Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Nobest Inc. - 2010-08-16
RECEIVED BY: f (Name) (Date) TO: `Shaarri Freidenr�ich, City Treasurer � FROM: t DATE: 7" I / dA SUBJECT: Bond Acceptance I have received the bonds for =S r /A)C (Company Name) CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office after signing/dating Faithful Performance Bond No. Labor and Material Bond No. Monument Bond No. Maintenance Bond No. a%�� c.�1 o 6 C�C� Guarantee and Warranty Bond No. Re: Tract No. /^ CC No. i MSC No. Approved I /y Agenda Item No. pp (Coun'cil Approval Date) g City Clerk Vault No. H)o, -Fj- #27 g:/followup/bondletter.doc FROM: Joseph Dale, Contract Administratotlp DATE: April 5, 2011 SUBJECT: Retention Release Payment Company Name: Nobest, Inc. Address: 7600 Acacia Ave. City, State and Zip Code: Garden Grove, CA 92841 Phone Number: (714) 892-5583 Business License Number: A186848 Local Address: N/A Notice of Completion Date: March 10, 2011 Contract Purpose: Retention Release for Construction Contract 1374, Tree Petition Project The conformed copy of the Notice of Completion for the above contract has been filed. The thirty-five (35) day waiting period has elapsed or will elapse before payment is made. Processing of the retention payment is recommended so long as no stop notices or outstanding invoices are on file with the City. I certify th no st.6D notices are on file on the subject at D p ravis K. Ho i I certify that there are no outstanding invoices on file. Date CA- P11 ti , Public Works Director Joyce Zacks; gepfity 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. _ q - (,:,5 - .2 o// Date Retention_Release_Payment Memo Joan Flyn irk 4/5/2011 5:19:00 PM PLEASE COMPLETE THIS INFORMATION This Document was electronically recorded by City of Huntington Beach RECORDING REQUESTED BY: WHEN RECORDED MAIL TO: CITY OF HUNTINGTON BEACH Attn: Joseph Dale P.O. Box 190 — 2000 Main Street Huntington Beach, CA 92648 TITLE OF DOCUMENT Recorded in Official Records, Orange County Tom Daly, Clerk -Recorder 111111111111111111111111111111111111111111111111111111111111111 NO FEE 20110001.29744 01:57pm 03/10/11 66 406 N 12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 THIS SPACE FOR RECORDER'S USE ONLY NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN by the City of Huntington Beach, owner in fee, 2000 Main Street, Huntington Beach, CA 92648, that the contract heretofore awarded to Nobest, Inc. who was the company thereon for doing the following work to - wit: RESIDENTIAL STREETS ON THE TREE PETITION LIST, CONSTRUCTION CONTRACT-1374 That said work was completed February 25, 2011 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 March 07, 2011, per City Council Resolution No. 2003-70 adopted October 6, 2003. That upon said contract Ullico Casualty Company 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 March 07, 2011. ector of Publi)zrWorks or City Engineer ity of Huntin on 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 Recoroe f Orange aunty. Dated at Huntington Beach, California, this March 07, 2011. !/ D actor of P blic 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) L Robert Nodland II (Name of Declarant} CONTRACTOR'S CERTIFICATE state and certify that: 1. Nobest, Inc. is the general contractor to the City of Huntington Beach ("City") on Contract No. CC# 1374 (the "Contract") for the construction of the public work of improvement entitled: Residential Streets on the Tree Petition List (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.beiow and the disputed claims listed in paragraph five (5), all persons supplying labor, services, materials and equipment to the Project, including all claims against the Contractor arising from the performance of the Contract, have been paid and satisfied (list unpaid debts and claims; if none, write "NONE"): NONE 4. Attached hereto are the lien waivers required by the Contract Documents, which lien waivers have been executed by all persons who performed work on or supplied labor, services, materials, and/or equipment for use at the Project. 5. Set forth below is a list of disputed claims or claims that are the subject of a Notice to Withhold filed pursuant to the Civil Code of the State of California (list all disputed claims; if none, write "NONE): NONE I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed at Garden Grove, CA. on this 28th day of Feb. 320 11, (Signature of Declarant) Robert Nodland II/Secretary, Nobest, Inc. APPROVED AS TO FORM By: r - q1-7 i1J 3• Name: [Type Name] Title: [Type Title] 24V14.1 Certification of Compliance with Prevailing Wage Laws To: City of Huntington Beach Department of Public Works 2000 Main Street/P.O. Box 190 Huntington Beach, CA 92648 Re: Certification of Compliance with Prevailing Wage Laws Contract: CC 0 1374 Project: Residential Streets on the Tree Petition List 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 taste and correct Executed this 28th day of Feb. , 20 11, at Garden Grove, , California. Nobest, Inc. (Type Contractor Name) Robert Nodland II Secretary Nobest, Inc. By: Name: [Type Name] Title: [Type Title] YX �TfI' ATI'@RE zpsax.1 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: Contract: Project: Certification of Compliance with Title VII of the Civil Rights Act and Equal Employment Opportunity Act of 1972 CC# 1374 Residential Streets on the Tree Petition List 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 28th day of Feb. 20 11, at Garden Grove , California. Nobest, Inc. (Type Contractor Name) Robert Nodland II Secretarq Nobest, Inc. By: Name: [Type Name] r+ Title: [Type Title] A ogNBY ' 6 -- lu 3 .-?)lb • up 2455t1.1 RECEIVED BY: (Name) (Date) TO: h, City Treasurer FROM: -Y DATE: ��4e-v I SUBJECT: Bond Acceptance I have received the bonds for Faithful Performance Bond No. Labor and Material Bond No. Monument Bond No. Maintenance Bond No. Guarantee and Warranty Bond No. Re: Tract No. CC No. 4 MSC No. Approved //0 (Cou i Appr al Date) , (Company Name) TY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office after signing/dating W-..,4-ma, • • E � I Agenda Item No. City Clerk Vault No #27 gAollowup/bondletter.doc Bond No. SB 015 000 068-A Premium: Included with Performance Bond MAINTENANCE BOND KNOW ALL KEEN BY THESE PRESENTS: That: Nobest Incorporated Iconrractor's name) PO Box 874, Westminster, CA 92684 [contractor's street address, city and state and zip oodel as Principal (hereinafter called Contractor), and: Ullico Casualty Company [surety's name] 2600 West Olive Ave. 5th Floor Burbank CA 91505 [surety's street address, city and state and zip code] a corporation organized and existing under the laws of the State of _ Delaware with its principal office in the City of Washington D.C. as Surety (hereinafter called .Surety), are held firmly bound unto CITY OF HUNTINGTON BEACH as Obligee (hereinafter called Owner), in the amount of Six Hundred Twenty One Thousand Eight Hundred Ninety Six Dollars and Eighteen Cents Dollars,($ 621,896.18 ) 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 11-1-2010 entered into a contract with Owner for the Reconstruction of Residential Streets on the Tree Petition List - CC-1374 in accordance with drawings and specifications prepared by _ which contract is by reference made a part hereof (hereinafter referred to as the Contract); and WHEREAS, the Contract provides that the principal will guarantee, for a period of one year, the work performed as part of the Contract from and against all defects in materials and workmanship; and WHEREAS, the Contract also provides that the Contractor shall secure Contractor's obligations during the one- year period with a bond executed by a surety duly admitted in the state of California; and WHEREAS, the Contract has been completed, and the Owner, Contractor and Surety agree that the commencement date for this Guarantee and Bond shall be February 25 , 2011 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Contractor shall, for a period of one year from and after the date of completion and acceptance of the Contract by Owner, repair and/or replace any and all defects arising in the Work, whether resulting from defective materials or defective workmanship, then this obligation shall be null and void; otherwise it will remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the Surety shall, within thirty (30).following Owner's written notice of default, either: (a) remedy the default, or (b) shall promptly complete the Contract in accordance with its terms and conditions. Surety shall save the Owner harmless from any claims, judgments, liens or losses arising from the Surety's failure to either remedy the default or to complete the Contract in accordance with its terms and conditions in a timely manner. Whenever the Principal shall be, and declared by the Owner to be in default under the Contract, which shall include without limitation, any breach or default of the Contract , then, after written notice from the Owner to the Surety, as provided for below, the Surety shall either: (a) remedy the default or breach by the Principal: or (b) shall promptly and faithfully take charge of the Work and complete the Work in accordance with the requirements of the Contract with a contractor other than the Principal, at its own expense, and make available 10-2567150583 as work progresses sufficient funds to pay the cost of completion less the unpaid balance of the Contract including other costs and damages for which the surety may be liable hereunder, provided, however, that the procedure by which the Surety undertakes to discharge its obligations under this Bond shall be subject to the advance written approval of the Owner. Within thirty (30) days after Surety's receipt of a written notice from Owner of the failure of performance of the Contract by the Principal, it shall be the duty of the Surety to give to the Owner a notice, in writing, of the Surety's election to (a) remedy the default(s) of the Principal promptly, or (b) arrange for performance of the Contract promptly by a contractor other than the Principal, time being of essence to this Bond. In said Notice of Election, the Surety shall state the date of commencement of its cure or remedy of the Principal`s defauit(s) or its performance of the Contract. The Surety's obligations for cure or remedy, include but are not limited to: correction of defective work and completion of the Contract, additional legal, design professional and delay costs arising from Surety's actions or failure to act; and liquidated damages (or if no liquidated damages are specified in the Contract, actual damages caused by delayed performance or non- performance by the Principal). The Surety shall give prompt written notice to the Owner upon completion of the cure or remedy of the Principal's default(s) of its performance of the Contract If the Surety does issue its Notice of Election and does not proceed to cure or remedy the Principal's 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 ^ 9th day of March 20 11 Principal Raised Corporate Seal Nobest Incorporated [MUST BEAFFIXED] (Contractor Name) Principal Raised Corporate Seal n [MUST BE AFFIXED] (Title) Ullico Casualty Company (Surety Name) By: (Seal) Matthew J. Coa ttorney in Fact. .I�rtS] I ; &3 1. Acknowledgments must be completed and returned as part of the bond. 2. Raised Corporate Seals are mandatory. 3_ Please attach Power of Attorney. VED AS TO FORM 3L 36CGRATH, City A#`trq 2 10 2567/50583 L , MCI , •, , ', CERTIFICATE OF ACKNOWLEDGMENT State of California County of Orange On �9-'j/ before me, Kay E. Anderson/Notary Public , (Here insert name and tide of the officer) personally appeared Robert Nodland II - who proved to me on the basis of satisfactory evidence to be the personfj whose name(z) is*e'subscribed to the within instrument and acknowledged to me that he/s th- executed the same in his/1,3 zAbatt authorized capacity i)f, and that by his/W/tprr signatureK on the instrument the person(W, or the entity upon behalf of which the personWacted, 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. KAY E. ANDERSON COMM. #1852452 0 U WI S m hand and official seal. NoraFtrPMC -crop" O - ORAU; COUNrn MVC0nv1L6up ftJune 13.2013 Signature of Notary Public (Notary Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT ',(Tide or description of attached document) (Tide or description of attached document continued) Number 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 must contain verbiage exactly as appears above in the rotary section or a separate acknowledgment form must be properly completed and attached to that document The only exception is if a document is to be recorded outside of California. In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that u illegal for a notary in Calms (i.e. terrifying the authorized cq=ity of the signer). Please check the document carefidly for proper notarial wording and attach this form if required - State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment - Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. - The notary public [oust 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 notarisation. - Indicate the correct singular or plural forms by crossing off incorrect forms (i-e. lWshc*Ay- 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 rotary public must match the signature on file with the office of the county clerk. O Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document S Indicate title or type of attached document, number of pages and date. v Indicate the capacity claimed by the signer_ If the claimed capacity is a corporate officer, indicate the tide (Le. CEO, CFO, Secretary)- - Securely attach this document to the signed document 2008 Version CAPA v12.10.07 800-873-9865 www.NotaryClasses.com State of California County of Orange On MAR 0 9 2011 before me, Adelaide C. Hunter, Notary Public (insert name and title of the officer) personally appeared Matthew J. Coats 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/s =Mmy executed the same in hisArerftheir authorized capacity(ies), and that by hisAmngheir signature(s) on the instrument the person(s), or the entity upon behalf ofwhich 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 ADEIAIDE C. HUNTER Commission at 1808793 Notary Public - California Orange County My Comm. Expires Aug 8, 2012 * 1II.LIC0 Casualty Company ico1625 Eye Strect N.W: Washuigton D.Ca=20006 Power.ofAttorney KNOW ALLPERSONS BY THESE PRESENTS: lbat ULLICO CASUALTY :COMPANY ( Company), Com an , a corporation orgarttzed,and egisGng under the laws ofthe State of Delaware,:does hereby ;constitute and appoint: Linda D. Coats , IVlatfhew J. Coats, Douglas;A Rapp; &.Timothy D. Rapp of Linda D, Coats Surety Ina wance Services, Inc. Its1rue and;lawful Attorney (s) in fact with full authority to execute on its behalf bonds, undertal'ks, obligatory in the nature thereof; issued id the.course:of its business and to bind the' Companythereby, ,This Power of Attorney is.grartted and is signed and "sealed.by-facsimile tinder and by authority d of ULLICO Casualty. Company at a meeting duly called the 15.th day of July, '2009. RESOLVED: That the Board of Drcectors l ereby authorizesthe President.or any Vice President of the Company to: (1)-Appoint Attomey(s) in Fact and authorize'the Attorney ;.in Fact ta.execute on behalf of the Company,bonds_ and undertakings, eontiacts `of mderriiti it and dthd writings-Obli&oiy ihlthe naturciher6of,ind'Lo,i&"'th,c seal;of the ;Company thereto; and.(2) to remove, at any time: any such A.ttomey-in-Fact and, revoke the authority given. And be<it, FURTHER RESOLVED: That1he signatures of.such officeriiandthe seal of the Company may be affixed to any:such Powerof Attorney or vertif cate relating thereto by, facsitriite, and: arty such Power of Attorney so executed and certified by facsiniiie signawres and hesitn to seal,shall be valid and biding upon the Company in the`future with the respect to arty, bond or"undertaking;to whicli it is:9ttacked and writings IN TESTIMONY WHEREOF, ULLICO CASUALTY COMPANY -has caused this instrument to be signedand its corporate seal to be affixed by its authorized office :this 9th dayof March 20 11 stosnrr Daniet.Aronowitz President ULLICO Casualty Company; a Delaware Corporation. nt the individual who executed die preceding instrument, tome personally known, and being by me duly. i.off cer of the ULLICO CASUALTY COMPANY; that the seal affixed to said instrument rs:the Seal and his, signature were du(yaffixed. Notary Public CATHERINE M..OBRIEN NOTARY PUBLIC STATE Of MARYLAND MONTGOMERY COUNTY MY COMMISSION EXPIRES JANUARY 21, 2012 CERTIFICATE I; Teresa E. Valentine, Senior Vice President, General Counsel and Secretary of ULLICO .Casualty Company, do herby certify that the foregoing'resolution of the Board of Directors and this Power of Attorney issued pursuant thereto on this 16th day of July 2009 are true and correct and are still in fill force and.et%ct. I do further certify that that. Daniel Aronowitz, who executed the Power.: of Attorney as President, was on the date of execution of the attached Power of Attorney the duly elected President of ULLICO Casualty Company; In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 16" day of July 20W. Teresa:E. Valentine Senior Vice President, General Counsel &. Secretary ULLICO Casualty Company Company Profile Search Results Page 1 of 1 Company Profile Company Search Company Search Results Company Complaint Company Performance & Comparison Data Company Enforcement Action Composite Complaints Studies Additional Info Find A Company Representative In Your Area View Financial Disclaimer COMPANY PROFILE Search Results Click on a Company Name to view the company's profile. Company Name ULLICO.CASUALTY COMPANY © 2008 California Department of Insurance State NAIC of NAIC Group CA ID Domicile Number Number Number DE 37893 0781 3198-9 http://interactive.web. insurance. ca. gov/companyprofile/companyprofile?event=companyPro... 4/5/2011 CONSENT OF SURETY TO FINAL PAYMENT AIA Document G707 (Instructions on reverse side) TO OWNER: (Neon and addaw) Bond No.: SB 015 000 068 City of Huntington Beach 2000 Main Street, Huntington Beach, CA 92648 PROJECT: (Name rural aele/mN) Reconstruction of Residential Streets Cash Contract: 1374 OWNER ❑ ARCI lITI:C•r ❑ CONTRACTOR ❑ SURF,1Y ❑ 0'1111-ER 1-1 ARCHITECT-S PROJECT NO.: CONTRACT FOR: CONTRACT DATED: In accordance with the Provisions of the Contract between the Owner and the Contractor as indicated alxtve, the ansmnamearidaddrewof tm(t7 Ullico Casualty Company 2600 West Olive Ave., 5th Floor, Burbank, CA 91505 , SURETY, on bond of (Insert nante anel adelreas ofCurttractor) Nobest Incorporated PO Box 874, Westminster, CA 92684 , CONTRAC•rOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety of any of its obligations to lUtxrt numr: wrd nddra�� r f Auvter) City of Huntington Beach 2000 Main Street, Huntington Beach, CA 92648 as set forth in said Surety's bond. IN WITNFM WHEREOF, the Surety has hereunto set its hand on this elate: April 1, 2011 lhrctn in tvrithnk the numb fedlotaW by Ibe rrrtnteric detee andy" tr ) Attest: (Seal): Ullico Casualty Company l Siyr+rrlmt•r/�rlulbu erl re/rravrl4uirol Matthew J. Coats, Attorney in Fact Wrillfod name aad line! , OWNER, CAUTION: You should sign, an original AIA document that has this caution printed in red. An i 1 original assures that changes will not be obscured as may occur when documents are reproduced. See Instruction Sheet for limited License for Reproductlon of this document. AIA DOCUMENT G707 • C ONSFNr of St:Rt51Y 7O FINAL. PAYAIFN't• • 199+ IMITIC )N • 'AIA 0199-1 • 'n IF: Ab9FNCAN INSTI'r11.11 OF ARCHIIF.CrS, 1735 NI•:1Y/YORK AWNIT'. NW, WASIt- IW;TON, 1)C:. 21f11p1i•5292 • WARNING: Unlicensed photocopying vlolates U.S. copy- 1:7n7_ inns k k g r t �II � State of California County of Orange On APR O 1 2011�before me, Adelaide C. Hunter, Notary Public (insert name and title of the officer) personally appeared Matthew J. Coats 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 hehht,4hey executed the same in his" -rner/their authorized capacity(ies), and that by hisfherAheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ___ A,_— • ADELAIDE C, HUNTER Commission # 1808793 z `� Notary Public _ California 2 yI, e Orange County ' My Comm. Expires Aug 8, 2012 vullico ULLICO Casualty Company 1625 Eye Street, N.W. Washington D.C. 20006 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS: ThatULLICO CASUALTY COMPANY (the Company), a corporation organized and existing under the laws of the State of Delaware, does hereby constitute and appoint: Linda D. Coats, Matthew J. Coats, Douglas A. Rapp , & Timothy D. Rapp of Coats Surety Insurance Services, Inc, Its true and lawful Attorney (s) in fact with full authority to execute on its behalf bonds, undertakings, reeognizances and other contracts of indemnity andwritings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an amount not to exceed $5,000,000.00. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of ULLICO Casualty Company at a meeting duly called the 15th day of July, 2009, RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company to: (1) Appoint Attorney(s) in Fact and authorize the Attorney(s) in Fact to execute on behalf of the Company bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attomey-in-Fact and revoke the authority given. And, be it FURTHER RESOLVED: 'Mat the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile, and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and biding upon the Company in the future with the respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, ULLICO CASUALTY COMPANY has caused this instrument to be. signed and its corporate seal to be affixed by its authorized office this 16th day of July, 2009. 00 U• �7 ALA. S16E..T 1979 Daniel Aronowitz President ULLICO Casualty Company, a Delaware Corporation. ���fritltttitti� Oil this 16th day of July 2009, before me came the individual who executed the preceding instrument, to me personally known, and being by me duly swum said that he is ule thereon described and authorized officer of the ULLICO CASUALTY COMPANY; that the seal affixed to said instrument is the Corporate seal of mid Company; that the said Corporate Seal and his signature were duly affixed. Notary Public CATHERINE M. OBRIEN NOTARY PUBLIC STATE OF MARYLAND MONTGOMERY COUNTY MY COMMISSION EXPIRES JANUARY 21, 2012 CERTIFICATE 1, Teresa E. Valentine, Senior Vice President, General Counsel and Secretary of ULLICO Casualty Company, do herby certify that the foregoing resolution of the Board of Directors and this Power of Attorney issued pursuant thereto on this I st day of April__ 20 11 are uue and correct and are still in full force and effect. I do further certify that that Daniel Aronowitz, who executed the Power of Attorney as President, was on the date of execution of the attached Power of Attorney the duly elected President of ULLICO Casualty Company, In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this I st day of April 20 l I TeresaE. Valentine Senior Vice President, General Counsel & Secretary ULLICO Casualty Company ...a .r_"`i�"r•,- ..�...`.. .....-,.. �^^....--� . �r-N^.... .....a. ��.....s .. ✓ " ---, .� --. `..,1.-. ^�.. �'1,- - •"-. ✓ -.� y...,yr.�y.fvv�...�-/�'„ � U«--�''..rwr C�•�.... ^-L'... ,i�.�...-„�,Y,.,4� —.. v ..,..a....�-,n •,.. w..,,..-%t::-B'i'w::^^"^ � •l.-, y. . RECEIVED BY: (Name) l,J I ml (Date) ` TO: Shari Freidenrich, City Treasurer � c FROM: i %L1 (Ali 1:; i_,,r C�i C- , DATE: 9A 7 SUBJECT: Bond Acceptance have received the bonds for Faithful Performance Bond No Labor and Material Bond No. Monument Bond No. Maintenance Bond No. Guarantee and Warranty Bond No. Re: Tract No. CC No. 1 MSC No. Approved (Council Approval Date) (Company Name) Agenda Item No. City Clerk Vault No CITY CLERK RECEIPT COPY4•, Return DUPLICATE to City Clerk's Office after signing/dating #27 gAollowup/bondletter.doc CITY FUNDED CONSTRUCTION CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND FOR TABLE OF CONTENTS Page No. 1. STATE OF WORK; ACCEPTANCE OF RISK 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 S°)-A(-&1-.T ®A) zw & z4o A IS C 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 / ® d C-4-;-,, . &VC . , a California COXI,0,4.4 %' ®.-J , hereinafter referred to as "CONTRACTOR." WHEREAS, CITY has solicited bids for a public works project, hereinafter referred to as "PROJECT," more fully described as A eCr in the City of Huntington Beach; and CONTRACTOR has been selected to perform said services, NOW, THEREFORE, in consideration of the promises and agreements hereinafter made and exchanged, the parties covenant and agree as follows: STATEMENT OF WORK; ACCEPTANCE OF RISK CONTRACTOR shall complete and construct the PROJECT pursuant to this Agreement and the Contract Documents (as hereinafter defined) and furnish, at its own cost and expense, all labor, plans, tools, equipment, supplies, transportation, utilities and all other items, services and facilities necessary to complete and construct the PROJECT in a good and workmanlike manner. CONTRACTOR agrees to fully assume the risk of all loss or damage arising out of the nature of the PROJECT, during its progress or prior to acceptance by CITY, from the action of the elements, from any unforeseen difficulties which may arise or g/agree/surfnet/cityconst 1 of 22 5/10 be encountered in the prosecution of work, and for all other risks of any description in connection with the work, including, but not limited to, all, expenses incurred by or in consequence of the suspension or discontinuance of work, except such. as_ are herein expressly stipulated to be borne by CITY, and, for well and faithfully completing the work within the stipulated time and in the manner shown and described in this Agreement, and in accordance with the requirements of CITY for the compensation set forth in the accepted bid proposal. 2. ACCEPTANCE OF CONDITIONS OF WORK;' PLANS AND SPECIFICATIONS CONTRACTOR acknowledges that it is fully familiar with all the terms, conditions and obligations of this Agreement and the Contract Documents (as defined below in this Section), the location of the job site, and the conditions under which the work is to be performed, and that it enters into this Agreement based upon its thorough investigation of all such matters and is relying in no way upon any opinions or representations of CITY. It is agreed that the Contract Documents are incorporated into this Agreement by this reference, with the same force and effect as if the same were set forth at length herein, and that CONTRACTOR and its subcontractors, if any, shall be bound by the Contract Documents insofar as they relate in part or in any way, directly or indirectly, to the work covered by this Agreement. "Contract Documents" as defined herein mean and include: A. This Agreement; B. Bonds covering the work herein agreed upon; g/agree/surfnet/cityconst 2 of 22 5/10 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 5110 "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 ; -:&tomU,L" tzN Dollars ($ J cp 0 D), 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 wo,?XpJ4 to completion within S X T y (�0J ce seettttt+e �e� Y S from the day the Notice to Proceed is issued by DPW, excluding delays provided for in this Agreement. 5. TIME OF THE ESSENCE The parties hereto recognize and agree that time is of the essence in the performance of this Agreement and each and every provision of the Contract Documents. g/agree/surfnet/cityconst 4 of 22 5110 CONTRACTOR shall prepare and obtain approval as required by the Contract Documents for all shop drawings, details and samples, and do all other things necessary and incidental to the prosecution of its work in conformance with the progress schedule set forth in the Contract Documents. CONTRACTOR shall coordinate its work with the work of all other contractors, subcontractors, and CITY forces working on the PROJECT in a manner that will facilitate the efficient completion of the PROJECT and in accordance with the terms and provisions of this Agreement. CITY shall have complete control of the premises on which the work is to be performed and shall have the right to decide the time and order in which the various portions of the work shall be performed and the priority of the work of other contractors, subcontractors and CITY forces and, in general, all matters concerning the timely and orderly conduct of the work of CONTRACTOR on the premises. 6 CHANGES CONTRACTOR shall adhere strictly to the plans and specifications set forth in the Contract Documents unless a change therefrom is authorized in writing by DPW. CONTRACTOR agrees to make any and all changes, furnish materials and perform all work necessary within the scope of the PROJECT as DPW may require in writing. Under no condition shall CONTRACTOR make any changes without the prior written order or acceptance of DPW, and CITY shall not pay any extra charges made by CONTRACTOR that have not been agreed upon in writing by DPW. When directed to change the work, CONTRACTOR shall submit immediately to DPW a written cost proposal reflecting the effect of the change. Should DPW not agree to such cost proposal, the work shall be performed according to the g/agree/surfnet/city con st 5 of 22 5/10 changes ordered in writing by DPW and the proper cost thereof shall be negotiated by the parties upon cost and pricing data submitted by CONTRACTOR; thereupon, CITY will promptly issue an adjusted change order to CONTRACTOR and the contract price will be adjusted upward or downward accordingly. 7. NOTICE TO PROCEED No work, services, material, or equipment shall be performed or furnished under this Agreement unless and until a Notice to Proceed has been given to CONTRACTOR by CITY. CITY does not warrant that the work will be available on the date the Notice to Proceed is issued. In the event of a delay in commencement of the work due to unavailability of the job site, for any reason, relief to CONTRACTOR shall be limited to a time extension equal to the delay due to such unavailability. 8. BONDS Only bonds issued by California admitted sureties will be accepted. CONTRACTOR shall, prior to its performance of this Agreement, furnish the following two (2) bonds approved by the City Attorney: One in the amount of one hundred percent (100%) of the contract price to guarantee the CONTRACTOR's faithful performance of the work, and one in the amount of one hundred percent of the contract price to guarantee payment of all claims for labor and materials furnished. In addition, CONTRACTOR shall submit to CITY a bond in the amount of one hundred percent (100%) of the final contract price, including all change orders, to warrant such performance for a period of one (1) year after CITY's acceptance thereof within ten (10) days of filing of the Notice of Completion. g/agree/surfnet/cityconst 6 of 22 5110 9. WARRANTIES CONTRACTOR unconditionally guarantees all work done under this Agreement including, but not limited to, any workmanship, installation, fabrication, material or structural facilities constructed. CONTRACTOR, within ten (10) days after notice by CITY of any defect in the work, shall have the option to make appropriate repairs or replace the defective item or items. Upon expiration of such ten (10) day period, CITY may then make appropriate repair or replacement at CONTRACTOR's risk and own cost and expense. 10. INDEPENDENT CONTRACTOR It is understood and agreed that CONTRACTOR is, and shall be, acting at all times hereunder as an independent contractor and not an employee of CITY. CONTRACTOR shall secure at its own cost and expense, and be responsible for any and all payment of all taxes, social security, state disability insurance compensation, unemployment compensation and other payroll deductions for CONTRACTOR and its officers, agents and employees and all business licenses, if any, in connection with the PROJECT and/or the services performed hereunder. 11. LIQUIDATED DAMAGES/DELAYS It is agreed by the parties hereto that in case the total work called for hereunder is not in all parts and requirements finished or completed within the number of calendar days as set forth herein, damage will be sustained by CITY; and that it is, and would be, impractical and extremely difficult to ascertain and determine the actual damage which CITY would sustain in the event of and by reason of such delay. It is, therefore, agreed that CONTRACTOR will pay to CITY, as liquidated damages and not as a penalty, giagree/surfnet/cityconst % of 22 5110 the sum of 1t-ZV - 2P)) Dollars per day for each and every working day's delay in completing the work in excess of the number of working/calendar days set forth herein, which represents a reasonable endeavor by the parties hereto to estimate a fair compensation for the foreseeable damages CITY would sustain in the event of and by reason of such delay; and CONTRACTOR agrees to pay these damages herein provided, and further agrees that CITY may deduct the amount thereof from any monies due or that may become due to CONTRACTOR hereunder. CONTRACTOR will be granted an extension of time and will not be assessed damages for any portion of the delay in the completion of the work due to unforeseeable causes beyond the control and without the fault or negligence of CONTRACTOR, including, but not limited to, acts of God or of the public enemy, fire, floods, epidemics, quarantine restrictions, strikes, unsuitable weather, or delays of subcontractors due to such causes. CONTRACTOR shall, within fifteen (15) days from the beginning of any such delay (unless DPW shall grant a further period of time), notify DPW in writing of the cause of the delay and CITY shall extend the time for completing the work if, in its judgment, the findings of fact thereon justify the delay; and the decision of DPW shall be conclusive on the parties hereto. Should CONTRACTOR be delayed in the prosecution or completion of the work by the act, neglect or default of CITY, or should CONTRACTOR be delayed by waiting for materials required by this Agreement to be furnished by CITY, or by damage caused by fire or other casualty at the job site for which CONTRACTOR is not responsible, or by the combined action of the workers, in no way caused by or resulting g/agree/surfnet/cityconst 8 of 22 5110 from default or collusion on the part of CONTRACTOR, or in the event of a lockout by CITY, then the time herein fixed for the completion of the work shall be extended by the number of days CONTRACTOR has thus been delayed, but no allowance or extension shall be made unless a claim therefor is presented in writing to CITY within fifteen (15) days of the commencement of such delay. No claims for additional compensation or damages for delays, irrespective of the cause thereof, and including without limitation the furnishing of materials by CITY or delays by other contractors or subcontractors, will be allowed and an extension of time for completion shall be the sole remedy of CONTRACTOR. 12. DIFFERING SITE CONDITIONS A. Notice: CONTRACTOR shall promptly, and before such conditions are disturbed, notify DPW in writing of: (1) Subsurface or latent physical conditions at the job site differing materially from those indicated in this Agreement or the Contract Documents; or (2) Unknown physical conditions at the job site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent to work of the character to be performed under this Agreement. DPW shall promptly investigate the conditions and if it finds that such conditions do materially so differ and cause an increase or decrease in the time required for performance of any part of the work under this Agreement, whether or not changed as g/agree/surfnet/cityconst 9 of 22 5110 a result of such conditions, an equitable adjustment shall be made and the agreement modified in writing accordingly. B. Time Extension: No claim of CONTRACTOR under this Section shall be allowed unless CONTRACTOR has given the notice required hereunder provided, however, the time prescribed therefor may be extended by CITY. 13. VARIATIONS IN ESTIMATED QUANTITIES The quantities listed in the bid schedule will not govern final payment. Payment to CONTRACTOR will be made only for the actual quantities of contract items used in construction of the PROJECT, in accordance with the plans and specifications. Upon completion of the PROJECT, if the actual quantities used are either more than or less than the quantities listed in the bid schedule, the bid price shall prevail subject to the provisions of this Section. DPW may, at its sole discretion, when warranted by the facts and circumstances, order an equitable adjustment, upwards or downwards, in payment to CONTRACTOR where the actual quantities used in construction of the PROJECT are in variation to the quantities listed in the bid schedule. No claim by CONTRACTOR for an equitable adjustment in price or time for completion shall be allowed if asserted after final payment under this Agreement. If the quantity variation is such as to cause an increase in the time necessary for completion, DPW shall ascertain the facts and circumstances and make such adjustment for extending the completion date as in its sole judgment the findings warrant. g/agree/surfnet/cityconst 10 of 22 5110 14. PROGRESS PAYMENTS Each month DPW will make an estimate in writing of the work performed by CONTRACTOR and the value thereof. From each progress estimate, ten percent (10%) will be deducted and retained by CITY and the remainder of the progress estimate, less the amount of all previous payments since commencement of the work, will be paid to CONTRACTOR. When CONTRACTOR has, in the judgment of DPW, faithfully executed fifty percent (50%) or more of the value of the work as determined from the bid schedule, and if DPW finds that satisfactory progress has been and is being made, CONTRACTOR may be paid such sum as will bring the payments of each month up to one hundred percent (100%) of the value of the work completed since the commencement of the PROJECT, as determined in its sole discretion by DPW, less all previous payments and less all previous retained amounts. CITY's final payment to CONTRACTOR, if unencumbered, or any part thereof unencumbered, shall be made thirty-five (35) days after the acceptance of the work and the filing of a Notice of Completion by CITY. Payments shall be made on demands drawn in the manner required by law, each payment to be accompanied by a certificate signed by DPW, affirming that the work for which payment is demanded has been performed in accordance with the terms of the Agreement and that the amount stated in the certificate is due under the terms of the Agreement. Partial payments on the contract price shall not be considered as a acceptance of any part of the work. 15. WITHHELD CONTRACT FUNDS SUBSTITUTION OF SECURITIES At the request and at the sole cost and expense of CONTRACTOR, who shall retain beneficial ownership and receive interest, if any thereon, CITY shall permit the g/agree/surfnet/cityconst 11 of 22 5110 substitution and deposit therewith of securities equivalent to the amount of any monies withheld by CITY to ensure performance under the terms of this Agreement. 