including but not limited to 1 LS � f -- $ �! $ any temporary by-pass pumping, by -pas piping, vactor trucks, temporary plugs, permanent plugs, and other appurtenances. Prepare, obtain approval, and implement a Water Pollution Control Plan (WPCP) with approval from Caltrans and Agency 6 prior to any Construction; Item includes 1 LS the hiring a certified Water Pollution Manager (WPC). Furnish all labor, materials and equipment necessary to construct 8-inch 7 Diameter PVC SDR 26 pipe, including 24 LF $= $ (a.tr but not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. C-2.1(ADDENDUM NO. 1) PROJECT DID SCHEDULE -ADDENDUM NO. 1 CC-1443 s... .....:..:......:...... Furnish all labor, materials and equipment necessary to construct 12- $ inch Diameter PVC SDR 26 pipe, including but not limited to, sawcutting, 446 LF ITS— $ '2S� unclassified excavation and disposal, shoring, AC, and AB for trench repair. Furnish all labor, materials and equipment necessary to construct 15- 9 inch Diameter PVC SDR 26 pipe, 5118 LF $ 25� — $� including but not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. Furnish all labor, materials and equipment necessary to construct 24- 10 inch Diameter PVC SDR 26 pipe, 104 LF $�_ $Co i7u including but not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. Furnish all labor, material and equipment necessary to construct precast 4-foot Diameter Sewer Manhole with lining and 11 field poured reinforced concrete base, 14 EA $ ZSc7 ' $ i po IT including but not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for for trench repair. Furnish all labor, material and equipment necessary to construct precast 4-foot Diameter Sewer Manhole with lining and 12 precast reinforced concrete base, 4 EA $ o,_ $ . 0120 . including but not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for for trench repair. Furnish all labor, material and equipment necessary to connect new sewer pipe to existing manhole, including but not 13 limited to maintaining existing flows, core 2 EA $ $ (POD — drill existing sewer manhole, modify and re -channel the manhole channel base, and rehabilitate manhole. Furnish all labor, material and equipment necessary to construct 7-foot Diameter Sewer Manhole with lining per OCSD 14 Standard, including but not limited to, 1 EA $� $ sawcutting, unclassified excavation and disposal, shoring, AC, and AB for for trench repair. C-2.2 (ADDENDUM NO. 1) PROJECT DID SCHEDULE -ADDENDUM NO. 1 CC-1443 Furnish all labor, material and equipment to install new lateral to connect existing sewer lateral from to be abandoned 8- inch sewer pipe to existing 10-inch sewer 15 pipe, including but not limited to 4 $ 3. '� _ $ �y- sawcutting, unclassified excavation and disposal, shoring, AC and AB for trench repair, and plug existing abandoned lateral with sand and concrete. Furnish all labor, material and equipment to install new lateral to connect existing sewer lateral to newly installed sewer pipe, including but not limited to 16 sawcutting, unclassified excavation and 3 EA $ $ disposal, shoring, curb, gutter, sidewalk, AC and AB for trench repair, and plug existing abandoned lateral with sand and concrete. Furnish all labor, material and equipment to install new 8-inch Diameter PVC SDR 26 pipe with repair couplings in an abandoned manhole, including but not 17 limited to sawcutting, unclassified 1 EA $ `J)00. $ excavation and disposal, shoring, concrete encasement, AC, and AB for trench repair. Furnish all labor, materials and equipment necessary to construct by removing existing 8" VCP sewer and 18 install 8-inch PVC SDR 26 pipe, 37 LF $_ $ it ' 1� including but not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. Furnish all labor, materials and equipment to cut and remove a segment of existing pipe in newly installed 19 manholes to put manhole into operation, 6 EA $ 1 $ including but not limited to disposal, grinding, and providing water tight connection. Furnish all labor, material and equipment necessary to abandon existing 8" sewer line in and fill pipe void with sand, 20 capped with concrete, including but not 900 LF _ limited to sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. C-2.3 (ADDENDUM NO. 1) PROJECT BID SCHEDULE -ADDENDUM NO. 1 CC-1443 F►tts�G , ...F�ctentte 10t.4�.:.:.>:::.::.:.:.:.:.:>:.::>:.::: Furnish all labor, material and equipment necessary to abandon existing 10" sewer line in and fill pipe void with sand, 21 capped with concrete, including but not 55 LF $ 1� $qC(O limited to sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. Furnish all labor, material and equipment to abandon existing manholes and bases, including but not limited to 22 sawcutting, unclassified excavation and 6 EA $ '�5©_ $ I(, - disposal, shoring, sand, cement -sand slurry, AC, and AB for trench repair and backfil I. Furnish all labor, material and equipment necessary to abandon portion of existing sewer lateral and fill pipe void with sand, 23 capped with concrete, including but not 3 EA $_ $ limited to sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. Furnish all labor, material and equipment necessary to remove and replace 24 Caltrans detector loops, including but not 38 EA $_ $ limited to disposal, and AC for street repair. Furnish all labor, materials and equipment necessary to cold mill 0.12' 25 AC, including but not limited to hauling 58,900 SF $ 0-tz- $' and disposal of AC and other debris from cold milling. Furnish all labor, materials and 26 equipment necessary to install ARHM 570 TN $ 12G " $ lad �U AC 0.12' thick in cold mill areas. Total Amount Bid, BASIS OF AWARD *: $ -Li2-4.0D Total Amount Bid in Words: ^' *Notes: All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govem. The Owner reserves the right to reject any or all proposals and bid items. Refer to Section 9, Measure and Payment for description of each Item on Bid Schedules. C-2.4 (ADDENDUM NO. 1) 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 or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid Name and Address of Subcontractor State Class Dollar % of Item(s) License Amount Contract Number 25 & 26 Hardy & Harper, Inc. 215952 A 72,770 1312 E. Warner Avenue �0�� Santa Ana, CA 92705 7-23 Penhall Company 568673 A 23,410 Portion PO Box 4609 • ��/C> Sawcut A Anaheim, CA 92801 jk. t /V, ties e_Hiu...-3t 02 15, >S Ala �w4c�ly lA� a000Ga 5A,•(CC411 �Nf4WC-Q'� iNc.• A 5�&t1 FNc4ttJEz-P. 02-. 73no ' 3"3 3�Mo "fd�F�FfK tcxQS CQft� pli- , tJC 'LN ANc� s. t a� s-r G Zt�Sto � 10;i� C32- 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-3 lv ONC®LLUSION AFFIDAVIT TO DE EXECUTED BY EIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 12/23 , at Riverside , CA Date City State Rumzi Alabbasi , being first duly sworn, deposes and says that he or she is Vice President of Mamco, inc. dba Alabbasi 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. Rumzi Alabbasi - Vice President Name of Bidder gnature of Bidder 16810 Van Buren Blvd., #200, Riverside, CA 92504 Address of Bidder C-4 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 BEACH BOULEVARD SEWER IMPROVEMENTS, (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: 12/23/2013 Mamco, Inc. dba Alabbasi Contractor f Rumzi Alabbasi - Vice President Title C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, 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-6 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: 12/23/2013 Mamco. inc. dba Alabbasi Contractor Y Rumzi Alabbasi - Vice President Title C-7 BIDDER certifies that the following information is true and correct: Mamco, Inc. dba Alabbasi Bidder Name 16810 Van Buren Blvd Business Address Riverside CA 92504 City, State Zip ( 951 ) 776-9300 Telephone Number 883649 Class A State Contractor's License No. and Class 09/06/2006 Original Date Issued 09/30/2014 Expiration Date The work site was inspected by Rumzi AlAbbasi of our office on 12/18 52013. The following are persons, firms, and corporations having a principal interest in this proposal: Marwan AlAbbasi Elizabeth AlAbbasi Rumzi AlAbbasi C-8 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. Mamco Inc. dba Alabbasi Rumzi Alabbasi - Vice President Printed or Typed Signature Subscribed and sworn to before me this 23 day;of December., 2013 . NOTARY Bidder's Project History SHANEN SKINNER Commission # 1892497 Notary Public - California Riverside County - - -- SEAL For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of sanitary sewer line installation of at least of 1,000 of 8-inch and greater in public right-of-way. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: City of Garden Grove 11222 Acacia Parkway Garden Grove CA 92840 Name and Address of Public Agency Name and Telephone No. of Project Manager: Sam Kim- 714-719-1025 $6350 000 Wgtar Trancmiccinn/ ..'P%A/Pr Renlnrament li ilk 9011 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Sewer Replacement.- R&R 4,000 LF of 15"- 24" VCP while bypassing 4.1000 GPM flow Water Transmission- 24,000 LF of 16" PVC 1,215 LF of 16" DIP 2,5000 LF of 10" PVC 2,000 LF 8" PVC 2. Riverside County Department of Transportafion/ Eastem Municipal Ulater District (io4tfuxd4g�— • Address of • Name and Telephone No. of Project Manager: Bill Jackson- 951-955-6885 C-9 3,500,000 Street/Sewer/Water/Storm September 2a12 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Sewer- Construct 1,800 LF of 18" VCP at 20'+ Depths: Water- Install 3,300 LF of 18" PVC Water; Storm- Construct 3,500 LF of 18"-60 RCP; Street- 165,000 CY earth work 18,000 CY AB 4,000 tons AC 3. Jurupa Community Services District Name and Address of Public Agency Name and Telephone No. of Project Manager: grad Sackett- Wehh ASGnciateG- 951-948-4909 r;o6,nnn VCP Rinimmr September 9W 7 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Construct 2,000 LF of 12" VCP Trunk Line at 20'- 26' depths, Install Sluice Gate. See. attached references for additional projects completed. C-10 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions., please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. Joe Khader Name of proposed Project Manager Telephone No. of proposed Project Manager: 951-776-9300 West Garden Grove Transmission, 6,350,000 Water/Sewer July 2013 Project Name & Contract Amount Type of Work Date Completed Brims Road & Baxter Road 3,500,000 Street/Sewer September 2012 Project Name & Contract Amount Type of Work Date Completed Hamner Ave. Trunk Sewer 500,000 Trunk Sewer September 2012 Project Name & Contract Amount Type of Work Date Completed 2. Rami AlAbbasi Name of proposed Superintendent Telephone No. of proposed Superintendent: 951-776-9300 West Garden Grove Transmission, 6,350,000 Water/Sewer July 2013 Project Name & Contract Amount Type of Work Date Completed Briggs Road & Baxter Road, 3,500,000 Street/Sewer September 2012 Project Name & Contract Amount Type of Work Date Completed Hamner Ave. Trunk Sewer 500,000 Trunk Sewer September 2012 Project Name & Contract Amount Type of Work Date Completed *PLEASE DIRECT ALL INQUIRES TO RUMZI ALABBASI- 951-966-0634 C-11 Award will be based on SECTION C that includes the most up to date bid schedule and acknowledging all Addendums. This is to acknowledge receipt and review of Addendum Number One, dated a ber 12, 2013. Mamco, inc. dba Alabbasi -- Company Name U—MA AI asi - Vice President 12/17/2013 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Joseph Fuentes at (714) 536-5431. *PLEASE DIRECT ALL INQUIRES TO RUMZI ALABBASI- 951-966-0634 GAConstruction Contracts (CCs)\CC1443 Beach Blvd. Sewer Replacement\Ebidboard\Addendums\Addendum Number One.doc JJ. 4 s i • ; Marnco, Inc. dba Alabbasi Corporate Resolution to Execute Contracts At a meeting of the corporation today, after considerable discussion, the following resolution was moved, seconded, and unanimously adopted; Resolved that any of the following persons, Marwan AlAbbasi, Elizabeth AlAbbasi, or Rumzi M. AlAbbasi be; and they hereby are, authorized without further authorization of the board of directors to enter into and execute on behalf of the corporation any and all contracts to do corporate business for Mamco, Inc. In witness whereof, I have hereunto set my hand as such secretary and affixed the corporate seal of said corporation this 1st day of October, 2012. AUTHORIZED SIGNATURES IN .- J4. Elizabeth AlAbbasi Rumzi . AlAbbasi / L/ /' i"-- arwan S. abbasi- Secretary 16810 Van Buren Boulevard #200, Riverside, CA 92504 0 Phone (951)776-9300 0 Fax (951)776-0404 * www.alabbasi.biz 51W is i T= In, N TRU TI N AND ENGINEERING Lic. No. 883649 Project: West Garden Grove Supplemental Transmission Main Scope: Construction of 24,000 LF of 16" PVC, 1,215 LF of 16" DIP, 2,500 LF of 10" PVC, 2,000 LF of 8" PVC and 1,000 LF of of 6" PVC Potable Water Mains and approx.. 50 appurtenances. Construction of Electric Control Valve, and Connection to Reservoir and Pump Station and all electrical wiring. Construction 4,000 LF of 15"-24" VCP Sewer Trunkline (R&R) and bypassing of 4,100 GPM flow. 3 Separate jacking and boring operation totaling 300 LF under UPRR ROW and a Flood Channel. Night work within HWY 38. Mainline ran along Euclid, HWY 38, and Chapman Avenue requiring extensive traffic control. Location: Chapman Avenue, City of Garden Grove Owner: City of Garden Grove 11222 Acacia Parkway Garden Grove, CA 92840 Contact: Sam Kim (714) 719-1025 Project Engineer: Sam Kim (714) 719-1025 Project value: $6,350,000 Start Date: October 2012 End Date: July 2013 Project: Guava Street and Storm Drain Improvements Project Scope: Construction of 1,100 LF of triple 12'x7' Reinforced Concrete Box, Wing Walls, Warped Wing Walls, Roadway Excavation of 80,000 CY, Import of 35,000 CY, Relocation of 100 LF of 18" VCP Sewer and Manholes, Relocation of approx. 400 LF of 42"-48" CMLC Watermains. Location: Guava Street and Jefferson Avenue, Murrieta Owner: City of Murrieta 1 Town Square Murrieta, CA 92562 Contact: Jeff Hitch (951) 461-6076 Project Engineer: Jeff Hitch (951) 461-6076 Project value: $4,000,000 Start Date: January 2013 End Date: June 2013 Project: Beaumont Pedestrian Bridge and Waterline Reconnections Scope: Construction of 2- 36" x 35' piers and bridge abutments (bridge placed under separate contract), construct of 300 LF of 24" reclaimed waterline and 300 LF of 16810 Van Buren Boulevard #200, Riverside, CA 92504 0 Phone (951)776-9300 a Fax (951)776-0404 • www.alabbasi.biz 16" waterline and hanging under bridge structure, construction of 100 LF of double 18"x42" reinforced concrete box, grading of 10,000 LF of trails, construction of retaining walls, construction of 25,000 SF of AC sidewalks and appurtenant work. Location: Beaumont Avenue and Brookside ave, Beaumont Owner: City of Beaumont 550 East 61h Street Beaumont, CA 92223 Contact: Ponce Yambot- (951) 769-6999 Project Engineer: Ponce Yambot- (951) 769-6999 Project value: $520,000 Start Date: December 2012 End Date: March 2013 Project: Mecca Roundabout and Street Improvement Project Scope: Construction of Roundabout, Sidewalks, Curbs, Roadway Excavation and Stabilization, decorative concrete Location: 41h Street and Hammond Road Mecca, CA Owner: County of Riverside, Dept. of Transportation 2950 Washington Street Riverside, CA 92504 Contact: Alec Yzaugirre (951) 961-6703 Project Engineer: Alec Yzaugirre (951) 961-6703 Project value: $1,850,000 Start Date: August 2012 End Date: December 2012 Project: Railroad Canyon Road Widening Project Scope: Widening of 1.6 Miles of Roadway from 4 lanes to 6 lanes, 6 new signalized intersections, complete reconstruction of all improvements including sidewalks, curbs, medians, etc... median and parkway improvements, utility relocations and all appurtenant work Location: Railroad Canyon Road- City of Canyon Lake Owner: City of Canyon Lake 101 N. D Street Perris, CA 92570 Contact: Habib Motlagh- City Engineer- 951-943-6504 Project Engineer: Habib Motlagh- City Engineer- 951-943-6504 Project value: $6,150,000 Start Date: January 2012 End Date: January 2013 Project: Briggs Road and Baxter Road Street Improvements Scope: Construction of new roadways and utilities in 60 calendar day window. 165,000 CY of earth work, 3,300 LF of 18" PVC Water, 1,800 LF of 18" VCP trunk line at 20'+ depths, rock excavation, installation of 3,500 LF of 18"-60" RCP Storm Drainage System, 18,000 CY of Base, utility relocations and appurtenant work. Location: Briggs Road and Baxter- Road Murrieta, CA Owner: County of Riverside, Dept. of Transportation 2950 Washington Street 16810 Van Buren Boulevard #200, Riverside, CA 92504 0 Phone (951)776-9300 a Fax (951)776-0404 a www.alabbasi.biz Riverside, CA 92504 Contact: William E. Jackson- Resident Engineer- (951) 955-6885 Project Engineer: William E. Jackson- Resident Engineer- (951) 955-6885 Project value: $3,500,000 Start Date: June 2012 End Date: September 2012 Project: Hamner Avenue Trunk Sewer Scope: Construction of 2,000 LF of 12" VCP Trunk Line and Sluice Gates at Depths of 20- 26'. Location: Hamner Avenue, Eastvale Owner: Jurupa Community Services District 11201 Harrel Street Jurupa Valley, CA 91752 Contact: Brad Sackett, Webb Associates- 951.248.4209 Project Engineer: Brad Sackett, Webb Associates- 951.248.4209 Project value: $506,000 Start Date: May 2012 End Date: September 2012 Project: SR 91 HOV Sewer Relocation Scope: Construction of 2,000 LF of 12, 15 and 18" VCP, boring under SR 91 and 30' depths, extensive bypassing, manholes, and abandonment of existing facilities Location: 141h street and Vine Street, Riverside, CA Owner: City of Riverside 3900 Main Street Riverside, CA 92522 Contact: Michael Wolff (951) 826-5341 Project Engineer: Michael Wolff (951) 826-5341 Project value: $950,000 Start Date: February 2012 End Date: May 2012 Project: Rancho California Road Roundabout Scope: Construction of new Roundabout, truck apron, retention basin, 2,500 LF of HDPE Storm Drain, 500 LF of 3x4 RCB, 200 LF of 24" steel casing sleeve, and utility relocations (24 hour construction). Location: Rancho California Road and Anza Road Owner: County of Riverside, Dept. of Transportation 2950 Washington Street Riverside, CA 92504 Contact: Cesar Tolentino- (951) 955-1520 Project Engineer: Cesar Tolentino- (951) 955-1520 Project value: $1,900,000 Start Date: January 2012 End Date: May 2012 Project: Main Street and Michigan Avenue Street Improvements Scope: Construction of 1,000 LF of 24" RCP Storm Drain, Widening of Main Street and Michigan Avenue, and Construction of new median. Location: Main Street and Michigan Avenue, Grand Terrace, CA 16810 Van Buren Boulevard #200, Riverside, CA 92504 • Phone (951)776-9300 • Fax (951)776-0404 0 www.alabbasi.biz Owner: County of Riverside, Dept. of Transportation 2950 Washington Street Riverside, CA 92504 Contact: Justin Robbins (951) 237-4280 Project Engineer: Justin Robbins (951) 237-4280 Project value: $2,000,000 Start Date: January 2012 End Date: June 2012 Project: Jurupa Hills Safe Route to School Improvements Scope: Installation of 1,000 LF of 36" RCP Storm drain, construction of 10,000 LF of curb and gutter and sidewalks, roadway reconstruction of 4 streets and all appurtenant work. Location: Various streets near Citrus Avenue and Santa Ana Owner: City of Fontana 8353 Sierra Ave. Fontana, CA 92335 Contact: Noel Castillo -Senior Engineer- (909) 350-7632 Project Engineer: Noel Castillo- (909) 350-7632 Project value: $2,000,000 Start Date: October 2011 End Date: May 2012 Project: Jane Street Railroad Crossing Scope: Abandonment of Railroad Crossing and construction of 2 Cul-de-sacs. Project required railroad permitting. Location: Jane street and Indiana Avenue Owner: City of Riverside 3900 Main Street Riverside, CA 92522city of riverside Contact: Jack Lynn- (951) 712-2321 Project Engineer: Jack Lynn- (951) 712-2321 Project value: $350,000 Start Date: December 2011 End Date: February 2012 Project: Beaumont Sidewalk Phase III Scope: Construction of 200' long pedestrian bridge, abutments, and piers. Location: Beaumont Avenue and Brookside Owner: City of Beaumont 550 East 6th Street Beaumont, CA 92223 Contact: Rob Owen- Project Manager- Urban Logic Corporation- (951) 769-6999 Project Engineer: Ponce Yambot- (951) 769-6999 Project value: $450,000 Start Date: March 2011 End Date: January 2012 Project: Via Blairo Sewer Main 16810 Van Buren Boulevard #200, Riverside, CA 92504 0 Phone (951)776-9300 f Fax (951)776-0404 0 www.alabbasi.biz Scope: Construction of 1,000 LF of 8" Sewer Main, Relocation of Existing Force Main, Construction of Manholes, Construction 20" Steel Casing and open -cut Installation at depths of 20-25 within a 20' opening between 2 houses. Location: Via Blairo and Hidden Valley PKWY, Corona, CA Owner: City of Corona 400 S. Vicentia Avenue Corona, CA 92882 Contact: Linda Bazmi- (951) 739-4960 Project Engineer: Linda Bazmi- (951) 739-4960 Project value: $450,000 Start Date: December 2011 End Date: February 2012 Project: Ohio Street and Oriente Drive Pipeline Replacement Project Scope: Construction of 6,000 LF of 16" DIP Restrained Joint Pipe, Cathodic Welding, Abandonments, Appurtenant Items, and Trench Repair Location: Ohio St. and Oriente Dr., Yorba Linda, CA Owner: Yorba Linda Water District 1717 E. Miraloma Avenue Placentia, CA 92870 Contact: Joe Polimino-(714) 701- 3000 Project Engineer: Joe Polimino-(714) 701- 3000 Project value: $1,400,000 Start Date: May 2011 End Date: January 2012 Project: Kline Drive Improvements Scope: Construction of new roadway and installation of 1,500 LF of 24" RCP Location: Kline Drive, Newport Beach, CA Owner: Orange County Public Works 1152 E. Fruit Street Santa Ana, CA 92701 Contact: Jeaniene Casiello- (714) 448-9531 Project Engineer: Jeaniene Casiello- (714) 448-9531 Project value: $450,000 Start Date: September 2011 End Date: January 2012 Project: Well No. 14 Emergency Connection to Temescal Desalter Influent Pipeline Scope: Installation of 1,250 LF of 16" DIP Potable Water Main, Cut -in Connections to existing Mains, and Cathodic protection. Location: 10th St. and Lincoln Ave., Corona, CA. Owner: City of Corona 400 S. Vicentia Ave. Corona, CA 92882 Contact: Clint Herrera (951) 736-2266 Project Engineer: Clint Herrera (951) 736-2266 Project value: $400,000 Start Date: September 2011 End Date: September 2011 16810 Van Buren Boulevard #200, Riverside, CA 92504 0 Phone (951)776-9300 0 Fax (951)776-0404 0 www.alabbasi.biz Project: 2011 Perris Citywide Sewer Upgrades Scope: Removal of 7,000 LF existing 8" VCP sewer line and replacement with new 8" SDR, temporary bypassing, reconnection of all service laterals, and surface restoration. Location: Various Locations Owner: City of Perris 101 N. D Street Perris, CA 92570 Contact: Wero Cervantes- Inspector- Tri Lake Consultants (951) 453-4774 Project Engineer: Joe Van Sickle- Tri Lake Consultants (951) 378-6147 Project value: $650,000 Start Date: July 2011 End Date: November 2011 Project: Ramona Blvd. Emergency Waterline Replacement Scope: Installation of high -line temporary waterline, removal and replacement of 500 LF of 10" PVC, connections, pavement repairs and appurtenant work. Location: Ramona Blvd. and Main Street, San Jacinto, CA Owner: City of San Jacinto 595 S. San Jacinto Ave. San Jacinto, CA 92583 Contact: Chuck Peebles- Inspector- Tri Lake Consultants (951) 634-2162 Project Engineer: Joe Van Sickle- Tri Lake Consultants (951) 378-6147 Project value: $95,000 Start Date: July 2011 End Date: August 2011 Project: Hemet Missing Link Sidewalk and ADA Improvement Project Scope: Widening of approx. 3,000 LF of roadway, construction of curbs/ curbs and gutters, sidewalks, curb ramps, and appurtenant work. Location: Soboba and Lake Street, Hemet, CA Owner: City of Hemet 445 E. Florida Ave. Hemet, CA 92543 Contact: Victor Monz- City Engineer- (951) 765-3847 Project Engineer: Victor Monz- City Engineer- (951) 765-3847 Project value: $520,000 Start Date: May 2011 End Date: August 2011 Project: Lemon Street Trail Improvements Scope: Narrowing of approx. 3,500 LF of existing roadway, construction of curbs/ curbs and gutters, ramps, driveways, decomposed granite trail and appurtenant work. Location: Lemon Street and Santiago Blvd. Villa Park, CA Owner: City of Villa Park 17855 Santiago Blvd. Villa Park, CA 92861 Contact: Bill Tarin- Inspector- (909) 263-6988 Project Engineer: WM Joe O'Neil- City Engineer- (714) 998-1500 Project value: $375,000 16810 Van Buren Boulevard #200, Riverside, CA 92504 • Phone (951)776-9300 • Fax (951)776-0404 •www.alabbasi.biz Start Date: End Date: May 2011 August 2011 Project: Fontana City Hall Parking Project Scope: Removal of 5,000 CY of concrete and asphalt, installation of 500 LF of 24" RCP, construction of all site utilities, construction of curbs/ curbs and gutters, sidewalks, curb ramps, driveways, fencing, landscaping, AC Paving, and all appurtenant work. Location: Sierra Ave. and Upland Ave, Fontana, CA Owner: City of Fontana 8353 Sierra Ave. Fontana, CA 92335 Contact: Grace Martinez- Project Manager- (909) 350-6522 Project Engineer: Noel Castillo- (909) 350-7632 Project value: $2,500,000 Start Date: February 211 End Date: August 2011 Project: Winchester Road 8" Pipeline Interconnect Scope: Installation of 6,500 LF of 8" C-900 Reclaimed Waterline, installation of 30 services, cut -in connections to existing water mains, and all appurtenant work Location: Winchester Rd. at Diaz Rd. Owner: Rancho California Water District 42135 Winchester Road Temecula, CA 92589 Contact: Bill Eckman- Inspector- (951) 538-6563 Project Engineer: Ken Cope- (951) 269-6900 Project value: $650,000 Start Date: April 2011 End Date: August 2011 Project: Greenspot Rd. "S" Curve Realignment Scope: Pulverization of existing AC Roadway, mass grading, and realignment of existing road Location: Greenspot Rd. and Santa Paula St, Highland, CA Owner: City of Highland 27215 Base Line Highland, CA 92346 Contact: Harvey Levin- Inspector- (909) 234-1001 Project Engineer: Etta R. Pulce- (909) 890-1255 Project value: $650,000 Start Date: March 2011 End Date: June 2011 Project: Colton Avenue Street Improvements Scope: Pulverization of existing roadway, construction of 500 LF of 24" HDPE storm drain, construction of curbs, sidewalks, curb ramps, driveways, reconstruction of new road, and all appurtenant work. Location: Colton Avenue and Wabash Avenue, Redlands, CA Owner: County of San Bernardino Department of Public Works 825 East Third Street 16810 Van Buren Boulevard #200, Riverside, CA 92504 • Phone (951)776-9300 • Fax (951)776-0404 • www.alabbasi.biz San Bernardino, CA 92415 Contact: Sri Srirajan- Project Manager- (909) 387-7935 Project Engineer: Sri Srirajan- (909) 387-7935 Project value: $600,000 Start Date: March 2011 End Date: May 2011 Project: Indiana Avenue Street Improvements Scope: Construction of masonry retaining walls, utility relocations, construction of curb and gutters, sidewalks, driveways, curb ramps, reconstruction of existing AC pavement and all appurtenant work. Location: Indiana Ave. and Grant St., Riverside, CA Owner: County of Riverside Economic Development Agency 3403 Tenth St. Suite 500 Riverside, CA 92501 Contact: Erik Sydow- Project Manager- (951) 955-8274 Project Engineer: Phil Lemoine- Webb Associates- (951) 686-1070 Project value: $625,000 Start Date: January 2011 End Date: April 2011 Project: Pomona Sewer Replacement Project "B" Scope: Complete removal and reconstruction of 10,000 LF of 8", 10", 12", 15", and 24", ESVCP, sewer lateral repairs, manhole connections, pavement repairs, and appurtenant work at various locations throughout city. Location: Various locations bound by SR 60, Interstate 10, SR 71, and Interstate 15. Owner: City of Pomona 505 South Garey Avenue Pomona, CA 91766 Contact: Paul Mochel- Valley CM- Project Manager- (858) 444-6804 Project Engineer: Timotheus Hampton- (909) 620-3783 Project value: $1,250,000 Start Date: February 2011 End Date: August 2011 Project: Route 38 Drainage Improvements Scope: Construction of approximately 3,000 LF of curbs/ curbs and gutters, sidewalks, driveways, handicap ramps and all appurtenant work. Location: Highway 38 and Sun Lugonia Ave, Redlands, CA Owner: Caltrans District 8 Construction Division- Corona Contact: Chad Yang- Project Engineer- (951) 232-7638 Project Engineer: Chad Yang- (951) 232-7638 Project value: $200,000 Start Date: June 2010 End Date: August 2010 Project: East Valley Pipeline Replacement Project Scope: Installation of approx. 3,500 LF of 12" potable PVC water main, approximately 20 connections to existing water lines, abandonments of existing facilities, Open 16810 Van Buren Boulevard #200, Riverside, CA 92504 • Phone (951)776-9300 0 Fax (951)776-0404 • www.alabbasi.biz cut installation 24 inch steel casing across HWY 74, removal of 20" irrigation line and road repairs. Location: Santa Fe St. and Esplanade Ave in the City of San Jacinto, and Hemet Owner: Eastern Municipal Water District 2270 Trumble Road Perris, CA 92572 Contact: Boyd Ferrel- Inspector (951) 750-8990 Project Engineer: Bruce Ross (951) 928-3777 Project value: $675,000 Start Date: January 2010 End Date: August 2010 Project: Water Main Relocations for 1-215 Segment 5 and SR-210 Segment 11 freeway widening contract 3. Specification No. 1472 Scope: Installation of approximately 10,000 LF of 12" and 24" DIP water main, 100 house service connections, CDF abandonments and road repairs Location: Various locations in the City of San Bernardino near 215 and 210 freeway interchange. Owner: San Bernardino Municipal Water Department P.O. Box 710 San Bernardino, CA 92402 (909) 384-5377 Contact: Danny Robinson- Inspector (858) 583-6403 Project Engineer: Infrastructure Engineering Corporation (858) 413-2400 Project value: $1,125,000 Start Date: October 2009 End Date: April 2010 Project: 6th Street Emergency Storm Drain Repair Project Scope: Emergency replacement of 150 LF of 18" collapsed CMP pipe with new 18" RCP pipe across 6th street, construction of drainage structures, and appurtenant work. Location: 6th Street, Corona, CA Owner: City of Corona 400 S. Vicentia Ave. Corona, CA 92882 Contact: Brian Ladnier- Inspector (951) 232-3762 Project Engineer: Clint Herrera (951) 736-2266 Project value: $75,000 Start Date: October 2009 End Date: October 2009 Project: Bedford Canyon Rd. Reclaimed Waterline Scope: Installation of approx. 3,300 LF of 16" DIP recycled water main, open cut installation 100 LF of 40" steel casing, cathodic welding, and road repairs. Location: El Cerrito Rd. and Bedford Canyon Parkway, Corona CA Owner: City of Corona 400 S. Vicentia Ave. Corona, CA 92882 Contact: Brian Ladnier- Inspector (951) 232-3762 16810 Van Buren Boulevard #200, Riverside, CA 92504 • Phone (951)776-9300 • Fax (951)776-0404 • www.alabbasi.biz Project Engineer: Linda Bazmi (951) 736-2266 Project value: $651,000 Start Date: September 2009 End Date: October 2009 Project: Citywide Sidewalk and Curb Cut Improvements Scope: Construction of approx.. 40,000 SF of sidewalk, 100 handicap ramps, 175 driveways, and appurtenant work. Location: Various Location in Redlands, CA Owner: City of Redlands 35 Cajon Street #15A Redlands, CA 92373 Contact: Erick Weck- Project Manager- (909) 798-7584 Project Engineer: Erick Weck- (909) 798-7584 Project value: $650,000 Start Date: August 2009 End Date: October 2009 16810 Van Buren Boulevard #200, Riverside, CA 92504 * Phone (951)776-9300 • Fax (951)776-0404 • www.alabbasi.biz Document A10 TM ® 2010 Conforms with The American Institute of Architects AIA Document 310 Bid Bond CONTRACTOR: ('4'tnne, legal statics and addra s) Mamco, Inc. dba Alabbasi 16810 Van Buren Boulevard, Suite 200 Riverside, CA 92504 OWNER: (,Vane, legal status and adds ass) City of Huntington Beach 2000 Main Street Huntington Beach, CA 92648 SURETY: ('Mane, legal statics and pnincipal place of bnsines.}) Fidelity and Deposit Company of Maryland 1400 American Lane, Tower I, 18th Floor Schaumburg, IL 60196-1056 Mailing Address for Notices 1400 American Lane, Tower I, 18th Floor Schaumburg, IL 60196-1056 BOND AMOUNT: $ 10% Ten Percent of Amount Bid PROJECT: Warne, location or address and i'roject munber.. if am j Beach Boulevard Sewer Improvement, CC No. 1443 This document has important legal consequences. Consultation with an attorney is encouraged with respect to Its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their hairs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of ilia Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof.. or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger annount for which the Owner may in good faith contract with another party to perlorm the work: covered by said bid, then this obligation shall be null and void, otherwise to remain in full tierce and ell'ect. The Surety hereby waives any notice ol'an agreement between the Owner and Contractor h► extend the time in which the Ownermay accept the bid. Wuiver ol'noliee by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids speciled in the bid documents, and the Owner and Contractor shall obtain the Surety's consent liar an extension beyond sixty (60) days. If this Bond is issued in connection urith a subcontractor's bid to a Contractor, the tens Contractor in this Bond shall be doomed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting %ilh said statutory, or legal requirement shall be deemed deleted hereliom and provisions conflonning to such stslutoTy or other legal requirement shall be deemed incorporated herein. When so liir»ished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and scale"nis 18th day of December, 2013 Mamco, Inc. dba Alabbasi (Principal) (Seal) B. _ Fidelity and Deposit Company of Maryland (Srrret}j (,Seal) (IT- Itr ca By: \ , (Title) R onda C. Abel Attorney -in -Fact S-00541AS 8110 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT .. �., State of California County of orange on DEC 18 2013 before me, Jeri Apodaca, Notary Public De Here Item Name aM TlOa Me CNlcar personally appeared Rhonda C. Abel Narwale JERI APODACA I�A);,; Commission # 1904081 Notary Public - California z Orange County A My COMM- Expires Oct 12, 2014 a who proved to me on the basis of satisfactory evidence to be the person($) whose name($) is/It subscribed to the within instrument and acknowledged to me that Wshefff* executed the same In V4sJherl t authorized capaaty(M), and that by ftherAW& signature(i) on the instrument the person(A), 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. NOT Pubw PlDe Notary Beal a Signature % i I�� - OPTIONAL Though the inf rmadon below is not required by taw, 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) Signets Name: O Individual • Corporate Officer--Tlfle(s): _ O Partner — 0 Limited O General E2 Attorney in Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: Ifii6 f3T, T�,i U?.7B?}iI;{,T� S1GrlLRI_�`_ ; Number of Pages: Signets Name: O Individual O Corporate Officer—Title(s): O Partner — 0 Limited O General O Attorney in Fact • Top of dumb here ❑ Trustee O Guardian or Conservator 0 Other: Signer Is Representing: 0200r!ftdm NomryAmodadw•B3G0DeSMAMa.P.4Bm2402•Chobword%CAti13t3-2402+www.Nag"lio""g Item#W07 Rewdw0dT064kae14Wa7"W ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint James A. SCHALLER, Mike PARIZINO, Rachelle RHEAULT, Rhonda C. ABEL, Vim LUU, Jeri APODACA and Heather SALTARELLI, all of Newport Beach, California, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety; and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New. York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse. side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 9th day of July, A.D. 2013. ATTEST: L-0 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND Cry 'wv Cttp G*e11NS(r A ki/,oe•ay, irn5 ISAL eau uaa�i•�� Assistant Secretary Vice President Eric D. Barnes Thomas O. McClellan State of Maryland City of Baltimore On this 9th day of July, A.D. 2013, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, THOMAS O. MCCLELLAN, Vice President, and ERIC D. BARNES, Assistant Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly swom, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. . �.! �' "."" �..L� � Ord'•. ....rye\* Maria D. Adamski, Notary Public My Commission Expires: July 8, 2015 POA-F 012-9310Q d odba Alabbasi 1, Lic. No. 883649 16810 Van BurenBlvd '' 1 1 Riverside, CA 92504 ° N Beach Boulevard Improvement from Ellis' Avenue to Avenue Slater (CC No. 1443) Due: Monday, December 23, 2013 2:00 PM City of Huntington Beach 2000 Main Street Huntington Beach, CA 92648 Beach Blvd. Sewer Improvements C.C. NO. 1443 BID OPENING DATE: December 23, 2013 TIME: 2:00 PM ENGINEER'S ESTIMATE: $2,900,000 BIDS SUBMITTED (AS DEAD AT OPENING) o: i�. ..... .........................:.:.:: :.:RIUpI� i:S:1w11 1 I1E ' IRA.. N ..... REI T B [3a►l ttit lVT 1 a 2 Andrew Papac & Sons, South El Monte 3 Andrew Papac & Sons, South El Monte 4 Bali Construction, South El Monte 5 Blois Construction, Oxnard 6 CCL Contracting, Escondido 7 Chrstensen Brothers, Apple Valley 8 Dominquez General Engineering, Rosemead 9 Dugan Construction, Ontario 10 Excel Paving, Long Beach 11 GRFCO, Inc., Moreno Valley 2 — 2- 70 9130.0-0 12 Kana Pipeline, Placentia ®op. ®o 13 KEC Engineering, Corona 14 Lone Rock, Irvine '41 6 7? b 7 S 15 Mamco. Construction, Riverside 16 Mike Bubalo Construction, Baldwin Park 17 Mike Prlich and Sons, Baldwin Park 18 Minco Construction; Gardena 19 Mirako America, Gardena 20 Mladen Buntich, Upland `C) 3 17 900. Oo 21 MNR Construction, Baldwin Park 22 Ramona, Inc., Arcadia 23 Steve Babalo Construction,. Monrovia 24 Avsilj Const. Inc, Irwindale 25 Vido Artukovich & Sons, South El Monte C dez�'- Bid Opening Worksheet AG'OBZ 7 0 CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD,YYYY) 11/15/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Newport Beach-Alliant Insurance Services, Inc. 1301 Dove St Ste 200 Newport Beach CA 92660 NAMEACT Philip A,CC.N EXt:949-7 -0271 ONEFAA/c No: 49-7 - 713 E-MAIL ADDRESS: rzu Ili nt. m INSURERS AFFORDING COVERAGE NAIC # INSURERA:Old Republic General Ins Corp24139 INSURED MAMCINC-01 INSURERB:Starr Indemnity & Liability Company 8318 INSURER C : Mamco, Inc. INSURER D : dba: Alabbasi 16810 Van Buren Blvd., #200 Riverside CA 92504 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 137450112 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IN RI LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF MM/DDNYYY POLICY EXP MMIDDIYYYY LIMITS A GENERAL LIABILITY Y Y AlCG03661301 /18/2013 311812014 EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY DAMA E T RENTED PREMISES Ea occurrence $100,000 ME EXP (Any one person) $5,000 CLAIMS -MADE X-1 OCCUR PERSONAL & ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OPAGG $2,000,000 $ POLICY X PRO- LOC A AUTOMOBILE LIABILITY Y AlCA03661301 /18/2013 /18/2014 Ea accident $1,000,000 BODILY INJURY (Per person) $ X ANY AUTO BODILY INJURY (Per accident) $ X ALL OWNED SCHEDULED AUTOS NON --OWNED X HIRED AUTOS AUTOS X AUTOS(Per PROPERTY ac Pcident) $ B UMBRELLA LIAB X OCCUR 1000020136 /18/2013 /18/2014 EACH OCCURRENCE $10,000,000 X AGGREGATE $10,000,000 EXCESS LIAB CLAIMS -MADE DED RETENTION$0 A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y, N OFFICER/MEMBER EXCLUDED? N� (Mandatory inNH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A Y 1CVV03661301 r�W� �-u�� jy,'s,ary /18/2013 t /18/2014 TAT$ X WRYLIIMIU R E.L. EACH ACCIDENT $1,000,000 E.L.DISEASE - EA EMPLOYEE $1,000,000 E.L. DISEASE - POLICY LIMIT 1 $1,000,000 pi ,,' 141P1M 3 k1T, QtV k44 Zy DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Re: CC-1443; Water Beach Blvd. Sewer Improvements Project City of Huntington Beach, its Agents, Officers and Employees are named additional insured per attached endorsements. CERTIFICATE HOLDER CANCELLATION City of Huntington Beach 2000 Main Street PO Box 190 Huntington Beach CA 92648 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2010 ACORD CORPORATION. All rlgnts reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD For contracts that were in place prior to 1/1/2013 POLICY NUMBER: AlCG03661301 COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. , JR 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 Agents, Officers and Employees Information required to corn lete 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) desig- nated above. �� R-_ - �� Z� Authorized Signature B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equip- ment furnished in connection with such work, on the project (other than service, mainten- ance or repairs) to be performed by or on be- half 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. See certificate Date CG 2010 07 04 0 ISO Properties, Inc., 2004 Page 1 of 1 13 For contracts that were in place after 1/1/2013 POLICY NUMBER: AlCG03661301 COMMERCIAL GENERAL LIABILITY CG20100413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE I Name Of Additional Insured Person(s) I I Or Oraanization(s) Locationtsf Of Covered Ooerations City of Huntington Beach, its Agents, Officers and Employees [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. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. 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 0413 © Insurance Services Office, Inc., 2012 Page 1 of 2 C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. See certificate Authorized Signature Date Page 2 of 2 0 insurance Services Office, Inc., 2012 CG 2010 0413 For contracts that were in place prior to 1/1/2013 POLICY NUMBER: AlCG03661301 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) I Location And Description Of Completed Opera - Or Oraanizationlsl: tions City of Huntington Beach, its Agents, Officers, and Employees Information required to complete this Schedule, if not shown above, will be shown in the Declarations. I 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". Authorized Signature See certificate Date CG 20 37 07 04 0 ISO Properties, Inc., 2004 Page 1 of t a For contracts that were in place after 1/1/2013 POLICY NUMBER: AlCG03661301 COMMERCIAL GENERAL LIABILITY CG 20 37 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Or anization s Location And Description Of Completed Operations City of Huntington Beach, its Agents, Officers, and Employees 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" 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". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. Authorized Signature B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. See certificate Date CG 20 37 0413 © Insurance Services Office, Inc., 2012 Page 1 of 1 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 Name of Additional Insured Person(s) Location(s) of Covered Operations Or Organization(s): As required by written contract. 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 Mamco, Inc. dba: Alabbasi Construction and Engineering Policy Number AlCG03661301 Endorsement No. Policy Period 6/18/13 - 6/18/14 to Endorsement Effective Date: 6/18/13 Producer's Name: Alliant Insurance Services, Inc. Producer Number: See certificate AUTHORIZED REPRESENTATIVE DATE CG EN GN 0029 09 06 POLICY NUMBER: AlCG03661301 COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. r This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): ALL OF YOUR DESIGNATED CONSTRUCTION PROJECTS. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. For all sums which the insured becomes legally 3. Any payments made under Coverage A for obligated to pay as damages caused by "occur- damages or under Coverage C for medical rences" under Section I — Coverage A, and for all expenses shall reduce the Designated Con - medical expenses caused by accidents under struction Project General Aggregate Limit for Section I — Coverage C, which can be attributed that designated construction project. Such only to ongoing operations at a single designated payments shall not reduce the General Ag- construction project shown in the Schedule gregate Limit shown in the Declarations nor above: shall they reduce any other Designated Con- t. A separate Designated Construction Project struction Project General Aggregate Limit for General Aggregate Limit applies to each des- any other designated construction project ignated construction project, and that limit is shown in the Schedule above. equal to the amount of the General Aggregate d. The limits shown in the Declarations for Each Limit shown in the Declarations. Occurrence, Damage To Premises Rented To 2. The Designated Construction Project General You and Medical Expense continue to apply. Aggregate Limit is the most we will pay for the However, instead of being subject to the sum of all damages under Coverage A, ex- General Aggregate Limit shown in the Decla- cept damages because of "bodily injury" or rations, such limits will be subject to the appli- "property damage" included in the "products- cable Designated Construction Project Gen - completed operations hazard", and for medi- eras Aggregate Limit. cal expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". CG 25 03 05 09 0 Insurance Services Office, Inc., 2008 Page 1 of 2 13 B. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under Section I — Coverage A, and for all medical expenses caused by accidents under Section I — Coverage C, which cannot be attrib- uted only to ongoing operations at a single des- ignated construction project shown in the Sched- ule above: I. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products -completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Desig- nated Construction Project General Aggre- gate Limit. Authorized Signature C. When coverage for liability arising out of the "products -completed operations hazard" is pro- vided, any payments for damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard" will reduce the Products -completed Operations Ag- gregate Limit, and not reduce the General Ag- gregate Limit nor the Designated Construction Project General Aggregate Limit. D. If the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contract- ing parties deviate from plans, blueprints, de- signs, specifications or timetables, the project will still be deemed to be the same construction pro- ject. E. The provisions of Section III — Limits Of Insur- ance not otherwise modified by this endorsement shall continue to apply as stipulated. See certificate Date Page 2 of 2 ® Insurance Services Office, Inc., 2008 CG 25 03 05 09 0 POLICY NUMBER: AICGO3661301 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: WHERE REQUIRED BY WRITTEN CONTRACT. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products - completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. Authorized Signature See certificate Date CG 24 04 05 09 0 Insurance Services Office, Inc., 2008 Page 1 of 1 0 POLICY NUMBER: AlCA03661301 COMMERCIAL AUTO CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provi- sion of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indi- cated below. Endorsement Effective: 6/18/13 Countersigned By: Authorized Representative) Named Insured: Mamco, Inc. dba: Alabbasi Constructio and Engineering SCHEDULE (dame of Person(s) or Organization(s): WHERE REQUIRED BY WRITTEN CONTRACT. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement.) Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section II of the Coverage Form. CA 20 48 02 99 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 1 13 AMENDMENT OF OTHER INSURANCE THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: BUSINESS AUTO COVERAGE FORM Section IV — Business Auto Conditions, B. — General Conditions, 5. — Other Insurance, a. is replaced by the following: For any covered "auto" you own, this Coverage Form provides primary insurance. However, if there is other collectible insurance, the insurance provided by this Coverage Form with respect to such covered auto, is excess over such other collectible insurance. For any covered "auto" you don't own, the insurance provided by this Coverage Form is excess over any other collectible insurance. However, while a covered "auto" which is a "trailer" is connected to another vehicle, the Liability Coverage this Coverage Form provides for the "trailer" is: (1) Excess while it is connected to a motor vehicle you do not own; (2) Primary while if is connected to a covered "auto" you own. However, if there is other collectible insurance with respect to such "trailer," the insurance provided by this Coverage Form is excess over such other collectible insurance. Named Insured Policy Number Policy Period Producer's Name: Producer Number: Mamco, Inc. dba: Alabbasi Construction and Engineering AlCA03661301 Endorsement No. 6/18/13 - 6/18/14 to Endorsement Effective Date: 6/18/13 Alliant Insurance Services, Inc. UTHORIZED REPRESENTATIVE CA ENGN00190906 See certificate DATE This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Mamco, Inc. dba Alabbasi Construction and Engineering Endorsement Effective Date: 6/18/13 SCHEDULE Name(s) Of Person(s) Or Organization(s): WHERE REQUIRED BY WRITTEN CONTRACT. Information required to complete this Schedule if not shown above will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Oth- ers To Us Condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "ac- cident" or the "loss" under a contract with that person or organization. Authorized Signature See certificate Date CA 04 44 0310 0 Insurance Services Office, Inc., 2009 Page 1 of 1 0 OLD REPUBLIC GENERAL INSURANCE CORPORATION WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY 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: 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 a written contract that requires you to obtain this agreement from us. This agreement shall 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 Mamco, Inc. dba: Atabbasi Construction and Engineering Policy Number AlCW03661301 Endorsement No. 000 Policy Period 6/18/13 - 6/18/14 Endorsement Effective Date: 6/18/13 Producer's Name: OLD REPUBLIC CONSTRUCTION INSURANCE AGENCY, INC. Producer Number: 0000007000 See Certificate AUTHORIZED REPRESENTATIVE DATE WC 99 0315 (01107) EXCESS LIABILITY POLICY FORM Various provisions in this Policy restrict coverage. Read the entire Policy carefully to determine rights, duties and what is and is not covered. Throughout this Policy, the words you and your refer to the Named Insured as shown in ITEM 1. of the Declarations. The words we, us and our refer to the Company shown in the Declaration providing this insurance. The word Insured means the Named Insured and any person or organization qualifying as an Insured in the First Underlying Insurance Policy(ies), but only to the extent to which such person(s) or organization(s) qualify as an Insured in the First Underlying Insurance Policy(ies) at the inception date of this Policy. Newly acquired or formed organizations must comply with SECTION IV. CONDITIONS, D. Changes in order to qualify for coverage. Words and phrases that appear in quotation marks have special meaning. Refer to SECTION Ill. DEFINITIONS, or to the specific section, of this Policy where such words appear. SECTION I. COVERAGE A. We will pay on behalf of the Insured, the "Ultimate Net Loss" in excess of the "Underlying Insurance" as shown in ITEM 5. of the Declarations, that the Insured becomes legally obligated to pay for loss or damage to which this insurance applies and that takes place in the Coverage Territory. Except for the terms, definitions, conditions and exclusions of this Policy, the coverage provided by this Policy shall follow the terms, definitions, conditions and exclusions of the applicable First Underlying Insurance Policy(ies) shown in ITEM 5.A. of the Declarations. B. Regardless of any other warranties, terms, conditions, exclusions or limitations of this Policy, If any applicable Underlying Insurance Policy(ies) does not cover "Ultimate Net Loss" for reasons other than exhaustion of its limit of liability by payment of claims or suits, then this Policy will not cover such "Ultimate Net Loss". C. The amount we will pay for the "Ultimate Net Loss" is limited as described in SECTION II. LIMITS OF INSURANCE. SECTION If. LIMITS OF INSURANCE A. The Limits of Insurance shown in the Declarations and the rules below describe the most we will pay regardless of the number of. 1. Insureds; 2. Claims made or suits brought; or 3. Persons or organizations making claims or bringing suits. B. The Limits of Insurance of this Policy will apply as follows: 1. This Policy applies only in excess of the "Underlying Insurance" scheduled in ITEM 5. of the Declarations. 