16. AFFIDAVITS OF SATISFACTION OF CLAIMS After the completion of the work contemplated by this Agreement, CONTRACTOR shall file with DPW its affidavit stating that all workers and persons employed, all firms supplying materials and all subcontractors working upon the PROJECT have been paid in full and that there are no claims outstanding against the PROJECT for either labor or material, except certain items, if any, to be set forth in CONTRACTOR's affidavit covering disputed claims, or items in connection with Notices to Withhold, which have been filed under the provisions of the statutes of the State of California. 17. WAIVER OF CLAIMS The acceptance by CONTRACTOR of the payment of the final certificate shall constitute a waiver of all claims against CITY under or arising out of this Agreement. 18. INDEMNIFICATION, DEFENSE, HOLD HARMLESS CONTRACTOR hereby agrees to protect, defend, indemnify and hold harmless CITY, its officers, elected or appointed officials, employees, agents, and volunteers from and against any and all, claims, damages, losses, expenses, judgments, demands defense costs, and consequential damage or liability of any kind or nature, however caused, including those resulting from death or injury to CONTRACTOR's employees and damage to CONTRACTOR's property, arising directly or indirectly out of the obligations or operations herein undertaken by CONTRACTOR, caused in whole or in part by any negligent act or omission of the CONTRACTOR, any subcontractors, anyone g/agree/surfnet/cityconst 12 of 22 5110 directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, including but not limited to concurrent active or passive negligence, except where caused by the active negligence, sole negligence, or willful misconduct of the CITY. CONTRACTOR will conduct all defense at its sole cost and expense and CITY shall approve selection of CONTRACTOR's counsel. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by CONTRACTOR. 19. WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE Pursuant to California Labor Code Section 1861, CONTRACTOR acknowledges awareness of Section 3700 et seq. of this Code, which requires every employer to be insured against liability for workers' compensation; CONTRACTOR covenants that it will comply with such provisions prior to commencing performance of the work hereunder. CONTRACTOR shall obtain and furnish to City workers' compensation and employer's liability insurance in an amount of not less than the State statutory limits. CONTRACTOR shall require all subcontractors to provide such workers' compensation and employer's liability insurance for all of the subcontractors' employees. CONTRACTOR shall furnish to CITY a certificate of waiver of subrogation under the terms of the workers' compensation and employer's liability insurance and CONTRACTOR shall similarly require all subcontractors to waive subrogation. g/agre e/surfnet/c ity const 13 of 22 5/10 20. INSURANCE In addition to the workers' compensation and employer's liability insurance and CONTRACTOR's covenant to defend, hold harmless and indemnify CITY, CONTRACTOR shall obtain and furnish to CITY, a policy of general public liability insurance, including motor vehicle coverage covering the PROJECT. This policy shall indemnify CONTRACTOR, its officers, employees and agents while acting within the scope of their duties, against any and all claims arising out or in connection with the PROJECT, and shall provide coverage in not less than the following amount: combined single limit bodily injury and property damage, including products/completed operations liability and blanket contractual liability, of One Million Dollars ($1,000,000) per occurrence. If coverage is provided under a form which includes a designated general aggregate limit, the aggregate limit must be no less than One Million Dollars ($1,000,000) for this PROJECT. This policy shall name CITY, its officers, elected or appointed officials, employees, agents, and volunteers as Additional Insureds, and shall specifically provide that any other insurance coverage which may be applicable to the PROJECT shall be deemed excess coverage and that CONTRACTOR's insurance shall be primary. Under no circumstances shall said above -mentioned insurance contain a self - insured retention without the express written consent of CITY; however an insurance policy "deductible" of $5,000.00 is permitted. 21. CERTIFICATES OF INSURANCE: ADDITIONAL INSURED ENDORSEMENTS Prior to commencing performance of the work hereunder, CONTRACTOR shall furnish to CITY certificates of insurance subject to approval of the City Attorney g/agree/surfnet/cityconst 14 of 22 5110 evidencing the foregoing insurance coverages as required by this Agreement; the certificates shall: 1. provide the name and policy number of each carrier and policy; 2. state that the policy is currently in force; and 3. promise to provide that such policies will not be canceled or modified without thirty (30) days' prior written notice of CITY. CONTRACTOR shall maintain the foregoing insurance coverages in force until the work under this Agreement is fully completed and accepted by CITY. The requirement for carrying the foregoing insurance coverages shall not derogate from the CONTRACTOR's defense, hold harmless and indemnification obligations as set forth under this Agreement. CITY or its representative shall at all times have the right to demand the original or a copy of all the policies of insurance. CONTRACTOR shall pay, in a prompt and timely manner, the premiums on all insurance hereinabove required. CONTRACTOR shall provide a separate copy of the additional insured endorsement to each of CONTRACTOR's insurance policies, naming CITY, its officers, elected and appointed officials, employees, agents and volunteers as Additional Insureds, to the City Attorney for approval prior to any payment hereunder. 22. NOTICE OF THIRD PARTY CLAIM Pursuant to Public Contracts Code §9202, CITY shall provide notice to CONTRACTOR of receipt of any claim filed with CITY or a court of competent jurisdiction which arises out of performance of this agreement within ten (10) days of receipt of such claim or claims. g/agree/surfnet/cityconst 15 of 22 5110 23. DEFAULT AND TERMINATION If CONTRACTOR fails or refuses to prosecute the work hereunder with diligence, or fails to complete the work within the time specified, or is adjudged bankrupt or makes an assignment for the benefit of creditors or becomes insolvent, or violates any provision of this Agreement or the Contract Documents, CITY may give CONTRACTOR notice in writing of its intention to terminate this Agreement. Unless the violation is cured within ten (10) days after such Notice of Intention has been served on CONTRACTOR, CITY may, without prejudice to any other remedy it may have, terminate this Agreement upon the expiration of that time. Upon such default by CONTRACTOR, CITY may elect not to terminate this Agreement; in such event CITY may make good the deficiency in which the default consists and deduct the resulting costs from the progress payments then or to become due to CONTRACTOR. If it is subsequently determined by a court of competent jurisdiction that CITY's termination of this Agreement under this Section was wrongful, such termination shall be converted to a termination for convenience under Section 24 and any damages shall be assessed as set forth in Section 24. 24. TERMINATION FOR CONVENIENCE CITY may terminate this Agreement for convenience at any time with or without cause, and whether or not PROJECT is fully complete upon seven (7) calendar days written notice to CONTRACTOR. In the event of termination, under this Section CITY shall pay CONTRACTOR for value of work in place on the PROJECT through the termination period less all such payments already made. In case of such termination for convenience, the CONTRACTOR shall be entitled to receive payment for work executed, g/agree/surfnet/cityconst 16 of 22 5110 and costs incurred by reason of such termination. In no event shall CONTRACTOR be entitled to recover overhead, profit or CONTRACTOR's fee on work not performed. Such payment by CITY shall be CONTRACTOR's sole and exclusive remedy for termination by CITY for its convenience and CITY shall have no further obligation to CONTRACTOR. 25. DISPOSITION OF PLANS, ESTIMATES AND OTHER DOCUMENTS CONTRACTOR agrees that upon completion of the work to be performed hereunder, or upon expiration or earlier termination of this Agreement, all original plans, specifications, drawings, reports, calculations, maps and other documents pertaining to this Agreement shall be delivered to CITY and become its sole property at no further cost. 26. NONASSIGNABILITY CONTRACTOR shall not sell, assign, transfer, convey or encumber this Agreement, or any part hereof, or any right or duty created herein, without the prior written consent of CITY and the surety. 27. CITY EMPLOYEES AND OFFICIALS CONTRACTOR shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY shall have any financial interest in this Agreement in violation of the California Government Code. 28. STOP NOTICES, RECOVERY OF ADMINISTRATIVE COSTS CITY shall be entitled to all reasonable administrative costs and necessary disbursements arising out of the processing of Stop Notices, Notices to Withhold, or any similar legal document. This obligation shall be provided for in the labor and materials payment bond required of CONTRACTOR. CITY may charge an administrative fee of g/agree/surfnet/cityconst 17 of 22 5110 One Hundred Dollars ($100) for every Stop Notice filed in excess of two (2), regardless of whether or not CITY is named in an action to enforce such stop notices. CITY may set off any unreimbursed cost or expense so incurred against any sum or sums owed by CITY to CONTRACTOR under this Agreement. 29. NOTICES Any notices, certificates, or other communications hereunder shall be given either by personal delivery to CONTRACTOR's agent (as designated in Section 1 hereinabove) or to CITY as the situation shall warrant, or by enclosing the same in a sealed envelope, postage prepaid, and depositing the same in the United States Postal Service, to the addresses specified below; provided that CITY and CONTRACTOR may designate different addresses to which subsequent notices, certificates or other communications will be sent by notifying the other party via personal delivery, reputable overnight carrier or U. S. certified mail -return receipt requested: TO CITY: City of Huntington Beach ATTN: .1-614C it 1),4 6 4e, 2000 Main Street Huntington Beach, CA 92648 30. SECTION HEADINGS TO CONTRACTOR: A,'oZ3��P'�'�lco 7&00 ,8GAC-rA A��o 6A,26-,PJ 6AQ06 a GA 7 zcpq) The titles, captions, section, paragraph and subject headings, and descriptive phrases at the beginning of the various sections in this Agreement are merely descriptive and are included solely for convenience of reference only and are not representative of maters included or excluded from such provisions, and do not interpret, g/agree/surfnet/citycon st 18 of 22 5110 define, limit or describe, or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement. 31. IMMIGRATION CONTRACTOR shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of United States Code Section 1324a regarding employment verification. 32. LEGAL SERVICES SUBCONTRACTING PROHIBITED CONTRACTOR and CITY agree that CITY is not liable for payment of any subcontractor work involving legal services, and that such legal services are expressly outside the scope of services contemplated hereunder. CONTRACTOR understands that pursuant to Huntington Beach City Charter Section 309, the City Attorney is the exclusive legal counsel for CITY; and CITY shall not be liable for payment of any legal services expenses incurred by CONTRACTOR. 33. ATTORNEY'S FEES In the event suit is brought by either party to construe, interpret and/or enforce the terms and/or provisions of this Agreement or to secure the performance hereof, each party shall bear its own attorney's fees, such that the prevailing party shall not be entitled to recover its attorney's fees from the non -prevailing party. 34. INTERPRETATION OF THIS AGREEMENT The language of all parts of this Agreement shall in all cases be construed as a whole, according to its fair meaning, and not strictly for or against any of the parties. If any provision of this Agreement is held by an arbitrator or court of competent g/agree/surfnet/cityconst 19 of 22 5/10 jurisdiction to be unenforceable, void, illegal or invalid, such holding shall not invalidate or affect the remaining covenants and provisions of this Agreement. No covenant or provision shall be deemed dependent upon any other unless so expressly provided here. As used in this Agreement, the masculine or neuter gender and singular or plural number shall be deemed to include the other whenever the context so indicates or requires. Nothing contained herein shall be construed so as to require the commission of any act contrary to law, and wherever there is any conflict between any provision contained herein and any present or future statute, law, ordinance or regulation contrary to which the parties have no right to contract, then the latter shall prevail, and the provision of this Agreement which is hereby affected shall be curtailed and limited only to the extent necessary to bring it within the requirements of the law. 35. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of California. 36. DUPLICATE ORIGINAL The original of this Agreement and one or more copies hereto have been prepared and signed in counterparts as duplicate originals, each of which so executed shall, irrespective of the date of its execution and delivery, be deemed an original. Each duplicate original shall be deemed an original instrument as against any party who has signed it. g/agree/surfnet/cityconst 20 of 22 5110 37. CONSENT Where CITY's consent/approval is required under this Agreement, its consent/approval for one transaction or event shall not be deemed to be consent/approval to any subsequent occurrence of the same or any other transaction or event. 38. SURVIVAL Terms and conditions of this Agreement, which by their sense and context survive the expiration or termination of this Agreement shall so survive. 39. MODIFICATION No waiver or modification of any language in this Agreement shall be valid unless in writing and duly executed by both parties. 40. SIGNATORIES Each undersigned represents and warrants that its signature hereinbelow has the power, authority and right to bind their respective parties to each of the terms of this Agreement, and shall indemnify CITY fully for any injuries or damages to CITY in the event that such authority or power is not, in fact, held by the signatory or is withdrawn. 41. ENTIRETY The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arm's length negotiation, and that each has had the opportunity to consult with legal counsel prior to executing this Agreement. The parties also acknowledge and agree that no representations, inducements, promises, agreements or warranties, oral or otherwise, have been made by that party or anyone acting on that party's behalf, which are not embodied in this Agreement, and that that party has not executed this Agreement in reliance on any representation, inducement, g/agree/surfnet/cityconst 21 of 22 5/10 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 Att4 et -.5 7— /(, 20/ CONTRACTOR CITY OF HUNTINGTON BEACH, a munici co ion o of California NOBEST INCORPORATED Mayor By' y Clerk Larr No 1 d prin ame INITIATED AND PPROVED: ITS: (circle one) Chai reside ice President AND Director of Pu lic Works By: � REVIE ND APPROVED: Robert No and II pry e ITS: (circle one Secretary hief Financial Officer/Asst. tit Administrator Secretary - Treasurer APPROVED AS TO FORM: ,12 City Attorney g/agree/surfnet/cityconst 22 of 22 5110 CERTIFICATE OF ACKNOWLEDGMENT State of California County of Orange On August 27, 2010 before me, Kay E. Anderson/Notary Public , (Here insert name and title of the officer) personally appeared Larry Nodland and Robert Nodland 11 , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s);,eare subscribed to the within instrument and acknowledged to me that W�Wthey executed the same in 1b3s Ttheir authorized capacity(ies), and that by lhistheir 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. KAY E. ANDERSON O I NESS my hand and official seal. L �COM �85�24052� n ORANGE COUNTY My Comm. Ezpimiune 13. 2013 Signature of Notary Public (Notary Seal) 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 acknowledgment form must be properly completed and attached to that document. The only exception is ij 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 (f.e. certifying the authorized capacity of the signer). Please check the document carefully for proper notarial wording and attach this form if required • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. hWshel#wy,-- 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. s 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 v12.10.07 800-873-9965 www.NotaryClasses.com SECTION C i for the RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No.1374 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 64 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 hid, 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 Z the amount of $ d 0_.O/,-, which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond", as the case may be). Bidder shall signify receipt of all Addenda here, if any: C-2 SECTION C IR 1 RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No. 1374 SMELLY DR., CUTTER DR., AND PROVIDENCE LANE Base Bid Total Amount Lump Sum Bid — In Figures ................... C-2.2 -BASE BID RESIDENTIAL STREETS ON THE TREE PETITION LIST ....C-2.3 to C-2.14 C-2.1 RESIDENTIAL STREETS ON THE TREE PETITION LIST C-2.3 to C-2.14 SMELLY DR. $ a %�J, 060. CUTTER DR. $ PROVIDENCE LANE PROJECT BASE BID: Basis of Award. BASE BID TOTAL AMOUNT LUMP SUM BID IN FIGURES: 06p BASE BID WILL BE THE BASIS OF AWARD (TOTAL OF SMELLY DR., CUTTER DR., AND PROVIDENCE LANE) C-2.2 RECONSTRITCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No. 1374 SHEELLY DR.. C-2.3 PROJECT BID SCHEDULE Shelly Drive CC-1374 )Efeit:= :<stiimat�etis:< ..........;:: ::>xeniied ty:::::Inif.:::•:•:.:-:-:-:•:-:::•:•:•:•:•:p•:-:•:-:•:-:•:-:-:• 'd h e' ' Desci i t. ' pri:::::;::::::::::::::::::::::::::::::::::::.....: :.:.::.:.:.:.:.:.:.:........ rt;L"ee;.;, = ;.;.:.;Am��nt:.;.;. 1 1 LS Mobilization $e0v $ d""' 2 1575 Construct 0.17' Min, Asphalt Concrete $ Q� $ Surface Course 3 46880 SF Surface Grind Existing A.C. to a Depth of 0.17' Min. (includes disposal of fabric if �S^ $ o ! !2 $ present) 4 4 EA Adjust Sewer Manhole to Match New 0, $ J®®: $ gad ' Finished Surface 5 5 EA Adjust Sewer Cleanout to Match New $ .; O, �� `'a $ 2. Finished Surface b 6 EA Adjust Water Valve to New Finished $ 'L ® ✓ $ l l�o( Surface �"` Replace with City Furnished Water Meter i 7 33 EA Box Frame and Cover to Match New Finished Surface 8 7900 SF Remove and Reconstruct Construct $ 3 V $ SO, Sidewalk per HB Std. Pln. No. 207 ('W' = 4' C-2.4 PROJECT BID SCHEDULE Shelly Drive CC-1374 uant...................................... Y :.:::: ::::::::::<:_:<_:::::......:=::::::_:_::_:_:::: >:=:< .....::_::::......::=::::= Bliiateui-aiesc i:::::::.:.:.:.:...;,;:::;:;:.:::.:.:.: ;>:: _ :::; ::?. :.::::::::::::::.:` Jni�t;P are;.;. :::= xtt ricled ::::::: ' :::::: ;,;.;.;Azno�zn�:: Remove & Reconstruct Curb & Gutter 0- 9 1575 LE (CF=611, CF=8" when noted on plans) $ el/a $ � �Q — Includes Aggregate Base and Slot Pavement 7'— per HB Std. Pln. No. 202 10 5385 SF Remove & Reconstruct Drwy Approach per $ n% $ HB Std. PIn. No. 209. ('W' Per Plan) 11 4 EA Construct Curb Access Ramp Per Caltrans -�-- '1 Std. A88A. (Ramp Case Per PIan) �--- 12 2460 SF Remove and Reconstruct Concrete Cross $ /. $ 47 Gutter per HB Std Pin. 205 13 3 EA Prepare Corner Record (pre and/or post $ �— $ construction) for Survey Monumentation Remove Existing Tree and Grind Stump to 24" Below Top of Sidewalk/Grade. Pull ' (� Isi600-7 14 24 EA $ $ Out All Roots Within Parkway Lot And Proposed Improvements. Furnish & Plant New 15 Gallon Tree Per 115 HB Std. Plans 714, 715, 716, & 718. Tree 34 EA Species and Final Location to be Determined by City Street Supervisor. a $ 0 00- $ (�Uy Excavate a 4' by 4' by4' Hole Centered at New Tree Location and Replace with Class A Top Soil. install at Base of Tree, an Arbor -Gard or Approved Equal. Remove and Replace Irrigation System for Each Parkway Per Address. (Parkway Per t} L1l? b�°V 16 18 EA Address Includes Both Frontage Parkways $ $, on Corner Lots). Sprinkler Heads Shall be Placed Adjacent to Back of Curb. C-2.5 PROJECT BID SCHEDULE Shelly Drive CC-1374 EM. ...... ......... ......... ... ... ... .......... ........ .......... .. ........ ....... ....... ............. .................... ........... ...... ............ .... ce:': ..• .. ....... n ...... ...... ... ....... ou .... .... ... I.." ......... 17 36 EA Clear and Grub Existing Landscape including Tree Roots 24" Below New Finished Surface, Replace with Class A Top Soil, and Plant Fescue Hydro Seed For Each Parkway Per Address $ 7M 01 $ ;s"im, 18 6 EA Protect Existing Tree and Install New Linear Root Barrier Per RB Std Pln. 718 "I /V $ dVt $ 19 1 LS 90 Day Plant Establishment $ ao o $ o 20 1 LS 1 year plant landscape maintenance $ 00 $ 4 21 4 EA Remove and Reconstruct 3" PVC (SCH 40) Residential Lot Drain per HB Std Pln. 204 $ go, 00 $ M, 0-9 22 1 LS Traffic Control OW, 10 $ ow 61 23 1 LS Prepare Storm Water Pollution Prevention Plan (SWPPP) $ 2, ar 00 Total Amount Bid in Figures: $ Total Amount Bid in Words: 'TW-0 -nll-lie, -rhda5anal, ..................... --------- 1-1- ...... — ............................. * ......... I ---------------- ........ C-2.6 s CC ITT®a 1374 C! : ly"" i; "D C-2.7 PROJECT BID SCHEDULE Cutter Drive CC-1374 me.......... . 1 1 LS Mobilization $ $ 2 ate, 2 175 TN Construct 0.17' Asphalt Concrete Surface $ $ Course 3 14220 SF Surface Grind Existing A.C. to a Depth of $ $ 3SSJ. 0.17' (includes disposal of fabric if present) Replace with City Furnished Water Meter r 00 Gp 4 6 EA Box Frame and Cover to Match New $ Finished Surface 5 2 EA Adjust Water Valve to New Finished $ $ Surface 6 2 EA Adjust Sewer Manhole to Match New Finished Surface 7 2240 SF Remove and Reconstruct Construct Pin. No. 207 = 4') $ rO $ 7 SQ ag Sidewalk per HB Std. ('W' Remove & Reconstruct Curb & Gutter ld + 8 465 LF (CF=6") includes Aggregate Base and Slot $ Pavement per HB Std. Pin. No. 202 C-2.8 PROJECT DID SCHEDULE -ADDENDUM #1 Cutter Drive CC-1374 ::item ::: .......................................................................................................... Estimated : u►t.:...: Bid'1temi:D6&')1)tiun:::::::::::::: ;;: ;::::::::::::»: >::...:::; >.:..,...:.:...:..:........:.:..:.:.:. ,.::: >::::....Unit:Price.:: ::::::::::: . .... :Etended:: `. ....:.:::: : >::. AmOant ., . 9 665 SF Remove & Reconstruct Drwy Approach per HB Std. Pin. No. 209. ('W' Per Plan) $ $ �� 10 9 EA Remove Existing Tree and Grind Stump to 24" Below Top of Sidewalk/Grade. Pull Out All Roots Within Parkway Lot And $ g $ d�1� Proposed Improvements. Furnish & Plant New 15 Gallon PHOTINIA FRASERI Tree Per HB Std. 11 9 EA Pins 714, 715, 716, & 718. Final Location to be Determined by City Street Supervisor. Excavate a 4' by 4' by4' Hole Centered at $ $ `�— New Tree Location and Replace with Class A Top Soil. Install at Base of Tree, an Arbor -Gard or Approved Equal. 12 2 EA Protect Existing Tree and Install New Linear Root Barrier Per HB Std Pin. 718 $ 3 $©� Clear and Grub Existing Landscape including Tree Roots 24" Below New 13 8 EA Finished Surface, Replace with Class A Top Soil, and Plant Fescue Hydro Seed For Each Parkway Per Address 14 3 EA Remove and Replace Irrigation System for Each Parkway Per Address. (Parkway Per Address Includes Both Frontage Parkways 0 $ Qo $�� on Corner Lots). Sprinkler Heads Shall be Placed Adjacent to Back of Curb. 15 1 LS 90 Day Plant Establishment $ ��" $ 16 1 LS Provide 1 year landscape maintenance 00 $ $ C-2.9 CC-1374 ADDENDUM #1 PROJECT BID SCHEDULE Cutter Drive CC-1374 �:• :leis il;stzmat� lYd{1$! .:: gq :: $ :Ife'iii:lf?e cri flan ::::•:• :::::::::::::::.:.:.:.:.:,: •;'':.::-:•:-'..•....•.-........•..•..•.....•.......... .:.aUEt3.g1Ce:•:• �:� xt�ii � es �:=. ::< :C•::1,TfiOtiil�:.:... 17 2 EA Construct Residential Lot Drain per HB Std Pln. 204 S /0 jJ 18 3 EA Remove and Reconstruct 3" PVC (SCH 40) Residential Lot Drain per HB Std Pln. 204 010 $ sv, 19 1 EA Prepare Comer Record (pre and/or post construction) for Survey Monumentation 20 1 LS Traffic Control $ sx pC $ 004 21 1 LS Prepare Storm Water Pollution PreventionS� Plan (SWPPP) $S� Total Amount Bid in Figures: $ Total Amount Bid in Words: ;X - &h� 7*7SrtHl, vrvr YgI041tI-el' C-2.10 C-Z.11 PROJECT BID SCHEDULE Providence Lane CC-1374 AA > ;..,;.;.; i(�'��tiit •.:':': :.>::::::::.::::::....:....?:•>.`;::::;::::::::::::::.....::::::`':::::::`::;:::::;: .;•:...:' -:'Y7n�t�. »:.:..:.:..:.:.:.:.:.:.:.:.::::::.:::.':': ;>:•:-:'>:-:-:�:•:«•:';':•:':•.•:•:•:•::�:.;':.:.:.:.:.:.:.:.:.:.:.;.;.:.;.;.:':.:.;:. '<::;:<;:<::::<` ::' :::::?:::::'::: ;.:.Yhtat.�r�ce.'-' ::::•:•:::::.:.;: ..'.,:Ac��t�tn�;.;;.- 1 1 LS Mobilization $ $ �C 2 175 TN Construct 0.17' A.C. Surface Course. $ 3 14200 SF Surface Grind Existing A.C. to a Depth of 0.17' (includes disposal of fabric if present) 4 49400 SF Construct Type I Slurry Seal Across the Entire Roadway Surface. $ $ 5 25 EA Adjust Sewer Lateral Cleanout To Match New Finished Surface. $ f` 6 39 EA Replace With City Furnished Water Meter Box Frame And Cover To Match To News Finished Surface. $ 7 7600 SF Remove And Reconstruct Sidewalk Per HB Std. Plan 207. ('W' = 4') $ % $ S 1740 LF Remove And Reconstruct Curb And Gutter Per HB Std. Plan 202 (CF=6"). Item Includes Slot Pavement And Aggregate Base. $ $ 210 C-2.12 PROJECT BID SCHEDULE Providence Lane CC-1374 =:=tit►:::.:::: s#iinale' ..... .::::::=:::=:::::::::::::::::::::::::::::::::=::::=:::=:::::::::::: ::: eiaderlE::: :•:Na:::::::::::Q!�z�n�itj�:::::::t�iii;t.: ............... ...... ..... -::-:•::•:-:-:-:-:•:•:•::•:•:: P•:•:-:•:;:•:•::•:•:•:•:•:•::•:-:•:•::•:-:-:-:-:•:•::.;.:�J�t�;P�ice::- :-::•:.r��to�nt:-:-:- Remove And Reconstruct Residential ? G 9 8250 SF Driveway Approach Per HB Std. Plan 209. S ('W' Per Plan) 10 2 EA Construct Curb Access Ramp Per Caltrans t3 $d�i F1 $ a Std. Plan A88A. (Ramp Case Per Plan) 11 2 EA Prepare Corner Record (Pre-And/Or Post $ Construction) For Survey Monumentation. Remove Existing Tree And Grind Stump To 12 13 EA 24" Below Top Of Sidewalk/Grade. Pull $ Out All Roots Within Parkway Lot And —� Proposed Improvements. Plant New 15 Gallon Tristania Laurina Tree Per HB Std. Plans 714, 715, 716, & 718. Final Location To Be Determined By City 13 13 EA Street Supervisor. Excavate a 4' By 4' By $� $ 4' Hole Centered At New Tree Location And Replace With Class A Top Soil. Install At Base of Tree, an Arbor -Gard or Approved E ual. Remove And Replace Irrigation System For Each Parkway Per Address. (Parkway Per d®� 14 37 EA Address Includes Both Frontage Parkways $ $1 On Corner Lots) Sprinkler Heads Shall Be Placed Adjacent To Back of Curb. Clear And Grub Existing Landscape Including Tree Roots 24" Below New _ ©. 15 42 EA Finished Surface, Replace With Class A To $ $ Soil, And Plant Fescue Hydro Seed For Each Parkway Per Address. 16 26 EA Protect Existing Tree And Install New //fi�rr� $ �UV< � ®� $ 6,, ��• Linear Root Barrier Per HB Std. Plan 718. 7 C-2.13 PROJECT BID SCHEDULE Providence Lane CC-1374 tstiinate'n H'A"n t' :..' Y ' .::Cliiif.:.:::::::•:•:.:•:-:.:....... $ d teW DOAtki-�ai : _ .. <:` .. `. ::::::...... . p ::....... ..... : : :::: : ::::.:.:.:....:.: ... ... .. ....:.:..... n ; ce:•::.;.;.; .......... :•. : - $ 17 1 LS 90 Day Plant Establishment $ ��' Cz=00 " ` 18 1 LS 1 Year Plant Landscape Maintenace $ 6l $ 19 1 EA Construct 3" PVC (SCH 40) Residential Lot a $ SQ D $ Drain Per HB Std. 204. 20 20 EA Remove And Reconstruct 3" PVC (SCH 40) Oe $ M f �a $ ' Residential Lot Drain Per HB Std. Plan 204. ©d 21 1 LS Traffic Control $ow,_ $ 22 1 LS I Prepare Storm Water Pollution Prevention � $ z D� $ _ Plan (SWPPP) Total Amount Bid in Figures: $ 2 q0 Total Amount Bid in Words: %FINO . toel/','c4 FO/Y-� Thee r4.0w, .......... /e-e �...---- .-l.-j---------- --- -----..... _...-............------...... .- ----------- I Id1G-/'2c� Ti%r; ePl9 �O04 � C-2.14 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. Poxtion . Nartie and Address of Subcontractor ..... . State License Number .:... Glass :. �,7 nj'�Cax' Foun'tc, p?, AP �A, fh i 6?6lle;A iy i� �km)Il z C."axe pcaa� r dllj 1_ S ql( �el . .t 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 State of California ss. County of Orange "rr /�d /�� , being first duly sworn, deposes and says that he or she is pt eg pn- of '%7pl 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. Mok Name of Bidder Address of Bidder ' 6 toq en &,W el Subscribed and sworn to before me this 2-`1 day of ff'u -- — ------ NOTARY PUBLIC KAYE. ANDERSON COMM. #1852452 G NOTARYPLOW-CAQ OMM ORANGEIO W Comm. F M P 13.2013 r NOTARY SEAL C-4 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the perfonnance of the work specified in the contract, known as the RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST, CC NO,1374, (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: 1-2 -1 r 10 kdiest- Inc. Contractor r itie C-5 1n accordance with Government Code Section 14310.5, the Bidder shall complete, under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes dNo 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. G6 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. 1 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 1 will comply with such provisions before commencing the performance of the work of this contract. Date: —1 - �Cl , to /Z✓�dPy t Ln� title C-7 i {To be completed only by the awarded Contractor prior to excavation} No excavation will be permitted until this form is completed and returned to the AGENCY. Section 4216/4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number, call Underground Service Alert at 811 or 1-800- 422-4133 a minimum of two working days before scheduled excavation. Dig Alert Identification Number /~nn+rartnr Date: 7 a 2 F r1 o WaIIle Note: This form is required for every Dig Alert Identification Number issued by U.S.A. during the course of the Work. Additional forms may be obtained from the AGENCY upon request. C-8 BIDDER certifies that the following information is true and correct: Ac)hoeS-r .ZiZC. Bidder Name -200 4c, Cry Ave - Business Address Grove, CG �j�eOl City, State Zip (7 1Y ) e f )--.5'5� Telephone Number S��a,� /f State Contractor's License No. and Class 7-7� Original Date Issued 7_31-10 - Expiration Date The work site was inspected by tell( of our office on 6 , 2010. The following are persons, firms, and corporations having a principal interest in this proposal: "rr��gohe�t Pff r(P t. T/'PCS�t ' teal JO& C'rz°t-411" -9 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 Printed or Typed Si Subscribed and sworn to before me thisAl day of ZU I , 201-0 -- Ye ...-:. KAYE. ANDERSON comm. # 1852452 0 V NOTARYPIIBUC CAl1iGM11A 0 0 OROM COMP a WCOmmA+t' , Arw13,2013 NOTARY PUBLIC -k�j NOTARY SEAL Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past two years: 1. See t� ftar1,pa% 2. 3_ Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed C-10 M Page 1 No. 1 Project Name/Number. Maintenance Service Agreement Project Description: Remove and Replace Concrete at Various Locations Approximate Construction Dates: From: 10/2008 To: In Progress Agency Name: City of Westminster Contact Person: Todd Miller Original Contract Amount $610,550 No. 2 Telephone: (714) 681-3020 Final Contract Amount In Progress Project Name/Number. Neighborhood Presidential St. Imp. Various Locations 08-003 Project Description: Concrete R & R Street Imp. Cold Planing, and Overlay Approximate Construction Dates: From: 10/2008 To: 3/2009 Agency Name: City of Huntington Park Contact Person: Pax Fu Original Contract Amount: $646, 000 Telephone: (323) 594-6253 Final Contract Amount $770,000 Page 2 No. 3 Project NametNumber. ARRA Street Improvements Project Description: Concrete Construction, Coldmill, and Overlay Approximate Construction Dates: From 3/2010 To: In Progress Agency Name: City of Huntington Park Contact Person; Pat Fu Original Contract Amount: $1,599,981 No. 4 Telephone: (323) 594-6253 Final Contract Amount: $ In Progress Project Name/Number. California Avenue Rehabilitation ESPL-5109(096) Project Description: Concrete Construction, Striping, Overlay, Tree Pruning Approximate Construction Dates: From: 1/2010 To: 4/2010 Agency Name: City of Long Beach Contact Person: Dan La France Telephone: (562) 577-8339 Original Contract Amount: $421,000 Final Contract Amount: In Progress Page 3 No. 5 Project Name/Number. Annual Sidewalk Curb & Gutter Improvements Project Description: R & R Concrete Sidewalks, Curb & Gutter and Alleys Approximate Construction Dazes: From: 10/2008 To: 12/2009 Agency Name: City of Long Beach Contact Person: John Dela Cruz No. 6 Telephone: (949) 521-9847 Final Contract Amount: $6,216,268 Project Name/Number. Improvements of Alleys @ Various Locations Project Description: Remove and Replace Concrete Alleys Approximate Construction Dates: From: 3/2008 To: 6/2008 Agency Name: City of Huntington Park Contact Person: Pat Fu Telephone: (323) 584-6253 Original Contract Amount: $354,019 Final Contract Amount: $ 354,019 I, �, G $ f g�... fit. °� x e �DO Page 4 No. 7 Project Name/Number: Annual Sidewalk Repair at Various Locations Project Description: Remove and Replace Concrete Approximate Construction Dates: From: 6/2008 To: 12/2009 Agency Name: City of Anaheim Contact Person: Dennis Vasquez Original Contract Amount: $1,260, 600 No. 8 Telephone: (714) 765-6936 Final Contract Amount: $ 1,000,000 Project Name/Number. Annual Cross Gutter Repair at Various Locations Project Description: Remove and Replace Concrete Approximate Construction Dates: From: 6/2008 To: 12/2009 Agency Name: City of Anaheim Contact Person: Dennis Vasquez Original Contract Amount: $1,101,698 Telephone: (714) 765-6936 Final Contract Amount: $1,101,699 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No. 1374 SHELLY DR., CUTTER DR., AND PROVIDENCE LANE in the CITY OF HUNTINGTON BEACH July 15, 2010 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) REVISED ITEM 10 ON PAGE C-2.9 FROM "CLEAR AND GRUB..." TO "TREE REMOVAL..." Replaced Page C-2.9 With a New Page C-2.9 with Revised Item 10. Bidders shall submit SECTION C with the most current revised bid schedule Page C-2.9 entitled "Project Bid Schedule —Addendum #1 Cutter Drive CC-1374". Award will be based on most current revised Bid Schedule. This is to acknowledge receipt and review of Addendum Number One, dated July 16, 2010. Company Name By -)' l 5_1� Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No. 1374 SHELLY DR., CUTTER DR., AND PROVIDENCE LANE in the CITY OF HUNTINGTON BEACH July 22, 2010 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) REVISED DRIVEWAY CONCRETE THICKNESS ON STANDARD PLAN 209 IN APPENDIX J FROM "8-INCH" to "6-INCH" Replaced Standard Plan 209 page 1 of 1 entitled "Residential Drive Approach" in Appendix J With a New Standard Plan 209 page 1 of 1 entitled "Residential Drive Approach —Addendum 2 —CC-1374". Bidders shall submit bids based on the Standard Plan 209 page 1 of 1 entitled "Residential Drive Approach — Addendum 2-CC-1374." Award will be based on most current revised Standard Plan 209. This is to acknowledge receipt and review of Addendum Number One, dated July 22, 2010. Company Name Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. Bond No. BID BOND The American Institute of Architects, AIA Document No. A310 (February, 1970 Edition) KNOW ALL MEN BY THESE PRESENTS, that we Nobest Incorporated Bid Bond as Principal hereinafter called the Principal, and Ullico Casualty Company a corporation duly organized under the laws of the state of Delaware 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 ($ lo% ), 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 Residential Streets on the Tree Petition List (1375) 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 famished 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 16th day of July 2010 Nobest Incorporated Witness ipal ) By: _jam, g Name/Tide Witness ORSC 21328 (5/97) Ullico M. D. Rapp i. �' �- �� ♦. xb `� is �.� 1 O4W1111V P , State of California County of Orange On " �"1--10 before me, Kay E. Anderson/Notary Public , (Here insert name and tide of the officer) personally appeared Larry Nodland who proved to me on the basis of satisfactory evidence to be the personf4 whose named is/subscribed to the within instalment and acknowledged to me that he/Itsexecuted the same in his/b~authorized capacity, and that by his/jieflt ir signatureXon the instrument the personX, 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. KAYE. ANUER" COMM. +�4552452 O S m d and official seal. p Y ORANGE COUNTY MY C- bvkw haw 13.2013 . s Sigiiature of Notary Public (Notary Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT ,,(Tide or description of attached document) (fide or description of attached document continued) Number of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ® Corporate Officer President (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of California In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in California (ie. cernfying the authorized capacity of the signer). Please check the document carefully for proper notarial wording and attach this form if required. • State and County information must be the State and County where the document signers) personally appeared before the notary public for acknowledgment • late 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 names) 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. hd/she/Ntey - 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. Impassion 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 e� Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. 46 Indicate tide or type of attached document, number of pages and date. r' 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 documem 2008 Version CAPA v12.10.07 800-973-9965 www.NotaryClasses.com State of California County of Orange I. MEN 9 11 1 IVATJ N K before me, Debra Swanson, Notary Public (Here insert name and tide of de officer) personally appeared Timothy D. Rapp 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/&he)WW executed the same in his/h"A4e4 authorized capacity(), and that by hisAwAWP 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 orxotary Public ,oa of OF B A SWANSON s COMM. # 1822117 " NOTARY PUBI}GC�ALiF/ORMA ORANGE COUNTY j�5 CXM N W Y ® MV Mid l0i (Notary SCSI) c } w.. TT' ADDITIONAL OPTIONAL, INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (rick or description of attached document) (rite or description of attached doaunernt 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 Atq admoviedgment .completed in California must contain verbiage exacity ar appowi above /n the notary secam or a separate acboow/segment form must be property cotrwpifetod and at ached to float document the only exception is if a docameW k to be recorded ouukk of California In such instances, any alternative aekreawledgmerw verbiage as may be printed on such a document so tong as the verblage does not require the notary to do something that is dlegal for a notary in California (to. certifying the authorized capacity of the signer). Please chick the doeuraent ear;fidly for proper notarial wording and attach this form if required • State and County mfonnaaon must be the state and County where the document signor(s) po souolly appeared before the notary public for acknowledgment • Dote of tmtarintiaa must be the date that the siencr(s) personally appeared which must also bo dx 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) • Prim[ rho namo(s) of document signers) who personally appear at the time of motarizatiom. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. is Ism) or circling the cotretx forms. Failure to correctly indicate this information may bad to mjoctiom of document recording. • 'nee notary seat knpression must be clear and photographically rtproduobk. Impression must not cover text or lines. If seal impression smudges, re -sea] if a utffeciatt area permits, otherwise complete a different acknowledgment form. • S'tgnaWte of the notary public must match the signature on file with the office of dx ootuuy clerk. t ♦ Additional infotmatioo is not requirod but could help to ensure this ackww1odgmmat is not misused or auachod to a difTbtent documcnt d Indicate lido or type of attached document, number of pages and date d Irdieak the capacity claimed by the signer. if the claimed capacity a a corporate officer, indicate the tide (i.e. CEO, CFO, Secretary) • Securely atwb this documennt to the signed document 2003 version CAPA vl2.10.07 800-873-9865 www.NotaryCtauas.com o ULLICO Casualty Company 1625 Eye Street, N.W. Washington D.C. 20006 Power of Attorney MOW ALL PERSONS BY THESE PRESENTS: That ULLICO CASUALTY COMPANY (the Company), a corporation organized and existing under the laws of the State of Delaware, does hereby constitute and appoint: Linda D. Coats, Matthew J. Coats, Douglas A. Rapp, & Timothy D_ Rapp of Linda D. Coats Surety Insurance Services, Inc. Its true and lawful Attorney (s) in fact with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof issued in the course of its business and to bind the Company thereby, in an amount not to exceed $5,000,000.00. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of ULLICO Casualty Company at a meeting duty called the 15th day of July, 2009. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company to: (1) Appoint Attorneys) in Fact and authorize the Attorney(s) in Fact to execute on behalf of the Company bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attorney -in -Fact and revoke the authority given. And, be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile, and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seat shall be valid and biding upon the Company in the future with the respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, ULLICO CASUALTY" COMPANY has caused this instrument to be signed and its corporate seal to be affixed by its authorized office this 16th day of July 20 10 ;SIDENT Daniel Aronowitz President ULLICO Casualty Company, a Delaware Corporation. On this l6th day of July 2009, before me came the individual who executed the preceding instrument, to me personalty known, and being by me duty sworn said that he is the therein described and authorized officer of the ULLICO CASUALTY COMPANY; that the seal affixed to said instrument is the Corporate seal of said Company; that the said Corporate Seal and his signature were duly affixed. h ,r Notary Public CATHERINE M. OBRIEN NOTARY PUBLIC STATE OF MARYLAND MONTGOMERY COUNTY MY COMMISSION EXPIRES JANUARY 21, 2012 CERTIFICATE I, Teresa E. Valentine, Senior Vice President, General Counsel and Secretary of ULLICO Casualty Company, do herby certify that the foregoing resolution of the Board of Directors and this Power of Attorney issued pursuant thereto on this 16th day of July 2009 are true and correct and are still in full force and effect. I do further certify that that Daniel Aronowitz, who executed the Power of Attorney as President, was on the date of execution of the attached Power of Attorney the duly elected President of ULLICO Casualty Company, In Testimdny Whereof I have subscribed my name and affixed the facsimile seat of each Company this 16t° day of July 2009. Teresa E. Valentine Senior Vice President, General Counsel & Secretary ULLICO Casualty Company icy Clerx ��Q T l �l dl f , /7y Sc�cohd �loe� �C�n /�1�;� S��eet City of Huntington Beach 2000 Main Street • Huntington Beach, CA 92648 OFFICE OF THE CITY CLERK JOAN L. FLYNN CITY CLERK September 27, 2010 Nobest, Inc. 7600 Acacia Ave. Garden Grove, CA 92841 Re: Reconstruction of Residential Streets on the Tree Petition List — CC-1374 The City Council awarded the bid to your company for the above referenced project. Enclosed is a copy of the executed contract with the City of Huntington Beach. A Certification of Compliance with Title VII of the Civil Rights Act, Certification of Compliance with Prevailing Wage Laws and Contractor's Certificate form must be returned to this office after the project is completed but prior to the release of retention funds. In addition, the following item must also be on file, with this office before the City can release any retention funds: A warranty bond guaranteeing the final amount of work and materials for one year. If your performance bond does not include specific wording for a one-year warranty, then a rider or separate bond must be submitted. Should you have any questions or concerns regarding the enclosures or items that must be on file in this office prior to release of retention funds, please call the Public Works Department at 536-5437. J F: pe Enclosures: Copy of Contract including Proposal Copies of insurance/bonds Contractor's Certificate Certificate of Compliances Bid Bond (original) Sister Cit{ollo�J�j�be�iElc�s ct+ iCi�c New Zealand (Telephone: 714-536-5227 ) Certification of Compliance with Title VII of the Civil Rights Act and Equal Employment Opportunity Act of 1972 To: City of Huntington Beach Department of Public Works 2000 Main Street/P.O. Box 190 Huntington Beach, CA 92648 Re: Certification of Compliance with Title VII of the Civil Rights Act and Equal Employment Opportunity Act of 1972 Contract: Project: The undersigned contractor on the above -referenced project ("Project") hereby certifies that it has complied with Title VII of the Civil Rights Act, the Equal Opportunity Act of 1972 and Executive Order 11246, and has not discriminated against any employee or applicant for employment because of race, creed, color, sex, national origin, age or disability. The undersigned contractor also certifies that it has not maintained any segregated facilities at its establishments on the basis of race, creed, color, sex, national origin, age or disability (with the exception of access for the disabled). I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed this day of , 20_, at , California. (Type Contractor Name) By: Name: [Type Name] Ar, . Title: [Type Title] E IF rZ A c7RNEY -P-) 3-'1�6-UP 245911 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 , California. (Type Contractor Name) By: _ Name: Title: [Type Name] [Type Title] A.� `p0 F l�CNLEY CITY ATTORNEY TLS o3- a6 • ap 1 247542A CONTRACTOR'S CERTIFICATE I, , state and certify that: (Name of Declarant) 1. is the general contractor to the City of Huntington Beach ("City") on Contract No. (the "Contract") for the construction of the public work of improvement entitled: (the "Project"). 2. All work to be performed pursuant to the Contract has been completed in accordance with the Contract Documents (as such term is defined in the Contract). 3. Except for the claims listed -below and the disputed claims listed in paragraph five (5), all persons supplying labor, services, materials and equipment to the Project, including all claims against the Contractor arising from the performance of the Contract, have been paid and satisfied (list unpaid debts and claims; if none, write "NONE"): 4. Attached hereto are the lien waivers required by the Contract Documents, which lien waivers have been executed by all persons who performed work on or supplied labor, services, materials, and/or equipment for use at the Project. 5. Set forth below is a list of disputed claims or claims that are the subject of a Notice to Withhold filed pursuant to the Civil Code of the State of California (list all disputed claims; if none, write "NONE"): I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed at on this day of , 20 APPROVED AS TO FORM By: t�%n vol,<�A21\-- U 3- Za-OQ Name: [Type Name] Title: [Type Title] (Signature of Declarant) 1 245914 1 RECEIVED BY: (Name) (Date) CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office after signing/dating CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION TO: Shar' Freidenrich, City Treasurer FROM: DATE: 9 A 7 16 SUBJECT: Bond Acceptance I have received the bonds for Faithful Performance Bond No. Labor and Material Bond No. Monument Bond No. Maintenance Bond No. Guarantee and Warranty Bond No. Re: Tract No. CC No. MSC No. Approved C116 6 (Counc Approv ! ate) ' VI4�% , IAJ e� I (Company Name) Cam - 6 6 e Agenda Item No. City Clerk Vault No.� #27 gAollowup/bondletter.doc Bond No. SB 015 000 068 Premiurn: $9,390.00 PERFORMANCE BON® KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, City of Huntington Beach (hereinafter referred to as "City") has, bywritten agreement dated 20_, entered into a contract with Nobest Incorporated PO Box 874, Westminster, CA 92684 (name and address of contractor) (hereinafter referred to as "Principal"), for performance of the work described as follows: Reconstruction of Residential Streets Cash Contract 1374 (Project Title) WHEREAS, said contract, and all documents referenced therein (hereinafter collectively "Contract"), are incorporated herein by this reference made a part hereof as though set forth herein in full. WHEREAS, said Principal is required under the terms of the Contract to furnish a bond guaranteeing the prompt, full and faithful performance of said Contract. NOW THEREFORE, we, the undersigned, as Principal, and ULLICO Casualty Company 2600 West Olive Ave., 5th Floor, Burbank, CA 91505 (name and address of Surety} (a duly admitted surety insurer under the laws of the State of California and hereinafter referred to as "Surety"), as Surety, are held and firmly bound unto City in the pens, sum bf Five Hundred Eighty Nine Thousand Dollars and XX/100s - Dollars ($ 589,000.00 ), 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 MST[ PERFORMANCE BOND Page 1 of 2 Bond No SB 015 000 068 any other alteration, change, deletion, addition or other modification to the Contract, or the work to be performed thereunder, and agrees to automatically adjust the penal sum of this Bond to reflect such adjustments, alterations, changes, deletions, additions or other modifications. Surety agrees to provide written confirmation of such adjustments in the penal sum to City on not less than a quarterly basis. Surety also waives the provisions of Civil Code §§ 2845 and 2849. The obligations of this Bond shall survive the completion of the work described in the Contract as to all obligations and liabilities of the Principal which survive completion of the work. IN WITNESS WHEREOF, each party represents and warrants that this instrument has been duly executed by Principal and Surety, on the date set forth below, that the name of each corporate party being affixed hereto is such party's proper legal name and that the individuals signing this instrument have been duly authorized pursuant to the authority of its governing body. Surety, by execution of this bond, waives any defense which Surety has or may have by reason of any failure of the Principal to execute or properly execute this bond. Dated: August 27, 2010 ATTEST (Corporate Seal) Nobest Incorporated (Princinal Name) ATTEST ULLICO Casualty Company (Corporate Seat) (Surety Name) By. Name; Matthew J. Vats (Signature f Attorney -in -Fact for Surety) (Attach Attorney -in -Fact Certificate) (__) 818-333-5195 (Area Code & Telephone Number of Surety) APPROVED AS TO FORM: CITY Of k(UNTINGTON BEACH c By. ennifer Mc�ath S�lS%jj6 ity Attorney !Vote: This bond must be executed in duplicate and dated, all signatures must be notarized, and evidence of the authority of any person signing as attomeiLin-fact must be attached 277591A PERFORMANCE BOND Page 2 of 2 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of orange On August 27, 2010 before me, Kay E. Anderson/Notary Public , (Here insert name and title of the officer) personally appeared Larry Nodland who proved to me on the basis of satisfactory evidence to be the person whose named is/subscribed to the within instrument and acknowledged to me that he/51a�rexecuted the same in his/l~ authorized capacig9esJ, and that by his/jiefiefr signature Won 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. WEAMMN rd and official seal. COMM, *1852452 NOTARVPUBUC-MIF010g11 .4 ORANN ,��/�/�/� �t�t My ConN' EtowAme13,201 o�otaryG Public / \ (Notary Seal) 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 President (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must be properly completed and attached to that document The only exception is if a document is to be recorded outside of California In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in California # e. certifying the authorized capacity of the signer). Please check the document carefully for proper notarial wording and attach this form if required • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your 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. Wsheldwj- is /afe ) 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, reseal 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 02.10.07 M873-9865 www.NotaryClasses.com State of California County of Oran On AUG 272010 before me Adelaide C. Hunter, Notary Public (insert name and title of the officer) personally, appeared Matthew J. Coats 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 "-�er/theii authorized capacity0es}, and that by his "-rrrerrtheir signatures) 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. V71TNESS my hand and official seal. Signature �.4. H.OELA,IOE C. NUNTERER Commission # 1803793 Notary Public -- California r Orange County My Comm. Expires Aui 8, 2012 tl ° ULLICO Casualty Company 162S Eye Street. N.W. Washington D.C. 20006 Power of Attorney hNOW ALL PERSONS BY THESE PRESENTS. That ULLICO CASUALTY COMPANY (the Company), a corporation organized and existing under the laws of the State of Delaware, does hereby constitute and appoint: Linda D. Coats , Mattliew J. Coats , Douglas 1' .Rapp , Timothy D. Rapp of Linda D. Coats Surety Insurance Set -vices, Inc. Its tine and lawNful Attorney (s) in fact with full authority to execute oil its behalf bonds, undertakings, recognizances and other contracts of indemnity andwritings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an amount not to exceed $5,000,000.00. `I'h is Power of Attorney is ,granted and is signed and sealed by facsimile under and by the authonty of the following Resolution adopted by the Board of Direct ors of UTA,lCO Casualty Company at a meeting duly called the 15th day of July, 2009. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company to: (I) Appoint Attorney(s) in Fact and authorize the Attorney(s) in Fact to execute on behalf of the Company bonds and undertakings, contracts of indemnity aid outer writings obligatory in the nature thereof and to attach the seal of the Company thereto, and (2) to remove, at any time, any such Attomey-urn-Fact aid revoke the authority given. And, be it FARTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile, and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and biding upon the Company in the future with the respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, ULLICO CASUALTY COMPANY has caused this instrument to be signed and its corporate seal to be affixed by its authorized office this 27th dayof August 20 10 � 4AL su.sc,r, Ig7qr Daniel AI'oIlowitz President ULLICO Casualty Company, a Delaware Corporation. r,a111H ' On this i 6th day of July 2009, before me came the individual who executed the preceding instrument, tome personally known, and being by me duly s,.corn said that tic is the therein described and authorized officer of the ULLICO CASUALTY COMPANY, that the seal affixed to said instrument is the Corporate saal of said Company: that the said Corporate Seal and his signature were duly affixed. S , `...v%tee' �•�..._` =�ys $ t .-�m- �---...� .._. "vC)j<?lyLlflilC CATHERINE M. OBRIEN NOTARY PUBLIC STATE OF MARYLAND MONTGOMERY COUNTY MY COMMISSION EXPIRES JANUARY 21, 2012 CERTIFICATE I, Teresa E. Valentine, Sensor Vice President, General Counsel and Secretory of ULLICO Casualty Company, do herby certify that the foregoing resolution of the Board of Directors and this Power of Attorney issued pursuant thereto on this 16th day of July 2009 are true and correct and are still in full force and effect. I do further certify that that Daniel Aronowitz, who executed the Power of Attorney as President, was on the date of execution of the attached Power of Attorney the duly elected President of ULLICO Casualty Company. In Testimony 1A`hereof I have subscribed my name and affixed the facsimile seal of each Company this 16" day of July 2009. TcresaE Valentine Senior Vice President, General Counsel &- Secretayy ULLICO Casualty Company Bond No. SB 015 000 068 Premium: Included with PAYMENT BONED Performance Bond (LABOR AND MATERIALS) KNOW ALL PERSONS BY THESE PRESENTS that: WHEREAS, the City of Huntington Beach (hereinafter referred to as "City") has awarded to Nobest Incorporated PO Box 874, Westminster, CA 92684 (name and address of contractor) (hereinafter referred to as "Principal"), a contract ("Contract") for the work described as follows: Reconstruction of Residential Streets Cash Contract 1374 (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 ULLICO Casualty Company 2600 West Olive Ave., 5th Floor, Burbank, CA 91505 (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 Five Hundred Eighty Nine Thousand Dollars and XX/100s dollars, ($ 589,000.00 ), this amount being not less than one hundred percent (100%) of the total price set forth in the Contract, in lawful money of the United States of America, for the payment of which sum, well and truly to be made, we bind ourselves, and each of our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the Principal, his, her, or its heirs, executors, administrators, successors or assigns, or subcontractors shall fail to pay any of the persons named in Section 3181 of the California Civil Code ("Claimants") for all labor, materials or services used or reasonably required for use in performance of the work described in the Contract, or any amounts due under the Unemployment Insurance Code with respect to work or labor performed by any such Claimant, or prevailing wages due and penalties incurred pursuant to Sections 1774, 1775, 1813 or 1815 of the Labor Code, or any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and Subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to the work or labor performed under the Contract, Surety will pay for the same, in an amount not exceeding the penal sum specified in this bond; otherwise, this obligation shall be null and void. This bond shall inure to the benefit of any of the persons named in Section 3181 of the California Civil Code so as to give a right of action to such persons or their assigns. In case any action is brought upon this bond, Surety further agrees to pay all court costs and a reasonable attorney's fee in an amount fixed by the court. Surety stipulates and agrees, for value received, that no change, extension of time, alteration, addition or modification to the terms of the Contract, or any contract document or any work to be performed thereunder, whether made after notice or not, shall in any way affect, impair or release the obligations of Surety under this bond. Surety hereby waives notice of any such change, M5311.1 PAYMENT BOND Page 1 of 2 Bond No. -sB 015 000 068 extension of time, alteration, addition, or modification to the terms of the Contract, the contract documents or the work thereunder. Surety also waives the provisions of California Civil Code §§ 2845 and 2849. IN WITNESS WHEROF, each party represents and warrants that this instrument has been duly executed by Principal and Surety, on the date set forth below, that the name of each corporate party being affixed hereto is such party's proper legal name and that the individuals signing this instrument have been duly authorized pursuant to the authority of its governing body. Surety, by execution of this bond, waives any defense which Surety has or may have by reason of any failure of the Principal to execute or properly execute this bond. Dated: August 27, 2010 ATTEST (Corporate Sea]) ATTEST" (Corporate Seal) Its: PrPsi dent ULLICO Casualty Company (Surety Name) By: Name: Matthew J. Oats (Signature Attorney -in -Fact for Surety) r y 818-333-5195 (Attach Attorney -in -Fact Certificate) (Area Code & Telephone Number of Surety) APPROVED AS TO FORM: CITY OF HUNTINGTON BEACH By-� ennifer Mc rath S�l S 66 --City Attorney I Note: This bond must be executed in duplicate and dated, all signatures must be notarized, and evidence of the authority of any person signing as attorney -in -fact must be attached. 277389.i PAYMENT BOND Page 2 of 2 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of Orange On August 27, 2010 before me, Kay E. Anderson/Notary Public , (Here insert name and title of the officer) personally appeared Nodland who proved to me on the basis of satisfactory evidence to be the personXwhose name0yis/Subscribed to the within instrument and acknowledged to me that he/ t I�executed the same in his/}>~authorized capacity, and that by hisj>E a signatureWon 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. aWI m and =MDUM COand official seal. NTO+ .Q My COMignature of Notary Public (Notary Seal) 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 infomration) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ® Corporate Officer President (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of California In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in California # e. certifying the authorized capacity of the signer). Please check the document carefully for proper notarial wording and attach this form if required • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. lre/she/dwy,— 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. 4. Indicate title or type of attached document, number of pages and date. .46 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 State of California County of Orange On AUG 2 7 2010 before me, Adelaide C. Hunter, Notary Public (insert name and title of the officer) personally appeared Matthew J. Coats who proved to me on the basis of satisfactory evidence to be the persons} whose name(s) is/= subscribed to the within instrument and acknowledged to me that befs4� executed the same in his "-nzet/their authorized capacity( col and that by his `hcrnthcir signatures} on the instrument the personH, 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. NA71TNESS my band and official seal. Signature ...".®d ADELAIDE C. HUNTER Commission # 1808793 z :-a Notary Public -- Calitornia Z ' Orange County My Comm. Expires Au 4 8, 20 2 f s ULI,ICO Casualty Company 1625 Eye Street, N.W. Washington D-C. 20006 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS: That ULLICO CASUALTY COMPANY (the Company), a corporation organized and existing under the laws of the State of Delaware, does hereby constitute and appoint: Linda D. Coats, Matthew J. Coats. Douglas A. Rapp , & Timothy D. Rapp of Linda D. Coats Surety Insurance Services, Inc. Its true and lawful Attorney (s) in fact with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory it) the nature thereof, issued in the course of its business and to bind the Company thereby, in an amount not to exceed $5,000;000.00. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of ULLICO Casualty Company at a meeting duly called the 15th day of Illy, 2009, RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company to: (11) Appoint Attorrteyfs) in Fact and authorize the Attorney(s) in Fact to execute on behalf of the Company bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove_ at any time, any such Attorney -in -Fact and revoke the authority given. And, be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile, and any such Power of Atlomey so executed and certified by facsimile signatures and facsimile seal shall be valid and biding upon the Company in the future with the respect to any bond or undertaking to which it is attached. IN TESTPvIONY WHEREOF, ULLICO CASUALTY COMPANY has caused this instrument to be signed and its corporate seal to be affixed by its authorized office this 27th day of August 20 10 „ x � = - Q' SEAL':< ty70 :a _ Daniel Aronowitz =��•e .r President ULLICO Casualty Company, a Delaware Corporation On thus I6th day of July 2009. before rue came the individual who executed the preceding instrument, to me personally known, and being by me duly s.voni said that he is the therein described and authorized officer of the ULLICO CASUALTY COMPANY-; that the seal affixed to said instrument is the Corporate seal of said Company: that the said Corporate Seal and his signature were duly affixed. boyar Public CATHERINE M. OBRIEN NOTARY PUBLIC STATE OF MARYLAND MONTGOMERY COUNTY MY COMMISSION EXPIRES JANUARY 21, 2012 CERTIFICATE I, Teresa E. Valentine, Senior Vice President, General Counsel and Secretary of ULLICO Casualty Company, do herby certify that the foregoing resolution of the Board of Directors and this Power of Utomey issued pursuant thereto on this 16th day of July 2009 are true and correct and are still in full force and effect. I do further certify that that Daniel Aronov.,itz, who executed the Power of Attorney as President, was on the date of execution of the attached Power of Attorney the duly elected President of ULLICO Casualty Company, In 'Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 1611 (lay of July 2009. Teresa E. Valentine Senior Vice President, General Counsel x Secretary ULLICO Casualty Company ACORV CERTIFICATE OF LIABILITY INSURANCE PRODUCER (949) 852-0909 FAX: (949) 852-1131 Milestone Risk Management & Insurance Agency License No. OB72766 8 Corporate Park, Ste 130 Irvine CA 92606 INSURED -- - - -- -- -- --- - - - - - -- Nobest, Inc. P.O. Box 874 Westminster CA 92684 r:OVFRAGFS DATE (MWDDNM) 8/24/2010 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. I INSURERS AFFORDING COVERAGE NAIC # INSURER A: Landmark American Ins. Co. 33138 INSURER B: Peerless Insurance Company I24198 IINSURERC:RSUI Indemnity Company 22314 ---- - -- - 25682 IINSURERD:TravelerS Indemnity Company INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR' DD'g 1ICY POLEFFECTIVE POLICY EXPIRATION LTR TYPE OF INSURANCE POLICY NUMBER ATE (MWODWYYI DATEM LIMITS GENERAL LIABILITY 'i EACH OCCURRENCE �$ 1,000,000 X it COMMERCIAL GENERAL LIABILITY AMAGETo RENTED PREMISES(Ea_occurrencel. $__ 50,000 A I i CLAIMS MADE rX I OCCUR HA134344 10/1/2009 J 10/1/2010 , MED EXP (Any one person) �$ 5,000 XI Contractual Liab. PERSONAL & ADV INJURY I$ 1,000,000_ X $5,000 Ded. BZ/PD GENERAL AGGREGATE $ 2,000,000_ GENT AGGREGATE LIMIT APPLIES PER: - 1 PRODUCTS - COMP/OP AGG _$ - - - - - -- _ 2,000,000 - - - POLICY i X ' PRO- r- 1 LOC AUTOMOBILE LIABILITY I ' COMBINED SINGLE LIMrf 1,000,000 I ANY AUTO (Ea accident) +$ B ALL OWNED AUTOS 48716932 10/1/2010 !BODILY INJURY 110/1/2009 X SCHEDULED AUTOS I i (Per person) X I HIRED AUTOS I I INJURY I I BODILY $ X NON -OWNED AUTOS (Per accident) X Comp. Ded. $500 -- - ,- PROPERTY DAMAGE E X; Coll. Ded. $500 (Per accident) GARAGE LIABILITY ! AUTO ONLY - EA ACCIDENT I $ ANY AUTO ! I I OTHER THAN EA ACC + AUTO ONLY: AGG $ LA LIABILITY ! UMBRELLA I_ EACHOCCURRENCE $ 31000,00.0 'I XC OCCUR I CLAIMS MADE i AGGREGATE $ _ 3, 000, 000 CDEDUCTIBLE 6K224703 Il0/1/2009 10/1/2010 1 $_ X RETENTION $ 10,000' E WORKERS COMPENSATION ' WC STATU- OTH-. X ; TO$Y.L(MIT$,; I ER_ AND EMPLOYERS' LIABILITY YIN ANY PROPRIETORIPARTNEPJEXECUTIVE �TEDB0782P77109 1�/1/2009 10/1/2010 E.L, EACH ACCIDENT $ 11000,000 OFFICERIMEMBER EXCLUDED? ❑ ii i(Mandatory in NH) E.L,DISEASE •EAEMPLOYE�$ —' 1,000,000 If yes, describe under SPECIAL PROVISIONS below I E.L. DISEASE - POLICY LIMIT $ 11000,000 OTHER I DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS RE: Cash Contract 1374 - Reconstruction of Residential Streets. City of Huntington Beach, its officers, elected or appointed officials, employees, agents and volunteers are named as additional insured per the attached RSG15017 & GECA701 endorsements. Coverage is primary and non-contributory. *10 Days Notice of Cancellation for Non -Payment of Premium. rFRTIFIr-ATF WnI r1FR rANCF1 I ATInN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Huntington Beach DATE THEREOF, THE ISSUING INSURER WILL X4WY4AXXMAIL * 3 0 DAYS WRITTEN Attn: Joseph Dale NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,((�Q(14JQ�( 2000 Main St.�� PO Box 190� Huntington Beach, CA 92648 AUTHORIZED REPRESENTATIVE Catherine Oa&zG .� ACORD 25 (2009/01) ©1988-2009 ACORD CORPORATION. All rights reserved. INS025 (200901) The ACORD name and logo are registered marks of ACORD IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER This Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2009/01) I NS025 (200901) This Endorsement Changes The Policy. Please Read It Carefully. ADDITIONAL INSURED BLANKET - PRIMARY AND YOUR WORK This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE Name of Person or Organization: The City of Huntington Beach, its officers, elected or appointed officials, employees, agents and volunteers. 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; and/or "your work" defined for the additional insured(s) designated above included in the "products -completed oeprations hazard". B. If you are required by a written contract to provide primary insurance, this policy shall be primary and SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, 4.Other Insurance does not apply, but only with respect to coverage provided by this policy. This endorsement effective 10/01/2009 forms part of Policy Number LHA134344 issued to NOBEST, INCORPORATED by Landmark American Insurance Company Endorsement No.: RSG 15017 1207 Includes copyrighted material of Insurance Services Office, Inc. 1984 (1185) with its permission r COMMERCIAL AUTO GOLD ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM SECTION II - LIABILITY COVERAGE A. COVERAGE 1. WHO IS AN INSURED The following is added: d. Any organization, other than a partnership or joint venture, over which you maintain ownership or a majority interest on the effective date of this Coverage Form, if there is no similar insurance available to that organization. e. Any organization you newly acquire or form other than a partnership or joint venture, and over which you maintain ownership of a majority interest. However, coverage under this provision does not apply: (1) If there is similar insurance or a self -insured retention plan available to that organization; or (2) To "bodily injury" or "property damage" that occurred before you acquired or formed the organization. f. Any volunteer or employee of yours while using a covered "auto" you do not own, hire or borrow in your business or your personal affairs. Insurance provided by this endorsement is excess over any other insurance available to any volunteer or employee. g. Any person, organization, trustee, estate or governmental entity with respect to the operation, maintenance or use of a covered "auto" by an insured, if: (1) You are obligated to add that person, organization, trustee, estate or governmental entity as an additional insured to this policy by: (a) an expressed provision of an "insured contract", or written agreement; or (b) an expressed condition of a written permit issued to you by a governmental or public authority. (2) The "bodily injury" or "property damage" is caused by an "accident" which takes place after: (a) You executed the "insured contract' or written agreement; or (b) the permit has been issued to you. 2. COVERAGE EXTENSIONS a. Supplementary Payments Subparagraphs (2) and (4) are amended as follows: (2) Up to $2500 for cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "Insured" at our request, including actual loss of earning up to $500 a day because of time off from work. Includes copyrighted material of Insurance Services Offices, Inc. with its permission GECA 701 (09104) Page 1 of 3 SECTION III — PHYSICAL DAMAGE COVERAGE A. COVERAGE The following is added: 5. Hired Auto Physical Damage a. Any "auto" you lease, hire, rent or borrow from someone other than your employees or partners or members of their household is a covered "auto" for each of your physical damage coverages. b. The most we will pay for 'loss" in any one "accident" is the smallest of: (1) $50,000 (2) The actual cash value of the damaged or stolen property as of the time of the "loss"; or (3) The cost of repairing or replacing the damaged or stolen property with other property of like kind and quality. If you are liable for the "accident", we will also pay up to $500 per "accident" for the actual loss of use to the owner of the covered "auto". c. Our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by an amount that is equal to the amount of the largest deductible shown for any owned "auto" for that coverage. However, any Comprehensive Coverage deductible shown in the Declarations does not apply to "loss" caused by fire or lightning. d. For this coverage, the insurance provided is primary for any covered "auto" you hire without a driver and excess over any other collectible insurance for any covered "auto" that you hire with a driver. 5. Rental Reimbursement Coverage We will pay up to $75 per day for up to 30 days, for rental reimbursement expenses incurred by you for the rental of an "auto" because of "loss" to a covered "auto". Rental Reimbursement will be based on the rental of a comparable vehicle, which in many cases may be substantially less than $75 per day, and will only be allowed for a period of time it should take to repair or replace the vehicle with reasonable speed and similar quality, up to a maximum of 30 days. We will also pay up to $500 for reasonable and necessary expenses incurred by you to remove and replace your materials and equipment from the covered "auto". If "loss" results from the total theft of a covered "auto" of the private passenger type, we will pay under this coverage only that amount of your rental reimbursement expenses which is not already provided under paragraph 4. Coverage Extension. 8. Lease Gap Coverage If a long-term leased "auto" is a covered "auto" and the lessor is named as an Additional Insured — Lessor, in the event of a total loss, we will pay your additional legal obligation to the lessor for any difference between the actual cash value of the "auto" at the time of the loss and the 'outstanding balance" of the lease. "Outstanding balance" means the amount you owe on the lease at the time of loss less any amounts representing taxes; overdue payments; penalties, interest or charges resulting from overdue payments; additional mileage charges; excess wear and tear charges; and lease termination fees. B. EXCLUSIONS The following is added to Paragraph 3: The exclusion for "loss" caused by or resulting from mechanical or electrical breakdown does not apply to the accidental discharge of an airbag. Paragraph 4 is replaced with the following: 4. We will not pay for "loss" to any of the following: a. Tapes, records, disks or other similar audio, visual or data electronic devices designed for use with audio, visual or data electronic equipment. Includes copyrighted material of Insurance Services Offices, Inc. with its permission GECA 701 (09/04) Page 2 of 3 b. Equipment designed or used for the detection or location of radar. c. Any electronic equipment that receives or transmits audio, visual or data signals. Exclusion 4.c. does not apply to: (1) Electronic equipment that receives or transmits audio, visual or data signals, whether or not designed solely for the reproduction of sound, if the equipment is permanently installed in the covered "auto" at the time of the "loss" and such equipment is designed to be solely operated by use of the power from the "auto's" electrical system, in or upon the covered "auto"; or (2) Any other electronic equipment that is: (a) Necessary for the normal operation of the covered "auto" or the monitoring of the covered "auto's" operating system; or (b) An integral part of the same unit housing any sound reproducing equipment described in (1) above and permanently installed in the opening of the dash or console of the covered "auto" normally used by the manufacturer for installation of a radio. D. DEDUCTIBLE The following is added: No deductible applies to glass damage if the glass is repaired rather than replaced. SECTION IV. — BUSINESS AUTO CONDITIONS A. LOSS CONDITIONS Item 2.a. and b. are replaced with: 2. Duties In The Event of Accident, Claim, Suit, or Loss a. You must promptly notify us. Your duty to promptly notify us is effective when any of your executive officers, partners, members, or legal representatives is aware of the accident, claim, "suit", or loss. Knowledge of an accident, claim, "suit", or loss, by other employee(s) does not imply you also have such knowledge. b. To the extent possible, notice to us should include: (1) How, when and where the accident or loss took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the accident or loss. The following is added to 6. We waive any right of recovery we may have against any additional insured under Coverage A. 1. Who Is An Insured g., but only as respects loss arising out of the operation, maintenance or use of a covered "auto" pursuant to the provisions of the "insured contract", written agreement, or permit. B. GENERAL CONDITIONS 9. is added: 9. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Your unintentional failure to disclose any hazards existing at the effective date of your policy will not prejudice the coverage afforded. However, we have the right to collect additional premium for any such hazard. COMMON POLICY CONDITIONS 2.b. is replaced by the following: b. 60 days before the effective date of cancellation if we cancel for any other reason. Includes copyrighted material of Insurance Services Offices, Inc. with its permission GECA 701 (09/04) Page 3 of 3 Council/Agency Meeting Held _ Deferred/Continued to ❑ Denied Council Meeting Date August 16 2010 ( Department ID Number PW 10-050 CITY OF HUNTINGTON BEACH REQUEST FOR CITY COUNCIL ACTION SUBMITTED TO Honorable Mayor and City Council Members SUBMITTED BY Fred A Wilson City Administrator PREPARED BY Travis K Hopkins PE Director of Public Works SUBJECT Approve project plans and specifications and -award Construction Contract in the amount of $589 000 to Nobest Inc for the reconstruction of residential streets on the Tree Petition List Project, CC-1374 and authorize the Mayor and City Clerk to execute a contract in a form approved by the City Attorney Statement of Issue On July 27 2010 bids were opened for the Reconstruction of Residential Streets on the Tree Petition List Project CC-1374 The project will repair the 85 lots on Shelly Drive Cutter Drive and Providence Lane Financial Impact Funds in the amount of $375 000 are available in the Gas Tax Fund Sidewalk Replacement Account No 20790001 82300 and $550 000 is budgeted in Measure M Funds Pedestrian Improvements Account No 21390004 82300 for a total of $925 000 The estimated total project cost is $710 000 Recommended Action Motion to A) Approve the project plans and specifications for the Reconstruction of Residential Streets on the Tree Petition List Project CC-1374 and B) Accept the lowest responsive and responsible bid submitted by Nobest Inc in the amount of $589 000 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 -29- Item 5 - Page 1 REQUEST FOR COUNCIL ACTION MEETING DATE 8/16/2010 DEPARTMENT ID NUMBER PW 10-050 Analysis The scope of work includes removal and replacement of concrete sidewalks, driveway approaches curbs and gutters and identified street trees The asphalt roadways of Providence Lane and Shelly Drive will be resurfaced due to the extensive curb and gutter work Cutter Drive will be slurry sealed since the roadway is in good condition and there is minimum disturbance to the roadway Each of these streets is ranked on the lists established by the Tree Petition program As directed by City Council in 2007 available funding for Tree Petition streets is allocated as evenly as possible to both the original chronological list and to the new list that rates streets by condition The following table summarizes the affected streets and their place on each of the petition lists Oriainal List - By Date SHELLY DRIVE 138 12 36 398 300 CUTTER DRIVE 434 13 7 $ 97 500 New List - Rank The project is funded from Measure M and Gas Tax The streets are combined into one project for a competitive bid that can have an economy of scale A complete set of plans and specifications are available for review at the Public Works counter The bids were publically opened on July 27 2010 The verified bid amounts are listed below Bidding Contractor Bid Amount (Basis of Award) Corrected Bid Total Contract Amount NOBEST Inc , Westminster $589,000 00 No correction $589,000 00 Pivot Group, Inc , Irvine $595,364 00 No correction $595,364 00 GSCI Golden State Contractors, HB $752,542 50 +$300 $752,842 50 EBS Inc , Corona $753,163 00 No correction $753,163 00 Kasa Construction, Inc , Ontario $759,329 40 +3895 $763,224 40 Kalban Inc , Sun Valley $796,331 00 No correction $796,331 00 CJ Construction, Santa Fe Springs $844,455 00 +$2 000 $846,455 00 Excel Paving Co , Long Beach $858,749 95 +$700 $859,449 95 Imperial Paving Co , Santa Fe Springs $920 428 00 No correction $920,428 00 Item 5 - Page 2 -30- REQUEST FOR COUNCIL ACTION MEETING DATE 8/16/2010 DEPARTMENT ID NUMBER PW 10-050 j All American Asphalt, Corona $936,000 00 T correction $936,00000 The R J Noble Company, Oran e $937,70800 o correction $937,708 00 Staff recommends award of the construction contract to Nobest Inc in the amount of $589 000 00 Nobest Inc has performed successfully on similar projects with other local cities and the City of Huntington Beach The total estimated project cost is $710 000 which includes the construction contract project management contingencies and 5% supplemental expenses Public Works Commission Action The Public Works Commission reviewed and approved the project on June 16 2010 with a vote of 5-0-2 (Absent O Connell, Rivera) Environmental Status The project is categorically exempt pursuant to Class 1 Section 15301(c) of California Environmental Quality Act Strategic Plan Goal equipment Attachment(s) Maintain improve and obtain funding for infrastructure and -31 Item 5 - Page 3 F_4 �o U) BOLSA E CO N Mc FADDEN AVE U w J c~n N J 0 EDING R U) AVE Z Jp < Z ►- o —N 0 OHEILm a N AVE m 0 N m c� � cn w V) a WAR ER Q Z AVE 0 w 0 0 � SLATER w 0 AVE 0 U TALBERT AVE PACIFIC ,o 9 ELLIS AVE 5� 7%,S> PROJECT LOCATION 10 SHELLY DR CUL DE SAC-FIELDSTON) O2 CUTTER DRIVE O3 PROVIDENCE LANE (ADAMS - CAPE COD) LEGEND ® TREE PETITION STREET LOCATIONS NTS AVE 405 2 cn U R KTOWN AVE 0 Z 3 ADAMS .w Q AVE Z J kNAPOLIS Z AVE of_W 2 < Q = ATLANT, AVE N 0 m --7A m 0 HAMILTON AVE m OCEAN REV 2/18/10 TREE PETITION STREETS, CC-1374 PROJECT LOCATION MAP ' A CITY OF HUNTINGTON BEACHr7O DEPARTMENT OF PUBLIC WORKS 1 of i 11 -33- Item 5 - Page 5 CITY OF HUNTINGTON BEACH RESIDENTIAL STREETS ON THE TREE PETITION LIST C C NO 1374 BID OPENING DATE JULY 279 2010 TIME 2 00 PM ENGINEER'S ESTIMATE $810,000 No 811DIDER"S NAf4E RANK APPARENT 01014MOUNT 1 All American Asphalt, Corona 2 B&T Works, Wildomar 3 CJ Construction, Santa Fe Springs 4 EBS Inc , Corona ,.5_3 3 5 Excel Paving Co , Long Beach 6 GSCI Golden State Contractors, Huntinton Beach —3 254_'�g 7 Hardy & Harper, Inc , Santa Ana 8 Imperial Paving Co , Santa Fe Springs 9 Kasa Construction, Inc , Ontario 2.4? 10 NOBEST Inc , Westminster �7'� Dot�) 11 IPave West, La Habra 12 The R ] Noble Company, Orange Q --- 13 Sully -Miller Contracting Co , Brea 14 YAKAR, San Dimas 15ZL 16 V 0 / 6�C)(j 17 0 18 19 CC 1374 Bid Opening Worksheet 7/27/2010 11 34 AM Oc - 13 017-- 77OA--) Z-/J r-a 00 Z 'i'd L� -Irf 010Z -- d I , -, 00 Z 'i'd L� -Irf 010Z -- d I , -, 711,rlsv NOTICE INVITING SEALED BIDS 7/2-2-//6 for the RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No 1374 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 Tuesday, JULY 27, 2010 Bids will be publicly open in the Council Chambers unless otherwise posted Copies of the Plans, Specifications, and contract documents are available from the Office of the Director of Public Works, 2000 Main Street, Huntington Beach, CA 92648, upon payment of a $37 00 nonrefundable fee if picked up, or payment of a $47 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 a 10% retention from all progress payments The Contractor may substitute an escrow holder surety of equal value to the retention in accordance with the provisions of the California Government Code, Section 4590 The Contractor shall be beneficial owner of the surety and shall receive any interest thereon The AGENCY hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion in any consideration leading to the award of contract No bid shall be considered unless it is prepared on the approved Proposal forms in conformance with the Instructions to Bidders 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 Project Description The project consists primarily of removal and replacement of curbs, gutters, sidewalks, driveway approaches, and parkway trees to allow for new curbs, gutters sidewalks Project includes planting new 15 gallon trees, and replacement of existing irrigation in the parkways The project is on the following streets (1) Shelly Dr (Cul-de sac to Fieldston Ln ), (2) Cutter Dr (Estuary Ln to Isthmus Ln), and (3) Providence Ln (Adams Ave frontage road to Cape Cod Dr ) ® The contract shall allow the Contractor 60 working days to complete the contract including pipe delivery, starting from and after the date in the Notice to Proceed with the Work, issued by the AGENCY to the Contractor, exclusive of maintenance periods • The engineer's estimate of probable construction cost for the work included in the basis of award is $810,000 The AGENCY reserves the right to reject any or all bids, to waive any irregularity and to take all bids under advisement for a maximum period of 60 days BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH, CALIFORNIA, the 8th day of September 2009, by Resolution No 2009-50 Attest /s/ Joan L Flynn CITY CLERK OF THE CITY OF HUNTINGTON BEACH Ho J. 5CITY OF HUNTINGTON BEACH 2000 Main Street P O Box 190 Huntington Beach, CA 92648 LETTER OF TRANSMITTAL Attention Joan L Flynn To City Clerk's Office 2000 Main Street Huntmoton Beach, CA 92648 Fax (714) 374-1573 Date July 1, 2010 Proleetl CC No CC No 1374 Regarding Residential Streets On Tree Petition List, CC No 1374 ❑ We are sending you ❑ By Mad ❑ By Fax Mad(Number of pages including this sheet) ® We are hand delivering ❑ Attached ❑ Under a separate cover via the following items ❑ Shop drawings ❑ Prints ❑ Plans ❑ Samples ❑ Specifications ❑ Copy of letter ❑ Change Order ® other Notice Inviting Sealed Bids Item # Copies I Pages Description 1 1 1 Notice Inviting Sealed Bids for CC 1374 Residential Streets On Tree Petition List, CC No 1374 These are transmitted as checked below ❑ For approval ❑ Approved as submitted ❑ Resubmit copies for approval ® For your use ❑ Approved as noted ❑ Submit copies for distribution ® For your action ❑ Returned for corrections ❑ Return corrected prints ❑ For reviewicomment ❑ Other Remarks Per Resolution 2009-50 (adopted on 9/8/09), the City Council authorized the advertisement of the above listed project Please find attached the Notice Inviting Sealed Bids for advertisement on 7/08/10, 7/15/10 and 7/22 The bid opening is scheduled for 7/27/10 at 2 00 PM in the Council Chambers Please contact me at 536-5467 with any questions you may have By Im Wagner, Senior Civd ngineer c file G \CONSTRUCTION Corv-,RAcrs (CCs)\CCI374 TREE PETITION STREET DESIGNS\NISB\NISB TxANsmrrAL CC 1374 Doc Huntington Beach Independent h-is been adjudged a newsplper of general urcul-ition in Huntington Beach and Orange County by Decree of the Superior Court of Orange County Stite of Cahtorml under date of Aug 24 1994 case A50479 PROOF OF PUBLICATION STATE OF CALIFORNIA) )SS COUNTY OF ORANGE ) I am the Citizen of the United States and a resident of the County aforesaid, I am over the age of eighteen years, and not a party to or interested in the below entitled matter I am a principal clerk of the HUNTINGTON BEACH INDEPENDENT, a newspaper of general circulation printed and published in the City of Huntington Beach County of Orange State of California, and the attached Notice is a true and complete copy as was printed and published on the following date(s) July 8 15 22 2010 I declare under penalty of perjury, that the foregoing is true and correct Executed on July 28 2010 at Costa Mesa California 1/� Signature for the RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PE>1TION UST CC No 1374 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 Tuesday JULY 27 2010 Bids will be publicly open in the Council Chambers unless otherwise posted Copies of the Plans Specifications and contract documents are available from the Office of the Director of Public Works 2000 Main Street Huntington Beach CA 92648 upon payment of a $37 00 nonrefundable fee if picked up or payment of a $47 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 a 10% retention from all progressf payments The Contractor may substitute an escrow holder surety of equal value 'to the retention in accordance with the provisions of the California Government Code Section 4590 The Contractor shall be beneficial owner of the surety and shall receive any interest thereon The AGENCY hereby affirmatively ensures that minority business enter prises 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 i The bid must be accompanied by a certified check cashiers check or bidders bond made payable to the AGENCY for an amount no less than 10% of the amount bid The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractors License Class A at the time of the bid opening The successful Contractor and his subcontractors will be required to possess business licenses from the AGENCY Project Description The project consists primarily of removal and replacement of curbs gutters sidewalks driveway approaches and parkway trees to allow for new curbs gutters sidewalks Project includes planting new 15 gallon trees and replacement of existing irrigation in the parkways The project is on the following streets (1) Shelly Or (Cul de sac to Fieldston Ln ) (2) Cutter Or (Estuary Ln to Isthmus Ln) and (3) Providence Ln (Adams Ave frontage road to Cape Cod Dr ) ❑ The contract shall allow the Contractor 60 working days to complete the contract including pipe delivery starting from and after the date in the Notice to Proceed with the Work issued by the AGENCY to the Contractor exclusive of maintenance periods ❑ The engineers estimate of probable construction cost for the work included in the basis of award is $810 000 The AGENCY reserves the right to reject any or all bids to waive any irregularity and to take all bids under advisement for a maximum period of 60 days BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH CALIFORNIA the 8th day of September 2009 by Resolution No 2009 50 Attest CITY CLERK OF THE CITY OF HUNTINGTON BEACH Published HunUn¢ton Beach Independent Juiv 8. 15 22 2010 072 925 Unsuccessful Bids CC-13 74 Reconstruction of Residential Streets on the Tree Petition List City of Huntington Beach 2000 Main Street • Huntington Beach, CA 92648 OFFICE OF THE CITY CLERIC JOAN L. FLYNN CITY CLERIC October 29, 2010 All American Asphalt P. O. Box 2229 Corona, CA 92878-2229 RE: CC-1374 - Reconstruction of Residential Streets on the Tree Petition List Enclosed please find your original bid bond for CC-1374. Sincerely, Joan L. Flynn, CIVIC City Clerk J F: pe enclosure Sister Citid?kbAWp/cjQi &ret&yi)gf,9r&cNew Zealand (Telephone: 714-536-5227 j City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No. 1374 SHELLY DR., CUTTER DR., AND PROVIDENCE LANE in the CITY OF HUNTINGTON BEACH July 16, 2010 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) REVISED ITEM 10 ON PAGE C-2.9 FROM "CLEAR AND GRUB..." TO "TREE REMOVAL..." Replaced Page C-2.9 With a New Page. C-2.9 with Revised Item 10. Bidders shall submit SECTION C with the most current revised bid schedule Page C-2.9 entitled "Project Bid Schedule —Addendum #1 Cutter Drive CC-1374". Award will be based on most current revised Bid Schedule. This is to acknowledge receipt and review of Addendum Number One, dated July 16, 2010. _ Company Name y j20 \O-QA �,( �p �l t f r-r_S_ I CyV� Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No. 1374 SHELLY DR., CUTTER DR., AND PROVIDENCE LANE in the -CITY OF HUNTINGTON BEACH July 22, 2010 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) REVISED DRIVEWAY CONCRETE THICKNESS ON STANDARD PLAN 209 IN APPENDIX J FROM "8-INCH" to "6-INCH" Replaced Standard Plan 209 page 1 of 1 entitled "Residential Drive Approach" in Appendix J With a New Standard Plan 209 page 1 of 1 entitled "Residential Drive Approach — Addendum 2—CC-1374". Bidders shall submit bids based on the Standard Plan 209 page 1 of 1 entitled "Residential Drive Approach — Addendum 2—CC-1374." Award will be based on most current revised Standard Plan 209. This is to acknowledge receipt and review of Addendum Number One, dated July 222,, 2010. f�i 1 I �iG �X1 ri 5 0 - — ol� Company Name By 4 QM-J rc� i ' k A -�, �e -PS' .re., i c -J Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. Y--24" WHERE C.F. IS LESS THAN OR EQUAL TO 6 ". 36" WHERE C. F, IS GREATER THAN 6". 0.17; n A 0 `f GRADE BREAK 6" CONC. BROOM FINISH 0 .0 A --A 5. 0' 'X' 'W'--12' MIN. TO JO' MAX. 'X' 2' MIN. MIN. 5.0' PLAN MIN. J14" LIP 6,. 29, RIW 159 MAX. a •• a ° 0 3.5' MIN. NOTES: \2 SECTION A —A NEW CONSTRUCTION O1 CONSTRUCT SIDEWALK PER STD. PLAN 207. O2 A.B. AS REQ'D PER STD. PLAN 202. O3 5.0' MIN. CLEARANCE FROM TOP OF 'X' TO ANY ABOVE —GROUND OBSTACLE (I.E. SIGN, POLE, TREE, ETC.) FOR ANY WATER APPURTENANCE SEE WATER STANDARD PLANS, UNLESS OTHERWISE APPROVED BY THE CITY ENGINEER. GENERAL NOTES.- 1. 22' MIN. OF FULL HEIGHT CURB IS REQUIRED BETWEEN DRIVEWAYS SERVING THE SAME PARCEL, UNLESS OTHERWISE APPROVED BY THE CITY ENGINEER. 2. CONCRETE SHALL BE CLASS 520—C-2500. APPROVED: CITY OF HUNTINGTON BEACH Po aDEPARTMENT OF PUBLIC WORKS CITY ENGINE R STANDARD PLAN REVISION DATE: May 2008 RESIDENTIAL DRIVE APPROACH 209 1 of 1 RESIDENTIAL DRIVE APPROACH —ADDENDUM 2—CC-1374 SECTION C ]PROPOSAL for the RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No.1374 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 60 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 � 1 � �MC� in the amount of $ 1 0l ` B'Clwhich said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond", as the case may be). Bidder shall signify receipt of all Addenda here, if any. C-z SECTION C RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No.1374 SHELLY DR., CUTTER DR., AND PROVIDENCE LANE Base Bid Total Amount Lump Sum Bid — In Figures ................... C-2.2 -BASE BID RESIDENTIAL STREETS ON THE TREE PETITION LIST ....C-2.3 to C-2.14 C-2.1 RESIDENTIAL STREETS ON THE TREE PETITION LIST C-2.3 to C-2.14 SHELL'Y DR. $ H l o, 000 m 00 CUTTER DR. $ 10 0 , 0000 00 PROVIDENCE LANE $ q Z (.0 " 000 a 00 PROJECT BASE BID: Basis of Award BASE BID TOTAL AMOUNT LUMP SUM BID IN FIGURES: $ 9�>Us 00c). coo BASE BID WILL BE THE BASIS OF AWARD (TOTAL OF SHELLY DR., CUTTER DR., AND PROVIDENCE LANE) C-2.2 RERECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No.1374 SHELLY DR.. C-2.3 PROJECT BI]D SCHEDULE Shelly Drive CC-1374 :Item:" :::;:tiaitty:::::::IZiif.; ::1lJs#iinitat i :::::::11 ::::.::::::::.::::::::::::::::::::::::::::..................:::::::::> =': B d:Ite'iii:Deseiiait::::::::::::::::::::::::::::::::::::::::::::::::::::.::::: p atferided:: .::::::::::::•:::: ::::•::•::::..:::::: ; : ; ::::.:.....::Tnt;'ee:.;. 1 1 LS Mobilization QQ 11 a ' 2 575 TN Construct 0.17' Min, Asphalt Concrete $ `-13_ $ J Surface Course Surface Grind Existing A.C. to a Depth of 3 46880 SF 0.17' Min. (includes disposal of fabric if $ o $ present) 4 4 EA Adjust Sewer Manhole to Match New $ � $ 2.U Q0 _ Finished Surface 5 5 EA Adjust Sewer Cleanout to Match New $ .._ $ Kx._ Finished Surface 6 6 EA Adjust Water Valve to New Finished $ U O— $ C0 O— Surface Replace with City Furnished Water Meter 3- I u-1-,75 7 33 EA Box Frame and Cover to Match New $ $ Finished Surface 8 7900 SF Remove and Reconstruct Construct $ 1 I •- $ 3' U 00 Sidewalk per HB Std. Fln. No. 207 (`W' = 4' C-2.4 PROJECT BID SCHEDULE Shelly Drive CC•-1374 .t :: siinriat ':.:::.::::::::::.:::.:::::::::::::::::::::-::::::=::=::::::::::::::::::........... ''......::::::::= itfeiided :: QEHaniiffy;:::; :;:C unt.: Bid:Iieiri•:IJ3esc?r 'fiiiiii :':::::::::::::::: :::::: .:::::::::::•:•::•::•:•A :•:: ;:::::•:•::•:::•:•:::•:::::::::.:•:�Tn.t:R ..........::::;:::;:::-: :_;:; ;:;:;:;:;::;:::;::;: Remove & Reconstruct Curb & Gutter 9 1575 LF (CF=6", CF=8" when noted on plans) 20 $ 5� // �5 Includes Aggregate Base and Slot Pavement per HB Std. Pln. No. 202 10 5385 SF Remove & Reconstruct Drwy Approach per $ '1 �7 HB Std. Pln. No. 209. ('W' Per Plan) 11 4 EA Construct Curb Access Ramp Per Caltrans $ 1000 - $ 000" Std. A88A. (Ramp Case Per Plan) 12 2460 SF Remove and Reconstruct Concrete Cross Gutter per HB Std PIn. 205 13 3 EA Prepare Corner Record (pre and/or post $ /`7 5 - �— $ M5-- construction) for Survey Monumentation Remove Existing Tree and Grind Stump to 14 24 EA 24" BeIow Top of Sidewalk/Grade. Pull $ 5�� $ (Poo Out All Roots Within Parkway Lot And �.� - Proposed Improvements. Furnish & Plant New 15 Gallon Tree Per HB Std. Plans 714, 715, 716, & 718. Tree Species and Final Location to be 15 34 EA Determined by City Street Supervisor. $ �- $� Excavate a 4' by 4' by4' Hole Centered at New Tree Location and Replace with Class A Top Soil. Install at Base of Tree, an Arbor -Gard or Approved Equal. Remove and Replace Irrigation System for Each Parkway Per Address. (Parkway Per GG � JQ- 1-100- 16 18 EA Address Includes Both Frontage Parkways $ $ on Comer Lots). Sprinkler Heads Shall be Placed Adjacent to Back of Curb. C-2.5 PROJECT BID SCHEDULE Shelly Drive CC-1374 := tetri :::sltma .......• :: ......................... •.•...•.•.•.......... Quantity::; ::::L ...... . . :: .. . =':::::: tt t:::::::::•:•:::.•.•..•..p...:•:•:• :::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::: :.:...:.:.:.:.:.:.:. . ..:.:.:.:.:.:.:.:. :: ' : '.'. '? ' ' ' ' :: :.:.:1<Tn:ii;P ce;.;.:•:•:::A ''xten ed -:-....•... noOnx: : CIear and Grub Existing Landscape 17 36 EA including Tree Roots 24" Below New Finished Surface, Replace with Class A Top $ '2- 5 00 $ Ll O oC Soil, and Plant Fescue Hydro Seed For Each Parkway Per Address 18 6 EA Protect Existing Tree and Install New Linear $ $qo� Root Barrier Per HB Std Pln. 718 19 1 LS 90 Day Plant Establishment $ 3000 -- $ 2000 20 1 LS 1 year plant landscape maintenance $ $ 9 000- 21 4 EA Remove and Reconstruct 3" PVC (SCH 40) $ $ o0— Residential Lot Drain per HB Std Pln. 204 22 1 LS Traffic Control $ CEO _ $ 000— 23 1 LS Prepare Storm Water Pollution Prevention $ -®_ $— Plan (SWPPP) Total Amount Bid in Figures: $ Q. 000. Op Total Amount Bid in Words: _ t-,t/ Ltridred � 1�1 -_ 0!_( Ski pj,__....._. ...................I..--------._..... ........................ -------- - �vi av an C-2.6 RECONSTRUCTION OF RESIDENTIAL STREETS ON THE THEE PETITION LIST CC No.1374 CUTTER DR. C-2.7 PROJECT BID SCHEDULE Cutter Drive CC-1374 ..:._.:.:.: iota elk:v. ...........::::::..................:....:.:.:.::::::::::::te ided: : ......::.:..s# rii kttlt:.. ':I '.' .=1%- . Ue.t•.Ittit.irace.. ...... 0�i� �te�rt �5��.do#.....:::::::::. ; .;.;.;.::.:.:a::::;;:;::;::::::;.;:;.;.;.:.;.;;::._;:::. Artl,�tatn. ,. 1 LS Mobilization $ $ 1 t o L 2 2 175 TN Construct 0.17' Asphalt Concrete Surface $ Course 3 14220 SF Surface Grind Existing A.C. to a Depth of $ o ?� `� $ U(P 0.17' (includes disposal of fabric if present) 4 6 EA Replace with City Furnished Water Meter Box Frame and Cover to Match New 2 $ J2 �' $ Finished Surface 5 2 EA Adjust Water Valve to New Finished $ LP V - $ 32 ® -- Surface 6 2 EA Adjust Sewer Manhole to Match New $ 6 C50_ $ 00 _ Finished Surface 7 2240 SF Remove and Reconstruct Construct Sidewalk HB Std. Pin. No. 207 = 4') per ('W Remove & Reconstruct Curb & Gutter �--� q �6 8 465 LF (CF-6") includes Aggregate Base and Slot $ $ Pavement per HB Std. Pin. No. 202 C-2.8 PROJECT DID SCHEDULE -ADDENDUM #1 Cutter Drive CC-1374 Item ::::Estim:ated ::::: . ::::. ...... .: ... ::... ... . .... .... ... ::::Extended::: ol. QQfl:ltY.:.>E1t�lt : Sid Iteni.Descript,on . >< .. Price ....... . 9 665 SF Remove & Reconstruct Drwy Approach per $ ° $02 12 - HB Std. Pln. No. 209. ('W' Per Plan) Remove Existing Tree and Grind Stump to 10 9 EA 24" Below Top of Sidewalk/Grade. Pull Is 51 5_ $ 5 Out All Roots Within Parkway Lot And Proposed Improvements. Furnish & Plant New 15 Gallon PHOTINIA FRASERI Tree Per HB Std. Plns 714, 715, 716, & 718. Final Location 11 9 EA to be Determined by City Street Supervisor. Excavate a 4' by 4' by4' Hole Centered at New Tree Location and Replace with Class A Top Soil. Install at Base of Tree, an Arbor -Gard or Approved Equal. 12 2 EA Protect Existing Tree and Install New $ $ S50 Linear Root Barrier Per HB Std Pln. 718 Clear and Grub Existing Landscape including Tree Roots 24" Below New 00- '20000 13 8 EA Finished Surface, Replace with Class A $Z6 $ Top Soil, and Plant Fescue Hydro Seed For Each Parkway Per Address Remove and Replace Irrigation System for Each Parkway Per Address. (Parkway Per S� -'7CC` 14 3 EA Address Includes Both Frontage Parkways $ $ ' on Corner Lots). Sprinkler Heads Shall be Placed Adjacent to Back of Curb. 15 1 LS 90 Day Plant Establishment $ low- $ 16 1 LS Provide 1 year landscape maintenance $ aC)O- $ -'2- 000 - C-2.9 CC-1374 ADDENDUM #1 PROJECT BED SCHEDULE Cutter Drive CC-1374 ::: 1 in :• :: siiirYat: ::::::.....:=:::=:=::=:............................:::::::::::::::::: Rt is e Q ..... :it.: ......................................I •:::•::•:•:::•.............i?....................... .;.;17li.glCC;.;. ;};.;i�tilOtlilt;.;{. 17 2 EA Construct Residential Lot Drain per FIB Std $s $ Pln. 204 18 3 EA Remove and Reconstruct 3" PVC (SCH 40) $?25L— $ Residential Lot Drain per HB Std Ph 204 19 1 EA Prepare Corner Record (pre and/or post $ (,j(,j G_ $ construction) for Survey Monumentation 20 1 LS Traffic Control $ 00 — $ ?.0o 21 1 LS Prepare Storm Water Pollution Prevention $ I ®DO— $ I QDU_ Plan (SWPPP) Total Amount Bid in Figures: $ � 000017. OD Total Amount Bid in Words: On t - U,d jd)"f d... S------------ C-2.10 IIEC®NSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No. 1374 PROVIDENCE LANE c-2.11 PROJECT BID SCHEDULE Providence Lane CC-1374 ......... :..... `.... `. `.. ::# o :: _;:::Qrri t#t t ;::: ;:: A t:::.:.:.::::........... :::::::::.:.:.:.:.:.:.:.:.:........ . :.:. �1.1�r�ce.;.:.:. . ......... 1 1 LS Mobilization $ ,��-5 2yiy 2 175 TN Construct 0.17' A.C. Surface Course. $ $ 3 14200 SF Surface Grind Existing A.C. to a Depth of �`- 0.17' (includes disposal of fabric if present) 4 49400 SF Construct Type 1 Slurry Seal Across the $ $ r Entire Roadway Surface. 5 25 EA Adjust Sewer Lateral Cleanout To Match $ I U O— $ New Finished Surface. Replace With City Furnished Water Meter 6 39 EA Box Frame And Cover To Match To New Finished Surface. 7 7600 SF Remove And Reconstruct Sidewalk Per HB $ $ 3o qo p _ Std. PIan 207. ('W' = 4') Remove And Reconstruct Curb And Gutter 8 1740 LF Per HB Std. Plan 202 (CF=6"). Item $ &e 0 $ Includes Slot Pavement And Aggregate Base. C-2.12 PROTECT BID SCHEDULE Providence Lane CC-1374 :: s�tiinate' :: :::: :: :::::::::.:.:::.:.:.:.:.:.:.:.:.:I::.:.:.:.:.:.:.:=:I:.:.:=:.::.::.:.:.:.:.:.:.:=:::::::: ii i : iei Descri'fliait::::.:...:.:.:.:.:.:.:.:.:.: :::::: :: :::; ::: ::: ::=: xri�ed:: ttiriti.:::::Lriil..-.•.•.-.•.•.•.•.•.•.•.•..•.-.•.• ., .'....:.•_•.•.•.•..•....•..•......•_ :.• • ...��l.p:: A$::;;: Remove And Reconstruct Residential 7— 9 8250 SF Driveway Approach Per HB Std. Plan 209. $ o $` 69s t2 0 ('W Per Plan) 10 2 EA Construct Curb Access Ramp Per Caltrans r/ $ ODO— $ qw(:2 Std. Plan A88A. (Ramp Case Per Plan) 11 2 EA Prepare Corner Record (Pre-And/Or Post $ j �7 5 $ �50' Construction) For Survey Monumentation. Remove Existing Tree And Grind Stump To 12 13 EA 24" Below Top Of Sidewalk/Grade. Pull $ Uo— $ �Z Out All Roots Within Parkway Lot And Proposed Improvements. Plant New 15 Gallon Tristania Laurina Tree Per HB Std. Plans 714, 715, 716, & 718. Final Location To Be Determined By City 13 13 EA Street Supervisor. Excavate a 4' By 4' By $ 4' Hole Centered At New Tree Location And Replace With Class A Top Soil. Install At Base of Tree, an Arbor -Gard or Avl>roved Equal. Remove And Replace Irrigation System For Each Parkway Per Address. (Parkway Per 6 o - 14 37 EA Address Includes Both Frontage Parkways $ $ 2q 0 5 p -- On Corner Lots) Sprinkler Heads Shall Be Placed Adjacent To Back of Curb. Clear And Grub Existing Landscape 15 42 EA Including Tree Roots 24" Below New Finished Surface, Replace With Class A Top $ Soil, And Plant Fescue Hydro Seed For Each Parkway Per Address. 16 26 EA Protect Existing Tree And Install New $5" $ J7 Linear Root Barrier Per HB Std. Plan 718. C-2.13 PROJECT BID SCHEDULE Providence Lane CC-1374 ........... ...... ... ........... ... . ....... .. ......... ...... ........ .. ....... ......... .................. ........... .. �d 6 .... ............... .. ................ I 1-1— ............... ............. ............... ............ .......... ....... unit:POU .. '. I ........ .. ....... ......... ......t�ti I ...... .... AAi ..... . ...... ................. 17 1 L9 90 Day Plant Establishment 18 1 LS I Year Plant Landscape Maintenace $ G) 0 C) — 19 1 EA Construct 31' PVC (SCH 40) Residential Lot $,S50- $ Drain Per FM Std. 204. 20 20 EA Remove And Reconstruct 3" PVC (SCH 40) z -2 0- Residential Lot Drain Per 1413 Std. Plan 204. 21 1 LS Traffic Control $ Cw— $ -1 CDC) — 22]1 LS Prepare Storm Water Pollution Prevention $ $ Plan (SWPPP). Total Amount Bid in Figures:$ H-2-tq,og0,qC) Total Amount Bid in W ............................ ....... Gto 1, 1 W C-2.14 �° ;. � is _�• - ,# ��� . 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. 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 DE EXECUTED BY BIDDEN AND SUBMITTED WITH BID State of California ss. County of ®range- i2 verSl 20 6- V f , being first duly sworn, de o ;es and,says that he orthe is %' of (&A a 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. A I � A awc''a-(\ h a Name of Bidder /m/40 le ignature of Bidder � �-e N r� J� . Address of Bidder Subscribed and sworn to before me this day of , 201____ NOTARY PUBLIC NOTARY SEAL C-4 CALIFORNIA JURAT WITH AFFIAINT STATEMENT State of California County of Riverside Subscribed and sworn to (or affirmed) before me on this 26th day of July , 2010 Date Month By (1) Robert Bradley Name of Signer Proved to me on the basis of satisfactory evidence be the person who appeared before me (.) (,)- ®e (and CARMEN MARIE OCHOA Commission # 1812634 IS(2) / Notary Public - California z Riverside County Name of Signer My Comm. Expires Sep 8, 2012 Proved to me on the basis of satisfactory evidence be the person who appeared before me.) I e-aw�q Signature Place Notary Seal Above Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person 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 N L11 Document Date: Iv om Number of Pages: Signer(s) Other Than Named Above: N, V V\—L_ Capacity(ies) Claimed by Signer(s) Signer's Name: Robert Bradley Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer — Title(s): _ ❑ Partner— ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Other: Signer is Representing: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑/Generals ❑ Attorney i� t/ 7T.pf1h.mbhe ❑ Trustee------ rustee ❑ Other: Signer is Representing: 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 RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST, CC NO.1374, (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 S, 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: All h nu Pica n $_salsa l , ---- Contractor Title C-s V In accordance with Government Code Section 14310.5, the Bidder shall complete, under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes ��No If the answer is yes, explain the circumstances in the space`provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. GG 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 J b I I I A rYUz,ri c-a-)n { -,sgh a l+ Contractor Title C-7 UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBER (To be completed only by the awarded Contractor prior to excavation) No excavation will be permitted until this form is completed and returned to the AGENCY. Section 421 b/421'7 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number, call Underground Service Alert at 811 or 1-800- 422-4133 a minimum of two working days before scheduled excavation. Dig Alert Identification Number: ail I A max I C 0-.0 As� c� �-�- Contractor C�-e� �2cf � � a � U I c? � Pr�s►�.�.� Title Date: Note: This form is required for every Dig Alert Identification Number issued by U.S.A. during the course of the Work. Additional forms may be obtained from the AGENCY upon request. C-8 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder Name V. () . V�b � a Business Address fty-0 City, State Zip (qs I) 13 U - - Telephone Number State Contractor's License No. and Class �I191-11 Original la t ' Issued The work site was inspected by Eft(k) f our office on 2010. The following are persons, firms, and corporations having a principal interest in this proposal: U. r bract kAj V1 UPrr--s ide MOK �� Scc.,rc C-9 The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. c' ct-n As ph ce L -� Company Name Signature of Bid er b = -S I od Printed or Typed Signature Subscribed and sworn to before me this day of , 201_ . NOTARY PUBLIC NOTARY SEAL Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past two years: o' e Name and Address of Public Agency Name and Telephone No. of Project Manager: 2. 3. Contract Amount Name and Address of Public Agency Type of Work Name and Telephone No. of Project Manager: Contract Amount Name and Address of Public Agency Type of Work Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Date Completed Date Completed C-10 CALIFORNIA JURAT WITH AFFIANT STATEMENT State of California County of Riverside Subscribed and sworn to (or affirmed) before me on this 26th day of July , 2010 Date Month By (1) Robert Bradley Name of Signer Proved to me on the basis of satisfactory evidence be the person who appeared before me (.) (,) (and CARMEN MARIE OCHOA Commission # 1812634 (2) -� Notary Public - California > Name of Signer ° Riverside County My Comm. Expires Sep 8, 2012t Proved to me on the basis of satisfactory evidence be the person who appeared before me.) Signature t,�G `� �CGZ O p' , Place Notary Seal Above Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document i Title or Type of Document Document Date: �J o N-�2Number of Pages: Signer(s) Other Than Named Above: N bf-\& Capacity(ies) Claimed by Signer(s) Signer's Name: Robert Bradley Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner— ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Other: Top of thumb here ❑ Corporate Officer — Title(s): _ ❑ Partner— ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee Signer is Representing: Signer is Representing: Top of thumb here "2009" PAST WORK REFERENCES City of Costa Mesa 77 Fair Drive P.O. Box 1200 Costa Mesa, CA 92628-1200 Contact: Tom Banks, (714) 536-5431 City of Dana Point 33282 Golden Lantern Dana Point, CA 92628 Contact: Archie Rempher, (949) 248-3500 City of Beverly Hills 345 Foothill Road Beverly Hills, CA 90210 Contact: Juan Martinez, (310) 285-2521 County of San Bernardino 825 East Third Street San Bernardino, CA 92415-0835 Contact: Sri Srirajan, (909)387-7935 City of Redondo Beach 415 Diamond Street Redondo Beach, CA 90277 Contact: Javier Urista, (310) 318-0661 City of Westlake Village 31200 Oak Crest Drive Westlake Village, CA 91361 Contact: Roxanne Hughes, (805) 653-6597 Department of Transportation 12975 Culver Blvd. Los Angeles, CA 90066 Contact: Sixto Ramin, (213) 216-4406 City of Rialto 150 South Palm Avenue Rialto, CA 92376 Contact: Eddie Chan, (909) 820-2651 Prop 1 B Street Maintenance Contract Amount: $993,993.00 Start: 7/2009 On -going — not completed yet Annual Roadway Resurfacing Project Contract Amount: $3,982,982.00 Start: 4/2009 On -going — not completed yet 2008-09 Street Resurfacing Contract Amount: $4,085,000.00 Start: 1/2009 Completed: 8/2009 Arrow Route Contract Amount: $1,980,000.00 Start: 2/2009 Completed: 7/2009 Public Improvement Package Contract Amount: $1,678,000.00 Start: 9/2009 Completed: 1 /2009 Joint Cities Pavement Rehab. Project Contract Amount: $1,242,241.11 Start: 6/2009 Completed: 9/2009 Route 27, Contract No. 07-2Y4904 Contract Amount: $915,511.00 Start: 6/2009 Completed: 9/2009 Route 210 Detour Contract Amount: $1,983,548.00 Start: 6/2009 Completed: 9/2009 "2008" PAST WORK REFERENCES City of Irvine University Drive Rehabilitation One Civic Center Plaza Contract Amount: $3,445,289.40 P.O. Box 19575 Start: 1/2008 Irvine, CA 92606-5268 Completed: 6/2008 Contract: Kal Lambaz, (949) 724-7555 City of Anaheim Anaheim Blvd. Improvements 200 South Anaheim Blvd. Contract Amount: $278,391.00 Anaheim, CA 92805 Start: 4/2008 Contact: Sean Razmy, (714) 765-5069 Completed: 6/2008 City of Newport Beach Superior Avenue Improvements 3300 Newport Blvd. Contract Amount: $862,862.00 Newport Beach, CA 92658 Start: 1/2008 Contact: Andy Tran, (949) 644-3315 Completed: 6/2008 City of Westminster Citywide Street Improvements 8200 Westminster Blvd. Contract Amount: $1,118,383.00 Westminster, CA 92683 Start: 3/2008 Contact: Theresa Tran, (714) 898-3311 Ext. 282 Completed: 7/2008 City of Lake Forest Street Resurfacing & Slurry Seal 25550 Commercentre Drive, Suite 100 Contract Amount: $1,638,523.00 Lake Forest, CA 92630 Start: 2/2008 Contact: Luis Estevez, (949) 461-3485 Completed: 4/2008 City of Santa Ana Santa Clara Avenue Improvements 20 Civic Center Plaza Contract Amount: $2,219,523.00 Santa Ana, CA 92701 Start: 11/2007 Contact: Ed Torres, (714) 647-5018 Completed: 3/2008 ® Fidelity and Deposit Company of Maryland Home Office: P.O. Box 1227. Baltimore. MD 21203-1227 BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, ALL AMERICAN ASPHALT BOND NO.085 97 423 , as Principal, (hereinafter called the "Principal'), and FIDELITY AND DEPOSIT COMPANY OF MARYLAND P.O. Box 1227, Baltimore, Maryland 21203, a corporation duly organized under the laws of the State of Maryland, as Surety, (hereinafter called the "Surety"), are held and firmly bound unto City of Huntington Beach as Obligee, (hereinafter called the "Obligee"), in the sum of TEN .PERCENT OF THE TOTAL BID PRICE IN -------- Dollars ($ 10% OF TOTAL BID PRICE ), 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 Reconstruction of Residential Streets on the Tree Petition List, CC No. 1374 Bid Date: July 27, 2010 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 20th Witness day of . Ju A.D., 2010 ALL AMERICAN ASPHALT (SEAL) Pri p l We FIDELITY AND DEPOSIT COMPANY OF MARYLAND Surety By(SEAL)(SEAL) Barbara J. Bender Witness Rebecca Haas -Bates Attorney -in -Fact Printed in cooperation with the American Institute of Architects (AIA) by Fidelity and Deposit Company of Maryland. Fidelity and Deposit Company of Maryland vouches that the language in the document conforms exactly to the language used in AIA Document A-310, February 1970 Edition. BID7000OZZ0701f CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT State of California County of Riverside On July 26, 2010 before me, Carmen Marie Ochoa, Notary Public , Date Here Insert name and Title of the Officer personally appeared Robert Bradley . Name(s) of Signer(&) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/arg subscribed to the within instrument and acknowledged to me that hexecuted the same in hiss authorized capacity(, and that by him s�.d signature(s) on the instrument the person(s), or the entity upon behalf CARMEN MARIE OCHOA of which the person(s) acted, executed the instrument. Commission # 1812634 -s Notary Public - California € I certify under PENALTY OF PERJURY under the laws of the State of Riverside County California that the forgoing paragraph is true and correct. My Comm. Expires Sep 8, 2012 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 person 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 1 j Document Date: t 6 Number of Pages: X'Ic1 Signers) Other Than Named Above: �bQYt fck t�i1( Capacity(ios) Claimed by Signer(&) Signer's Name: Robert Bradley ❑individual X Corporate Officer — Title(}: Vice President ❑ Partner— ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Other: Signer is Representing: Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner >Fa ❑ Limited ❑ G ❑ Attorney ° Top of fhumb here ❑ Trustee ❑ Other: I I Signer is Representing: CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT �b�.1.:�?,..