2. If our Limits of Insurance stated in ITEM 4. of the Declarations are less than the total Limits of Insurance stated in ITEMS 4. of the Declarations, then our Limits of Insurance shall be that proportion of the "Ultimate Net Loss" to which our Limits of Insurance apply to the total Limits of Insurance stated in ITEM 4. of the Declarations and apply only in excess of the total Limits of "Underlying Insurance" scheduled in ITEM 5. of the Declarations. See certificate XS -100 (1�orized Signature Date Page 3 of 10 Copyright ® C. V. Starr & Company and Starr Indemnity & Liability Company. All rights reserved. Includes copyrighted material of ISO Properties, Inc., used with Its permission. RECEIVED BY: (Name) (Date) TO: FROM: DATE: SUBJECT CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office after signing/dating CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION City Treasurer City Clerk 9 _C�-Ikv Bond Acceptance I have received the bonds for CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. Payment Bond (Labor and Materials) Bond No. Warranty or Maintenance Bond No. TRACT AND DEVELOPMENT Faithful Performance Bond No. Labor and Material Bond No. Guarantee and Warranty Bond No. Monument Bond No. Franchise Bond No. Letter of Credit Bond No. Other Re: Tract No. CC No. C MSC No. Other No. g:/forms/bond transmittal to treasurer (Company Name) - q /,z z 7- / 7-:: Approved A�, / /� (Council Approval Date) Agenda Item No. City Clerk Vault No.� SIRE System ID No. Bond No. 9118717 EXECUTED IN DUPLICATE Premium $21,752.00 PERFORMANCE BOND Premium is for Contract Term and Subject to Adjustment Based on Final Contract Price KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, City of Huntington Beach (hereinafter referred to as "City") has, by written agreement dated , 20_, entered into a contract with Mamco Inc d g Alabbasi 16810 Van Buren Boulevard Suite 200 Riverside CA 92504 (name and address of Contractor) (hereinafter referred to as "Principal"), for performance of the work described as follows: Beach Boulevard Sewer Improvements CC No 1443 (Project Title) 1 WHEREAS; said contract, and all documents referenced therein (hereinafter collectively "Contract"), are incorporated herein by this reference made a part hereof as though set forth herein in full. WHEREAS, said Principal is required under the terms of the Contract to furnish a bond guaranteeing the prompt, full and faithful performance of said Contract. NOW THEREFORE, we, the undersigned, as Principal, and Fidelity and Deposit Company of Maryland 777 South Figueroa Street Suite 3900 Los Angeles CA 90017 (name and address of Surety) (a duly admitted surety insurer under the laws of the State of California and hereinafter referred to as "Surety"), as Surety, are held and firmly bound unto City in the penal sum of Two million twenty four thousand twenty four and no/1 on Dollars ($ 2,024,024.00 ), this amount being "not less than one hundred percent of the price set forth in the Contract, in lawful money of the United States, for the payment of which sum,; well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT if the Principal shall promptly, fully and faithfully perform each and all of the covenants, obligations and things to be done and performed by the Principal in strict accordance with the terms of the Contract as said contract may be altered, amended or modified from time to time; and if the Principal shall- Indemnify -and save harmless City and all of City's officers, agents and employees (hereinafter collectively referred to as "Obligees") from any and all losses, liability and damages, claims, judgments, stop notices, fees and costs of every description, whether imposed by law or in equity, which may be incurred by the Obligees by reason of the failure or default on the part of the Principal in the performance of any or all of the terms or the obligations of the Contract, including all alterations, amendments and modifications thereto, and any warranties or guarantees required thereunder; then this obligation shall be void; otherwise, it shall be and shall remain in full force and effect. Surety stipulates and agrees, for value received, that no adjustment of the time or price In the Contract or any alteration, change, deletion,. addition or other modification to the Contract, or the work to be performed thereunder, shall in any way affect, limit, restrict, impair or release the obligations of the Surety Under this Bond. Surety waives notice of any adjustment of contract time or contract price, and 2775913 PERFORMANCE BOND Page I of 2 Bond No. 9118717 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 Cade §§ 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 ro. execute or property execute this bond. Dated: January 13, 2014 ATTEST Mamco, Inc. dba Alabbasi (Corporate Seal) .ncipal Name) By: Nam . Title: Vice President ATTEST (Corporate Seal) (Attach Attorney -in -Fact Certificate) Fidelity and Deposit Company of Maryland (Surety Name) Name: Rhonda C. Abel, Attorney -in -Fact (Signature of Attorney -in -Fact for Surety,) ( 2� 270-0715 (Area Code & Telephone Number of Surety) APPROVED AS TO FORM: CITY UNTINGTON BEACH TY)c EBy ennifer Mc ath �fi5%G ity Attorney Note: This bond must be executed to duplicate and dated, all signatures must be notarized, and evidence of the authority of any person signing as attomey to -fact must be attached. 277591.1 PERFORMANCE BOND Page 2 of 2 State of Califomia County of Orange OnJAN 13 2014 before me, K. Luu, Notary Public Data Flue Irmo Name aea Two of vie OlBcar personally appeared Rhonda C . Abel a _ Ccr rissicn 95 �G Orange lounry r PWM Notary SOW Abo* who proved to me on the basis of satisfactory evidence to be the person(};) whose name($) isJill'd@ subscribed to the within instrument and acknowledged to me that l;/shaffl* executed the same in YttsfierAWAlt authorized capacity(M), and that by MWherAVO signature(t) on the instrument the person($), or the entity upon behalf of which the person($) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and: official seal. Signature i Skft tore as Notary PuNk OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and coudd 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(les) Claimed by Signer(s) Signers Name: ❑ Individual ❑ Corporate Officer — Titie(s): ❑ Partner — ❑ Limited ❑ General M Attorney in Fact ❑ Trustee Top d thumb here ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer—Tltle(s): ❑ Partner — ❑ Limited ❑ General _ ❑ Attorney in Fact ❑ Trustee Toga of thumb flare ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02007 NaftrW Notary Aswelmlon • s13 S0 Oa StAo lWa, PO SM- 1I 2 •Chatwm rhCA 9131324G2+umr.Na wa"DIWyarq item 0=7 fleordzr ct g W9 Flee 1800$78 8fi27 Bond No. 9118717 EXECUTED IN DUPLICATE Premium is Included in Performance Bond PAYMENT BOND (LABOR AND MATERIALS) KNOW ALL PERSONS BY THESE PRESENTS that: WHEREAS, the City of Huntington Beach (hereinafter referred to as "City") has awarded to Mamco Inc dba Alabbasi 16810 Van Buren Boulevard, Suite 200, Riverside CA 92504 (name and address of Contractor) (hereinafter referred to as "Principal"), a contract ("Contract") for the work described as follows: Beach Boulevard Sewer Improvements, CC No. 1443 (project title) WHEREAS, Principal is required under the terms of the Contract and the California Civil Code to secure the payment of claims of laborers, mechanics, materialmen, and other persons as provided by law. NOW THEREFORE, we; the undersigned Principal, and Fidelity and Deposit Company of Maryland 777 South Figueroa Street Suite 3900 Los Angeles CA 90017 (name and address of Surety) (a duly admitted surety insurer under the laws of the State of California and hereinafter referred to as "Surety"), as Surety, are held and firmly bound_ unto City in the penal sum of Two million twenty four thousand twenty four and no/100 dollars, ($ 2,024,024.00 ), 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 Clalmant, or prevailing wages due and penalties incurred pursuant to Sections 1774, 1775, 1813 or 1815 of the Labor Code, or any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and Subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to the work or labor performed under the Contract, Surety will pay for the same, in an amount not exceeding the penal sum specified in this bond; otherwise, this obligation shall be null and void. This bond shall inure to the benefit of any of the persons named in Section 3181 of the California Civil Code so as to give a right of action to such persons or their assigns. In case any action is brought upon this bond, Surety further agrees to pay all court costs and a reasonable attorney's fee In an amount fixed by the court. Surety stipulates and agrees, for value received, that no change, extension of time, alteration, addition or modification to the, terms of the Contract, or any contract document or any work to be performed thereunder, whether made after notice or not, shall in any way affect, Impair or release the obligations of Surety under this bond. Surety hereby waives notice of any such change, 277589.1 PAYMENT BOND 'Page 1 of 2 Bond No. 9118717 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 parry'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: January 13, 2014 ATTEST (Corporate Seal) ATTEST (Corporate Seal) (Attach Attorney -in -Fact Certificate) Mamco, Inc. dba Alabbasi (Principal Na r By: Name. Rumzi si Its: Vice President Fidelity and Deposit Company of Maryland (Surety Name) Name: Rhonda C. Abel, Attorney -in -Fact, (Signature of Attorney -in -Fact for Surety) ( 213) 270-0715 _ (Area Code & Telephone Number of Surety) APPROVED AS TO FORM: CITY OF HUNTINGTON BEACH By. /�S, ir--�, GMG ennifer� M— iry Attorney S f l S�Db Note: This bond must be executed in duplicate and dated, aft signatures must be notarized, and evidence of the authority of any pe=n signing as attomey-in-fact must be attached. 277585.E PAYMENT BOND Page 2 of 2 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Orange On JAN 13 2014 before me, K. Luu, Notary Public Dare Fran Insw Marne and Tim at to offim personally appeared Rhonda C. Abel a a K. LUU 'Notary P ut!ic _ y d' �� Comm. �>.p!ras i�ov 6, 9 P who proved to me on the basis of satisfactory evidence to be the person($) whose name($) is/W subscribed to the within instrument and acknowledged to me that Wsheftftb� executed the same In YltslherAWt authorized capacity(1ft), and that by Whe~ signature(t) on the instrument the person(6), 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 anrfficial seal. � sera Nora Signature ea+� of Noaq Pubk OPTIONAL Though the information below is not required by law, it may prove valLW* to parsons reMng an the d:Awnx t and could pr&1ent fraudulent removal and rwaaMment of lhis 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: 0 Individual ❑ Corporate Officer — Tifle(s): ❑ Partner — ❑ Limited ❑ General M Attorney in Fact ❑ Trustee Top of thumb We ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Signer's Name: 0 individual ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited D General ❑ Attorney In Fact Top of thumb flare ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing; 02W Naft ream #M7 aeordw 0dTjU%ft,.600476 aV ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do.hereby nominate, constitute, and appoint James A. SCHALLER, Mike PARIZINO, Rachelle RHEAULT, Rhonda C. ABEL, Vim LUU, Jeri APODACA and Heather SALTARELLI, all of Newport Beach, California, EACH its true and lawful agent and Attomey-in-Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 9th day of July, A.D. 2013. ATTEST: W. Assistant Secretary Eric D. Barnes ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND �1,qu�tY to D�.POSi e.r. INSLy°O 8EAL _._ '•09 Ina . has M• nl , �Ypann..... F Vice President Thomas O. McClellan State of Maryland City of Baltimore On this 9th day of July, A.D. 2013. before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, THOMAS O. MCCLELLAN, Vice President, and ERIC D. BARNES, Assistant Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. ,,�pgiMp17ri dt rrirt 1. 4a. b r�/tf ilt"4 Maria D. Adamski, Notary Public My Commission Expires: July 8, 2015 POA-F 012-9310Q Certification of Compliance with Title VU 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_, at , California. ("Type Contractor Name) By: Name: [Type Name] nn - , Title: [Type Title] E 1M R a- !-1 O_ FIR it� 3-2K�)-UP 245911.1 CONTRAC'TOW S CERTMCA'TE L , state and certify that: (Name of Declarant) l . is the general contractor to the City of Huntington Beach ("City') on Contract No. (the "Contract") for the construction of the public work of improvement entitled: (the "Project"). 2. All work to be performed pursuant to the Contract has been completed in accordance with the Contract Documents (as such term is defined in the Contract). 3. Except for the claims listed.below and the disputed claims listed in paragraph five (5), all persons supplying labor, services, materials and equipment to the Project, including all claims against the Contractor arising from the performance of the Contract, have been paid and satisfied (list unpaid debts and claims; if none, write "NONE"): 4. Attached hereto are the lien waivers required by the Contract Documents, which lien waivers have been executed by all persons who performed work on or supplied labor, services, materials, and/or equipment for use at the Project. 5. Set forth below is a list of disputed claims or claims that are the subject of a Notice to Withhold filed pursuant to the Civil Code of the State of California (list all disputed claims; if none, write "NONE"): I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed at APPROVED AS TO FORM By: f Name: [Type Name] Title: [Type Title] on this day of , 20_ (Signature of Declarant) 245914.1 Certification of Compliance with Prevailing Wage Laws To: City of Huntington Beach Department of Public Works 2000 Main Street/P.O. Box 190 Huntington Beach, CA 92648 Re: Certification of Compliance with Prevailing Wage Laws Contract: Project: The undersigned contractor on the above -referenced project ("Project") hereby certifies that all laborers, mechanics, apprentices, trainees, watchmen and guards employed by him or by any subcontractor. performing work under the contract for the Project have been paid pursuant to the minimum wage and bona fide fringe benefit requirements specified for each particular classification .of work, as set forth in the wage -rate determinations of the State of California, Department of Industrial Relations, and/or the United States Department of Labor. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed this day of 20, at (Type Contractor Name) By: Name: [Type Name] Title: [Type Title] California. _TS o3• ab • tslp 247542.1 City ®f Huntington Beach 2000 Main Street ® Huntington Beach, CA 92648 (714) 536-5227 ® www.huntingtonbeachca.gov Office of the City Clerk Joan L. Flynn, City Clerk January 29, 2014 Mamco, Inc. dba Alabbasi 16810 Van Buren Blvd., #200 Riverside, CA 92504 Re: Beach Blvd. Sewer Improvements — CC-1443 The City Council awarded the bid to your company for the above referenced project. Enclosed is a copy of the executed contract with the City of Huntington Beach. A Certification of Compliance with Title VII of the Civil Rights Act, Certification of Compliance with Prevailing Wage Laws and Contractor's Certificate form must be returned to this office after the project is completed but prior to the release of retention funds. In addition, the following item must also be on file, with this office before the City can release any retention funds: A warranty bond guaranteeing the final amount of work and materials for one year. If your performance bond does not include specific wording for a one-year warranty, then a rider or separate bond must be submitted. Should you have any questions or concerns regarding the enclosures or items that must be on file in this office prior to release of retention funds, please call the Public Works Department at 536-5517. JF:pe Enclosures: Copy of Contract including Proposal Copies of insurance/bonds Contractor's Certificate Certificate of Compliances Sister Cities: Anjo, Japan ® Waitakere, New Zealand 1�4) P41 A) S f, Pu) Dept. ID PW 14-003 Page 1 of 2 Meeting Date: 1/21/2014 CITY OF HUNTINGTON BEACH REQUEST FOR. CITY COUNCIL ACTION MEETING DATE: 1/21/2014 SUBMITTED TO: Honorable Mayor and City Council Members SUBMITTED BY: Fred A. Wilson, City Manager PREPARED BY: Travis K. Hopkins, PE, Director of Public Works SUBJECT: Award and authorize execution of a Construction Contract in the amount of $2,024,024.00 to Mamco Inc. dba Alabbasi, for the Beach Boulevard Sewer Improvement Project, CC-1443, and approve appropriation of funds Statement of Issue: On December 23, 2013, bids were publicly opened for the Beach Boulevard Sewer Improvement Project, CC-1443. Staff requests that the City award the contract to Mamco Inc. dba Alabbasi, the lowest responsive and responsible bidder. Financial Impact: Funds in the amount of $1,600,000 are available in the Sewer Fund, Sewer Replacement, Account No. 51189014.82600, and $1,050,000 is available from undesignated Sewer Fund (511) to fully fund the construction of this project. The total project cost is estimated to be $2,650,000.00. Recommended Action: A) Appropriate $1,050,000.00 from the undesignated Sewer Fund (511) balance to Sewer Replacement Account No. 51189014.82600; and, B) Accept the lowest responsive and responsible bid submitted by Mamco Inc. dba Alabbasi, in the amount of $2,024,024.00; and, C) Authorize the Mayor and City Clerk to execute a construction contract in a form approved by the City Attorney. Alternative Action(s): Reject all bids, and provide staff with an alternative direction. Analysis: As the City continues to accommodate new developments on Beach Boulevard the need for increased sewer capacity is required. In order to meet future demands from proposed developments, approximately 5,400 lineal feet of new eight -inch to 24-inch PVC sewer pipe will be installed in Beach Boulevard between Slater Avenue and Ellis Avenue, and approximately 350 lineal feet of 12-inch PVC sewer pipe in Ellis Avenue, east of the Beach Boulevard intersection. The bids were publically opened on December 23, 2013, and are listed in ascending order: Item 7. - I HB -96- Dept. ID PW 14-003 Page 2 of 2 Meeting Date: 1/21/2014 BIDDER'S NAME BID AMOUNT CORRECTED BID MAMCO INC. dba ALABBASI $2,024,024.00 $2,024,024.00 GRFCO Inc. $2 270 930.00 2 270 930.00 EXCEL PAVING 2 398 784.00 2 398 784.00 LONE ROCK 2 698 675.00 2 698 675.00 CCL CONTRACTING 2 880 582.00 2 880 582.00 CHRISTENSEN BROTHERS 2 950 234.36 2 905 234.36 MIRAKO AMERICA 3 050 650.00 3 050 650.00 PAULUS 3 057 067.00 3 057 067.00 RAM NA, INC. 3 626 690.00 3 626 690.00 MLADEN BUNTICH 3 997 980.00 3 997 980.00 KANA PIPELINE $4 132,000.00 $4 132 000.00 Staff recommends award of the contract to Mamco Inc. dba Alabbasi, the lowest responsive and responsible bidder, in the amount of $2,024,024.00. The experience and reference check for Mamco Inc. dba Alabbasi provided acceptable responses from past clients for similar projects. The engineer's cost estimate for this contract was $2.9 million, which is approximately 30 percent more than Mamco Inc. dba Alabbasi's bid amount of $2,024,024.00. This competitive bid is likely a result from low construction demand during this winter season. The total project cost is estimated to be $2,650,000.00, which includes the construction contract, contingency, supplemental expenses, construction management, and inspection. Construction contingency is requested at 10 percent to address any unforeseen site conditions resulting in change orders. Public Works Commission Action: The Public Works Commission reviewed and approved the project was in substantial conformance with the CIP on October 16, 2013, with a vote of 6-0-1 (Chair Thomas Absent). Environmental Status: The project is categorically exempt pursuant to Class 1, Section 15302 of California Environmental Quality Act. Strategic Plan Goal: Improve the City's infrastructure Attachment(s): 1. Location Map HB -97- Item 7. - 2 PROJECT LOCATION BEACH BLVD. (ELLIS AVE. - SLATER AVE.) LEGEND SEWER IMPROVEMENT LOCATION BEACH BLVD. REPLACEMENT. CC-1443 PROJECT LOCATION MAP CITY OF HUNTINGTON BEACH Item 7. - 3 DEPARTMENT OF PUBLHB-9s-)RKS SECTION A NOTICE INVITING SEALED BIDS for the construction of BEACH BOULEVARD SEWER IMPROVEMENTS CC No. 1443 in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH, as AGENCY, invites sealed bids for the above stated projects and will receive such bids in the office of the City Clerk, Second Floor, 2000 Main Street, Huntington Beach, California 92648, up to the hour of 2:00 PM on December 23, 2013. 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 $40.00 nonrefundable fee if picked up, or payment of a $60.00 nonrefundable fee if sent by UPS ground delivery (bidder shall pay additional costs for special delivery). Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code. Pursuant to the provisions of the Labor Code of the State of California, the minimum prevailing rate of per diem wages for each craft, classification or type of workman needed to execute the contract shall be those determined by the Director of Industrial Relations of the State of California, which are on file at the Office of the Director of Public Works, 2000 Main Street, Huntington Beach, CA 92648. The AGENCY will deduct 5% 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 Public Contract Code, Section 10263. 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 as determined by the AGENCY. 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 A at the time of the bid opening. The successful Contractor and his subcontractors will be required to possess business licenses from the AGENCY. All extension of unit prices will be subject to verification by the AGENCY. In case of a variation between the unit price and the extension, the unit price will govern. Project Description: Project consists of approximately 5,800 lineal feet of new 8-inch to 24- inch PVC sewer pipe to be installed "at night" on Beach Boulevard between Slater Avenue and Ellis Avenue, and on Ellis Avenue, East of the Beach Boulevard intersection to Patterson Lane. Beach Boulevard is on Caltrans Right -of -Way, and will require the Contractor obtain a Caltrans double permit for the work along with approval, preparation, and implementation of a Water Pollution Control Plan (WPCP). Additionally, due to high traffic volume, all work on Beach Boulevard will be constructed between weekday working hours of 10:00 pm to 7:00 am (working hour shall deviate for frontage of residential homes and two motels as described in Section E, 6-7.2). Ellis Avenue will have weekday working hours from 9:00 am to 4:00 pm. The Contractor shall follow AGENCY construction sequence plan in Section F, unless otherwise approved by the Engineer. • The contract shall allow the Contractor 110 working days to complete the contract. This was based on two (2) working crews for pipe construction. • The engineer's estimate of probable construction cost for the work included in the basis of award is $2,900,000. The AGENCY reserves the right to reject any or all bids, to waive any irregularity and to take all bids under advisement for a maximum period of 60 days. BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH, CALIFORNIA, the 3rd day of September 2013, by Resolution No. 2013-48. Attest: Joan L. Flynn CITY CLERK OF THE CITY OF HUNTINGTON BEACH l� 1 _. �...... � � �1 I '# ' Dal plc t �?�'`�' �� �_ l - : i Dal Not ET-i� 1Y i .r TtB_ ' Pnnfed by 0602 Patrt�ia GamiftO Salpe Dec 2, 2013 12:03 PM"rson ilr ri+l , Phone � !Ad 35i13312 tt: - ::wuaX.Y-�Va�L��wLu.6= nmL I I ": v Ad Copy:: . SECTION A NOTICE INVITING SEALED BIDS for the construction of BEACH BOULEVARD SEWER IMPROVEMENTS CC No. 1443 in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH, as AGENCY, invites. sealed bids for the above stated projects and will receive such bids in the office of the City Clerk, Second Floor, 2000 Main Street,. Huntington Beach, California 92648, up to the hour of 2.00 PM on December 23, 2013. Bids will be publicly open n 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 926481, upon payment of a $40.00 nonrefundable fee it picked up, or payment of a $60.00 nonrefundable fee if sent by UPS ground delivery (bidder shall pay additional costs for special delivery). Any contract entered into pursuant tolthis lnotice 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 ty pe of workman:- needed to execute the contract shall be those determined by the Director of Industrial Relations of the State - of California, which are on file at the Office of the Director of Public Works, 2000 Main Street, Huntington Beach, CA 92648. The AGENCY will deduct 5% 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 Public Contract Cade, Section '10263. 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 shalt be considered unless it is prepared on the approved Proposal forms in conformance: with the Instructions to Bidders as determined by the AGENCY. 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 90 of the amount bid. The successful bidder shall be licensed in accordance with provisions of the Business and Professions Coda and shall possess a State Contractor's License Class A at the time of the bid opening, The successful Contractorand his subcontractors will --- ad proof pg. 1 --- be required to possess business licenses from the AGENCY. All extension of unit prices will be subject to verification by the AGENCY. In case of a variation between the unit price and the extension, the unit price will govern. Project Description: Project consists of approximately 5,800 lineal feet of new 8-inch to 24- inch PVC sewer. pipe to be installed 'at night' on Beach Boulevard between Slater Avenue and Ellis Avenue, and on Ellis Avenue, East of the Beach Boulevard intersection to Patterson Lane. Beach Boulevard is on Caltrans Right -of -Way, and will require the Contractor obtain a Caltrans double permit for the work along with approval, preparation, and implementation of a Water Pollution Control Plan (WPCP). Additionally, due to high traffic volume, all work on Beach Boulevard will be constructed between weekday working hours of 10:00 pm to 7:00 am (working hour shall deviate for frontage of residential homes and two motels as described in Section E, 6- 7.2). Ellis Avenue will have weekday working hours from 9:00 am to 4:00 pm. The Contractor shall follow AGENCY construction sequence plan in Section F, unless otherwise approved by the Engineer. -The contract shall allow the Contractor 110 working days to complete the contract. This was based on two (2) working crews for pipe construction. .The engineer's estimate of probable construction cost for the work included in the basis of award is $2,900,G00. The AGENCY reserves the right to reject any or all bids, to waive any irregularity and to take all bids under advisement for a maximum period of 60 days. BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH, CALIFORNIA, the 3rd day of September 2013, by Resolution No. 2013-48. Attest: Joan L. Flynn CITY CLERK OF THE CITY OF HUNTINGTON BEACH Published H.B. Indepenedent December 5, 12, and 19, 2013 STATE OF CALIFORNIA) ) SS. COUNTY OF ORANGE ) I am a citizen of the United States and a resident of the County of Los Angeles; I am over the age of eighteen years, and not a party to or interested in the notice published. I am a principal clerk of the HUNTINGTON BEACH INDEPENDENT, which was adjudged a newspaper of general circulation on September 29, 1961, case A6214, and June 11, 1963, case A24831, for the City of Huntington Beach, County of Orange, and the State of California. Attached to this Affidavit is a true and complete copy as was printed and published on the following date(s): Thursday, December 5, 2013 Thursday, December 12, 2013 Thursday, December 19, 2013 I certify (or declare) under penalty of perjury that the foregoing is true and correct. Executed on December 26, 2013 at Los Angeles, California Signature SECTION A' NOTICE INVITING SEALED BIDS for the construction of BEACH BOULEVARD SEWERIMPROVEMENTS CC No. 1443 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 andwill receive such bids in the office of the city Second Floor, 2000 Main Street, Huntington Beach, California 92648, up to the hour of 2:00 PM on ,December 23, 2013. Bids will be publicly open in .the Council Chambers unless otherwise posted- nd Copies of the Plans, Specifications, acontract documents are available from the Office of the Director of Public Works, 2000 Main Steeta Huntington Beach, CA 92648, upon pay ment $46.00 nonrefundable fee if picked up, or ,payment of a $60.00 nonrefundable fee if sent by UPS ground delivery (bidder shall pay additional costs for special delivery). Any contract entered into pursuant,to this notice will incorporate the provisithofState Labor the Labor Code. Pursuant to the provisions Code of the State of California, the minimum prevailing rate of Perthem. agesworkfor each needed craft, classification or typeo execute the contract shall be those determined by the Director of Industrial Relations of the State of California, which are on file at the Office of, the Director of Public Works, .2000 Main .Street, Huntington Beach, CA 92648. The AGENCY paymentsdeduct The Contractorention may substitute anprogress pay an escrow holder surety of equal value to the retention in accordance with the provisions of the Public Contract Code,.Section 10263. The Contrac for 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 onSehe basis of race, color,. consideraonal tion leading ancestry, the or religion in any; award of contract. No bid shall be considered unless it is prepared on the approved Proposal forms in conformance with the Instructions to Bidders as determined by the,, AGENCY. The bid must be' accompanied by a certified check,cashiieeAGENCYr's kforr anbidder's amount no ,made payable to less than 10% of the amount bid. The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code I and shall possess a State Contractor's License Class A at the time- of the bid opening. successful Contractor and his subcontractors will be required to possess business licenses from the AGENCY. All extension of unit prices will be subject to verification by. the AGENCY. In case of a variation between the unit pace and .the "exten sion, the unit price will govern. project Description: Project consists of approx imately 5,800 lineal feet of new 8-inch to 24-inch PVC sewer pipe to be installed "at night" on Beach Boulevard between Slater Avenue and Ellis Ave- nue, and on Ellis Avenue, East of the Beach Boulevard intersection to Patterson Lane. Beach d will is on Caltrans Right -of -Way, an require the Contractor obtain a Calltraln double permit for the work along with app prepara- tion, and implementation f a Water pollution Control Plan (WPCP). Additionally, to hi traffic volume, all work on Beach Bok Boulevard d will of constructed between weekday v hours 10.00 pm to 7:00 am (working hour shall deviate for frontage of residential homes and Avenue two twill as described in Section E, 6-7.2). have weekday working hours from 9:00 am to 4:00 pm IThe Contractor shall follow : unless Fotherwise sequence plan in Section' approved by the Engineer. *The contract shall allow the Contractor 110 working days to complete the contrast. crews fors Pipe was based on ,two (2) construction., -The engineer's estimate of probable construction cost for the work included in the basis of award is $2,900,000. • or all The AGENCY reserves the a right to rtoetake aII bids bids, to waive any maximum period .of 6( under advisement. for a days. BY ORDER of the CITY COUNCIL of the CITY 0 HUNTINGTON BEACH, CALIFORNIA, the 3rd day o September 2013, by Resolution No. 2013-48. Attest: -, loan L.Flyn CITY CLERK OF THE CITY OF HUNTINGTON BEAGI Published H.B. Inde,penedent December 51 12, an CITY OF IIIJNTINGTON BEACH L'r Beach Blvd. Sewer Improvements C.C. NO. 1443 BID OPENING DATE: December 23, 2013 TIME: 2:00 PM ENGINEER'S ESTIMATE: $2,900,000 BIDS SIUBMITTED (AS READ_ AT OPENING) rQ' ................................... B..pp�R:S:Y�?III1 F+tAf+K ............................. APPA117'B&I�4t€i11T; 1 All American Asphalt, Corona 2 Andrew Papac & Sons, South El Monte 3 Andrew Papac & Sons, South El. Monte 4 Bali Construction, South El Monte 5 Blois Construction, Oxnard 6 CCL Contracting, Escondido'0�°4j J 7 Chrstensen Brothers, Apple Valley (X (� 8 Dominquez General Engineering, Rosemead 9 Dugan Construction, Ontario 10 Excel Paving, Long Beach 3101. 79` : o,d. m 11 GRFCO, Inc., Moreno Valley 12 Kana Pipeline, Placentia a O 10 P�. d 13 KEC Engineering, Corona 14 Lone Rock, Irvine 6P /Si% 15 Mamco Construction, Riverside 16 Mike Bubalo Construction, Baldwin Park 17 Mike Prlich and Sons, Baldwin Park 18 Minco Construction; Gardena . t 19 Mirako America, Gardena 0 20 Mladen Buntich Upland 7.dy0 21 MNR Construction, Baldwin Park c 22 Ramona, Inc., Arcadia�� (t� 9h 'OCR 23 Steve Babalo Construction, Monrovia 24 Avsilj Const.'Inc, Irwindale 25 Vido Artukovich & Sons, South El Mont i �'c r Bid OpeningWorksheet patt/-0.5 r-4 C= c 3 UNSUCCESSFUL BIDS CC-1443 Beach Blvd. Sewer Project City ®f Huntington Beach 2000 Main Street ® Huntington Beach, CA 92648 (714) 536-5227 ® www.huntingtonbeachca.gov Office of the City Clerk Joan L. Flynn, City Clerk February 3, 2014 CCL Contracting, Inc. 1938 Don. Lee Place Escondido, CA 92029 RE: Beach Blvd. Sewer Project — CC-1443 Enclosed please find your original bid bond for CC-1443. Sincerely, t Joan L. Flynn, CIVIC City Clerk JF:pe enclosure Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand CCL CONTRACTING, INC. 1938 Don Lee Place Escondido, CA 92029 a ��-Tt �'q _T "A Aq v v .1 e 14 1�h�l: RD "J' i 1! T 1� 10 Z'� 'wry P�. j" i-c .. .... .... .......... .5. Tj I F, P .. .... ...... .. _Tz SECTION C for the construction of BEACH BOULEVARD SEWED IMPROVEMENTS from ELLIS AVENUE TO SLATER AVENUE CC No. 1443 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 undersigned agrees to complete the work within 110 working days, starting from the date of the Notice to Proceed. 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. C-1 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. Quo`-c Accompanying this proposal of bid, find � � in the amount of $ W/P which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond", as the case may be). Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's'Si nature . I i2,eZi� C-2 PROTECT BID SCHEDULE -ADDENDUM NO. 1 CC-1443 t2111. COE1f1dCt V�Itxt2tid2d No Descri�tioz Quantity Unit Price' Amount Furnish all labor, materials and 1 equipment to mobilize, demobilize, clean up of construction site, including but not 1 LS ,,, $ L-ZIT 0 $ ZZS �t3C' limited to providing all bonds, insurances, and obtaining all permits. Survey and identify existing inverts of 2 five existing manholes to verify design. Prepare and submit it to the Engineers 3 1 LS $ 0 $ weeks prior to construction. Furnish all labor, material, and equipment to provide public 3 convenience, safety and traffic control 1 LS $ 60 00' $ 6ioao per traffic control plan; including but not limited to signs, CMS warning devices, delineators, and trench plate bridging. Furnish all labor, material, and equipment to provide trench and unclassified excavation safety measures including shoring plans prepared by a California Registered Structural Engineer, including any additional geotechnical work performed by the 1 LS $ �! $ F 4 Contractor to provide trench and unclassified excavation safety for the protection of life and limb in trenches and open unclassified excavation in conformance with applicable safety orders. Furnish all labor, material, and equipment necessary to maintain sewer flows throughout entire construction 5 period. This is including but not limited to 1 LS $ $ ILI ) any temporary by-pass pumping, by-pass piping, vactor trucks, temporary plugs, permanent plugs, and other appurtenances. Prepare, obtain approval, and implement a Water Pollution Control Plan (WPCP) with approval from Caltrans and Agency ��� 6 prior to any Construction; Item includes 1 LS $ $� the hiring a certified Water Pollution Manager (WPC). Furnish all labor, materials and equipment necessary to construct 8-inch 7 Diameter PVC SDR 26 pipe, including 24 LF $ 13-DO !tpo but not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. C-2.1 (ADDENDUM NO. 1) PROJECT BID SCHEDULE -ADDENDUM NO. 1 CC-1443 ... ... ..... ....... . ......... . . . ......... . ....... . . . ....... ............ ....... : ....... ... ..... ... ........ .............. C A.t 0 Mot.:. ::AjtVit ................. ..tted ........ ............. No. . ..... ..... Description W n tity ... PHC e:...........A..m..o..u.n I. ..... ..... .. .. . . . ......... Furnish all labor, materials and equipment necessary to construct 12- inch Diameter PVC SDR 26 pipe, 446 LF pp $ $ including but not limited to, sawcutting, unclassified excavation and disposal, ishoring, AC, and AB for trench repair. Furnish all labor, materials and equipment necessary to construct 15- 9 inch Diameter PVC SDR 26 pipe, 5118 LF $ fl40 W,36 including but not limited to, sawcutting, I V unclassified excavation and disposal, Ishoring, AC, and AB for trench repair. Furnish all labor, materials and equipment necessary to construct 24- 10 inch Diameter PVC SDR 26 pipe' 104 LF $ $ 5i'j-1C17_ including but not limited to, sawcutting, unclassified excavation and disposal, Ishoring, AC, and AB for trench repair. Furnish all labor, material and equipment necessary to construct precast 4-foot Diameter Sewer Manhole with lining and 11 field poured reinforced concrete base, 14 EA OD 0 including but not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for for trench repair. Furnish all labor, material and equipment necessary to construct precast 4-foot Diameter Sewer Manhole with lining and 12 precast reinforced concrete base, 4 EA 9,70 including but not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for for trench repair. I Furnish all labor, material and equipment necessary to connect new sewer pipe to existing manhole, including but not 13 limited to maintaining existing flows, core 2 EA (01 $ drill existing sewer manhole, modify an re -channel the manhole channel base, and rehabilitate manhole. Furnish all labor, material and equipment necessary to construct 7-foot Diameter Sewer Manhole with lining per OCSD 14 Standard, including but not limited to, 1 EA $ Z(4 sawcutting, unclassified excavation and disposal, shoring, AC, and AB for for trench repair. I C-2.2 (ADDENDUM NO. 1) PROJECT BID SCHEDULE -ADDENDUM NO. 1 CC-1443 CtEm Gontrjct, Unit;: Extended Nz .. .. ... .... Qescriptiozi Quantity Unit _........................ Price: Amount ....... . Furnish all labor, material and equipment to install new lateral to connect existing sewer lateral from to be abandoned 8- inch sewer pipe to existing 10-inch sewer 15 pipe, including but not limited to®� 4 EA $ $ sawcutting, unclassified excavation and disposal, shoring, AC and AB for trench repair, and plug existing abandoned lateral with sand and concrete. Furnish all labor, material and equipment to install new lateral to connect existing sewer lateral to newly installed sewer pipe, including but not limited to ����0 o 16 sawcutting, unclassified excavation and 3 EA $ $�� disposal, shoring, curb, gutter, sidewalk, AC and AB for trench repair, and plug existing abandoned lateral with sand and concrete. Furnish all labor, material and equipment to install new 8-inch Diameter PVC SDR 26 pipe with repair couplings in an abandoned manhole, including but not 17 limited to sawcutting, unclassified 1 EA excavation and disposal, shoring, concrete encasement, AC, and AB for trench repair. Furnish all labor, materials and equipment necessary to construct by removing existing 8" VCP sewer and Z_q 18 install 8-inch PVC SDR 26 pipe, 37 LF $ $�_ including but not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. Furnish all labor, materials and equipment to cut and remove a segment of existing pipe in newly installed ��a0 19 manholes to put manhole into operation, 6 EA $ $ including but not limited to disposal, grinding, and providing water tight connection. Furnish all labor, material and equipment necessary to abandon existing 8" sewer line in and fill pipe void with sand, 20 capped with concrete, including but not 900 LF $ $ limited to sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. C-2.3 (ADDENDUM NO. 1) PROJECT BID SCHEDULE -ADDENDUM NO. 1 CC-1443 Item Contact Anil; Extended:: No. .:; Descnption __..._..._ ...................._._. tuantity Unit ._................ ......... Price: Amount ............... . .. Furnish all labor, material and equipment necessary to abandon existing 10" sewer line in and fill pipe void with sand, 21 capped with concrete, including but not 55 LF $ ✓ $ limited to sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. Furnish all labor, material and equipment to abandon existing manholes and bases, including but not limited to Z5 0� 22 sawcutting, unclassified excavation and 6 EA $ $ _ disposal, shoring, sand, cement -sand slurry, AC, and AB for trench repair and backfill. Furnish all labor, material and equipment necessary to abandon portion of existing sewer lateral and fill pipe void with sand, 23 capped with concrete, including but not 3 EA rr,, $ LIGya $ limited to sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. Furnish all labor, material and equipment necessary to remove and replace 7(ZO 24 Caltrans detector loops, including but not 38 EA $ limited to disposal, and AC for street repair. Furnish all labor, materials and 25 equipment necessary to cold mill 0.12' AC, including but not limited to hauling 58,900 SF $ e 3 $ and disposal of AC and other debris from cold milling. Furnish all labor, materials and ` 6� 26 equipment necessary to install ARHM 1AC 570 TN $ t $ 1'Z0 0.12' thick in cold mill areas. Total Amount Bid, BASIS OF AWARD *:,$ Total Amount Bid in Words: "tea t' r'a — c w *Notes: All extensions of unit prices will be subject to verification by Owner. In case verification is required 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. Refer to Section 9, Measure and Payment for description of each Item on Bid Schedules. C-2.4 (ADDENDUM NO. 1) 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 or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid, Name and Address of Subcontractor State Class Dollar % of Item(s) License `. Amount` Contract Number �61 -78MD9 7('�I?s hip l )'(0 155 a5 C,, l.� ' 1r�IvC�C�f:r9rC�Gr�^0� -7&3q BI/i�.�,nle.� Ave 65913q C-q9" 3 ,�. 1(Vz, CA Q ��410 l l� 13- � 63 zo 9, 74 55 "I0 C- 33 �rlffzc LaoVS e � <<�W&) tNC la 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-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 8/ l� , at ES�C�/Oid-0 . Date City State 3vil'?,j LVS , being first duly sworn, deposes and says that& or she is 5e, ��� of C C'L COWT"C )-IA IOL- • 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. CC C'%WVMA"-IAAl % Name of Bidder Signat6of Bidde 0g3,1 4©� t456� //. Address of Bidder C-4 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 BEACH BOULEVARD SEWER IMPROVEMENTS, (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: 3 13 Cc L CO,,`l'"1-:n A-. I t-4- Contractor By S�11ram Title G5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, 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-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date: 1 7,1515 cC,L Contractor By Title C-7 BIDDER certifies that the following information is true and correct: Bidder Name 19313 Dod Business Address City, State Zip �%t/j ) g3-S-L,54 Telephone Number lei 35iq A State Contractor's License No. and Class b/31 Original Date Issued Expiration Date � (�� The work site was inspected byl� of our office one d , 201.3 . The following are persons, firms, and corporations having a principal interest in this proposal: 1s_rLUS C-8 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA County of % SAN DIEGO J On (�l /f 3 before me, MICHELLE M. BASUIL NOTARY PUBLIC Date. Here Insert Name and Title of the Officer personally appeared BRYAN LUSKY Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(e) whose name(&) is/a*e subscribed to the within instrument and acknowledged to me that he/&he4hey executed the same in his/IgeFAhei authorized capacity(ie&), and that by his/herAhei 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. Signature`_--,,�--- Place Notary Seal Above Signature of Notary Public V 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: BRYAN LUSKY ❑ Individual V Corporate Officer —Title(s): SECRETARY ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer —Title(s)_ ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 0 2007 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 The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. Company Name Slanature/olf Bidder Vo ^/ Printed or Typed Signature Subscribed and sworn to before me this Z3 day of HIJ8* , 200. NOTARY PUBLIC NOTARY SEAL Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of sanitary sewer line installation of at least of 1,000 of 8-inch and greater in public right-of-way. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: 1. ern, or mil Is 10s, AVE y, w:d Name and Address of Public Agency Je W L"r, `760 $Q7-T)K Name and Telephone No. of Project Manager: 2N 44 aaS -f DI P Sjws P— 0 t leer �- CoT Amount Type of Work Date Completed Provide additional project description to show similar work: Name and Address of Public Agency Name and Telephone No. of Project Manager: % �t�,e�� C-9 Contract Amount Type of Work Provide additional project description to show similar work: 3. J� TV Old C, 5 th"1130 Zol o rz4 tocj Name and Address of Public Agency Name and Telephone No. of Project Manager: M4NI- Contract Amount Type of Work Provide additional project description to show similar work: F�4 Date Completed i bu -737'M� x Date Completed C-10 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1. f�� �t LA (L 6'�'�' Name of proposed Project Manager Telephone No proposed Project Manager: 760 7L(3 -VL5� Pal ,L4 61 K3C, 11,00 I Project Name & Contract Amount Type of Work P mwto- Project Name & Contract Amount Type of Work Y3 -� A41Wt✓ 2�7��/ J�� r � Project Name & Contract Amount 2. J t f^^ 6 f k c—I Name of proposed Superintendent Type of Work Telephone No. of proposed Superintendent: ")/ '7Y3. 712V Project Name & Contract Amount Type of Work Project Name & Contract Amount Type of Work Project Name & Contract Amount Type of Work �013 Date Completed ZI Date Completed I-ALAf Date Completed Date Completed Date Completed Date Completed C-11 City of Huntington Beach Public Works Department - 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For BEACH BOULEVARD SEWER IMPROVEMENTS CC NO. 1443 in the CITY OF HUNTINGTON BEACH December 12, 2013 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) FINAL SIGNED TRAFFIC CONTROL PLANS Signed Final Traffic Control Plans are essentially the same as Draft Traffic Control Plans at the time of initial advertisement with exemption of changes on the following sheets: A. Sheet No. TC 9 adds that work on Ellis Avenue is daytime and an additional sign is required East of Patterson Lane on Ellis Avenue. B. Sheet No. TC 15 adds that Contractor is required to notify Caltrans Traffic Operations for signal timing modifications at least one week prior to construction and to provide flaggers for pedestrian crossing during intersection work. 2) CLARIFICATION PER SPECIFICATION IN SECTION 6-9 THAT LIQUIDATED DAMAGES IS PER CALENDER DAY. 3) UPDATED BID SCHEDULE -ADDENDUM NO. 1 PROVIDING REVISION TO AN ITEM AND CHANGE IN QUANTITIES FOR TWO ITEMS ON BID SCHEDULE A. Bid Item No. 11 Contract Quantity is now 14 as sewer manholes #10, #13, and #14 on Plans are now with poured base. B. Bid Item No. 12 Contract Quantity is now 4 as sewer manholes #10, #13, and #14 on Plans are now with poured base. C. Bid Item No. 15 now reads "Furnish all labor, material and equipment to install new lateral to connect existing sewer lateral from to be abandoned 8-inch sewer pipe to existing 10-inch sewer pipe, including but not limited to sawcutting, unclassified excavation and disposal, shoring, AC and AB for trench repair, and plug existing abandoned lateral with sand and concrete." GXonstruction Contracts (CCs)\CC1443 Beach Blvd. Sewer Replacement\Ebidboard\Addendums\Addendum Number Cne.doc Award will be based on SECTION C that includes the most up to date bid schedule and acknowledging all Addendums. This is to acknowledge receipt and review of Addendum Number One, dated December 12, 2013. Cc L �4 TB�-+9i�►71 uj / �� Company Napne By Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Joseph Fuentes at (714) 536-5431. G:AConstruction Contracts (CCs)ACC 1443 Beach Blvd. Sewer Replacement\Ebidboard\Addendums\Addenduin Number One.doc BID BOND Conforms with The American Institute of Architects, A.I.A. Document No. A-310 KNOW ALL BY THESE PRESENTS, That we, CCL CONTRACTING, INC. as Principal, hereinafter called the Principal, and the LIBERTY MUTUAL INSURANCE COMPANY ATTN: SURETY CLAIMS DEPARTMENT of 1001 4TH AVENUE, SUITE 1700, SEATTLE, WA 98154 , a corporation duly organized under the laws of the State of MASSACHUSETTS , as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF HUNTINGTON BEACH as Obligee, hereinafter called the Obligee, in the sum of TEN PERCENT OF GREATER AMOUNT BID ------------------------- Dollars ($ 10% ) , for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for BEACH BOULEVARD SEWER IMPROVEMENTS FROM ELLIS AVENUE TO SLATER AVENUE, CC NO. 1443 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 18TH day of DECEMBER 2013 CCL CONTRACTING, INC. (Seal) Principal Witness { By BRYAN CY, SEC ARY Title LIBERTY MUTUAL INSURANCE COMPANY Witness { By / - �TY�1))- - MARK D. IATAROLA, Attorney -in -Fact S-0054/GEEF 12/00 FRP CALIFORNIA ALL-PURPOSE ACKNOWLEDGMERT STATE OF CALIFORNIA County of SAN DIEGO On g7:3(t-3 before me, MICHELLE M. BASUIL NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared BRYANLUSKY Name(s) of Sig who proved to me on the basis of satisfactory evidence to be the- person(&•) whose name() is/a*e subscribed to the within instrument and acknowledged to me that he/&he4hep executed the same in his/he; authorized capacity(ie&), and that by his/heh4hei signature(&) on the instrument the personH, or the entity upon behalf of which the person(&) acted, executed the instrument. MICHELLE M. BASUIL COMM. 42034s11 1 certify under PENALTY OF PERJURY under the laws of N NOTARY PUBLIC•CALIFORNIA(A Z the State of California that the foregoing paragraph is true V, SAN DIEGO COUNTY my commission S and correct. August o, 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) Signer's Name: BRYAN LUSKY ❑ Individual Gd Corporate Officer —Title(s): SECRETARY ❑ Partner —❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Top 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: Top of thumb here 0 2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 www.NationaiNotary.org Item 45907 Reorder. Call Toll -Free 1-B00-876-6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT es. a - STATE OF CALIFORNIA County of SAN DIEG On 12/18/2013 before me, MICHELLE M. BASUIL NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared MARK D. IATAROLA Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(fs) whose name(fs) is/are subscribed to the within instrument and acknowledged to me that he/eey executed the same in his/herAhe+r authorized capacity(iesj, and that by his/IHei signature() on the instrument the person(-s), or the entity upon behalf of which the person(&) acted, executed the instrument. MICHELLE M. BASUIL I certify under PENALTY OF PERJURY under the laws of COMM. 0 2034911 N NOTARY PUBLIC •CALIFORNIACO the State of California that the foregoing paragraph is true Ve SAN DIEGO COUNTY ? and correct. My Commmelon Expires Auguol24,2017 Witness my hand and official seal. },� I Signature —A-1 Place Notary Seal Above Signature'of Notary Public 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: MARK D. IATAROLA ❑ Individual ❑ Corporate Officer—Title(s):_ ❑ Partner — ❑ Limited ❑ General 9 Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Top of thumb here Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer —Title ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator Signer Is Representing: Top of thumb here all Toll -Free 1-800-876-6827 0 2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 www.NationaiNotary.org Item #5907 Reorder: C- THIS POWER OF ATTORNEY IS NOT VALID.UNLESS I71S PRINTED ON RED BACKGROUND. I 7W5 Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 6250155 American Fire and Casualty Company Liberty Mutual Insurance Company, - "`. The Ohio Casualty Insurance Company West American Insurance Company - POWER OF ATTORNEY KNOWN ALL PERSONS BY THESEPRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire; that Liberty Mutual Insurance Company is a corporation duly,organized under the laws of the State of Massachusetts, and WestAmerican insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority. her ein set forth, does herebyname, constitute and appoint, Deborah D. Davis:_Glenda J Gardner Helen:Maloney` John G Maloney; Mark Q. lati rola: Michelle M Basuil all of the city of Escondido - =state of CA " each individually.if there be more than one named, its true -and -lawful attomey-in-fact to make, execute, seal; acknowledge - and deliver, for and on its behalf as surety and as its act and deed, and -all undertakings, bonds; recognizances and other surety obligations, in pursuance of these presents and shall - be as binding upon the Companies as if they have been dulysigned bythe president and attested by the secretaryof the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney -has been subscribed by an authorized officer or official of the Companies and the :corporate seals of the Companies have been affixed : thereto this 16th day of August ' 2013 " µ ,..., - American Fire and. Casualty Company - The Ohio Casualty Insurance Company : N Liberty Mutual Insurance Company, m West American Insurance Company c; By: . C STATE OF WASHINGTON - ' ss Gregory 1'N. Davenport, Assistant Secretary eo ,r COUNTY OF KING c dOn'this 16th day of August- 2013 before me personally appeared Gregory W. Davenport, who acknowledged himself to be the Assistant Secretaryof American FO, 0 Q Fire and Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do;: >�IN 0. 2 execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. _ m > IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed mynotanal seal at Seattle, Washington, on the day and year first above written. O mw C "N By: 4%= L C L KID Riley, , Not Public ° OE. O c This Power ofAttomey is made and executed pursuant to and by authority of the following By-laws and Authorizations ofAmerican Fire and Casualty Company, The Ohio Casualty Insurance u) o Company, Liberty Mutual Insurance Company, and"West American Insurance Company which resolutions are now in full force and effect reading as follows: •= o L ARTICLE IV —OFFICERS —Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose inwriting by the Chairman or the President, and subject p =- to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to actin behalf of.the Corporation to make, execute, seal, m p =. acknowledge and deliver as surety any all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective :a . E. powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so cc m. executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under. > = L the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. 0 L d - 'a >+ = ARTICLE XIII — Execution of Contracts— SECTION 5. Surety Bonds and Undertakings. Anyofficer of the Company authorized for that purpose in writing by the chairman or the president,: 0 > L and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act inbehalf of the Company to make, execute, L M p 3 seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their = co Z c) respective powers of attorney, shall have full powerto bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so 00 executed such instruments shall be as binding as if signed by the president and attested by the secretary. o Certificate of Designation — The President of.the Company, acting pursuant to the Bylaws of the Company, authorizes Gregory W. Davenport, Assistant Secretary to appoint such attorneys--in-fact as may necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. ;. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of -any assistant secretary of the . Company, wherever appearing upon a certified copy of any.power of'attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually:affixed. I, David M. Carey, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original,powerof attorney of which the foregoing is a full, true and correct copy ofthe PowerofAttomey executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF; I have hereunto set my hand and affixed the seals of said Companies thin 8TH`day of DECEMBEP. 2e13 sr By y David M. Carey, Assistant Secretary 119 of LMS 12873 092012 500 City ®f Huntington Beach 2000 Main Street ® Huntington Beach, CA 92648 (714) 536-5227 o www.huntingtonbeachca.gov Office of the City Clerk Joann L. Flynn, City Clerk February 3, 2014 Christensen Brothers General Engineering, Inc. P. O. Box 1286 Apple Valley, CA 92307 RE: Beach Blvd. Sewer Project — CC-1443 Enclosed please find your original bid bond for CC-1443. Joan L. Flynn, CMC City Clerk JF: pe Enclosure Sister Cities: Anjo, Japan ® Waitakere, New Zealand 2013 DEC 23 P11 50 CITY P.O. Box 1286 Apple Valley, CA 92307 C � . ;--. � j � ►= ,mil � �-✓�� �✓J � r Della-( Or C SECTION C PROPOSAL for the construction of BEACH BOULEVARD SEWER IMPROVEMENTS from ELLIS AVENUE TO SLATER AVENUE CC No. 1443 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 undersigned agrees to complete the work within 110 working days, starting from the date of the Notice to Proceed. 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. C-1 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 Bid Bond in the amount of $ M f Fc.GGwhich said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond", as the case may be). Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's Signature C-2 PROJECT BID SCHEDULE -ADDENDUM NO. 1 CC-1443 iJ�►it€ R 6xter�cl¢d Sri. Qescript,ort Quanf�ty� 11it !. Prod ........lrn©unt Furnish all labor, materials and equipment to mobilize, demobilize, clean 1 up of construction site, including but not 1 LS $ 7, 7 $ l91�417'51, 17 limited to providing all bonds, insurances, and obtaining all permits. Survey and identify existing inverts of five existing manholes to verify design. 2 Prepare and submit it to the Engineers 3 1 LS weeks prior to construction. Furnish all labor, material, and equipment to provide public 3 convenience, safety and traffic control 1 LS c $-=��' �' cr $� j per traffic control plan; including but not limited to signs, CMS warning devices, delineators, and trench plate bridging. Furnish all labor, material, and equipment to provide trench and unclassified excavation safety measures including shoring plans prepared by a California Registered Structural Engineer, including any additional geotechnical work performed by the 1 LS $ Ss -, ` �— �' $ 2• `d� Contractor to provide trench and unclassified excavation safety for the protection of life and limb in trenches and open unclassified excavation in conformance with applicable safety orders. Furnish all labor, material, and equipment necessary to maintain sewer flows throughout entire construction 5 period. This is including but not limited to 1 LS $ any temporary by-pass pumping, by-pass piping, vactor trucks, temporary plugs, permanent plugs, and other appurtenances. Prepare, obtain approval, and implement a Water Pollution Control Plan (WPCP) ILS with approval from Caltrans and Agency 6 prior to any Construction; Item includes 1 $ 46� �242. ? the hiring a certified Water Pollution Manager (WPC). Furnish all labor, materials and equipment necessary to construct 8-inch 7 Diameter PVC SDR 26 pipe, including 24 LF $ but not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. C-2.1 (ADDENDUM NO. 1) PROJECT BID SCHEDULE -ADDENDUM NO. 1 CC-1443 ft fort# > Un�> We ded o Decriptr� Gtuant�t�ri#...` >. ..Prjt:�.... Art�c�Wn� Furnish all labor, materials and equipment necessary to construct 12- 8 inch Diameter PVC SDR 26 pipe, 446 LF $ / . s. $ l _19 including but not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. Furnish all labor, materials and equipment necessary to construct 15- 9 inch Diameter PVC SDR 26 pipe, 5118 LF $� s ? $ r %(Q including but not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. Furnish all labor, materials and equipment necessary to construct 24- 10 inch Diameter PVC SDR 26 pipe, 104 LF ,. $ �.,-/ ,.? a j $ �i` c" 5f / 'r including but not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. Furnish all labor, material and equipment necessary to construct precast 4-foot Diameter Sewer Manhole with lining and 11 field poured reinforced concrete base, 14 EA $ �,� including but not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for for trench repair. Furnish all labor, material and equipment necessary to construct precast 4-foot Diameter Sewer Manhole with lining and 12 precast reinforced concrete base, 4 EA $ / 7: / . -�. 7✓� �—� including but not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for for trench repair. Furnish all labor, material and equipment necessary to connect new sewer pipe to existing manhole, including but not 13 limited to maintaining existing flows, core 2 EA $ 1 c , f $ I z. 3 drill existing sewer manhole, modify and re -channel the manhole channel base, and rehabilitate manhole. Furnish all labor, material and equipment necessary to construct 7-foot Diameter Sewer Manhole with lining per OCSD 14 Standard, including but not limited to, 1 EA $ 1j l sawcutting, unclassified excavation and disposal, shoring, AC, and AB for for trench repair. C-2.2 (ADDENDUM NO. 1) PROJECT BID SCHEDULE -ADDENDUM NO. 1 CC-1443 CGII�[�G# LiAI>€ 6xlend�d 066. i 6.0 Furnish all labor, material and equipment to install new lateral to connect existing sewer lateral from to be abandoned 8- inch sewer pipe to existing 10-inch sewer 15 pipe, including but not limited to 4 EA sawcutting, unclassified excavation and disposal, shoring, AC and AB for trench repair, and plug existing abandoned lateral with sand and concrete. Furnish all labor, material and equipment to install new lateral to connect existing sewer lateral to newly installed sewer pipe, including but not limited to 16 sawcutting, unclassified excavation and 3 EA r�,,���',, }}�� $ � -3 disposal, shoring, curb, gutter, sidewalk, disposal, AC and AB for trench repair, and plug existing abandoned lateral with sand and concrete. Furnish all labor, material and equipment to install new 8-inch Diameter PVC SDR 26 pipe with repair couplings in an 17 abandoned manhole, including but not limited to sawcutting, unclassified 1 EA excavation and disposal, shoring, concrete encasement, AC, and AB for trench repair. Furnish all labor, materials and equipment necessary to construct by removing existing 8" VCP sewer and 18 install 8-inch PVC SDR 26 pipe, 37 LF $ N91 $ 2 ST 1-/, i 3 including but not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. Furnish all labor, materials and equipment to cut and remove a segment of existing pipe in newly installed 19 manholes to put manhole into operation, 6 EA $ u s _ 'j� .�L /4¢� $�� Z including but not limited to disposal, _ grinding, and providing water tight connection. Furnish all labor, material and equipment necessary to abandon existing 8" sewer line in and fill pipe void with sand, 20 capped with concrete, including but not g00 LF $�T=ram} $1 limited to sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. C-2.3 (ADDENDUM NO. 1) PROJECT BID SCHEDULE -ADDENDUM NO. I CC-1443 ixEnt Dantcaat Urtlt Itxx3endd iVo ....... .. Da_ ript�ot�...... .', Duant�ty Unit .€ Pnce .... Ar unt . Furnish all labor, material and equipment necessary to abandon existing 10" sewer line in and fill pipe void with sand, 21 capped with concrete, including but not 55 LF $ 5h79 _ $-7 7 3 limited to sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. Furnish all labor, material and equipment to abandon existing manholes and bases, including but not limited to 22 sawcutting, unclassified excavation and 6 EA $ $ disposal, shoring, sand, cement -sand slurry, AC, and AB for trench repair and backfill. Furnish all labor, material and equipment necessary to abandon portion of existing sewer lateral and fill pipe void with sand, 23 capped with concrete, including but not limited to sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. Furnish all labor, material and equipment necessary to remove and replace 24 Caltrans detector loops, including but not 38 EA $-3 $—`N' ` limited to disposal, and AC for street repair. Furnish all labor, materials and equipment necessary to cold mill 0.12' 25 AC, including but not limited to hauling 58,900 SF g $0-26C , v and disposal of AC and other debris from cold milling. Furnish all labor, materials and 26 equipment necessary to install ARHM 1AC 570 TN $ 1,z"'�'_ $!;�;a� Gjt 0.12' thick in cold mill areas. Total Amount Bid, BASIS OF AWARD *: $ 1,3,1. Total Amount Bid in Words: —.j.• Rn" ,,,, , ,� *Notes: All extensions of unit prices will be subject to verification by Owner. In case verification is required 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. Refer to Section 9, Measure and Payment for description of each Item on Bid Schedules. C-2.4 (ADDENDUM NO. 1) 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 or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid Name and Address of Subcontractor State Class Dollar % of Item(s) License Amount Contract Number 13 ci 2q -Trc �,c_ 400C.5 c:�� �; //i,, 5 7:56 iQ 119;'F30.00 0Oq ld ,,. 2_Z�! ljc: ifi.f. ff- 125 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-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on12 2 0 , at Apple Valley , CA Date City State Leona Christensen , being first duly sworn, deposes and says that he or she is Corporate Secretary of Christensen Brothers 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. Christensen Brothers General Engineering, Inc. Name of Bidder SigriatureofBidder -Leona Christensen 21288 Papago Road Apple Valley, CA Address of Bidder C-4 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 BEACH BOULEVARD SEWER IMPROVEMENTS, (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: 12/20/2013 Christensen Brothers General Engineering, Inc. Contractor By+Jeona Christensen Corporate Secretary Title C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, 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 :0 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-6 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: 12/20/2013 Christensen Brothers General Engineering, inc. Contractor $y-Leona Christensen Corporate Secretary Title [ODA BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Christensen Brothers General Engineering, Inc. Bidder Name 21288 Papago Road Business Address Apple Valley CA 92307 City, State Zip (760 ) 240.5236 Telephone Number 893188, "A" State Contractor's License No. and Class 3/24/2007 Original Date Issued 3/31/2015 Expiration Date The work site was inspected by Caleb Christens ur office on 12 / 2 0 , 2013 . The following are persons, firms, and corporations having a principal interest in this proposal: Caleb Christensen - President Seth Christensen-V. President Leon: Christensen -Sec & Treasurer C-8 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. Christensen Brothers General Engineering, Inc. Company Name of Bidder Leona Christensen Printed or Typed Signature Subscribed and sworn to before me this2 0 day of December , 2013 NOTARY PUBLIC Scott W . Perry NOTARY SEAL Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of sanitary sewer line installation of at least of 1,000 of 8-inch and greater in public right-of-way. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: 1. Please See Attached... Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 2. Name and Address of Public Agency Name and Telephone No. of Project Manager: C-9 a Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Provide additional project description to show similar work: C-10 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1. Caleb Christensen Name of proposed Project Manager Telephone No. of propo sed Proj ect Manager: 7 6 0 .2 4 0. 5 2 3 6 Please see attached... Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount 2. Seth Christensen Type of Work Date Completed Name of proposed Superintendent Telephone No. of proposed Superintendent: 7 6 0 .2 4 0 .5 2 3 6 Please see attached... Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Date Completed C-11 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For BEACH BOULEVARD SEWER IMPROVEMENTS CC NO. 1443 in the CITY OF HUNTINGTON BEACH December 12, 2013 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) FINAL SIGNED TRAFFIC CONTROL PLANS Signed Final Traffic Control Plans are essentially the same as Draft Traffic Control Plans at the time of initial advertisement with exemption of changes on the following sheets: A. Sheet No. TC 9 adds that work on Ellis Avenue is daytime and an additional sign is required East of Patterson Lane on Ellis Avenue. B. Sheet No. TC 15 adds that Contractor is required to notify Caltrans Traffic Operations for signal timing modifications at least one week prior to construction and to provide flaggers for pedestrian crossing during intersection work. 2) CLARIFICATION PER SPECIFICATION IN SECTION 6-9 THAT LIQUIDATED DAMAGES IS PER CALENDER DAY. 3) UPDATED BID SCHEDULE -ADDENDUM NO. 1 PROVIDING REVISION TO AN ITEM AND CHANGE IN QUANTITIES FOR TWO ITEMS ON BID SCHEDULE A. Bid Item No. 11 Contract Quantity is now 14 as sewer manholes #10, #13, and #14 on Plans are now with poured base. B. Bid Item No. 12 Contract Quantity is now 4 as sewer manholes #10, #13, and #14 on Plans are now with poured base. C. Bid Item No. 15 now reads "Furnish all labor, material and equipment to install new lateral to connect existing sewer lateral from to be abandoned 8-inch sewer pipe to existing 10-inch sewer pipe, including but not limited to sawcutting, unclassified excavation and disposal, shoring, AC and AB for trench repair, and plug existing abandoned lateral with sand and concrete." GAConstruction Contracts (CCs)\CC 1443 Beach Blvd. Sewer Replacement\Ebidboard\Addendums\Addendum Nmnber One.doc Award will be based on SECTION C that includes the most up to date bid schedule and acknowledging all Addendums. This is to acknowledge receipt and review of Addendum Number One, dated December 12, 2013. Company Name By 1 Date (; All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Joseph Fuentes at (714) 536-5431. G:\Construction Contracts (CCs)\CC 1443 Beach Blvd. Sewer Replacement\Ebidboard\Addendwns\Addendwn Nwnber One.doc Project Name: Avenue "A" New Main Installation WO #34731036 Contract #17793 Location: Avenue "A" from Linda Lane to Nancy Street, Barstow CA Owner: Golden State Water Company 2143 Convention Center Way Suite #1 10 Ontario, CA 91764 Contact: Steve Brown (909) 937-01 1 1 Description of Project, Scope of Work Performed: Construct water main replacement project, pipe, services, & appurtence. Paving, concrete repair, traffic control, etc. Contract Amount: $ 238,812.54 Approved Change Orders: $ T }al Contract Value: $ 238,812.54 Original Scheduled Completion Date: 12/10/2012 Time Extensions Granted ( number of days ): 0 Actual Date of Completion: 10/1 5/2012 Any claims filed? No Project Name: 2011 Water Systems Improvements, Contract #4 Pipeline Replacements Location: Various street locations in Big Bear CA Owner: Big Bear Lake Department of Water and Power PO Box 1929 Big Bear Lake, CA 92315 Contact: Reginald Lamson (760) 559-8172 Description of Project, Scope of Work Performed: Installation of water pipelines, customer services, water system appurtenances, and pavement repair. Contract Amount: $ 1,646,000.00 Approved Change Orders: $ 85,005.30 T +al Contract Value: $ 1 ,731 ,005.30 Original Scheduled Completion Date: 10/20/2012 Time Extensions Granted ( number of days ): 0 Actual Date of Completion: 9/19/2012 Number of Claims filed if any? None Project Name: Brookside Culvert Crossing Bridge & Street Improvements Location: Brookside Avenue, Beaumont CA Owner: City of Beaumont Owner Contact: Rob Owen Phone Number: (909) 769-8520 Architect or Engineer: Engineering System Solutions Contact Name: Rob Owen Phone Number (951) 229-6557 Description of Project, Scope of Work Performed: 2400 LF of right-of-way improvements with construction of a double arch culvert underpass. Relocation and extension of 24" and 16' DI water mains and construction of pedestrian bridge. Total Value of Construction ( including change orders ): $ 1,61 5,425.63 _ CHRISTENSEN BROTHERS GENERAL ENGINEERING, INC. OFFICE: (760) 240-5236 FAX: (760) 961-2307 PRIVATE PROJECT Project Name: CVS La Habra Location: 1111 S. Harbor Blvd. La Habra CA 90631 Owner: CVS Distribution Center Owner Contact: INFORMATION NOT PROVIDED INFORMATION NOT PROVIDED Architect or Engineer: Trans Systems Architect or Engineer Contact ( name and current phone number ): INFORMATION NOT PROVIDED (717) 854-3861 Construction Manager ( name and current phone number ): Eleven Western Builders, Inc. Vern Alderton (760) 796-6346 Description of Project, Scope of Work Performed: Underground sewer, domestic water, fire water, storm drain, Bio Swale drain and retaining wall subdrain for onsite and offsite locations. Total Value of Construction ( including change orders ): $ 458,518.40 Original Scheduled Completion Date: 1/15/2013 Percentage of cost of work performed with our own forces: Percent Completed to Date: 100% Actual Date of Completion: Project Name: Water main/service replacement on Lucilla Rd WO #364001 51 Location: Lucilla Road, Nicola Road, Franceska Road Apple Valley CA Owner: Golden State Water Company Owner Contact: Eric Proveroff Phone Number: (909) 937-01 11 Architect or Engineer: National Society of Professional Engineers Contact Name: Unknown Phone Number (703) 684-2800 Description of Project, Scope of Work Performed: Install water main/service replacement on Lucilla Road, Nicola Road and Franceska Road Total Value of Construction ( including change orders ): $ 188,549.69 CHRISTENSEN BROTHERS GENERAL ENGINEERING, INC. OFFICE: (760) 240-5236 FAX: (760) 961-2307 ChristensenBrothers. org PRIVATE PROJECT Project Name: Fontana Self Storage Location: 15415 / 15461 Slover Avenue & 10533 Beech Ave. Fontana CA Owner: RB Ventures, LLC. Owner Contact: Steven R. Blair (909)427-9624 Architect or Engineer: Thatcher Engineering and Associates, Inc. Architect or Engineer Contact ( name and current phone number ): Construction Manager ( name and current phone number ): Damato Associates, Inc. (949) 600-5850 Description of Project, Scope of Work Performed: Underground sewer, water distribution, fire water, storm drain and dry utilities for the new construction of a storage facility. Total Value of Construction ( including change orders ): $ 468,620.59 Original Scheduled Completion Date: 2/28/2009 Time Extensions Granted ( number of days ): 0 Actual Date of Completion: 1/1/2009 Project Name: Halifax Rd New main installation WO#33210223 Location: Halifax Rd, Bisby Street, Arden Drive, El Monte CA Owner: Golden State Water Company 2143 Convention Center Way Suite #1 10 Ontario, CA 91764 Contact: John Jones (909) 937-01 1 1 Description of Project, Scope of Work Performed: Water main replacement. itract Amount: $ 342,098.25 Approved Change Orders: $ 10,923.64 Total Contract Value: $ 353,021.89 Original Scheduled Completion Date: 1 /31 /2013 Time Extensions Granted ( number of days ): 0 Actual Date of Completion: 1 /29/2013 Any claims filed? No CHRISTENSEN BROTHERS GENERAL ENGINEERING, INC. OFFICE: (760) 240-5236 FAX: (760) 961-2307 0 ChristensenBrothers.org PUBLIC WORKS PROJECT Project Name: Hesperia Police Department Location: 15840 Smoketree St. Hesperia, CA Owner: City of Hesperia Owner Contact: Unknown (760) 947-1000 Architect or Engineer: LPA Architect or Engineer Contact ( name and current phone number ): Unknown (949) 261-1001 Construction Manager ( name and current phone number ): McCarthy Building Companies (949) 851-8383 Description of Project, Scope of Work Performed: Underground sewer, water distribution facilities, fire water and storm drain for the new construction of Hesperia Police Department Total Value of Construction ( including change orders ): $ 438,024.00 Original Scheduled Completion Date: 3/31/2010 Time Extensions Granted ( number of days ): 0 Actual Date of Completion: 3/31/2010 Project Name Location: Owner: Owner Address High Desert Government Center 15900 Smoketree St. Hesperia, CA 92345 City of Hesperia 9700 Seventh Avenue Hesperia, CA 92345 Phone Number: (760) 947-1000 Construction Manager : McCarthy Building Companies Contact Name: Unknown P'^r)ne Number: (949) 851-8383 Description of Project, Scope of Work Performed: Underground sewer, water transmission, water distribution and storm drain for the new construction of the High Desert Government Center. Total Value of Construction ( including change orders ): $ 357,706.00 Date of Completion: 3/31 /2010 Project Name: GWO #27400225 Holly Tree Water Main & Service Replacement Location: Holly Tree Lane and Bent Tree Rd., Cowan Heights CA Owner: Golden State Water Company 2143 Convention Center Way Suite #1 10 Ontario, CA 91764 Contact: Steve Brown (909) 937-0111 Description of Project, Scope of Work Performed: Underground water distribution, and DIP water main/service replacement. Complete import / export project. Slurry backfill & plate daily. Contract Amount: $ 287,603.90 Approved Change Orders: $ 16,285.43 T `al Contract Value: $ 303,889.33 Original Scheduled Completion Date 2/28/2010 Time Extensions Granted ( number of days ) Actual Date of Completion: 11/30/2009 Any claims filed? No u Project Name: Lark Road New Main Installation WO #37200216 Contract #17750 Location: Lark Road, Oriole Road, Oriole Court and Edna Street Owner: Golden State Water Company 2143 Convention Center Way Suite #1 10 Ontario, CA 91764 Contact: Dustin Christensen (909) 937-01 1 1 Description of Project, Scope of Work Performed: Domestic water replacement and associated water service replacements. Contract Amount: $ 1,194,512.00 Approved Change Orders: $ 105,488.00 T -11 Contract Value: $ 1,300,000.00 Original Scheduled Completion Date: 12/31 /2012 Time Extensions Granted ( number of days ): 0 Actual Date of Completion: 12/12/2012 Any claims filed? No Project Name Location: Owner: Owner Contact Phone Number 79' � Y 6ene�a/Engineering/nc ::. 76'0-240�=52_3 6 8" Water main/service replacement on Laura St. WO #37200193 Laura Street and Willow Street, Wrightwood CA Golden State Water Company Eric Pivaroff (909) 937-01 11 Architect or Engineer: ,Jeffery Szytel, PE Contact Name: Unknown Phone Number (805) 45 7-883 3 Description of Project, Scope of Work Performed: Install water main/service replacement on Laura St. and Willow St. Also installed services at various residential locations on Laura St., Willow St., and Helen St. Total Value of Construction ( including change orders ): $ 349,210.45 Project Name: Orangethorpe Avenue Railroad grade seperation WO #27531019 Location: Orangethorpe Avenue x Chapman Avenue, Placentia CA Owner: Golden State Water Compa Owner Contact: Steve Brown Phone Number: (909) 937-0111 Architect or Engineer: National Society of Professional Engineers Contact Name: Unknown Phone Number: (703) 684-01 11 Description of Project, Scope of Work Performed: Underground water distribution and water main/service replacement. Total Value of Construction ( including change orders ) $ 457,896.63 Project Name: Pal -Mal Water Main & Appuretenance Replacement WO #33200268 Location: Pal -Mal Avenue and lower Azusa, El Monte CA Owner: Golden State Water Company Owner Contact: John Jones Owner Address: 2143 Convention Center Way Suite #1 10 Ontario, CA 91 764 Phone Number: (909) 937-011 1 Architect or Engineer: National Society of Professional Engineers Contact Name: Information Not Provided Phone Number: (703) 684-0111 cription of Project, Scope of Work Performed: Construct 12" & 8" DIP Water Main, Services & Appurtenance. Including, boring, paving, concrete repair, coordination in school zones, bus routes, and state routes. Total Value of Construction ( including change orders ): $ 865,000.00 Date Completed: 6/30/2012 r Project Name: New Water Main Installation WO #31731084 Contract #17867 Location: Bryn Mawr Dr from Mills Ave., Claremont CA Owner: Golden State Water Company 2143 Convention Center Way Suite #110 Ontario, CA 91764 Contact: Mick Huff (909) 937-0111 Description of Project, Scope of Work Performed: Installation of water main, service appurtenance replacement, and associated work. Contract Amount: $ 31 1,475.00 Approved Change Orders: $ T^+al Contract Value: $ 31 1 ,475.00 Original Scheduled Completion Date: 4/7/2013 Time Extensions Granted ( number of days ): 0 Percent Complete: 100% Completion Date: 4/1 /2013 Number of claims, filed if any None r Project Name: Main & Apurtenance on Arrow Highway and Oakdale WO #31700657 Location: Arrow Highway and Oakdale Drive, Claremont CA Owner: Golden State Water Company 2143 Convention Center Way Suite #1 10 Ontario, CA 91764 Contact: Mick Huff (909) 937-011 1 Description of Project, Scope of Work Performed: Replacement/ abandonment of existing water mains and services. Installation of new main, water services, and Associated Facilities Contract Amount: $ 348,766.41 Approved Change Orders: $ 54,009.59 Total Contract Value: $ 402,776.00 Original Scheduled Completion Date: 3/28/2013 Time Extensions Granted ( number of days ): 0 Percent Complete: Completion Date: 2/1 5/2013 Number of claims, filed if any None Project Name: New water main installation WO #34731039 Contract #17908 Location: Fredricks Street, Barstow CA Owner: Golden State Water Company 2143 Convention Center Way Suite #1 1 0 Ontario, CA 91764 Contact: Alton Anderson (909) 937-01 1 1 Description of Project, Scope of Work Performed: Installation of water main, service appurtenance replacement, and associated work. Contract Amount: $ Approved Change Orders T -+al Contract Value: $ 629,442.77 629,442.77 Original Scheduled Completion Date: 6/1 /2013 Time Extensions Granted ( number of days ): 0 Percent Complete: 85% Completion Date: Number of claims, filed if any None Project Name: New water main installation WO #34731057 Contract #17915 Location: Navajo Street, Barstow CA Owner: Golden State Water Company 2143 Convention Center Way Suite #1 10 Ontario, CA 91764 Contact: Alton Anderson (909) 937-01 1 1 Description of Project, Scope of Work Performed: installation of water main, service appurtenance replacement, and associated work. Contract Amount: $ 477,761.65 Approved Change Orders: $ - `al Contract Value: $ 477,761 .65 Original Scheduled Completion Date: 6/1 /2013 Time Extensions Granted ( number of days ) Percent Complete: 85% Completion Date: Number of claims, filed if any None 0 Project Name: Ranchero Road & Interstate 15 Frontage Rd. Water Improvement Project Location: Intersection at Mariposa Road & Ranchero Rd.; Caliente Rd. Owner: City of Hesperia 9700 Seventh Street Hesperia, CA Contact: Christine Vine (760) 947-1449 Description of Project, Scope of Work Performed: Installation of new distribution water mains. Contract Amount: $ 1,060,669.97 Approved Change Orders: $ - T^*al Contract Value: # Original Scheduled Completion Date: 7/31/2013 Time Extensions Granted ( number of days ): 0 Percent Complete: Completion Date: Number of claims, filed if any None Project Name: Montara Road and Rimrock Rd Sewer Improvement Location: Montara Rd and Rimrock Rd Barstow CA Owner: City of Barstow 220 E. Mountain View Barstow, CA 9231 1 Contact: Oliver Chi (760) 256-3531 Description of Project, Scope of Work Performed: Removal, disposal and replacement of existing sewer infrastructure including lateral reconnection and main line installation. itract Amount: $ 287,936.81 Approved Change Orders: $ 25,000.00 Total Contract Value: $ 312,936.81 Time Extensions Granted ( number of days ): 0 Percent Complete: Completion Date: 6/1 /2013 Number of claims, filed if any 1 C/O as % of base bid: 8% Project Name: 595 Recycled Water Line to East Side Parks Location: 30th Street East and Palmdale Rd. Palmdale CA Owner: City of Palmdale Owner Contact: Mike Livingston Owner Address: 38300 Sierra Highway Palmdale, CA 93550-4798 Phone Number: (661) 267-5272 Architect or Engineer: Contact Name: Phone Number Antelope Valley Engineering Barry Munz (661) 948-0805 ascription of Project, Scope of Work Performed: Installation of 24" recycled watermain and appurtenances including paving, traffic control, working with County of L.A., C.O.P., and Cal -Trans crossing state highway. Total Value of Construction ( including change orders ): Date Completed: 6/30/2012 $ 1,391 ,728.48 Project Name Location: Owner: Owner Contact Phone Number Main replacement on Rimrock Rd. WO #34700640 CONTRACT #1 7495 Rimrock Rd. from H Street to Lovato Rd. Barstow CA Golden State Water Company Eric Pivaroff (909) 937-01 1 1 Description of Project, Scope of Work Performed: Installation of underground water transmission line. PRV's and appurtenances. Contract Amount: $ 280,242.60 Approved Change Orders: $ - -tI Contract Value: $ 280,242.60 Original Scheduled Completion Date: _ Time Extensions Granted ( number of days ) Percent Complete: Completion Date: Number of claims, filed if any None Project Name: Rosemead High School Growth Project Location: 9063 Mission Avenue, El Monte CA Owner: El Monte Union High School District 3537 Johnson Avenue, EL Monte CA 91 731 Phone Number: (626) 444-9005 Architect or Engineer: MLS Engineering, Inc. Contact Name: Mark S. Lamoureux Phone Number: (909) 305- 2395 Construction Manager: R.C. Construction Services, Inc. 2223 N. Locust Avenue, Rialto CA 92377 Contact Name: Todd Thomas Phone Number: (909) 829-3688 Description of Project, Scope of Work Performed: Underground water systems, sewer, gas replacement and storm drain during school hours. Total Value of Construction ( including change orders ): $ 712,705.81 Project Name: Victor Valley CCD Public Safety Training Center Location: 19190 Navajo Road, Apple Valley CA 92307 Owner: Victor Valley Community College District Owner Contact: Steve Garcia Phone Number: (760) 220-8995 Architect or Engineer: Carrier Johnson Contact Name: None Provided Phone Number: (619) 239-2353 Description of Project, Scope of Work Performed: Underground sewer, water, fire water services, storm drain, storm retention, dry utilities, concrete and paving work. Total Value of Construction ( including change orders ): $ 2,1 55,210.63 Date Completed: 6/30/2012 Project Name: Hickory Tree Plaza Location: 15461 Main Street x 11 th Street, Hesperia CA Owner: City of Hesperia 9700 Seventh Street Hesperia, CA Contact: David Burkette (760) 947-1400 Description of Project, Scope of Work Performed: Removal, disposal and replacement of existing sewer infrastructure including lateral reconnection and main line installation. Work completed during night hours. Contract Amount: $ 370,148.51 ►roved Change Orders: $ 1 otal Contract Value: $ 370,148.51 Time Extensions Granted ( number of days ) Percent Complete: 100% Completion Date: 1 1 /1 /2008 Number of claims, filed if any C/O as % of base bid: 0% 0 0 Project Name: C Avenue Sewer Location: C Avenue Hesperia CA Owner: City of Hesperia 9700 Seventh Street Hesperia, CA Contact: David Burkette (760) 947-1400 Description of Project, Scope of Work Performed: Removal, disposal and replacement of existing sewer infrastructure including lateral reconnection, septic tank abandonement and new main line installation. c'nntract Amount: $ 42,000.00 droved Change Orders: $ Total Contract Value: $ 42,000.00 Time Extensions Granted ( number of days ): Percent Complete: 100% Completion Date: 3/31/2009 Number of claims, filed if any C/O as % of base bid: 0% 0 0 DOCUMENT 00411 BOND ACCOMPANYING BID KNOW ALL BY THESE PRESENTS: That the undersigned Christensen Brothers General Engineering, Inc. as Principal and the undersigned as Surety are held and firmly bound unto the City of Huntington Beach , a municipal corporation of the State of California. (the "City' as obligee, in the penal sum of Ten Percent of Amount Bid Dollars ($10% j lawful money of the United States of America, being at least ten percent (10%) of the aggregate amount of said Principal's bid, for the payment of which, well and truly to be made, we bind ourselves, our successors, executors, administrators, and assigns, jointly and severally, firmly by these presents. WHEREAS, the said Principal, is submitting a for Beach Boulevard Sewer Improvements, Project CC 1443, Huntington Beach, California THE CONDITION OF THIS OBLIGATION IS SUCH that ifthe hid submitted by the said Principal, be accepted and the contract be awarded to said Principal, Christensen Brothers General Engineering, Inc. and said Principal shall within a period of Ten (10) calendar days after such award enter into the contract so awarded and provide the required Performance Bond, Labor and Material Bond, insurance certificates and all other endorsements, forms and documents required under document 00200 instructions to Bidders, then this obligation shall he void, otherwise to remain in full force and effect. IN WITNESS WHEREOF, the above bounden parties have executed this instrument this 18th day of December, 2013 Christensen Brothers General Engineering, Inc. C ('iMa �fPrincipal (Corporate Seal) B V (5 �" North American Specialty Insurance Company Surety A By Naomi Gerber Attorney -in -Fact END OF DOCUMENT BOND ACCOMPANYING BID 004111 eeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeee®ease®®e®®®ease State of Montana County of Yellowstone On December 18, 2013 before me, Kathleen Jo Opperud Date ame an A e of Notary personally appeared Naomi Gerber Name and or Names of Signer(s) Who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the 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 y hand - nd of l ' eal. Signat Notary Public Signature Kathleen Jo Opperud OPTIONAL KATHLEEN JO OPPERUD" .�pSARlq� o NOTARY PUBLIC for the .:.�l�Ai.: Std* of Montana Residing at Billings, Montana 'fi,;•, :'�4 lFOFtgON My Commission Expires March 01, 2015 Place Notary Public Seal Above Though the information below is not required by law, it may prove valuable to the 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 Name: ❑ Individual ❑ Individual ❑ Corporate Officer — Title(s): ❑ Corporate Officer — Title(s): ❑ Partner - ❑ Limited ❑ General ❑ Partner - ❑ Limited ❑ General ❑ Guardian or Conservator Topot„t<„T;b ❑ Guardian or Conservator Tom. a-1mg1 p Of tt"ift ® Attorney -in -Fact ❑ Attorney -in -Fact ❑ Trustee ❑ Trustee ❑ Other: ❑ Other: Signer is representing Signer is representing North American Specialty Insurance Company ®eeeeeeee®sees®ease®®eee®eeeeeeeeeeee♦asses♦e®♦e♦eeeeeeeeeeeeeeeeee NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY ASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois each does hereby make, constitute and appoint: Naomi Gerber Its true and lawful Attorney -in -Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, the following surety bond: Principal: Christensen Brothers General Engineering, Inc. Bond Number: Bid Bond Obligee: City of Huntington Beach Bond Amount: See Bond Form Bond Description: Beach Boulevard Sewer Improvements, Project CC 1443, Huntington Beach, California Provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,000,000) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9 h of May, 2012: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." ` %U11111111/pj// 0tw �A:J7Y/�/Itj�i� / BY °twtlM 9oRgjG Steven P. Anderson, Senior Vice President of Washington International insurance Company & Senior Vice President of North American Specialty Insurance Company .7y SEAL = w . 1973 t nr i Ci a 'po By H �i�'%�'•• AAR? ,Q David M. Gyman, Vice President of ashington International Insurance Company ............. *� in` & Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 25th day of May 20 12 . North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook SS: On this 25th day of May 20 12 , before me, a Notary Public personally appeared Steven P. Anderson . Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M. I&Mann Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. -OFFICIAL SEAL.•• DONNA D. SKLENS Notary Public, State of Illinois My Commission Expires I01M015 2 Z 07,J 71 �' 'A Donna D. Sklens, Notary Public I, Jeffrey Goldberg_, the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in fall force and effect. l WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 18th day of December , 2013 -- ---' --- -- --- -- _ -Jeffrey Goldberg, -Vice -President &Assistant Secretary of Washington International Insurance Company & Assistant Secretary ofNorth American Specialty Insurance Company City of Huntington Beach 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachca.gov Office of the City Clerk Joan L. Flynn, City Clerk February 3, 2014 Excel Paving Company 2230 Lemon Avenue Long Beach, CA 90806 RE: Beach Blvd. Sewer Project — CC-1443 Enclosed please find your original bid bond for CC-1443. Sincerely, /> ._ • qj. Joan L. Flynn, CIVIC City Clerk JF:pe Enclosure Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand PAU1, INC. DBA DXEL PAVING COMPAW 2230 LEMON AVENUE LONG BEACH, CA 90806 /Woo Witi At 1M[Hwl BID flol!"Losr, MAW 0.. 0 5 F I 2013 DEC 2 3 PM 1: 54 CITY CL" CITY fir H U PIT , iN ' C E A c 1-1 SECTION C PROPOSAL for the construction of BEACH BOULEVARD SEWER IMPROVEMENTS from ELLIS AVENUE TO SLATER AVENUE CC No. 1443 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 undersigned agrees to complete the work within 110 working days, starting from the date of the Notice to Proceed. 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. C-1 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. °TEN PERCENT OF AMOUNT" BID - 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 Received Bidder's Si nature C. P. 3F10. H P'AcSIDE?;`f C-2 PROJECT BID SCHEDULE -ADDENDUM NO. 1 CC-1443 :...............................:..:.. L'J�s..:... off.....::..:: -..:......:....:..........:.mat.... � : iJ :...:::....t�.:......:..:....:::......:: Per:�.::..::..:.::::.-...:.::.:....::::.�?���itii<ii Furnish all labor, materials and equipment to mobilize, demobilize, clean 1 up of construction site, including but not 1 LS $= $C?tXT limited to providing all bonds, insurances, and obtaining all permits. Survey and identify existing inverts of 2 five existing manholes to verify design. Prepare and submit it to the Engineers 3 1 LS weeks prior to construction. Furnish all labor, material, and equipment to provide public 3 convenience, safety and traffic control 1 LS $ $ per traffic control plan; including but not -�� limited to signs, CMS warning devices, delineators, and trench plate bridging. Furnish all labor, material, and equipment to provide trench and Unclassified excavation safety measures including shoring plans prepared by a California Registered Structural Engineer, including any additional 4 geotechnical work performed by the 1 LS $ 50,CN $ 0 Contractor to provide trench and unclassified excavation safety for the protection of life and limb in trenches and open unclassified excavation in conformance with applicable safety orders. Furnish all labor, material, and equipment necessary to maintain sewer flows throughout entire construction 5 period. This is including but not limited to LS $� $ 3"13QIJ - any temporary by-pass pumping, by-pass1 piping, vactor trucks, temporary plugs, permanent plugs, and other appurtenances. Prepare, obtain approval, and implement a Water Pollution Control Plan (WPCP) with approval from Caltrans and Agency-- 6 prior to any Construction; Item includes 1 LS $ �T $ XSDLI ' the hiring a certified Water Pollution Manager (WPC). Furnish all labor, materials and equipment necessary to construct 8-inch 7 Diameter PVC SDR 26 pipe, including 24 LF $ 330-� $ i but not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. C-2.1(ADDENDUM NO. 1) PROJECT BID SCHEDULE -ADDENDUM NO. 1 CC-1443 €€ _' l#!it>€ ._.. Furnish all labor, materials and equipment necessary to construct 12- 8 inch Diameter PVC SDR 26 pipe, 446 LF $ including but not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. Furnish all labor, materials and equipment necessary to construct 15- 9 inch Diameter PVC SDR 26 pipe, 5118 LF $ including but not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. Furnish all labor, materials and equipment necessary to construct 24- 10 inch Diameter PVC SDR 26 pipe, 104 LF $ 51 $ including but not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. Furnish all labor, material and equipment necessary to construct precast 4-foot Diameter Sewer Manhole with lining and 11 field poured reinforced concrete base, 14 EA $ aa�o- $ t7�" including but not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for for trench repair. Furnish all labor, material and equipment necessary to construct precast 4-foot Diameter Sewer Manhole with lining and 12 precast reinforced concrete base, 4 EA „ OW f $� $ ��— including but not limited to, sawcutting, Ip unclassified excavation and disposal, shoring, AC, and AB for for trench repair. Furnish all labor, material and equipment necessary to connect new sewer pipe to existing manhole, including but not 13 limited to maintaining existing flows, core 2 EA $= $ J drill existing sewer manhole, modify and re -channel the manhole channel base, and rehabilitate manhole. Furnish all labor, material and equipment necessary to construct 7-foot Diameter Sewer Manhole with lining per OCSD 14 Standard, including but not limited to, 1 EA $ sawcutting, unclassified excavation and disposal, shoring, AC, and AB for for trench repair. C-2.2 (ADDENDUM NO. 1) PROJECT BID SCHEDULE -ADDENDUM NO. I CC-1443 I .Ii[iSisi€i''-€€€€:`�ifi ..:::...:.........:....:..:: .. : :.. fJ ! �...................... ::.;_ Furnish all labor, material and equipment to install new lateral to connect existing sewer lateral from to be abandoned 8- inch sewer pipe to existing 10-inch sewer 15 pipe, including but not limited to 4 EA $� $ '2i ((�" sawcutting, unclassified excavation and disposal, shoring, AC and AB for trench repair, and plug existing abandoned lateral with sand and concrete. Furnish all labor, material and equipment to install new lateral to connect existing sewer lateral to newly installed sewer pipe, including but not limited to 16 sawcutting, unclassified excavation and 3 EA disposal, shoring, curb, gutter, sidewalk, AC and AB for trench repair, and plug existing abandoned lateral with sand and concrete. Furnish all labor, material and equipment to install new 8-inch Diameter PVC SDR 26 pipe with repair couplings in an abandoned manhole, including but not 17 limited to sawcutting, unclassified 1 EA $'i,Q�- $� excavation and disposal, shoring, concrete encasement, AC, and AB for trench repair. Furnish all labor, materials and equipment necessary to construct by removing existing 8" VCP sewer and 18 install 8-inch PVC SDR 26 pipe, 37 LF $ 2Q7 ' $� including but not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. Furnish all labor, materials and equipment to cut and remove a segment of existing pipe in newly installed 19 manholes to put manhole into operation, 6 EA including but not limited to disposal, grinding, and providing water tight connection. Furnish all labor, material and equipment necessary to abandon existing 8" sewer line in and fill pipe void with sand, 20 capped with concrete, including but not 900 LF $ I$ $ limited to sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. C-2.3 (ADDENDUM NO.1) PROJECT BED SCHEDULE -ADDENDUM NO. 1 CC-1443 ..