�.v5??,S�. Taaa�n. ��..*��..vai �S!. ,caC.�� �3,��c�>>,'.�aS,�s!s��...,��3•t!�.-av s� ,a��..a.� ��.�.1r:,.'�S!7'<s�.,��..a,,zaz,.�S,:� State of California County of Orange On 7-20-10 before me, Barbara J. Bender, Notary Public Date Here Insert Name and Title of the Officer personally appeared Rebecca Haas -Bates Name(s) of Signer(s) ,F :w BARMA J. BENDER. Commission # 1801899 Z Z Notary Public - California 3 Orange County fVly Comm. Expires Ju113, 2012 Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/etre subscribed to the within instrument and acknowledged to me that -he/she(tHey executed the same in *Wher/their authorized capacity(ies), and that by his/herhe* signatures} on the instrument the person(*} or the entity upon behalf of which the persons} acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS m h d and g l0icial s al. Signature Signature of No 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: 7-20-10 Signer(s) Other Than Named. Above: All American Asphalt Capacity(ies) Claimed by Signer(s) Signer's Name ED Individual Rebecca Haas -Bates Corporate Officer — Title(s): _ Partner —;_i Limited General Attorney in Fact Trustee L. Guardian or Conservator Other: Signer Is Representing: Fidelity and Deposit Company of Maryland Top of thumb here � I Number of Pages: One (1) Signer's Name: Individual D Corporate Officer — Title(s): _ Partner — O Limited ❑ General _i Attorney in Fact i Trustee u Guardian or Conservator El Other: Signer Is Representing: Top of thumb here L------Jl 02007 National Notary Association • 9350 De Soto Ave.. PO, Box 2402 • Chatsworth, CA 91313-2402 • w .NalionalNotaryorg Item #5907 Reorder: Call Toll -Free 1-800-876-6827 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by WILLIAM J. MILLS, Vice President, and GREGORY E. MURRAY, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said y, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the d ereby nominate, constitute and appoint William SYRKIN, Rebecca HAAS-HATES an f Irvine, California, EACH its true and lawful agent and Attorney -in -Fact, to mak e ' + ` behalf as surety, and as its act and deed: any and all bonds and undert o ec or undertakings in pursuance of these presents, shall be as binding upon 1 d s 1 ents and purposes, as if they had been duly executed and acknowled y ele ompany at its office in Baltimore, Md., in their own proper persons er rn a on behalf of William SYRKIN, Rebecca HAAS-BATES, Sergio D. BE CH and ed April 8, 2008. The said Assistants eby certify that the extract set forth on the reverse side hereof is 'a true copy of Article VI, Section 2, of the By- s said Company, and is now in force. IN WITNESS WHEREOF, the said Vice -President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 25th day of September, A.D. 2009. ATTEST: 'gyp Df P psi f0 O State of Maryland I ss: City of Baltimore FIDELITY AND DEPOSIT COMPANY OF MARYLAND Gregory E. Murray Assistant Secretary V •/ 61 By: William J. Mills Vice President On this 25th day of September, A.D. 2009, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came WILLIAM J. MILLS, Vice President, and GREGORY E. MURRAY, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and with, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Maria D. Adamski Notary Public My Commission Expires: July 8, 2011 POA-F 012-0033 City of Huntington Beach. 2000 Main Street • Huntington Beach, CA 92646 OFFICE OF THE CITY CLERIC JOAN L. FLYNN CITY CLERK October 29, 2010 CJ Construction, Inc. 10142 Shoemaker Ave. Santa Fe Springs, CA 90670 RE: CC-1374 - Reconstruction of Residential Streets on the Tree Petition List Enclosed please find your original bid bond for CC-1374. Sincerely, Joan L. Flynn, CIVIC City Clerk JF:pe enclosure Sister Cit6?f{6i"jiear�t(�bI.EPec New Zealand 1 Tele phone: 714-536-5227 ) gZWb SECTION C PROPOSAL for the RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No.1374 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 60 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. u 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 16060ncl in the amount of $����NS•sv which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond", as the case may be). Bidder shall signify receipt of all Addenda here, if any: C-2 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. Portion Name and Address of Subcontractor State;Lacense Class of. Work Number �G 0 it gtr-eri cwn crs'phal-f- t�iv E . C. rn S-f . (orcrn a, eq c4Za78 i::�7 073 �1- p v-0h,<»t Ptc t J cl fn SYS ms m i to �.r►A.0 9 9,7 �'C� c1S'� /-� �j wts+ �'ca.S 4- arbor I'sfiS Gj CaK larlC4 C u✓vey 14 era ca 'tJ. 6cr h'28 6 8 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 SECTION C 501 RESIDENTIAL STREETS ON THE TREE PE'T'ITION LIST CC No. 1374 SHE, LLY DR., CUTTER DR., AND PROVIDENCE LANE Base Bid Total Amount Lump Sum Bid — In Figures ................... C-2.2 -BASE BID RESIDENTIAL STREETS ON THE TREE PETITION LIST ....C-2.3 to C-2.14 C-2. 1 RESIDENTIAL STREETS ON THE TREE PETITION LIST C-2.3 to C-2.14 SMELLY DR. CUTTER DR. PROVIDENCE LANE PROJECT BASE BID: Basis of Award BASE BID TOTAL AMOUNT LUMP SUM BID IN FIGURES: BASE BID WILL BE THE BASIS OF AWARD (TOTAL OF SHELLY DR., CUTTER DR., AND PROVIDENCE LANE) C-2.2 RECONSTR[JCTION UE RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No.1374 SMELLY DR. C-2.3 PROJECT BID SCHEDULE Shelly Drive CC-1374 Iteit�< : ;Estiii>lated:: : ]1;Xt>�rided Quau iiy:;:; :;:CE lit .:::•:•::::::: e? '>: ; :.............: ; :::::::•:.:.:•:.:.:•::•:::::...........�e.....:.;.:Amounat:.:.:. 1 1 LS Mobilization $ 1, 0 00 °O $ 1,000 • °o 2 575 Construct 0.17' Min, Asphalt Concrete $ Jr OO $ rg �$75•a Surface Course Surface Grind Existing A.C. to a Depth of 6 OM o?'" 3 46880 SF 0.17' Min. (includes disposal of fabric if $ .354 $ present) 4 4 EA Adjust Sewer Manhole to Match New $ S O� oO $ � 00 e • 00 Finished Surface 5 5 EA Adjust Sewer Cleanout to Match New $ t-00.CIO $ 2. 500•0O Finished Surface 1W_00 151W.00 3,ova . o0 --S- 6 6 EA Adjust Water Valve to New Finished Surface $ 47ao — $ ao Replace with City Furnished Water Meter 0O 'oo 7 33 EA Box Frame and Cover to Match New $ a 5 0, $ '� 2,150 Finished Surface 8 7900 SF Remove and Reconstruct Construct Sidewalk HB Std. Pln. No..207 = 41) $ 5* Z S $ 1 ' per ('W' C-2.4 PROJECT BID SCHEDULE Shelly Drive CC-1374 lain :::;: stiinate' :: :.....::::::::::::::::::=:::::::::;::::::= :::= xteriiled :. •.•.•.•.:.:.:.:.........:.'.'. ty ;.:...•. -: .:.:.:.:.:.:.:.:.:.:..•.......p.....•.•.•............•..•.•. �#iil:Iieiii,:Dese R 'fioi::::.:.:..:.:.:..:..:.:..:::::::: - . -•.•. :::::::; :;:::;:;:::::::::::::::; .:Jni�t;Pce;.:.:.;.;.:A�nont:.: ;:;:::;:;:::;:;;:::;: Remove & Reconstruct Curb & Gutter 9 1575 LF (CF=6", CF=8" when noted on plans) $ �j $ 55, 12 S*4c' Includes Aggregate Base and Slot Pavement per HB Std. Pln. No. 202 10 SF Remove & Reconstruct Drwy Approach per $ -7 oo $ 31 (y q5"6 .5385 HB Std. Pln. No. 209. ('W' Per Plan) 11 4 EA Construct Curb Access Ramp Per Caltrans 2 $ �' � oa' $ Of boa' Std. A88A. (Ramp Case Per Plan) 12 2460 SF Remove and Reconstruct Concrete Cross $ J y . 00 $ .3yJ 44 yU Gutter per HB Std Pln. 205 13 3 EA Prepare Corner Record (pre and/or post $ tom. (�' pO $ 'L, p 'oe construction) for Survey Monumentation Remove Existing Tree and Grind Stump to 14 24 EA 24" Below Top of Sidewalk/Grade. Pull $ $ 2G-160-cr- Out All Roots Within Parkway Lot And Proposed Improvements. Furnish & Plant New 15 Gallon Tree Per HB Std. Plans 714, 715, 716, & 718. Tree Species and Final Location to be 15 34 EA Determined by City Street Supervisor. $ OZS °� co $ Excavate a 4' by 4' by4' Hole Centered at New Tree Location and Replace with Class A Top Soil. Install at Base of Tree, an Arbor -Gard or Approved Equal. Remove and Replace Irrigation System for Each Parkway Per Address. (Parkway Per 00 900' 16 18 EA Address Includes Both Frontage Parkways $ $ ,HW'6o on Comer Lots). Sprinkler Heads Shall be Placed Adjacent to Back of Curb. C-2.5 PROJECT BID SCHEDULE Shelly Drive CC-1374 fe in : s�liimat�e aEted ,:.:a::::::::::: iD ci 'fi'''::;.: I e><:t..es stir :::::`.`:...:.:.:.;`.... ::::::::::: :: p :•::•::•:::: ::::•::: ';' . :: ......... aJn3i ;Y'r�e;: ?:;:: :.;.:;Aoitn;: ; Clear and Grab Existing Landscape including Tree Roots 24" Below New 00 00 17 36 EA Finished Surface, Replace with Class A Top $ 1► ZOG $ oo'_ Soil, and Plant Fescue Hydro Seed For Each Parkway Per Address 18 6 EA Protect Existing Tree and Install New Line 00 $ 2 25' $ o , 3 5 O co Root Barrier Per HB Std Pln. 718 19 1 LS 90 Day Plant Establishment $ 3. �� . cfi . a0 3 $ � to 00 t 5co •00 B. S 00 • o0 20 1 LS 1 year landscape maintenance $ (� 000000 tv $ t OoG' plant 21 4 EA Remove and Reconstruct 3" PVC (SCH 40) $ 1900• 00 $ 2' 000•00 Residential Lot Drain per HB Std Pln. 204 22 I LS Traffic Control $ 000' °� $ U' 0 00 - `r' 23 1 LS Prepare Storm Water Pollution Prevention $ S, IPbG-OD $ S, (000•aa Plan (SWPPP) Total Amount Bid in Figures: $ 373, 4 9'9' u' Total Amount Bid in Words: -rh(<c hwc,-Mrd rth> _4tac*n� _ _ --------------------------------......_.....-------.... _..�.--- --- '�avl' dtvl7t./r�.r �r �drerj C-2.6 RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No. 1374 CUTTER DR. C-2.7 PROJECT BID SCHEDULE Cutter Drive CC-•1374 ;.;?�n;t:.:.;.:•::::.::•:<•:•:•>:•:< ::•:::::: ;.:::.:.: 1 1 LS Mobilization $ 2► oO $ 2 175 1N Construct 0.17' Asphalt Concrete Surface Course $ ' °C) $ L41 875 3 14220 SF Surface Grind Existing A.C. to a Depth of 0.17' (includes disposal of fabric if present) $ 30 GI $ 4 6 EA Replace with City Furnished Water Meter Box Frame and Cover to Match New Finished Surface Od $ 3 Ud � $ a 00'�O 5 2 EA Adjust Water Valve to New Finished Surface $ 1 00*00 $ 612 b 2 EA EA Adjust Sewer Manhole to Match New Finished Surface oa $ 5-UG• GO $ i�GOG' 7 2240 SF Remove and Reconstruct Construct Sidewalk per HB Std. Pin. No. 207 ('W = 4') $ S 2 S $ 8 465 LF Remove & Reconstruct Curb & Gutter (CF=6") includes Aggregate Base and Slot Pavement per HB Std. Pin. No. 202 UU $ G $ _ 1,8, (000 C-2.8 PROJECT BID SCHEDULE -ADDENDUM #1 Cutter Drive CC-1374 1<tem::::; Estimated:: ::.:.:...::::::::::::::::::::::::::::::::::::::::::::::::::::::::: .............................. ::::::::::::::::::::::<:::)Extended: ................... : ... .. No:..: Qaar�t ty .......... .....: 13id::Taem: Description i ::::.:.:.:::::.:... ...... ......: ... > ....: >ETnki >Qrirc .. ........................ >:..:. .... ... ... 9 665 SF Remove & Reconstruct Drwy Approach per $ . GG $r Ica HB Std. Pin. No. 209. ('W' Per Plan) Remove Existing Tree and Grind Stump to 10 9 EA 24" Below Top of Sidewalk/Grade. Pull $ It!90 $ It V50�` Out All Roots Within Parkway Lot And Proposed Improvements. Furnish & Plant New 15 Gallon PHOTINIA FRASERI Tree Per HB Std. Pins 714, 715, 716, & 718. Final Location 11 9 EA to be Determined by City Street Supervisor. �� $ 6�5� $ f � � � Excavate a 4' by 4' by4' Hole Centered at New Tree Location and Replace with Class A Top Soil. Install at Base of Tree, an Arbor -Gard or Approved Equal. 12 2 EA Protect Existing Tree and Install New $ 300 u' 00 •00 Linear Root Barrier Per HB Std Pin. 718 Clear and Grub Existing Landscape including Tree Roots 24" Below New CA 13 8 EA Finished Surface, Replace with Class A $ 1 500'� $ 12r 0oo, Top Soil, and Plant Fescue Hydro Seed For Each Parkwal Per Address Remove and Replace Irrigation System for Each Parkway Per Address. (Parkway Per 14 3 EA Address Includes Both Frontage Parkways $ 1 i2,00 $ % (_00C° on Corner Lots). Sprinkler Heads Shall be Placed Adjacent to Back of Curb. 15 1 LS 90 Day Plant Establishment c0 $ 3r goo o 0 $ 3S, ew- oa r OCYi� �Pr Coe, 16 1 LS Provide 1 year landscape maintenance $ 15, r $ is, WVA4 C-2.9 CC-1374 ADDENDUM #1 PROJECT BID SCHEDULE Cutter Drive CC-1374 =: t, ixY::< shin -ate .....::::::::::::::: iiy`5 :: 1[git.::;:::<:::•::::.....,.1? >:::::::=......=:=::=:=::::::>:::::.....:::::::::=.....<=:::::< .........:........:.....:,.;.,:..:....;...;.x....;iJnrt......e;;• ; ::; :•::;?�xtt.......:... 17 2 EA Construct Residential Lot Drain per HB Std Pln. 204 $ ! `2.00.0a $ .' ,,4o p 'a0 18 3 EA Remove and Reconstruct 3" PVC (SCH 40) Residential Lot Drain per HB Std Pln. 204 $ 3 SO'�' I , 0go ' .19 1 EA Prepare Corner Record (pre and/or post construction) for Survey Monumentation $ e i 2 00 20 1 LS Traffic Control $ g-, ocrj4o $ 5,C00 *`00 21 1 LS Prepare Storm Water Pollution Prevention Plan (SWPPP) $ S,GOG.au $ ,5.IC'0G.O® Total Amount Bid in Figures: $ 10q, 43t Total Amount Bid in Words: 60C o�f'� n i `'w'qn� ni z� -- - --- -- -. va dr, � phi -.........................��/®�'0`r......................... �s. - -------- ---- C-2.10 �!- CC No. 1374E C-111 PROJECT BED SCHEDULE Providence Lane CC-1374 .... ................ .............. ............... ...... .......... ....... ........ .... ...................................................... ...................... .. .............. .... ................ Utehftd:�` ............. .... ........... ... ............. 1 1 LS Mobilization $ 2,000*00 $ 2,000.-0 2 175 TN Construct 0. 17' A.C. Surface Course. $ 00 $ �x).Vto iq, 3 14200 SF Surface Grind Existing A.C. to a Depth of 0. 17' (includes disposal of fabric if present) S $+ '99 C). 4 49400 SF Construct Type I Slurry Seal Across the Entire Roadway Surface. $ 5 25 EA Adjust Sewer Lateral Cleanout To Matchav New Finished Surface. $ SOO $ 1911-500. 6 39 EA Replace With City Furnished Water Meter Box Frame And Cover To Match To New Finished Surface. $ 3 ),'.c" 08 $ 11 700* 7 7600 SF Remove And Reconstruct Sidewalk Per HB Std. Plan 207. ('W'= 4') S 5.25 $ 3q, lev. 8 1740 LF Remove And Reconstruct Curb And Gutter Per HB Std. Plan 202 (CF=6"). Item Includes Slot Pavement And Aggregate Base. $ u0mco'. C-2.12 PROJECT BID SCHEDULE Providence Lane CC-1374 #tinaxe .•.......•..•............... -:-... ...•,...•..•....•.:.;...:...:.................,. .. .. WOO:- >No:: ............... .. uaii#i •`;:::: Alnit. ........... d ate ii Descr�p t. n ::: >:•:•:<:::::•::•::•:•:..>:•: :: nit 'ra <•.< A ©snt :•:. Remove And Reconstruct Residential as 9 18250 SF Driveway Approach Per HB Std. Plan 209. $ 7 • $ �Q^ ('W' Per Plan) 10 2 EA Construct Curb Access Ramp Per Caltrans $ 3' ooa' 00 $ U, 0#0* Std. Plan A88A. (Ramp Case Per Plan) 11 2 EA Prepare Corner Record (Pre-And/Or Post $ a 50 . C'0 $ Q 00.or Construction) For Survey Monumentation. Remove Existing Tree And Grind Stump To CTOO lies. 12 13 EA 24" Below Top Of Sidewalk/Grade. Pull $ �S Out All Roots Within Parkway Lot And $ 1 .00 s Proposed Improvements. 1 ,'700 Plant New 15 Gallon Tristania Laurina Tree Per HB Std. Plans 714, 715, 716, & 718. Final Location To Be Determined By City 13 13 EA Street Supervisor. Excavate a 4' By 4' By $ �� �a $� 00 4' Hole Centered At New Tree Location And Replace With Class A Top Soil. Install At Base of Tree, an Arbor -Gard or Approved Equal. Remove And Replace Irrigation System For Each Parkway Per Address. (Parkway Per CC) 37 EA Address Includes Both Frontage Parkways $ _ $ 2 91(000 * -60 On Corner Lots) Sprinkler Heads Shall Be Placed Adjacent To Back of Curb. Clear And Grub Existing Landscape Including Tree Roots 24" Below New o0 15 42 EA Finished Surface, Replace With Class A Top $ $ 5'�00� Soil, And Plant Fescue Hydro Seed For Each Parkway Per Address. 16 26 EA Protect Existing Tree And Install New $ 0 50 $'�� q 00.00 Linear Root Barrier Per HB Std. Plan 718. C-2.13 PROJECT BID SCHEDULE Providence Lane GC-1374 :.N:o :;.:: tia i#i ' ?::- ,...... y.....• ': :::i uiE.::•:: .................................................... i :ICieir f: kk' b." ' iait ::.:: _ :< :::: `:. >::<:....::' ;:::::::::•:.• • • • ::::<•:: • .::•>::•:•::::•:< .........::.:.:.::;:.:.:....:.:.:.::•: Tn..#.� ce:::•:::A ... ................... •:• <::;:: .•........... 17 1 LS 90 Day Plant Establishment $ 6, 5500 $ to 15 aG" 18 1 LS I Year Plant Landscape Maintenace $ S y 19 1 EA Construct 3" PVC (SCH 40) Residential Lot $ 500. 06 $ t;C�V, dG Drain Per HB Std. 204. 2t! 20 EA Remove And Reconstruct 3" PVC (SCH 40) $ 00*00 $ to I aaa'°O Residential Lot Drain Per HB Std. Plan 204. 21 1 LS Traffic Control $ S•, 500 ou $ S� 22 1 LS Prepare Storm Water Pollution Prevention $' 2 06 °° $ A, ZOo'Oo Plan (SWPPP) Total Amount Bid in Figures: $ Qp'�j 10V a d Total Amount Bid in _Words: ` -m-a honcired c i X� -�' p? ' hftua � e h�ndre oJ S t c 441arJ qL4 oe -cam its. C-2.14 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of Orange Tohn C. Some , being first duly sworn, deposes and Ws that he or she is art -sat= of C % ck Cc- }Z*4j 14 the party making the foregoing bid that the bid is not made in he 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. CT Co—n anJ c 10 -�rlc- e of Bidder Signature of Bidder Address of Bidder Subscribed and sworn to before me this c9 day of� ' 201 0 . COURTNEY BROOK GULICK Commission # 1712023 Z , W Notary Public - California = Z ° Los Angeles County �{ MVComm. ExpUesDec21, 2010 NOTARY PUBLICC_J)� ` ul NOTARY SEAL C-4 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON REACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST, CC NO,1.374, (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 S, 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. -thQDate: cTcarrek Ca-�Jhlvc�iol? -rn-c- nrt4r��+tnr Title C-5 In accordance with Government Code Section 14310.5, the Bidder shall complete, under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes eNo 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. 1 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 1 will comply with such provisions before commencing the performance of the work of this contract. Date: �� OF C0170-e4-e C01Ujr11C1/7C- Contractor Title C-7 (To be completed only by the awarded Contractor prior to excavation) No excavation will be permitted until this form is completed and returned to the AGENCY. Section 4216/4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number, call Underground Service Alert at 811 or 1-800- 422-4133 a minimum of two working days before scheduled excavation. Dig Alert Identification Number: W . C Cre-lie G ry lq k6- antractor Title Date: JO/V ' (26 Note: This form is required for every Dig Alert Identification Number issued by U.S.A. during the course of the Work. Additional forms may be obtained from the AGENCY upon request. C-8 BIDDER certifies that the following information is true and correct: cT Conark. drier Name -717C- /al f� �5hcemr !,ker Ave. - - Business Address cSG/ �J f e Spr) n9s City, State Zip (,Tw) 777 990� Telephone Number -��Cj9,? I A State Contractor's License No. and Class cq oe. c/4, Original Date Issued o�/� 30• �cla Expiration Date The work site was inspected by W.CWof our office on �v% r� , 2010 , The following are persons, firms, and corporations having a principal interest in this proposal: CT Can crt c rwlja?, Tr7 C. C-9 The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. C Name Signature of Bidder 7�ahn C. SQrn G Printed or Typed Signature C• Subscribed and sworn to before me thisday of ��� 201r . COURTNEY BROOK GULICK ' Commission # 1712023 Z •� ;° Notary Public - California € Los Angeles County MyComm. Expires Dec 21, 2010 NOTARY PUBLIC Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past two years: L f lecue See 4 fkanhe c/ Name and Address of Public Agency 2. 3. Name and Telephone No. of Project Manager: Contract Amount Name and Address of Public Agency Type of Work Name and Telephone No. of Project Manager: Contract Amount Name and Address of Public Agency Type of Work Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Date Completed Date Completed C-10 Ci Concrete Construction, Inc. #720989 A 70742 Shoemaker Avenue ® Santa Fe Springs, Ca 90670 ® (562) 777-2222 phone • (562) 777-2220 fax Annual Citywide Sidewalk Replacement City of Santa Monica 1685 Main St. Santa Monica, Ca 90401 (310) 458-8411 Randall Martinez Started 1/08 Completed 11/08 Final contract price $1,354,878.00 Sidewalk Removal and Replacement Project 2008-2009 City of Rancho Palos Verde 30940 Hawthorne Blvd. Rancho Palos Verde, Ca 90275 (310) 377- 0360 Bindu Vaish Started 02/09 Completed 04/09 Final contract price $327,432.00 Annual Concrete Replacement at various Locations FY 2008 — 09 City of Orange 300 E Chapman Ave Orange, Ca 92866 (714) 744-5568 Alan Truong Started 05/09 Completed 07/09 Final contract price $444,264.00 Rehabilitation of Tustin Ave from 15th St. to 17" St. City of Costa Mesa 77 Fair Dr. Costa Mesa, Ca 92626 (714) 754-5096 Susan Santora Started 07/09 Completed 11/09 Final contract price $616,000.00 Cj Concrete Construction, Inc. #720989 A 70742 Shoemaker A venue a Santa Fe Springs, Ca 90670 o (562) 777-2222 phone s (562) 777-2220 fax Annual Sidewalk Program City of El Segundo 350 Main St. EI Segundo, Ca 90245 (310) 524-2300 Maryam Jonas Started 10/09 Completed 12/09 Final contract price $176,190.00 Annual 2009-2010 Omnibus Concrete Replacement City of Santa Ana 20 Civic Center Dr. West Santa Ana, Ca 92701 (714) 647-5029 William Albright Annual Remove and Replace sidewalk, Curb and Gutter City of Norwalk 12700 Norwalk blvd Norwalk, Ca 90650 (562) 929-5576 Ronny Buzenes Annual Concrete Repair City of Ontario 303 East "B" St. Ontario, Ca 91764 (909) 395-2624 Dale Adcock 2 Ci Concrete Construction, Inc. #720989 A 70742 Shoemaker Avenue ® Santa Fe Springs, Ca 90670 ® (562) 777-2222 phone ® (562) 777-2220 fax Annual Sidewalk, Curb and Gutter Replacement City of Lakewood 5050 Clark Ave Lakewood, Ca 90712 (562) 866-9771 Brian White Annual Concrete Replacement Project City of Garden Grove 1122 Acacia Parkway Garden Grove, Ca 92840 (714) 741-5388 Ray Valenzuela Bonding Agent — Dwight Reilly Commercial Surety Bonding Agency 1411 No. Batavia St. Suite 201 Orange, Ca 92867 (714) 627-4582 First National Insurance Company of America 333 City Blvd West Suite 300 Orange, Ca 92868 3 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No. 1374 SHELLY DR., CUTTER DR., AND PROVIDENCE LANE in the CITY OF HUNTINGTON BEACH July 15, 2010 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) REVISED ITEM 10 ON PAGE C-2.9 FROM "CLEAR AND GRUB..." TO "TREE REMOVAL..." Replaced Page C-2.9 With a New Page C-2.9 with Revised Item 10. Bidders shall submit SECTION C with the most current revised bid schedule Page C-2.9 entitled "Project Bid Schedule —Addendum #1 Cutter Drive CC-1374". Award will be based on most current revised Bid Schedule. This is to acknowledge receipt and review of Addendum Number One, dated July 16, 2010. cT caicre-fie C�r�s �frG� Inc .. Odmpany Name By Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No. 1374 SHELLY DR., CUTTER DR., AND PROVIDENCE LANE in the CITY OF HUNTINGTON BEACH July 22, 2010 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) REVISED DRIVEWAY CONCRETE THICKNESS ON STANDARD PLAN 209 IN APPENDIX J FROM "8-INCH" to "6-INCH" Replaced Standard Plan 209 page 1 of 1 entitled "Residential Drive Approach" in Appendix J With a New Standard Plan 209 page 1 of 1 entitled "Residential Drive Approach — Addendum 2—CC-1374". Bidders shall submit bids based on the Standard Plan 209 page 1 of 1 entitled "Residential Drive Approach — Addendum 2—CC-1374." Award will be based on most current revised Standard Plan 209. This is to acknowledge receipt and review of Addendum Number One, dated July 2, 2010. Company Name By 7/1(DAO Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. BID BOND Bond No. CJCON-4 Conforms with The American Institute of Architects, A.I.A. Document No. A-310 KNOW ALL BY THESE PRESENTS, That we, C.J. Concrete Construction, Inc. as Principal, hereinafter called the Principal, and the First National Insurance Company of America , of 1001 4th Avenue, Suite 1700, Seattle, WA 98154 a corporation duly organized under the laws of the State of Washington as Surety, hereinafter called the Surety, are held and firmly bound unto City of Huntington Beach in the sum of Ten Percent of the Total Amount B as Obligee, hereinafter called the Obligee, 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 Reconstruction of Residential Streets on the Tree Petition List 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 21 st I. day of Witness Witness July 2010 C.J. Concrete stru tion, Inc. (Seal) Pri ipal cs� Title First National Insurance Company of America By DWIGHT REILLY Attorney -in -Fact S-0054/FN 12100 XDP ACKNOWLEDGMENT State of California County of Orange On July 21, 2010 before me, Allison Ritto, Notary Public (insert name and title of the officer) personally appeared Dwight Reilly who proved to me on the basis of satisfactory evidence to be the personm whose name(s) is/x subscribed to the within instrument and acknowledged to me that he/" executed the same in hisfl r-authorized capacity( ), and that by hisk4e##*e# signaturef on the.instrument the personM, 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 a't'& Al 1son Ritto ALLISON RiTTO "+ Commission # 1824932 ' ... --0 Notary Public - California D Orange County (Seal)-'>.r:. 14y Comm. L)•^c 23.2012 THIS POWER OF ATTORNEY fS NOT VALID UNLESS lT IS PRINTED ON RED BACKGROUND. _ 290563 2: Thfs Power o#-Attorney:firnits the acts of ;those named herein and; they have no authority o':bind the Companyexcept In the manner and to the extent hereinstated. FIRST NATIONAL, INSURANCE COMPANY OF AMERICA SF,ATTLE,WASHINGTON , POWER OF.:ATTO,Rt9£Y ".. ' KNOW:ALL PERSONS BY THESE PRESENTS: That'FirstNational Insurance Companyof America (the :"Compartyl, a Washington stock insurance company, pursuant to and by authority of #T1e By taw and Authonzatrori:heretnaf{er se# forth does hereby name corastrtute and appdir►t - DANIEL HUCKABAY, ARTURO AY/tiLA; DWIGHT:FIEILLY::ALLtSQN R1TIO, QO1dALD AOQP, ALL OF:'FHE C.T f3f QRANt�E, STAfiE OFCALIFORNIA .....:: ..: ...,. ...... ....: ... .,.:; each indnriduagy rf there be more than one named; its true and lawfuGattomey in tact tarr3aice execute seal, acknowtedgi and deliver, -for and omits:behalf as surety and as ;its act and deed any and aN undertakings bonds recogr�zances and :other safety obligations--:iri the .penal sum, not exceeding FIFTI(-=M1LLiON A{dD::DQ/ fl0*'`**"**a**'""****'_:***** DOLLARS {$ SO;OQ 000DO""*" "`*'""'*""*"'******}..each and the execution of such uniiertakirt . , bonds r nizances and other sur obli atioiis in gs ecog ety .. g , pursuance of #>iese presents shall be as b{ixiing upon the Cortipany asrf they hacl been duly signed- . bythe president;and attested by the seCreiary. of the.Gompany iritttetro�vn proper:persons ::: That this power is made_and executed pursuant to and by authoniy of the following By law and Authorization. ., ,. ARTICLE 1V Executwnof Contracts Section 12 Surety Bonds and Undertakings Z M Any officer or other of of the Corporation authorized foraat purpose in writing by the Chairman or the President, and subject to such limitations' r O Q : as the Chauman orthe President:nray prescnbe, shalt appoint suc#i attorneys -in fact as maybe necessary to acf in:behalf of the Corporation -to make; '< ., execute, seat, acknowledge and deliver as suretyany and aff undertakings, on, , iecognizances and other, surety obligations. Such attorney�in -full. m_ fact, subject to the hinitatioris set forth'in.their respective powers of attorney; shall have power, to bind the Corporation by their signature and .i executed;:suct mstruments:shall be as binding As#signe, y the:president and attested by the secretary. By the following instrument the chairman or the president has authorized'the officer or other official named therein to appoint attorneys-{n-fact: s i Pursuant fo ArticlelV Section T2 of the By laws, Garnet W. Elliott, Assistant:Secretary of First. National Insurance Company of America, is authorized _A V 0 Cs m to appoint�sueh attorneys -fact as may I: necessary to act in behalf of the 6orporation to make, execute, seal, acknowledge and deliver as surety p any and all undertakings, bonds; recognizances and othersurety, oblgatonS. RThat the By-law and the Authorization set forth above are true copies`thereof and are now in full force and effect. : Q c; IN WiTNESS..WHEREOF this Power.of-Attorney has been subscribed by an authorized .officer or official. of the Gompany..and the corporate seal of as ;� First National Insurance Company of America has been affixed .thereto in Ptyrnouth,Meeting, Pennsylvania this .28th day of June .L L: 2010 d. r p0 m FIRST NATIONAL INSURANCE COMPANY OF AMERICA a. C p:� y t pj D: �llJ:j By L Y rse Gamet W. Elliott, Assistant Secretary O -i O COMMONWEALTH OF PENNSYLVANIA ss i COUNTY:OF MONTGOMERY 'a ,tea O: W On this 28th day of : -. June 2010 before me,_ a Notary Public, .personally. came Garnet W. Elliott, to. -me known, and > v..,i. . .a . �, acknowledged that he is anAssistanf Secretary of, First National Insurance .Company of America; chat he knows ttie seal of said corporation; and that he s c C executed the -above. Power- of Attorney and affixed.the corporate seat of First National Insurance Company of America thereto :with the authority and at the > m direction of said corporation.. Z v. IN TESTIMONY WHEREOF L to subscribed my name and affixed my notarial seat at Plymouth Meetin Pennsylvania; on the day and year v first above written. ;� flNiv 'tiotsria seat.: � jtt a O . 1-- • C3 a i� CS S. teeess r'a;fc a ��tary R a fro �vtrat vt,;;Cvta t snr.ryC�u} By Teresa t'astella, Notary Public CERTIFICATE CERTIFICATE: 4ry t �m n.s ca Ext areS Mni ?8 - -�: .. 1, the undersigned, LA st National Insurance Company of America, do hereby certify that the original "power of attorney of which the fors in is a full; tru going - _ y, is in,full force and Effect onttte date of this certificate,'and I doiurther:certifyahatthe officer or official who executed the said power,of a is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys4ri-fact as provided in Article iv, Section 2 of the By-laws of First National Insurance Company of America. This certificate and the above power `ot'attomey may be signed by facsimile or mechanically reproduced signatures under and: by authority of the following vote of the board of dimctors of First National Insurance Company of America at a meeting duty called and "held on the 18th day of September, 2009. VOTED thatthe facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy: of any power of attorneossued by the cornpany inconnection with surety bonds, shall be valid and binding upon the company with the same force "and effect as though manually affixed. 21st IN.TESTIMONY WHEREOF, l have hereunto subscribed my na ed.the corporate seal of the said company, :this day of July 2010 3 SEAL � BY 792% ; a David M. Carey, A stant:Secretary CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California o , County of Los Am7ft is On '7 - ,,.?/. /O Date personally appeared who proved to me on the basis of satisfactory evidence to be the person(( whose name$ is/* subscribed to the within instrument and acknowledged to me that he%;Ke� executed the same in hiss authorized capaci*Q*, and that by hi.01 rlsignatureo on the instrument the person), or the entity upon behalf of which the person( acted, executed the instrument. COURTNEY BROOK GULICK I certify under PENALTY OF PERJURY under the Commission # 1712023 Notary Public - California € laws of the State of California that the foregoing Z Los Angeles County = paragraph is true and correct. MyC0rmr.E)Pkw0ec21, 2010 WITNESS my hand and official seal. SignatureI& JL):�o , tv) Ar ( ut, - Place Notary Seal and/or Stamp Above atu - 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: // n (CQ' An Or7 �%r Document Date: -7 - �/' % Number of Pages: c;2_ Signer(s) Other Than Named Above: Capacity(tes) C aimed by Sign_er(s) Signer's Name: Signer's Name: ❑ Corporate Officer — Title(s).-❑ Corporate Officer — Title(s): ❑ Individual a ❑ Partner— ❑ Limited ❑ General Top of thumb here ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: ❑ Individual ❑ Partner — ❑ Limited ❑ General Top of thumb here ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02008 National Notary Association- 9350 De Soto Ave., P.O. Box 2402 -Chatsworth, CA 91313-2402- www.NationalNotary.org Item #5907 Reorder: Call Toll -Free 1-800-876-6827 City of Huntington Beach 2000 Main Street • Huntington Beach, CA 92648 OFFICE OF THE CITY CLERK JOA►N L. FLYNN CITY CLERK October 29, 2010 Elite Bobcat Service 1320 E. Sixth, Ste. 100 Corona, CA 92879 RE: CC-1374 - Reconstruction of Residential Streets on the Tree Petition List Enclosed please find your original bid bond for CC-1374. Sincerely, r. Joan L. Flynn, CIVIC City Clerk J F: pe Enclosure Sister New Zealand 1 Telephone: 7 3 4-536-5227 ) INC. ELITE BOBCAT SERVICE GENERAL ENGINEERING 1320 E. SIXTH, SUITE 100 a CORONA, CA 92879 Tel: (951) 279-6869 • FAX: (951) 279-6832 City of Huntington Beach City Clerk 2000 Main St FL 2 Huntington Beach, CA 92648 SEALED BID FOR Reconstruction of Residential Streets SECTION C PROPOSAL for the RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No.13'74 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Scaled 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 64 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 Bidder's Bond in the amount of $ 10% of amount bid which said amount is not less than l 0% 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: 07/1 s/2010 C-z SECTION C PROJECT BID SCHEDULE INDEX RECONSTRUCTION OF RESIDENTIAL STREETS ON THE 'TREE PETITION LIST CC No.1374 SHELLY DR., CUTTER DR., AND PROVIDENCE LANE Base Bid Total Amount Lump Santo Bid — In Figures ................... C-2.2 -BASE BID RESIDENTIAL STREETS ON THE TREE'. PETITION LIST ....C-2.3 to C-2.14 C-2.1 RESIDENTIAL STREETS ON THE TREE PETITION LIST C-2.3 to C-2.14 os SHfELLY DR. $ 34409 066 CUTTER DR. $ 411057 PROVIDENCE LANE 2 14 os l PROJECT BASE BID: Basis of Award BASE BID TOTAL AMOUNT LUMP SUM BID IN FIGURES: $ -7S3, l63oD ... _ . BASE BID WILL BE THE BASIS OF AWARD (TOTAL OF SBELLY DR., CUTTER DR., AND PROVIDENCE LANE) C-2.2 "RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC N®®1374 SHELLY DR. C-2.3 PROJECT BID SCHEDULE IShelly Drive CC-1374 tom: ;:Esiast :Lattetied : trou•:'::::::'::':;•::';:::•:::•:•:': i 1 LS Mobilization � $L._�___ _ $ 1(0000p►3 2 575 'TN Construct 0.17' Min, Asphalt Concrete $ 1 $ [}032 s Surface Course { Surface Grind Existing A.C. to a Depth of $U 3 46880 SF 0.17' Min. (includes disposal of fabric if $ .2 present) 4 4 EA Adjust Sewer Manhole to Match New $ (0C m °• $ 2-1A o Finished Surface —f----~ 5 5 EA Adjust Sewer Cleanout to Match New °D $ t $ S� Finished Surface 6 6 EA Adjust Water Valve to New Finished � $ w Surface 7 33 EA Replace with City Fumished Water Meter Box Frame and Cover to Match New $ 150 Finished Surface $ 7900 SF Remove and Reconstruct Construct co $ � $ Sidewalk per AB Std. pin, No. 207 ('W' = 4' C-2.4 PROJECT BID SCHEDULE Skelly drive CC-1374 tom: sifiriti~ - - rii ji t . a�eit#i : Remove & Reconstruct Curb & Gutter 9 1575 LF (CF=6", CF-8" when noted on plans) so $ �$0. $ s,14950 Includes Aggregate Base and Slot Pavement per HB Std. Pin. No. 242 10 5385 SF Remove & Reconstruct Drwy Approach per $ HB Std. Pin. No. 209. ('W Per Plan) 11 4 BA Construct Curb Access Ramp Per Caltrans =° $ &Ct) Std. A88A. (Ramp Case Per Plan) 12 246Q SF Remove and Reconstruct Concrete Cross $ Gutter per HB Std Pin. 245 13 3 EA Prepare Corner Record (pre and/or post °- 55�� b5� $ construction) for Survey Monumentation Remove Existing Tree and Grind Stump to 14 24 EA 24" Below Top of Sidewalk/Grade. Pull $ 00ca Out All Roots Within Parkway Lot And Proposed Improvements. Furnish & Plant New 15 Gallon Tree Per HB Std. Plans 714, 715, 716, & 718. Tree Species and Final Location to be l5 34 EA Determined by City Street Supervisor. 09 $ Excavate a 4' by 4' by4' Hole Centered at New Tree Location and Replace with Class A Top Soil. Install at Base of Tree, an Arbor -Gard or Approved Equal. Remove and Replace Irrigation System for Each Parkway Per Address. (Parkway Per 16 18 EA Address Includes Both Frontage Parkways $ (ebb $ $� $O on Comer Lots). Sprinkler Heads Shall be Placed Adjacent to Back of Curb. C -2.5 PROJECT EIID SCHEDULE Shelly Drive CC-1374 . 5.F Xt�iii Anal.. ffm 17 36 EA Clear and Grub Existing Landscape including Tree Roots 24" Below New Finished Surface, Replace with Class A Top Soil, and Plant Fescue Hydra Seed For Each Parkway Per Address � $ 900 90?- $ 32--toa 18 6 EA Protect Existing Tree and Install New Linear Root Barrier Per RB Std Pin. 718 $ ?j25 $ 31di5o 19 1 LS 90 Day Plant Establishment � $ $ _t- 00�m _�_ 20 1 LS 1 year plant landscape maintenance $ baao ... $ 1214 EA Remove and Reconstruct 3" PVC (SCH 40) Residential Lot Drain per HB Std Pin. 204 $ OQ m $ -�— 22 1 LS Traffic Control m $ -gcob � $ LI130 23 1 LS Prepare Storm Water Pollution Prevention Plan (SWPPP) $ 2000 �'- $ 2MD 4° —t----- IF-- 05 Total Amount Bid in Fi res: $ 3,,, Total Amount Bid .in.Wards:..Ttt i +tsa�o x Fscyc TDysn,.,O_-_$s,q�- ? _ .......................................... .. .. ....... C-2.6 PETITIONRESIDENTLAL STREETS ON THE TREE C-2.7 PROJECT BID SCHEDULE Cutter Drive CC-1374 ism:: sttixta ::��.� ; : =i a::::::: ` : : :::::::::::: t �zi?t�.... . :: <e6i� 1 I LS Mobilization $ $ D 2 1175 TITWNConstruct 0.171 Asphalt Concrete Surface Course $ ad $ l $,7 S 3 14220 SF Surface Grind Existing A.C. to a Depth of 0.17' (includes disposal of fabric if present) $ 0 2 Zo $ 29$�' 4 b EA Replace with City Furnished Water Meter Box Frame and Cover to Match New Finished Surface aD $ 0O 5 2IEA Adjust Water Valve to New Finished Surface $ $ 1—- 6 2 EA Adjust Sewer Manhole to Match New Finished Surface aD 7 2240 SF Remove and Reconstruct Construct Sidewalk per HB Std. Pln. No. 207 ('W = 4'} 00 $ --r-- 8 455 LF Remove & Reconstruct Curb & Gutter (CF=6") includes Aggregate Base and Slot Pavement per HB Std. Pin. No. 202 ea. $ 00 $ C-2.8 PROJECT BID SCHEDULE -ADDENDUM M #1 Cutter Drive CC-1374 :<: :.:-:.:•.'.. ` ten e No tity3►ait: 8><d ltem laesciiptiou : Un►C:Prfice Amaut�ti :< 9 665 SF Remove & Reconstruct Drwy Approach per $ �Z,S 25 $Ll 1 S6- -- HB Std. Pln. No. 209. ('W' Per Plan) Remove Existing Tree and Grind Stump to 10 9 EA 24" Below Top of Sidewalk/Grade. Pull $ `7 �o $ 63 tao Out All Roots Within Parkway Lot And 1 Proposed Improvements. Furnish & Plant New 15 Gallon PHOTINIA FRASERI Tree Per HB Std. Plns 714, 715, 716, & 718. Final Location 11 9 EA to be Determined by City Street Supervisor. $ 27o 9z $ 2-410 Excavate a 4' by 4' by4' Hole Centered at —7' New Tree Location and Replace with Class A Top Soil. Install at Base of Tree, an Arbor -Gard or Approved Equal. 