> i i s'-i4 Furnish all labor, material and equipment necessary to abandon existing 10" sewer 21 line in and fill pipe void with sand,�``'' capped with concrete, including but not 55 LF $ $_-`"� limited to sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. Furnish all labor, material and equipment to abandon existing manholes and 22 bases, including but not limited to sawcutting, unclassified excavation and 6 EA $� $ 2-1 W)D— disposal,. shoring, sand, cement -sand slurry, AC, and AB for trench repair and backfill. Furnish all labor, material and equipment necessary to abandon portion of existing sewer lateral and fill pipe void with sand, 23 capped with concrete, including but not 3 EA $--�� A� $(,,� limited to sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. Furnish all labor, material and equipment 24 necessary to remove and replace Caltrans detector loops, including but not 38 EA $ $_r limited to disposal, and AC for street repair. Furnish all labor, materials and 25 equipment necessary to cold mill 0.12' AC, including but not limited to hauling 58,900 SF $ ib $ d1.10I and disposal of AC and other debris from cold milling. 26 rnish all labor, materials and Lequipmentnecessary to install ARHM 570 TN $�' $� 0.12' thick in cold mill areas. Total Amount Bid, BASIS OF AWARD *: $ 21 11.01 Total Amount Bid in Words: -fVJ0 Maxin 'Notes: All extensions of unit prices will be subject to verification by Owner. In case verification is required 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. Refer to Section 9, Measure and Payment for description of each Item on Bid Schedules. 1 C-2.4 (ADDENDUM NO.1) 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 or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid' Name and Address of Subcontractor State Class Dollar % of Item(s) License Amount Contract Number 15 �0►� ¢r �?�c cW�,'lid�352 ibtA,o S�A+J t � Ntm c152 &kbW A) ISIM 22a . 2f k off — O�o�"41 Arz h Grp ta" CA 01M3 Mi'c� K PASS I"1(� 3 Us v — 1.�I 2A Nc �t &_A& , C4 q ���, L, 873(8 't- �3L G!o 1 �S 3'1� t AA I,. PrG-,atr. tR 010W0 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-3 N®NC®LLUSI®N AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on,r 1) 3 J%13at LONG EJEACIi # 0H`1!►ia Date City State C.P. BROWN beingfiut dM`y wrn, deposes and says that he or she is PRESIDENT of � � � � the party making the foregoing bid that the bid is not made in tie 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. v y 'AICLB A- Name of Bidder Signature of Bidder G-P- SROIJ NII, PRE iDENT Address of Bidder C-4 11010114-0 Olt i, 10M MID) 115'"131M State of California County of Las Angeles On DEC 2 3 2013 before me, C. Phillips, Notary Public (Here insert name and title of the officer) personally appeared C. P. Brown who proved to me on the basis of satisfactory evidence to be the person:W whose nameW is/w subscribed to the within instrument and acknowledged to me that he/she cexecuted the same in hisdflS Ab6r authorized capacityQ@0, and that by his/I hug signature( on the instrument the person(fi), 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. C. PHILLIPS WITNESS my hand and official seal. r A Notary COMMyP #1996177 N ��% , s�; Public -California � �? LOS ANGELES COUNTY My Comm. Expires Oct. 29, 2016 (Notary seal) si of Notary Public ADDITIONAL OPTIONAL. INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Ntunber of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Tide) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California mutt contain verbiage exactly as appears above in the notary section or a separate acknowledgment form mutt be properly completed and attached to that document. The only exception is if a document is to be recorded outside of Califomta. In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that it illegal for a notary in California (i.e. certifying the authorized capacity of the signer). Please check the document carefilly for proper notarial wording and attach this form if required • State and County information must be the State and County where the document signers) 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 tide (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. helsheltliey; is /are ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording.• • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i,e. CEO, CFO, Secretary). • Securely attach this document to the signed document 2009 Vets ion CAP v12.10.07 800-973-9965 www.NotaryClasses.com UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the BEACH BOULEVARD SEWER IMPROVEMENTS, (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: nFf 9 a mii DEL PAVING r.07ARA Contractor By C. P. BFlWJN', PK-SIDENT Title C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, 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 Lit No If the answer is yes, explain the circumstances in the space provided. N�X Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 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: DEC 2 3 2013 ' F6�>W Contractor By Title (--�,P. NVOM1, PREESIDENT C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder Name RU-2 h NIC I. CU G COMPAW 223C LEMON AVENUF r yt9Rq yr 9 n evy4i/ y.51 1, V: c. b�`: SYe Business Address City, State Zip (562) 599*5841 Telephone Number STATE I -IC. 688659 W State Contractor's License No. and Class Pj li 40 Original Date Issued 2Dl Expiration Date The work site was inspected by of our office on 2 a , 2013 The following are persons, firms, and corporations having a principal interest in this proposal: cuftia f° Brown President and Chief Execulivo (.lfflc@f Bfuce E. Flatt Vice President and Chief Fingneiel Offim Mamie S. —Se8r642 Michele E. Drakulich Assistant Secretary C-8 The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. Company Name - Signature of Bidder G.P. DR J4et',, PRES;DENT Printed or Typed Signature Subscribed and sworn to before me this NOTARY PUBLIC Bidder's Project History day ofQEC 2 3 2013 , 201 C. PHILLIPS COMM. #1996177 W Notary P " rde,� Y Public -California e� C r LOS ANGEL ES COUNTY LL MY Comm. Ex0res Oct g, 2016' NOTAR For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of sanitary sewer line installation of at least of 1,000 of 8-inch and greater in public right-of-way. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: �n,r � ��� 6► eY6NcIA P) &L �� 7A Lft, I'll �A C,�i CA Name and Address of Public Agency 'In Name and Telephone No. of Project Manager: 4W Contract Amount Type of Work Date Completed additional project description to show similar work: 2.fit% VMt,A_ Name a$d Ad&ess of Public - v , Name and Telephone No. of Project Manager: t,r,ir 10(902, C-9 0 '7,4,or 0,1 g g ;�* ,�, P" coo Contract Amount Type of Work Zwyl-V e1 Date Completed Pr ide additional project description to §how similar work: V�Plp JJ:ze .w1n� -� 01 Gvw,-M AlG VA 3. Name 61d AaUress of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Provide additional project description to show similar work: li M _ 14a1 rI C-10 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1. Name of propo.,s d Project Manager Telephone No. of proposed Project Manager: d j �°�� V-294'1 Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Date Completed 2. Name of pr osed Superint dent Telephone No. of proposed Superintendent: 4p,� ?Po5,;kot,� Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Date Completed C-11 A GENERAL ENGINEERING CONiit i i 0 STATE LICENSE NO. 688659A RO: BOX t640t, LONG1 REACH, -*CA 9080519�11 (562) 590841 FAX (562) 591-7485 C.P. Brown, President 30+ years experience working for other general contractors with the past 32 years being self employed in own general engineering contracting business. PALL' INC. Due MA PAVING COMPANY A GENERAL. ENGINEERING CONTRACTOR STATE LICENSE NO.688659A PO. BOX 16405 LONG BEACH, CA 90806-5195 (562) 599-5841 FAX (562) 591-74E5 RESOLUMON DECLARING OFFICERS OF PALP, INC. DBA EXCEL PAVING COMPANY The undersigned, Curtis P. Brown, as the sole shareholder and the sole member of The Board of Directors of PALP, Inc., a Corporation organized under The General Corporation Law of California, does by this written consent take the following action and adopt the following resolutions: Resolved, the following Officers of the Corporation are hereby elected to serve in the offices set forth after their respective names effective as of execution hereof with their respective terms to continue until their successors are duly elected and qualified: Curtis P. Brown, Jr. President and Chief Executive Officer Curtis P. Brown III Vice President and Chief Operating Officer Bruce E. Flatt Vice President and Chief Financial Officer Marcia S. Nfiller Secretary Michele E. Drakulich Assistant Secretary The consent is executed pursuant to Section 307(B) and 603 of the Corporation Code of the State of California and the By -Laws of this Corporation, which authorize the taking of action by The Board of Directors and Shareholders by unanimous consent without a meeting. C4 � &AU41 Dated: May 13, 2013I Curtis P. Brown, Jr.-Shareh der And Sole Director Bonding Agent: Rapp Surety Services 120 Vantis Ave, Suite 300 Aliso Viejo, Ca 92656 Office: (949) 540-6770 Fax: (949) 540-6771 Contact; Douglas A. Rapp Surety: Federal Insurance Company 801 SOUM Figueroa Sftet 2310 Floor I.os Angeles CA 90017 P.O. Box 30127 Los Angeles CA W030-0127 Insurance Carrier: The Wooditch Company One Park Plaza Suite 4Q0 Irvine CA 92614 Contact: WHIM Wooditch OMCe: (949) 563-9800 Fax: (94.9) 563-0670 PREVIOUS .IUB RE11"IZENCES 03 Contractor's Name: Palp Inc. DBA Excel Paving Co. Project Name: Santa Monica Transit Parkway Project Project Description: Underground, Retaining Walls, Fwy. On Ramps, A/C Pave, Sidewalk, Curb & Gutter, Signalization, Landscaping, Storm Drain Impvts. Sewer, Water And Retaining Wall Location: From 405 Fwy. To Beverly Hills City Limit, Los Angeles Construction Value: $34,455,152.00 Date of Completion: 11105 General Contractor Information: Palp Inc. DBA Excel Paving Company Contact: Bruce Flatt Phone: 562/599-5841 Fax: 562/591-7485 Owner Information Contact: Phone: Fax: City of Los Angeles Carl Nelson 213/485-4474 213/485-4836 I PREVIOUS .1011 RH I:RI NCI S 45 Contractor's Name: Palp Inc. URA Excel Paving Co. Project Name: Phase 3 Container Yard Expansion, Pier T Project Description: Container Yard Parking Lot Expansion, Storm Drain Impvts. Sewer and Water Location: Pier T, Long Beach, CA Construction Value: $21,703,834.00 Date of Completion: 10/07 General Contractor Information: Palp Inc. DBA Excel Paving Company Contact: Bruce Flatt Phone: 562/599-5841 Fax: 562/591-7485 Owner Information: The Port of Long Beach Contact: Gary Cardemone Phone: 562/590-4172 Fax: 562/901-1732 PREVIOUS JOB REFERENCES #7 Contractor's Name: Palp Inc. DBA Excel Paving Co. Project Name: Highland Avenue Widening Project Description: Redesign of Highland Ave. and Adjacent Streets, And Storm Drain Impvts. Location: Highland Ave. @ Franklin Ave., City of Los Angeles Construction Value: $2,754,889.00 Date of Completion: 11/09 General Contractor Information: Palp Inc. DBA Excel Paving Company Contact: Phone: Fax: Owner Information: Contact: Phone: Fax. Bruce Flatt 562/599-5841 562/591-7485 City of Los Angeles Steve Chen 213/485-4516 213/485-4838 EXCEL JOB #4703 1'r0je0 Name: NORTH AIR CARRIER RAMP 1•uc;rtiu�r: LONG BEACH AIRPORT .. ner: CITY OF LONG BEACH t.)�� nrr ('untart (name and current phone number): JEFFREY A. SEDLAK 562/570-2623 :lrchitcct or Fligineer: HwTji Architect or Engineer Contact (name and current phone number): Construction Manager (name and current phone number): JEFFREY A. SEDLAK 562/510-2623 Description of Project, Scope of Work Performed: 11ET^-_AL AND REPLACEMENT OF CONCRETE AND ASPHALT RAMPS FOR Total Value of Construction (including change orders): $5,490,564.00 Original Scheduled Completion Date: 11/2011 Tirxle Extensions Granted (number of days): N/A Actual [)ate of Completion: 11/2011 EXCEL JOB 04713 Project 'Fame I ocaliun ELECTRIC AVE. STORM DRAIN SPEC. SD1001 ELECTRIC AVE. CITY OF SEAL BEACH CITY OF SEAL BEACH ti�� ner (untact (name and current Phonic numbed: DAVID SPITZ 562/431-2527 EXT 1331 Arehiteel of. Frigineer; AKM CONSULTING ,architect or li:ngineer Contact (name and current phone number): — G 94 753-7333 Construction IN•Ianager- (name and current phone number): DAVID SPITZ 562/431-2527 EXT. 1331 Description of Project, Scope of Work Performed: STORM DRAIN 1,113 LF 66" RCP IN STREET + LATERAL -- ONNE TIONS CATCH BASINS AND STREET RECONSTRUCTION Total "aloe of Construction (including change orders): $1 ,8681473.00 (.iriginal Scheduled Completion Date: JUNE 2011 7: imc l xtensions Granted (number of (1ayS): N/A .'�clual Date of'C:omhletion: JUNE 2011 EXCEL JOB #4868 I'r(rjcct Name. OSO PARKWAY STORM DRAIN IMPROVEMENTS I uc:rtion: _OSO PARKWAY & COUNTRY CLUB DRIVE, MISSION VIEJO ()%% ll 'r•: _ CI1Y OF MISSION VIEJO (i��'►rc'r' < onr:rc r (rr:rn)c and current phone number-): RICH SCHLESINGER P.E. 9491470-3079 %rrhilec r or I:n.gineer : CITI' OF PfISSION VIEJO AS ABOVE :Architect nr f=:ngineer Contact (name and current phone number): CITI' OF MISSION VIEJO AS ABOVE Construction Nlan2ger (name and current phone number): CITY OF MISSION VIEJO AS ABOVE .Description of• Project, Scope of Work Performed: _UPGRADE STORM DRAIN SYSTEM BY INSTALLING A FILLER BOX INTO A _AEW STORM DRAIN LINE total Value ()f Construction (including change orders):_$394, t 2200 Or-Igrnal ,Scheduled ComPlet►on Date: DECEMBER 2011 fime ll;xtc.nsions (-;ranted (number of days):_NONE ,•Ar:tual Dale of ('orrrhictiorr: NOVEMBER 2011 FXCE1_ ,.JOB ::4 798 STREET REHABILITATION PROJECT THOUSAND OAKS BLVD. l,l.,,jvct LAWRENCE DRIVE AND TELLER ROAD CI4202 l.t calil,tl:___ 111011SAND OAKS B1,V1) LAWRENCE RFN('F no*+++, T+ RflAl) 1 h% 11t'1': CITI' OF THOUSAND OAKS t (onlact (nanle and current phone number): :Architect (11. Engineer: WILLDAN ENGINEERING jlrchitect or Engineer Contact (name and current phone number): 'ANNE HUGHES 805 653-6597 ( onstruction Manager (name and current phone number): MIKE BUSTOS 805/653-6597 EXT 1001 Description of Project, Scope of Work Performed: MAJOR REMOVE REPLACEMENT OF ASPHALT ON THOUSAND OAKS BLVD. WITH' ARHM OVERLAY COLD PLANE & COLD IN PLACE RECYCLING ON LAWRENCE DRIVE AND TELLER ARHM OVERLAY Total Value of Construction (including change orders): $3,053,015.00 Original Scheduled Completion Date: 6/1/11 Time Extensions Granted (number of days): N/A :�+ctl.l�ll Date of C'ol>lpletion: 5/19/11 EXCEL JOB ,.4 75 1 Project N; nic: CEDAR SANA1 OFFSITE IMPROVEMENTS I.ucatio►r: LOS ANGEILES, •CA (IN' ner: CI UAR SA,NAI i ic' ner ('ona:rcl (n:rrnc :rn(i cur•r•ent phone nurnber): Arclr►Iccl of. I:nPlineer: PLANNING ASSOCIATES, INC. 'Arc•h►sect or I:.ngineer (`ontact (name and current phone number): TOM STEMNOCK 818/487-6767 Construction ;Manager (name and current phone number): IDDTE MATT COWLES 213/236-0500 flescription of Project, Scope of Work Performed: ON OF ROADWAYS ROADWAY WIDENING, CONCRETE AND Total Value of ('onstruction (including change orders): $1, 100,000.00 Original schc(Ij►led Completion Uatc: 6/2011 'Firne hVc'nsions (;ranted (n(rmbe►'o1'da�s): N/A Aclual I)atc• of Cor►rplclion: 6/2011 1:\CE1. JOB 114676 1'111.iecl Nanle: TRACK 107/108/11.4/117 & 124 IMPROVEMENTS I•r�cali��n: _ HOBART YARD, l'LRNON, CA (h% iter: BNSF RAILWAY i ��� ner (rintacl (name and current Rhone nurol.)er): --- AfINO 909 841-0040 :Architect ur I.n�ineer: WILSON & COMPANY .=Arch►sect or ['ngineer Contact (name and current phone number): LIM 9n,[a06-8000 (:onstructiort ;N'lanager (name and current phone number): KHY LIM 909/806-8000 Description of Project, Scope of Work Performed: REMOVAL AND REPLACEMENT OF ASPHALT AND CONCRETE, INSTALLATION OF NEW UTILITIES Tr')tal X!alue of Construction (including change orders): $916, 740.00 O'rigin,tl Scheduled Completion late: 9/09 Time Isxtensirirts Granted (cumber of (la)•s): N/A :actual Utite ol'(ontj�l�'tiott: 9 09 4892 SCHOOLWOOD SLOPE R/R:LA HABRA CITY OF LA HABRA 4895 BOLSA & RIVIERA:SEAL BEACH ' CITY OF SEAL BEACH Job # 4897 4898 4903 4904 4905 4906 4907 4908 4909 4910 4911 4912 4913 4914 4915 4916 4917 4919 4920 4921 4922 4923 4924 4925 4926 4927 4928 4930 4931 4932 4933 4934 4935 4936 4937 4938 4939 4940 4941 4942 4943 4944 WORK EXPERIENCE 5-31-12 OPEN JOBS Project Description BUENA VISTAIVAN OWEN:BURBANK VAR STS SKIN PATCH:PICO RIVERA GRND/OVRLAY ROYAL AVE:SIMI VLY UCLA CAMPUS:LOS ANGELES GUARD RAIL IMPROVS:LAGUNA BCH SCE SRV CNTR BERMIRAMPS:FULRTN STRM DRNIWTR LN PIER E:LNG BCH BEE CYN ACCESS RD AC -COUNTY OR PORTOLA/SAND CANYONJRVINE ALLEY PAVING ELKGRV AVEMENICE WESTCHESTER H/S:LOS ANGELES ARBORILAMPSON RESURRSEAL BCH BERMS@SCE BAKE PRKWY:IRVINE ALLEY PAVEMENT REHAB:WHITTIER TRENCH DRN PIER T:L.B. HD7905 FAIRFAX H/S PHII:LOS ANGELES WARDLOW RD IMPRV:L.B. R-6888 GRANT H/S:VAN NUYS BNSF WASHIINDIANAMERNON UPRR WASHINGTON BL:LOS ANGELES CENTER DRIVE:NEWPORT BEACH BNSF TRK 105/106:COMMERCE ASPHALT REPAIR:BEVERLY HILLS LINDA LN RUNOFF TRMNT:SAN CLEM GRD RAIL CATCH BSN-SAN VIC:W.H WALTERIA ELEM SCHOOL:TORRANCE MCGAUGH E/S:LOS ALAMITOS PORTOLA/SAN CYN:BEE CYN IRVINE DISNEY GROUP BUENA VST:BURBANK UP WASH/IND FACILITY:COMMERCE TORRANCE MEMORIAL BLDG:LOMITA HOLLISTON AVE. ET, AL:ALTADENA PAVEMENT MGMNT'l2:SIGNAL HILL ROMANO/LAKE FOREST-SUKUT:IRVNE SHORELINE DR (B&I).:LONG BEACH SAFE RTE TO SCH #I:SOUTH GATE USC SOTO/ALCAZAR:LOS ANGELES 19th ST VALVE R/R:NEWPORT BCH FIRESTONE PLZA/CHAPMAN:FULLRTN CHEVRON, EL SEGUNDO:EL SEGUNDO ST/SIG IMPRV BONITA AV:MT SAC BUSCH DR:MALIBU PROJECT NAME CITY OF BURBANK MANHOLE ADJUSTING INC CHARLES KING COMPANY BALI CONSTRUCTION CITY OF LAGUNA BEACH PATRIOT ENVIRONMENTAL SERVICES MANSON CONSTRUCTION CO. ORANGE COUNTY WASTE & RECYCLNG CORRPRO COMPANIES MIKE ROVNER CONSTRUCTION INC. B & I EQUIPMENT CITY OF SEAL BEACH AMERICAN INTEGRATED SERVICES WHITTIER UTILITY AUTHORITY PORT OF LONG BEACH MCCARTHY PACIFIC DIVISION CITY OF LONG BEACH B & I EQUIPMENT ELECTRO CONSTRUCTION ELECTRO CONSTRUCTION HATHAWAY DINWIDDIE CONSTRUCTIO BURLINGTON NORTHERN SANTA FE HATHAWAY DINWIDDIE CONSTRUCTIO CITY OF SAN CLEMENTE PACIFIC DESIGN CENTER 1, LLC TORRANCE UNIFIED SCHOOL DIST LOS ALAMITOS USD CORRPRO COMPANIES PCL CONSTRUCTION SERVICES REMPREX, LLC GAUDENTI & SONS CORP. LOS ANGELES COUNTY DEPARTMENT CITY OF SIGNAL HILL SUKUT CONSTRUCTON B & I EQUIPMENT CITY OF SOUTH GATE UNIVERSITY OF SOUTHERN CALIF. CITY OF NEWPORT BEACH CITY OF FULLERTON CHERNE CONTRACTING MT. SAN ANTONIO COLLEGE BLOIS CONSTRUCTION 88,310 38,324 EST. FINAL CONTRACT 654,877 124,267 128,459 3,950 92,400 10,064 1,305,996 985,998 2,595 215,979 32,779 72,674 13,703 366,335 233,612 69,683 1,791,063 10,890 3,030 2,820 124,765 2,648,951 8,900 150,099 268,769 83,699 5,587 1,950 10,748 821,056 100,100 791,874 193,690 7,874 35,746 1,261,041 1,725 182,501 282,394 79,158 489,775 12,503 100.0% 100.7% WORK COM PL. 5.1 % 67.7% 99.0% 100.0% 99.4% 100.0% 1.2% 99.7% 100.0% 100.0% 100.0% 98.4% 100.0% 97.4% 0.8% 0.0% 14.1% 100.0% 100.0% 100.0. 38.2% 74.8% 100.0% 3.7% 2T6% 100.0% 100.0% 100.0% 46.7% 39.7% 100.0% 0.3% 0.6% 100.0% 44.4% 1.2% 100.0% 0.6% 0.9% 0.0% 0.6% 30.7% WORK BACKLOG 621,639 40,161 1,221 572 1,289,891 2,964 1,131 9,385 231,735 69,683 1,538,498 77,136 666,899 144,558 194,549 5,733 495,446 789,687 192,502 19,867 1,245,281 181,395 279,865 79,158 486,786 8,664 WORK EXPERIENCE 2-29.12 OPEN JOBS Job # Project Description 4240 CALTRANS LINCOLN:07-1660U4 4242 CHANDLER/LANKERSHIM: C108099 4508 ALVARADO TRANSIT CORRIDOR: 4567 LANKERSHIMA/ARIOUS LOC:LA 4598 CHEVIOT HILLS:LA C113689 4611 USC ST IMPROVEMENT:LOS ANGELES 4649 SUNNYMEAD BLVD:MORENO VALLEY 4681 ARBOR VITAE ST.:L.A. C-115478 4103 AIRCARRIER RAMP:LB ARPRT R6777 4728 WILSHIRE/BEVERLY:BEVERLY HILLS 4735 PIER G RAILYARD:POLB HD-7565 4748 90TH ST EAST PALMDALE:LA CO PW 4761 2ND ST. REHARLONG BCH R-6846, 4762 BROADWAY/3RD:LONG BEACH 4780 BELLFLOWERNICTORY:ADELANTO 4793 NO AIR CARRIER RAMP:LB R-6858 4796 MOODY/VLY VIEW STORM DRN:CYPRS 4798 THOUS CAKS/LWRNC/TLR:THOUS OKS 4802 PIER G (I.T.S.):LONG BEACH 4809 TUSTIN ST/MEATS:ORANGE 4813 LB WTR DPT VAR LOC:LB WD 18-10 4815 WESTMINSTER BLVD:HARGIS 4818 PARAMOUNT BLVD:LONG BEACH 4824 EUCLID/GARDEN GR BLVD:GARDN GR 4825 APPIAN WAY IMPRV:LNG BCH R6889 4829 SHORELINE DR-FLTIRON.:LONG BCH 4834 SUNNY HILLS WS:FULLERTON UHSD 4835 GETTY CENTER-HATHAWAY:CENT CTY 4838 FY 2010/11 ST. REHAB:SIMI VLY 4841 ANNUAL RDWY RESURF:DANA POINT 4842 PKG LOT-SUNSET:WEST HOLLYWOOD 4845 ROSE BOWL:PASADENA 4849 PKG LOT WILSHIRE TEMPLE:LA 4850 SOKA UNIV PKG LOT:ALISO VIEJO 4851 YWCA OFFSITE IMPRV-OLIVE:LA 4854 ARCADIA H/S (BALI):ARCADIA 4855 FIBER OPTIC SIGNAL SYS:GRDN GR 4856 OCEAN PARK BLVD:SANTA MONICA 4858 FAIRMONT AVE:GLENDALE 4860 VLY REGION HS:GRNDA HL C119370 4862 ST. MAINT FY12 PHI:SAN CLEMNTE 4864 AC TRENCH PTCH-EDGE DEV:LB ARP 4867 11 PAVEMENT PII:CULVER CITY 4868 STORM DRN/IMPRV:MISSION VIEJO PROJECT NAME CALTRANS CITY OF LOS ANGELES-DPW LA COMMUNITY REDEVELOPMENT AGY LA COMMUNITY REDEVELOPMENT AGY CITY OF LOS ANGELES-DPW UNIVERSITY OF SOUTHERN CALIF. C/O MORENO VALLEY CITY OF LOS ANGELES-DPW CITY OF LONG BEACH TISHMAN CONSTRUCTION CORP. PORT OF LONG BEACH LOS ANGELES COUNTY DEPARTMENT CITY OF LONG BEACH C.T.& F. INC. BALI CONSTRUCTION CITY OF LONG BEACH CITY OF CYPRESS C/O THOUSAND OAKS I.T.S. CITY OF ORANGE LONG BEACH WATER DEPARTMENT HARGIS & ASSOCIATES CAL -CARTAGE CITY OF GARDEN GROVE CITY OF LONG BEACH FLATIRON ELECTRIC GROUP, INC. FULLERTON UNION HIGH SCHL DIST HATHAWAY DINWIDDIE CONSTRUCTIO CITY OF SIMI VALLEY CITY OF DANA POINT CITY OF WEST HOLLYWOOD PCL CONSTRUCTION SERVICES CAMBRIDGE CONST MGMNT, INC. MCCARTHY PACIFIC DIVISION PCL CONSTRUCTION SERVICES BALI CONSTRUCTION FISK/POWERCO ELECTRIC CITY OF SANTA MONICA ELECTRO CONSTRUCTION CITY OF LOS ANGELES-DPW CITY OF SAN CLEMENTE EDGE DEVELOPMENT INC. CITY OF CULVER CITY CITY OF MISSION VIEJO EST. FINAL % WORK CONTRACT COMPL. 13.495,540 99.9% 5,421,529 100.0% 2,308,872 99.8% 1,346,178 100.0% 942,953 100.0% 2,344,924 99.8% 2,695,641 99.7% 2,183,604 99.8% 5,577.032 99.0% 773,025 100A% 35,415,017 86.6% 1,471,155 100.0% 1,822,864 100.0% 75,230 100.00/0 187,382 100.0% 4,171,203 99.8% 2,077.539 100.0% 3,058,015 99.4% 99,990 99.0% 1,411,371 100.0% 1,900,000 68.4% 3,489 0.0% 97,526 100.0% 988,690 99.9% 626,251 100.0% 188,373 5.9% 608,360 98.8% 65,190 41.8% 658,000 97.5% 1,553,063 100.0% 122,257 100.0% 52,741 100.0% 284,190 96.7% 358,087 100.0% 105,042 100.0% 3,750 100.0% 195,022 100.0% 4,086,207 11.5% 48,866 63.3% 226,614 99.7% 682,453 99.9% 74,311 100.0% 787,768 84.2% 385,258 100.0% WORK BACKLOG 10,961 4,990 5,779 8,690 3,637 1,339 4,747,840 7,364 17,223 5,236 600,431 3,489 532 177,232 7,472 37,909 16,254 9,474 3,617,445 17,933 678 857 124,400 Job # 4859 4692 4840 4639 4797 4751 4791 4811 4832 4847 4863 4865 4876 4878 4879 4880 4882 4885 4893 4894 4896 4899 4900 4901 4808 WORK EXPERIENCE Project Description CERRITOS AVE IMPRV:SIGNAL HILL CENTINELALA TIJERAILA CIENEGA: PARK AVE ST SCAPE:SAN FERNANDO 4 INTERSECTIONS18 & LKWD CITYWIDE AC REHAB:LAGUNA HILLS CEDARS SINAI MC :LOS ANGELES KATELLAILEX BASE:LOS ALAMITOS USC NO SCI BLDG:LOS ANGELES 15TH ST, PCL:LANCASTER LAX-UNDRGRND CONST:LOS ANGELES KAISER SUNSET BLVD:LOS ANGELES REDONO AVE POST OFFICE:LNG BCH USC CAMPUS:LOS ANGELES NAVY GOLF COURSE:CYPRES SB7CO3 US ARMY ENGR-POLB:LONG BEACH UNN BNKT OAKS BLVDAGOURA HILL HUMPHREYS ELEM SCH:LOS ANGELES GAGE MIDDLE SCHOOL:HUNTNGTN PK ROBERT BYRD MIS:SUN VALLEY SOUTH GATE HIS:SOUTH GATE AC BERM R/R-MAINT YD:CULVER CT 3271 19-ENVRN CONST:SIGNAL HL CROWLEY TENANT SP PIER D:L.B. DUCASSE ALLEY(MPT):LOS ANGELES ANDRE AV RDWY IMPRV:LOMITA 2-29-12 CLOSED JOBS PROJECT NAME CITY. OF SIGNAL HILL PLAYA CAPITAL CO CITY OF SAN FERNANDO THE BOEING COMPANY CITY OF LAGUNA HILLS HATHAWAY DINWIDDIE CONSTRUCTIO J.I. GARCIA CONSTRUCTION HATHAWAY DINWIDDIE CONSTRUCTIO PCL CONSTRUCTION SERVICES UNDERGROUND CONSTRUCTION PCL CONSTRUCTION SERVICES MANSFIELD GAS EQUIP. SYSTEMS HATHAWAY DINWIDDIE CONSTRUCTIO NAVY REGION SOUTHWEST, MWR MANSON CONSTRUCTION CO. SWINERTON BUILDERS SUTTLES PLUMBING B & I EQUIPMENT B & I EQUIPMENT 8 & I EQUIPMENT CONDONJOHNSON & ASSOC. ENVIRONMENTAL CONST. GROUP ENVIRONMENTAL CONST. GROUP MPT FAMILY PARTNERS CITY OF LOMITA FINAL CONTRACT AMOUNT 215,270 1 735,126 1,356,388 1,533,303 1,116,679 493,077 385,659 5,309 14,217 1,395 5,623 7,999 105,883 3,595 2,195 10,625 5,975 4,244 1,575 6,142 5,450 19,487 1,358,418 Job # 4856 4858 4859 4860 4862 4863 4864 4865 4867 4868 4869 4870 4872 4873 4876 4876 4878 4879 4880 4881 4882 4883 4884 4885 4886 4887 4888 4889 4890 4891 4892 WORK EXPERIENCE 11-30-11 OPEN JOBS Project Description OCEAN PARK BLVD:SANTA MONICA FAIRMONT AVE:GLENDALE CERRITOS AVE IMPRV:SIGNAL HILL VLY REGION HS:GRNDA HL C119370 ST. MAINT FY12 PHI:SANCLEMNTE KAISER SUNSET BLVD:LOS ANGELES AC TRENCH PTCH-EDGE DEV:LB ARP REDONO AVE POST OFFICE:LNG BCH 11 PAVEMENT PII:CULVER CITY STORM DRNAMPRV:MISSION VIEJO COLLEGE PARK EAST:SEAL BEACH VAR LOC PVNG/SW RR:SNTA MONICA BISON/CALIF ST (BALI):IRVINE NEW DOCK ST T.L:LONG BEACH MEDIAN-LKWD BLVD/ASHWORTH:LKWD USC CAMPUS:LOS ANGELES NAVY GOLF COURSE:CYPRES S87CO3 US ARMY ENGR-POLB:LONG BEACH THOUSAND OAKS BLVD:AGOURA HILL GETTY CENTER:CENTURY CITY HUMPHREYS ELEM SCH:LOS ANGELES PKG-STEWART ST.:SANTA MONICA USC:LOS ANGELES GAGE MIDDLE SCHOOL:HUNTNGTN PK SOUTHEAST MIDDL SCHOOL:SO GATE SUNSET BLVD:LOS ANGELES WHITE MIDDLE SCHOOL:CARSON NARBONNE H/S:HARBOR CITY CAHUENGA BLVD:L.A. E6000935 MIRA COSTA HIS:MANHATTAN BEACH SCHOOLWOOD SLOPE R/R:LA HABRA PROJECT NAME CITY OF SANTA MONICA ELECTRO CONSTRUCTION CITY OF SIGNAL HILL CITY OF LOS ANGELES=DPW CITY OF SAN CLEMENTE PCL CONSTRUCTION SERVICES EDGE DEVELOPMENT INC. MANSFIELD GAS EQUIP. SYSTEMS CITY OF CULVER CITY CITY OF MISSION VIEJO. CHARLES KING COMPANY CITY OF SANTA MONICA BALI CONSTRUCTION W.W. STEPHENSON CO., INC. LINCOLN PACIFIC BUILDERS HATHAWAY DINWIDDIE CONSTRUCTIO NAVY REGION SOUTHWEST, MWR MANSON CONSTRUCTION CO. SWINERTON BUILDERS HATHAWAY DINWIDDIE CONSTRUCTIO SUTTLES PLUMBING HATHAWAY DINWIDDIE CONSTRUCTIO B & I EQUIPMENT B & I EQUIPMENT B & I EQUIPMENT HATHAWAY DINWIDDIE CONSTRUCTIO B & I EQUIPMENT B & I EQUIPMENT CITY OF LOS ANGELES-DPW BERNARDS BUILDERS CITY OF LA HABRA EST. FINAL % WORK WORK CONTRACT COMPL. BACKLOG 4,036.207 1.0%- 3;997,752 27,111 56.9% 11,680 215,270 99.6°b 774 226,614 91.1% 20,158 690,272 93.7% 43,552 14,217 100.0% 2,023 66,709 99.8% 125 1,395 100.0% 659,788 98.2% 11.930 394,022 98.9% 4,441 298.232 2.9% 289.687 5.063,488 6.4% 4,737,523 8,300 0.0% 8,300 25,394 99.60A 113 6,122 100.0% 5,623 100.0% 121 7,999 84.1% 1,276 105,883 93.5% 43,517 3,595 98.50/0 54 84,327 8.3% 77,319 2,195 100.0% 215,610 0.3% 214,958 1,995 0.0% 1,995 10,625 100.0% 6,095 46.9% 3,235 27,307 39.1% 17,491 4,895 99.80A 12 6,995 0.0% 6,995 1,897,067 0.6% 1885,689 330,292 0.0% 330.292 88,699 0.0% 88,699 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For BEACH BOULEVARD SEWER IMPROVEMENTS CC NO. 1443 in the CITY OF HUNTINGTON BEACH December 12, 2013 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) FINAL SIGNED TRAFFIC CONTROL PLANS Signed Final Traffic Control Plans are essentially the same as Draft Traffic Control Plans at the time of initial advertisement with exemption of changes on the following sheets: A. Sheet No. TC 9 adds that work on Ellis Avenue is daytime and an additional sign is required East of Patterson Lane on Ellis Avenue. B. Sheet No. TC 15 adds that Contractor is required to notify Caltrans Traffic Operations for signal timing modifications at least one week prior to construction and to provide flaggers for pedestrian crossing during intersection work. 2) CLARIFICATION PER SPECIFICATION IN SECTION 6-9 THAT LIQUIDATED DAMAGES IS PER CALENDER DAY. 3) UPDATED BID SCHEDULE -ADDENDUM NO. 1 PROVIDING REVISION TO AN ITEM AND CHANGE IN QUANTITIES FOR TWO ITEMS ON BID SCHEDULE A. Bid Item No. 11 Contract Quantity is now 14 as sewer manholes #10, #13, and #14 on Plans are now with poured base. B. Bid Item No. 12 Contract Quantity is now 4 as sewer manholes #10, #13, and #14 on Plans are now with poured base. C. Bid Item No. 15 now reads "Furnish all labor, material and equipment to install new lateral to connect existing sewer lateral from to be abandoned 8-inch sewer pipe to existing 10-inch sewer pipe, including but not limited to sawcutting, unclassified excavation and disposal, shoring, AC and AB for trench repair, and plug existing abandoned lateral with sand and concrete." GAConstruction Contracts (CCs)\CC1443 Beach Blvd. Sewer Replacement\Ebidboard\Addendums\Addendum Number One.doc Award will be based on SECTION C that includes the most up to date bid schedule and acknowledging all Addendums. This is to acknowledge receipt and revi w of Addendum Number One, dated Decer� ber 12, 2013. cvvr. Company Name a .m� _ . By C, P� SC7OV71N., PRP-SiDENT Date nr .94 511 All bidders must acknowledge and include the receipt of this Addendum with Your bid proposal. Should you have any questions regarding this Addendum, please call Joseph Fuentes at (714) 536-5431. GAConstruction Contracts (CCs)\CC 1443 Beach Blvd. Sewer Replacement\Ebidboard\Addendums\Addendum Number One.doc Hid Bond BID BOND The American Institute of Architects, AIA Document No. A310 (February,1970 Edition) KNOW ALL MIEN BY TBESE PRESENTS, that we PALP Inc. dba Excel Paving Company as Principal hereinafter called the Principal, and Federal Insurance Company a corporation duly organized wxkr the laws of the state of Indiana as Surety, hereinafter called the Surety, are held and fierily bound unto City of Huntington Beach as Obligee, hereinafter called the Obligee, in the sum of Ten percent of the total amount of the bid Dollars ($ 1 o% I 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 Beach Blvd. Sewer Improvements (CC1443) NOW, HMEFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter inw a Contract with the Obligee in accordance with the terns of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surely 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 Pm=pad W enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the drffmnce not to exceed the penalty hereof between the amount specified in said bid and such hanger amount for which the Obligee may in good fadth 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 Scaled this 10th day of December , 2013 PALP Inc. dba Excel Paving Company witness &IePrincipal (SW) By: C Witness ORSC 21328 (M Federal Insurance Company Surety (Seal) BY: Douglas A. Rapp Attorney -in -Fact icChubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Douglas A. Rapp and Timothy D. Rapp of Aliso Viejo, California ---------------------------- -------------------- each as their true and lawful Attorney- in- Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 16th day of December, 2011. Kenneth C. Wendel, Assistant Secretary Norris, Jr., Vice President STATE OF NEW JERSEY ss. County of Somerset On this 16th day of December, 2011 before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel, being by me duly sworn, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By- Laws of said Companies; and that he signed said Power of Attorney as Assistant Secretary of said Companies by like authority, and that he is acquainted with David B. Norris, Jr., and knows him to be Vice President of said Companies; and that the signature of David B. Norris, Jr., subscribed to said Power of Attorney is in the genuine handwriting of David B. Norris, Jr., and was thereto subscribed by authority of said By - Laws and in deponent's presence. .Notarial Seal TAD KATHERINE J. ADELAAR ���pRY�g9 NOTARY PUBLIC OF NEW JFRSM Ne. 2316685cLt— U. CommiWon Expires July 14, 2014 Notary Public CERTIFICATION Extract from the By- Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: "All powers 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 or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman, President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys- in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and 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 attached.' 1, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies") do hereby certify that (1) the foregoing extract of the By- Laws of the Companies is true and correct, (Ji) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S. Treasury Department; further, Federal and Vigilant are licensed in Puerto Rico and the U.S. Virgin Islands, and Federal is licensed in American Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island; and (iii) the foregoing Power of Attorney is true, correct and in full force and effect Given under my hand and seals of said Companies at Warren, NJ this 10th day of December, 2013. dlraraN� sari aFw Ypat- Kenneth C. We el, Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903- 3493 Fax (908) 903- 3656 e-mail: surety@chubb.com Form 15-10- 02256- U (Ed. 5- 03) CONSENT CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of Los Angeles On ncr o �n,z before me, C. Phillips, Notary Public —�T� (Here insert name and tide of the officer) personally appeared C.P. Brown who proved to me on the basis of satisfactory evidence to be the personal whose nameW is/;w subscribed to the within instrument and acknowledged to me that he/zhe6daegacexecuted the same in hisdmI(iheir authorized capacity( @O, and that by his/hwz&hl:k signature(s) on the instrument the person(), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. C. PHILLIPS N WITNESS my hand and official seal. o �- COMM. #1996177 ^4rt Notary Public -California It 3 " LOS ANGELES COUNTY (Notary Seal) My Comm. Expires Oct. 29, 2011i i Notary Public dw ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Number of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other INSTRUCTIONS FOR COMPLETING THIS FORM My acknowledgment completed in California must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must be property completed and attached to that document. The only exception is if a document is ro be recorded oruside of California. In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in California (i.e. terrifying the atuhorized capacity of the signer). Please eheck.the document carefully for proper notarial wording and attach this form if required • State and County information must be the State and County where the document signer(s) personally appeared before the notary public -for acknowledgment. • Date of notarization must be the date that the signers) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect fortes (i.e. he/she/dw5 - 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, rc-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 tide (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document 2.008 Version CAPA v12.10.0.7 800-873-9865 www_Notat__ypasses_com __. City Of Huntington Beach 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachea.gov Office of the City Clerk Joan L. Flynn, City Clerk February 3, 2014 GRFCO, Inc. P. O. Box 7689 Moreno Valley, CA 92552 RE: Beach Blvd. Sewer Project — CC-1443 Enclosed please find your original bid bond for CC-1443. Sincerely, Joan L. Flynn, CMC City Clerk JF:pe Enclosure Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand GRFCO INC. P.O. Box 7689 Umm VWley, Cal 92552 DEC 23 PM 1' 51 2013 OITY City of Huntington Beach City Clerk 2000 Main St., Second Floor Huntington Beach, CA 92648 Project: Beach Boulevard Sewer Improvements (CC1443) Bid Date: December 23, 2013 at 2:00 PM SECTION C PROPOSAL for the construction of BEACH BOULEVARD SEWER IMPROVEMENTS from ELLIS AVENUE TO SLATER AVENUE CC No. 1443 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 undersigned agrees to complete the work within 110 working days, starting from the date of the Notice to Proceed. 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. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find N c4 A -tot in the amount of $ /G 76 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�Si g nature r" C-2 t PROJECT BID SCHEDULE -ADDENDUM NO. 1'��� CC-1443 Item Contract l Unit Extended No. Description _ Quantity, _ unit . Price Amount Furnish all labor, materials and Equipment to mobilize, demobilize, clean _ ®00' 1 up of construction site, including but not 1 LS $ C> $ 0 limited to providing all bonds, insurances, and obtaining all permits. `3 urvey and identify existing inverts of five existing manholes to verify design. 2 Prepare and submit it to the Engineers 3 1 LS $_�_ weeks prior to construction. Furnish all labor, material, and equipment to provide public convenience, safety and traffic control $ 3 i)er traffic control plan; including but not 1 LS $�'`� ' limited to signs, CMS warning devices, delineators, and trench plate bridging. Furnish all labor, material, and equipment to provide trench and unclassified excavation safety measures including shoring plans prepared by a California Registered Structural Engineer, including any additional geotechnical work performed by the /09 0 f 4 1 LS $ $ ( r Contractor to provide trench and unclassified excavation safety for the protection of life and limb in trenches and open unclassified excavation in ,,onformance with applicable safety orders. =urnish all labor, material, and equipment necessary to maintain sewer "lows throughout entire construction )enod. This is including but not limited to LS�- 5 3ny temporary by-pass pumping, by-pass 1 piping, vactor trucks, temporary plugs, permanent plugs, and other appurtenances. Prepare, obtain approval, and implement 3 Water Pollution Control Plan (WPCP) vvith approval from Caltrans and Agency 6 prior to any Construction; Item includes 1 LS $_�©6O.the hiring a certified Water Pollution Manager (WPC). Furnish all labor, materials and equipment necessary to construct 8-inch 7 Diameter PVC SDR 26 pipe, including 24 LF $ d $ Z but not not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. C-2.1 (ADDENDUM NO. 1) PROJECT BID SCHEDULE -ADDENDUM NO. 1 CC-1443 Item Contract' 1lnit': . ' . Eitended ;. N©. Description Qgantity Unit Price _ Arisount . Furnish all labor, materials and equipment necessary to construct 12- inch Diameter PVC SDR 26 pipe, 446 LF 8 including but not limited to, sawcutting, unclassified excavation and disposal, :shoring, AC, and AB for trench repair. Furnish all labor, materia[s and equipment necessary to construct 15- 9 inch Diameter PVC SDR 26 pipe, 5118 LF including but not limited to, sawcutting, unclassified excavation and disposal, :shoring, AC, and AB for trench repair. Furnish all labor, materials and equipment necessary to construct 24- inch Diameter PVC SDR 26 pipe, 104 LF 10 including but not limited to, sawcutting, ` unclassified excavation and disposal, shoring, AC, and AB for trench repair. Furnish all labor, material and equipment necessary to construct precast 4-foot Diameter Sewer Manhole with lining and 9 'ield poured reinforced concrete base, 00 11 including but not limited to, sawcutting, 14 EA $y/; unclassified excavation and disposal, :shoring, AC, and AB for for trench repair. '=urnish all labor, material and equipment lecessary to construct precast 4-foot Diameter Sewer Manhole with lining and 'precast reinforced concrete base, 4 EA $ 12 ncluding but not limited to, sawcutting, —ir— inclassified excavation and disposal, shoring, AC, and AB for for trench repair. Furnish all labor, material and equipment necessary to connect new sewer pipe to axisting manhole, including but not !imited to maintaining existing flows, core ®�®• "" $ ®�� ° �. 13 drill existing sewer manhole, modify and�— 2 EA $ re-channel the manhole channel base, and rehabilitate manhole. Furnish all labor, material and equipment necessary to construct 7-foot Diameter Sewer Manhole with lining per OCSD Standard, including but not limited to, 1 EA $ ���©� $ Z:�O0e> 14 sawcutting, unclassified excavation and ---�-- �— disposal, shoring, AC, and AB for for trench repair. c/ C-2.2 (ADDENDUM NO. 1) PROJECT BID SCHEDULE -ADDENDUM NO. 1 CC-1443 Item C,ontract; Unit Extended No. pescriptipn Ouant4, Unit, Price Amd'unt Furnish all labor, material and equipment 10 install new lateral to connect existing ;,ewer lateral from to be abandoned 8- inch sewer pipe to existing 10-inch sewer Ripe, including but not limited to 15 :sawcutting, unclassified excavation and 4 EA $ ------ disposal, shoring, AC and AB for trench repair, and plug existing abandoned lateral with sand and 'concrete. Furnish all labor, material and equipment 10 install new lateral to connect existing Newer lateral to newly installed sewer Ripe, including but not limited to _ © 7 j� 16 :sawcutting, unclassified excavation and 3 EA $ $ disposal, shoring, curb, utter, sidewalk, p g g ,%C and AB for trench repair, and plug existing abandoned lateral with sand and ,oncrete. Furnish all labor, material and equipment to install new 8-inch Diameter PVC SDR 26 pipe: with repair couplings in an ,abandoned manhole, including but not r 17 limited to sawcutting, unclassified 1 EA $' $ ,excavation and disposal, shoring, ,:oncrete encasement, AC, and AB for rench repair. =urnish all labor, materials and ,equipment necessary to construct by 18 removing existing 8" VCP sewer and install 8-inch PVC SDR 26 pipe, 37 LF $ G.F_ $ ��O• — �ncluding but not limited to, sawcutting, r .unclassified excavation and disposal,©G� shoring, AC, and AB for trench repair. =urnish all labor, materials and equipment to cut and remove a segment n1g Df existing pipe in newly installed _ ®®' manholes to put manhole into operation, 6 EA $ $ ncluding but not limited to disposal, grinding, and providing watertight connection. Furnish all labor, material and equipment necessary to abandon existing 8" sewer line in and fill pipe void with sand, rr ST1fo©• — 20 capped with concrete, including but not g00 LF $ (r� $ limited to sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. C-2.3 (ADDENDUM NO. 1) PROJECT BID SCHEDULE -ADDENDUM NO. 1 CC-1443 Item Contracts Unit Extended No. Qescription Quantity) Chit Price Amount Furnish all labor, material and equipment necessary to abandon existing 10" sewer line in and fill pipe void with sand, r 21 sapped with concrete, including but not 55 LF limited to sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. Furnish all labor, material and equipment ;o abandon existing manholes and uses, including but not limited to Soo �000e 22 sawcuti:ing, unclassified excavation and 6 EA $ f $ disposal, shoring, sand, cement -sand slurry, AC, and AB for trench repair and backfill. Furnish all labor, material and equipment necessary to abandon portion of existing sewer lateral and fill pipe void with sand, with concrete, including but not C o 0` / 23 capped 3 EA $ r" limited to sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. Furnish all labor, material and equipment necessary to remove and replace $� 24 Caltrans detector loops, including but not 38 EA $ limited to disposal, and AC for street repair. Furnish all labor, materials and equipment necessary to cold mill 0.12' hauling 58,900 SF $ $O 25 AC, including but not limited to and disposal of AC and other debris from cold milling. Furnish all labor, materials and / - 26 equipment necessary to install ARHM 570 TN" AC 0.12' thick in cold mill areas. FP Total {\mount Bid, BASIS OF AWARD *: $ Total ,mount Bid in Words: 'Notes: All extensions of unit prices will be subject to verification by Owner. In case verification is required 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. Refer to Section 9, Measure and Payment for description of each Item on Bid Schedules. C-2.4 (ADDENDUM NO. 1) 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 or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid Item(s) Name and Address, of Subcontractor-- " _ License Number ,7Class,, Dollar Ainount� % of Contract 0 e— rz 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-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH DID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on IX/2 S, at r1a,e-"c, YU � , bate City I State 6+r'on::�E Ef cg 5't- , being first duly sworn, deposes and says that he or she is PT-e s, 'd-+e-K- 7 of GRFr.0, LNC. _ 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. rem INC. 7 P.O. Box 7689 Moreno Valley, CA 92552 Address of Bidder C-4 s��!�.v!:�:::�.:v_i s�S.,:�.;�v!G�v�:j>�s�•'�v.�i�a:.::�e;Gi:.a�,�..v.i,c�,c�>:11=t S o..,7L%.vS�L.•.>,?�,?v.�.',c� ��. ��.v.N',1%a:%a• L:�%�S�:�J1C!z� State of California County of Riverside On p ^P ®✓ ?? ?03 before me, Leon Lopez, Notary Public , Date Here Insert Name and Title of the Officer personally appeared FRo ST NaTe(s) of Signer(s) LEON N�ORIEGA LOPEZ COMM. #1907501 NOTARY PUBLIC-CALIFORNIA N RIVERSIDE COUNTY My Comm. Expires Oct. 9, 2014 Place Notary Seel Above who proved to me on the basis of satisfactory evidence to be the person(&) whose name(s) is/am subscribed to the within instrument and acknowledged to me that he/she" executed the same in his/fa� authorized capacity(), and that by his/hef4ieif signatures} 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 a c' I seal. Signature at 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: GEo Ft -GE FX0AT ❑ Individual M Corporate Officer — Title(s): President & Secretary Q Partner — ❑ Limited O General ❑ Attorney in Fact El Trustee Top of thumb here Guardian or Conservator Othe r: Signer is Representing: C-R F-co MNc. Number of Pages: Signer's Name: ❑ Individual O Corporate Officer — Title(s): 1 Partner — O Limited O General Attorney in Fact Trustee LE Guardian or Conservator ❑ Other: Signer Is Representing 'RIGHTTHUMBPRiNT'' ... _ OF SIGNER,_... _top of thumD nere t 4:'✓«ySii -anj: e• -✓<'a•'„ai<'✓i•y.•:�<'✓<tiei -y •ei •a�G'v•ri.-riG�<�✓<'✓.-y.'yG`r��✓G`e�G�LC✓G'yG'a>f'v -:i<'y<'y `tiG� •a.5'✓ •a�.-✓ -✓ 'ygiv:'� •:� 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 BEACH BOULEVARD SEWER IMPROVEMENTS, (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: l-- .23 / C-s Title Pr es DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, 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 2<o If the answer is yes, explain the circumstances in the space provided. i �i74/ o� S'w. ►7.�eS c� <<.1 �u n� 01� 2CO (4/1 A..,J 1^ie q wf'a'gr O 4." Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date: ( 2- ? 3 C-7 Title BIDDER'S INF'ORMA'TION BIDDER certifies that the following information is true and correct: GRFCO, INC. Bidder Name P.O. Box 7689 Moreno Valley, CA 92552 Business Address City, State Zip Telephone Number 22'/()t3 A State Contractor's License No. and Class IF -7 `/ Original Date Issued ,2-�, S Expiration The work site was inspected by G ry S of our office on ►,Z 2 / 3 , 2012; The following are persons, firms, and corporations having a principal interest in this proposal: CWr10, INC. -Ft-o 5 l C-8 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 specificationsNs�et forth. Company Signature of Bidder Printed or Typed Signature Subscribed and sworn to before me this Z3 day of 2013 . NOTARY PUBLIC Bidder's Project History %LEON NORIEGA LOPEZ COMM. #1907501 NOTARY PUBLIC • CALIFORNIA u RIVERSIDE COUNTY My Comm. Expires Oct. 9, 2014 NOTARY SEAL For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of sanitary sewer line installation of at least of 1,000 of 8-inch and greater in public right-of-way. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: 2. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Name and Address of Public Agency Name and Telephone No. of Project Manager: 18M GRFCO, INC. Contract References City of Fountain Valley - $1,364,000 "Garfield Sewer Replacement" Contact: Mr. Temo Galvez (714) 593-4517 Start: January ' 14 — Complete: In Progress Project Summary: 2475' of 10" PVC, Dewatering, Sewer Bypass, T-lock Manholes City of Santa Fe Springs - $297,585 "5 Freeway Water Main" Contact: Mr. Ted Rigoni (714) 533-3050 #750 Start: October ' 13 — Complete: In Progress Project Summary: 770' of 12" DIP, Testing, R&R Pipe in Casing San Bernardino Associated Governments (SANBAG) - $354,300 "E Street Storm Drain" Contact: Mr. Casey Daily (909) 884-8276 Start: December ' 13 — Complete: In Progress Project Summary: 485' of 36" RCP, Catch Basins, Manholes, AC Paving Los Angeles County Sanitation District - $2,128,000 "Union Street Trunk Sewer" Contact: Mr. Ted Brodeur (310) 701-7935 Start: July ' 13 — Complete: In Progress Project Summary: Jack & Open Cut 993' of 18" Fiberglass Pipe, Manholes, Gas Probe Relocation County of San Diego - $1,557,768 "Trunk D Sewer Improvements" Contact: Mr. Ted Kautzman (858) 805-1200 Start: June ' 13 — Complete: In Progress Project Summary: Jack & Open Cut 2225' of 18' PVC/HDPE, Manholes, Paving City of Fullerton - $50,000 "Morningside Manholes" Contact: Mr. Tony Reynoso Start: September ' 13 — Complete: September ' 13 (on time) Project Summary: Remove/ Replace T-lock Manholes Los Angeles County Sanitation District - $551,000 "Puente Hills Landfill Drainage Improvements" Mr. Kurt Greeb (310) 710-1663 Start: April ' 13 — Complete: August ' 13 (on time) Project Summary: 700' of 42" HDPE Pipe, 1516' of Trapezoid Channels, Structures Allstate Eng./ W.J. Lent Contracting Services - $353,544 "Vandenberg AFB — Demolish Housing" Contact: Mr. Leonard Reyes (951) 746-8653 Start: April `13 — Complete: August'13 (on time) Project Summary: Reduce 91,362 Tons of Asphalt/Concrete to 2" Minus TEG/LVI Environmental Services, Inc. - $375,615 "Downey Studios" Contact: Mr. Lon Omori (562) 407-0570 Start: April ' 13 — Complete: June ' 13 (on time) Project Summary: Reduce 148,871 Tons of Asphalt/Concrete to 1" Minus City of Fullerton - $259,000 Contact: Mr. Pete Acosta (714) 732-9060 Project Summary: 1300' of 10" VCP, Manhole, Paving Rev 11/12/13 "Euclid Sewer Replacement" Start: February ' 13 — Complete: March ' 13 (on time) Rev 09/09/201:3 GRFCO INC. Contract References George Frost, President (for SCU Projects) Jim Jackson, Project Manager (for GJC Projects) Projects Contracted By: Garcia Juarez Construction, Inc. Otay Water District, $2,316,275 "Avocado Sewer Replacement" Contact: Mr. Paul Mochel (858) 444-6804 Start: Feb '12 - Complete: May ' 13 (on time) Project Summary: 4487' of 15" & 8" PVC, By-pass Pumping, Diversion Vault Los Angeles County Dept. of Public Works, $449,205 "San Gabriel River Bicycle Trail" Contact: Mr. Pirouz Bozorgnia (626) 407-1644 Start: Oct `12 - Complete: Feb `13 (on time) Project Summary: Remove & Replace 5100' of Bike Path, Concrete Structures, SWPPP (QSP) City of Brea, $1,053,463 "Master Plan Sewer" Contact: Mr. Jim Sotelo (310) 467-6181 Start: July'12 - Complete: Dec'12 (on time) Project Summary: 1584' of 18" VCP, Pipebursting, PVC, Manholes, R&R Channel Yorba Linda Water District, $1,780,915 "Yorba Linda Waterline" Contact: Mr. Bill McCue (714) 448-0156 Start: May'12 -Complete: Nov'12 (on time) Project Summary: 5170' of 20" DIP, Valves, Paving Los Angeles County Dept. of Public Works, $154,001 `Buelah Circle Drainage" Contact: Mr. Frank Olivas (626) 607-7590 Start: Aug '12 - Complete: Sep '12 (on time) Project Sum -nary: Place two 70VF Wells, Catch Basins, RCP Los Angeles County Dept. of Public Works, $215,850 "Canyonside Slope Repair" Contact: Mr. Dary Hamilton (626) 607-7430 Start: May ' 12 - Complete: May ' 12 (on time) Project Summary: Reinforce 3300' sf of canyon wall, shotcrete Long Beach Water Department, $436,314 "28th Street Sewer" Contact: Mr. Rick Robillard (562) 570-2326 Start: Mar'12 - Complete: May'12 (on time) Project Summary: 1325' of 15" VCP, Manholes, Paving Los Angeles County Dept. of Public Works, $333,015 "Edgeridge Retaining Wall" Contact: Mr. Sohrab Agahi (626) 786-5809 Start: Jan'12 - Complete: Mar'12 (on time) Pro ject Summary: Construct 153 LF Retaining Wall, Drive Soldier Piles City of Inglewood, $121,616 "Storm Drain Improvements" Contact: Mr. Anthony Watson (310) 412.5189 Start: Jan' 12 - Complete: Feb '12 (on time) Project Summary: Numerous Storm Drain Point Repairs County of Orange, $832,314 "Lewis Channel" Contact: Mr. Kevin Oxford (714) 448-6622 Start: Oct "11 - Complete: Mar'12 (on time) Project Summary: Place 679' of 9' X 7' RCB, Flap Gates, Fencing Rev 09/09/2-01:3 Los Angeles County Department of Public Works, $185,137 "226th Street Bridge" Contact: Mr. Jimmy Shadab (310) 467-6181 Start: Nov ' 11 - Complete: Jan ' 12 (on time) Project Summary: Demolition of 240' foot bridge, AC Paving City of Huntington Beach, $160,243 "Water Main Extensions" Contact: Mr. Eric Charlonee (714) 536-5430 Start: Sep 'I I - Complete: Dec I I (on time) Project Summary: Three Extensions of 12" and 8" PVC, Fire Hydrant, Services City of Huntington Beach, $269,076 "Beach Blvd. Waterlines" Contact: Mr. Duane Wentworth (714) 536-5517 Start: Sep 'I I - Complete: Nov 'I I (on time) Project Summary: 11 50'of 12" PVC Waterline, Air Vac, Siphon City of Santa Ana, $1,239,559 "Santa C1araWater/Sewer" Contact: Mr. Orlando Garcia (714) 615-0882 Start: Jun 'I I - Complete: Feb '12 (on time) Project Summary: 3180' of 16" DI, 225' of 8" PVC, Fire Hydrant, Services City of Fountain Valley, $1,202,027 "Year Two Sewer Improvements" Contact: Mr. Aaron Franklin (714) 319-2822 Start: Jun ' 11 - Complete: Nov ' 11 (on time) Project Summary: 3164' of 15" — 8" VCP, Paving, CIPP City of Manhattan Beach., $112,666 "Sewer Main Rehab" Contact: Mr. Gil Gamboa (310) 802-5356 Start: Aug 'I I - Complete: Dec 'I I (on time) Project Summary: 22 Sewer Point Repairs, Paving, Flat Work City of Westminster, $132,194 "Brooklawn Drive Storm Drain" Contact: Mr. Tuan Pham (714) 412-2554 Start: May ' 11 - Complete: Aug ' 11 (on time) Project Summary: 200' of 36" RCP, Water Siphones, Paving City of Pasadena, $176,000 Contact: Mr. George Martinez (626) 5 90-0 810 Contact: Mr. Bob Garner (626) 590-4909 Project Summary: 8" & 10" VCP Point Repairs "2011 Sewer Repairs" Start: Apr ' 11 - Complete: Jul ' 11 (on time) City of Inglewood, $245,500 "Sewer System Point Repairs" Contact: Mr. Brian Ball (310) 901-4631 Start: Apr' 12 - Complete: Jul ' 12 (on time) Project Summary: 52 Sewer Point Repairs with 8" & 10" VCP City of Rancho Palos Verdes, $199,915 "San Ramon Canyon Sewer" Contact: Mr. Alan Braatvedt (310) 525-0684 Start: Jun ' 11 - Complete: Jul 'I I (on time) Project Summary: 630' of 8" VCP up slope, Place rip rap City of Rancho Cucamonga, $6,251,874 "Hellman Avenue Storm Drain" Contact: Mr. Romeo David (909) 477-2740 #4070 Start: Aug '10 - Complete: May 'I I (on time) Contact: Mr. Jeff .Ashcraft (909) 917-7332 Project Surmnary: 5186' of 114" to 90" RCP, Catch Basins, Paving Rev 09/09/201 City of Huntington Beach, $441,828 "Gravity Sewer" Contact: Mr. Joe Dale (714) 536-5915 Start: Feb'11 - Complete: May 'I I (on time) Project Summary: 580' of 8" PVC, Siphons, Flat Work, Paving City of Huntington Beach, $228,034 Contact: Mr. Eric Charlonne (714) 536-5430 Project Summary: Pipe Burst 12" Pipe "Garfield Waterline" Start: Jan 'I I - Complete: Feb 'I I (on time) City of Fullerton, $420,059 "Grandview Sewer" Contact: Mr. Pete Acosta (714) 732-9060 Start: Oct' 10 - Complete: Dec ' 10 (on time) Project Summary: 1336' of 8" PVC, Street Reconstruction & Paving City of Fullerton, $253,270 Contact: Mr. Pete Acosta (714) 732-9060 Project Summary: 843' of 30" 18" RCP, Catch Basins City of Fullerton, ;$646,280 Contact: Mr. Noah Hernandez (714) 606-4336 Project Summary: 2800' of Water/ Sewer, AC Paving City of Fullerton, $1,552,871 Contact: Mr. Pete .Acosta (714) 732-9060 Project Summary: 5500' of 8" VCP, AC Paving City of San Clemente, $504,874 Contact: Mr. Greg Deist (949) 337-3139 Project Summary: 3500' of 10" & 8" PVC, Services "Commonwealth Storm Drain" Start: Oct ' 10 - Complete: Dec ' 10 (on time) "Lois Lane Water/Sewer" Start: Jul ' 10 - Complete: Nov ' 10 (on time) "Drake/Brea Creek Sewer Improvements" Start: Apr ' 10 - Complete: Sep,' 10 (on time) "Del Cabo Waterline Improvements" Start: Mar'10 - Complete: Jun'10 (on time) City of Huntington Beach, $864,834 `Blufftop Beach Improvements" Contact: Mr. Eric Charlonne (714) 536-5430 Start: Dec '09 - Complete: Jul'10 (on time) Contact: Mr. Duane Wentworth (714) 536-5517 Project Summary: 9000' of 3" PVC, Retaining Walls, AC Bike Path Helix Water District, $809,014 "Pipeline Project 1818" Contact: Mr. Jim Tomasulo (619) 596-1317 Start: Dec `09 - Complete: Jun'10 (on time) Contact: Mr. Greg Gibbs (619) 873-5670 Project Summary: 7200' of 8" PVC, Hi -line, AC Paving City of Lynwood, $289,983 "Waldorf Watermain" Contact: Mr. Mario Soto (310) 603-0220 X830 Start: Feb ' 10 - Complete: Mar'10 (on time) Project Summary: 1080' of 8" DIP, Street Overlay City of Huntington Beach, $745,801 "Bayview Drive Watermain Replacement" Contact: Mr. Duane Wentworth (714) 536-5517 Start: Oct ' 09 - Complete: Mar ' 10 (on time) Project Surninary: 1367of 8" PVC, Services, Dewatering Rev 09/09/2013 City of Fountain Valley, $1,029,629 "16" Transmission Main" Contact: Mr. Temo Galvez (714) 593-4517 Start: Aug `09 - Complete: Feb `10 (on time) Project Summary: 3117' of 24" CML & C Steel Pipe, Ace Paving Monte Vista Water District, $385,773 "Rose Avenue Pipeline" Contact: Mr. Gil Martinez (909) 624-0035 Start: Jul '09 - Complete: Nov'09 (on time) Project Summary: 1435' of 6" DI Pipe, AC Paving, Pressure Relief Station City of Fullerton, $567,760 "Carhart Storm Drain" Contact: Mr. Pete Acosta (714) 732-9060 Start: Aug '09 - Complete: Oct'09 (on time) Project Summary: 1924' of 24" & 18" RCP, Catch Basins, AC Paving City of Highland, $755,246 "Warm Creek Storm Drain" Contact: Mr. George Herold (909) 234-1001 Start: Jun'09 - Complete: Sep '09 (on time) Project Summary: 3011' of 48" to 18" RCP, Manholes, Catch Basins, AC Paving City of Fullerton, $1,266,873 "Gregory/Chapman Area Sewer" Contact: Mr. Pete Acosta (714) 732-9060 Start: Apr '09 - Complete: Sep '09 (on time) Project Summary: 4176' of 8" VCP, 630' of Pipe Bursting, 2796' TNS of AC Paving Los Angeles County Dept. of Public Works, $136,475 "Los Cerritos Drainage System" Contact: Mr. Victor Bermudez (626) 688-8275 Start: May '09 - Complete: Jun'09 (on time) Project Summary: Restoration and Repair of Existing Concrete Channel RY Engineering, $207,4616 "Will Rogers State Park" Contact: Mr. Raffle Yeremian (818) 480-8966 Start: Feb '09 - Complete: May '09 (on time) Project Summary: Exterior Fire System, 500' of 6" PVC City of Anaheim, $392,018 "La Palma Sewer Improvements" Contact: Mr. Greg Solberg (714) 231-4696 Start: Nov `08 - Complete: Mar '09 (on time) Project Summary: 972' of 12" VCP, OCSD Manhole, Paving RY Engineering, $298,000 "Arbor Terrace Apartments" Contact: Mr. Raffle Yeremian (818) 480-8966 Start: Dec. '09 - Complete: Feb'09 (on time) Project Summary: 818' of 12" PVC, Services, Reinforced Storm Drain Structure, Sewer Main City of Fullerton, 1.81,586,838 "Carhart Area Sewer" Contact: Mr. Noah Hernandez (714) 606-4336 Start: Feb '09 - Complete: Jun'09 (on time) Project Summary: 7767' of 8" VCP, 2600 TNS of AC Paving, 34l' of Pipe Bursting Los Angeles County Dept. of Public Works, $1,773,356 "Puddingstone Dam Waterline" Contact: Mr. Jose Ontiveros (626) 458-3104 Start: Oct'08 - Complete: Apr '09 (on time) Project Summary: 6000' of 10" and 6" Fusion Bonded Steel Pipe Rev 09/09/2013 Los Angeles County Dept. of Public Works, $339,180 "Mountain Avenue" Contact: Mr. Leo Lopez (626) 607-7579 Start: Mar `09 - Complete: Apr'09 (on time) Project Summary: 1650 `]CNS of AC Paving, Flatwork Golden Rain Foundation, $257,495 "Trust Street Paving Program" Contact: Mr. Kevin Black (562) 431-6586 Start: Oct '08 - Complete: Jan'09 (on time) Project Summary: 4176' of 8" VCP, 630' of Pipe Bursting, 2796' TNS of AC; Paving Los Angeles County Dept. of Public Works, $229,914 "Choisser Street Drain" Contact: Mr. Victor Bermudez (626) 688-8275 Start: Sep '08 - Complete: Oct '08 (on time) Project Summary: 405' of Pre -cast Box and Elliptical RCP, Transition Structures Los Angeles County Dept. of Public Works, $821,465 "Elford Drain and CDR 524" Contact: Mr. Jose Ontiveros (626) 476-4894 Start: Aug '08 - Complete: Sep '08 (on time) Project Summary2450' of 36" and 30" RCP, Manholes, Catch Basins, AC Paving Los Angeles County Dept. of Public Works, $563,616 "Colima Road Drain" Contact: Mr. John Lovrensky (626) 607-7582 Start: Jul '08 — Complete: Sep '08 (on time) Project Summary: 1208' of 48" and 30" RCP, Manholes, Catch Basins, AC Paving City of Anaheim, $2,153,755 "Anaheim Hills Road Transmission Main" Contact: Mr. Manny Briones (949) 466-6701 Start: Jan'08 - Complete: May '08 (on time) Contact: Mr. John Lamar (714) 765-4591 Project Summary: 3509' of 30" CML&C Steel Pipe, Paving, Slurry Seal Orange County Water District, $68,000 "Burris Pipeline" Contact: Mr. Chris Olsen (714) 514-9028 Start: Jul '08 — Complete: Aug '08 (on time) Project Summary: 200' of 36" CML & C Steel Pipe City of Tustin, $384,104 "Sycamore Avenue Storm Drain" Contact: Mr. Tom Murphy (714) 573-3167 Start: Jun '08 — Complete: Sep '08 (on time) Contact: Mr. Terry Lutz (714) 573-3263 Project Summary: 628' of 30" and 24" RCP, 205' of 8" DIP, Street Replacement City of Ontario, $1,533,759 "Recycled Water Pipeline Project" Contact: Mr. Fernando Cobos (909) 395-2695 Start: Feb '08 - Complete: Aug '08 (on time) Project Summary: 8003' of 12" and 8" Steel PVC Pipe, AC Paving City of Rancho Palos Verdes, $102,259 "Point Vincent Trail Repair Project" Contact: Ms. Bindu Vaish (310) 544-5254 Start: May '08 - Complete: Jul '08 (on time) Project Summary: Rehabilitate Trail and Handrail Along Slope City of Anaheim, $572,821 "Citron Avenue Sewer" Contact: Mr. Sean Ramzy (714) 765-5059 Start: Dec `08 - Complete: Feb `08 (on time) Contact: Mr. Dave Elseroad (714) 765-5293 Project Summary: 2100' of 12" and 10" VCP, 90,000 SF of AC Paving Rev 09/09/1013 Los Angeles County Dept. of Public Works, $174,074 "CMP -Replacement Project" Contact: Mr. Jose Ontiveros (626) 476-4894 Start: Aug '07 - Complete: Sep '07 (on time) Project Summary: 595' of 24" and 18" RCP, Catch Basins, Paving City of Anaheim, $1,020,260 "Lincoln Avenue Sewer" Contact: Mr. Jay Kalan ('714) 396-2081 Start: Jun `07 - Complete: Sep `07 (on time) Contact: Mr. Sean. Ramzy (714) 765-5059 Project Summary: 3255' of 15" and 10" VCP, Manholes, Paving City of Rancho Palos Verdes, $399,234 "Forrestal Swale Drainage Improvements" Contact: Ms. Bindu Vaish (31.0) 544-5254 Start: Dec '06 - Complete: Feb '07 (on time) Contact: Mr. Jim Pugh (805) 602-0891 Project Summary: 350' of 24" HDPE Pipe, Pipe Anchors, Slope Rehablilitation County of Orange, $6,168,750 "O'Neill Park Sewer Conversion" Contact: Mr. Rick Allen (714) 448-8552 Start: Oct '06 - Dec '07 (on time) Project Summary: 12,594' of 8" PVC and DIP, T-lock Manholes, Wet Well Lift Station ($835K) City of Rosemead, $749,509 "Street, Storm Drain, & Storm Lighting" Contacts: Mr. Tom Harbour (417) 770-2898 Start: Mar `07 - Complete: Jun `07 (on time) Project Summary: 801' of 24" RCP,, 876' of Street Lighting Conduit, Street Replacement City of Huntington Beach, $4,638,222 "OC-9 Water Transmission Main" Contact: Mr. Eric Charlonne (714) 536-5430 Start: Dec'05 - Complete: Mar '07 (on time) Project Summary: 12,152' of 24" DIP, Siphons, Blow -offs, Air -Vacs Los Angeles County Dept. of Public; Works, $455,581 "Ditman Avenue Storm Drain" Contact: Mr. Johnny Oghoorian (626) 607-7587 Start: Jan '07 - Complete: Feb '07 (on time) Project Summary: 926' of 48" and 24" RCP, Catch Basins, Manholes, Paving City of Fullerton, $1,987,,032 "Lemon — Rosslynn Sewer" Contacts: Mr. Eliseo Bravo (714) 932-7506 Start: Jul '06 - Complete: Oct '06 (on time) Project Summary: 5537' of 21" and 8" VCP, Manholes, Jack 42" Casing, Paving; Los Angeles County Dept. of Public. Works, $2,147,168 "Kenneth Hahn Storm Drain" Contact: Mr. Mark Bruschaber (818) 370-3881 Start: Nov '05 - Complete: Jul '06 (on time) Project Summary: 461' of Tunnel for 60" RGRCP, Jack 432' of 42" RGRCP, Soil Remediation City of Huntington Beach, $230,865 "Residential Storm Drain" Contact: Mr. Duane Wentworth (714) 536-5517 Start: Sep '06 - Complete: Oct '06 (on tune) Project Summary: Flat Work, Paving, Cross Gutters, Ped Ramps Western Municipal Water District, 9i475,594 "Wood Road Irrigation Pipeline" Contacts: Mr. Greg Alexander (951) 571-7100 Start: Dec '05 - Complete: Jan `06 (on time) Project Summary: 2888' of 12" PVC, Blow -offs, Air -Vacs, Paving Rev 09/09/201:3 Golden Rain Foundation;, $139,265 "Perimeter Wall Project, Section G&H" Contacts: Mr. Carlos Martinez (562) 431-6586 (#371 Start: Dec '05 - Complete: Jan `06 (on time) Project Summary: 3127' of Perimeter Block Wall County of Orange, $189,479 "Federal Storm Channel" Contact: Mr. Rick Allen (714) 448-8552 Start: Sep '05 - Complete: Oct '05 (on time) Project Sununary: Reinforced Concrete Piles for Retaining Wall City of Palos Verdes Estates, $77,500 "Beach Club Access Retaining Wall" Contact: Mr. Jim Pugh (805) 602-0891 Start: Nov '05 - Complete: Nov '05 (on time) Project Summary: Reinforced PCC Channel Lining Los Angeles County Dept. of Public Works, $439,082 "112`h Street Replacement" Contact: Mr. Joe Baker (562) 405-5715 Start: Aug '05 - Complete: Sep '05 (on time) Project Summary: Street Replacement, Flat Work, AC Paving Los Angeles County Dept. of Public Works, $179,915 "Private Drain 996 (Victoria St.)" Contact: Mr. Rene Bracamontes (310) 487-9254 Start: Jun '05 - Complete: Jul '05 (on time) Project Summary: 6'W X 24"H DBL RCB Channel, Transition Structure City of San Clemente, $1,066,744 "Calle Las Bolas Storm Drain Contact: Mr. Gary Voborsky (949) 279-9730 Start: May '05 - Complete: Aug '05 (on time) Project Summary: 2148' of RCP, 1369' of 8" PVC (Water), Catch Basins, Manholes, Paving City of Yorba Linda, $81.3,525 "Plumosa Storm Drain" Contact: Mr. Mark Stowell (714) 961-7170 Start: Jan '05 — Complete — Aug `05( on time) Project Summary: 2130' of 72" RCP, Manholes, Paving Projects Contracted By: Southern California Underground Contractors City of Redondo Beach, $43,000 Contact: Mr. Mike Shay (310) 318-0661 (#2455) City of Anaheim, $423,000 Contact: Mr. Ralph Harp (714) 765-5126 City of Huntington Beach, $1.,003,000 Contact: Mr. Duane Wentworth (714) 536-5517 City of Huntington Beach, $593,000 Contact: Mr. David Verone ('714) 375-8471 Long Beach Water Department, $490,000 Contact: Mr. Robert Verceles (562) 570-2345 City of Long; Beach, $61,000 Contact: Mr. Teddy Noel (562) 570-5172 "Seaside Lagoon Gate" "Orangefair Lane Storm Drain" "Alabama Street Storm Drain Improvements" "Storm Water Treatment Project" "111h Street & St. Louis Sewer Main" "Atlantic Plaza Storm Drain" Rev 09/09/2013 City of Huntington Park, $815,000 Contact: Mr. Wes Lind (626) 447-4274 (#210) "Sewer Main Improvements" City of Hawaiian Gardens, $667000 "Carson Street Drain", (Hawaiian Gardens) Contact: Mr. Elroy Kiepk:e w/ Wildan (562) 908-6278 Compton Unified School District, $99,000 "Demolition and Site Clearing" Contact: Mr. Jeff Truema.n w/ GKK (714) 423-9804 Los Angeles County Dept. of Public Works, $1,471,000 "Atlantic Avenue — Phase II" (Compton.) Contact: Mr. Johnny Ogboorian (626) 712-4820 Los Angeles County Dept. of Public Works, $6,200,000 Contact: Mr. Rene Bracamontes (310) 487-9254 City of Yorba Linda, $723,000 Contact: Mr. Scott: Walker (714) 875-4714 (714) 986-9546 Los Angeles County Sanitation Districts, $8,380,000 Mr. David Houg (562) 6919-7411 (#1610) Mr. Dan Cory (310) 701-4925 Los Angeles County Dept. of Public Works, $504,000 Contact: Mr. Jimmy Shadab (310) 770-1990 "Project 9037" (Long Beach) "Denver Avenue Storm Drain" "Joint Out:fall H, Unit 2" (Paramount) "1 IOth Street Drain" (Athens) Los Angeles County Sanitation Districts, $1,404,000 "Wright Road Replacement Trunk Sewer"(LB) Mr. Jon Ganz (562) 638-1161 City of Seal Beach, $652,000 Contact: Mr. Gary Tomasetti (714) 412-2262 City of Beverly Hills, $652,000 Contact: Mr. Ara Maloyan (31.0) 285-2557 Los Angeles County Dept. of Public Works, $1,102,000 Contact: Mr. Jimmy Shadab (310) 770-1990 Los Angeles County Dept. of Public Works, $721,000 Contact: Mr. Tony Tajoli (626) 695-7292 Los Angeles County Dept. of Public Works, $1,200,000 Contact: Mr. Gary Ewells (626) 335-3966, (808) 338-3654 "Seal Beach Boulevard Rehabilitation" "Roxbury Drive Storm Drain" "Access Roads Project" (LA County) "Hollyhills Drain" (Beverly Hills) "De Soto Ave. Drain" (Chatsworth) Los Angeles County Dept.. of Public Works, $5,800,000 "Devonshire Drain — Unit 1" (North Hills) Contact: Mr. Del Quevado (626) 458-6310 Rev 09/09/201:3 City of Vernon, $1,220,000 Contact: Mr. Vince Rodriguez (323) 583-8811 Los Angeles County Dept. of Public Works, $2,300,000 Contact: Mr. Imad Abboud (626) 458-3104 Los Angeles County Dept. of Public Works, $2,200,000 Contact: Mr. Ruben Amezcua (323) 720-9768 "CMD Sewer Phase II" "Burnett Drain" (North Hills) "Paula Drain" (Glendale) Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 3. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Provide additional project description to show similar work: C-10 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1. �J i v� � �cJse S a' •-� Name of proposed Project Manager Telephone No. of proposed Project Manager: 7/ �t) L//2- — Gt -7/2 Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Date Completed 2. .P F f- o Name of propos(d Superintendent Telephone No. of proposed Superintendent: 61 -5�:P,e ►�-e-� /� s / — Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Project Name & Contract Amount Type of Work C-11 Date Completed Date Completed City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 AWiFe For BEACH BOULEVARD SEWER IMPROVEMENTS CC NO. 1443 in the CITY OF HUNTINGTON BEACH December 12, 2013 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) FINAL SIGNED TRAFFIC CONTROL PLANS Signed Final Traffic Control Plans are essentially the same as Draft Traffic Control Plans at the time of initial advertisement with exemption of changes on the following sheets: A. Sheet No. TC 9 adds that work on Ellis Avenue is daytime and an additional sign is required East of Patterson Lane on Ellis Avenue. B. Sheet No. TC 15 adds that Contractor is required to notify Caltrans Traffic Operations for signal timing modifications at least one week prior to construction and to provide flaggers for pedestrian crossing during intersection work. 2:� CLARIFICATION PER SPECIFICATION IN SECTION 6-9 THAT LIQUIDATED DAMAGES IS PER CALENDER DAY. 3) UPDATED BID SCHEDULE -ADDENDUM NO. 1 PROVIDING REVISION TO AN ITEM AND CHANGE IN QUANTITIES FOR TWO ITEMS ON BID SCHEDULE A. Bid Item No. 11 Contract Quantity is now 14 as sewer manholes #10, #13, and #14 on Plans are now with poured base. B. Bid Item No. 12 Contract Quantity is now 4 as sewer manholes #10, #13, and #14 on Plans are now with poured base. C. Bid Item No. 15 now reads "Furnish all labor, material and equipment to install new lateral to connect existing sewer lateral from to be abandoned 8-inch sewer pipe to existing 10-inch sewer pipe, including but not limited to sawcutting, unclassified excavation and disposal, shoring, AC and AB for trench repair, and plug existing abandoned lateral with sand and concrete." GAConstruction Contracts (CCs)\CC1443 Beach Blvd Sewer Replacement\Ebidboard\Addeudums\Addendum Number One.doc Award will be based on SECTION C that includes the most -up to date bid schedule and acknowledging all Addendums. This is to acknowledge receipt and review of Addendum Number O e� dated e�ember 12, 2013. MFr,O, INC �'- Company Name BY/ [ate 2 3 All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you hEive any questions regarding this Addendum, please call Joseph Fuentes at (714) 536-5431. - C \Consuvction Contracts (CCs)\CC1443 Beach Blvd. Sewer Replacement\Ebidboard\Addendums\Addendum Number One.doc The Guarantee Company of North America USA One Towne Square, Suite 1470 Southfield, Michigan 48076 Phone: 248-281-0281 Fax: 248-750-0431 BOND NO. Not Applicable KNOW ALL MEN BY THESE PRESENTS, That we, GRFCO, Inc. as Principal, and The Guarantee Company of North America USA, a corporation duly organized under the laws of the State of Michigan, as Surety, are held and firmly bound unto City of Huntington Beach as Obligee, in the sum of Ten Percent of the Total Amount of the Bid ($ 10% ) Dollars for the payment of which Principal and Surety bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Principal has submitted a bid for Beach Boulevard Sewer Improvements, the Project. NOW, THEREFORE, if the Obligee accepts the bid of the Principal and the Principal enters into a Contract with the Obligee for the Project; or, if the Principal pays the Obligee the amount of this Bond or the difference between Principal's bid and the next lowest bid for the Project-w#ichever is less: this obligation is null and void, otherwise to remain in full force and effect. ! N Signed and sealed this 12th day of December, 2013. GRFCO,incJ. Iy- BY: Principal / ITS: PI -e- 5 The Gua nnttee Company of North America USA BY: llwl J J--) & M E. �Shrec gd6t, ttr ey-In-Fact Bid Bond 1 of 1 12/12/2013 CS0025 State of California County of Riverside On 0Pr-e-6--c .2420 before me, Leon Lopez, Notary Public Date Here Insert Name and Tfite of the Officer personally appeared G— 6 C 2& E F Ro Sr Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(&) whose name(s) is/tfe subscribed to the within instrument and acknowledged to me that he/sfr,, executed the same in his/ia� authorized capacity(+es), and that by his/her#hei signatures} on the instrument the person(,*, or the entity upon behalf of which the person(oacted, executed the instrument. I certify under PENALTY OF PERJURY under the _laws of the State of California that the foregoing paragraph is 9LEON NORIEGA LOPEZ true and correct. COMM. #1907501 NOTARY PUBLIC -CALIFORNIA C2 RIVERSIDE COUNTY WITNESS my hand ial seal. My Comm. Expires Oct. 9, 2014 Signature Place Notary Seal Above M 6 atuib 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: C—Eo RGE FROST° ❑ Individual M Corporate Officer — Title(s): President & Secretary ❑ Partner — ❑ Limited 0 General ❑ Attorney in Fact • D Trustee Top of thumb here Guardian or Conservator Other: Signer Is Representing: C-R F-Ca =NC. Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): Partner — ❑ Limited ❑ General n Attorney in Fact Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 'RIGHT THI MBPRINT OF SIGNER_Top of thumb here tr •✓C',YS�% -yi„m ••✓:'y'.�✓:'•✓i•�/i-JC'✓ 'er •✓i•�/�•✓<'al '✓ •rir+�y.Cv<'•✓i•y `b.'r/i-•✓C'eiCVC'•✓G'y4'm-C'v '•✓t',v5 :v.'aiC�, -a/C'✓ 'a.,�✓i'•✓C'y '�v:'d '✓ State of California County of Los Angeles On December 12, 2013 ACKNOWLEDGMENT before me, Julie M. Shreckengast, Notary Public (insert name and title of the officer) personally appeared Mark E. Shreckengast who proved to me on the basis of satisfactory evidence to be the person(M whose namem is/sm subscribed to the within instrument and acknowledged to me that heMMM9(executed the same in hisftiAWK authorized capacity00M), and that by hisAVOW& signature() on the instrument the person(, or the entity upon behalf of which the personM acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature , f,� , (Seal) JULIE M. SHRECKENGAST COMM. #2019504 —+ NOTARY PUBLIC s CALIFORNIA t$n s LOS ANGELES COUNTY } Commission Expires APRIL 26, 2017 �wm•.Y.•.tiW.ti5M11•h•.•.Y.•.•.Y.•.V:.•..LtiL•.Y.Sti•N:.Y.L THE GUARANTEE COMPANY OF NORTH AMERICA USA Southfield, Michigan POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS: That THE GUARANTEE COMPANY OF NORTH AMERICA USA, a corporation organized and existing under the laws of the State of Michigan, having its principal office in Southfield, Michigan, does hereby constitute and appoint Mark E. Shreckengast Summit Surety Insurance Services its true and lawful attorney(syin-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 may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise. The execution of such instrument(s) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA 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 the principal office. The Power of Attorney is executed and may be certified so, and may be revoked, pursuant to and by authority of Article IX, Section 9.03 of the By -Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31s' day of December, 2003. The President, or any Vice President, acting with any Secretary or Assistant Secretary, shall have power and authority: 1. To appoint Attorney(s)-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 revoke, at any time, any such Attorney -in -fact and revoke the authority given, except as provided below 3. In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. 4. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner — Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 6th day of December 2011, of which the following is a true excerpt: RESOLVED that 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, contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer, this 23rd day of February, 2012. 0. THE GUARANTEE COMPANY OF NORTH AMERICA USA NO A STATE OF MICHIGAN Stephen C. Ruschak, Vice President Randall Musselman, Secretary County of Oakland On this 23rd day of February, 2012 before me came the individuals who executed the preceding instrument, to me personally known, and being by me duly sworn, said that each is the herein described and authorized officer of The Guarantee Company of North America USA; that the seal affixed to said instrument is the Corporate Seal of said Company; that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of Cynthia A. Takai IN WITNESS WHEREOF, I have hereunto set my hand at The Guarantee Notary Public, State of Michigan Company of North America USA offices the day and year above written. County of Oakland . �My Commission Expires February 27, 2018 ;. Acting in Oakland County I, Randall Musselman, Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA, which is still in full force and effect. e, ivq, IN WITNESS WHEREOF, I have thereunto set my hand and attached the seal of said Company this 12th day of December , 2013 �'""T Randall Musselman, Secretary City Of Huntington Beach 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachca.gov Office of the City Clerk Joan L. Flynn, City Clerk February 3, 2014 Kana Pipeline, Inc. 1639 E. Miraloma Avenue Placentia, CA 92870 RE: Beach Blvd. Sewer Project — CC-1443 Enclosed please find your original bid bond for CC-1443. Sincerely, Joan L. Flynn, CIVIC City Clerk JF:pe Enclosure Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand KANA PIPELINE, INC. 1639 E. MIRALOMA AVENUE PLACENTIA, CA 92870 TEL## (714) 986-1400 "SEALED BID" R ECEIVED 2013 DEC 23 PM 1: 32 CITY C L E CITY OF HIL'??Tl,,GT0t1 BEACH BEACH BOULEVARD SEWER IMPROVEMENTS IN THE CITY"OF HUNTINGTON BEACH -DO NOT OPEN WITH REGULAR MAIL DELIVER TO THE OFFICE OF THE CITY CLERK92000 MAIN ST.,2ND FL. CITY OF HUNTINGTON BEACH OFFICE OF THE CITY CLERK, 2ND FLOOR 2000 MAIN STREET HUNTINGTON BEACH, CA 92648 BID DATE: THURSDAY, DECEMBER 23, 2013 UNTIL 2:00 P.M. SECTION C L * PROPOSAL for the construction of BEACH BOULEVARD SEWER IMPROVEMENTS from ELLIS AVENUE TO SLATER AVENUE CC No. 1443 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 undersigned agrees to complete the work within 110 working days, starting from the date of the Notice to Proceed. 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. C-1 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 Received . ` Bidder's'Si natu t2 r2- 2013 1— CY_4e: C-2 PROJECT BID SCHEDULE -ADDENDUM NO. I CC-1443 0 V Uh P M Uht A b Furnish all labor, materials and equipment to mobilize, demobilize, clean 2, ovc) 0 00 1 up of construction site, including but not 1 LS $ $ limited to providing all bonds, insurances, and obtaining all permits. Survey and identify existing inverts of five existing manholes to verify design. clot 0%ej I 2 Prepare and submit it to the Engineers 3 1 LS $ $ weeks prior to construction. Furnish all labor, material, and equipment to provide public 0-9- oa 3 convenience, safety and traffic control 1 LS $ Y2,0,400 $ 120, 4co per traffic control plan; including but not limited to signs, CMS warning devices, -delineators, and trench plate bridging. Furnish all labor, material, and equipment to provide trench and unclassified excavation safety measures including shoring plans prepared by a California Registered Structural Engineer, including any additional 4 geotechnical work performed by the 1 LS $ $ -0 00 Contractor to provide trench and unclassified excavation safety for the protection of life and limb in trenches and open unclassified excavation in conformance with applicable safety orders. Furnish all labor, material, and equipment necessary to maintain sewer flows throughout entire construction 5 period. This is including but not limited to LS $ $ �46, on a any temporary by-pass pumping, by-pass piping, vactor trucks, temporary plugs, permanent plugs, and other appurtenances. Prepare, obtain approval, and implement a Water Pollution Control Plan (WPCP) DO with approval from Caltrans and Agency 6 prior to any Construction; Item includes 1 LS $ the hiring a certified Water Pollution Manager (WPC). Furnish all labor, materials and equipment necessary to construct 8-inch 00 7 Diameter PVC SDR 26 pipe, including 24 LF $ but not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. C-2.1 (ADDENDUM NO. 1) PROJECT BID SCHEDULE -ADDENDUM NO. 1 CC-1443 Iteiei ... . ....... .. nt A Furnish all labor, materials and equipment necessary to construct 12-1 8 inch Diameter PVC SDR 26 pipe, 446 LF including but not limited to, sawcutting, unclassified excavation and disposal, -shoring, AC, and AB for trench repair. Furnish all labor, materials and equipment necessary to construct 15- 9 inch Diameter PVC SDR 26 pipe, 5118 LF 51 CA $ S: 6 1 $ including but not limited to, sawcutting, unclassified excavation and disposal, -shoring, AC, and AB for trench repair. Furnish all labor, materials and equipment necessary to construct 24- ip ap 10 inch Diameter PVC SDR 26 pipe, 104 LF $ 45-76 $ including but not limited to, sawcutting, unclassified excavation and disposal, -shoring, AC, and AB for trench repair. Furnish all labor, material and equipment necessary to construct precast 4-foot Diameter Sewer Manhole with lining and od O'er 11 field poured reinforced concrete base, 14 EA $ 1-7 too aooz� including but not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for for trench repair. Furnish all labor, material and equipment necessary to construct precast 4-foot Diameter Sewer Manhole with lining and precast reinforced concrete base, 4 EA $ 17, 600 `7 014-oo 12 including but not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for for trench repair. Furnish all labor, material and equipment necessary to connect new sewer pipe to existing manhole, including but not co 0 limited to maintaining existing flows, core 2 EA $ 6,500— $ 13 drill existing sewer manhole, modify and re -channel the manhole channel base, and rehabilitate manhole. Furnish all labor, material and equipment necessary to construct 7-foot Diameter Sewer Manhole with lining per OCSD 00 14 Standard, including but not limited to, 1 EA $ $ sawcutting, unclassified excavation and disposal, shoring, AC, and AB for for trench repair. C-2.2 (ADDENDUM NO. 1) PROJECT BID SCHEDULE -ADDENDUM NO. I CC-1443 ow: 04h . .......... Furnish all labor, material and equipment to install new lateral to connect existing sewer lateral from to be abandoned 8- inch sewer pipe to existing 10-inch sewer Ali, 15 pipe, including but not limited to 4 EA —T sawcutting, unclassified excavation and disposal, shoring, AC and AB for trench repair, and plug existing abandoned lateral with sand and concrete. Furnish all labor, material and equipment to install new lateral to connect existing sewer lateral to newly installed sewer 00 pipe, including but not limited to '72 16 sawcutting, unclassified excavation and 3 EA 11P $ disposal, shoring, curb, gutter, sidewalk, AC and AB for trench repair, and plug existing abandoned lateral with sand and concrete. Furnish all labor, material and equipment to install new 8-inch Diameter PVC SDR 26 pipe with repair couplings in an 010 abandoned manhole, including but not 7 17 limited to sawcutting, unclassified 1 EA $5 excavation and disposal, shoring, concrete encasement, AC, and AB for trench repair. Furnish all labor, materials and equipment necessary to construct by 010 removing existing 8" VCP sewer and 0 52) 18 install 8-inch PVC SDR 26 pipe, 37 LF $ including but not limited to, sawcutting, unclassified excavation and disposal, .shoring, AC, and AB for trench repair. Furnish all labor, materials and equipment to cut and remove a segment 010 of existing pipe in newly installed 19 manholes to put manhole into operation, 6 EA $ including but not limited to disposal, grinding, and providing water tight -connection. Furnish all labor, material and equipment necessary to abandon existing 8" sewer line in and fill pipe void with sand, �,-7, q 0o 20 capped with concrete, including but not goo LF $ $ limited to sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. J C-2.3 (ADDENDUM NO. 1) PROJECT BID SCHEDULE -ADDENDUM NO. I CC-1443 ton ad 'd ..00. 14. A Furnish all labor, material and equipment necessary to abandon existing 10" sewer 155 line in and fill pipe void with sand, -7, c) 21 capped with concrete, including but not LF limited to sawcutting, unclassified excavation and disposal, shoring, AC, liand AB for trench repair. Furnish all labor, material and equipment to abandon existing manholes and 09 on bases, including but, not limited to 1180 22 sawcutting, unclassified excavation and 6 EA $ $ disposal, shoring, sand, cement -sand - slurry, AC, and AB for trench repair and -backfill. Furnish all labor, material and equipment necessary to abandon portion of existing (DIV sewer lateral and fill pipe void with sand, including but 0 23 capped with concrete, not 3 EA $ $'Soo limited to sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. Furnish all labor, material and equipment Ice necessary to remove and replace 00 S-7 24 Caltrans detector loops, including but not 38 EA $ $ limited to disposal, and AC for street repair. Furnish all labor, materials and equipment necessary to cold mill 0. 12' o' 25 AC, including but not limited to hauling 58,900 SF $ and disposal of AC and other debris from ,cold milling. Furnish all labor, materials and q7;2 0 0 -70 HO 00 26 equipment necessary to install ARHM 570 TN $ — I $ AC 0.12' thick in cold mill areas. Total Amount Bid, BASIS OF AWARD *: $ 4, 132 Total Amount Bid in Words: J=oU g_1 —TW-D :111�0 *Notes: All extensions of unit prices will be subject to verification by Owner. In case verification is required 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. Refer to Section 9, Measure and Payment for description of each Item on Bid Schedules. C-2.4 (ADDENDUM NO. 1) 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 or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid:Name aridAddress of Subcontractor State.,: .' Class_ , Dollar : % of Items) 'License Amount ; . Contract Number �$2`�� I �212->1'1r to MIA," vkm� '?U1U0V S s-9� t��0 CT. 89644L I psX 1 4 'p�c� 7,61 �,,�tc. wo�S G�kf1L+a�� �► - � SZ Sb Id, � a -24 �i-�v,�►n�1 co. q2�o 7'76*3DC, 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-3 N®NC®LLUSI®N AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on , at'LdC}llo. , Date City State I , `Pbh� MI— Lp0K-1F- , being first duly sworn, deposes and says that he or she is - WIF- of fib. � W 1-11 1 k4 G . the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Name of Bidder ignature of Biddy Address of Bidder C-4 California All -Purpose Acknowledgement State of California County of - Orange On V42-*,V`5 before me, Hernes Salvador-Tabadero Notary Public , Date Name & Title of officer personally appeared r—R�t -Rt C.k_ 0-,(?V t IiT--7- Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)is/are-subscribed to the within instrument and acknowledged to me that he/she/th- y executed the same in his/her/them authorized capacity(ies), and that by his/her/their signatures(sl on the instrument the person(*, or the entity upon behalf of which the persons 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 & correct. WITNESS my hand & official seal. cy� "Lctr— Signature of Notary Public Optional Information• w _ , . _ HERNES SALVADOR TABADEROg COMM. # 1891451 0 m NOTARY PUBLIC - CALIFORNIA 6) �` COMM EXPIRES Y 30, COUNTY014 Notary Seal Description of Attached Document: Title or Type of Document: �)Otv — (310Ll -Vg" 106) Document Date: Number of Pages: Signer(s) Other Than Named Above: Other information: UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL, CITY OF HUNTINGI'ON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the BEACH BOULEVARD SEWER IMPROVEMENTS, (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: L Z 23 14A, * Contractor /By Title C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, 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 &KNo If the answer is yes, explain the circumstances in the space provided. Ps Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 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 .Z 231 0,0 13 Contr ctor y Title C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder Name Business Address P1�G�1-ST t (f6V)1F0 Sz P) i-- '--jZ6 -1 a City, State Zip ('Z /4) 1:5V86 - 1 4<DO Telephone Number 4LI /- 67 .4, State Contractor's License No. and Class Original Date Issued Expiration Date The work site was inspected by �A - `BA.y I_ of our office on IS jr2, , 20113 The following are persons, firms, and corporations having a principal interest in this proposal: �-I�-tc� C-8 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. Ylklp& �1 lat >� , I �-AC: . Comoanv.Name %) Xlziatu of B,*dder v Printed or Typed Signature Subscribed and sworn to before me this _ day of , 201_ NOTARY PUBLIC -\-- �( S ee, Gt\6kCG� -A 1.,,�." NOTARY SEAL Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of sanitary sewer line installation of at least of 1,000 of 8-inch and greater in public right-of-way. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: l . Y?? 802- Name and Address of Public Agency Name and Telephone No. of Project Manager: GH0,4 (� 1�+) -74\ " Scl TT i� 2,a1$, (.-1--b Contract Amount co 50 Type of Work Provide additional project description to show similar work: --rQ&5,V- Jr - /,it.Pw.lz."T /Ce 2. 211 - SIt2p�LG�F Cb� c457 Name and Address of Public Agency �n Date Completed Name and Telephone No. of Project Manager: �� IDT-� �� (-2) 43j 2527 X C-9 California All -Purpose Acknowledgement State of Califomia County of Orange On before me, Hernes Salvador-Tabadero , Notary Public Date Name &'Title of'Officer personally appeared t:7pjt5 j>(�T'?, Ick- Sc-y{-uLA'z- N,unefs)of Signeros) who proved to me on the basis of satisfactory evidence to be the person(s)'whose name($)- is/are subscribed to the within instrument and acknowledged to me that he/she/tiey executed the same in his/her/their authorized capacity(ies-Y; and that by his/h -r/threir signatures(s) on the instrument the person(s), or the entity upon behalf of which the person,(-) acted, executed the instrument. I Certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is tnie & correct. WITNESS my hand & official seal. �-� U . EiEfi b SALVADOR TABADE Kk. ; ' d COMM. # 1891451 NOTARY PUBLIC - CALIFORNIA GRANGE COUNTY tii nature �t Notary Public COMM. EXPIRES MAY 30 2014 ` Votary Seal optional _Entitmiatioil: Description of ,%ttached Document: Title or Type of Document 13 i(AE'U'S t1�it^ VVICt b` Doewnent Date: ----- - — - --- \anther of Pages: tii;ner(s) other "Phan Named .above: Other information: T�-' t3t, IL v.rcn5 f c 5 tom. N+a 1�I o o 2 d 1 O Contract Amount Type of Work Date Completed Provide additional project description to show similar work: I. wPs©o A.. . wa-t- ? use -2- cis cl'r:;;� 1 3 a O' CIF t2s" 46 P�C� .��t�2 1�t tea �•� 3 S ' a� t �,'�c� ^F�l� ��•ik� Molt-) C-tT� 6f- fiUl�l Toil '343 '\1-4coN►r�olJwQal-CN b�c�.U� ,C1� `�'�-332 Name and Address of Public Agency Name and Telephone No. of Project Manager: Ic) �138-6350 Contract Amount GVJVP_ M PI Q Type of Work Provide additional project description to show similar work: G� PMarJ S$W A rZn4D IZF�+�TRJL"! 2a 1 t Date Completed Oawoo C-10 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1. '��ZV.�aI--� 1z1--4 JA,- Name of proposed Project Manager Telephone No. of proposed Project Manager: �� Project Name & Contract Amount Type of Work Date Completed G lfiy 6F- GPI S c,1� worms' s 1Gw462 t -7�, sue= s ay 4 Project Name & Contract Amount Type of Work Date Completed LYr(c LYEwow V Q;;UC LA"o?-V-,T (Z"O t S�� M P,O Project Name & Contract Amount Type of Work Date Completed 2. Name of proposed Superintendent Telephone No. of proposed Superintendent: �) 6 ' 14 CM, L Project Name & Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Date Completed C m cr Ly VAW",' T u3vtL u,6 PY-� IAA VrY5Pw-- VtNN`- © t 11 �— cS Project Name & Contract Amount Type of Work Date Completed C-11 City of Huntington Beach Public Works Department 2000 Main Street Tei. (714) 536-5431, Fax (714) 374-1573 For BEACH BOULEVARD SEWER IMPROVEMENTS CC NO. 1443 in the CITY OF HUNTINGTON BEACH December 12, 2013 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) FINAL SIGNED TRAFFIC CONTROL PLANS Signed Final Traffic Control Plans are essentially the same as Draft Traffic Control Plans at the time of initial advertisement with exemption of changes on the following sheets: A. Sheet No. TC 9 adds that work on Ellis Avenue is daytime and an additional sign is required East of Patterson Lane on Ellis Avenue. B. Sheet No. TC 15 adds that Contractor is required to notify Caltrans Traffic Operations for signal timing modifications at least one week prior to construction and to provide flaggers for pedestrian crossing during intersection work. 2) CLARIFICATION PER SPECIFICATION IN SECTION 6-9 THAT LIQUIDATED DAMAGES IS PER CALENDER DAY. 3) UPDATED BID SCHEDULE -ADDENDUM NO. 1 PROVIDING REVISION TO AN ITEM AND CHANGE IN QUANTITIES FOR TWO ITEMS ON BID SCHEDULE A. Bid Item No. 11 Contract Quantity is now 14 as sewer manholes #10, #13, and #14 on Plans are now with poured base. B. Bid Item No. 12 Contract Quantity is now 4 as sewer manholes #10, #13, and #14 on Plans are now with poured base. C. Bid Item No. 15 now reads "Furnish all labor, material and equipment to install new lateral to connect existing sewer lateral from to be abandoned 8-inch sewer pipe to existing 10-inch sewer pipe, including but not limited to sawcutting, unclassified excavation and disposal, shoring, AC and AB for trench repair, and plug existing abandoned lateral with sand and concrete." GAConstruction Contracts (CCs)\CC1443 Beach Blvd. Sewer Replacement\Ebidboard\Addendums\Addendum Number One.doc Award will be based on SECTION C that includes the most up to date bid schedule and acknowledging all Addendums. This is to acknowledge receipt and review of Addendum Number One, dated December 12, 2013. K4J9 'P1FEW14i�� E U C, . \mot - Company Name By r Date rJ/ DLO All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Joseph Fuentes at (714) 536-5431. GXonstruction Contracts (CCs)\CC 1443 Beach Blvd. Sewer Replacement\Ebidboard\Addendums\Addendum Number One.doc Document A310 TM - 2010 Conforms with The American Institute of Architects AIA Document 310 Bic! Bond CONTRACTOR: ('Venn, legal status and address) Kana Pipeline, Inc. 1639 E. Miraloma Avenue Placentia, CA 92870 OWNER: (.'Vane, legal status and address) City of Huntington Beach 2000 Main Street Huntington Beach, CA 92648 SURETY: ('Vimre, legal stunts tmtd principal place r f business) Fidelity and Deposit Company of Maryland 1400 American Lane Schaumburg, IL 60196-1056 Mailing Address for Notices same as above BOND AMOUNT: $ 10% Ten Percent of Amount Bid PROJECT: (1Vanm location or address. and Project number.. if ant% This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. Beach Boulevard Sewer Improvements from Ellis Avenue to Slater Avenue CC No. 1443 The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind thcroseives, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of tliis Bond arc such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract With the Owner in accordance %pith the teens of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the O%%ner, for the faithful perforniance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof. or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perfinmt the work covered by said bid, then this obligation shall be null and void, otherwise to remain in lull lorce and ellect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver ol'notic c by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time fi r acceptance of bids specified in the bid documents, and (lie Owner and Contractor shall obtain the Surety's consent lirr an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the teen Contractor in this Bond shall be deemed to be Subcontractor and the tonn O%viicr shall be deemed to be Contractor. When this Bond has been furnished to comply with a stalutory or other legal requirement in the location of the Pmjecl- any provision in this Bond conflicting With said statutory or legal requirement shall be deemed deleted herel'mm and provisions conibrming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a Statutory boned and not as a Common law bond. Signed and scaled this 16th day of December, 2013 Kana Pipeline, Inc. (Principal) (Witness (Title)c�- j Fidelity and Deposit Company of Maryland (Sure!}) (Sea!) (ll'if»ixr) Heather Sal arelli By: (Title) Kim Luu Attorney -in -Fact S-00541AS 8110 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT I =ar�>;.��5.�i,�. �v Gr-�vt 2.>~=z.CS..piC�rS,. aeil_'• �'!a,.•_- af;,. TOm State of California County of Orange On DEC 16 2013 before me Heather R. Saltarelli, Notary Public Date Here Insert Name and Title of the Officer personally appeared Kim Luu Name(s) of Signers) �• HEATHER R. SALTARELLI Commission # 1897383 Z sNotary Public - California z Z Orange County My Comm. Expires Jul 27, 2Q14 j who proved to me on the basis of satisfactory evidence to be the person(S) whose name($) is/�00 subscribed to the within instrument and acknowledged to me that Ifb/she/tlYdy executed the same in Ns/her/it authorized capacity(i&), and that by ff6/her/6Y& signature(t) on the instrument the person(t), or the entity upon behalf of which the person($) 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. / A Signatura-( f'c- � '� �L ( � '1 � % L 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) Signer's Name: ❑ Individual ❑ Corporate Officer—Title(s): — ❑ Partner — ❑ Limited ❑ General N Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHTTHUMBPR57 OFSIGNER:Top 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: OFSIGNER . op of thumb here ✓i`, �S��.•/:��:�..r�.ui ✓:�•':^•�`�:: J:�G`.:�.. ter✓Cy �;:✓LV�.:��T�:L.:�,:�.C���:.�:vGViV v1J1�1a:: ✓ '.•�:�:���.C.ti�:�G�. -ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint James A. SCHALLER, Mike PARIZINO, Rachelle RHEAULT, Rhonda C. ABEL, Kim LUU, Jeri APODACA and Heather SALTARELLI, all of Newport Beach, California, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 9th day of July, A.D. 2013. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND �iyLr. 'wp OLIQ�.� Gil iNS(!y " SEAL "" a—._fol �°`fol g Assistant Secretary Vice President Eric D. Barnes Thomas O. McClellan State of Maryland City of Baltimore On this 9th day of July, A.D. 2013, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, THOMAS O. MCCLELLAN, Vice President, and ERIC D. BARNES, Assistant Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. t, l✓ lo ri Maria D. Adainski, Notary Public My Commission Expirys: July 8, 2015 POA-F 012-93100 California All -Purpose Acknowledument State of California County of Orange On before me, Herres Salvador-Tabadero Notary Public , Date Name & Title ul'011icer personally appeared i�� uj iV- C- SGt-�u.u'y Name(s) ol'Sig.netts) who proved to me on the basis of satisfactory evidence to be the personal whose nameks) is/are subscribed to the within instrument and acknowledged to me that he/skfe/they executed the same in his/hefltfwt r authorized capacity, and that by his/her/their signatures(() on the instrument the person(5j, 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 tnle & correct. WITNESS my hand & official seal. i / /j - , ,— Signature ut"Notary Public *- ��• HERNES SALVADOR TABADERO U COMM. # 1891451 (5 NOTARY PUBLIC - CALIFORNIA 2 ORANGE COUNTY (? COMM. EXPIRES MAY 302014 -` Notary Seal ()tional_fntorniation: Description of attached Document: Title or rppe of Document: (10 - 330 0 Document Date: Number of Pates: tiitiner(s) Other "than Ntmed .\bove: �A Ll, Uk Other information: City of Huntington Beach 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachea.gov Office of the City Clerk Joan L. Flynn, City Clerk February 3, 2014 Lonerock, Inc. P. O. Box 54503 Irvine, CA 92619-4503 RE: Beach Blvd. Sewer Project — CC-1443 Enclosed please find your original bid bond for CC-1443. Sincerely, Joan L. Flynn, CIVIC City Clerk JF:pe Enclosure Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand LONEROCK, INC. JP,0. BOX 54503 IRVINE9 CA 926194503 C, Z- 6 a, 1_7 elZC:�kl ;W , -/ r J-7--S' If 2013 DEC ZJ Vm 1; CITY CLE-tlr. CITY OF HUNTU!GTON DEAC CC , --v 17 Z SECTION C PROPOSAL for the construction of BEACH BOULEVARD SEWER IMPROVEMENTS from ELLIS AVENUE TO SLATER AVENUE CC No. 1443 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 undersigned agrees to complete the work within 110 working days, starting from the dafe---of the Notice to Proceed. 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. C-1 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 IUD. 2,004) _ 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 Received Bidder's Signature i2/17 Z Zoe A.AA� C-2 Award will be based on SECTION C that includes the most up to date bid schedule and acknowledging all Addendums. This is to acknowledge receipt and review of Addendum Number One, dated D .cember 12, 2013. Company Name By Date I 2 -7 All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Joseph Fuentes at (714) 536-5431. GAConstruction Contracts (CCs)\CC1443 Beach Blvd. Sewer Replacement\Ebidboard\Addendums\Addendum Number One.doc PROJECT BID SCHEDULE -ADDENDUM NO. I CC-1443 .......... ...... lu Na. .. ......... e$94 .. . mtltyij: ;;i i^f�.UPace ........ Furnish all labor, materials and equipment to mobilize, demobilize, clean 0 I up of construction site, including but not 1 LS $ limited to providing all bonds, ,insurances, and obtaining all permits. Survey and identify existing inverts of 2 five existing manholes to verify design. Prepare and submit it to the Engineers 3 1 LS $ 2.0,000. $2-0,000" weeks prior to construction. Furnish all labor, material, and equipment to provide public 3 convenience, safety and traffic control 1 LS SO $50-00,0,— per traffic control plan; including but not limited to signs, CMS warning devices, Idelineators, and trench plate bridging. Furnish all labor, material, and equipment to provide trench and unclassified excavation safety measures including shoring plans prepared by a California Registered Structural Engineer, including any additional 4 geotechnical work performed by the 1 LS Ito, COO, I I0, 000"s Contractor to provide trench and unclassified excavation safety for the protection of life and limb in trenches and open unclassified excavation in conformance with applicable safety orders. Furnish all labor, material, and equipment necessary to maintain sewer flows throughout entire construction period. This is including but not limited to 1 LS $ $ any temporary by-pass pumping, by-pass piping, vactor trucks, temporary plugs, permanent plugs, and other jappurtenances. Prepare, obtain approval, and implement a Water Pollution Control Plan (WPCP) 6 with approval from Caltrans and Agency prior to any Construction; Item includes 1 LS $ $ the hiring a certified Water Pollution Manager (WPC). Furnish all labor, materials and equipment necessary to construct 8-inch 7 Diameter PVC SDR 26 pipe, including 24 LF $ but not limited to, sawcutting, unclassified excavation and disposal, Ishoring, AC, and AB for trench repair. C-2.1 (ADDENDUM NO. 1) PROJECT RED SCHEDULE -ADDENDUM NO. I CC-1443 . ........coact ......... . ................. . ........ 0. - ......................... .. ......Item ......... 1 Unit Na. DesCtitioi an Furnish all labor, materials and equipment necessary to construct 12- 8 inch Diameter PVC SDR 26 pipe, 446 LF 'a 00. $ qcx) including but not limited to, sawcutting, excavation and disposal, ,unclassified shoring, AC, and AB for trench repair. Furnish all labor, materials and equipment necessary to construct 15- 9 inch Diameter PVC SDR 26 pipe, 5118 LF $ I.63 7, 760 - including but not limited to, sawcutting, unclassified excavation and disposal, Ishoring, AC, and AB for trench repair. Furnish all labor, materials and equipment necessary to construct 24- 10 inch Diameter PVC SDR 26 pipe, 104 LF including but not limited to, sawcutting, unclassified excavation and disposal, Ishoring, AC, and AB for trench repair. Furnish all labor, material and equipment necessary to construct precast 4-foot Diameter Sewer Manhole with lining and 11 field poured reinforced concrete base, 14 EA xx). $ 126, including but not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for for trench repair. Furnish all labor, material and equipment necessary to construct precast 4-foot Diameter Sewer Manhole with lining and 12 precast reinforced concrete base, 4 EA 10t000., $ OCO. including but not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for for trench repair. Furnish all labor, material and equipment necessary to connect new sewer pipe to existing manhole, including but not 13 limited to maintaining existing flows, core 2 EA Doc) $ (910co. drill existing sewer manhole, modify and re -channel the manhole channel base, and rehabilitate manhole. Furnish all labor, material and equipment necessary to construct 7-foot Diameter Sewer Manhole with lining per OCSD 14 Standard, including but not limited to, 1 EA b] C) 00.s $ 000, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for for trench repair. C-2.2 (ADDENDUM NO. 1) PROJECT BID SCHEDULE -ADDENDUM NO. 1 CC-1443 7tein cotltraCt . Extended No .nty Descrnption ... QuainL Urnt Prnca Aritcuni Furnish all labor, material and equipment to install new lateral to connect existing sewer lateral from to be abandoned 8- inch sewer pipe to existing 10-inch sewer 15 pipe, including but not limited to 4 EA $ j� D©Q. ✓ $ sawcutting, unclassified excavation and disposal, shoring, AC and AB for trench repair, and plug existing abandoned lateral with sand and concrete. Furnish all labor, material and equipment to install new lateral to connect existing sewer lateral to newly installed sewer 16 pipe, including but not limited to sawcutting, unclassified excavation and 3 EA $ 3,o6o..-- $ �� �°a•� disposal, shoring, curb, gutter, sidewalk, AC and AB for trench repair, and plug existing abandoned lateral with sand and concrete. Furnish all labor, material and equipment to install new 8-inch Diameter PVC SDR 26 pipe with repair couplings in an abandoned manhole, including but not ��Dt'a0, �J ���•'� 17 limited to sawcutting, unclassified 1 EA $ i $ excavation and disposal, shoring, concrete encasement, AC, and AB for trench repair. Furnish all labor, materials and equipment necessary to construct by removing existing 8" VCP sewer and 3©° 18 install 8-inch PVC SDR 26 pipe, 37 LF $ $ including but not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. Furnish all labor, materials and equipment to cut and remove a segment of existing pipe in newly installed 4,600, 27, 0000 19 manholes to put manhole into operation, 6 EA $ $ -' including but not limited to disposal, grinding, and providing water tight connection. Furnish all labor, material and equipment necessary to abandon existing 8" sewer line in and fill pipe void with sand, „ 20 capped with concrete, including but not 900 LF $ limited to sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. C-2.3 (ADDENDUM NO. 1) PROJECT BID SCHEDULE -ADDENDUM NO. 1 CC-1443 JC......... : A :e-scrippon b. ..... A t -rrwun Furnish all labor, material and equipment necessary to abandon existing 10" sewer line in and fill pipe void with sand, 21 capped with concrete, including but not 55 LF $ limited to sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. Furnish all labor, material and equipment to abandon existing manholes and bases, including but not limited to 22 sawcutting, unclassified excavation and 6 EA $ 2, 50?. $ IS100C)" disposal, shoring, sand, cement -sand slurry, AC, and AB for trench repair and lbackfill. Furnish all labor, material and equipment necessary to abandon portion of existing sewer lateral and fill pipe void with sand, 23 capped with concrete, including but not 3 EA $ 500 limited to sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. Furnish all labor, material and equipment 24 necessary to remove and replace Caltrans detector loops, including but not 38 EA $ $ limited to disposal, and AC for street ,repair. Furnish all labor, materials and equipment necessary to cold mill 0.12' 71 G70, 25 AC, including but not limited to hauling 58,900 SF $ - and disposal of AC and other debris from cold milling. 26 1Furnish all labor, materials and equipment necessary to install ARHM 570 TN $ $'76,9 9Q,- AC 0.12' thick in cold mill areas. Total Amount Bid, BASIS OF AWARD *:$ 235&E7E-50 Total Amount Bid in Words: *Notes: All extensions of unit prices will be subject to verification by owner. In case verification is required 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. Refer to Section 9, Measure and Payment for description of each Item on Bid Schedules. C-2.4 (ADDENDUM NO. 1) 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 or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid Name and,Address of Subcontractor State Class Dollar. % of Item(s) License Amount Contract Number 1�r- Lc')O /'s �e) f (Atfru; �z 5 27 s C-icy . �' �• Hc, k�dt_ey Avr-. � +2 � "4 L006 c+w C'qL 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-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on /1 zcr / at �%Z1ii �/E , G-14- Date City State be'kc,14 MAZ')40001 C. , being first duly sworn, deposes and says that he or she is Pr-csAD e0T, of Lo NECK INC v the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Name of Bidder Signature o 72 DofiAt,�t, 19yio-e, c'k 0(261ce" Address of Bidder o •1 O C _ 5 �} Svc cA q2- �-0 C-4 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of C, County of On j6 )o! Date personally appeared UNRRA VELARDE Commission 2046564- g Notary Public - California Orange County Mv Comm. Epres Oct 24, 2017 CIVIL CODE § 1189 1 i L 1 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(Psr6s"are subscribed to the within instrument and acknowledged to me that ,she/they executed the same in eer/their er/their authorized capacity,(.i ,, and that by signatureklar on the instrument the person or the entity upon behalf of which the person(,s�acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. 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,/Qoc�u,,mn t j / , Title or Type of Document: ii /(✓ter 1 ��l u,5 D� Mda V l t/ Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Individual ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Individual ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: © 2012 National Notary Association • NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 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 BEACH BOULEVARD SEWER IMPROVEMENTS, (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: � 2 20 20 � LoQC-,�_-oc�} 1 per- Contractor By Title C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, 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. i Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date: �Z 2-OZv 1-1 LC3 ►-1&�P-oei::�- , 1 0C_ Contractor T��'D-C Title C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Lc) Bidder Name 7 e D o �4 A� t,.51 Business Address A-- 2-C { � City, State Zip (qq) 3 is _ o�ca Telephone Number 63�1-112 State Contractor's License No. and Class ©?�,/1(- C 2-0c) Original Date Issued (:�)3 j 31 / Zo ( Lf Expiration Date The work site was inspected by i-Y P � nj r- �tof our office on 1 2. zr , 201-. The following are persons, firms, and corporations having a principal interest in this proposal: C-8 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of IA11/fU On�� `IU� Date personally appeared before :.. SANDRA VELARDE Commission #F 2046564 Notary Public - Calitornia i Orange County Comm. Ex ires Oct 24, 2017 Place Notary Seal Above Here Insert Name and of CIVIL CODE § 1189 who proved to me on the basis of satisfactory evidence to be the personn(,%)/whose nam/are subscribed to t within instrument and acknow edged t me that &/she/they executed the same in i er/their authorized capacity(l , and that by /her/their signatura(< on the instrument the persory(a� r the entity upon behalf of which the perso,;j<aacted, 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 and and official seal. Zam", Signature: & "'IZ, Signature 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 Documenl�/,/, A * mafi 6t. Title or Type of Document: U '� r Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: O Corporate Officer — Title(s): O Individual O Partner — O Limited O General O Attorney in Fact O Trustee O Guardian or Conservator O Other: Signer Is Representing: Number of Pages: Signer's Name: O Corporate Officer — Title(s): O Individual O Partner — O Limited O General O Attorney in Fact O Trustee O Guardian or Conservator O Other: Signer Is Representing: © 2012 National Notary Association • NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. L t�Ci�`OC� -Ii 0c, Signature of Bidder Printed or Typed Signature Subscribed and sworn to before me this 2.0 day of 1)UC-E;t3 _ , 201 -�D. NOTARY PUBLIC NOTARY SEAL Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of sanitary sewer line installation of at least of 1,000 of 8-inch and greater in public right-of-way. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: 1. ? Q, L . A, — H-A 0 so N co NSl12--) cV 0" Name and Address of Public Agency Name and Telephone No. of Project Manager: -eCAA t`c-7p�"oo S62-y83 -2-2#b Contract Amount Type of Work Date Completed Provide additional project description to show similar work: j Name and Address of Public Agency Name and Telephone No. of Project Manager: " 2 r,- E 1p i� j o (�, q612-9S3 -.23qo C-9 615o, oco- -- Contract Amount Type of Work I/ 12-0 1% Date Completed" Ki Provide additional project description to show similar work: cl Name and Address of Public Agency ql,, Name and Telephone No. of Project Manager: -0-Eisl Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 1 Z rr 2H-11 pi P F_ j 2-c--O � C-10 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. Name of proposed Project Manager Telephone No. of proposed Project Manager: V�� — 3l0 -08v (0 6e'o cvao Project Name & Contract Amount Project Name & Contract A Type of Work Type of Work a0al-- Project Name & Contract Type of Work 2. 71)C"A-%.) RAejAlf P V7'C-, Name of proposed Superintendent Date Completed Date Completed (g Z01Z Date Completed Telephone No. of proposed Superintendent: q 41,— 310 — Ogo `l ��s--i4q - P0. &,4-, My,-e�e-, �. , s �, �d;cam. Project Name & Contract Amount Type of Work Date Completed (9 - - ; P &9. L R�� — Name & Contract Amount Project Name & Contract Amount Type of Work of Work qSP 000 /1/ 20 1 / Date Completed 121 ze9 Date Completed C-11 0 mutua The Ohio Casualty Insurance Company 51 BID OR PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS, That we, LONEROCK, INC. (hereinafter called the Principal) as Principal, and The Ohio Casualty Insurance Company , with its principal office in the City of Hamilton, Ohio (hereinafter called the Surety), as Surety, are held and firmly bound unto CITY OF HUNTINGTON BEACH (hereinafter called the Obligee) in the penal sum of TEN PERCENT OF THE AMOUNT BID Dollars $ 10% 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, successors, and assigns. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas, othe Principal has submitted the accompanying bid dated DECEMBER 23 2013 BEACH BLVD SEWER IMPROVEMENTS FROM ELLIS AVENUE TO SLA PROJ NOW, THEREFORE, if the Obligee shall make any award according to the terms of said bid and the Principal shall enter into a contract with said Obligee in accordance with the terms of said bid and give bond for the faithful performance thereof within the time specified; or if no time is specified within thirty days after the date of said award; or if the Principal shall, in the case of failure so to do, indemnify the Obligee against any loss the Obligee may suffer directly arising by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and void: otherwise to remain in full force and virtue. Signed, sealed and dated: S-137-12ev. DECEMBER 19, 2013 LONEROCK, INC. (P ' cipal By: 11X The hio Casualty Insurance Company DEAN E. BROWN - (Attorney -in -Fact) THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 5844238 American Fire and,Casualty Company _= Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West Amencan Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of, .the State of New Hampshire,.that Libeity-Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company. is a corporation duly organized under the laws of the State of Indiana (herein collectively called the °Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint; Dean E.-Brown.,:: ... all of the city of sAry c�eMeriTe - .; State of CA each individually if there be more than one named, its true and lawful attomey=in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, -any `and all undertakings; bonds recognizances andothersurety obligations, in pursuance of these presents and shall . be as bindingupon the Com anies as if they have been dul si ned b the residentand attested b the secrets of the Companies in their own ro er rsons P- P _ Y- - Y.9 bythe _ y ry" .. P P P Pe . IN WITNESS WHEREOF, this Power:of Attorney;has been subscribed by an authorized.officeror official of the Companies and the corporate seals of the Companies have been affixed _ " thereto this -1 st ' day of December "= " , 2012 = >, --� American Fire and Casualty Company ._ era H The Ohio Casualty Insurance_Company H o :_ r ^a r :. Liberty Mutual"Insurance Company _ as mA, West American Insurance Company N - w By VV. :C STATE -OF WASHINGTON - _ ss - r Gregory Davenport, Assistant Secretary - COUNTY OF KING C dOn this 1st day of December = 2012 before me personally appeared Gregory W. Davenport, who acknowledged himselfto be the Assistant Secretary of American -� 9 : dr Fire and Casualty Company, liberty Mutual insurance Company, :The Ohio Casualty Company, and West American. Insurance Company, and that he, as such, being_ authorized Soto do, ' AN. p execute the foregoing instrument for thepurposes therein contained -by signing on behalf of the corporations by himself as a duly authorized officer. :.W LU . > 1N WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Seattle, Washington, on the.day and year first above written. O CL ++ �+ p. Q M: c �� 19 By:--�_ C i KD Riley, Not Public _ 60 - = :a ' C This Power ofAttomey is made andexecutedpursuant to and by authority of the following By-laws and Authorizations of American Fire and Casualty Company, The Ohio Casualty -Insurance- ' 0) o Company, Liberty Mutual Insurance Cbmpany, and WesfAmerican Insurance Company which resolutions are.now in full force -and effect reading as follows: t o e� i ARTICLE IV OFFICERS -- Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject }' of p Ca� to such limitation as the Chairman or.the President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make; execute seal, .>, W . p E acknowledge and deliver as surety any and 811 undertakings, bonds recognizances and -other surety obligations. Such attomeys•in-fact, subject to the limitations set forth in their respective . E: powers of attorney, shall have full power to"bind, the Corporation, by their signature and execution of any such instruments and to attach- thereto the seal:of the Corporation.. When"so C executed, such instruments shall be- as binding as_ if signed by the President and -attested.to by the .Secretary. Any power or authority granted to any representative or attomey-in-fact under > '� L the provisions of this article may be revoked at any time by the Board,.the Chairman the President or by the officer or officers granting such power or authority. ARTICLE XIII - Execution of Contracts - SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president;- N > rL and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys in -fact, as may be necessary to act in behalf of the Company to make, execute, .-� M p-� ;seal, acknowledge and deliver as surety, any and "all undertakings,:bonds, recognizances and other surety obligations:.Such-attorneys-in-fact subject to the limitations set forth in their C CO Z _ c� respective povvers,of attorney, shall have full power io bind the Company by their signature and_execution of any such instruments and to attach thereto the seal of the Company. When.so v o: executed such instruments -shall be as binding as if signed by the president and_attested by the secretary. co =Certificate of Designation = The: President ofthe Company, acting.pursuantto the -Bylaws of the Company, authorizes Gregory W.,Davenport, Assistant Secretary to appoint such -in-fact as as may be necessary to act on behalf of theCompanyto make, execute, seal, acknowledge and deliver as surety any -and all undertakings, bonds, recognizances and other surety 6bligdons : Authorization - By unanimous consent -of the Companys Board of Directors; the Company consents that facsimile or mechanically reproduced signature of arty assistant secretary of the :Company, wherever appearing upon a certified copy of any-powet of attorney issued_ by the Company in connection with surety bonds, shall be valid and binding upon the Company with _ ;the same force and effect as though manually affixed I, David M: Carey, the undersigned, Assistant Secretary, ofAmed6an Fire and Casualty Company, The Ohio Casualty, Insurance _Company, Liberty Mutual Insurance Company, and West .- Amencan Insurance Company do.hereby certify that the original power of attomey of which the foregoing is a full, trite and correct copy ofthe Power ofAttomey executed by said Companies, : . is in full force and effect and has not been revoke I-d:tl IN TESTIMONY WHEREOF, I have hereunto set"my hand and affixed the seals of said Companies this day of `l" 201 - a k ' David M. Carey, Assistant Secretary J - - UMS 12873 092012 - - - - - - 39 of-100 - CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 State of California County of On .1; Jd before me, Date 9 e Insert Name and Title of the Officer I/aii/L7, personally appeared"Y A-' Name(s) of Signer(s) SANDRA VELARDE �. Commission # 2046364- Z '� a Notary Public - California z Orange County My Comm. iresOct24.2017 Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the persons gy whose name�,e are subscribed to the within instrument and acknowledged to me that /she/they executed the same in /her/their authorized capacity(W, and that by her/their signature(s) on the instrument the person or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. / Signature: 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 DocumentAa n,,Title or Type of Document: � Ly" �2L "( ` Document Date: Signer(s) Other Than Named Above: _ Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Individual ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): _ ❑ Individual ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 9 2012 National Notary Association e NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of Califofnia County of (IVGw//v -- On �h G tU 6 before me, Date A personally appeared SANDRA VELARDE ` Commission #V 2046564 P C • :� Notary Public - California i Gran ounty Catnip, Ott 24.2017 Here Insert Name and Names) of Signer(s) of the CML CODE § 1189 id(,-l(l f up/ who proved to me on the basis of satisfactory evidence to be the person(s) whose name/are subscribed to the within instrument and acknowledged to me that ;S►5j/she/they executed the same in siher/their authorized capacity(» and that by %her/their signatureWon the instrument the person*r, 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 / yy 11 Signature: il/ '� i/ { /Ie4l(v - 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 Documentp) j }� Title or Type of Document: G J Document Date: Signer(s) Other Than Named Above: _ Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Individual ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Individual ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: O 2012 National Notary Association • NationalNotary.org 0 1-800-US NOTARY (1-800-876-6827) Item #5907 City ®f Huntington Beach 2000 Main Street o Huntington Beach, CA 92648 (714) 536-5227 v www.huntingtonbeachca.gov Office of the City Clerk Joan L. Flynn, City Clerk February 3, 2014 Minco Construction 522 E. Airline Way Gardena, CA 90248 RE: Beach Blvd. Sewer Project — CC-1443 Enclosed please find your original bid bond for CC-1443. Sister Cities: Anjo, Japan A Waitakere, New Zealand Minako America Corporation, dba Minco Construction 522 E. Airline way Gardena, CA 90248 (310) 516-8100 Sealed bock for: Beach Boulevard Sewer Improvements CC No. 1443 December 23, 2013 at 2:00 PM J SF g ` -r a ,;�,`�',�,�t�: x"1� o: _ y - ' City of Huntington Beach Office of the City Clerk, gr ,x is Y 4 'f Yr ` Second Floor ,q a 7 2000 Main Street Yy Huntington Beach, CA 92648�� � y; �r , r } 11 A, ,�i', y i ; for the construction of BEACH BOULEVARD SEWER IMPROVEMENTS from ELLIS AVENUE TO SLATER AVENUE CC No. 1443 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 undersigned agrees to complete the work within 110 working days, starting from the date of the Notice to Proceed. 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 govem over figures. C-1 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. 10 % of the aggregate Accompanying this proposal of bid, find "Bidder's Bond" in the amount of $of the total bid price Which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Scaled 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 Perei*d- Bidder' Signature,`- 1 12/12/2013 /7 z V C-2 PROJECT BID SCHEDULE -ADDENDUM NO. 1 CC-1443 tterrs C4ntraat1rr�E : 6xiehded IJar Ctescription QnBntity i Unit Pr�ee ' AmiQunt Furnish all labor, materials and 1 equipment to mobilize, demobilize, clean up of construction site, including but not 1 LS $ Z 7 { >» $ 2 0, "9 limited to providing all bonds, insurances, and obtaining all permits. Survey and identify existing inverts of five existing manholes to verify design. 2 Prepare and submit it to the Engineers 3 1 LS $#D $moo weeks prior to construction. Furnish all labor, material, and equipment to provide public 3 convenience, safety and traffic control 1 LS $ 00, $ 1 3; » per traffic control plan; including but not limited to signs, CMS warning devices, delineators, and trench plate bridging. Furnish all labor, material, and equipment to provide trench and unclassified excavation safety measures including shoring plans prepared by a California Registered Structural Engineer, including any additional 4 geotechnical work performed by the 1 LS $ LZROV $ o Contractor to provide trench and unclassified excavation safety for the protection of life and limb in trenches and open unclassified excavation in conformance with applicable safety orders. Furnish all labor, material, and equipment necessary to maintain sewer flows throughout entire construction 5 period. This is including but not limited to 1 LS $ 17O o $ 170, any temporary by-pass pumping, by-pass piping, vactor trucks, temporary plugs, permanent plugs, and other appurtenances. Prepare, obtain approval, and implement a Water Pollution Control Plan (WPCP) with approval from Caltrans and Agency 6 prior to any Construction; Item includes 1 LS $ P7, , the hiring a certified Water Pollution Manager (WPC). Furnish all labor, materials and equipment necessary to construct 8-inch 7 Diameter PVC SDR 26 pipe, including 24 LF $ $- but not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. C-2.1 (ADDENDUM NO. 1) PROJECT BID SCHEDULE -ADDENDUM NO. I CC-1443 Y Furnish all labor, materials and equipment necessary to construct 12- 8 inch Diameter PVC SDR 26 pipe, 446 LF including but not limited to, sawcutting, unclassified excavation and disposal, Ishoring, AC, and AB for trench repair. Furnish all labor, materials and equipment necessary to construct 15- 9 inch Diameter PVC SDR 26 pipe, 5118 LF 1.131,_550 including but not limited to, sawcutting, unclassified excavation and disposal, Ishoring, AC, and AB for trench repair. Furnish all labor, materials and equipment necessary to construct 24- 10 inch Diameter PVC SDR 26 pipe, 104 LF AOO including but not limited to, sawcutting, unclassified excavation and disposal, Ishoring, AC, and AB for trench repair. Furnish all labor, material and equipment necessary to construct precast 4-foot Diameter Sewer Manhole with lining and 11 field poured reinforced concrete base, 14 EA 15, 3roo $ P7"V 0 including but not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for for trench repair. Furnish all labor, material and equipment necessary to construct precast 4-foot Diameter Sewer Manhole with lining and 12 precast reinforced concrete base, 4 EA $ including but not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for for trench repair. Furnish all labor, material and equipment necessary to connect new sewer pipe to existing manhole, including but not 13 limited to maintaining existing flows, core 2 EA 0 0 'a. $ 600-13 drill existing sewer manhole, modify and re -channel the manhole channel base, and rehabilitate manhole. Furnish all labor, material and equipment necessary to construct 7-foot Diameter Sewer Manhole with lining per OCSD 14 Standard, including but not limited to, 1 EA $ 412,00 $ L/ 7, -n o .3 sawcutting, unclassified excavation and disposal, shoring, AC, and AB for for trench repair. C-2.2 (ADDENDUM NO. 1) PROJECT BID SCHEDULE -ADDENDUM NO. I CC-1443 onthact ..... Dp e cri t ion: u8intit V Unit Prvce j Furnish all labor, material and equipment to install new lateral to connect existing sewer lateral from to be abandoned 8- inch sewer pipe to existing 10-inch sewer 15 pipe, including but not limited to 4 EA 2,7 Do 2? sawcutting, unclassified excavation and disposal, shoring, AC and AB for trench repair, and plug existing abandoned lateral with sand and concrete. Furnish all labor, material and equipment to install new lateral to connect existing sewer lateral to newly installed sewer pipe, including but not limited to 16 sawcutting, unclassified excavation and 3 EA $ 3,00 0 disposal, shoring, curb, gutter, sidewalk, AC and AB for trench repair, and plug existing abandoned lateral with sand and ,concrete. Furnish all labor, material and equipment to install new 8-inch Diameter PVC SDR 26 pipe with repair couplings in an abandoned manhole, including but not 17 limited to sawcutting, unclassified 1 EA $ -'3') !D $ :z 0 excavation and disposal, shoring, concrete encasement, AC, and AB for trench repair. Furnish all labor, materials and equipment necessary to construct by removing existing 8" VCP sewer and 18 install 8-inch PVC SDR 26 pipe, 37 LF $ 100 $ 7o,3 including but not limited to, sawcutting, unclassified excavation and disposal, Ishoring, AC, and AB for trench repair. Furnish all labor, materials and equipment to cut and remove a segment of existing pipe in newly installed 19 manholes to put manhole into operation, 6 EA c) including but not limited to disposal, grinding, and providing watertight 1connection. Furnish all labor, material and equipment necessary to abandon existing 8" sewer line in and fill pipe void with sand, 20 capped with concrete, including but not 900 LF $ $ limited to sawcutting, unclassified excavation and disposal, shoring, AC, land AB for trench repair. C-2.3 (ADDENDUM NO. 1) PROJECT BID SCHEDULE -ADDENDUM NO. 1 CC-1443 tterrf cor,t�`act U Ekt rid d e e NQ. d�sGript�on:, Quarttty� Unit Pace::... Amaurli: Furnish all labor, material and equipment necessary to abandon existing 10" sewer line in and fill pipe void with sand, 21 capped with concrete, including but not 55 LF $ $ limited to sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. Furnish all labor, material and equipment to abandon existing manholes and bases, including but not limited to 22 sawcutting, unclassified excavation and 6 EA $ 3 5­1 $ 221 disposal, shoring, sand, cement -sand slurry, AC, and AB for trench repair and backfill. Furnish all labor, material and equipment necessary to abandon portion of existing sewer lateral and fill pipe void with sand, 23 capped with concrete, including but not 3 EA $ / -12 $ / 7�• limited to sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. Furnish all labor, material and equipment necessary to remove and replace 24 Caltrans detector loops, including but not 38 EA $ 02­9 $ limited to disposal, and AC for street repair. Furnish all labor, materials and 25 equipment necessary to cold mill 0.12' AC, including but not limited to hauling 58,900 SF $3 $17 �� and disposal of AC and other debris from cold milling. rnish all labor, materials and [TA uipment necessary to install ARHM 570 TN $ 2De $ 11 r�®o 0.12' thick in cold mill areas. Total Amount Bid, BASIS OF AWARD *: $ bra Ly 50 Total Amount Bid in Words: Ci fh4u0leod, si lIU s oi'Art , *Notes: All extensions of unit prices will be subject to verification by Owner. In case verification is required 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. Refer to Section 9, Measure and Payment for description of each Item on Bid Schedules. M1)Mbo D&� Mimeo C-2.4 (ADDENDUM NO. 1) In accordance -with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perfonn 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 or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid Item('V) Name, and Address'of Subcontractor, State, License Number, Class Dollar Amount, %of Contract 2, ?S 7 P, 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-3 ;, 1, 10, 3101 DIN MIXIM11111 I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 12/23/13, at Gardena CA Date City State I Refaat H Mina being first duly sworn, deposes and says that he or she is President oNinako America Corporation dba Minco Constructionthe 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. Minako America Corporation dba Minco Construction Name offer H Mina, President 522 E Airlioe Yqby, Gardena, CA 90248 Address JAidder C4 CALIFORNIA•ACKNOWLEDGMENT :c�Sl_•-�.'L%S �S S S .v!�.•R!c�,•.v�.' �Z.c�S 4,•S.-.'.•.!.ysS4;�.',..��.T�,•.�5�.�•�.'c S;.�S,..�> ..ws�.� a�r.�a�.-�.'C .�� a State of California County of Los Angeles On 12/23/2013 before me, "Raffi Varooj Thomassian, Notary Public" Date Here Insert Name and Title of the officer personally appeared Refaat H Mina Name(s) of Signer(s) RAFFI VAROW THOMASSIANt Commission # 1975125 s ee Notary Public - Californla ;Zr Z `t"' Los Angeles County D My Comm. Expires May 12.2016 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/thfeq executed the same in his/law/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(&) 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. Sign ature/dX41 �f�C Place Notary Seal Above V Sig6atgr 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: NONCOLLUSION AFFIDAVIT Document Date: 12/23/2013 Signer(s) Other Than Named Above: None Capacity(ies) Claimed by Signer(s) Signer's Name: Refaat H Mina ❑ Individual ® Corporate Officer — Title(s): President ❑ Partner — ❑ Llmlted ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: RIGHTTHUMBPRINT OFSIGNER Number of Pages: One Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): _ ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHTTHUMBPAINT OFSIGNER .p of thumb here C✓4�:..:5�..'ei.✓.2'✓,:✓...•5...��...ti"✓.4.✓.4�✓.v.'•✓4­.��.Gv✓5'y:'•✓'b�"✓.G•✓.S�✓.Lv�.L✓'•::'✓.G`'-'vv:'•✓�.C'->.�.�%.G��'.:�✓.Sv:'.v O 11 1.- •� •1 •1 •1 :11: 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 BEACH BOULEVARD SEWER IMPROVEMENTS, (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: 12/23/13 C-5 Minako America Corporation dba Minco Construe DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, 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 El 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-6 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: 12/23/13 C-7 Minako America Corporation dba Minco Construction BIDDER certifies that the following information is true and correct: Minako America Corporation dba Minco Construction Bidder Name 522 E Airline Way Business Address Gardena CA 90248 City, State Zip ( 310 ) 516-8100 Telephone Number 612429 / A,B,C10,C7 State Contractor's License No. and Class Feb 10, 1991 Original Date Issued 09/30/2014 Expiration Date The work site was inspected by Bishoui Bastawros of our office on DEC 12 .2013. The following are persons, firms, and corporations having a principal interest in this proposal: Minako America Corporation dba Minco Construction Refaat H Mina , President, Secretary Refaat H Mina , Treasurer, Manager C-8 The undersigned z") 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. Minako America Corporation dba Minco Construction Refaat H Mi Printed or' dent Signature Subscribed and sworn to before me this — day of 201—. NOTARY PUBLIC "Please see notary attached." NOTARY SEAL Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of sanitary sewer line installation of at least of 1,000 of 8-Inch and greater in public right -of way. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: -�-y �'O CC—/.6Q<rJ0S C0tJH1J^4 C-*'Cr t I!! aA 46NA'1?4 f3Z-k1h^) tyPLa4Lh c,4 qa 6 Name and Address of Public Agency Name and Telephone No. of Project Manager: 1&RRr J—wiCS -714 6-o0- 2133 $/0/77 09—/7- 200(7 ,00 Contract Amount /-Z/cV,$#/751197r3�pe of Work 1--6XNCF" 42C-YAO)Z- Date Completed PLA,-Je;- 12U;1,b itJ Cr Provide additional project description to show similar work: AMIariNiAl- 4ff—Ae-,76P 2. 60-tf hu Ivii""( e-'1UC-6C- 0 A6o-Al6eA Vjb Ndl?UALk aq qo&S Name and Address of Public Agency f 1� Name and Telephone No. of Project Manager: ':�( 'o--,v4T-5 -714,600 2-/-D 11 C-9 CALIFORNIA JURATAFFIANT STATEMENT ZSee,Anached Document, (Notary to cross out lines 1-6 below) See Statement Below (Lines 1-5 to be completed only by document sigrierlsi. not, Notary) ---- _--- --------__ --- --__----_----..w_- __sew,>.»---__-_ ------------------------- .- - ,. - - _ - -.. - - _ - _ - - - - _ _ - - - - - - - S"uoe octocumor4 S", No. t sl+aewe of Document s+{, l No. 2 (! any) State of California (.,Dt)nty of Los Angeles RAFFI VAROOJ THOMASSIAN Comm]ssion # 1975125 z :.r Notary Public - California z D z"` Los Angeles County My Comm. Expires May 12, 2016 Subscribed and sworn to .(or affirmed) before me on this 23 day of DEC 2013 by Dote >do+nth Year (1) Refaat H Mina Name of S19nA1 proved to me on the basis of satisfactory evidence to be the person who appeared before me_(+(.), (and (2) N/A Name of 5+pnar proved to ,me on the basis of satisfactory evidence to be the person who appeared before me.) Signature /r r - Si"terry Pubkc Pace Notary, Sea$Above OPTIONAL Though the iniurrnatrutt r7al0w is riot teguirled by law, it may prove valuable to persons relying on the documentand could prevent a • fraudulent removal and.reartachment of this form Jo, another document, Top of thumb here lop ut ttsutnb fTete Further Description of Any Aftach�ed Document Title or Type of Document_ BIDDER'S INFORMATION Document Date: 12/23/2013 Numbet of f argesi TWO S.grtetrs; 011rer Thom Named Abovw N/A 02007 Natimar Notary A"064040• 9x50 00 Soto AW, P.G Alex 2402 - 6815wonh, CA 0131041.02 - w ,NADOMNofory_orq - 0— 85910 PUM"ae Ce• 1od-Ftoo t400-676-&827 Underground site utilities including 12 KV $4,977,000.00 Substation for new central plant building 06/25/2009 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Additional references and information are attached to the documents. Cerritos Community College, 11110 Alondra Blvd Norwalk, CA 90650 Name and Address of Public Agency Name and Telephone No. of Project Manager: Jerry Jones, 714-600-2133 Underground site utilities including 12 KV $1,737,000.00 Substation for new central plant building 06/29/2009 Contract Amount Type of Work Date Completed Provide additional project description to shove similar work: Additional references and information are attached to the documents. C-10 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction .Project Manager, and Superintendent. For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. Moses Khalili Name of proposed Project Manager Telephone No. of proposed Project Manager: 310-516-8100 Underground site utilities including 12 KV Infrastructure & Central Plant, Phase 1 $10,177,000.00 Substation for new central plant building 08/19/2009 Project Name & Contract Amount Type of Work Date Completed Underground site utilities including 12 KV Infrastructure & Central Plant, Phase III $4,977,000.00 Substation for new central plant building Project Name & Contract Amount Type of Work Underground site utilities including 12 KV Infrastructure & Central Plant, Phase 11 $1,737,000.00 Substation for new central plant building Project Name & Contract Amount Type of Work 2. Ashraf Gadalla Name of proposed Superintendent Telephone No. of proposed Superintendent: 310-863-1284 Underground site utilities including 12 KV Infrastructure & Central Plant, Phase 1 $10,177,000.00 Substation for new central plant building Project Name & Contract Amount Type of Work 06/25/2009 Date Completed 06/29/2009 Date Completed 08/19/2009 Date Completed Underground site utilities including 12 KV Infrastructure & Central Plant, Phase III $4,977,000.00 Substation for new central plant building 06/25/2009 Project Name & Contract Amount Type of Work Date Completed Underground site utilities including 12 KV Infrastructure & Central Plant, Phase II $1,737,000.00 Substation for new central plant building Project Name & Contract Amount Type of Work C-11 06/29/2009 Date Completed Projects —completed —by k�.nc(} K�mnda�December1�2O13 ^ 11:47:44Ak4 [07'1023, Infrastructure 0[entra| Plant, Phase | Cerritos Community College |r���. z^ �� Cerritos Community College Underground she utilities including 13 KVSubstation for new central plant building Cerritos College, Attn: ]ENNEYHO'Director ufPurchasing lll1OA1undra8lvd,Norwalk, [A90650-6J98 T:(562)860'2451xJZ45'F: (563)467'5020 t10,177,000.00 $10,603,697S8 Joe Dixon (562)860'2451x2245 (562)467'5030 19-Ju|-07 19,uug-09 K3osesKha|i|i I&KEngineers: 42lEast Huntington Drive, Monrovia, CA 91016'3632'Attn: John Holland, T:(626)930'1383,F:(626)930'1385 TDIVI Architects, |nc,930Colorado Blvd,Los Angeles, [A9O041,T:(3J3)Z54' ,`"" ,./``=^ ",,, Lend Lease (UdConstruction Inc. (Formerly BuvisLend|ease) Attn: Mr. Jerry Jones, T(714)6UO.2133 Inspector Name : ZacheryAbrego Phune:(909) 394'1730 The VinevvmudCompany, 1854VinewoudSt, LaVerne [A9175U T:909S96.1045,F:909I96.8417 Student Services- Site Preparation Phase 1,Santa Monica College Santa Monica College , 1900 Pico Boulevard Santa Monica, CA 90405 Site Preparation Phase 1:Building and Site Demolition, Earthwork /Mass Excavation, Shoring, U/G Utilities, Sewer Line, Storm Drains, Electrical, Erosion Control, Fence, Install Safety Hand Railing. Santa Monica Community College District attn.: Greg 8/ovvn Facilities Manager I9OOPico 0vd,Santa Monica, [A904O5'1628'(31O) 434-4203 $7'977'000D0 $7,919,864,00 Uu , '`� "/"' " x, Greg Brown Facilities Manager ''op �( ,^o , (310) 434-4203 -0p z ' .x (Z1�) 6Z9�)501 17-Dec<08 16-Apr-10 Tim[|gendy Steinberg Architects, Attn: Joe Sion 523VV6thSt#245 Los Angeles, [A9U014 LP|, |nc,Attn: Lee Paul, President Z0ZOPico 8lvd,Santa Monica, CA 90405 Phone (31O)452'Q555,Fax (866)429-3740,info@|pi-pcm.cum Inspector Name: Jong Lee Phone:(818)822-0894 '''.o�', nn� O7U8-1J,Infrastructure & Central Plant, Phase III Cerritos Community College Cerritos Community College Underground site utilities including 12 KVSubstation for new central plant building Cerritos College, Attn: ]ENNEYHO,Director ufPurchasing 21110A|ondra Blvd., Norwalk, CA9O65O(6I9B' T: (562) 860'2451 x2245' F: (562)467-5020 $4'077,000.00 .v ./ [ �-,' ., 1%.r'' ]ENNEYHO (562)868-2451x2245 (562)467'5020 ZS-Jun'O9 MusesKhaNi r > r 5&KEngineers: 421East Huntington Drive, Monrovia, CA91U16-3632'Attn: John Holland T:(626)930'1383'F:(626)930-1385 Lend Lease (Us)Construction Inc. (Formerly BovisLend|ease) Attn: Mr. Jerry Jones, T(714) 6802I33 Inspector Name : ZacheryAbregPhone�(9U9)�9�-1730 � The VinewoodCompany, 1864VinewoodSt, LoVerne [A9175U Job Oder Contract 1029 - Los Angeles County, Department of Public Works Various Locations �:j , c � E : , '% ( €' i" Construction Job Orders Los Angeles County, Department of Public Works 900 South Fremont Ave., Alhambra, CA 91803 $4,200,000.00 $2,174,911-17 Ms. Erayna Change (626) 300-2325 -Feb-11 03 25 -Oct-12 Bassem Riad Department Of Public Works i ;�. 1� I'— �e"t 1 Department Of Public Works j �:-' i' 1, " Department Of Public Works Job Oder Contract 1026 - Los Angeles County, Department of Public Works '-OX Various Locations Construction Job Orders Los Angeles County, Department of Public Works 900 South Fremont Ave., Alhambra, CA 91803 $4,200,00000 $1,488,459.66 Ms. Erayna Change (626) 300-2325 01 30-Mar-12 Ash Gadalla Department Of Public Works Department Of Public Works Department Of Public Works AIII Job Oder Contract 1001-Parkway Concrete Maintenance, South LA County Various Locations Parkway Concrete Maintenance Los Angeles County, Department of Public Works 900 South Fremont Ave., Alhambra, CA 91803 $4,000,000.00 J ;Ib 3�T $3,257,441.68 ,),A I t o t Ms. Erayna Change (626) 300-2325 e 11-Jul-11 r 23-Jul-12 Bassem Riad Department Of Public Works Department Of Public Works I �' " Department Of Public Works Project #11-12/010 Horace Mann School Auditorium Modernization Project, Beverly Hills Unified School District Horace Mann School 8701[hadevi||eBk/d,Beverly Hills, LA90211 School Auditorium Modernization Project Beverly Hills Unified School District 255 S. Lasky Drive, Beverly Hills, CA 90212 $3,477'000.00 $3,555,077.00 Patrick Cisneros (310)551-S100ext. 236 F / (310)286'2138 31]u1-12 22'May-13 �";' n � , ry �l .%/.'�e Bassem Riad VVLLArchitects, Attn: ]ames P. Di[amiUo 8163Rochester Avenue. Ste. 10U Rancho Cucamonga, y1730 Phone: (9U9)987-0009Fax:(90y)980'9980 8ernards.Attn: Chris Kasheiner,(661)510'6364, orMin ZavaneUa(B49)461.3660'(y49)461.3965 23461South Point Drive, Suite 300,Laguna Hills, CA92653 ULKX|,|nc,Attn: Kamran(Kevin)Behnam(949)874-6416 pr �,Bid No. 2785'South High School Modernization Phase 2'2OO6: Underground Fire Alarm & Communications South High School School Modernization, Underground , Fire Alarm & Communications Kern High School District hn o $3'170UOO,0O $3,177784.70 Richanj]. Ruiz, Director, Business Services 1/ �r (661)827'3122 ( '»* -o' �� .x (661)827'3309 13-Jun'11 09'Au6-13 AshnafB Said 0rdiz'K4e|byArchitects Inc., DannyOrdiz' 5SOOMing Avenue Ste. 2OO Bakersfield, CA933O9 T:(661)832'5258,Email: dordiz@ordbme>byzom S.C. Anderson |nc,Attn: Mike Josephson, 1101P|anoRoad, Bakersfield, [A9O33O4-6199,T:(66I)979'53I8,F:(66l) 39l-9999 |nspectorName:Kent McCoy Phone:(661)588'6551 IN Bid 42011-4 Parking Lot Lighting & Security Upgrades Project. Order Number 80510792, El Camino College ..z,je El Camino Community College 16007 Crenshaw Blvd., Torrance, CA 90506-0001 ;d Service, Electrical & Surveillance Upgrades & Installation El Camino College, Attn: Rick B. Yatman, District Buyer 16007 Crenshaw Blvd., Torrance, CA 90506, T: 310-660-3593x3379, F:310- 660-3378, ryatman@elcamino.edu $2,477,000.00 .:;; ... $2,012,037.00 Rick B. Yatman _r (310) 660-3593x3379 (310) 660-3378 „_ 04-Jan-12 01-Mar-13 Mina Rofaeel ;;.. S&K Engineers, Attn: Kevin Keyfauver 421 E. Huntington Drive, Monrovia, CA 91016 T:(626) 930-1383, F:(626) 930-1385, kkeyfauver@skengineers.eom .: Lend Lease (US) Construction Inc., Attn: Michael Concannon or Hanson Yu 800 West 6th Street, 16th Floor, Los Angeles, CA 90017 T: 1 213 430 4660, F :1 213 430 4699 Sandy Pringle & Associates, Attn: Clint Hazelroth 2808 Oregon Court, Ste. K1, Torrance, CA 90503 T:(310) 787-8811, C:(310) 787-8833, F:(310) 963- Site 21Elementary School ,Ade|antoSchool District, Category IConcrete DSA:O4-1O8J31 Site 21Elementary School, 13125Hop|andSt, VictorviUe,CA92394 Concrete, Footings, Building Foundation, Paving, Playground Equipment - Material |nstaUahon,P|aysurfaae,ChainUnkFence&Gates,Shade6\ructuneo- Materia|, Installation, Ornamental Fence &.Ga\es. Ade|antoSchool District $2,36I,000�00 $2,294,716.1I Terry Gott �u,n , � i o u (809)982,8951 [ �� � r ��r F�' (909)98I'7916 25'Apr-11 23'6ep-I3 Tim E| Gendy Frick, Frick &]ett6 Architects, Incorporated 19153 Town Center Dr.. Suite 101, Apple Valley, CA 92308 VV.D.Gott Construction Co,Attn: Terry Gott. 1GS6West 9thStreet, Upland, CA 91786'(989)982-8951 Phone (909)98I-7916 Fax n /� nx None [os-1Kennedy Site Improvements, Project No. :2O'09-092-2 Santa Ana Unified School District Kennedy Elementary School 1300 E. McFadden Ave., Santa Ana, CA 92705 School Site Improvements Santa Ana Unified School District, Attn: Joe Dixon, Assistant Superintendent 230SVV.Edinger, Santa Ana, [A92704 T:(714)48U'5355, ioe,dixon@sausdus $1'979'000�80 $1,979000.00 Joe Dixon (714)480'5356 (714)480'5373 25-Sep-09 05`Apr-11 11 i'"''�-'r 4shraf6adaUa,Moses KhaNiTim Elgendy Qkkwodm,Attn: ]effFuUer 23SSMain Street, Suite 22U'Irvine, [A92614 T: (949) 2SU 1508ext. 1846, F: (949) 9SS 2788,jfuUer@gkkworks.com Barnhart Balfour Beatty |nc,Attn: ]asonPar4 Inspector Name: KxoNabi Phone:(562)598-8236 |F81420-1O/11-Modernization Project -Lincoln School Los Angeles County Office of Education Lincoln School ' School Modernization Project: Demolish, earthwork, concrete, plumbing, HVAC units Electrical/ Fire Alarm, irrigation, Landscape, new playground. Los Angeles County Office ofEducation 9300 Imperial Highway, Downey, CA 90242 $1,978,700�00 $2,161,511.45 Mr. David Albright, Facilities Planning Officer (562)803'8282 (562)940'1845 '.