12 2 EA Protect F.,xisting Tree and Install New CO. $ 32S ` $ �oSo Linear Root Barrier Per HB Std Pin. 718 Clear and Grub Existing Landscape including Tree Roots 24" Below New G otoo ` 13 8 EA Finished Surface, Replace with Class A $ $ % Top Soil, and Plant Fescue Hydro Seed For Each Parkwa Per Address Remove and Replace Irrigation System for :. Each Parkway Per Address. (Parkway Per L° 14 3 EA Address Includes Both Frontage Parkways $ $$D $ 2* Lto on Comer Lots). Sprinkler Heads Shall be Placed Adjacent to Back of Curb. 15 1 LS 90 Day Plant Establishment $ 1D T $ U 00 16 1 LS Provide 1 year landscape maintenance oM $ i4oW L $ q0W � C-2.9 CC-1374 ADDENDUM #1 PROJECT BID SCHEDULE Cutter Drive CC-1374 teiir: sttinf j. y. ......... 17 2 EA Construct Residential Lot Drain per BB Std $ 00 $ ZOO Pln. 204 18 3 EA Remove and Reconstruct 3" PVC (SCH 40) 00 $ OD e- oo $ 27 Residential Lot Drain per HB Std Pln- 204 19 1 EA Prepare Comer Record re and/or post S construction) for Survey Monumentation 20 1 LS Traffic Control $ _ SL $ 21 1 LS Prepare Storm Water Pollution Prevention $ 2. �i O � $ Z�D� Plan (SWPPP) —�-- —�°---- Total Amount Bid in Figures: $ k o5715 KS Total Amount Bid in Words: �T,,DTI.O, - �y ,�Q....�s .5*,jE j ,.y ................. C-2.10 ARFECON'I RUCTION OF 1" 1 11 -0411 CC No. 1374 C-2.11 PROJECT BIND SCHEDULE Providence Lane CC-1374 =Ci+;rd:<:: �......:.:. 1 1 iLS Mobilization $ oco $ q000 2 175 TN Construct 0.17' A.C. Surface Course. vD $ %S! m 3 14200 SF Surface Grind Existing A.C. to a Depth of $ ®21 $ 2413 2 0.17' (includes disposal of fabric if present) —7-- 4 49400 SF Construct Type I Slurry Seal Across the Entire Roadway Surface. $ ® 3� °D $ ` 5 25 EA Adjust Sewer Lateral Cleanout To Match New Finished Surface. °O- $S o $ Replace With City Furnished Water Meter G 39 EA Box Frame And Cover To Match To New $ ISO— $ S Finished Surface. 7 7600 SF Remove And Reconstruct Sidewalk Per HB S � $ Ca Std. Plan 207. ('W' = 41) � — Remove And Reconstruct Curb And Gutter S 1740 LF Per HB Std. Plan 202 (CF=b"). Item $ Includes SIot Pavement And Aggregate —�-- Base. C-2.12 PROJECT BID SCHEDULE Providence Lane CC-1374 t�i�:• s ani�ete :��? �� tiaitm if . Remove And Reconstruct Residential S l5 9 8250 SF Driveway Approach Per HB Std. Plan 209. $ $ 62 CW' Per Plan) 10 2 EA Construct Curb Access Ramp Per Caltrans Std. Plan A88A. Case $ ®`- $ (Ramp Per Plan) 11 2 EA Prepare Corner Record (Pre-And/Or Post p $ m $ J 1 OD Construction) For Survey Monumentation. -t--- Remove Existing Tree And Grind Stump To 12 13 EA 24" Below Top Of Sidewalk/Grade. Pull $ % °= $ cj `m Out All Roots Within Parkway Lot And — r— — Proposed Improvements. Plant New 15 Gallon Tristania Laurin Tree Per HB Std. Plans 714, 715, 716, & 718. Final Location To Be Determined By City 13 l 3 EA Street Supervisor. Excavate a 4' By 4' By °D $ 2,'70 `' °= $ 35D 4' Hole Centered At New Tree Location And Replace With Class A Top Soil. Install At Base of Tree, an Arbor -Gard or Annroved Equal, Remove And Replace Irrigation System For Each Parkway Per Address. (Parkway Per ou °A 14 37 EA Address Includes Both Frontage Parkways $ (0160 — $ On Corner Lots) Sprinkler Heads Shall Be Placed Adjacent To Back of Curb. Clear And Grub Existing Landscape 15 42 EA Including Tree Roots 24" Below New Finished Surface, Replace With Class A To $ Ikop Soil, And Plant Fescue Hydro Seed For Each Parkway Per Address. Protect Existing Tree And Install New $ 325�- 4SID $ iSo� s` 16 26 EA Linear Root Barrier Per HB Std. Plan 718, C-2.13 PROJECT BID SCHEDULE Providence Lane CC-1374 :......t=Peiee `:: 17 1 LS 90 Day Plant Establishment $ 0V-0 $ 2,000 18 t LS I Year Plant Landscape Maintenace $ f�i� $�!� 19 I EA Construct 3" PVC (SCH 40) Residential Lot Drain Per HB Std. 204. $ LOD'lg $ LIMddD _�- 20 20 EA Remove And Reconstruct 3" PVC (SCH 40) Residential Lot Drain Per HB Std. Plan 204.co $'40 m $ $CCD= —T -`--r 21 I LS Traffic Control $ 3pw $ �J7— 22 1 Prepare Storm Water Pollution Prevention Plan (SWPPP) $ IwO—°D— $ 00D Total Amount Bid in Figures: $ S14031 TotalAmount Bid in Words:._"". 4,,,_,Opto.,� T�►,,+9 ..T.r_�az�. !��,x.,� C-2.14 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. 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 State of California ss. County of Orange Joseph Nanci , being first duly sworn, deposes and says that he or she is President of Elite Bobcat Service, Inc. the party malting 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. Elite Bobcat Service, Inc. Name of Bidder Signature of Bidder Joseph Nanci, President 1320 E 6th St #100, Corona, CA 92879 Address of Bidder Subscribed and sworn to before me this day of __. , 201� . NOTARY PUBLIC CA NOTARY SEAL State of California County of Riverside On July 23, 2010 before me, Jeff Lee, a notary public, personally appeared Joseph Nanci, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing is true and correct. Witness my h d and official seal. Signature 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 RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST, CC NO.1374, (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: 07/23/2010 C-5 Elite Bobcat Service, Inc. Contractor y Joseph Nanci President Title DISQUALIFICATION QUESTIONNAIIIE In accordance with Government Code Section 14310.5, the Bidder shall complete, under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes ;[ No If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-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: 07/23/2010 C-7 Elite Bobcat Service, Inc. Contractor By Joseph Nanci President Title oil i1 C(To e co pletedronly bythe-a�varci�ed Contractor rior-to excavati�nj� No excavation will be permitted until this form is completed and returned to the AGENCY. Section 4216/4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number, call Underground Service Alert at 811 or 1-800- 422-4133 a minimum of two working days before scheduled excavation. ,Dig Alert Identification Number: Contractor Title Date: Note: This form is required for every Dig Alert Identification Number issued by U.S.A. during the course of the Work Additional forms may be obtained from the AGENCY upon request. C-8 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Elite Bobcat Service, Inc. Bidder Name 1320 E 6th St #100 Business Address Corona City, ( 951 ) 279-6869 Telephone Number 720016A State Contractor's License No. and Class 03/1994 Original Date Issued 03/31/2010 Expiration Date CA 92879 State Zip The work site was inspected by Joe Nanci of our office on 07122 .. , 201 0 . The following are persons, firms, and corporations having a principal interest in this proposal: Elite Bobcat Service, Inc. Joseph Nanci, President C-9 The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, P P financially or otherwise, to perform the contractt for the proposed work and improvements in accordance with the plans and specifications set forth. Elite Bobcat Service, Inc. Company>Ae 5TI Joseph Nanci Printed or Typed Signature Subscribed and sworn to before me this _ day of , 201_ . NOTARY PUBLIC NOTARY SEAL Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past two years: 1, City of Riverside 3900 Main Street, Riverside, CA 92522 Name and Address of Public Agency Name and Telephone No. of Project Manager: Danny Cwiak (951) 826-5852 $6,900,000 Street Improvements 06/2010 Contract Amount Type of Work Date Completed 2. City of Long Beach 333 W Ocean Blvd, Long Beach, CA 90802 Name and Address of Public Agency Name and Telephone No. of Project Manager: Charles Ramey (562) 570-6200 $2,782,164 Street Improvements 06/2010 Contract Amount Type of Work Date Completed 3. City of Corona 400 S Vicentia Ave Ste 125, Corona, CA 92882 Name and Address of Public Agency Name and Telephone No, of Project Manager: Clint Harrera (951) 739-4888 $801,178 Street Improvements 12/2009 Contract Amount Type of Work Date Completed C-10 State of California County of Riverside On July 23, 2010 before me, Jeff Lee, a notary public, personally appeared Joseph Nanci, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing is true and correct. Witness my hand and official seal. Signature a City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No. 1374 SHELLY DR., CUTTER DR., AND PROVIDENCE LANE in the CITY OF HUNTINGTON BEACH July 15, 2010 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) REVISED ITEM 10 ON PAGE C-2.9 FROM "CLEAR AND GRUB..." TO `TREE REMOVAL..." Replaced Page C-2.9 With a New Page C-2.9 with Revised Item 10. Bidders shall submit SECTION C with the most current revised bid schedule Page C-2.9 entitled "Project Bid Schedule —Addendum #1 Cutter Drive CC-1374". Award will be based on most current revised Bid Schedule. This is to acknowledge receipt and review of Addendum Number One, dat ly 16, 2010. Elite Bobcat Service, Inc. Company Name By Joseph Nanci, President 07/23/2010 Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. v Bond # 3 -B Premium: Nil KNOW ALL MIEN BY THESE PRESENTS, that we Elite Bobcat Service, Inc. as principal, hereinafter called the "Principal,' and SURETEC INSURANCE COMPANY, 9737 Great Hills Trait, Suite 320, Austin, Tx 78759, as surety, hereinafter called the "Surety," are held and firmly bound unto City of Huntington Beach as obligee, hereinafter tailed the Obligee, in the sum of ten percent of amount bid f$ 10% ) of the Amount Bid by Principal 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 Residential Streets on the Tree Petition List CC No. 1374 NOW, THEREFORE, if the contract be timely awarded to the Principal and the Principal shall within such time as specified in the bid, enter into a contract in writing or, in. the event of the failure of the Principal to enter into such Contract, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. PROVIDED, HOWEVER, neither Principal nor Surety shall be bound hereunder unless Obligee prior to execution of the final contract shall furnish. evidence -of financing in a manner and form acceptable.to Principal and Surety that financing has been firmly committed to cover -the entire cast of the project, and PROVIDED, FURTHER, unless the bid documents require that bid security remain in effect for a longer period of time, Surety shall have no liability hereon if a contract for the bid amount is not awarded to Principal within 60 days of the date hereof. SIGNED, sealed and dated this 21stday of JulY , 2010 Elite Bobcat Service, Inc. (Principal) BY: TITLE: SureTe a Com an BY: Charles lake , Attorney -in -Fact suretec bid bond file.doc Rev 1.1.06 d, . 1 I F. • CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA County of Orange } On 7 / 21 / 10 before me, Lexie Sherwood Inse Ngtm ublic Date Here rt Name and Title of the Officer personally appeared Charles L. Flake Names) of Signer(s) „.... LEXIE SHERWOOD COMM.1856389ic NOTARY PUBLIC • CAUFOIUM a ORANGE COUNTY 0 Comm. Exp. JULY 27, 2013 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in hislher/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official ea�[L Signature Place Notary Seal Above signature o oia ublic OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: 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: 0 2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationalNotary org Item #5907 Reorder: Call Toll -Free 1-800-676-6827 POA #: 510123 Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company'), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Charles L. Flake, David L. Culbertson, Richard A. Coon its true and lawful Attomey-in-fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety, providing the bond penalty does not exceed Five Million Dollars and no/100 ($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attomey(s)-in-Fact may do in the premises. Said appointment shall continue in force until 10/31/12 and is made under. and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resoiver� that the President, any Vice -President- any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys) -in -Fact to represent and act for and on behalf of the Company subject to the following provisions: . Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20'k of April, 1999.) In Witness Wkereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 28th day of October, A.D. 2008. ..-,: SURETEC II�1$ CE COMPANY y.' By: t r " B.J. KI esident State of Texas ss: County of Harris On this 28h day of October, 2008 before me personally came B.J. King, to me kno in Houston, Texas, that he is President of SURFTEC INSURANCE COMPANY, that he knows the seal of said Company; that the seal affixed to said instrument i Directors of said Company; and that he :signed his name thereto by like order. Whelle Denny y trAft State Of Texts s wn, who, being by me duly sworn, did depose and say, that he resides the company described in and which executed the above instrument; such corporate seal; that it was so affixed by order of the Board of Michelle Denny, Notary P lic My commission expires August 27, 2012 1, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and ef€em. and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this 21 ST day of JULY 20 10 , A.D. M. Brent aty, Assis art Secretary Any Instrument issued in excess of the penalty stated above 1s totally void and without any validity. For verification of the authority of this power you may call (713) 812-0800 any business day between 8:00 am and 5:00 pm CST. 14 . t %, State of California County of Riverside On July 23, 2010 before me, Jeff Lee, a notary public, personally appeared Joseph. Nanci, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing is true and correct. Witness my hand and official seal. Signature y (Seal) \y5�0 ,\C' C,°��� CIP ti City ®f Huntington Beach 2000 Main Street • Huntington Beach, CA 92648 OFFICE OF THE CITY CLERK JOAN L. FLYNN CITY CLERK October 29, 2010 Golden State Constructors, Inc. 6162 Galipean Dr. Huntington Beach, CA 92647 RE: CC-1374 - Reconstruction of Residential Streets on the Tree Petition List Enclosed please find your original bid bond for CC-1374. Sincerely, Joan L. Flynn, CIVIC City Clerk JF:pe Enclosure Sister City,qoiOkmjoyeJsipawrotLW61 e.rcpcNew Zealand (Telephone: 714-536-5227 ) SECT ION C PROPOSAL for the RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No.1374 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 60 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 $ Z d 70 which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond", as the case may be). Bidder shall signify receipt of all Addenda here, if any: C-2 SECTION C PROJECT BID SCHEDULE i ci�fi3W RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No.1374 SHELLY DR., CUTTER DR., AND PROVIDENCE LANE Base Bid Total Amount Lump Sum Bad — In Figures ................... C-2.2 -BASE BID RESIDENTIAL STREETS ON THE TREE PETITION LIST ....C-2.3 to C-2.14 C-2.1 RESIDENTIAL STREETS ON THE TREE PETITION LIST C-2.3 to C-2.14 SMELLY DR. $ 3 95 � q7l 4 D `� CUTTER DR. $ t� q q q e I rl PROVIDENCE LANE $ o PROJECT BASE BID: Basis of Award BASE BID TOTAL AMOUNT LUMP SUM BID IN FIGURES: BASE BID Wft L BE THE BASIS OF A (TOTAL OF SMELLY DR., CUTTER DR., AND PROVIDENCE LANE) C-2.2 ESIDENTIAL STREETS ON THE TREE e PETITION LIST I CC No. 1374 0-11-101,10 C-2.3 PROJECT BID SCHEDULE Shelly Drive CC-1374 tia t iy:;::::L� =': ii€.: B il:ife' :Desc i`'tiorc :::<;:.:.:,>:.....:::::::;{::::::::::.:.:.: ;::.:::::•::::::::•:::::•::•::::::•..:•:.:..:•:•:•:.:•::;: :>:::..;.:.: ;:. :: TTtikt;i' ;:.:;::::'< :::::•" :::::: Mobilization $ $ 1 1 LS 2 575 TN Construct 0.17' Min. Asphalt Concrete $'7 $ %%S— Surface Course Surface Grind Existing A.C. to a Depth of j 3 46880 SF 0.17' Min. (includes disposal of fabric if $ ® $ 10 % 8 �V present) 4 4 EA Adjust Sewer Manhole to Match New $ .5-00 $ 2 c) t) Finished Surface 5 5 EA Adjust Sewer Cleanout to Match New $ $ c o0 Finished Surface G 6 EA Adjust Water Valve to New Finished $ 2� � `-' $ c Surface Replace with City Furnished Water Meter �- 7 33 EA Box Frame and Cover to Match New $ $ Finished Surface 8 7900 SF Remove and Reconstruct Construct Pin. No. 207 = 4') $ 4 ® $ (� Sidewalk per BB Std. (`W' C-2.4 PROJECT BID SCHEDULE Shelly Drive CC-1374 Jtein J::: 'stfinat0• ::::: >:::::::::::::< :: '•::::: >::::: >:::=:::::...... >:....... >:::=::::::::::::::: Qtldfi. ijf ':-:::alliit.; -' : Bidatein-a escYA 0 .:..:.:.:..:•::::< ::::::::::.:.:.::.:.::.`ni :: >:: ;•:: ; :•::::::•::.:::: ; : ' ' ::::•:•:::•:::< :::::::::.:•: :;' ' : ::::-: 113 :1�°k1Ce;.; ::::: •':. • •'•'':'':: : ...,.;i 7i10lEil ;.,.:. Remove & Reconstruct Curb & Gutter 9 1575 LF (CF=6", CF=8" when noted on plans) $ Includes Aggregate Base and Slot Pavement per HB Std. Pln. No. 202 10 5385 SF Remove & Reconstruct Drwy Approach per $ HB Std. Pln. No. 209. ('W' Per Plan) 11 4 EA Construct Curb Access Ramp Per Caltrans Std. A88A. (Ramp Case Per Plan) 12 2460 SF Remove and Reconstruct Concrete Cross $ Gutter per HB Std Pln. 205 —9 13 3 EA Prepare Corner Record (pre and/or post $ construction) for Survey Monumentation Remove Existing Tree and Grind Stump to 14 24 EA 24" Below Top of Sidewalk/Grade. Pull $ TO $ Out All Roots Within Parkway Lot And Proposed Improvements. Furnish & Plant New 15 Gallon Tree Per HB Std, Plans 714, 715, 716, & 718. Tree Species and Final Location to be 15 34 EA Determined by City Street Supervisor. Excavate a 4' by 4' by4' Hole Centered at New Tree Location and Replace with Class A Top Soil. Install at Base of Tree, an Arbor -Gard or Approved Equal. Remove and Replace Irrigation System for Each Parkway Per Address. (Parkway Per D ®� .� q oo 16 18 EA Address Includes Both Frontage Parkways $ $ 7 on Corner Lots). Sprinkler Heads Shall be Placed Adjacent to Back of Curb. C-2.5 PROJECT BID SCHEDULE Shelly Drive CC-1374 `....... y.. - 0t.: ........ :: < :< :•::•:::::: ::: p :•: >::•:: ::< :•:•:•:<•:::::::•:::•:•::.;.; ............................................... <'S:'zten Jntt;Price:x —x;x m. 6Mi.V•: Clear and Grub Existing Landscape 36 EA including Tree Roots 24" Below New Finished Surface, Replace with Class A Top $ qqo17 $ 3 tog0 Soil, and Plant Fescue Hydro Seed For Each Parkway Per Address 18 6 EA Protect Existing Tree and Install New Linear$ j $ `� % (,' Root Barrier Per HB Std Pln. 71$ 19 1 LS 90 Day Plant Establishment $ $ �so C) 20 1 LS 1 year plant landscape maintenance $ $ o c) 21 4 EA Remove and Reconstruct 3" PVC (SCH 40) $ 1 `7 5- $ "-7 ( e: Residential Lot Drain per HB Std Pln. 204 22 1 LS Traffic Control $ C o $ &0o 23 1 LS Prepare Storm Water Pollution Prevention $ 0o $ Plan (SWPPP) Total Amount Bid in Figures: $ 3 y g. Total Amount Bid in Words: —(1c,._lr:x��':_-...s..--.-- - Total -------------- ------- Words: ---- --- - qj�E- C-2.6 CC No.137 K'ROJECI' BID SCHEDULE Cutter Drive CC-1374 :::iteriy:::: Estisaef:::::::::::::::::::::::::::.::::::::::.:.:.:.:.::.:.:.:.:.:.:.:.:.:::::.::: ::::::::::::::::::::::>ue�itie�i::: :...:.,:-:... ''` :=;' $ iF: to r►:: s i .'tiii.:<:::.:.:,:;::_:::., ....,.......,._.,.........,.... :..... •_::.... ;,`:;:;:: Mobilization $ qZ(0 $ VZO� 1 1 LS 2 175 TN Construct 0.17' Asphalt Concrete Surface $ 0.4 $ Course 3 14220 SF Surface Grind Existing A.C. to a Depth of $ $ 1 0.17' (includes disposal of fabric if present) Replace with City Furnished Water Meter (� 3qo- 4 6 EA Box Frame and Cover to Match New $ $ Finished Surface 5 2 EA Adjust Water Valve to New Finished $ 30, $ (� �^ Surface 6 2 EA Adjust Sewer Manhole to Match New $ (Poo $ ®� Finished Surface 7 2240 SF Remove and Reconstruct Construct Std. Pln. No. 207 = 4') $ c'r $ Sidewalk per HB ('W' 8 465 LF Remove &Reconstruct Curb &Gutter (CF=6") includes Aggregate Base and Slot ,N $ $ --� -- Pavement per HB Std. Pln. No. 202 C-2.S PROJECT BID SCHEDULE -ADDENDUM #1 Cutter Drive CC-1374 ::-teai: :::Es#i>�iated:: ::::: ::::::::: >:: >::: <:::::::::::::::::: ><::::::::::::::::: <:::::::::::::::::... :::::......iai�ed::::: >: Nv:=>:::.. a t ....... .:: . 3 �t.::.:..... :BId: >Ete:Description:::::::::.:::::.':::::::::::::::::_:::::::::::::: ,.:. ;.... ,»>:....................... :::: .. �3n t.Puee:::::: Ai ivtiEut : : 9 665 SF Remove & Reconstruct Drwy Approach per $ , r $ HB Std. Pin. No. 209. ('W' Per Plan) Remove Existing Tree and Grind Stump to 24" Below Top of Sidewalk/Grade. Pull $ $ g j o o 10 9 EA Out All Roots Within Parkway Lot And C• Proposed Improvements. Furnish & Plant New 15 Gallon PHOTINIA FRASERI Tree Per FIB Std. Pins 714, 715, 716, & 718. Final Location 11 9 EA to be Determined by City Street Supervisor. $ $ Excavate a 4' by 4' by4' Hole Centered at New Tree Location and Replace with Class A Top Soil. Install at Base of Tree, an Arbor -Gard or Approved Equal. 12 2 EA Protect Existing Tree and Install New $ $ Linear Root Barrier Per HB Std Pin. 718 Clear and Grub Existing Landscape including Tree Roots 24" Below New j / LIWO 13 8 EA Finished Surface, Replace with Class A $ $ Top Soil, and Plant Fescue Hydro Seed For Each Parkway Per Address Remove and Replace Irrigation System for Each Parkway Per Address. (Parkway Per ( f u 1 14 3 EA Address Includes Both Frontage Parkways $ [ $ on Corner Lots). Sprinkler Heads Shall be Placed Adjacent to Back of Curb. 15 1 LS 90 Day Plant Establishment $ ��-'`-' $ 000 -Z> U00 16 1 LS Provide 1 year landscape maintenance $ cJ $ OLL M PROJECT BED SCHEDULE Cutter Drive CC-1374 tent•:' :: :8:;:,::,:,: :•: s iil•attd::::.> 11 tEl it3':.> :.:.:.:.:::.:.:.x_.......:•:....:.:•:....:....:=:=:.:•:.:....,:.?.:....:::<:::::::.:.:::=:><:=:?:>: =' :• :.: ibl .: ......•.•.•.•.•.•:•.•.•.•...............• i( :ltetia<D�$C ip 1t1IT,:.::< :::< ::::•:..........:.:. .::•.:•..::•:.•.•.•..•.......•................•.•.•.•.•.•.•.•.. < •:.•.•.•:...•.•...•...•.•............• :.:;' : '-'' ' . - '•.•....•. ..:.Un3t:.�fC£:< :':. xt... ....•....:....ii�<•: ' :.. 17 2 EA Construct Residential Lot Drain per HB Std Pln. 204 $ I� $ 3 18 3 EA Remove and Reconstruct 3" PVC (SCH 40) Residential Lot Drain per HB Std Pln. 204 $ l 7 — $ s� ` 19 l EA Prepare Corner Record (pre and/or post construction) for Survey Monumentation $ •)06 $ �} 20 1 LS Traffic Control $ 21 1 LS Prepare Storm Water Pollution Prevention Plan (SWPPP) Total Amount Bid in Figures: $""j Total Amount Bid in Words:_ 0..... xa:...... v s .......m............... C-2.10 AIR RESIDENTIAL ON PETITION LIST I CC No. 137 C-2.11 PROJECT BfD SCHEDULE Providence Lane CC-1374 lwn- jja- . .......................................................................... ..... ................ ......... ....... ... LS Mobilization $ $ q166 2 175 TN Construct 0. 17' A.C. Surface Course. $ $ / ZZ0, 3 14200 SF Surface Grind Existing A.C. to a Depth of 0. 17' (includes disposal of fabric if present) I ZZ- $ 4 49400 SF Construct Type I Slurry Seal Across the Entire Roadway Surface. 1 $ '0 7 L $ 5 25 EA Adjust Sewer Lateral Cleanout To Match New Finished Surface. $ G3 $ 7-S cams 6 39 I :EA Replace With City Furnished Water Meter Box Frame And Cover To Match To New Finished Surface. 7 - 7600 SF Remove And Reconstruct Sidewalk Per HB Std. Plan 207. ('W'= 4') $ (5 $ 8 1740 LF Remove And Reconstruct Curb And Gutter Per HB Std. Plan 202 (CF=6"). Item Includes Slot Pavement And Aggregate Base. $3 $&LQ M C-2.12 PROJECT BID SCHEDULE Providence Lane CC-1374 =:= �:stiin:ale' ::: >::<::::<::::<:::>.<:::::;<->:::>::::::::::.:::::: >::::=:::: ;:::::::::::::.........:-:::::::::::::::::? :::: x iiiled:<:: ::;NO::::;:: F1d32 it :::-::S Bt:; ;.( :} .•. tY } Ct 11 .•. _.•.•.•.•.•.•.....•.;...;.;,.;...•.•.. .... TIII ;PIICC;...:{.,.;A]41 9 8250 Remove And Reconstruct Residential SF Driveway Approach Per HB Std. Plan 209. cam. $ r ✓ $ r �� Vc ('W' Per Plan) 10 2 EA Construct Curb Access Ramp Per Caltrans $ $ Std. Plan A88A. (Ramp Case Per Plan) 11 2 EA Prepare Comer Record (Pre-And/Or Post e Construction) For Survey Monumentation. Remove Existing Tree And Grind Stump To 24" Below Top Of Sidewalk/Grade. Pull -7 CD t00 12 13 EA Out All Roots Within Parkway Lot And $ $ Proposed Improvements. Plant New 15 Gallon Tristania Laurina Tree Per HB Std. Plans 714, 715, 716, & 718. Final Location To Be Determined By City 13 13 EA Street Supervisor. Excavate a 4' By 4' By $ e C-1 $ 330 4' Hole Centered At New Tree Location And Replace With Class A Top Soil. Install At Base of Tree, an Arbor -Gard or A roved E ual. Remove And Replace Irrigation System For Each Parkway Per Address. (Parkway Per l D 14 37 EA Address Includes Both Frontage Parkways $ $ On Corner Lots) Sprinkler Heads Shall Be Placed Adjacent To Back of Curb. Clear And Grub Existing Landscape 15 42 Including Tree Roots 24" Below New EA Finished Surface, Replace With Class A Top ! (� $ ` j �] $ ! Soil, And Plant Fescue Hydro Seed For Each Parkway Per Address. 16 26 Protect Existing Tree And Install New EA $35 $ �� Linear Root Barrier Per HB Std. Plan 718. C-2.13 PROJECT BID SCHEDULE Providence Lane CC-1374 i iit :....................:.. :::; >:::: :::•::..........a�oti:_ •• .....>.E'.r..c.:e. = ;:::::: ;:;iri ' >t a i_.:.:. 17 1 LS 90 Day Plant Establishment $®� $ 18 1 LS 1 Year Plant Landscape Maintenace $ p $ 19 1 EA Construct 3" PVC (SCH 40) Residential Lot Drain Per HB Std. 204. $ $ S� 20 20 EA Remove And Reconstruct 3" PVC (SCH 40) Residential Lot Drain Per HB Std. Plan 204. $ $ 21 1 LS Traffic Control $ $ J�o c) 22 1 LS Prepare Storm Water Pollution Prevention Plan (SWPPP) $ C-)o $ f 5 Ob Total Amount Bid in Figures: Total Amount Bid in Words:.i.-==..{--. !yY.....-- C-2.14 WARTARMAM-111M .1. " b M�, 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. Fortiori Nome and Address rifSubcontractor State License Class of }York 1Vufnber P4.- 41 YO W-441r 7 16 i. Aewllezo. C 4 PcC L/Sj®✓ CUI,/ lor<i,✓�-",� 91.��'� �J.Zlfl �� � _ 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 State of California ss. County of Orange being first duly sworn, deposes and says th he r-she�is n a- t ICI c� r of <OL-SsA kthe 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 ar 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 'dder oo-3-'VU-' nS, ®,JL Signature of Bidder —?/z4s n (6 2 '! cW. &�j'X fitA C- V6 � � Address of Bidder Subscribed and sworn to before me this .26�0 day of SULD , 2010 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of On before me, G C.Ae4J�qj A C-0C" 'Z4---3 A-) 0 r/A-f� P013 (-I C (Here insert name add title of the officer) personally appeared � rJr� who proved to me on the basis of satisfactory evidence to be the person(O-whose name(i�are subscribed to the within instrument and acknowledged to me thatChe�sly executed the same inir authorized capacity(iw), and that by(f �signature(yon the instrument the personO; or the entity upon behalf of which the person(sl-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. , CLAUDIA, CpCHRAN N� P bk- W] tSmy ha 2an seal to , , OPAIM coin ►a►. ,Ian 30, 2011 Signature of Notary Public (Notary Seal) 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 Anv acknowledgment completed in California Hurst contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must be properly completed and attached to that document The only exception is if a document is to be recorded outside of California. In such instances, am, alternative acknowledgment verbiage as mm 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. certifving the authoriced capacity of the signer). Please check the document carefully for proper notarial wording and attach this form if required. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public), • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/thee is tare ) 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. fi Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. sy 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 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 RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST, CC NO.1374, (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: * ` —;2`6 _/ 6 Contractor B Title C-s DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 14310.5, the Bidder shall complete, under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes $�No If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-b 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 1 will comply with such provisions before commencing the performance of the work of this contract. Date: �, 10 Contractor P�L) dj it (L), (JI, e tiJ By d, - 1, r1 Title C-7 �, its n :�' ; �� z►; y�, G is ♦ 2 (To be completed only by the awarded Contractor prior to excavation) No excavation will be permitted until this form is completed and returned to the AGENCY. Section 4216/4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number, call Underground Service Alert at 811 or 1-800- 422-4133 a minimum of two working days before scheduled excavation. Dig Alert Identification Number: 8"� u o- Contractor C" By P-r-e"& Title Date: ::] Z L — 16 Note: This form is required for every Dig Alert Identification Number issued by U.S.A. during the course of the Work. additional forms may be obtained from the AGENCY upon request. C-8 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder Name L fC T, G A-(,�r�� � r Business Address fA- e-A q 2-& y 7 City, State Zip �/� 6b- - X 7 Telephone Number _ State Contractor's License No. and Class Original Date Issued Expiration Date The work site was Y inspected b W ed11z'-11 of our office on ,! ' Z / , 2010 � The following are persons, firms, and corporations having a principal interest in this proposal: C-9 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. Signature of Bidder Printed or Typed Signature qV Subscribed and sworn to before me this day of �U�S , 2010. CLAUDIA COCHRAN COMM. #1722119 ttt W Notary Publ"11fomia W ORANGE COUNTY . Exp. Jan 30, 2011 NOTARY PUB C4-.4--)9 vd COC,/ �-' iU ©i A-i'� ��� NOTARY SEAL Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past two years: 1. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount e Date Completed 2. Name and Address of Public Agency Name and Telepho No. ject gar: 3. Contract Name and Address of Public Agency Type of Work Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Date Completed C-10 c ��`' it' ♦ as Ir a� �. j1> ;�,� t State of California County of On before me, personally appeared ��y/y�?.P, �1), (G)O/,'f2Y/�Yl who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Ware subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his filer/tnc r-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. WITNES y hand an i ' seal. ignature of Notary Public CLAUDIA COCHRAN COMM. #1722119 Notary Publlo- fotnla w ORANGE COUNTY My Comm. Exp. Jan 30, 2011 (Notary Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT ENI' (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 acknowledgment form must be property 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.ecertifying the authorized capacity of the signer). Please check the document carefully for proper notarial wording and attach this form if required. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. WsheAkey, is !ar$) 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 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No. 1374 SHELLY DR., CUTTER DR., AND PROVIDENCE LANE in the CITY OF HUNTINGTON BEACH July 16, 2010 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) REVISED ITEM 10 ON PAGE C-2.9 FROM "CLEAR AND GRUB..." TO "TREE REMOVAL..." Replaced Page C-2.9 With a New Page C-2.9 with Revised Item 10. Bidders shall submit SECTION C with the most current revised bid schedule Page C-2.9 entitled "Project Bid Schedule —Addendum #1 Cutter Drive CC-1374". Award will be based on most current revised Bid Schedule. This is to acknowledge receipt and review of Addendum Number LtedJuly 16, 2010l-.�'J4 Company Name By J-2_�, Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No. 1374 SHELLY DR., CUTTER DR., AND PROVIDENCE LANE in the CITY OF HUNTINGTON BEACH July 22, 2010 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) REVISED DRIVEWAY CONCRETE THICKNESS ON STANDARD PLAN 209 IN APPENDIX J FROM "8-INCH" to "6-INCH" Replaced Standard Plan 209 page 1 of 1 entitled "Residential Drive Approach" in Appendix J With a New Standard Plan 209 page 1 of 1 entitled "Residential Drive Approach — Addendum 2—CC-1374". Bidders shall submit bids based on the Standard Plan 209 page 1 of 1 entitled "Residential Drive Approach — Addendum 2 - CC-1374." Award will be based on most current revised Standard Plan 209. This is to acknowledge receipt and review of Addendum Number One, d ted July 22, 2010. Company Name By 7 Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. k Golden State Constructors, Inc. 6162 Galipean Dr Huntinyton Beach, CA 92647 Phone:714-625-8758 Fax:714-625-8295 po e�� i-, - City of Laguna Niguel Nancy Palmer 27791 La Paz Road Laguna Niguel, CA 92677 949-362-4337 Construction Dates: Notice to Proceed Project: Labyrinth @ Niguel Botanical Preserve Bid Amount: $28,503 Project Total: City of Lake Elsinore Dave Solomon 130 S. Main Street Lake Elsinore, CA 92530 951-674-3124 x242 Construction Dates: 4/28/10 to ongoing Project: Sidewalk Construction Project 4308 Bid Amount: $216,168.75 Project Total: City of Anaheim Dennis Vasquez P.O. Box 3222 Anaheim, CA 92803 (714)765-6936 Project: Concrete Sidewalk construction Construction Dates: 3/15/10 to ongoing Bid Amount: Yearly Contract Project Total: City of Signal Hill Anthony Caraveo 2175 Cherry Avenue Signal Hill, CA 90755 562-989-7352 Project: Curbs Construction Dates: 3/29/10 to 4/30/10 Bid Amount: $50,768.75 Project Total: $57,630.75 City of Huntington Beach Dereck Livermore 2000 Main Street Huntington Beach, CA 92648 714-536-5247 Construction Dates: 3/1/10 to 3/12/10 Project: Curb Ramps II Bid Amount: $53,055.50 Project Total: $53,055.50 Golden State hw. References Page 1 r City Of Newport Beach Patrick Arciniega 3300 Newport Blvd. Newport Beach, CA 92663 949-644-3314 Construction Dates: 9/14/09 to 4/9/10 Project: Coastal Access — River Ave Bid Amount: $1,006,579.92 Project Total: $ 1,143,668.10 oWeti State �:onstr Ltctot,s, hic. Refet•elices Page 2 1, Go(den State Constructors, Inc. 6162 Gafipean Dr. Huntington Beach, CA 92647 Phone:714-625-8758 Fax:714-625-8295 2009 References: City Of Newport Beach Alfred Castanon 3300 Newport Blvd. Newport Beach, CA 92663 949-644-3314 Construction Dates: 9/14/09 to 1/31/2010 Project: Coastal Access — River Ave Bid Amount: $1,006,579.92 Project Total: $ N/A City of Anaheim Matt Card 200 S. Anaheim Blvd. Suite 276 Anaheim, CA 92805 (714) 765-5176 Construction Dates: 7/20/09 to 8/7/09 Project: Bikeway/Pedway Bid Amount: $267,765.50 Project Total: $ 278,275.50 City of Irvine Kal Lambaz 1 Civic Center Plaza Irvine, CA 92606-5207 949-724-7555 Construction Dates: 7/20/09 to 8/7/09 Project: School Enhancement Project Bid Amount: $26,746.25 Project Total: $ 40,335.75 City of Monterey Park Vennie Bermudez 320 W. Newmark Ave. Monterey Park, CA 91754-2896 626-307-1325 Construction Dates: 5/12/09 to 5/29/09 Project: Driveway Entrance Modification Bid Amount: $36,702.20 Project Total: $36,702.20 City of Norwalk Randy Hillman 12700 Norwalk Blvd Rm 16 Norwalk, CA 90650 562-929-5719 Construction Dates: 5/4/09 to ongoing Project: Median Island and Striping Modification Bid Amount: $73,963 Project Total: $80,460.15 Golden State Constructors, Inc. References Page 1 City of La Habra Chafik Mouradi 201 E. La Habra Blvd La Habra, CA 90631 562-905-9720x209 Construction Dates: 4/27/09 to 5/l/09 Project: Traffic Management — Traffic Calming Bid Amount: $48,568 Project Total: $ 52,000 City Of Newport Beach Alfred Castanon, Public Works Department 3300 Newport Blvd. Newport Beach, CA 92663 949-644-3314 Construction Dates: 3/9/09 to 4/28/09 Project: Balboa Village Alley Replacement Bid Amount: $128,606 Project Total: $142,000 City of Huntington Beach Villa Pacific Huntington Beach, CA Construction Dates: 2/27/09 to 3/6/09 Project: Villa Pacific ADA Ramps Bid Amount: $7,200 Project Total: $7,200 City of Tustin Jason Churchill, Public Works Dept. 1472 Service Road Tustin, CA 92780 714-573-3350 Construction Dates: 2/4/09 to 2/4/09 Project: Slope Repair Bid Amount: $4,100 Project Total: $4,100 Department of Public Works Public Works 3rd Floor N306 100 N. Garfield Ave, P.O. Box 7115 Pasadena, CA 91109-7215 626-744-7389 Construction Dates: 1/5/09 to 2/27/09 Project: Hamilton Park Drainage Improvements Phase II and III Bid Amount: $236,321 Project Total: $403,571 Golden State Constructors, Inc. References Page 2 Go(den State Constructors, Inc. 6162 Gafi_yean Dr. Huntington Beach, CA 92647 Phone.714-625-8758 Fax.714-625-8295 2008 Re, ferenceso City of Laguna Beach Steve May 505 Forest Ave. Laguna Beach, CA 92651 949-497-0351 Construction Dates: 11/18/08 to 11/25/08 Project: Curb and Gutter Replacement Bid Amount: $16,926 Project Total: $16,926 City of Santa Ana Terry Daugherty 20 Civic Center Plaza Santa Ana, Ca 92701 714-615-0891 Construction Dates: 10/27/08 to 11/26/08 Project: Plaza of the Sun Drainage Improvements Bid Amount: $42,214 Project Total: $52,750 City of Stanton Nick Guilliams 7800 Katella Ave Stanton, CA 90680-3162 714-379-9222 Construction Dates: 10/6/08 to 10/17/08 Project: PCC Rehabilitation — Bradford Place and College Drive Bid Amount: $61,340 Project Total: $67,473 City of Huntington Beach Dereck Livermore 2000 Main Street Huntington Beach, CA 92648 714-392-4007 Construction Dates: 7/28/08 to 10/10/08 Project: Curb ramps in Various Locations Bid Amount: $167,123 Project Total: $183,600 Golden State Constructors, Inc. References Page 1 Moffatt & Nichol Gary Foster 3780 Kilroy Airport way Ste 700 Long Beach, CA 90806 562-426-9551 Project: Harbor Vopak Project Bid Amount: $4,538 Construction Dates: 6/9/08 to 6/9/08 Project Total: $5,503 City of Norwalk Randy Hillman 12700 Norwalk Blvd Rm 16 Norwalk, CA 90650 562-929-5719 Construction Dates: 7/15/08 to 7/25/08 Project: Senior Center ADA Improvements Bid Amount: $26,892 Project Total: $32,850 County of Orange Tony Nevarez 1143 E. Fruit St. Santa Ana, CA 92701 714-567-7799 Project: Court House Concrete Replacement Bid Amount: $14,713 Long Beach Water Dept. 1800 E. Wardlow Rd. Long Beach, CA 90807-4931 562-570-2300 Project: Water Line Replacement Construction Dates: 5/22/08 to 5/24/08 Project Total: $14,713 Construction Dates: 4/28/08 to 7/14/08 Bid Amount: $149,575 Project Total: $177,328 City of Rancho Santa Margarita 22112 El Paseo Rancho Santa Margarita, CA 92688-2824 949-635-1800 Project: E1Corazon Sidewalk Project Bid Amount: $54,130 Construction Dates: 3/17/08 to 4/21/08 Project Total: $61,081 Norwalk City Hall Randy Hillman 12700 Norwalk Blvd Rm 16 Norwalk, CA 90650 562-929-5723 Construction Dates: 2/7/08 to 5/4/08 Project: Pool Deck Concrete Repairs Bid Amount: $68,648 Project Total: $83,236 Golden State Constructors, Inc. References Page 2 City of Laguna Niguel Attn: Nick Renn 27791 La Paz Road Laguna Niguel, CA 92677 949-362-4337 Construction Dates: 1/8/08 to 2/9/08 Project: Crown Valley Restroom Project Bid Amount: $131,736 Project Total: $143,149 Norwalk City Hall Randy Hillman 12700 Norwalk Blvd Rm 16 Norwalk, CA 90650 562-929-5723 Project: New Doors at City Hall Construction Dates: 2/2/08 to 2/4/08 Bid Amount: $10,040 Project Total: $10,040 Goldem St,,ate Cojistr'uctors, Inc. References Pi a., e 33 4 LIT Go(den State Constructors, Inc. 6162 Gafi_pean Dr. Huntington Beach, CA 92647 Phone.714-625-8758 Far.714-625-8295 R�ferences 200T Department of Public Works Dale Torstenboe Public Works 3rd Floor N306, 100 N. Garfield Ave, P.O. Box 7115 Pasadena, CA 91109-7215 626-744-73 89 Construction Dates: 11 /29/07 to 1 /2/08 Project: Hamilton Park Drainage Improvement Bid Amount: $89,176 Project Total: $95,696 California State Lands Commission Annabell Abeleda 100 Howe Ave. Ste 100 South Sacramento, CA 95825-8202 916-574-1871 Construction Dates: 10/8/07 to 1/l/08 Project: Install Utilities for Wetlands Trailers Bid Amount: $99,993 Project Total: $133,413 City of Norwalk Randy Hillman 12700 Norwalk Blvd Rm 16 Norwalk, CA 90650 562-929-5723 Construction Dates: 9/17/07 to 7/29/07 Project: Concrete Courtyard Replacement Bid Amount: $38,733 Project Total: $38,733 City of Laguna Niguel Randy Trinkaus 27791 La Paz Road Laguna Niguel, CA 92677 949-362-4348 Construction Dates: 7/18/07 to 7/29/07 Project: George White Elementary Batting Cage Bid Amount: $55,367 Project Total: $57,787 Golden St -ate Consl-r iiclors. Inc. References City of Laguna Niguel Randy Trinkaus 27791 La Paz Road Laguna Niguel, CA 92677 949-362-4348 Construction Dates: 7/18/07 to 7/29/07 Project: George White Elementary School Electrical Upgrade Bid Amount: $17,778 Project Total: $17,778 City of Laguna Niguel Randy Trinkaus 27791 La Paz Road Laguna Niguel, CA 92677 949-362-4348 Construction Dates: 7/16/07 to 7/29/07 Project: Sewer Repair at Crown Valley Elementary School Bid Amount: $14,375 Project Total: $30,749 Junipero Serra State Building Robert Langley 320 W. 4`t' Street, Los Angeles, CA 90013 949-362-4348 Construction Dates: 6/18/07 to 6/29/07 Project: Install hose bibs in Junipero Serra Building Bid Amount: $42,865 Project Total: $44,794 ('fol erl Srare i'owrl,cio -'. lrIr. "401'(111CPS page' 2 NORTH AMERICAN SPECIALTY INSURANCE COMPANY BOND NO.: GOLST-163 I iNIM11130 KNOW ALL MEN BY THESE PRESENTS: That we, GOLDEN STATE CONSTRUCTORS, (hereinafter called the Principal), and NORTH AMERICAN SPECIALTY INSURANCE COMPANY a corporation organized and doing business under and by virtue of the laws of the State of NEW HAMPSHIRE, and duly licensed for ' the purpose of making, guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the laws of the State of CALIFORNIA, as Surety, are held and firmly bound unto CITY OF HUNTINGTON BEACH, (hereinafter called the obligee) in the sum equal to 10% of the accompanying bid of the Principal, not, however, in excess of TEN PERCENT OF THE TOTAL AMOUNT BID Dollars (10% OF BID AMOUNT), for the payment of which, well and truly to be made, we hereby bind ourselves and our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT WHEREAS, the above bounden Principal as aforesaid, is about to hand in and submit to the obligee a bid for RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST JOBBID NO. Cc1374, in accordance with the plans and specifications filed in the office of the obligee and under the notice inviting proposals therefore. NOW, THEREFORE, if the bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the principal thereupon by the said obligee, and said principal shall enter into a contract and bond for the completion of said work as required by law, then this obligation to be null and void, otherwise to be and remain in full force and effect. IN WITNESS WHEREOF, said principal and said Surety have caused these presents to be duly signed and sealed this 26 day of JULY, 2010. NORTH"ERICAN SPECJALTY INSURANCE COMPANY NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Itasca, Illinois, each does hereby make, constitute and appoint. RANDY SPOHN and MATTHEW R. DOBYNS JOINTLY OR SEVERALLY Its true and lawful Attomey(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 TWENTY-FIVE MILLION ($25,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 241' of March, 2000: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." at+drvr rY '4ii r :�ry4 By ti4 : �apPors Steven P. Auderasn, President & Chief Exeedave Offker of Washington laltraatiaaal Imaraaoe Company x ' SEAM �• & Smiar Vitt President of Nor@ Amerten Specialty rMarance Conpany OO?