+ e. C �o � 1�-K8ay'l1 �or.1�i4i`n /n'c 12-Mar-I2 AmirEskanddrous 0n1iz-K4e|byArchitects, Inc., Bill K4e|by, Principal S5D0Ming Ave,Suite 28U Bakersfield, CAg3309,T:(661)832'S268' F:(661) 832'4291 ArchbectsMSP, |nc,Attn: Bjgar1 Paz 3575Long Beach Boulevard, Long Beach, CA 90807 P5624275007F5624273007C3109301250 JohnTeegan1en T:(76O)455'0609 0809'14, Fi/eA|arm System Replacement & New Mass Notification System Group Cerritos College Fire Alarm System Replacement & New Mass Notification System Cerritos Community College �&Cerritos College, 4ttn:]ENNEY HO, Director o/Purchasing 1111O4\ond/a8lvd,Norwalk, C49U65O-6Jg8'T:(562)86O-24S1x2245,F: (562)467'5020 $1'887,700.00 $1887,700�00 c'Ar JENNEYHO (562) 860-2451 x2245 7«,p ( -�� ct'r (562)467-5020 �i�/�'� a 21-Sep-09 06-Oct-10 Mo»esKha|i|i K8D[Engineers |nc,Attn: BASatya 200 N. Berry St. Bldg. 'B', Brea, CA82821'Tel: 213 7462844, Cell: 562 537 5380 '--```�^"f'""l - --". L--^=—�------- LendLease(Us)Construction|nc.(Fo/medyBovisLend|ease) Attn: Mr. Jerry Jones, T (714) 6802133 Inspector Name�Michael Schmidt Phone:(951)8U5-9121 Class 1#57S1'Class 2#4g98 Bid 11/12-0I Baxter Elementary Multi-Purpnee Building Remodel (NTD 2004' 0014) DSA03-1l3J8Z Albert Baxter Elementary School 14929 S. Cerritos Ave., Bellflower, CA 90706 Multi -Purpose Building Remodel Bellflower Unified School District, Attn: Ms. Stacey Chanan 16703 South Clark Avenue., Bellflower, California 90706 $1,737,700.00 $I,826,350.26 Stacey[hanan (552)866-9011Ext 3119 (562)804'6594 09'an'12 31-Jct-12 ' / � r P u�p��N.r��r K4moesKhaNi NTD Architects, Inc., 4T n� Mr. Michael E|ia 95SOverland Court, Suite 1UO,San Dimas, California 9I773 Py09/4S02188,F909/S9Z.61S3'me|ia@n1d.com NTD Architects, >nc,Attn: K1r.K8ichaei[|ia 955Overland Court, Suite 100 San Dimas, California 9I773 P9U9/4S0.Z18O,F9O9/59Z6153,meUa@ntdzom TYR,|nc, Attn: Youssef Sobhi Z76OE.Spring S1,Suite 188 Long Beach, CA90805 TeL (552) 426-1965' Fax: (562) 366'3136, ysubhi@tyrior.com 0708-03,Infrastructure & Central Plant, Phase UCerritos Community College Cerritos Community College Underground site utilities including 12KVSubstation for new central plant building Cerritos College, Attn: ][NNEYHD,Director nfPurchasing 11110A|nndra Blvd, Norwalk, [AgO650-62AO,T: (562) 860'2451x2245, F: (562)467-5020 $1'737'000.00 61,737,0001X0 ][NN[Y HU (562)860-2451x2245 ` ` ' , 1, ", Fa� (662) 467'502U 07'Feb-0X8 29-Jun-09 K4nsesKha|Ui S&K Engineers: 421 East Huntington Drive, K8nn/nvia' [A91016'3632'Attn: John Holland T:(626)930'1383'F:(626)930-1385 Lend Lease (Us)Construction Inc. (Formerly Bnvis Lend|ease) Attn: Mr. Jerry Jones, T (714) 6002133 Inspector Name :ZacheryAbnego'Phone:(y09)394-1730 The VinewnndCompany, 18S4VinewnodSt, LaVerne [AA175U Project # (R-6776) Queen Mary Fire Alarm Upgrade Contract (R-6776) The Queen Mary's Ship 1126 Queens Hwy, Long Beach, CA 90802 Queen Mary Ship Fire Alarm Upgrade City of Long Beach, Department of public works 333 West Ocean Blvd., Long Beach, CA 90802 $1,452,700.00 $1,769,732.62 Michael L. Slama (562) 570.6449 (562). 70.6501 05 -May-09 20-Aug-10 Moses Khalili Toturn Consulting, Attn: Danny Kaye, T: (310) 351.0138 333 W Broadway, Suite 302, Long Beach, CA 90802 p/f562.756.2408 Toturn Consulting, Attn: Danny Kaye, T: (310) 351.0138 333 W Broadway, Suite 302, Long Beach, CA 90802 p/f562.756.2408 City of Long Beach, Department of public works, Attn: Michael L. Slama 333 West Ocean Blvd., Long Beach, CA 90802, T: (562) 570.6449 oy Cns-1Diamond E6Phase U,Site Improvements, Project No. :ZO-09'05l-2 Santa Ana Unified School District Diamond Elementary School l45OSCenter St Santa Ana, [A92704 �"sum�`oo� nk School Site Improvements Santa Ana Unified School District, Attn: ]oeDixon,AssisJantSuper|ntendent 2305VV.Edinger, Santa Ana, [A92704 T:(7l4)4O0'5356, jocdixnn@sousdus $1,441,800.00 $1,579,556�00 Joe Dixon /nenium' (7l4)480-5356 Fx (714)480-5373 26'K8ay-09 mo(' `'"D� 24'Novf09 TimE|gendy gkkworks'Attn: ]eMFuUer, 235SMain Street, Suite Z2D'Irvine, [A926l4 Barnhart 8eUou/Beatty |nc,Attn: Jason Park '`pInspector Name: Samue|K4c[reery Phone:(909)337'3441 Bike Parking &TennporaryModular Offices Santa Monica College f 1900 Pico Blvd., Santa Monica, CA 90405-1628 Bike Parking &Temporary Modular Offices: Concrete, Metals, Special Construction, Plumbing, HVA[, Electrical, Earthwork, Exterior Improvements, Utilities Santa Monica Community College District 19QOPico B|vd,Santa Monica, [A9D4O5-2628 (310)434-4000 $1,337'700.00 51'442,674�00 Mr. Greg Brown (310)434-4203 z�20-Aug-13 30-Jun-23 AshraJE|-Said Morris Architects LP|, |nc,Attn: Mr. Lee Paul, 2020 Pico Blvd. , Santa Monica, CA 90405 (3I0)434'473 MonteUanwLandslide Repair Project, Work Order No.:988-0N1'81LP.:, K4onteUannAvenue Slope, 3246Heather Field Dr,Hacienda Heights, [A 91745,Contract Reference: 8988/PVV13312dated December 79,2889 7 'je 3246Heather Field Dr,Hacienda Heights, [491745,Contract Reference: a piw`n/ n� Construct horizontal boring and vertical drilling and all associated work for land slide drainage improvement. County nfLos Angeles, Department ofPublic Works 9UOSouth Fremont Avenue, Alhambra, California 92O8S'1331 $1'20888&00 $1,215,324.26 Al VVa|eed]ouzy L � (»'ar .p (626)380'3288 28-Jun'10 ( , n|// //c D/ 08-Jan-11 !,v' `c:,' ��' t o' .r Moses KhaU|i Department cfPublic Works, Attn: VVaheed]uuzy "p, Department ofPublic Works, Attn: Waleed Jouzy 9OOSouth Fremont Avenue, Alhambra, CA918U3,T:(626)3OU-3289 i pr ^r DepartmentofPublic Works, Attn: VVa|eed]ouzy Fire Alarm System Upgrades atAllison, Arroyo, &VearElementary Schools and Diamond Ranch High School, Bid No. Og(11-12)FP--Scopes #I&4 Allison Elementary School, 1011Russell PL,Pomona, [4 91767-3409 Diamond Ranch High School , 1O0Diamond Ranch Dr, Pomona, CA91766- schon|Fi/eA|armSystemUVQ:ades Pomona Unified School District 800 South Garey Avenue, P.O. Box 2900, Pomona, California 91769 $I,044,000M $9948M4I Nathanie|C. Holt (909) 397`4800ext.3900 (909)865-2739 05Jun-12 05{}ct'l2 / � , , ` -, ' � r I Ashraf[|-Said [ngineecK4DCEngineers, Inc. Z8ONBerry StSte B,Brea, CA. gZ821 (213)746-2844,(213)749-9749 LCC3Construction Services, |nc,Attn: DanFrancn 3480 Inland Empire Boulevard, Suite 20I, Ontario, [Ag1764 Ty/inr,Attn: Sammy]nseph Contract No. FE07'20, ^PJ Digester Gas Dryer Upgrades" O[SD'sTreatment Plant No. J,Purchase Order Number: 1O3y98'OB Orange County Sanitation District, O[SD'sT/eatment Plant No. 2 located at: 22212 Brookhurst Street, Huntington, Beach, CA 92646 Digester Gas Dryer Upgrades: Electrical, Control conduits and wires -dryer, Provide and install breakers, Remote control station, Pic modification, Move disconnect switches Gas dryers Orange County Sanitation District 10844 Ellis Avenue. Fountain Valley. CA 92708-7018 $897,088.00 $912,91.5.00 LarryD. Roberson (714)593-7548 (714)962-0356 38'Nov-18 ( n ," ^ I x/ c 13-May-13 l n . p I,^'�x`e� Akma|Bastounous Orange County Sanitation District, Attn: Andy DaSika 10844Ellis Avenue. Fountain Valley. [A9Z70O'7OlO'T: (714)982'2411'F: (714)962-8356 Orange County Sanitation District, Attn: Andy DaSi|va 10844Ellis Avenue. Fountain Valley. [A9Z708-7818'T: (714)962'2411,F: (714)962'0356 Orange County Sanitation District, Attn: Andy Da6ika 18844Ellis Avenue. Fountain Valley. [A9J7U8'7018,T: (714)962'2411'F: (714)962-8356 John Wayne Airport, Construction ofMiscellaneous Site Restoration Project Project No: 28l'381'42O0'P27S Orange County, John Wayne Airport Construction ufMiscellaneous Site Restoration Project Orange County, John Wayne Airport 3160 Airway Avenue, Costa Mesa, CA 92626-4608 $777,000�00 $923,250,00 �'°:`/("",u'.^��.'* Kor/Hahh (714) S73-0214 ' (714) S73'1214 2S{Oct-11 I/ / 1 �. ` 15�un'12 BassemRiad AEConsuhing, Inc. 143Yo/baStreet, Tustin, [A9278U-2924 Orange County, John Wayne Airport, Attn: KoryHahri 31SUAirway Avenue, Costa Mesa, CA92626-46O8 Orange County, John Wayne Airport, Attn: KoryHahri 316OAirway Avenue, Costa Mesa, CA92G26'460O T:(714)S73'OZ14'F:(714)S73-1214,khariri@ocair.00m Project Name: 10941, MDAB Modular Installation at the Pacific Coast Campus „ Long Beach Community College 1305 East Pacific Coast Highway, Long Beach CA Modular Installation at the Pacific Coast Campus, Multidisciplinary Academic Building Renovation Portable Swing Space Interim Housing Reloadable Classrooms and Restrooms Long Beach Community College District, 4901 East Carson St. Long Beach, CA 90808 $577,700.00 $598,200.00 Michael Boomsma 06-Jun-10 17-Dec-10 Moses Khalili The Hill Partnership, Inc., Attn: Larry Frapwell, President 115 Twenty -Second Street, Newport Beach, CA 92663 Phone (949) 675-6442 fax (949) 675-4543 Bond Management Team, Attn: Michael Boomsma 4901 East Carson Street - G21, Long Beach, CA 90808 T: 562.938.5074, C: 714.391.2208, F: 562.938.5065 , ..n�.....w,rw... �..M. �-,ems... �.�.. none Contract No. [0967--Harbor TransitwayImprovements and CCTV Surveillance System iu�.`'' '~ HarburTransitway 731 W. 182nd Street, Gardena, CA 90248 CCTV Surveillance System atHarbor Transitway 731 W. 182nd Street, Gardena, CA 90248 Metropolitan Transportation Authority One Gateway Plaza, Los Angeles, CA 90012-2952 $547'000.00 $564,440O0 AwnyR.K1a|ak wnpoy �p ` (213)9226368 /7ro, (213)922.3882 0I-Jun-10 01`Apr-11 K4usaadRezkaUa Metropolitan Transportation Authority Attn: Awny R. K4a|ak, Pf, Facilities Operations, Engineering Div, One Gateway Plaza, Los Angeles, [A9OO12-296J,Tel :21l922.6J6O'Fax Metropolitan Transportation Authority At\n:Awny R. Ma|ak, P.E, Facilities Operations, Engineering Div. One Gateway Plaza, Los Angeles, [A90012-2962,Tel :21l922.6J68'Fax Metropolitan Transportation Authority One Gateway Plaza, Los Angeles, CA90O13'2952 Deerfield ElMod,Project No. 1Z0K41-10-F2S,Package #O3'1 Structural / Site Concrete, Reinforcing, Asphaltic Paving, and Landscaping Irrigation Deerfield Elementary School 2 Deerfield Avenue, Irvine, CA 92604 Structural / Site Concrete, Reinforcing, Asphaltic Paving, and Landscaping Irrigation Irvine Unified School District 4861Michelson Dr, Irvine, [A9Z612 $537'000.00 $582,I47.00 �'*c'cx1a1% Lisa Howell (949)854~4785 (949)654.0201 14-Ju|'10 11'Nov'11 Tim Elgendy HIVI[4rchhects, Attn: Ms. Brooke Reichert 2601 Main Street, Suite 100, Irvine, CA 92614, Fax No: 949.567,1838 C.W. Driver, Attn: Jeff Marshall 468Nor1h Rosemead 8|v6, Pasadena, California 9l107 Charlie Bryan Inspection Inc. 2Z97Shamrock Street, San Diego, C4921OS'4514 Inspector Name: Bryan, Charles, Phone:(619)S84'4ZS4 Jackson Elementary School, ERP #1401 Roofing, Santa Ana Unified School District Jackson Elementary School, 1143 S. Nakoma Dr., Santa Ana, CA 92704 I. ;' Roofing Project Santa Ana Unified School District 1601 East Chestnut Avenue Santa Ana, California 92701-6322 $532,000.00 $518,342.19 Joe Dixon (714) 480-5355 t. (714)480-5373 t '' -" "/ I 01-Jun-10 1.2-Aug-10 Tim Elgencly Ghataode Bannon Architects LLP 130 South B Street Tustin, CA 92780 , (714) 665-8030 PCIV13 Professional Construction Management 970 Brighton Court,2nd. Fl., San Dimas, CA 91773 (909) 592- 0888 F: (909) 592-4888 Inspector Name:Kevin Rehmann Phone:(714) 476-1464 FEO7-1lP2City Water Pump Station Standby Power Orange County Sanitation District (O[SD) 22212BrookhuotSt,Huntington Beach, [A92646 Orange County Sanitation District, O[SD'sTreatment Plant No. 2 located at: 22212 Brookhurst Street, Huntington, Beach, CA 92646 Duct Bank Construction ,Installation of: Pull Boxes , Site Feeder 'Samcgting & Excavation, ATS,Split Box, Conduit Wiring &Testing BackfiUing,compaction and concrete paving, 8OOA/3PFeeder Breaker Orange County Sanitation District (0[SD) 22212 Brookhurst St., Huntington Beach, CA 92646 $487000.00 $484477.00 Huan Nguyen ' wo' .m, Phon� (714)593'7865 ox (714)962'0356 16+Aug-12 ".n/., `mn |~� 18Jun-13 Akma|Basiourous Orange County Sanitation District ,Attn: HuanNguyen, (7l4)S93'7865. 10844 Ellis Avenue, Fountain Valley, California 92708-7018 Orange County Sanitation District ,Attn: Huan Nguyen, (714) 593-7865� 10844 Ellis Avenue, Fountain Valley, California 92708-7018 Orange County Sanitation District ,Attn: HuanNguyen, (714)5A3'7865. 10844Ellis Avenue, Fountain Valley, California A27O8-7O18 E'Ratc11YrojectsatF/ank|in,HarveKHeninger,RemingtonandRomeno'C/oz Elementary Schools, and McFadden Intermediate School." (Project #37'36'l0) at Franklin, Harvey, Heninger, Remington and Romero -Cruz Elementary Schools, and McFadden Intermediate School., Santa Ana Unified School District E'Ra0e: Underground, Raceways, Cabling, install Voice Equipment, Install Network Equipment's, and Install Video System ' wx` Santa Ana Unified School District, Attn: Joe Dixon I601EChestnut Avenue, Santa Ana, California 9270l,(7l4)48O'53G6 �4�3'I�3�00 _ $547'700.00 Joe Dixon (714)480'6356 23-Mar-10 Moses Kha|i|i ' Linda Smith' Director E-Rate Services 324E.11thStreet Suite E3.Tracy, [A9S376 Fax: (209)834-0087' cell: (949)547-4087, |ismith@csmgconsohinX.com Linda Smith, Director E'RateServices 324E.I1thStreet Suite ElTracy, CA96376 Fax:(Z09)8}4-]0Q7,ceU:(949)547'4O87,|ismhh@csmgconsuhing.com pp�1�' K8o Nabi,Phone:(56Z)59O-82J6 "Sierra Vista Middle School Modernization" Project No. 512M1-8-861, Bid Package 03-1 "Structural / Site Concrete, Reinforcing, Asphaltic" 2 Liberty, Irvine, CA 92620 "Structural / Site Concrete, Reinforcing, Asphaltic" Irvine Unified School District, 4861 Michelson Dr, Irvine, CA 92612 $452,000,00 $418,105.00 Lloyd Linton - Director of Construction and Facilities "!)" F_ (949) 936-5322 (949) 936-5329 20-Oct-10 "Ai "Io c, ""t a .� � Tim Elgendy LPA Architects, Inc., Attn: Marc Pange 5161 California Avenue, Suite 100, Irvine, CA 92617 P: (949) 261-1001, F: (949) 260-1190 CW Driver, Attn: Mr. Jeff Marshall, Cell: C: 949.230.0017 468 North Rosemead Blvd., Pasadena, California 91107 P 626.351.8800, F 626.351.8880 Charlie Bryan Inspection Inc. 2297 Sharnrock Street, San Diego, CA 92105-4514 Inspector Name: Bryan, Charles, Phone:(619) 584-4254 Replacement ofPlayground Equipment atDolphin Park, and Ca|asPark, Bid Dolphin Park: 21}8SlWater Street, Carson, CA9074S Replacement ofPlayground Equipment at two Parks City ofCarson Parks and Recreation, 2488E.Dominguez St. Carson, [AQO $397,088.88 $397 000D0 Cedric Hicks or Na/Pe/aha (./r "' "i"��P*,( (318)864,3571 Fx> 01-Dec-09 25-Mar-10 nAmi,Eskand/uus City ofCarson 701E.Carson Street, Carson, C49874S Ced,icH)cksu//NarPera|ta(31O)864.3571'chicks@ca/sonza.us City ufCarson 781E.Carson Street, Carson, CA98745 Cedric Hicks or/NarPe/a|ta(]18)864,3571,chirks@rarsonca»s City u(Carson Rehabilitation of Service Connections K4'01, P-82, and SK4R'01 FM-U1'P'8l,and SK4R-U1'ufthe Upper Feeder, Specifications No2684, Contract No. l7O9 Three Locations inCity Streets, Pasadena, CA, Corner ofN.4||adenaDr. and E. Mountain Street, Pasadena, [A Rehabilitation ufService Connections '^ ^ Metropolitan Water District 7DDNorth Alameda Street, 3rdFi,Los Angeles, C49OUl2-3844 $377,000.00 $470521.00 Brian M. May (009)392'5140 20-Dec'10 13 -Jun-1l AmirEskandnous , Metropolitan VVahe/ Distrid,4ttn: G|enYepez 7OONorth Alameda Street, 3rdFi Los Angeles, CA9OD12-2Q44,(9O9)]92'5l4O Metropolitan Water District, Attn: Brian May 70ONorth Alameda Street, 3rdFi Los Angeles, CA9OO12-2944,9Oy-392-5I4O(6-514O),bmay@mvvdh2Ozum. Metropolitan Water District, Attn: Brian May 7OONorth Alameda Street, 3rdFi Los Angeles, [A9UO12-2944,9Og'392'5140(6-5l4O),bmay@msdh2Ozom. Project No. 9X25,Foothill Law & Justice Center Fire Alarm Upgrade Rancho {ucomongo,{oUfornia" Fire Alarm Upgrade Project No. 9X25, Foothill Law & Justice {enter Fire Alarm Upgrade Rancho Cucamonga, California" County ofSan Bernardino 385North Arrowhead Ave, San Bernardino, LAy141G $377'000�00 $433,280.00 Paul De Armond (909) 387-3096 Jm '7 Fn'� (909 )387-5050 28-OUt-10 20Jun,I1 .'j .^��a .�z: K8ossad Rizko|b Design West Engineering 275VV.Hospitality Lane, Suite 2OO,San Bernardino, California 9]4O8 Tel: 9O9SAO.37OO'Fax: 9O9.89O-S77O, Email: info@designwes\engzom Paul DeArmond,Project Manager Architecture {kEngineering Department, Attn: Pau|DeArmond 3850.Arrowhead, 3nd,Fi,San Bernardino, LA92415-Ol84 (909)387-3096, Architecture& Engineering DeportmentAttn: SO5N.Arrowhead, 3rd.Floor, San Bernardino, [Ay]41S-0lO4 yO9'387'3O96,Fax 387-5O5O ' Bid #117ZBlue Light Phone Project, Rio Hondo Community College Rio Hondo Community College 3600 Workman Mill Road, Whittier, CA 90601 Blue Light Phone Project :Retaining Walls, Bollards, Tower Station Concrete Pads, Call Station Tuvvec-Moteria|, Call Station Wall, Mounts -Material, Tower Stotiuns'|nstoU,VVoU Mount Stations, Programming Labor, Call Station Test. Rio Hondo Community College 3600 Workman Mill Road, Whittier, CA 90601 $287'700.00 $255,36832 Samir Mehruto (562)463-3142 (562)463'4657 01-Apr-11 31-Oct-11 MusesKhoNi Program Management Team, Attn: Ken McElroy 36O0Workman Mill Road, Whittier, [AAO6O1 Phone: (S62)463'7ZSS,Fax (S62)463'46S7 Program Management Team, Attn: Ken McElroy ]6OOWorkman Mill Road, Whittier, [A9OGO2 Phone: (S6Z)4G]-7ZSS'Fax (56Z)46]-46S7 h u `c None `c International Polytechnic High School Contract No. 080789:10:2, International Polytechnic High School Bid Package #4—A/C Paving. International Polytechnic High School 3851 West Temple Avenue, Pomona, CA 91768 A/C Paving Los Angeles County Office ofEducation 9300 Imperial Highway, Downey, CA 90242 $279700.00 $293,959.00 Jy^u Jacqueline Brown O^ e' oc�[a (562)803'8478 (562)803'8218 14'Mar-11 Tim E| Gendy HVI[Archkects S546ConcoumStreet, Ontario, California 91764 (909)989,9979' F1909)483.1400 [VV.Driver, Attn: Gavin Sermon 468North Rosemead Blvd. Pasadena, [A911D7 Team Inspections, Michael 4gib 1131Coronet Dr, Riverside, C49]5O6 [O9y4HCarson Street Fence Project atLiberal Arts Campus Long Beach City [oUegeContractNumber [N22O33.8 Long Beach Community College District 4901 East Carson St. Long Beach, CA 90808 Carson Street Fence Poject:atLiberal Arts Campus Long BeachDustcontrol, Signage, Demolition Asphalt, Demolition Chain -link fence, Scarification and cnmpachon,Surveyor, New Steel Fencing, New Concrete flat work. Long Beach Community College District, 49OlEast Carson St. Long Beach, [A 90808 $277'000.00 $277,000.00 Nichu|asShambra (562)938-4947 (562)938-4069 ! /| � 1S�\pr<}y 20Jul-09 Tim Elgendy ' RMA[unsLructiun Services Inc. , Attn: Dana Morley 283VV.3Allen Ave San Dimas, [A91773 RM4Construction Services Inc. ,Attn: DanaModey Z83VV3Allen Ave San Dimas, CA91773 None 1126 Fire Alarms Replacement Phase U a{Santa Ana College Rancho Santiago Community College District Santa Ana College, 1S38West 17thStreet, Santa Ana, [A92708 Fire Alarms Replacement: Rough conduit, wiring and termination, fire alarm- material, Rancho Santiago Community College District 2323North Broadway, Santa Ana, [A 92706-1640 $247'700.00 $263,684.52 Darryl A.0dum (714)480'7513 (714)796'3907 27�u|�Y� 31'Dec-09 K4osesKha|i|i F&AArchitects, Attn: Andy Chan 117EColorado Blvd, 6thFi,Pasadena [A911O5 (626)351-2500f(626)351'2SI1andy@faaohitectszom SeviUecsConstruction Services, Attn: A|phonao0|mus 35HuQusAlley, Suite 210'Pasadena, [A9I1O3 Johnston Inspections, Inc. 7SSHawks View Way, FaUb/ook,California 92O2D-2670 T:(760)451'9448'F:(760)451'9896 • Contract No. 4661- Green Lane Pumping Plant, Installation of Standby Generator and Enclosure, County Sanitation District No. 2 of LA County Green Lane Pumping Plant 1928 Nelson Ave. Redondo Beach, CA 90278 Installation of the standby generator and construction of masonry enclosure, including construction of concrete pad, concrete masonry unit walls, replacement of existing sidewalk County Sanitation District No. 2, of Los Angeles County 1955 Workman Mill Road, Whittier, CA 90601- 1400 $208,350.00 :t $213,015.94 Kimberly S. Compton :;,: (562) 699-7411 (562) 699-5422 03-Jan-12 15-May-13 r. >. Ashraf El Said &Mina Rofaeel P2S Engineering, Inc. 5000 East Spring Street, 8th. FI., Long Beach, CA 90815-1275 Tel: (562) 497-2999, Fax: (562) 497-2990 . ? Sanitation District of La Angeles County, Attn: Mr. Oscar Morales 24501 South Figueroa Street, Carson, CA 90745, (310) 830-8050 Sanitation District of La Angeles County, Attn: Mr. Oscar Morales 24501 South Figueroa Street, Carson, CA 90745, (310) 830-8050 Projects ��� �7� Hand � | �~� References C[[-0188, Utilities Infrastructure Project Phase 2 Compton Community College District Compton Community College 1111E.Artesia 8|vd,Compton, [A98221 Compton Community College District Compton Community College District 1111E.Artesia Blvd, Compton, [A9O221 $18,177,788.08 Wayne Ward (318)988-1688 9&KEngineers 421E.Huntington Dr.,Monrovia, [A 91016 (626)930'1383 New PEComplex at[raftonHills College / . 11711 Sand Canyon Road, Yucaipa, California 92399 San Bernardino Community College District 114 South Del Rosa Drive San Bernardino, [A92488 � J $4,511,070.08 Xavier Rene Adrian / (909)435'4159 (909)794-8901 t .q 25% Steinberg Architects 523 W 6th Street, Suite 245 Los Angeles, CA 90014, 213.629.0500 Contract No. 4726, San Jose Creek Water Quality Laboratory HVAC System Upgrade, (Drawing No. JO-g-1206) � Uf, 1965 Workman Mill Rd., Whittier, CA, 90601-1415 County Sanitation District No. 2 of LA County 1955 Workman Mill Rood, Whittier, CA 90601-1400 _A �$3,827,700.00 Kimberly S. Compton a t ,'= o ,c (562) 699-7411 (562) 699-5422 50% County Sanitation District No. 2 of LA County 1955 Workman Mill Road, Whittier, CA 90601 "Purchase and Installation of Fire Alarm, Intercom and Clock System at Lee and Rogers Schools", Bid Schedule No. 02-1314/04 Bryant Elementary School, Stephens Middle School, Washington Middle School Long Beach Unified School District ..'_;2201 E. Market Street, Long Beach, CA 90805 Um/r�,, � ` o ,/'. $2,187,700.00 Ms. Beth A.Smith (562)663-3031 (562)634-5013 Started [5DADesign Group, Attn: Mr. John Culqui 4D61Glencoe Ave. Suite 8,Marina Del Rey, [A9O202 310.301.4783 Bid #1,Today'sFresh Start Charter School New K'6Campus Project 34O5VV.Imperial Highway, Inglewood, CA Tuday'sFresh Start Charter School 4S14Crenshaw B|vd,Los Angeles, CA 90043 $2,034,000.00 (323)206'1700 (323)293'0826 20% Martinez Architects, |nc,Attn: ]useSaavedra T: 310'306'4708 F:31O'3O6-O896 Email : ]useS@mar1inezarchitects.cum "Purchase and Installation of Fire Alarm, Intercom and Clock System at Lee: 16JUTemple Avenue, Long Beach, C49OQO4 Rogers: 36SMonrovia Ave, Long Beach, C49O8U3 Long Beach Unified School District JJU1E.Market Street, Long Beach, C49U8OS $1,110,800.00 Ms. Beth A. Smith (562)663-3031 (562)634'6013 10% CSDADesign Group, Attn: Mr. John Cu|qui 4061 Glencoe Ave. Suite B, Marina Del Rey, CA9UJ9Z 310.301.4783 Contract No. 177lSepulveda Feeder Stray Current Mitigation, Specifications No. l736 Various Locations 0-.Y�' " "" Cl ", Metropolitan Water District of Southern California 7OUN.Alameda Street, Los Angeles, C49OO12 $878,500.00 Donald [.Slider (213)217'7184 60% Metropolitan Water District nfSouthern California Designed: K. Collins Checked: M. Bushyeager RD233-Athens South lPhase 2,Parkway Concrete Maintenance, S.LA, VV.0.:lZ15'301.00 Century Blvd. tol09thSt,NnnnandieAve. tnVermont Ave. County ofLos Angeles, Department ofPublic Works `V 9OOSouth Fremont Ave,Alhambra, U\918O3-lIIl $767,497.92 Ms. Anna Gabriel Lnri^ ^�un` (310)348-6U884 Started County nfLos Angeles, Department ofPublic Works Imperial Middle School East and West Courtyards & Marquees for Washington and Imperial Middle Schools, PIN BO7'20l3" VVashingtunM.S.: 7l6ELaHabra Blvd, LaHabra, U\9O631 Imperial K4.S.: l4SOSouth School Wood D/LaHabra, [A90631 La Habra City School District SUONWalnut St, LaHabra, [A9063l,(56Z)690'23OS $437'700.80 David VV.Decker (323) 543-8300 (323) 543-8198 43% TDM Architects inc. 930 Colorado Blvd, Los Angeles, CA 90041, (323) 254-9200 FV129205, Main Kitchen Transformer Upgrade Proiect Number: 12 SIR #4, Contract Number: FV129205 Fairview Developmental Center, specifically 2501 Harbor Blvd., Costa Mesa, CA 92626. Fairview Developmental Center, specifically 2501 Harbor Blvd., Costa Mesa, CA 92626. $147,000.00 Kelly Vu (714) 957-5213 Per- Construction Meeting Department of Developmental Services, specifically Fairview Developmental Center Department of Developmental Services 2501 Harbor Blvd., Costa Mesa, CA 92626 izu"soix'"riON OF INJINAKO AMERICA CORPORATION DBA CONSTRUCTION Whereas, the Board ot'Directors of Minako America Corporation convened on November 1. 2004-1 and Whereas, by unanimous vote aL1thO1_jZCd RCI_aaa 1v41na. its President and Secretary of the corporation. to sign On behalf of the corporation. RESOLVED, that the Chairman of the Mir(]. the President and any Vice President of the corporation be, and that each of them hereby Is, authorized to execute any and all documents necessary for the transaction of corporate business, Including but not limited to contracts, bonds, leases, loans and documents of title: and that said officers and the corporation agree to be bound by the execution of' any obligations executed by said officers. IN WITNESS WHEREOF, Minzako America Corporation, dba, MIFICO Construction, has caused these presents to he sTmcd by its respective ]'resident and attested by its Scuctary this I" (lay of November, '2004. IfVfiiia, President ATTEST: Se retard' 248/226 IL SECRETARY OF STNIT 11. BILL JONES, Secretay of St-a-'t'e-'(--)f, the"'State of CAfornia, hei-eby certify-. That the attached transcript of page(s) has been compared with the record c-)n file in this office, of which it purports to be a copy, and that it is full, true and c(--)rrect. 7.,"VESS WJUEREOJI,'I cvcute, this I-Wicatu and affix trig' Cireat Scat of State Of Calif(.1)n-fis-I this day of Sf�rt-,Iar:v of St;ite I ARTICLES OF INCORPORATION OF ENDORSED -FILED Minako America Corporation in tie officanct ' of state Cal51_*1!"4'nf C��!Iforni-1 OCT 0 1200Z BILL JCNE_W.It�" tgryoist�',G! e!�6 I The name of this corporation is Minako, America Corporation The purpose of this corporation is to engage in any law-ful act or activity for which a corporation may be organized under the General Corporation Law of California other than the banking business, the trust company business or the practice of a profession permitted to be incorporated by the California Corporations Code. The name and address in the State of California of this corporation's initial agent for service of process is�.Mark,:D::Holnies, 301 E. Ocean Boulevard, Suite 550, Long Beach,. CA,9080Z,_..-- IV This corporation is authorized to issue only one class of shares of stock,- and the total number of shares that this corporation is authorized to issue is 1,000,000, WA All of the corporation's issued shares of stock of all classes shall be held of record by not more than thirty-five persons. The corporation is a close corporation. VI The iiability of the directors of this, corporation for monetary- 'damages shall be eliminated to the fullest extent permissible under California law. VII The corporation is authorized to provide indemnification of agents (as defined in Section 317 of the Corporations Code) for breach of duty to the corporation and its stockholders through bylaw provisions or through agreements with the agents, or both, in excess of the indemnification otherwise permitted by Section 317 of the Corporations Code, subject to the limits on such excess indemnification set forth in Section 204 of the Corporations Code. Dated: September 26, 2002 Mark Holmes, Incorporator I hereby declare that I am the person foregoing Articles of Incorporation, which execution is f�� and deed. Mark Holmes, Incorporator Slab 01 CF CC) 1'-'-T R-A-C 7 0 R.S X57��, STATE LICEwQE BOARD, A-ClIVE LICEN'Sn. E 612429 C' (D P P MINA.KO PIMERICA, CORPOR/- Tjorj DBP, NAINCO CONSTRUCTlofj AFC C -10 Fj G9/3M ) 014A C City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For BEACH BOULEVARD SEWERIMPROVEMENTS CC NO. 1443 in the CITY OF HUNTINGTON BEACH December 12, 2013 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) FINAL SIGNED TRAFFIC CONTROL PLANS Signed Final Traffic Control Plans are essentially the same as Draft Traffic Control Plans at the time of initial advertisement with exemption of changes on the following sheets: A. Sheet No. TC 9 adds that work on Ellis Avenue is daytime and an additional sign is required East of Patterson Lane on Ellis Avenue. B. Sheet No. TC 15 adds that Contractor is required to notify Caltrans Traffic Operations for signal timing modifications at least one week prior to construction and to provide flaggers for pedestrian crossing during intersection work. 2) CLARIFICATION PER SPECIFICATION IN SECTION 6-9 THAT LIQUIDATED DAMAGES IS PER CALENDER DAY. 3) UPDATED BID SCHEDULE -ADDENDUM NO. 1 PROVIDING REVISION TO AN ITEM AND CHANGE IN QUANTITIES FOR TWO ITEMS ON BID SCHEDULE A. Bid Item No. 11 Contract Quantity is now 14 as sewer manholes #10, #13, and #14 on Plans are now with poured base. B. Bid Item No. 12 Contract Quantity is now 4 as sewer manholes #10, #13, and #14 on Plans are now with poured base. C. Bid Item No. 15 now reads "Furnish all labor, material and equipment to install new lateral to connect existing sewer lateral from to be abandoned 8-inch sewer pipe to existing 10-inch sewer pipe, including but not limited to sawcutting, unclassified excavation and disposal, shoring, AC and AB for trench repair, and plug existing abandoned lateral with sand and concrete." G.\Construction Contracts (CCs)\CC 1443 Beach Blvd. Sewer Replacement\Ebidboard\Addendums\Addendum Number One.doc Award will be based on SECTION C that includes the most up to date bid schedule and acknowledging all Addendums. �- This is to acknowledge receipt and review of Addendum Number On��ed Doember 12,��2013. Minako America Corporation dba Minco Construction (/ / / V Company Name y Refaat H ina, President 1219/2013 Date All bidders must acknowledge and include the receipt of this Addendunj wit f your bid iproposal. Should you have any questions regarding this Addendum, please call Joseph Fuelte/at (714) 536-5431. G.\Construction Contracts (CCs)\CC1443 Beach Blvd. Sewer Replacement\Ebidboard\Addendums\Addendum Number One.doc THE AMERICAN INSTITUTE OF ARCHITECTS Bond Number: MINAM-1004 AtA DocumentA310 KNOW ALL MEN BY THESE PRESENTS. that.we Minako America Corporation dba Minco Construction 522 E. Airline Way Gardena , CA 90248 as Principal, hereinafter called the Principal, and Travelers Casualty and Surety Company of America 21688 Gateway Center Dr. Diamond Bar , CA 91765 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 2000 Main St., Huntington Beach, CA 92648 as Obligee, hereinafter called the Obligee, in the sum of Ten Percent of Amount Bid Dollars ($ 10% of Amount Bid for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for: Beach Boulevard Sewer Improvements CC No. 1443 in the City of Huntington Beach 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 specked 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 Obigee 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 20th day of December, 2013 Minako America Corporation dba Minco Construction (Prr ipao (Seal) (witness) -f-AAf /y`aq (Title) fj1Q',—_SriDL,v- Travel- Ca alty and Surety Company of America 1 tyJ (Seal) (Inkiness) Arturo Ayal e) Attomey-in-Fact AIA DOCUMENTA310 -BID BOND - AIA Q - FEBRUARY 1970 ED - THEAMERICAN INSTITUTE OF ARCHrrECTS; 1735 N-Y. AVE., N.W., WASHINGTON, D.C.20005 't CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA County of _ Orange On 12/20/13 before me, Susan Pugh, Notary Public Date Here Insert Name and Title of the Officer personally appeared Arturo Yi -UGH yiro�� = .?.iNIY a ;OLCSApr29,20` 3 Place Notary Seal Above Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(x) whose name(r is/:tee subscribed to the within instrument and acknowledged to me that he/she executed the same in his/h9cAbek authorized capacity(), and that by his/brer#hk signature(x) on the instrument the person(&), or the entity upon behalf of which the person(x) 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 of Notary Publ Susan Pugh OPTIONAL "hough 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: 12/20/13 Number of Pages: One Signer(s) Other Than Named Above Capacity(ies) Claimed by Signer(s) Signer's Name: Arturo Ayala ❑ Individual ❑ Corporate Officer—Title(s): ❑ Partner — ❑ Limited ❑ General l� Attorney in Fact ❑ Trustee ❑ Guardian or Conservator Signer Is Representing: Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s) _ ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator Signer Is Representing: 0 2007 National Notary Association - 9350 De Soto Ave.. P.O. Box 2402 - Chatsworth, CA 91313-2402 - www.NationalNotaryorg Item fi 5907 Reorder: Call Toll -Free 1-800-876-6827 CALIFORNIAALL-PURPOSE ACKNOWLEDGMENT p�4�.s�.'t�,"�'.>�.-^�.'g • >S.�.'S .Js���..= 5�.•�.'.. R. 4 t g g � �.• .•i,.--�.'S > .. S > > .v!�.,.�.�_-�,'>�S 5; :�.;��:%�'.� : S 4 .;:�5 S • .�. State of California County of Los Angeles On 12/23/2013 before me, "Raffi Varooj Thomassian, Notary Public" Date Here Insert Name and Title of the Officer personally appeared Refaat H Mina Name(s) of Signer(s) RAFFI VAROOJ THOMASSIAN Commission # 1975125 a Notary Public - California z z- Z t.. `' Los Angeles County D My Comm. Expires May 12, 2016 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) istare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in histhw/their authorized capacity(ies), and that by his/hcr/tNe_k signature(&) on the instrument the person(a), 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 off' ial seal. Signature I�u"i 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: BID BOND Document Date: 12/20/2013 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Refaat H Mina ❑ Individual ■ ■ ■ ■ Corporate Officer —Title(s): President Partner — ❑ Limited ❑ General Attorney in Fact Trustee Guardian or Conservator ❑ Other: Signer is Representing: RIGHTTHUMBPRINT OF SIGNER .. . thumb here Number of Pages: One Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): _ ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: RIGHTTHUMBPR4VT OF_..SIGNER .. of lhumb here .�✓t�,<�✓:�✓:�✓.:�.:�✓ti.�.:�',.�.:�✓:�✓.<�✓..�_ s�'✓,_yv_ �';5�✓.S�:j�:�%.<C_✓,.j';:j✓S�.j✓.�✓.�✓:�✓.:�:5�✓ � �:�:j✓..j':.�✓=%�1v_ j✓:C✓S�✓,.:�✓sj✓.�✓ �� .: :�.: WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Bond No. MINAM-1004 TRAVELERSJ Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 224195 Certificate No. 005555091 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty 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, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, 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 Daniel Huckabay, Arturo Ayala, and Dwight Reilly of the City of Orange , State of California , their true and lawful Attomey(s)-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 9th day of July 2013 Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. 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 �,uonny6 nµ N INSU \tY AN Q.6 �Q >v:�� 34 Ci [i 1NCORFOR4TFD� i= �r•LORPORA>F m im.`GORPORA>f p, ° t�1,►S�\a "+ WJi7FOH0.t � < � CONN. °QN �896 ' a... ......a',r' edi ass; S State of Connecticut City of Hartford ss. By: Robert L. Raney, enior Vice President On this the 9th day of July 2013 before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., 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, 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 by himself as a duly authorized officer. C.Ter, In Witness Whereof, I hereunto set my hand and official seal. � My Commission expires the 30th day of June, 2016. 0. "•wtC��'$ Marie C. Tetreault, Notary Public 58440-8-12 Printed in U.S.A. City ®f Huntington Beach 2000 Main Street ® Huntington Beach, CA 92648 (714) 536-5227 0 www.huntingtonbeachca.gov Office of the City Clerk Joan L. Flynn, City Clerk February 3, 2014 Mladen Buntich Construction, Inc. 1500 W. 9th Street Upland, CA 91786 RE: Beach Blvd. Sewer Project — CC-1443 Enclosed please find your original bid bond for CC-1443. Sincerely, Joan L. Flynn, CIVIC City Clerk JF:pe Enclosure Sister Cities: Anjo, Japan 0 Waitakere, New Zealand 0 M General Engineering Contractor 1500 W. 9th St. Upland, CA 91786 (909) Fax(909) 9 A, 3P T' J I,— W T 'ug "0'11�10 Elf- Aq "�'V F City of Huntington Beach 2000 Main Street Zit ,36 Huntington Beach, CA 92648 BID PROPOSAL FOR: Beach Boulevard Sewer Improvements From Ellis Ave. to Slater Ave. CC No. 1443 BID DATE: December 23, 2013 at 2:00 pmra City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For BEACH BOULEVARD SEWER IMPROVEMENTS CC NO. 1443 in the CITY OF HUNTINGTON BEACH December 12, 2013 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) FINAL SIGNED TRAFFIC CONTROL PLANS Signed Final Traffic Control Plans are essentially the same as Draft Traffic Control Plans at the time of initial advertisement with exemption of changes on the following sheets: A. Sheet No. TC 9 adds that work on Ellis Avenue is daytime and an additional sign is required East of Patterson Lane on Ellis Avenue. B. Sheet No. TC 16 adds that Contractor is required to notify Caltrans Traffic Operations for signal timing modifications at least one week prior to construction and to provide flaggers for pedestrian crossing during intersection work. 2) CLARIFICATION PER SPECIFICATION IN SECTION 6-9 THAT LIQUIDATED DAMAGES IS PER CALENDER DAY. 3) UPDATED BID SCHEDULE -ADDENDUM NO. 1 PROVIDING REVISION TO AN ITEM AND CHANGE IN QUANTITIES FOR TWO ITEMS ON BID SCHEDULE A. Bid Item No. 11 Contract Quantity is now 14 as sewer manholes #10, #13, and #14 on Plans are now with poured base. B. Bid Item No. 12 Contract Quantity is now 4 as sewer manholes #10, #13, and #14 on Plans are now with poured base. C. Bid item No.16 now reads "Furnish all labor, material and equipment to install new lateral to connect existing sewer lateral from to be abandoned 8-inch sewer pipe to existing 10-inch sewer pipe, including but not limited to sawcutting, unclassified excavation and disposal, shoring, AC and AB for trench repair, and plug existing abandoned lateral with sand and concrete." GAConstruction Contracts (CCs)\CC 1443 Beach Blvd. Sewer Replacement\Ebidboard\Addendums\Addendum Number One.doc Award will be based on SECTION C that includes the mos ri7� ate bid schedule and acknowledging all Addendums. This is to acknowledge receipt and review of Addendum Number One ted c tuber 12, 2013. Company Name B Date ` • ! S All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Joseph Fuentes at (714) 536-5431. GAConstruction Contracts (CCs)\CC 1443 Beach Blvd. Sewer Replacement\Ebidboard\Addendums\Addendum Number Cme.doc SECTION C PROPOSAL for the construction of BEACH BOULEVARD SEWER IMPROVEMENTS from ELLIS AVENUE TO SLATER AVENUE CC No. 1443 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 undersigned agrees to complete the work within 110 working days, starting from the date of the Notice to Proceed. 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. C-1 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 51D Ntb in the amount of $ 101 cw40 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 -ADDENDUM NO. 1 CC-1443 item .. . .::::::antrt .... ::: ;.::::::::: iJrHt ° .. .. Fxtetutod iNo::::::::::::::::::::::17ti#tiiie> _ Ctuaiitity :::::.Unit Price ... . : , Amount Furnish all labor, materials and �• C70 1 equipment to mobilize, demobilize, clean up of construction site, including but not 1 LS iT"' 1$ 4� I�DO• tk limited to providing all bonds, insurances, and obtaining all permits. Survey and identify existing inverts of a1P p� five existing manholes to verify design. � �� 2 Prepare and submit it to the Engineers 3 1 LS $mil $ t .D weeks prior to construction. Furnish all labor, material, and equipment to provide public •9 3 convenience, safety and traffic control 1 LS $ � �0 4_04C� $ 0 0^ per traffic control plan; including but not limited to signs, CMS warning devices, delineators, and trench plate bridging. Furnish all labor, material, and equipment to provide trench and unclassified excavation safety measures including shoring plans prepared by a California Registered Structural Engineer, including any additional CPO oa 4 geotechnical work performed by the 1 LS �Q $ fl $ ®per Contractor to provide trench and unclassified excavation safety for the protection of life and limb in trenches and open unclassified excavation in conformance with applicable safety orders. Furnish all labor, material, and equipment necessary to maintain sewer flows throughout entire construction 5 period. This is including but not limited to 1 LS $ ��0. ' S �p • db $ any temporary by-pass pumping, by-pass piping, vactor trucks, temporary plugs, permanent plugs, and other appurtenances. Prepare, obtain approval, and implement a Water Pollution Control Plan (WPCP) 6 with approval from Caltrans and Agency prior to any Construction; Item includes 1 LS r�o $ ZO�pj"- 00 $ the hiring a certified Water Pollution Manager (WPC). Furnish all labor, materials and equipment necessary to construct 8-inch o0 a0 Diameter PVC SDR 26 pipe, including 24 LF �J $ �Ty $ 3 3,1o, o ... but not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. C-2.1(ADDENDUM NO. 1) PROJECT BID SCHEDULE -ADDENDUM NO. 1 CC-1443 ►.. .... ... - ::. ...... .. 4orltrt ... rti' x . Na Des�ti da kiant�ty Uryit . ; C�n,We , : Amount Furnish all labor, materials and equipment necessary to construct 12- 8 inch Diameter PVC SDR 26 pipe, 446 LF $ $ ZAL980 , including but not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. Furnish all labor, materials and equipment necessary to construct 15- 9 inch Diameter PVC SDR 26 pipe, 5118 LF $ ! 00. 00 $ Zi yi Z�0 including but not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. Furnish all labor, materials and equipment necessary to construct 24- vd �o 10 inch Diameter PVC SDR 26 pipe, 104 LF $� $ too 6�© including but not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. Furnish all labor, material and equipment necessary to construct precast 4-foot Diameter Sewer Manhole with lining and 11 field poured reinforced concrete base, 14 EA (� $ Z l p L $ A �� 1 including but not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for for trench repair. Furnish all labor, material and equipment necessary to construct precast 4-foot Diameter Sewer Manhole with lining and o0 00 12 precast reinforced concrete base, 4 EA $ 2�0 —' $ including but not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for for trench repair. Furnish all labor, material and equipment necessary to connect new sewer pipe to existing manhole, including but not �D 13 limited to maintaining existing flows, core 2 EA $ SOO ^ $ ) q 6co drill existing sewer manhole, modify and re -channel the manhole channel base, and rehabilitate manhole. Furnish all labor, material and equipment necessary to construct 7-foot Diameter Sewer Manhole with lining per OCSD ♦O o0 14 Standard, including but not limited to, 1 EA $ l 7 �f7 "- $ 7 ©BQ sawcutting, unclassified excavation and disposal, shoring, AC, and AB for for trench repair. C-2.2 (ADDENDUM NO. l) PROJECT BID SCHEDULE -ADDENDUM NO. 1 CC-1443 ate::::::::. ....... ..... ::::. .:.':. € ...:...:.......:.:.... :. ... .. Coiltrat:.:.:.:...... .. iJtti' ......... _ Extetrtld......::' 146 Des�tip aiz :.: iiaiit�jt =:U»if ::::: Pnc .. Amount Furnish all labor, material and equipment to install new lateral to connect existing sewer lateral from to be abandoned 8- inch sewer pipe to existing 10-inch sewer 00 bo 15 pipe, including but not limited to 4 EA $ t{1!500 "_ $ sawcutting, unclassified excavation and disposal, shoring, AC and AB for trench repair, and plug existing abandoned lateral with sand and concrete. Furnish all labor, material and equipment to install new lateral to connect existing sewer lateral to newly installed sewer 00 oD pipe, including but not limited to _. tj v 16 sawcutting, unclassified excavation and 3 EA $ $ ` 1 disposal, shoring, curb, gutter, sidewalk, AC and AB for trench repair, and plug existing abandoned lateral with sand and concrete. Furnish all labor, material and equipment to install new 8-inch Diameter PVC SDR 26 pipe with repair couplings in an 17 abandoned manhole, including but not limited to sawcutting, unclassified 1 EA $ �l $ D� excavation and disposal, shoring, concrete encasement, AC, and AB for trench repair. Furnish all labor, materials and equipment necessary to construct by oe 18 removing existing 8" VCP sewer and install 8-inch PVC SDR 26 pipe, 37 LF 00 $ Z ^ $ 1W including but not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. Furnish all labor, materials and equipment to cut and remove a segment ®G of existing pipe in newly installed 2 19 manholes to put manhole into operation, 6 EA $ 1 $ including but not limited to disposal, grinding, and providing water tight connection. Furnish all labor, material and equipment necessary to abandon existing 8" sewer line in and fill pipe void with sand, r. 20 capped with concrete, including but not 900 LF $ (z' $ limited to sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. C-2.3 (ADDENDUM NO. 1) PROJECT BID SCHEDULE -ADDENDUM NO. 1 CC-1443 ........................ .............. �ontra�# . - ` ......:.. iJn�t' ......rc ed No DesCT 0.oii C iiaritity . Unit . _ Price : - :: Arooiant Furnish all labor, material and equipment necessary to abandon existing 10" sewer oa 21 line in and fill pipe void with sand, capped with concrete, including but not 55 LF ape $ -� $_S limited to sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. Furnish all labor, material and equipment to abandon existing manholes and bases, including but not limited to 22 sawcutting, unclassified excavation and 6 EA $ �,�� $ disposal, shoring, sand, cement -sand slurry, AC, and AB for trench repair and backfill. Furnish all labor, material and equipment necessary to abandon portion of existing sewer lateral and fill pipe void with sand, o® 00 23 capped with concrete, including but not 3 EA $ L{� $pp 66 $ l�� q limited to sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. Furnish all labor, material and equipment 24 necessary to remove and replace Caltrans detector loops, including but not 38 EA $q0to $ 14Zr limited to disposal, and AC for street repair. Furnish all labor, materials and equipment necessary to cold mill 0.12' 25 AC, including but not limited to hauling 58,900 SF $ $ and disposal of AC and other debris from cold milling. Furnish all labor, materials and ^tD Lf 68 % 26 equipment necessary to install ARHM 1AC 570 TN $`, 0.12' thick in cold mill areas. Total Amount Bid, BASIS OF AWARD *: $ 6141 . Op Total Amount Bid in Words: tQ rh ' h vn 4r•e d ti J4 *Notes: All extensions of unit prices will be subject to verification by Owner. In case verification is required 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. Refer to Section 9, Measure and Payment for description of each Item on Bid Schedules. C-2.4 (ADDENDUM NO. 1) 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 or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid Item(s) Name and Address of Subcontractor State License Number Class Kollar Amount % of Contract 15 12G All A m t.r ► cyv% P vvt .14- �, LA —00 . 6 s�- • 11,1 two- �� Z •�. 11(2 ty o(lovt prcc40 o>• 22��t W. V f 4A IM-1- �SdZ�40 130,000.00 3/ f!rlg,Jy zCb'®n � z a u Ne, � a. - Gh 577� (fY3 , . c� 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-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on211) - 0, at AN , gar - Date City State osi 3 4�r. i�bo•a , being first duly sworn, deposes and says that he or she is f4pffgMW of Ml.a0&4t3*4-jo+ Gam?. Co.104he party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Name of Bidder Sigifature of ••- ISm W-gT#5e. 4! •gsi� Address of Bidder C-4 UTILITY AGREEMENT HONORABLE MAYOR AND CITE' COUNCIL CITE' 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 BEACH BOULEVARD SEWER IM[PROVEM[ENTS, (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: t Z - 2'S' 13 C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, 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 )kNo 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-6 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: 1Z -'Zi-12) C-7 Title BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder Name 1 50 14. Business Address City, State Zip (Q 0q) 'ago, Telephone Number S324-04 • A State Contractor's License No. and Class 4• ta•W Original Date Issued 4-'"•4 Expiration Date The work site was inspected by'1( .. of our office on e. 2 r , 201-5. The following are persons, firms, and corporations having a principal interest in this proposal: MM `= '► �- [off-] 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. �rr �• �T$fdSRl �Gi2P�0R'ti= Printed or Typed Signature 26 Subscribed and sworn to before me this Z day of r O&OW. , 2015. NOTARY PUBLIC NOTARY SEAL Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of sanitary sewer line installation of at least of 1,000 of 8-inch and greater in public right-of-way. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: 1. " ' ATi'n4� S Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 2. Name and Address of Public Agency Name and Telephone No. of Project Manager: C-9 CALIFORNIA JURAT WITH AFFIANT STATEMENT [X 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 SAN BERNARDINO MARCIA COGAN Commission # 1914247 z aQ Notary Public - California z zSan Bernardino County My Comm. Expires Dec 21, 2014 Signature of Document Signer No. 2 (if any) -�- Subscribed and sworn to (or affirmed) before me on this 23id day of DECEMBER 2013 , by Date Month Year {1> SCOTT PETERSON Name of Signer proved to me on the basis of satisfactory evidence to be the person who appeared before me (.) (2) Name of Signer proved n he basis �f satisfa tory evidence to be the per / ho appeared bef me.) Signature Place Notary Seal Above 1 / OPTIONAL \ / Though the information below is not required by tat4% it may prove valuable to persons relying on the document and could prevent ® s Top of thumb here fraudulent removal and reattachment of this form to another document. Top of thumb here Further Description of Any Attached Document » BID PROPOSAL FORM Title Type Document:• �,� or of - " .'`>' DECEMBER 23 2013 � � `Kr.. Document Date: Number of Pages: 4- {{ Signer(s) Other Than Named Above: N/A +;xw'.t. / ©2007National Notary Association -9350DeSolo Ave.,P.O.Box 2402-Chatsworth. CA91313-2402-www.NationaiNotary.org Item#5910 Reorder Call Toll -Free 1-800-876-6827 Miaden Buntich Construction Company, Inc. Job References -Work in Progress 2013 Name of Owner Type of Work Year Work Contract Completed Amount City of Oxnard 1060 Pacific Avenue, Bldg. 2 10,595 LF (In Progress) Oxnard, Ca. 93030 42"/36" CML&C Attn: Patricia Friend 805-385-8360 Microtunnel/Open Cut Hueneme Road Recycled Water Pipeline Water Pipeline 2013 $5,695,900 City of Los Angeles Department of Water & Power 1 1 1 N. Hope Street 4,000 LF (In Progress) Los Angeles, Ca. 90012 96"-24" CML&C Attn: Mr. Gust Soteropulos PE 213-239-2800 Open Cut Silver Lake Reservoir Site Piping Water Pipeline 2014 $13,786,000 City of Los Angeles Department of Water & Power 1 1 1 N. Hope Street 50'x30'x60' Deep Access Shafts (In Progress) Los Angeles, Ca. 90012 96" CML&C Attn: Mr. Jeff Maffei 920-583-3132 Tunnel Access Shafts Silver Lake Reservoir Tunnel Water Pipeline 2014 $1,780,000 Confidential Page 1 12/20/2013 Mladen Buntich Construction Co., Inc. Job References for Work Completed 2005-2012 Name of Owner Type of Work Year Work Contract Completed Amount Los Angeles County Sanitation District 1955 Workman Mill Road Whittier, Ca. 90601 8158 LF Attn: Mr. Tommy Sung 562-699-7411 90" RGRCP Joint Outfall "H" Interceptor Sewer Sewer Pipeline 2005 $15,626,369 Irvine Ranch Water District 15600 Sand Canyon Avenue Irvine, Ca. 92718 3,100 LF Tunnel/Microtunnel Attn: Mr. Bill Stewart 714-453-5610 36" HOBAS Jeffrey Road Sewer Pipeline 2005 $4,827,000 County of Los Angeles -Department of Public Works 900 South Fremont Avenue 2,155 LF Tunnel/Microtunnel Alhambra, Ca. 91803 78"/84" RGRCP Attn: Mr. James Enriquez 626-458-7844 Hollyhills Drain Unit 8B (Phase 1) Storm Drain 2005 $5,240,903 Metropolitan Water District of Southern California 700 Moreno Avenue 1,800 LF La Verne, Ca. 91750 54" CML&C Attn: Mr. Paul R. Weston 909-392-5374 Tunnel/Open Cut Yorba Linda Bypass Feeder Water Pipeline 2006 $6,194,797 Reyes Construction, Inc. 1383 S. Signal Drive Pomona, Ca. 91766 15,000 LF Attn: Mr. Joe Reyes 909-622-2259 24" CML&C Madrona Pipeline Water Pipeline 2006 $9,900,000 Los Angeles County Sanitation District 1955 Workman Mill Road 1900 LF Whittier, Ca. 90601 27"/36" VCP Attn: Mr. Tommy Sung 562-699-7411 Open Cut District No. 21 Trunk Sewer Sewer Pipeline 2006 $856,000 Los Angeles County Sanitation District 1955 Workman Mill Road 8000 LF Whittier, Ca. 90601 120" Diameter SPR Liner Attn: Mr. Tommy Sung 562-699-7411 Rehabilitation Joint Outfall "A" Trunk Sewer Sewer Pipeline 2006 $12,047,754 Orange County Sanitation District P.O. Box 8127 Fountain Valley, Ca. 92728 1500 LF Attn: Mr. John Linder 714-962-2411 36" VCP Newport Beach Pump Station Sewer Pipeline Sewer Pipeline 2006 $1,325,000 City of Anaheim 200 South Anaheim Blvd. 2770 LF Anaheim, Ca. 92805 18" VCP Attn: Mr. Stephen Stoewer 714-765-4338 Open Cut Lincoln Avenue Relief Sewer Sewer Pipeline 2007 $2,476,000 Metropolitan Water District of Southern California 700 Moreno Avenue 40 LF La Verne, Ca. 91750 201" CML&C Attn: Mr. Vinod Kashyap PE 909-392-5060 Open Cut Foothill Feeder Pipeline Repair Water Pipeline 2007 $2,511,000 Confidential Page 1 12/20/2013 Mladen Buntich Construction Co., Inc. Job References for Work Completed 2005-2012 Name of Owner Type of Work Year Work Contract Completed Amount City of Los Angeles 600 S. Spring Street 300 LF Los Angeles, Ca. 90014 36" VCP Attn: Mr. Keith Hanks 213-485-1694 Open Cut/Tunnel Slauson/Van Ness COS Sewer Diversion Sewer Pipeline 2007 $2,858,500 City of Santa Monica 1685 Main Street 1900 LF Santa Monica, Ca. 90401 27"/36" VCP Attn: Eugenia Chusid 310-434-2618 Open Cut Montana/Wilshire Storm Water Diversion Storm Drain Diversion 2008 $4,081,450 City of Garden Grove 13802 Newhope Street 4400 LF Garden Grove, Ca. 92843 15"/24"" VCP Attn: Mr. Sam Kim PE 714-741-5977 Open Cut Chapman Avenue Sewer Sewer Pipeline 2009 $2,312,473 Los Angeles County Sanitation District 1955 Workman Mill Road 9200 LF Whittier, Ca. 90601 90"/84" RCP Attn: Mr. Tommy Sung PE 562-699-7411 Tunnel/Open Cut Joint Outfall "H" Unit 1B Section 4 Sewer Pipeline 2009 $34,498,912 City of Los Angeles 600 S. Spring Street 12,000 LF Los Angeles, Ca. 90014 42" VCP/114" Tunnel Attn: Mr. Keith Hanks PE 213-485-1694 Open Cut/EPB Tunnel/Microtunnel Avenue 45 & Arroyo Drive Relief Sewer Sewer Pipeline 2010 $44,798,131 Orange County Sanitation District 10844 Ellis Avenue 6,800 LF Fountain Valley, Ca. 92708 42" HDPE/102" Tunnel Attn: Mr. Gary V. Prater 714-593-7589 Open Cut/Microtunnel Newport Trunk Sewer Sewer Pipeline 2010 $17,946,908 City of Port Hueneme 250 North Ventura Road 800 LF Port Hueneme, Ca. 93041 36" Meyer Pipe Attn: Mr. Kit Nell PE 805-986-6658 Microtunnel J Station Elimination Sewer Pipeline 2010 $2,500,000 Pepperdine University 24255 Pacific Coast Highway 48,000 LF Malibu, Ca. 90263 6" DIP Attn: Mr. Austin Oakes 310-506-4604 Slip Liner/Open Cut Rehabilitation of Wastewater Pipelines Sewer Pipeline 2010 $5,990,000 Lake Elsinore Municipal Water District 31315 Chaney Street 20,000 LF Lake Elsinore, Ca. 92531 54"RCP Attn: Mr. Paul Carver PE 951-674-3146 Microtunnel/Open Cut Lakeshore Trunk Sewer -North Reach Sewer Pipeline 2011 $29,635,948 Confidential Page 2 12/20/2013 Mladen Buntich Construction Co., Inc. Job References for Work Completed 2005-2012 Name of Owner Type of Work Year Work Contract Completed Amount Calleguas Municipal Water District 2100 Olsen Road 11,784 LF Thousand Oaks, Ca. 91360 30" CML&C Attn: Mr. Robert Beamer PE 805-526-9323 Open Cut/Microtunnel Salinity Management Pipeline Phase 2A Water Pipeline 2012 $5,632,000 Department of Water & Power 1 1 1 North Hope Street 1,050 LF Los Angeles, Ca. 90012 60" CML&C Attn: Mr. Stephan Tucker 213-367-1228 Tunnel/Open Cut First Street Trunk Line Pipe Jacking Project Water Pipeline 2012 $2,469,820 City of Los Angeles 600 S. Spring Street 6,325 LF Los Angeles, Ca. 90014 66" Reinforced Polymer Mortar Pipe Attn: Mr. Keith Hanks PE 213-847-8770 Slipliner 4t"Ave & Siauson Ave Sewer Rehabilitation Sewer Pipeline 2013 $6,737,715 Confidential Page 3 12/20/2013 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Provide additional project description to show similar work: C-10 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. L6 & i ..D66- � 13 Name of proposed Project Manager Telephone No. of proposed Project Manager: qnq -q7O PA44%uuw. -444;10ea3l Ste. Z010 Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Date Completed 2. -%h Name of proposed Superintendent Telephone No. of proposed Superintendent: qpq - 920.4ig71 Aq(v4S ,6Ouk4A -#44,-'48.t3i 166 t Zoso Project Name & Contract Amount Type of Work Date Completed 1.A-14(�*426T AWI56VJC-*Z9,(,P3Sq4e 2611 Project Name & Contract Amount Type of Work Date Completed -1. lwEr l -7115 Imo.. 2A 3 AO ir Project Name & Contract Amount Type of Work Date Completed C-11 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 KNOW ALL MEN BY THESE PRESENTS, that we MLADEN BUNTICH CONSTRUCTION CO., INC. as Principal, hereinafter called the Principal, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation duly organized under the laws of the State of MARYLAND as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF HUNTINGTON BEACH as Obligee, hereinafter called the Obligee, in the sum of Ten Percent of the Amount of the Accompanying Bid Dollars ($ 10 0 ), 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 BEACH BOULEVARD SEWER IMPROVEMENTS FROM ELLIS AVENUE TO SLATER AVENUE CC NO. 1443 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, other -wise to remain in full force and effect. Signed and sealed this 12TH day of 0�" �ML ttness) DECEMBER 4-92013 NBNTICH CONSTRUCTI01' CO., INC. (Principal) (Seal) (Title) FIDELITY AND DEPOSIT COMPANY OF MARYLAND (Surety) (Se a1) (Witness) CHARISE EBERHAR (Title). Attorney -in -Fact AIA DOCUMENT A310 • BID BOND \AIA 0 • FEBRUARY 1970 ED • THE AMERICAN 1 INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D. C. 20006 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT --r=c-,..c�^=r_ --"=c=.,cr=~_�:=�"cr�ch=�„=r=�_.;_<-er.:-.�,...=c,c=,c=.,c.r-.-._�-.. -=r=,_.-=c�.�.^�.,�r.�.c•.^ State of California County of SAN BERNARDINO On DECEMBER 23, 2013 before me, MARCIA COGAN, NOTARY PUBLIC , Date Here Insert Name and Title of the Officer personally appeared SCOTT PETERSON Name(Kof SignerX MARCIA COGAN Commission # 1914247 z , ei Notary Public - California z Z ° San Bernardino County My Comm. Expires Dec 21, 2014 Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the persons) whose name(K) is/= subscribed to the within instrument and acknowledged to me that he/skefttmy executed the same in his/heitkEdir authorized capacity(, and that by his/hhh-6MWr signature( on the instrument the person(g), or the entity upon behalf of which the person(X) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true an—d-Mxrect. WITNESS SignatuJ OPTIONAL — d and official Signature of Notary Though the information below is not required by law, it may prove valuable to persons relying on the and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: DECEMBER 12, 2013 Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Individual Scott Peterson X Corporate Officer —Title(s): Corp. Secretary ❑ Partner — _D Limited ❑ General n Attorney in Fact ° ❑ Trustee Top of thumb here 7 Guardian or Conservator Other: Signer Is Representing: MIladen Buntich Construction NIA Signer's Name: D Individual Corporate Officer — Title(s): _ Partner — n Limited ❑ General n Attorney in Fact Trustee C Guardian or Conservator Other: Signer Is Representing: 1 IRIGFfTTHUMBPRINT LK l7FISIGNER OO 2007 National Notary Association- 9350 De Soto Ave., P.O. Box 2402 -Chatsworth, CA 91313-2a02- www.NationalNotary.org Item 45907 Reorder: Call Toll -Free 1-800-876-6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Orange On December 12, 2013 before me, Cynthia S. Wozney , Notary Public Personally appeared Charise Eberhard 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/they executed the same in bis/her/flwk authorized capacity(ies), and that by his/her/#heir- signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. CYNTHIA S. WOZNEY I certify under PENALTY OF PERJURY under the laws of ;'�`"' Commission # 1903097 The State of California that the foregoing paragraph is true a :-as Notary Public - California z z �`� Orange County and correct. My Comm. Expires Sep 5, 2014 WITNESS my hand and official seal. Signature 'gnature of Notary ublic 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: FIDELITY AND DEPOSIT COMPANY OF MARYLAND ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint John M. GARRETT, Steven C. MOSIER, Denise BENNETT, Charise EBERHARiD, Cynthia S. WOZNEY and Paul A. BLAND, all of Irvine, California, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 6th day of March, A.D. 2013. ATTEST: M ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND 'tea OEPQrfUISj,% •`paroy1,.1nR i a • R i3 0 SISAL o; n: - ( J, gwKa1&( Assistant Secretary Vice President Eric D. Barnes Thomas O. McClellan State of Maryland City of Baltimore On this 6th day of March, A.D. 2013, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, THOMAS O. MCCLELLAN, Vice President, and ERIC D. BARNES, Assistant Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF; I have hereunto set my hand and affixed my Official Seal the day and year first above written. I rrr �ry l0l.� i Constance A. Dunn, Notary Public My Commission Expires: July 14, 2015 POA-F 012-5087D City ®f Huntington Beach 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachca.gov Office of the City Clerk Joan L. Flynn, City Clerk February 3, 2014 Paulus Engineering, Inc. 2871 E. Coronado St. Anaheim, CA 92806-2504 RE: Beach Blvd. Sewer Project — CC-1443 Enclosed please find your original bid bond for CC-1443. Sincerely, �F - r .-t , - /i Joan L. Flynn, CIVIC City Clerk JF:pe Enclosure Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand PAULUS ENGINEERING, INC. < Street Inshelm,CA -2504 Phone 714-632-3975 Fax 714-632-1809 n ^C-lVED ". 2013 DEC 23 PM 1: 54 HI.Il;TIlCITY ijF _GTeH BEACH n +�,� C/4� 4- D�J(-,mr SECTION C PROPOSAL for the construction of BEACH BOULEVARD SEWER IMPROVEMENTS from ELLIS AVENUE TO SLATER AVENUE CC No. 1443 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 undersigned agrees to complete the work within 110 working days, starting from the date of the Notice to Proceed. 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. C-1 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. 3057 a &.'7-0 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 Received Bi 's Signature 12-IZ--I 3 C-2 PROTECT BID SCHEDULE -ADDENDUM NO. 1 CC-1443 .... ::::::` ::::` :::::::::.::€'i i€ €::i:?;' ...................>...,..,,: '..'°..:.,:':, : `'` :'si ;'`: C s:` € €i€>?°i€' i"':: €'ssi`i°i°s` €°::i:€€ € :.:: ::: tit" ded:€€'€€ Amaun Furnish all labor, materials and equipment to mobilize, demobilize, clean 1 up of construction site, including but not 1 LS $ 72, o $ '7 2- limited to providing all bonds, insurances, and obtaining all permits. Survey and identify existing inverts of 2 five existing manholes to verify design. Prepare and submit it to the Engineers 3 1 LS $oco-°' $ 9 C, weeks prior to construction. Furnish all labor, material, and equipment to provide public 3 convenience, safety and traffic control 1 LS $ y�Gbt7 -�� $ yCQQ° per traffic control plan; including but not limited to signs, CMS warning devices, delineators, and trench plate bridging. Furnish all labor, material, and equipment to provide trench and unclassified excavation safety measures including shoring plans prepared by a California Registered Structural Engineer, including any additional 4 geotechnical work performed by the 1 LS (q 601'� $ $U Contractor to provide trench and unclassified excavation safety for the protection of life and limb in trenches and open unclassified excavation in conformance with applicable safety orders. Furnish all labor, material, and equipment necessary to maintain sewer flows throughout entire construction 5 period. This is including but not limited to 1 LS $ 5��a ®� $ any temporary by-pass pumping, by-pass piping, vactor trucks, temporary plugs, permanent plugs, and other appurtenances. Prepare, obtain approval, and implement a Water Pollution Control Plan (WPCP) with approval from Caltrans and Agency 2,m�O r`G 6 prior to any Construction; Item includes 1 LS $ the hiring a certified Water Pollution Manager (WPC). Furnish all labor, materials and equipment necessary to construct 8-inch 7 Diameter PVC SDR 26 pipe, including 24 LF $ Z,00 $ but not limited to, sawcuttin unclassified excavation and disposal, shoring, AC, and AB for trench repair. C-2.1 (ADDENDUM NO. 1) PROJECT BID SCHEDULE -ADDENDUM NO. I CC-1443 06 t -Wift: 9 Pt ........ uantity U ffi ... .. . . . ... . ............ ............ ..... ice ........... ........ Furnish all labor, materials and equipment necessary to construct 12- 8 inch Diameter PVC SDR 26 pipe, 446 LF $ CY $ Ili 55D.ea including but not limited to, sawcutting, unclassified excavation and disposal, Ishoring, AC, and AB for trench repair. Furnish all labor, materials and equipment necessary to construct 15- 9 inch Diameter PVC SDR 26 pipe, 5118 LF $ 36 •av $1, including but not limited to, sawcutting, unclassified excavation and disposal, ishoring, AC, and AB for trench repair. Furnish all labor, materials and equipment necessary to construct 24- 10 inch Diameter PVC SDR 26 pipe, 104 LF $ Soo 00 (jW including but not limited to, sawcutting, unclassified excavation and disposal, Ishoring, AC, and AB for trench repair. Furnish all labor, material and equipment necessary to construct precast 4-foot Diameter Sewer Manhole with lining and 11 field poured reinforced concrete base, 14 EA $ 1w.0ga-12 including but not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for for trench repair. Furnish all labor, material and equipment necessary to construct precast 4-foot Diameter Sewer Manhole with lining and 12 precast reinforced concrete base, 4 EA $ Pon including but not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for for trench repair. I Furnish all labor, material and equipment necessary to connect new sewer pipe to existing manhole, including but not 13 limited to maintaining existing flows, core 2 EA $ 770 $ y DSO drill existing sewer manhole, modify and re -channel the manhole channel base, and rehabilitate manhole. Furnish all labor, material and equipment necessary to construct 7-foot Diameter Sewer Manhole with lining per OCSD 14 Standard, including but not limited to, 1 EA $ 39fd)-Ck3-J1'?3 $ _k_ sawcutting, unclassified excavation and disposal, shoring, AC, and AB for for trench repair. C-2.2 (ADDENDUM NO. 1) PROJECT BID SCHEDULE -ADDENDUM NO. 1 CC-1443 W_ .. .. .......... ....... ..... hit ... ':fxtenftd cri Jon,:­ n ice Arnbun Furnish all labor, material and equipment to install new lateral to connect existing sewer lateral from to be abandoned 8- inch sewer pipe to existing 1 0-inch sewer is pipe, including but not limited to 4 EA 7:1 'Rod sawcutting, unclassified excavation and disposal, shoeing, AC and AB for trench repair, and plug existing abandoned lateral with sand and concrete. Furnish all labor, material and equipment to install new lateral to connect existing sewer lateral to newly installed sewer 16 pipe, including but not limited to sawcutting, unclassified excavation and 3 EA $ disposal, shoring, curb, gutter, sidewalk, AC and AB for trench repair, and plug existing abandoned lateral with sand and ,concrete. Furnish all labor, material and equipment to install new 8-inch Diameter PVC SDR 26 pipe with repair couplings in an 17 abandoned manhole, including but not limited to sawcutting, unclassified 1 EA excavation and disposal, shoring, concrete encasement, AC, and AB for trench repair. Furnish all labor, materials and equipment necessary to construct by CA removing existing 8" VCP sewer and 18 install 8-inch PVC SDR 26 pipe, 37 LF $ including but not limited to, sawcutting, unclassified excavation and disposal, Ishoring, AC, and AB for trench repair. Furnish all labor, materials and equipment to cut and remove a segment 19 of existing pipe in newly installed manholes to put manhole into operation, 6 EA ZI 0 $ J Z n -20 including but not limited to disposal, grinding, and providing water tight 1connection. Furnish all labor, material and equipment necessary to abandon existing 8" sewer line in and fill pipe void with sand, 7���U--1 20 capped with concrete, including but not 900 LF limited to sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. C-2.3 (ADDENDUM NO. 1) PROJECT BID SCHEDULE -ADDENDUM NO. I CC-1443 . . . . . . . . . . . . . . . . . . . . . . . . . No:: Description n Mott 1 1. ri Furnish all labor, material and equipment necessary to abandon existing 10" sewer 21 line in and fill pipe void with sand, capped with concrete, including but not 55 LF $ $ 60 0 limited to sawcutting, unclassified excavation and disposal, shoring, AC, land AB for trench repair. Furnish all labor, material and equipment to abandon existing manholes and 22 bases, including but not limited to sawcutting, unclassified excavation and 6 EA $ A $ disposal, shoring, sand, cement -sand slurry, AC, and AB for trench repair and lbackfill. I Furnish all labor, material and equipment necessary to abandon portion of existing sewer lateral and fill pipe void with sand, 23 capped with concrete, including but not 3 EA $ $ limited to sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. I I Furnish all labor, material and equipment 24 necessary to remove and replace Caltrans detector loops, including but not 38 EA $ 3(06­0 $ limited to disposal, and AC for street .repair. Furnish all labor, materials and equipment necessary to cold mill 0. 12' 25 AC, including but not limited to hauling 58,900 SF $ $—Z 7J66V and disposal of AC and other debris from cold milling. Furnish all labor, materials and 26 equipment necessary to install ARHM 570 I TN I $ I $ I AC 0.12'thick in cold mill areas. Total Amount Bid, BASIS OF AWARD $ oo Total Amount Bid in Words: -tt%rcA^' 1; &% E±�+ SeA,e^ AO(tors *Notes: All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govem. The Owner reserves the right to reject any or all proposals and bid items. Refer to Section 9, Measure and Payment for description of each Item on Bid Schedules. C-2.4 (ADDENDUM NO. 1) 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 or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid Item(s) Name and Address of Subcontractor State License Number Class Dollar Amount % of— Contract r�00 U4 1 IMI 7b f000 1; al A165 �-� . 7(35 azls Mo" VAII C qu53 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-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on/?-/9-/3 , at Z;U4HA /"f e4 Date City State JA Soil �_� LJ S , bei g first dilly sworn, deposes and says that he or Ao is ?2 CS Iva Iva F-� T of i k ,L iNG //J L the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. 1 �4zs Name of Bidder Signature%f idder a7l E (OauzJA 44,48-IM14- `3 Address of Bidder C-4 JURAT State of California County of Orange Subscribed and sworn to (or affirmed) before me on this 19th day of December, 2013 by Jason Paulus proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. Signature (Notary Seal) CYNTHIA J. VALENCIA :f =�',c Commission # 1952790 Notary Puhlic - California z D Z Orange County My Comm. Expires Oct 15, 2015 OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) Number of pages: Document Date: (Additional Information) UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the BEACH BOULEVARD SEWER IMPROVEMENTS, (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: /2- t 1-13 Title C-5 In accordance with Government Code Section 10162, 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 beca e of a violation of law or a safety regulation? ® Yes 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-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date: /Z- / 19-13 ,Zw S %x-k— Title C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder Name -.2$21 j5^ COrLaw�A.00 Business Address City, Telephone Number d4- 1' z State Zip —12y/z�( Iq State Contractor's License No. and Class 6- 9C Original Date Issued 6- To- 2©iL-/ Expiration Date The work site was inspected by kv of our office on Z — i F , 20I:T. The following are persons, firms, and corporations having a principal interest in this proposal: r (2 s 6 -26wl, C a /,. 4A I CC 147 4eZ-2c GEoZtj C-8 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. ,v 5 EAJ 6 Company Name Signature of Bidder Printed or Typed Signature Subscribed and sworn to before me this NOTARY PUBLIC Bidder's Project History day of X, 201_ . f� NOTARY SEAL For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of sanitary sewer line installation of at least of 1,000 of 8-inch and greater in public right-of-way. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: I. S Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 2. Name and Address of Public Agency Name and Telephone No. of Project Manager: C-9 State of California County of Orange Subscribed and sworn to (or affirmed) before me on this 10 day of December, 2013 by Jason Paulus provedAme on the basis of satisfactory evidence to be the person(s) who appeared before me. Signature (Notary Seal) _ CYNTWA J11 . VALENCIA Commission # 1952790 Notary Puhlic - California Orange County My Com�eXPires Oct 15, 2015 OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) Number of pages: Document Date: (Additional Information) Contract Amount Type of Work Date Completed 3. Provide additional project description to show similar work: Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Provide additional project description to show similar work: C-10 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1. Name of proposed Project Manager Telephone No. of proposed Project Manager: 71z/- G 3 Z — 5 07 '7.*f SzA ui t:E OS 14-9 S H 1c r Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Project Name & Contract Amount Type of Work 2. -34so...) r N, ,, N Name of proposed Superintendent Date Completed Date Completed Telephone No. of proposed Superintendent: �5�. '%/!.� 6 3 Z - r J 7r Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Project Name & Contract Amount Type of Work Date Completed Date Completed C-11 Award will be based on SECTION C that includes the most up to date bid`bchedule and acknowledging all Addendums. This is to acknowledge receipt and review of Addendum Number One, dated Decemb 2, 2013. AlU urns Gi,✓f'�K�c�G /L Company Name By f Date — All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Joseph Fuentes at (714) 536-5431. GAConstruction Contracts (CCs)\CC1443 Beach Blvd. Sewer Replacement\Ebidboard\Addendums\Addendum Number Cne.doc North American Specialty Insurance Company Bond #7-3 Premium Nil :iLfi f KNOW ALL MEN BY THESE PRESENTS, That We, Paulus Engineering, Inc. 1 E. Corona o ree of Anaheim, CA 92806 as Principal, and North American Specialty insurance Company, of Manchester, New Hampshire, as Surety, a New Hampshire corporation duly licensed to do business in the State of California are held and firmly bound unto City of Huntington Beach as Obligee, in the penal sum of ten percent of amount bid Dollars ($ 10 o for the payment of which the Principal and the Surety bind themselves, 'the! r heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That, whereas the Principal has submitted, or is about to submit, a proposal or a bid to the Obligee on a contract for Beach Blvd. Sewer Improvements NOW, THEREFORE, if the aforesaid principal shall be awarded the contract, the said principal will within the period specified therefore, or, if no period be specified, within ten (10) days after the notice of such award into a contract and give bond for the faithful performance of the contract, then this obligation shall be null and void, otherwise the principal and the surety will pay unto the obligee the difference in money between the amount of the bid of said principal and the amount for which the obligee may legally contract . with another party to perform the work if the latter amount be in excess of the former, in no event shall the liability hereunder exceed the penal sum hereof. PROVIDED AND SUBJECT OF THE CONDITION PRECEDENT, that any suits at law or proceedings in equity brought or to brought against the Surety to recover any claim hereunder must be instituted and service had upon the Surety within ninety (90) days after the acceptance of said bid of the Principal by the Obligee. Any person who, with the intent to defraud or knowing that he is facilitating a fraud against an insurer, submits an application or files a claim containing a false or deceptive statement is guilty of insurance fraud. SIGNED , .SEALED AND DATED this 2 0th day of BND 140 S REV (05/95) December 2013 Paulus EngingeXf-pi_,I By: N By'" _............ -Charles L. clalty Insurance Company CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA County of Orange } On 12/20/13 Date before me, Lexie Sherwood, Notary Public Here Insert Name and Title of the Officer personally appeared Charles L. Flake Name(s) of Signer(s) LEXIE SHERWOOD COMM # ZU31782 NOTARY PUBLIC • CALIFORNIA n `'r y ORANGE COUNTY " Comm. Exp. JULY 27, 2017 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 fficial seal. -,V�Signature Place Notary Seal Above Signature of Notary Public' OPTIONAL Though the information below is not required by taw, 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: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s):_ ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s) ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 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 NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois, each does hereby make, constitute and appoint: DAVID L, CULBERTSON, CHARLES L. FLAKE, RICHARD A. COON, and LEXIE SHERWOOD JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of FIFTY MILLION ($50,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9th of May, 2012: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." `0 n bbury "r�4r � nnnmmmny a vQ RPo37tfs� Ca� ttONAt��°rc By �i �tiort�rs z (fir 5 11- icZ7= Steven P. Anderson, Senior Vito President of Washingtan International Insurance Company _ .Z , SEAL � y to ;?� 1873 yitmj &Senior Vice President of North American Specialty Insurance Company 0i: Its ly e rnnnutt�� By_ Davld M. Layman, Vice Presideatof Washington International Insurance Company ✓Drttuit & Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this20th day of June 2012 , North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook ss: On this 20th day of June 2012 , before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M. Layman , Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers -of -and- -- -- acknowledged said instrument to be the voluntary act and deed of their respective companies. L� %� [Notuy K ,�y. 1�-Z ONNAD.SKLENS Public, State oflllinols DonnaD.Sklens,NotaryPublic y Commission Expires 10106015. I, Jeffrey Goldberg the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 2 o th day of December , 2013 . Jeffrey Goldberg, Vice President & Assistant Secretary of Washingtonlnremarionai Insurance Company & North American Specialty Insurance Company City ®f Huntington Beach 2000 Main Street a Huntington Beach, CA 92648 (714) 536-5227 o www.huntingtonbeachea.gov Office of the City Clerk .loan L. Flynn, City Clerk February 3, 2014 Ramona, Inc. P. O. Box 660219 Arcadia, CA 91006 RE: Beach Blvd. Sewer Project — CC-1443 Enclosed please find your original bid bond for CC-1443. Sincerely, JF:pe Enclosure Sister Cities: Anjo, Japan 0 Waitakere, New Zealand C;l'�D RE 2013 DEC 23 PM 1: 08 Ci T Y CITY CiF HUNTIt;GTO;: 3EACH CITY OF HUNTINGTON BEACH 2000 MAIN STREET, SECOND FLOOR HUNTINGTON BEACH, CA 92648 BID PROPOSAL FOR THE CONSTRUCTION OF: BEACH BLVD. SEWER IMPROVEMENTS CC NO. 1443 BID DATE: DECEMBER 23, 2013 @ 2:00 P.M. SECTION C PROPOSAL for the construction of BEACH BOULEVARD SEWER IMPROVEMENTS from ELLIS AVENUE TO SLATER AVENUE CC No. 1443 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 undersigned agrees to complete the work within 110 working days, starting from the date of the Notice to Proceed. 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. C-1 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. crfi Accompanying this proposal of bid, find ���Uz `S 00r2 in the amount of $ 10%u twhichA� � D , said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond", as the case may be). Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's Signature C-2 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For BEACH BOULEVARD SEWER IMPROVEMENTS CC NO. 1443 in the CITY OF HUNTINGTON BEACH December 12, 2013 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) FINAL SIGNED TRAFFIC CONTROL PLANS Signed Final Traffic Control Plans are essentially the same as Draft Traffic Control Plans at the time of initial advertisement with exemption of changes on the following sheets: A. Sheet No. TC 9 adds that work on Ellis Avenue is daytime and an additional sign is required East of Patterson Lane on Ellis Avenue. B. Sheet No. TC 15 adds that Contractor is required to notify Caltrans Traffic Operations for signal timing modifications at least one week prior to construction and to provide flaggers for pedestrian crossing during intersection work. 2) CLARIFICATION PER SPECIFICATION IN SECTION 6-9 THAT LIQUIDATED DAMAGES IS PER CALENDER DAY. 3) UPDATED BID SCHEDULE -ADDENDUM NO. 1 PROVIDING REVISION TO AN ITEM AND CHANGE IN QUANTITIES FOR TWO ITEMS ON BID SCHEDULE A. Bid Item No. 11 Contract Quantity is now 14 as sewer manholes #10, #13, and #14 on Plans are now with poured base. B. Bid Item No. 12 Contract Quantity is now 4 as sewer manholes #10, #13, and #14 on Plans are now with poured base. C. Bid Item No. 15 now reads "Furnish all labor, material and equipment to install new lateral to connect existing sewer lateral from to be abandoned 8-inch sewer pipe to existing 10-inch sewer pipe, including but not limited to sawcutting, unclassified excavation and disposal, shoring, AC and AB for trench repair, and plug existing abandoned lateral with sand and concrete." GAConstruction Contracts (CCs)\CC1443 Beach Blvd. Sewer Replacement\Ebidboard\Addendums\Addendum Number One.doc Award will be based on SECTION C that includes the most up to date bid schedule and acknowledging all Addendums. This is to acknowledge receipt and review of Addendum Number One, ate December 12, 2013. -A rq o tf 1N'� , Company Name Y Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Joseph Fuentes at (714) 536-5431. GAConstruction Contracts (CCs)\CC1443 Beach Blvd. Sewer Replacement\Ebidboard\Addendums\Addendum Number One.doc PROJECT BID SCHEDULE -ADDENDUM NO. 1 CC-1443 Extencfed beScriPfion.:::: °.::: ::: Quantit alnit Pride. ArnauMt Furnish all labor, materials and equipment to mobilize, demobilize, clean LS �. $ a6a $ 0� g—� 1 up of construction site, including but not 1 limited to providing all bonds, insurances, and obtaining all permits. Survey and identify existing inverts of five existing manholes to verify design. t9 0m, �, 2 Prepare and submit it to the Engineers 3 1 LS $ weeks prior to construction. Furnish all labor, material, and equipment to provide public convenience, safety and traffic control 1 LS $ �5-- $ 3 per traffic control plan; including but not limited to signs, CMS warning devices, delineators, and trench plate bridging. Furnish all labor, material, and equipment to provide trench and unclassified excavation safety measures including shoring plans prepared by a California Registered Structural Engineer, including any additional geotechnical work performed by the 1 LS $ �� $ l06. 000 4 Contractor to provide trench and unclassified excavation safety for the protection of life and limb in trenches and open unclassified excavation in conformance with applicable safety orders. Furnish all labor, material, and equipment necessary to maintain sewer flows throughout entire construction period. This is including but not limited to 1 LS $ 3�0�� $ J�54���' 5 any temporary by-pass pumping, by-pass piping, vactor trucks, temporary plugs, permanent plugs, and other appurtenances. Prepare, obtain approval, and implement a Water Pollution Control Plan (WPCP) with approval from Caltrans and Agency $ 'j.2�DOd" $ ,LZ �. 6 prior to any Construction; Item includes 1 LS the hiring a certified Water Pollution Manager (WPC). Furnish all labor, materials and equipment necessary to construct 8-inch Diameter PVC SDR 26 pipe, including 24 LF $ Lf50 $ 10 sco— 7 but not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. C-2.1 (ADDENDUM NO. 1) PROJECT BID SCHEDULE -ADDENDUM NO. I CC-1443 N... >villantltyPrice:: Amau�t Furnish all labor, materials and equipment necessary to construct 12- inch Diameter PVC SDR 26 pipe, 446 LF $ s -kOO 700 $ including but not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. Furnish all labor, materials and equipment necessary to construct 15- inch Diameter PVC SDR 26 pipe, 5118 LF $ �5 $ 2 17g �� ��— 9 including but not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. Furnish all labor, materials and equipment necessary to construct 24- 10 inch Diameter PVC SDR 26 pipe, 104 LF $ 600 ` $ 62 1 including but not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. Furnish all labor, material and equipment necessary to construct precast 4-foot Diameter Sewer Manhole with lining and field poured reinforced concrete base, 14 EA $ �q� 000 $ 266, 11 including but not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for for trench repair. Furnish all labor, material and equipment necessary to construct precast 4-foot Diameter Sewer Manhole with lining and precast reinforced concrete base, 4 EA $ (9� DOD $ 76' 000 12 including but not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for for trench repair. Furnish all labor, material and equipment necessary to connect new sewer pipe to existing manhole, including but not limited to maintaining existing flows, core EA $ �0 _ $ 000 13 drill existing sewer manhole, modify and 2 re -channel the manhole channel base, and rehabilitate manhole. Furnish all labor, material and equipment necessary to construct 7-foot Diameter Sewer Manhole with lining per OCSD Standard, including but not limited to, 1 EA $ tHi ow— $�I 14 sawcutting, unclassified excavation and disposal, shoring, AC, and AB for for trench repair. C-2.2 (ADDENDUM NO. 1) PROJECT BID SCHEDULE -ADDENDUM NO. 1 CC-1443 ;:.....:::.....:.:::...... .:.. .:.. . ....r.:. ...... 11f1@. 06 erlotao s .. .:. Quantity raJrtit ... Price ° /kma Udt Furnish all labor, material and equipment to install new lateral to connect existing sewer lateral from to be abandoned 8- inch sewer pipe to existing 10-inch sewer pipe, including but not limited to 4 EA $ 7.5DO ` $ �301000 " 15 sawcutting, unclassified excavation and disposal, shoring, AC and AB for trench repair, and plug existing abandoned lateral with sand and concrete. Furnish all labor, material and equipment to install new lateral to connect existing sewer lateral to newly installed sewer pipe, including but not limited to $ 16 sawcutting, unclassified excavation and 3 EA disposal, shoring, curb, gutter, sidewalk, AC and AB for trench repair, and plug existing abandoned lateral with sand and concrete. Furnish all labor, material and equipment to install new 8-inch Diameter PVC SDR 26 pipe with repair couplings in an abandoned manhole, including but not 2 17 limited to sawcutting, unclassified 1 EA $ excavation and disposal, shoring, concrete encasement, AC, and AB for trench repair. Furnish all labor, materials and equipment necessary to construct by removing existing 8" VCP sewer and $ a 18 install 8-inch PVC SDR 26 pipe, 37 LF $ including but not limited to, sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. Furnish all labor, materials and equipment to cut and remove a segment of existing pipe in newly installed $ $ a �O_ 19 manholes to put manhole into operation, 6 EA including but not limited to disposal, grinding, and providing water tight connection. Furnish all labor, material and equipment necessary to abandon existing 8" sewer line in and fill pipe void with sand, 20 capped with concrete, including but not 900 LF limited to sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. C-2.3 (ADDENDUM NO. 1) PROJECT BID SCHEDULE -ADDENDUM NO. 1 CC-1443 Na.::: :::: ..: ': r:Description::.. Amou,nt ...:...:: Furnish all labor, material and equipment necessary to abandon existing 10" sewer line in and fill pipe void with sand, 21 capped with concrete, including but not 55 LF $ $ limited to sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. Furnish all labor, material and equipment to abandon existing manholes and bases, including but not limited to $ $ 331000,, 22 sawcutting, unclassified excavation and 6 EA disposal, shoring, sand, cement -sand slurry, AC, and AB for trench repair and backfill. Furnish all labor, material and equipment necessary to abandon portion of existing sewer lateral and fill pipe void with sand, capped with concrete, including but not 3 EA 3 r $ � $ �D_. 9 23 limited to sawcutting, unclassified excavation and disposal, shoring, AC, and AB for trench repair. Furnish all labor, material and equipment necessary to remove and replace 3,15D .- $ 123, SW 24 Caltrans detector loops, including but not 38 EA $ limited to disposal, and AC for street repair. Furnish all labor, materials and equipment necessary to cold mill 0.12' 0'75 "1 r1 *7 25 AC, including but not limited to hauling 58,900 SF $ $ and disposal of AC and other debris from cold milling. Furnish all labor, materials and _ 1� $ 5665DO 26 equipment necessary to install ARHM 570 TN $ AC 0.12' thick in cold mill areas. Total Amount Bid, BASIS OF AWARD *: $ 3 a '-- Total Amount Bid in Words: *Notes: All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govem. The Owner reserves the right to reject any or all proposals and bid items. Refer to Section 9, Measure and Payment for description of each Item on Bid Schedules. C-2.4 (ADDENDUM NO. 1) 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 or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid Item(s) Name and Address of Subcontractor State License Number Class Dollar Amount % of Contract 9 ?S 21 ("!r 7C-f 0 � / ter 2 7Z, 7" 6 a 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-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed onl'/)'3 r3 , at 4P-C4Phq C4 Date City State :D iA,sP,0 V,,4- 668. 6-c. , being first duly sworn, deposes and says that "r she is of k),4 OtV 4 , xry c , the party making the foregoind 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. P-tgM O WA , SW C— Name of Bidder "Bidder Signat Address of Bidder C-4 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 BEACH BOULEVARD SEWER IMPROVEMENTS, (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 ' 243kLo L3 W, RAIn O tO* , � �- Contractor By G"AVA--c . V, ex &�g -0— Title DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, 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? D 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-6 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: el� 3��2o L3 C-7 k A -IV v n/A ant C- Contractor By SUS R- 6 /2l3 C Title BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder Name 3 0 --�- N , r R,sj-,q-V-r/uC-: , , �Ta . # I Business Address City, State Zip ( 6'2,6) 1 3,5-D Telephone Number 9-5-0,99 -A State Contractor's License No. and Class i/3�/I Original Date Issued ' /3()/Ig Expiration Date The work site was inspected by M 1044c--L CROAVX-of our office on I -:)-f g- , 2013. The following are persons, firms, and corporations having a principal interest in this proposal: -Po s, iV kA (5;k !31W,+c M t-+,Pzi•/ �i 6 A-VA-C - C-s 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. P—A-In 0I It , 1'n� Company Name of Bidder -MAt3 KA 6?N-6,1 UAC - Printed or Typed Signature Subscribed and sworn to before me this 2 3'fday of 201 NU HUYNH Commission # 1937038 z Notary Public - California zz i Los Angeles County my Comm. Ex ices May 19, 2015 e NOTARY PUBLIC NOTARY SEAL Bidder's Project )History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of sanitary sewer line installation of at least of 1,000 of 8-inch and greater in public right-of-way. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: Cr Tt/ 0ri 1_0 s Nam and Address of Public Agency Name and Telephone No. of Project Manager: C,4p-I-A lQ-1 N-6l4ffAzr 2- , % 9 47"0 '�4 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: SS1'Z :L SeP.PRn!iA A&- -C Putnei2- S < i2h U ice' 14 A) i:e t?r-kjw,zL.+9 Name Ad Address(6f Public Agency Name and Telephone No. of Project Manager: C-9 c- rnAr&Lit LA aaEAT , C.la 7U(z 63 ICA/N7 3S S6 Z" ev�sM e S"l"izs�7 t s u p r,nl G' - TN ' R d Contract Amount type of Work Date Completed Provide additional project description to show similar work: 3. LON 4 13&Ac 44 u/ t o U `C— 6 a Gl� 9vf 67 Name and Address of Publi Agency Name and Telephone No. of Project Manager: 4 36,q3Z 5�� . Z�n�rto' �Jrs co � r 2z- �i 3 Contract t Amount Type of WA •k -� Date Completed Provide additional project description to show similar work: 47r sr s �z�n �m� 7 �zo c7 2b r3 C-10 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1. M i c(4 AFL (�WR13AVA C.- Name of proposed Project Manager Telephone No. of proposed Project Manager: 7� -7o 7 � 2 GA// &7 J L; wiUrC Avrl. � )-3 b [ r 6 1-Z Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Date Completed ;5`4 NAl6zs I3Z. - S76WM-� Zlv f iYIC` ' Y ZI 36 -2- 56LU Project Name & Contract Amount Type of W 2. ReA16 Vi LLA Name of proposed Superintendent Telephone No. of proposed Superintendent: Q.6 2-6 i' 72 z " 7 Z- / '5 S W-f2 Psi 2/ Z rS F/2,4 M r A 4Ve' Date Completed -, ) 3 v 0 Ga/4n-1 Yz 7Ir 3 Project Name & Contract Amount Type of Work Date Completed - sPp t4lt r3L Project Name & Contract Amount Type of Work ao .-�. VtfV-run.,:g, 3 L- -,9L Date Completed 1 60 z 9 �( S7C-�,nr�_ kr,W6�W14 L 4?&Q6/z4/ -r 614/ Z P Jor ect Name & Contract Amount Type of Work Date Completed C-11 KNOW ALL MEN BY THESE PRESENTS: That we, Ramona, Inc. as Principal, (hereinafter called the "Principal"), and International Fidelity Insurance Company , a corporation duly organized under the laws of the State of New Jersey , 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 of the bid Dollars ($ 10% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Beach Boulevard Sewer Improvements from Ellos Avenue to Slater Avenue - CC No. 1443 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 13th day of December A.D., 2013 Witness Witness Ramona, Inc. r Principal J (SEAL) usanka Grbavac Vice President International Fidelity Insurance Company Surety By ^ G� (SEAL) Emily Prebi do Attorney -in -Fact Printed in cooperation with the American Institute of Architects (AIA) by International Fidelity Insurance Company International Fidelity Insurance Company vouches that the language in the document conforms exactly to the language used in AIA Document A-310, February 1970 Edition. BID70000ZZ0701f CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT .9at;.i�,.F'_L�C.,x:;v��..i.:vw�..siC f..iS:...>a4'�..1.��.+aG�].^::+�.vm��_..»rS:'?.J,ss:'+iC�.�Y+�•S .ti,..h.:+�S.�4 vi.�, �S;.K *A �.AS �.. ..'y..)Sq �...'. State of California County of Los Angeles On2 before me, Carmen T. Pedroza, Notary Public We ara n,ar Name an 1 e .e illflcer.—........... .........__........... personally appeared Emily Preciado, Attorney In Fact Na-ae(s� ct:ttgner(s� CARMEN T. PEDROZA Commission # 2036508 ==+s Notary Public - California z z Los Angeles County D My Comm. Expires Aug 14. 2017 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that he/shelthey executed the same in his/her/their authorized capacity(es), and that by his/herAheir 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 Galifornia that the foregoing paragraph is true and corrsct. WITNESS m and and official seal. ` �✓ �. Signatur Faee Nntary S;vA Ahraa OPTIONAL ftnawre Cr Notay FLOW Thtw b the Wormitfon below is not required by taw, It may prove valuable to persons retying on the document and could prewnt fraudulent removal and reattachment of this form to another abcwnena Description of Attached Document Tide or Type of Document: Document Date: Signers) OtherThan Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: 1= Individual ❑ Corporate Ot$cer—Tille(s): 1 Partner —C Limited O General 3 Attorney in Fact 1 Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: �rI1GH r'iFlU�41BP.PIfdii: Number of Pages. Signer's Name: ❑ Individual C Corporate Officer—Titie(s): Partner — D Limited ❑ General _ _7 Attorney in Fact Ll trustee ebo aE Cvimb rare 0 Guamian or Conservator 0 Other. Signer Is Representing:_ cC2oaTNaYeartalP>SUurAssoda6�•9J5DDe$o1a.�„F.0:9aoc2d0:•Ghals>tortlr.GA 9f3132S;"L•vwnv.M1la6cnaGbEary� i!emA590; pa4rder-^.aT o1i.Fea1-AOQ97BS82i CARMEN T. PEDROZA, MARSHALL.ROSE, EMILY PRECIADO their true and lawful attorneys) -in -fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts or inaemrnty and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(sZi_npursuance of these presents, shall be as binding upon the said INTERNATIONAL FIDELITY INSURANCE COMPANY and. ALLEGHENY CASUALTYY COMPANY, as, fully and amply, to all intents and purposes, as if the same had been duly executed and .acknowledged by their regularly elected officers at their principal offices. This Power of Attorney is executed, and may be revoked, .pursuant to and by .authority of the By -Laws of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY and is granted under and by authority of the followingg resolution adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 20th day of July, 2010 and by the Board of Directors of ALLEGHENY CASUALTY COMPANY at a meeting duly held on the 15th day of August; 2000: "RESOLVED, that (1) the President, Vice President, or Secretaryof the Corporation shall have the power to appoint, and. to revoke the appointments of, Attorneys -in -Fact or agents with power and authority as defined or limited in their respective powers of attorney, and to execute on behalf of the Corporation and affix the Corporation's seal thereto, bonds, undertakings, recognizances, contracts of indemnity and other written obligations in the nature thereof or related thereto; and (2) any such Officers of the Corporation may appoint and revoke the appointments of joint -control custodians, aggents for acceptance of process, and Attorneys -in -fact with authority to execute waivers and consents on behalf of the Corporation; and g,3) the signature ofany such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney or certification given r the execution of any bond; undertaking; recognzance contract of indemnity or other written obligation in the nature thereof or related thereto, such signature and seals when so used whether heretofore or kereafter, being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation, to be valid and binding upon the Corporation with the same force and effect as though manuafly affixed." IN WITNESS WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY have each 'executed and attested these presents on this 12th day of March, 2012. STATE OF NEW JERSEY County of Essex ROBERT W. MINSTER Executive Vice President/Chief Operating Officer (Internationa6Fidelity Insurance Company) and President (Allegheny Casualty: Company) On this 12th 'day of March 2012, before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said he is the therein described and authorized officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY; that the seals affixed to said instrument are the Corporate Seals of said Companies; that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. 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. VA rf % ;;r %yU�:•4� A NOTARY PUBLIC OF NEW JERSEY �,..yy,��.• i��;• My. Commission Expires Mar._ 27, 2014 i ALL-PURPOSE NOTARY CERTIFICATE OF ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF LOS ANGELES On December 23, 2013 before me Nu Huynh — Notary Public (here insert name and title of the officer) a Notary Public, personally appeared Dusanka Grbavac who proved to me on the basis of satisfactory evidence to be the personR whose name( is/arm subscribed to the within instrument and acknowledged to me that 4re/she/dWy executed the same in MVher/fh66 authorized capacity( ", and that by /her/Al signatures) on the instrument the person(, or the entity upon behalf of which the person(Q 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 of N;dtary Public NU HUYNH Commission # 1937038 n� Notary Public - California Z Los Angeles County Pt Comm. Ex' Tres Ma 19, 2015 (Notary Seal) OPTIONAL ENTRIES Title or Type of Document: Name of Other Party(ies) Involved: Date of Document: ;7 L3oN No. of Pages: Type of ID. Used: Signer's Capacity: ( ) Individual(s) ( ) Authorized Officer 0 m N Company Represented: e Officer's Title: N U Comments: a © 2008 ALL RIGHTS RESERVED - AMERICAN NOTARY GROUP - AmericanNotary.com - Reorder at: (323)349-0860