� Armflnin++"� By 0-id M. Layman, s—Ift vise Presideaf of wabl.g oa lotervaG...I Inaunntc C—Peny & Vice Pr"Ident of North Americad Specialty Im—ce Compeoy IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 30th day of September 2008 . North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Du Page ss: On this 30th day of September 20 O8 , before me, a Notary Public personally appeared Steven P. Anderson , President and CEO of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M. Layman , Senior Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly swom, acknowledged that they signed the above Power of Attomey as officers of and acknowledged said instrument to be the voluntary act and deed of their resnective comnanies. DAZIEM sty �Itllnrois t+ty txmmis:Aon t�tp'vca ttlro�rzutt Donna D. Sklens, Notary Public I, James A. Carpenter , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this26 day of July 2010 Jaaw A. Grpenw. vice President & Asslstaat Se"eta y of WmhW9t= ftdefftM a ni faanaoeo Company & Worth Ameeicna Spacwty Insurance Company . %6. State of CALIFORNIA County of ORANGE On July 26, 2010 before me, Erika Guido, NOTARY PUBLIC, personally appeared RANDY SPOHN O ® who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity (ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. ERIKA GtitDO I certify under PENALTY OF PERJURY under the laws of the State of GOMM.# 1843731 California that the foregoing paragraph is true and correct. NOTARY PUBLIC CAUFORNIA o 3 ORANGECOUNTY ^� My Comm, expires May 5, 2ot3 WITNESS nay hand and official seal. Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER ❑ PARTNER(S) ❑ LIMITED ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAIVE OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT t State of California County of OM//,I P, On — -27- `00 before me, personally appeared PWO)%YI1P, 2i_ ark'/M , who proved to me on the basis of satisfactory evidence to be the person() whose name(s) isJiwe subscribed to the within instrument and acknowledged to me that he/she#hey executed the same in his,he. eir authorized capacity(ies), and that by his/herd signature(a) 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 hue and correct. WI SS my han offici ignature of Notary Public DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached t) Witte or description of attached document continued) Number of Pages Document Date (Additional information) CAPACITY CLADM) BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other CLAUDIA COCHRAN *- COMM. #1722119 m Notary Public-Calit"ja r% ORANGE COUNTY - Mp Comm. Exp. Jan 30, 201? (Notary Seal) OWN INSTRUCTIONS FOR COMPLETING THIS FORM Any ackowledgment completed in Cahfornta must contain verbiage exactly as appears above in the notary section or a separate acknowledgment fore: must be properly aonipleted and attached to that document The only exception is if a document is to be recorded outside of Cdi, forma In such instances, any akernative 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 Cahfomta (Le. certifying the authorized capacity of the signer). Please check the document carefully for proper notarial wording and attach this form if required. a 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 title (notary public). a 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 foams (i.e. hslsheJttrey—. is Afe) 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. o 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. by Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). o Securely attach this document to the signed document City ® Huntington Beach 2000 Main Street • Huntington Beach, CA 92648 OFFICE OF THE CITY CLERK JOAN L. FLYNN CITY CLERK October 29, 2010 Imperial Paving Co. 10715 Bloomfield Ave. Santa Fe Springs, CA 90670 RE: CC-1 374 - Reconstruction of Residential Streets on the Tree Petition List Enclosed please find your original bid bond for CC-1374. Sincerely, Joan L. Flynn, CIVIC City Clerk JF:pe Enclosure Sister New Zealand (Telephone: 714-536-5227) r/- O/= / 1-V"Ti.iC Ot?Y c44;7zle /3 L--A.cv(0 C�4 �- �') S sla i ;: G Off[ T OF' 'UZ 4u-- pq�j 4 2-o / J am City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No. 1374 SHELLY DR., CUTTER DR., AND PROVIDENCE LANE in the CITY OF HUNTINGTON BEACH July 22, 2010 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) REVISED DRIVEWAY CONCRETE THICKNESS ON STANDARD PLAN 209 IN APPENDIX J FROM,"8-INCH" to "6-INCH" Replaced Standard Plan 209 page 1 of 1 entitled "Residential Drive Approach" in Appendix J With a New Standard Plan 209 page 1 of 1 entitled "Residential Drive Approach — Addendum 2—CC-1374". Bidders shall submit bids based on the Standard Plan 209 Addendum 2—CC-1374." Award will be based on most curt This is to acknowledge receipt and review of Addendum N luiJt��.gL ; i"/cm L, /,c . Co y Name 712 3/ / v Date 1 of 1 entitled "Residential Drive Approach — ,ised Standard Plan 209. , dated July 22 .../y, vr? All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No. 1374 SHELLY DR., CUTTER DR., AND PROVIDENCE LANE in the CITY OF HUNTINGTON BEACH July 15, 2010 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) REVISED ITEM 10 ON PAGE C-2.9 FROM "CLEAR AND GRUB..." TO "TREE REMOVAL..." Replaced Page C-2.9 With a New Page C-2.9 with Revised Item 10. Bidders shall submit SECTION C with the most current Schedule —Addendum #1 Cutter Drive CC-1374". Award This is to acknowledge receipt and review of Addendum 67721A2 Z-1 /1[-- Com ny Name -7 123 �t o Date sec) bid schedule Page C-2.9 entitled "Project Bid be based on most current revised Bid Schedule. dated July 10. All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. 111&L- ?A-v,-zC-, C O . SECTION C PROPOSAL for the RECONSTRUCTION OF RESIDENTIAL STREETS ON THE 'TREE PETITION LIST CC No.1374 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 60 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,? y's fain 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 Chpnr" nr "R;AA-r'e Rnnri" ac flea naca mats hPl Bi( C-2 SECTION C RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No.1374 SHELLY DR., CUTTER DR., AND PROVIDENCE LANE Base Bid Total Amount Lump Sinn Bad — In Figures ................... C-2.2 -BASE BID RESIDENTIAL STREETS ON THE TREE PETITION LIST ....C-2.3 to C-2.14 C-2.1 RESIDENTIAL STREETS ON THE TREE PETITION LIST C-2.3 to C-2.14 SHELLY DR. $ 311, '1s 5- CUTTER DR. $ /D % `/("D PROVIDENCE LANE $ `//% 5 / 3 PROJECT BASE BID: Basis of Award BASE BID TOTAL AMOUNT LUMP SUM BID IN FIGURES: $'iZOA zlZB BASE BID WILL BE THE BASIS OF AWARD (TOTAL OF SHELLY DR., CUTTER DR., AND PROVIDENCE LANE) C-2.2 RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No. 1374 SMELLY DR. C-2.3 PROJECT BID SCHEDULE Shelly Drive CC-1374 :fit .:............e ::......•....:... :::1:ir:::;::;`.:4iiin#iiy::::.ani.:::::::::: ..::::::::.:.::: '> _:.:.:.:_:_:::::::::::::.:::.:.:.:::.:....:::::::::?::::....:...:::;:::::?::.:.::::::;:::;:;:::::;;.:;:....:.... Biiia<#e'rii:%?escri' flail::::::::.:.::5:::::.:.:.:.:.:::::.:.::: >::.:.:.:::::..;.;.;..:;;, P..-... . >::: >:•:•:•.•.•..... = : >::•::•:•:•:•::: >: :::Tntt;Pee,:; .x..... :::::::::.:',:::::` ::• ;:::::: ;.:....Amount....:. 1 1 LS Mobilization $ /4 5VD • $ 2 575 TN Construct 0.17' Min, Asphalt Concrete Surface Course S �� _ $ yD 2 3 46880 SF Surface Grind Existing A.C. to a Depth of 0.17' Min. (includes disposal of fabric if present) $ ' ?' _ $ N�7 za• 4 4 EA Adjust Sewer Manhole to Match New Finished Surface $ 30 — $ 2. 5 2a • ' 5 5 EA Adjust Sewer Cleanout to Match New Finished Surface $ 2oo _ $ oro -� 6 6 EA Adjust Water Valve to New Finished Surface $ lvoo . 7 33 EA Replace with City Furnished Water Meter Box Frame and Cover to Match New Finished Surface $ 360 • $ 9 4ue 8 7900 SF Remove and Reconstruct Construct Sidewalk per HB Std. Pln. No. 207 ('W' = 4') $ S S 9 5u0 • C-2.4 PROJECT DID SCHEDULE Shelly Drive CC-1374 1eir, : :: st�niiat ':::::::::::::::::::::::::::::::::::::::::::::::::::=:::::::......=......;:::=::::= ::=: 'xleiided .............. :: .:.:.:.:.:....:.:.:.::.:.:.:•:-:• ':::Q�t�a ti#y;.>:.:. •: u t.: B d:Iieiti::Descri 'fiiiiir ............ >::::::::::;:'`<......:;=:<'>: ;:::•::::« :•::•:•:•:•:•:'-:•::::.:.:.:...:•:•:•:-:•:•::-:•::: < Remove & Reconstruct Curb & Gutter 9 1575 LF (CF=6", CF=8" when noted on plans) $ $ 70p 7S. Includes Aggregate Base and Slot Pavement per HB Std. Pln. No. 202 10 SF Remove & Reconstruct Drwy Approach per $ /D. $ 3 8s-L'• .5385 HB Std. Pln. No. 209. ('W' Per Plan) 11 4 EA Construct Curb Access Ramp Per Caltrans $ 75d $ 3, aao Std. A88A. (Ramp Case Per Plan) 12 2460 SF Remove and Reconstruct Concrete Cross $ $ / y$o • ' Gutter per HB Std Pln. 205 13 3 EA Prepare Corner Record (pre and/or post $ 112o $ 24,v construction) for Survey Monumentation Remove Existing Tree and Grind Stump to 14 24 EA 24" Below Top of Sidewalk/Grade. Pull $ Out All Roots Within Parkway Lot And Proposed Improvements. Furnish & Plant New IS Gallon Tree Per HB Sid. Plans 714, 715, 716, & 718. Tree Species and Final Location to be 15 34 EA Determined by City Street Supervisor. $ $_ Excavate a 4' by 4' by4' Hole Centered at New Tree Location and Replace with Class A Top Soil. Install at Base of Tree, an Arbor -Gard or Approved Equal. Remove and Replace Irrigation System for Each Parkway Per Address. (Parkway Per 16 18 EA Address Includes Both Frontage Parkways $ 14 0 o. $ on Corner Lots), Sprinkler Heads Shall be Placed Adjacent to Back of Curb. C-2.5 PROJECT BID SCHEDULE Shelly Drive CC-9374 ....•...tY. . nit.::::•:.... >: :::: ' :::•:•:•:::::::•:::•::::: :::::::.:.:IJnii:L'r ce;:.:.; 17 36 EA Clear and Grub Existing Landscape including Tree Roots 24" Below New Finished Surface, Replace with Class A Top $ Soil, and Plant Fescue Hydro Seed For Each Parkway Per Address $ S//, -5 ` 18 6 EA Protect Existing Tree and Install New Linear $ Root Barrier Per HB Std Pln. 718 $ �80 19 1 LS 90 Day Plant Establishment $ /i $ 20 1 LS 1 year plant landscape maintenance $ 3, OPO , $ S, oop. 21 4 EA Remove and Reconstruct 3" PVC (SCH 40) $ y5'D Residential Lot Drain per HB Std Pln, 204 $ 1500. 22 1 LS Traffic Control $ /Z,, oyo. ' $ /2' voo- ' 23 1 LS Prepare Storm Water Pollution Prevention $ (000 Plan (SWPPP) $ Total Amount Bid in Figures: $ / y� S Total Amount Bid in Words: 7-Awer' Hv�i�Qcz� N�NTy/- o��t Tr�ousA�l.��,--Tye_-_ ----------------------------------------------------.----------.........--- ---........----------- C-2.6 i Fill l ♦. /m,i �F PETITION MIST PROJECT BUD SCHEDULE Cutter Drive CC•-1374 ;:eim:_:...s.. to :::::::::::':;:::::;<:.............. :: .....•..•... k..... :=: % :`•:: ;: ti lii Ioy� :::'Tidt . :: 0 d ire.t D. s iptia# .... :...::...:::::.:..::.....•....:,......•..:..•.•.•.•.•..•...•.•........... i t ice .... •.. . 4 idiEl 3 1 LS Mobilization $ 2 175 Construct 0.17` Asphalt Concrete''Surface $ 8 S ' $ Course 3 14220 SF i Surface Grind Existing A.C. to a Depth of $ .2-5- $ 0.17' (includes disposal of fabric if present) Replace with City Furnished Water Meter 4 6 EA Box Frame and Cover to Match New $ 3DD• $ C Soa • _ Finished Surface 5 2 EA Adjust Water Valve to New Finished — $ Z ao • — Surface 6 2 EA Adjust Sewer Manhole to Match New $ $ na Finished Surface 7 2240 SF Remove and Reconstruct Construct Sidewalk Pin. No. 207 =4') $ 7 ��� $ /3� perHB Std. CW Remove & Reconstruct Curb & Gutter 8 465 LF (CF=6") includes Aggregate Base and Slot _ $ 5 2 • $ Zy HBO Pavement per HB Std. Pin. No. 202 I C-2.8 PROJECT BID SCHEDULE ADDENDUM #1 Cutter Drive CC-1374 jtetnA lEstitnated: ..:.. .:: ;:Extended:' Quafitlty : : Unit: Bid Tte.m T)escr�ption ;: Ujjjt pfli a Amot►nt 9 665 SF Remove & Reconstruct Drwy Approach per $ 3 $ HB Std. Pin. No. 209. ('W' Per Plan) Remove Existing Tree and Grind Stump to 10 9 EA 24" Below Top of SidewaWGrade. Pull $ 700 $ Out All Roots Within Parkway Lot And Proposed Improvements. Furnish & Plant New 15 Gallon PHOTINIA FRASERI Tree Per HB Std. Pins 714, 715, 716, & 718. Final Location 11 9 EA to be Determined by City Street Supervisor. Excavate a 4' by 4' by4' Hole Centered at New Tree Location and Replace with Class A Top Soil. Install at Base of Tree, an Arbor -Gard or Approved Equal. 12 2 EA Protect Existing Tree and Install New $ 3 $ Linear Root Barrier Per HB Std Pin. 718 Clear and Grub Existing Landscape including Tree Roots 24" Below New 13 8 EA Finished Surface, Replace with Class A $ / ZaD • — $ Top Soil, and Plant Fescue Hydro Seed For Each Parkwav Per Address Remove and Replace Irrigation System for Each Parkway Per Address. (Parkway Per 14 3 EA Address Includes Both Frontage Parkways $ /V $ on Corner Lots). Sprinkler Heads Shall be Placed Adjacent to Back of Curbi 15 1 LS i 90 Day Plant Establishment $ f' 3DD • $ cO . 16 1 LS I, Provide 1 year landscape maintenance $ 5/ /11P8 $ S o0O. . C-2.9 CC-1374 ADDENDUM #1 PROJECT BID SCHEDULE Cuffer Drive CC-1374 NOW J", -WC ............ ....... P ......... ................. ............ ........................ ................. ... J .... ...... 0i1ht:::::: .... ...... 17 2 EA Construct Residential Lot Drain per HB Std Pin. 204 $ 3 $ 18 3 EA Remove and Reconstruct 3 " PVC (SCH 40) Residential Lot Drain per FIB Std Pin. 20-t $ $ 19 1 EA Prepare Comer Record (pre and/or post construction) for Survey Moriumentation $ y2 $ ---1 20 - 1 LS Traffic Control $ rVo 21 1 LS Prepare Storm Water Pollution Prevention Plan (SWPPP) $ Iro. $ 1 /00, Total Amount Bid in Figures: $ 102 I-Itro, Total Amount Bid in Words: ",AJg!:5 -,rIA0,k A4.,,l --------------- -- ................... ................... --------- ---------- 2 rxZ:5�Jo1, & A - —'5 C-2.10 RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No.1374 PROVIDENCE LANE C-2.11 PROJECT DID SCHEDULE Providence Lane CC-1374 .............. fro;Q:....:.:.:.:.:.:.' tiaiht:.:. :.:.:...: ;.Unit::.::::::::::::•::::.:::::::::::•::::.;.;.;.:.:.;.;.;.;.:.;.:.:.:.:.:.l.:.:.�m+4�in�.;.;.: >� s� i<tet ► ll ....:.::' ::;:•:: •:•: 1 1 LS Mobilization $ //{ SOp. 2 175 TN Construct 0.17' A.C. Surface Course. $ Bt 3 14200 SF Surface Grind Existing A.C. to a Depth of 0.17' (includes disposal of fabric if present) $ 3' Sg-D 4 49400 SF Construct Type 1 Slurry Seal Across the Entire Roadway Surface. $ 32- $ — — 5 25 EA Adjust Sewer Lateral Cleanout To Match New Finished Surface. $ ?moo $ S coo 6 39 EA Replace With City Furnished Water Meter Box Frame And Cover To Match To New Finished Surface. $ 3Do • $ 1��7a0 . 7 7600 SF Remove And Reconstruct Sidewalk Per HB Std. Plan 207. ('W' = 4') $ $ 38�, 8 1740 LF Remove And Reconstruct Curb And Gutter Per HB Std. Plan 202 (CF=6"). Item Includes Slot Pavement And Aggregate Base. $ $ 24, 3M C-2.12 PROJECT BID SCHEDULE Providence Lane CC-1374 := 1 M:::�: stlinale' ::::=:=:: <:::< . I I .=:.::::::.:.:.::.::::;:.:;...._....;:;:;:-:?=<:::=: <:-::::::::::?< ::: a en ed:" :No .. <_: iian# da[�teiui=:Descri'€ianc..:....:.:.:.:.:.:.:.:.:.::::::::'::::::.:;:::::? :..:..:..:.:.:.>:•:•:•:•:•:: ' : >:•::.:.......•.....•...•.... >.•. :': •.;..I(3nat;Price;..:...,.:A�nu nt;...:. Remove And Reconstruct Residential 9 8250 SF Driveway Approach Per HB Std. Plan 209. $ // $ tD 75D. ('W' Per Plan) 10 2 EA Construct Curb Access Ramp Per Caltrans $ $ l� loe0 Std. Plan A88A. (Ramp Case Per Plan) 11 2 EA Prepare Corner Record (Pre-And/Or Post $ — $ B��D Construction) For Survey Monumentation. Remove Existing Tree And Grind Stump To 12 13 EA 24" Below Top Of Sidewalk/Grade. Pull $ / $ -77y5 Out All Roots Within Parkway Lot And Proposed Improvements. Plant New 15 Gallon Tristania Laurina Tree Per HB Std. Plans 714, 715, 716, & 718. Final Location To Be Determined By City 13 13 EA Street Supervisor. Excavate a 4' By 4' By $ 3Sy— $ 4' Hole Centered At New Tree Location And Replace With Class A Top Soil. Install At Base of Tree, an Arbor -Gard or A roved E ual. Remove And Replace Irrigation System For Each Parkway Per Address. (Parkway Per 14 37 EA Address Includes Both Frontage Parkways $ CDD $ a✓7, CPO - On Corner Lots) Sprinkler Heads Shall Be Placed Adjacent To Back of Curb. Clear And Grab Existing Landscape Including Tree Roots 24" Below New 15 42 EA Finished Surface, Replace With Class A Top $ $ 5�, S'go Soil, And Plant Fescue Hydro Seed For Each Parkway Per Address. 16 26 EA Protect Existing Tree And Install New $ 330 $ A, Linear Root Barrier Per HB Std. Plan 718. C-2.13 PROJECT BID SCHEDULE Providence Lane CC-1374 ail#ity:`::L�ni..:::>.:•:,::•:::•:::•:..:..:•......•.•:::• - '::::...:.: ::::•:•:•::.;>iJni;Pt+e:::•::.:Avtzn_.:... �::, :•::•::;:::;:;:;:_: ........ 17 1 LS 90 Day Plant Establishment $ 30C.. $ L AD • 18 1 LS 1 Year Plant Landscape Maintenace $ S, 000. $ :5- 19 1 EA Construct 3" PVC (SCH 40) Residential Lot Drain Per HB Std. 204. $ 35-V - — $ 3S-b 20 20 BA Remove And Reconstruct 3" PVC (SCH 40) Residential Lot Drain Per HB Std. Plan 204. $ Al 3D _ $ 21 1 LS Traffic Control $ 12, Boo • $ /Zs a oo • 22 1 LS Prepare Storm Water Pollution Prevention Plan (SWPPP} $� po . $ /, (p Co Total Amount Bid in Figures: $ Total Amount Bid in Words: - ��,�- Hv�,J/ ��_ iv�ar� � ,.f -- Thzvv 5�%� ------------------------------------ --- ---- - -----....a- ------ vE C-2.14 1 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. Pvrtavn Name and Address of Subcontrae o State Zacense "` CYuss af. Wvrk Number c-7 ubA-10- 0 By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-3 State of California ss. County of 9r-a• ('. uo t;' E• �-s L�, ,,c� , being first duly sworn, deposes and says that he or she is -s ( � -f•" -ems. of �-n � .,- � v� . L�, cam. the party making the foregoing bid that the bid is not made in the interest nterest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Subscribed and swornn to before me this NOTARY P SCtlTiet-ra5 C'-- CtoC'lo Address of Bidder Z3-Adayof 2010 ROBERT R. GOINT Commission # 1883550 z CIs Notary Public - California z ZLas Angeles County M Comm. Expires Mar 20, 2014 NOTARY SEAL 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 RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST, CC NO.1374, (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: � 23 i itle C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 14310.5, the Bidder shall complete, under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? � ❑ I.�+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 Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date: -7 23 t 0 t Me rs . C-7 UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBER (To be completed only by the awarded Contractor prior to excavation) No excavation will be permitted until this form is completed and returned to the AGENCY. Section 4216/4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number, call Underground Service Alert at 811 or 1-800- 422-4133 a minimum of two working days before scheduled excavation. Dig Alert Identification Number: Title Date: —7 2 Note: This form is required for every Dig Alert Identification Number issued by U.S.A. during the course or the Work. Additional forms may be obtained from the AGENCY upon request. C-8 BIDDER certifies that the following information is true and correct: LVA Bidder CD —I t 5 Business Address CA City, State Zip (5Zr -) Gly-1 - Dgt 7 5- Telephone Number 2t.c Le 51 C A State Contractor's License No. and Class izl1%/lazo Original Date Issued Z�28/Zoi Expiration Date The work site was inspected byes of our office on GG Z L .2010. The following are persons, firms, and corporations having a principal interest in this proposal: C-s The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform #e contract r the proposed work and improvements in accordance with the plans and speci f ations set fo4h- -1 C--, C 0 - i aC- . ignature of Bidder Printed or lyped Signature Subscribed and sworn to before me thisZa--day of 20 ' RGBERT R. GOINT commission # 1883550 z i Notary Public - California a z Los Angeles County �_ ---- —� My Comm. Expires Mar 20, 2014 NOTARY Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past two years: 1. 5 � A—r•-r�-t�L� Name and Address of Public Agency Name and Telephone No. of Project Manager: 2. I Contract Amount Name and Address of Public Agency Type of Work Name and Telephone No. of Project Manager: Contract Amount Name and Address of Public Agency Type of Work Name and Telephone No. of Project Manager: Date Completed Date Completed Contract Amount Type of Work Date Completed C-10 2 9 4 STATEMENT OF EXPERIENCE Agency: City of Rancho Cucamonga 1 Civic Center Drive Rancho Cucamonga, CA 91730 Project: Etiwanda Ave & Rochester Ave Rehabilitation Valuation: $401,749.00 Completion Date: 2/28/10 Contact: Shelley Hayes Phone Number: (909) 477-2740 Agency: City of Simi Valley 2929 Tapo Canyon Road Simi Valley, CA 93063 Project: Major Street Rehabilitation: Madera Road Valuation: $3 50,860.00 Completion Date: 2/28/10 Contact: Sarah Sheshebor Phone Number: (805) 583-6792 Agency: City of Glendale 613 East Broadway Glendale, CA 91206 Project: Greenbriar Road & Adjacent Street Rehabilitation Valuation: $764,580.00 Completion: 11 /3 0/09 Contact: Armond Simonian Phone Number: (818) 548-3945 Agency: City of Lancaster 44933 Fern Ave Lancaster, CA 935:34 Project: 2007/08 Street Resurfacing, Phase 1 Valuation: $2,540,540.00 Completion Date: 11/30/09 Contact: Jon Cantrell Phone Number: (661) 945-6862 (562) 944-0975 e (714) 523-4492 ® (800) 634-3923 ® Fax (562) 944-0984 10715 Bloomfield Avenue, Santa Fe Springs, CA 90670 5 6 7 8. Agency: City of Orange 300 East Chapman Ave Orange, CA 92866 Project: Santiago Creek Bike Trail North Valuation: $325,786.50 Completion Date: 10/31/09 Contact: Alan Truong Phone Number: (714) 744-5568 Agency: City of Long Beach 333 West Ocean Blvd Long Beach, CA 90802 Project: Easy Ave Improvements Valuation: $1,161,550.00 Completion Date: 9/30/09 Contact: Rich Suit Phone Number: (562) 570-6783 Agency: City of Huntington Beach 2000 Main Street Huntington Beach, CA 92648 Project: Various Residential Streets Valuation: $985,554.20 Completion Date: 9/30/09 Contact: Robert A. Martinez Phone Number: (714) 536-5423 Agency: City of Anaheim 200 South Anaheim Blvd Anaheim, CA 92805 Project: Frontera Street Improvements Valuation: $426,891.10 Completion Date: 8/31/09 Contact: Sean Razmy Phone Number: (714) 765-5059 (562) 944-0975 ® (71 4) 523-4492 ® (800) 634-3923 ® Fax (562) 944-0984 10715 Bloomfield Avenue, Santa Fe Springs, CA 90670 I 10. 11 Agency: City of Downey I I I I I Brookshire Ave Downey, CA 90241 Project: Old River School Road Improvements Valuation: $695,310.65 Completion Date: 7/31 /09 Contact: Frank Sanchez Phone Number: (562) 904-7117 Agency: City of San Clemente 100 Avenida Presidio San Clemente, CA 92672 Project: Major Maintenance for San Dimas, Buena Ventura.... Valuation: $460,567.25 Completion Date: 6/30/09 Contact: Gary Vorborsky Phone Number: (949) 361-6132 Agency: City of Culver City 9770 Culver Blvd Culver City, CA 90232 Project: Residential Street Overlay Valuation: $697,480.00 Completion Date: 3/31/09' Contact: Lee Torres Phone Number: (310) 253-5600 (562) 944-0975 • (714) 523-4492 9 (800) 634-3923 9 Fax (562) 944-0984 10715 Bloomfield Avenue, Santa Fe Springs, CA 90670 . r 1 f•7l7 ��7:.17 KNOW ALL MEN BY THESE PRESENTS, that we IMPERIAL PAVING COMPANY9 INC. as Principal, hereinafter call the Principal, and BERKLEY REGIONAL INSURANCE COMPANY a corporation organized and existing under the laws of the State of DELAWARE as Surety, hereinafter called Surety, are held and firmly bound unto: CITY OF HUNTINGTON BEACH as Obligee, hereinafter called Obligee, in the sum of TEN PERCENT (Io%) OF THE TOTAL AMOUNT OF THE 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 RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST - CC No.1374 Now, therefore, if the Obligee shall accept the bid of the Principal within the period specified therein, or if no period be specified, within sixty (6o) days after opening, and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter into such contract and give such bond or bonds, if the Principal shall pay to the Obligee the penalty hereof, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and seal* this 29111 day of JULY, zoao. (Seal) Principal B BERKLEY R IONAL INSURANCE COMPANY (Sell) ,Surety By: JOHN G. K KOO SEDES, Attorney -in -Fact t State of California County of LOS ANGELES On "7 2-7 Its before me, ROBERT R. GOINT, NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared _ JIM DUNLEAVY, PRESIDENT/SECRETARY/TREASURER Name(s) of Signer(s) ROBERT R. GOINT Commission # 1883550 i �� Notary Public - California i Los Angeles County M Comm. Ex ices Mar20, 2014 who proved to me on the basis of satisfactory evidence to be the personal whose name�W is/AW subscribed to the within instrument and acknowledged to me that he/ executed the same in his/ authorized capacityfiW and that by his,�I signatureW on the instrument the person; or the entity upon behalf of which the personog 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, official seal. Si re, Place Notary Seal and/or Stamp Above Signature o otary Public OPTIONAL _ Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Corporate Officer — Title(s): ❑ Individual ❑ Individual o ❑ Partner — ❑ Limited ❑ General Top of thumb here ❑ Partner— ❑ Limited '❑ General Top of thumb Here ❑ Attorney in Fact I ❑ Attorney in Fact ❑ Trustee D Trustee • Guardian or Conservator E. Guardian or Conservator ❑ Other: ❑ Other: I Signer Is Representing: _ _ Signer Is Representing: `�4'x-�.4`�%e,'�e%C;`�=<X=<;'�=<,Z=C;e=C;'�=c`t=<X-CX=.C;�:=G�v�-=<>�;'�=e;e:C,'LC)c=::�=e,'L_::c %e.ee,'�%C,'r_C,`�e;�e=.�;u:z=C,��%C%�-%.t=e.�-. �%G�%:,'r-C:��;-✓,'-a..� �-�-j,u;.�r. �-:; - ;�,_ 02008 National Notary Association- 9350 De Soto Ave., P.O. Box 2402 Chatsworth, CA 91313-2402 • www.NationalNotary.org - Item #5907 Reorder Call Toll -Free 1-800-876-6827 Y CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California } } County of Orange } On July 26, 2010 before me, Elisa D Amato, Notary Public personally appeared John G. Kookootsedes who proved to me on the basis of satisfactory evidence to be the person(e) whose name(o is/a€e subscribed to the within instrument and acknowledged to me that. helms executed the same in his/hefi&& authorized capacity(, and that by hiss signature(o) on the instrument the person(f4, or the entity upon behalf of IRV= which the person(s) acted, executed the instrument. f te»sst Moue Pile • CWAVA I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS 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: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): ❑Partner - ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Guardian or Conservator ❑ Other: Signer is Representing: Signer's Name: ❑ Individual ❑ Corporate Officer— Title(s): ❑ Partner - ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Guardian or Conservator ❑ Other Signer is Representing: a No. 572a POWER OF ATTORNEY BERKLEY REGIONAL INSURANCE COMPANY WILMINGTON, DELAWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS, that BERKLEY REGIONAL INSURANCE COMPANY (the "Company'), a corporation duly organized and existing under the laws of the State of Delaware, having its principal office in Urbandale, Iowa, has made, constituted and appointed, and does by these presents make, constitute and appoint: John G. Kookootsedes or Matthew F. Schafnitz of Brakke-Schafnitz Insurance Brokers, Inc. of Laguna Niguel, CA its true and lawful Attorney -in -Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and • deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation r shall exceed Fifty Million and 00/100 Dollars ($50,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on August 21, 2000: M r "RESOLVED, that the proper officers of the Company are hereby authorized to execute powers of attorney authorizing and qualifying the attorney -in -fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and further Y RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner = and to the extent therein stated; and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney -in -fact named; and further 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, recognizance, or other - suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued." IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its µ= corporate seal hereunto affixed this I -/ day of 2009. Attest: Berkley Re al Insurance Company pp (Seal) By L B YIr S. LeRobert P. Cole Senior Vice President & Secretary Senior Vice President WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE `BERKLEY" SECURITY PAPER. STATE OF CONNECTICUT ) _ ) ss: COUNTY OF FAIRFIELD ) Sworn to before me, a Notary Public in the State of Connecticut, this ) V day of 2009, by Robert P. Cole and Ira --)S. Lederman who are sworn to me to be the Senior Vice President, and the Senior Vice P esident and Secretary, respectively, of Berkley Regional Insurance Company. ElLEEN KILLEEN NOTARY PURLIC MYCOMMSSION EXPIRE; MW30,2012 Notary Public, State of Connecticut CERTIFICATE -:I, the undersigned, Assistant Secretary of BERKLEY REGIONAL INSURANCE COMPANY, DO HEREBY CERTIFY that the :foregoing is a true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked - ='or rescinded and that the authority of the Attorney -in -Fact set forth therein, who executed the bond or undertaking to which this Yower of Attorney is attached, is in full force and effect as of this date. Giveii under my hand and seal of the Company, this 26th day of 2010 (Seal) Stev n Coward City ®f Huntington Beach 2000 Main Street . Huntington Beach, CA 92648 OFFICE OF THE CITY CLERIC JOAN L. FLYNN CITY CLERK October 29, 2010 Kaliban, Inc. 9075 Glenoaks Blvd. Sun Valley, CA 91352 RE: CC-1374 - Reconstruction of Residential Streets on the Tree Petition List Enclosed please find your original bid bond for CC-1374. Sister Cit�oii¢aCe'�lidretut5ac New Zealand (Telephone: 714-536-5227 ) 2010 JUL 27 Ptl 1: 31 i "I u i, 4 "f ell (IC City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No. 1374 SHELLY DR., CUTTER DR., AND PROVIDENCE LANE in the CITY OF•HUNTINOTQN BEACH July 16, 010 C -- Notice To All Bidders: , Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) REVISED ITEM 10 ON PAGE C-2.9 FROM "CLEAR AND GRUB..." TO "TREE REMOVAL..." Replaced Page C-2.9 With a New Page C-2.9 with Revised Item 10. Bidders shall submit SECTION C with the most current revised bid schedule Page C-2.9 entitled "Project Bid Schedule —Addendum #1 Cutter Drive CC-1374". Award will be based on most current revised Bid Schedule. This is to acknowledge receipt and review of Addendum Number One, dated Jul 16 2010, Company Name By 7 22 — Date Q All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No. 1374 SHELLY DR., CUTTER DR., AND PROVIDENCE LANE in the CITY OF HUNTINGTON BEACH_,___. — ~---' - - ` my 22, 2010 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) REVISED DRIVEWAY CONCRETE THICKNESS ON STANDARD PLAN 209 IN APPENDIX J FROM "8-INCH" to "6-INCH" Replaced Standard Plan 209 page 1 of 1 entitled "Residential Drive Approach" in Appendix J With a New Standard Plan 209 page 1 of 1 entitled "Residential Drive Approach — Addendum 2—CC-1374". Bidders shall submit bids based on the Standard Plan 209 page 1 of 1 entitled "Residential Drive Approach — Addendum 2—CC-1374." Award will be based on most current revised Standard Plan 209. This is to acknowledge receipt and review of Addendum Number One, dated July 22, 2010: Company Name By Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. SECTION C PROPOSAL for the RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No. 1374 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 60 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. I£ 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 F 91-0 �df0 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: G2 SECTION C PROJECT ]BID SCHEDULE INDEX RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No.1374 SHELLY DR., CUTTER DR., AND PROVIDENCE LANE Base Bid Total Amount Lump Sure Bid — In Figures ................... C-2.2 -BASE BID RESIDENTIAL STREETS ON THE TREE PETITION LIST ....C-2.3 to C-2.14 C-2.1 RESIDENTIAL STREETS ON THE TREE PETITION LIST C-2.3 to C-2.14 SHELLY DR. $ :35� ��9 2 CUTTER DR. $ `j� � , PROVIDENCE LANE $ 353,-26enC) PROJECT BASE BID: Basis of Award BASE BID TOTAL AMOUNT LUMP SUM BID IN FIGURES: $ '7q4� 3:3 ) - 0.�) BASE BID WILL BE THE BASIS OF AWARD (TOTAL OF SHELLY DR., CUTTER DR., AND PROVIDENCE LANE) C-2.2 RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No.1374 SHELLY DR. C-2.3 PROJECT BID SCHEDULE Shelly Drive CC-1374 �tei>Et:= ::l�stiinated::::::.... :............::::::::....::::::::::::......:: :::::::::::::::::::=fxttM ed: — pai...W` :::�riif.::•:.:• ': Blid:I eui:Desc�ri fia:::::.:::::::::::::::;:::::_:::::;:.:;:::;: •....•.p.........:•:.:-:-:-:•::•::•:•::•:•:::::• :;:;•:•.........:::.......::::::;:;:;:;:;;:::::::;;: ::: TnYt;P e:.:. ;.;.;.:Axxaoun�:.:.:. 1 1 Mobilization �� C7J LS $ $ 2 575 Construct 0.17' Min. Asphalt Concrete $� co $ ���' Surface Course 3 46880 SF Surface Grind Existing A.C. to a Depth of 0.17' Min. (includes disposal of fabric if q $ 1 $ e 7. present) 4 4 EA Adjust Sewer Manhole to Match New $ $ Finished Surface 5 5 EA Adjust Sewer Cleanout to Match New $ �� $ �(3D --� Finished Surface 6 6 EA Adjust Water Valve to New Finished $ $ Surface ^b 7 33 EA Replace with City Furnished Water Meter Box Frame and Cover to Match New $v— $ Finished Surface $ 7900 SF Remove and Reconstruct Construct Sidewalk HB Std. Pin. No. 207 = 4') $ $ i4-i per ('W' 4 C-2.4 PROJECT BID SCHEDULE Shelly Drive CC•-1374 rein :• 'sii ate' :....:.:.:.:::: :::::.................::::::.................................::::=:::=::::= ::: zteiiilecl .. tea ►... ' ' :: rii .: ......... Bl€:1CIIi:IJE&C3I 'flOrt.:.:.:.:.:...`•:.:.:.:.::.:.: ":"::; ::•:::::::•>::: p:•::::::::::•>::•:•::":::":::::::.::iJn ':' :.'-'-:::: -:-: it:PAce:.;.:,;,.;Aax►ount;.;.:. :-::: ' ' Remove & Reconstruct Curb & Gutter 9 1575 LF (CF=6", CF=8" when noted on plans) $ L S -7 Includes Aggregate Base and Slot Pavement per HB Std. Pln. No. 202 10 .5385 SF Remove & Reconstruct Drwy Approach per LOD $ y 0 HB Std. Pln. No. 209. ('W Per Plan) 11 4 EA Construct Curb Access Ramp Per Caltrans Std. A88A. (Ramp Case Per Plan) 12 2460 SF Remove and Reconstruct Concrete Cross $ (1� $ Gutter per HB Std Pln. 205 -I-� 13 3 EA Prepare Comer Record (pre and/or post $ 0 .- $-- -�- construction) for Survey Monumentation Remove Existing Tree and Grind Stump to 14 24 EA 24" Below Top of Sidewalk/Grade. Pull $ �� Out All Roots Within Parkway Lot And Proposed Improvements. Furnish & Plant New 15 Gallon Tree Per HB Std. Plans 714, 715, 716, & 718. Tree Species and Final Location to be 15 34 EA Determined by City Street Supervisor. Excavate a 4' by 4' by4' Hole Centered at New Tree Location and Replace with Class A Top Soil. Install at Base of Tree, an Arbor -Gard or Approved Equal. Remove and Replace Irrigation System for 16 18 EA Each Parkway Per Address. (Parkway Per Address Includes Both Frontage Parkways $ 7� ' yy,/ $ on Comer Lots). Sprinkler Heads Shall be Placed Adjacent to Back of Curb. C-2.5 PROJECT BID SCHEDULE Shelly Drive CC-1374 :.J..t.M....A. ... ......................... ........ .... •... ... .. .. ........... .................. ....... ................................... ....... .......................................... .... ......... ... .. .... .............. ............. ..................... .... ....... 17 36 EA Clear and Grub Existing Landscape including Tree Roots 24" Below New Finished Surface, Replace with Class A Top Soil, and Plant Fescue Hydro Seed For Each Parkway Per Address $ $ 2 f-L 18 6 EA Protect Existing Tree and Install New Linear Root Barrier Per HB Std Pln. 718 $ $ 19 1 1 LS 90 Day Plant Establishment $ $ 3co 20 1 LS 1 year plant landscape maintenance $ 21 4 EA Remove and Reconstruct 3" PVC (SCH 40) Residential Lot Drain per HB Std Pln. 204 $ S) $ 03�— — 22 1 LS Traffic Control $ $ Y006-' 21 1 LS Prepare Storm Water Pollution Prevention Plan (SWPPP) � 7 $ Total Amount Bid in Figures: $ 0 Total Amount Bid in - Words: .................... ---------------s��liv ........ C-2.6 RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No.1374 CUTTER DR. C-2.7 BED SCHEDULE Cutter Drive CC-1374 ........ ...... 1 1 LS Mobilization $ $ 2 175 TN Construct 0.17` Asphalt Concrete Surface Course $ .P $ veeo 3 14220 SF Surface Grind Existing A.C. to a Depth of 0.17' (includes disposal of fabric if present) $ [ $ 4 6 EA Replace with City Furnished Water Meter Box Frame and Cover to Match New Finished Surface $ 5 2 EA Adjust Water Valve to New Finished Surface $ 6 2 EA Adjust Sewer Manhole to Match New Finished Surface $ $ — 2240 SF Remove and Reconstruct Construct Sidewalk per HB Std. Pin. No. 207 CW = 4') CID7 $ �C— $ 8 465 LF Remove & Reconstruct Curb & Gutter (CF=6") includes Aggregate Base and Slot Pavement per HB Std. Pin. No. 202 C-2.8 PROJECT DID SCHEDULE -ADDENDUM #1 Cutter Drive CC-1374 Tte :.: Estfm:atedI. )E✓xteniled:: ............:......... ......... ... :: ii iiti ... .. tY . ..................................... . .. .. �Tt kt: jtcim D cri ti6ii>:: `::: ::: ::: :::: ;:.: ;..:.. ......... >:;...: >:. ;::::... ................... .... :: 0it:>Prke::::: A iauut . . ............... . 9 665 SF Remove & Reconstruct Drwy Approach per $ $� HB Std. Pln. No. 209. ('W' Per Plan) Remove Existing Tree and Grind Stump to 10 9 EA 24" Below Top of Sidewalk/Grade. Pull % $ $`� Out All Roots Within Parkway Lot And Proposed Improvements. Furnish & Plant New 15 Gallon PHOTINIA FRASERI Tree Per HB Std. Plns 714, 715, 716, & 718. Final Location 11 9 EA to be Determined by City Street Supervisor. (J �a- $ Excavate a 4' by 4' by4' Hole Centered at —1) New Tree Location and Replace with Class A Top Soil. Install at Base of Tree, an Arbor -Gard or Approved Equal. 12 2 EA Protect Existing Tree and Install New $ Linear Root Barrier Per HB Std Pln. 718 Clear and Grub Existing Landscape 13 8 EA including Tree Roots 24" Below New Finished Surface, Replace with Class A / Top Soil, and Plant Fescue Hydro Seed For Each Parkway Per Address Remove and Replace Irrigation System for 14 3 EA Each Parkway Per Address. (Parkway Per Address Includes Both Frontage Parkways $ on Corner Lots). Sprinkler Heads Shall be Placed Adjacent to Back of Curb. 15 1 LS 90 Day Plant Establishment 16 1 LS Provide 1 year landscape maintenance $t J $ C C-2.9 CC-1374 ADDENDUM #1 PROJECT BID SCHEDULE Cutter Drive CC-1374 t in I .... y:: = : >: riit.: $rd:Iterh:Decriptian;:::::<•:•::•:•::::•::::::.::.:.:.:: •:::•::•:•: >::.•.•.....•......... . ...•..•....•.•...•.•.•.•.•... ::<;•'. - ..••. :.:>.:::; ..1iJnt;�'tee:•: :::::;:;:•:::':':` >:•::Aoti...... mom 17 2 EA Construct Residential Lot Drain per HB Std $ s�� $ Pln. 204 18 3 EA Remove and Reconstruct 3" PVC (SCH 40) $ �� $ Residential Lot Drain per HB Std Pln. 204 19 l EA Prepare Corner Record (pre and/or post — construction) for Survey Monumentation $ ��—�`— $ 20 1 LS Traffic Control 2I 1 LS prepare Storm Water Pollution Prevention $ $ Plan (SWPPP) Total Amount Bid in Figures: $ Q �d Total Amount Bid in Words: c,'G .r'�<r1+ i'a�lrtJ , C-2.10 CC No. 1374E . PROJECT BID SCHEDULE Providence Lane CC-1374 : : `l s:tI i is eii ;= <>::.?:: ? ::.::::......:.'•::::::=:'=:=:::=>:`•:: ":::: `, ':.:::.........:=:::::=::< .... <`�:1 X eii�led:< >::::::::::<:•...........•.-..::::::::::.....:.:.:...:......; f:I'r�ee...:.:.:.:._Acrh 1 1 $ SW�iJ- LS Mobilization $ 2 175 TN Construct 0.17' A.C. Surface Course. $ 3 14200 SF Surface Grind Existing A.C. to a Depth of 0.17' (includes disposal of fabric if present} 4 49400 SF Construct Type 1 Slurry Seal Across the $ $ 0-37CL Entire Roadway Surface. 5 25 EA Adjust Sewer Lateral Cleanout To Match $ /`��j / $ �— New Finished Surface. [6]39 Replace With City Furnished Water Meter L� �o- EA Box Frame And Cover To Match To New $ $ Finished Surface. 7 7600 SF Remove And Reconstruct Sidewalk Per HB $ $(o Std. Plan 207. ('W' = 4') Remove And Reconstruct Curb And Gutter S 1740 LF Per HB Std. Plan 202 (CF=6"). Item $ I ��C7C7 ` C $ - Includes Slot Pavement And Aggregate Base. C-2.12 PROJECT BID SCHEDULE Providence Lane CC-1374 ;stiiizate':::::::::::?:::::::....::?:::::::::;:....: ...:::.........:::>:::: » :.......:::= = = > ::::::< i ded:'::: Haiitity:::::::i :::: i it .: I ii aite►ai Descri ' iait=: ......... >.......:::::: ::::::.......... p......•.•.........•.:.:.:.;.:.;.;......:.; : : > =•:;:::;:;;:: Unit:Puce;.:.::.:.; ..pit = : : 9 8250 SF Remove And Reconstruct Residential Driveway Approach Per HB Std. Plan 209. QQ $ s $ (9bf' ('W' Per Plan) 10 2 EA Construct Curb Access Ramp Per Caltrans 1-- Std. Plan A88A. (Ramp Case Per Plan) 11 2 EA Prepare Corner Record (Pre-And/Or Post $�� $ Construction) For Survey Monumentation. Remove Existing Tree And Grind Stump To 12 13 EA 24" Below Top Of Sidewalk/Grade. Pull $ Out All Roots Within Parkway Lot And Proposed Improvements. Plant New 15 Gallon Tristania Laurina Tree Per HB Std. Plans 714, 715, 716, & 718. Final Location To Be Determined By City 13 13 EA Street Supervisor. Excavate a 4' By 4' By $ $ 4' Hole Centered At New Tree Location And Replace With Class A Top Soil. Install At Base of Tree, an Arbor -Gard or Avvroved Equal., Remove And Replace Irrigation System For Each Parkway Per Address. (Parkway Per n -J 36yo 14 37 EA Address Includes Both Frontage Parkways $ (d $ On Corner Lots) Sprinkler Heads Shall Be Placed Adjacent To Back of Curb. Clear And Grub Existing Landscape 15 42 EA Including Tree Roots 24" Below New Finished Surface, Replace With Class A To $ Soil, And Plant Fescue Hydro Seed For Each Parkway Per Address. 16 26 EA Protect Existing Tree And Install New $ Linear Root Barrier Per HB Std. Plan 718. C-2.13 PROJECT BID SCHEDULE Providence Lane CC-1374 :;N;: nat ' ;::: Qtian#ity:::::::eiif ::':: = ': .: .................::: >::=:<.....:=::':=::...................... $idaileiii:D c i 'fiai :::::::::=:< >.. _ .....?:::;:::::: .:.:.:.:.:.:.:.:.:.:.:.......'.•.•....•.•.....•.•....•.....:.:..:.:.;.: :'; ':' " ::' '=: ::::: ;.;.:Uni :Pce:::•:::.Amot ::: "xw � ' =: :=:: = :.:.:. 17 1 LS 90 Day Plant Establishment $ _�_ _ $ f� 18 1 LS 1 Year Plant Landscape Maintenace $ W&w 19 1 EA Construct 3" PVC (SCH 40) Residential Lot Drain Per HB Std. 204. $ a�� � $-� 20 20 EA Remove And Reconstruct 3" PVC (SCH 40) Residential Lot Drain Per HB Std. Plan 204.— $ $ S 21 1 LS Traffic Control o� $ l boo $ 10C)d' 22 1 LS Prepare Storm Water Pollution Prevention Plan (SWPPP) 00 $ -W0, C:D $ tt -Eo— Total Amount Bid in Figures: $ CI --- Total Amount Bid in Words: ................ 0, -, z7 E- L) Eic J d 19 GAO C-2.14 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. Portion Name and Address of Subcontrac%r State License Class o" Work N 5 S%g z '"'S f �� �� 1� , $ZS C ACAMow G L INACio,J 73 l2-_ 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 BIDDEN AND SUBMITTED WITH BID State of California ss. County of Orange / w - 406q, r , being first duly sworn, deposes and says that he or she is o St a 1st of 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. VZ1 , Name of Bidder Signature of Bidder Z Address of Bidder Subscribed and sworn to before me this S day of , 201-1Q) . rY fi11CNAEL EDWARD UFSEY Commission 01U5224 " No" Public • California %TMy Los Angeles County NOTARY i'UBLI Comm. Expires May 5. 2014 NOTARY SEAL 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 RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST, CC NO.1374, (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 S, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved. " The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Date: -7-�_ 1 ( 6 TAj c r Contractor By &6 Title C-S DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 14310.5, the Bidder shall complete, under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes C�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 Contractor By Title C-7 UNDERGROUND SERVICE ALERT IDENI'IFICATI®N NUMBER (To be completed only by the awarded Contractor prior to excavation) No excavation will be permitted until this form is completed and returned to the AGENCY. Section 4216/4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number, call Underground Service Alert at 811 or 1-800- 422-4133 a minimum of two working days before scheduled excavation. Dig Alert Identification Number: . Contractor By Title Date: �, � 6 Note: This forth is required for every Dig Alert Identification Number issued by U.S.A. during the course of the Work. Additional forms may be obtained front the AGENCY upon request. C-8 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder Name Business Address City, State Zip (11 () !�l 065" Telephone Number Z State Contractor's License No. and Class 3 17- 0 Original Date Issued /*') e7f Expiration Date The work site was inspected by .,�AW7 of our office on % — 12- .2010. The following are persons, firms, and coz�o_____rati_ons having a principal interest in this proposal: &f 'C a4?� .Z� C C-9 , 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 o� r\ Signature of Bidder '-�AJ�'- oe C- Printed or Typed Signature Subscribed and sworn to before me thi444day of O-c/Z y , 2010. NOTARY List�w are the names, address the bidder has performed similar wor 9 3. Name and Address of Public Agency COMR118810n #E 1685224 r" Notary Public - California Los Angeles County AA Comm. Expires May 5, 2a NOTARY SE, ephone numbers for three public agencies for which i the past two years: Name and Telephone No. of Project Manager: Contract Amount Name and Address of Public Agency Type of Work Name and Telephone No. of Project Manager: Contract Amount Name and Address of Public Agency Type of Work Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Date Completed Date Completed C-10 4 to KALBAN, INC. GENERAL ENGINEERING CONSTRUCTION 818-504-1065 Fax:818-504-1067 Recently. Completed Projects and Reference List City of Burbank - Contact: Adam Salehi - 818-238-394 2008 - 2005 Sidewalk Repair Program Removal and Replacement of Damaged PCC Various Locations $1,100,000.00 2007 CDBG Street Project Removal and Replacement of Damaged PCC Various Locations $120,000.00 2006 Sidewalk Repair Project Removal and Replacement of Damaged PCC Various Locations $535,230.00 2005 Oak St. & Bel Air Dr. Improvements Street Reconstruction Asphalt Resurfacing, PCC Replacment $720,000.00 2004 CDBG Street, Alley & Sidewalk Replacement of Asphalt Street with Portland Cement Concrete $598,010.00 2002-2003 CDBG Street Project Street Reconstruction Asphalt Resurfacing, PCC Replacment $389,159.00 2001 Alley Reconstruction Project Replacement of Asphalt Alleys with Portland Cement Concrete $305,000.00 2000 Citywide Alley Reconstruction Replacement of Asphalt Alleys with Portland Cement Concrete $510,025.00 City of Anaheim - Contact: Dave Hernandez - 714-936-4795 2008-2009 Resort Maintenance Removal and Replacement of Damaged PCC Various Locations $120,000.00 2007-2008 Resort Maintenance Removal and Replacement of Damaged PCC Various Locations $260,000.00 2005-2006 Resort Maintenance Removal and Replacement of Damaged PCC Various Locations $120,000.00 2002 Sidewalk Replacement Annual Contract Removal and Replacement of Damaged PCC Various Locations $333,000.00 2001 Sidewalk Replacement Annual Contract Removal and Replacement of Damaged PCC Various Locations 1 $1,600,000.00 City of Orange - Contact: Alan Throng - 714-744-5544 2007 Annual Concrete Replacement Removal and Replacement of Damaged PCC Various Locations $500,000.00 2006 ADA Access Ramps Construct Wheelchair Access Ramps, Various Locations $132,276.00 2005 Annual Concrete Replacement Removal and Replacement of Damaged PCC Various Locations $400,000.00 2004 Annual Concrete Replacement Removal and Replacement of Damaged PCC Various Locations $204,000.00 City of Norwalk - Contact: Randy Hillman - 562-929-5719 2007 Local Street Project I Street Reconstruction Asphalt Resurfacing, PCC Replacment $1,640,000.00 City of LaCanada Flintridge - Contact: Ying Kwan - 818-790-8882 2006 School Loading Bay Improvements Parkway Re -Construction at Loading Zone $131,978.00 Vista Del Valle/Haskell Intersection Recon. Reconstruction of Intersections $95,000.00 2002 - Verdugo Blvd Street Improvements Street Improvements $310,000.00 City of Pasadena - Contact: Reny Quijano -. 626-744-4720 Street Reconstruction Avenue 64 Street Improvements $1,900,000.00 Site Improvements at Various Parks ADA'Compliance PCC & Misc Structures $485,000.00 City of Huntington Park - Contact: Pat Fu - 323-584-6253 200c) AIIPv ImnrnvPmants I Reconstruct PCC Allevs S231,129.00 2008 Alley Improvements Reconstruct PCC Alleys $356,230.00 2007 Alley Reconstruction Project Reconstruct PCC Alleys $308,993.20 City of Santa Clarita - Contact: Erven Jasamilla - 661-225-4344 2009 Traffic Circulation & Safety Median Island Construction & ADA Access Ramps $22S,681.50 2006 Intersection Modification Street Reconstruction Asphalt Resurfacing, PCC Replacment $394,793.00 2003-2004 Annual Concrete Rehabilitation Removal and Replacement of Damaged PCC Various Locations S231,600.00 2002-2003 Annual Concrete Program Street Reconstruction Asphalt Resurfacing, PCC Replacment $396,000.00 Los Angeles County Department of Public Works - Contact: Issa Adawiya - 626-458-4942 2007 RDC 0012247 South Bay Bike Trail $425,000.00 2004 Project ID No. FCC0000856 Rubio Diversion Invert repair Project S423,200.00 2003 Project ID NO. FCC0000703 Ward Channel Invert and Connector Pipe Repair $168,090.00 2002 Newburgh Street, ET AL Street Reconstruction Asphalt Resurfacing, PCC Replacment $298,000.00 2002 126th Street Street Reconstruction Asphalt Resurfacing, PCC Replacment $185,713.00 2000 Curb Ramps - CC 9102 Construction of Access Ramps, Various Locations Citywide $523,582.00 City of Glendale - Contact: Sam Mody - 818-548-3945 2007/2008 ADA Curb Ramps Removal and Replacement of Damaged PCC Various Locations $1,038,000.00 2005/2006 ADA Curb Ramps Removal and Replacement of Damaged PCC Various Locations i $1,071,000.00 San Fernando Corridor Street Improvements Street Reconstruction Asphalt Resurfacing, PCC Replacment $422,000.00 The Guarantee Company of North America USA 25800 Northwestern Highway, Suite 720, Southfield, MI 48075 BOND NO. n/a KNOW ALL MEN BY THESE PRESENTS, That we, Kalban, 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 Bid Amount 10% of bid Amount) 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 Reconstruction of Residential Streets on the Tree Petition List - CC No. 1374 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, whichever is less: this obligation is null and void, otherwise to remain in full force and effect. Signed and sealed this (Witness) 19th day of July , 2010 Ka l an, Inc. BY: ITS: The Guarantee Companv of North America USA BY: WifiaJ Syrkin Attorney -In -Fact 4= 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 William Syrkin, Sergio D. Bechara, Rebecca Ann Haas -Bates, Patricia Ann Bauer, Richard Leroy Adair Millennium Corporate Solutions, Inc. its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or 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 31n 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 Attomey(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 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 315' day of December 2003, 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 29th day of April, 2010. oJo�,"TEEco�q �G THE GUARANTEE COMPANY OF NORTH AMERICA USA O 0Q y�gTll AGP STATE OF MICHIGAN Stephen C. Ruschak, Vice President Randall Musselman, Secretary County of Oakland On this 29th day of April, 2010 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 said Company. 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. 4 County of Oakland f� My Commission Expires February 27,2012 porCounty Acting in Oakland 1, 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. IN WITNESS WHEREOF, I have thereunto set my hand and attached the seal of said Company this 19th day of July, 2010 J�p.NTEE CO 1 Randall Musselman, Secretary y�a�AOMA i CALIFORAIA ALL-PURPOSE ACKNOWLEDGMENT �5.= g,c���:y',.�.v.�S�ar�.�%1.4...� �rac,'?R;T.,?�ti�J�,.-���3.RA �.• < STc...T.?,'uS.�..:� av�. y�> a• ���w� Y-���.' n.;:�gh+?S;� A:�v State of California County of Orange On 07/19/10 before me, A. Wilkison, Notary Public Date Here Insert Name and Title of the Officer personally appeared William Syrkin Name(s) of Signer(s) A. WILKISON Commission # 1866283 a -ae Notary Public - California D z _<.. Z ' Orange County My Comm. Expires Sep 26.2013 who proved to me on the basis of satisfactory evidence to be the person(s) whose names) is/are subscribed to the within instrument and acknowledged to me that he/she4tey executed the same in hislReA41;& authorized capacity(iee), and that by his/hey IM4 signature(4 on the instrument the person(*, or the entity upon behalf of which the person(sj• acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official t seal. Signature Place Notary Seal Above Si'gnatur� 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: 07/19/10 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: William Syrkin Individual Corporate Officer — Title(s): Partner — ❑ Limited . General p Attorney in Fact • Top of thumb here Trustee Guardian or Conservator Other: Signer Is Representing:. The Guarantee Company of North America USA Number of Pages: One (1) Signer's Name: Individual ❑ Corporate Officer — Title(s): _ Partner — �D Limited � � General F] Attorney in Fact L Trustee Guardian or Conservator Other: Signer Is Representing: s'slcs�rrlt��.)�Pr�sttrr ..ot: sicft�l� :4:w Top of thumb here 02007 National Notary Association • 9350 De Soto Ave.. P.O.Box 2402 -Chatsworth, CA 91313-2402• www.NationaiNotaryorg Item 85907 Reorder: Call Toll -Free 1-800-876-6827 f CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California ss. County of Los Angeles On ;7- 22 , !D . before me, Michael Edward Lifsey, Notary Public , personally appeared Dave Poole who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signiture on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. Cgs WMRO1 LIFSEY I certify under PENALTY OF PERJURY under the laws of 111104 No"" Plll lic - Cd#Oft the State of California that the foregoing paragraph is true LOS An and correct. Caxnt. 5 201d WITNESS my hand and official 94al Signiture of Wary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persois relying on the document and could prevent fradulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: C'V tD Document Date: 7- 1 16 Number of Pages: C Signer Other Than Named Above: 14/r M Capacity Claimed by Signer Signer's Name: --Ox Lim add Z_ 6-- Individual Corporate Officer - Title: Partner Attorney - in - fact Trustee Guardian Other: Signer is Representing: City ®f Huntington Beach 2000 Main Street ® Huntington Beach, CA 92648 OFFICE OF THE CITY CLERIC JOAN L. FLYNN CITY CLERIC October 29, 2010 Kasa Construction 316 N. Corona Ave. Ontario, CA 91764 RE: CC-1374 - Reconstruction of Residential Streets on the Tree Petition List Enclosed please find your original bid bond for CC-1374. Sincerely, Sister CitepaotAr luq,�r&afln'm"amc New Zealand (Telephone: 714-536-5227 ) crT o� l�v�rrrr• �,krr N 4 SECTION C PROPOSAL for the RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No. 1374 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 perforrn 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 60 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-X s 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 $ W10 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). Bic C-2 6 SECTION C INDEX RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No.1374 SHELLY DR., CUTTER DR., AND PROVIDENCE LANE Base Bid Total Amount Lump Sum Bid — In Figures ................... C-2.2 -BASE BID RESIDENTIAL STREETS ON THE TREE PETITION LIST ....C-2.3 to C-2.14 C-2.1 RESIDENTIAL STREETS ON THE TREE PETITION LIST C-2.3 to C-2.14 SMELLY DR. $ .3fs, CUTTER DR. $ PROVIDENCE LANE J PROJECT BASE BID; Basis of Award BASE BID TOTAL AMOUNT LUMP SUM BID IN FIGURES: Rk §EBID WILL BE THE BASIS OF AWARD (TOTAL OF SHELLY DR., CUTTER DR., AND PROVIDENCE LANE) C-2.2 CC No. 1374 SHELLY DR. C-2.3 PROJECT BID SCHEDULE Shelly Drive CC-9 374 ti1!!st(�: ; : iaii... =: ' Y :T..n :: :: Bid:tem...escipt�o�c_:•:........ . ............ . •:•>:•; ::::•:::.:•:•:.:•.:.:: :<;tTnit:Pflee.:;: :IIi%glll�C(lE ;:;:.:.z�;nount<.:.: 1 1 LS Mobilization $ �b! ��©` $��� ff: 2 575 TN Construct 0.17' Min. Asphalt Concrete Surface Course o $ C $ q6 --�— 3 46880 SF Surface Grind Existing A.C. to a Depth of 0.17' Min. (includes disposal of fabric if present) $ ; $ 4 4 EA Adjust Sewer Manhole to Match New Finished Surface $ $1--- -® 5 5 EA Adjust Sewer Cleanout to Match New Finished Surface $ S 1-7 $ i l 6 6 EA Adjust Water Valve to New Finished Surface o� $ 1� " $ �Vcl 7 33 EA Replace with City Furnished Water Meter Box Frame and Cover to Match New Finished Surface 0C $" $ 8 7900 SF Remove and Reconstruct Construct Sidewalk per BB Std. Pln. No. 207 ('W = 4') $ $ C-2.4 PROJECT BID SCHEDULE Shelly Drive CC-1374 :: teitr: silriiat ' :.:.:.:.:::::: :::::::::::::::::::::::=:::::::::::=::::::::::::::::=:::::::::::::::= Blid:Iieiui�: 3eFat '>ioit :::::::::::::::::::::.%-' .:.:.:.:.:.:.:.:.:.:.:.:.:.:.:.:.:.?.;.;....,..........•......:...•...•. ::: ; :;:a :;; ::;:;:;:;::::: ,;.:in��t:Pce:.;..;.;.;Amorznt;.;.:. ::: i eiicl. ;:;:;:;; ;:;:::;:;:;:;:;::;:;:;: 9 1575 LF Remove & Reconstruct Curb & Gutter (CF=6", CF=8" when noted on plans) $� Includes Aggregate Base and Slot Pavement per HB Std. Pln. No. 202 10 SF Remove & Reconstruct Drwy Approach per $ V-"" $ .5385 HB Std. Pln. No. 209. ('W' Per Plan) —�--- 4 Construct Curb Access Ramp Per Caltrans t x� $ Fo&, 11 EA Std. A88A. (Ramp Case Per Plan) $ �- 12 2460 SF Remove and Reconstruct Concrete Cross $ $ Gutter per HB Std Pln. 205 - 13 3 EA Prepare Corner Record (pre and/or post for Survey Monumentation construction) 14 24 EA Remove Existing Tree and Grind Stump to 24" Below Top of Sidewalk/Grade. Pull Out All Roots Within Parkway Lot And �~ $J l I $ l Proposed Improvements. Furnish & Plant New 15 Gallon Tree Per HB Std. Plans 714, 715, 716, & 718. Tree 15 34 EA Species and Final Location to be Determined by City Street Supervisor. Excavate a 4' by 4' by4' Hole Centered at New Tree Location and Replace with Class A Top Soil. install at Base of Tree, an Arbor -Gard or Approved Equal. Remove and Replace Irrigation System for Each Parkway Per Address. (Parkway Per 16 18 EA Address Includes Both Frontage Parkways $ on Corner Lots). Sprinkler Heads Shall be Placed Adjacent to Back of Curb. i C-2.5 PROJECT BID SCHEDULE Shelly Drive CC-1374 .. ......... . ........ ........ ........ ............ ............ ................ 'Itt . ........ I . . ............... ...... .............. ................ ..... ....... — I ...... n ................. ...... ...... Clear and Grub Existing Landscape including Tree Roots 24" Below New 17 36, EA Finished Surface, Replace with Class A Top $ $ Soil, and Plant Fescue Hydro Seed For Each I Parkway Per Address 18 6 EA Protect Existing Tree and Install New Linear 0'a $ Root Barrier Per RB Std Pln. 718 19 1 LS 90 Day Plant Establishment $ $ 20 1 LS 1 year plant landscape maintenance $ $ ]21 4 EA Remove and Reconstruct 3" PVC (SCH 40) Residential Lot Drain per HB Std Pln. 204 22 1 LS Traffic Control $ 23 1 LS Prepare Storm Water Pollution Prevention $ _7 $ Plan (SWPPP) IlTotal Amount Bid in Figures: $ —?L CZ'-- 11 I �pj.Biidi W TSlt�!.AT2 ords: ...... - ---- --- -------------------------------------- H-I,LVie�— 4tA,\V �14 Uwtia�,�_Srk�t<'p l� C-2.6 RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No.1374 CUTTER DR. C-2.7 PROJECT BID SCHEDULE Cutter Drive CC-1374 : �enrt:::: %... Est i xate�f :•:-:.:. ;.... ;. Q �><ti t :.... ....: .:::..:.:..:..:...:.::::::::::::: U�;f.. Wi�:�tow-�s i .tiii :::::::::.:::::......:::::: ... : : ...... ..�I��ce.. Acrt fnt.. 1 1 LS Mobilization $ $ Construct 0.17' Asphalt Concrete Surface $ $ 2 175 TN Course 3 14220 SF Surface Grind Existing A.C. to a Depth of $ $ r,/ 0.17' (includes disposal of fabric if present) 4 6 EA Replace with City Furnished Water Meter. Box Frame and Cover to Match New f �.- Finished Surface S 2 EA Adjust Water Valve to New Finished cc $ Surface 6 2 EA Adjust Sewer Manhole to Match New f Finished Surface 7 2240 SF Remove and Reconstruct Construct Sidewalk HB Std. Pin. No. 207 ('W = 4'} $�� $ (2 per Remove & Reconstruct Curb & Gutter 8 465 LF (CF=6") includes Aggregate Base and Slot $ $ 4 Pavement per HB Std. Pin. No. 202 C-2.8 PROJECT BID SCHEDULE -ADDENDUM #1 Cutter Drive CC-1374 lten:::: ................................................................................................................. Estir�iated::: ty::::::: ::::::.::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::Extended::::: ::Iid:Item:D:escripriun:::::::::::: n t.::: >::: >:: »: ;:::::::::::::::: ;;;: ;: ;: >;:; »;: ;;;;;;::::::...nor... >::':: ce.;........ m.c.. ... 9 665 SF Remove &Reconstruct Drwy Approach per HB Std. Pln. No. 209. ('W' Per Plan) q0 $ �__ l $ 10 9 EA Remove Existing Tree and Grind Stump to 24" Below Top of Sidewalk/Grade. Pull Out All Roots Within Parkway Lot And $ ; $ Proposed Improvements. Furnish & Plant New 15 Gallon PHOTINIA FRASERI Tree Per HB Std. 11 9 EA Plns 714, 715, 716, & 718. Final Location to be Determined by City Street Supervisor. Excavate a 4' by 4' by4' Hole Centered at $ C9 $ New Tree Location and Replace with Class A Top Soil. Install at Base of Tree, an Arbor -Gard or Approved Equal. 12 2 EA Protect Existing Tree and Install New Linear Root Barrier Per HB Std Pln. 718 L $ $YP 13 8 EA Clear and Grub Existing Landscape including Tree Roots 24" Below New Finished Surface, Replace with Class A $ 3, �— Top Soil, and Plant Fescue Hydro Seed For Each Parkwav Per Address Remove and Replace Irrigation System for Each Parkway Per Address. (Parkway Per 14 3 EA Address Includes Both Frontage Parkways $ $ on Corner Lots). Sprinkler Heads Shall be Placed Adjacent to Back of Curb. 15 1 LS 90 Day Plant Establishment cal $ $ 16 1 LS Provide 1 year landscape maintenance $ $ = 6- C-2.9 CC-1374 ADDENDUM #1 PROJECT BID SCHEDULE Cutter Drive CC-1374 teitt :' :: siiirtax:::=::::=:: ..................... :::::::::::::::::::::....:::::::::::::::::::::::::::.....:::..........::::: .::::.::::::::.:::•:...:•:•:•..:::•::......:•:•:•:-::::::... ?n.t:�......:::::Aa 'mot ri a :=: o ................................................................................ ...... I.......................... 17 2 Xwooft EA Construct Residential Lot Drain per HB Std $ $ Pln. 204 18 3 EA Remove and Reconstruct 3" PVC (SCH 40) $j�O $ Residential Lot Drain per HB Std Ph 204 —�=— 19 l EA Prepare Corner Record {Pre and/or post for Survey Monumentation a $ ' 2� $ construction) 20 1 LS Traffic Control $ $ 21 1 LS Prepare Storm Water Pollution Prevention $ $ U —f--- Plan (SWPPP) Total Amount Bid in Figures: $ oO ; Total Amount Bid in Words: C-2.10 RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No. 1374 PROVIDENCE LANE C-2.11 PROJECT BID SCHEDULE Providence Lane CC-1374 ..,....•....•...... :::::Qitit�t;.:.:.;�t ........................ :::::::.::::::::..........................:::::::.:::::: :.:.:.::::::::::::•::•:::::•:::•:•:-:.:•:-:.:-:.;.:.;.;.;.:.;.;.;.:.;.;.:.:..;.:. ........................................................................................ '::::::::::=::::::::: �CII.f.;':.:.:.:.m+�tn.;.:.: t'�i#eitded: : 1 I LS Mobilization �i� � $ $ X G(C� =--t=—� 175 2 TN Construct 0.17' A.C. Surface Course. $ $ 3 I4200 SF Surface Grind Existing A.C. to a Depth of� $ $ 0.17' (includes disposal of fabric if present) T� 4 49400 SF Construct Type 1 Slurry Seal Across the $ $ Q 4 Z a V— Entire Roadway Surface. 5 25 EA Adjust Sewer Lateral Cleanout To Match '� C243 New Finished Surface. Replace With City Furnished Water Meter � ^_ ! e) 6 39 EA Box Frame And Cover To Match To New $ $ Finished Surface. 7 7600 SF Remove And Reconstruct Sidewalk Per I-1B $�--� $((� Std. Plan 207. ('W' = 4') �— Remove And Reconstruct Curb And Gutter Per HB Std. Plan 202 (CF=6"). Item 8 I740 LF Includes Slot Pavement And Aggregate Base. A C-2.12 PROJECT BID SCHEDULE Providence Lane CC-1374 tom►: sttu�ate::::::::::::::.........................•.:........•-•.•..•.•....... ............. anhly::_; ...... : iai;t.: .•..•............. i :1€ieiii :lfkesci i 'fiorii :::< :::::........... >::::;:.`;,: .. :.:...:.:.•.•...•.•.•...•.• p....:.•:...........•.:.:..•.:...;. - ............. ';.:';•<..::=:<::::::::::' Jni ... xtended : >: >:=::;-....:.: cit:.: :Puce;; ::.;..Azr►o Remove And Reconstruct Residential 9 8250 SF Driveway Approach Per HB Std. Plan 209. $ ('W' Per Plan) 10 2 EA Construct Curb Access Ramp Per Caltrans $-� $ Std. Plan A88A. (Ramp Case Per Plan) 11 2 EA Prepare Corner Record (Pre-And/Or Post $.�- - /VS Construction) For Survey Monumentation. Remove Existing Tree And Grind Stump To 24" Below Top Of Sidewalk/Grade. Pull �-- j 12 13 EA $ p $ Out All Roots Within Parkway Lot And -- Proposed Improvements. Plant New 15 Gallon Tristania Laurin Tree Per HB Std. Plans 714, 715, 716, & 718. Final Location To Be Determined By City Street Supervisor. Excavate a 4' By 4' By a� C 13 13 EA $ $ 4' Hole Centered At New Tree Location And Replace With Class A Top Soil. Install At Base of Tree, an Arbor -Gard or Avvroved E ual. Remove And Replace Irrigation System For Each Parkway Per Address. (Parkway Per 14 37 EA Address Includes Both Frontage Parkways $ On Corner Lots) Sprinkler Heads Shall Be Placed Adjacent To Back of Curb. Clear And Grub Existing Landscape Including Tree Roots 24" Below New 15 42 EA Finished Surface, Replace With Class A Top $ $� Soil, And Plant Fescue Hydro Seed For Each Parkway Per Address. 16 26 EA Protect Existing Tree And Install New Linear Root Barrier Per HB Std. Plan 718. $ $ i C-2.13 PROJECT BID SCHEDULE Providence Lane CC-1374 fiy.. ..tj iif.: .:.:.:.:.:.:.:.:.:.:.•.•.......•...................•......•..• .;.;1(Jntt;Pt ce:::•::.;Am©ant;.;.;. 17 1 LS 90 Day Plant Establishment $ $ 18 1 LS 1 Year Plant Landscape Maintenace $ $_ _ 19 1 EA Construct 3" PVC (SCH 40) Residential Lot Drain Per HB Sid. 204. $ S o 20 20 EA Remove And Reconstruct 3" PVC (SCH 40 Residential Lot Drain Per HB Std. Plan 204. $ $ 6 L � f 21 1 LS Traffic Control $ SAM. $ 22 1 LS Prepare Storm Water Pollution Prevention Plan (SWPPP) $ --�— Cotal Amount Bid in figures: $ Cotal Amount Bid in Words: d C-2.14 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. orttvn Name and Address of Subcontractor State Lacense Class Work IYtiinber, p --V46A [D � v� �3 � — u�1 r� c�- I <L� Qal I C �/all 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. I C-3 �� fir asp ai n r State of California ss. County of Orange ir , beingfirst duly sworn, deposes and says that he or she is Pt A9�Iiv of ��,� �G� ;�1�� the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Subscribed and sworn to before me this 2 NOTARY PUB 1V7 of Bidder Signature of Bidder Address of Bidder l day of Uk i , 2010 . HECTOR ZAVALA Commission # 1868453 Z Notary Public - California Los Angeles County dA Comm. Expires Oct 28, 2013 NOTARY SEAL 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 RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST, CC NO.1374, (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: '7 t Q Title C-S �: 1 In accordance with Government Code Section 14310.5, the Bidder shall complete, under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? O 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 i. ' t •` `t 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: )17 to Contractor i9 Title C-7 (To be completed only by the awarded Contractor prior to excavation) No excavation will be pen -pitted until this form is completed and returned to the AGENCY. Section 4216/4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number, call Underground Service Alert at 811 or 1-800- 422-4133 a minimum of two working days before scheduled excavation. Dig Alert Identification Number: Contractor Title Date: Note: This forth is required for every Dig Alert Identification Number issued by U.S.A. during the course of the York_ Additional forms may be obtained fYom the AGENCY upon request. C-8 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder Name 6 vruvtA Ave. Business Address -tac, 6A 511L�A City, State Zip ( -qol ) LjS7y-2 4-0 Telephone Number State Contractor's License No. and Class i6nal Date Issued Date The work site was inspected by 5cvvi )445�04r of our office on .�►� ! , 201Z. The following are persons, i s, and co ,ations having a principal interest in this proposal: f "iA"6 4i C-9 • The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. C mpany Nam mnature ofbidder �i�,�nc+ 1C�►sl�.�,r Printed or Typed Signature Subscribed and sworn to before me this-2 -1 day of ur , 20 1 IQ HI~CIOR ZAVAIA Commission # 1868453 z Notary Public - California zz Los Angeles County Comm. l: fires Oct 28. 2013 NOTARY PUBLIC NOTARY SEAL Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past two years: Name and Address of Public Agency Name and Telephone No. of Project Manager: Zp, , , ac� ;v > 5 i L-- 2( - -7 x,2 Contract Amount Type of Work Date Name and Adaress of public Agency Name and Telephone No. of Project Manager: P-,b \t) , �e.� . ;yam �, `i �Li - v; �;s;i obo �c k�?cam `r + w��tr ) id t`'LI Contract Amount Type of Work Date Completed Name and Address of Public Agency ` Name and Telephone No. of Project Manager: Contract Amount Type oWork ��� I Date Completed C-10 LICENSE # 927544 CONSTRUCTION PROJECT REFERNCES • SYCAMORE CANYON PARK (2009-2010) City of Diamond Bar 21828 Copley Dr Diamond Bar Ca 91765 Bob Rose. (909) 839-7061 Contract Amount: $99,440.75 • .BERRY EAVES PARKING LOT (2009) City of Rialto 335 W. Rialto Ave Rialto Ca 92376 John Wheatly (909) 421-4999 Contract Amount: $1,062,696.20 • FERNANDEZ PARK (2009) City of Fontana 8353 Sierra Ave Fontana Ca 92335 Luis Villalobos (909) 350-6776 Contract Amount: $1.263,298 • FOOTHILL / ETIWANDA SIDEWALK & BLOCK WALLS (2009) City of Rancho Cucamonga 10500 Civic Center Drive Ranch Cucamonga Ca 91730 Romeo David (909) 477-2740 ext. 4070 Contract Amount: $ 111,008.80 • VALLEY VIEW SAFE ROUTE TO SCHOOL (2009) City of Yorba Linda 4845 Casa Loma Ave Yorba Linda Ca 92886 Greg McNichol (661) 333-1033 Contract Amount: $119,448.50 31 6 N. CORONA AVENUE ONTARIO, CA 91 764 PHONE: 909.457.B260 / FAX: 909.457.B261 C® ICI `e T F;,3 LJ C T I C3 ICI LICENSE # 927544 • CITRUS COLLEGE LANDSCAPE & IRRI IMPROVEMENTS (2009) Citrus Community College 1000 W. Foothill Blvd Glendora Ca 91741 Bob Iverson (626) 914-888 Contract Amount: $139,000 ® WALNUT GROVE BEAUTIFICATION AND TRAFFIC CONGESTION IM[PROV. (2010) City of Rosemead 8838 E. Valley Blvd, Rosemead Ca 91770 Rafael Fajardo (626) 596-2177 Contract Amount: $125,000 31 6 N. CORONA AVENUE ONTARIO, CA 91 764 PHONE: 909.457.8260 / FAX: 909.457.B261 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No. 1374 SHELLY DR., CUTTER DR., AND PROVIDENCE LANE in the CITY OF HUNTINGTON BEACH July 15, 2010 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) REVISED ITEM 10 ON PAGE C-2.9 FROM "CLEAR AND GRUB..." TO "TREE REMOVAL..." Replaced Page C-2.9 With a New Page C-2.9 with Revised Item 10. Bidders shall submit SECTION C with the most current revised bid schedule Page C-2.9 entitled "Project Bid Schedule -Addendum #1 Cutter Drive CC-137411. Award will be based on most current revised Bid Schedule. This is to acknowledge receipt and review of Addendum Numbe ne, datdFuly16,�2010. Company Name ' y -7 ,2 -7 1 110 Datel All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. 44. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER 9LW= For RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No. 1374 SHELLY DR., CUTTER DR., AND PROVIDENCE LANE in the CITY OF HUNTINGTON BEACH July 22, 2010 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) REVISED DRIVEWAY CONCRETE THICKNESS ON STANDARD PLAN 209 IN APPENDIX J FROM "8-INCH" to "6-INCH" Replaced Standard Plan 209 page 1 of 1 entitled "Residential Drive Approach" in Appendix J With a New Standard Plan 209 page 1 of 1 entitled "Residential Drive Approach - Addendum 2-CC-1374". Bidders shall submit bids based on the Standard Plan 209 page 1 of 1 entitled "Residential Drive Approach - Addendum 2-CC-1374." Award will be based on most current revised Standard Plan 209. This is to acknowledge receipt and review of Addendum Nur Company Name -7 ?- Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. KNOW ALL MEN BY THESE PRESENTS: That we, KASA CONSTRUCTION, INC., (hereinafter called the Principal), and AEGIS SECURITY INSURANCE COMPANY, ' a corporation organized and doing business under and by virtue of the laws of the State of PENNSYLVANIA, and duly licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the laws of the State of CALIFORNIA, as Surety, are held and firmly bound unto CITY OF HUNTINGTON BEACH, (hereinafter called the obligee) in the sum equal to 10% of the accompanying bid of the Principal, not, however, in excess of TEN PERCENT OF THE TOTAL AMOUNT BID Dollars (10% OF BID AMOUNT), for the payment of which, well and truly to be made, we hereby bind ourselves and our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT WHEREAS, the above bounden Principal as aforesaid, is about to hand in and submit to the obligee a bid for RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST JOB/BID#: CCNO. 1374, in accordance with the plans and specifications filed in the office of the obligee and under the notice inviting proposals therefore. NOW, THEREFORE, if the bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the principal thereupon by the said obligee, and said principal shall enter into a contract and bond for the completion of said work as required by law, then this obligation to be null and void, otherwise to be and remain in full force and effect. IN WITNESS WHEREOF, said principal and said Surety have caused these presents to be duly signed and sealed this 9TH day of JULY, 2010. : MATTHEW R. DOBYNS Attorney -in -Fact Power Certificate No. CA 106 AEGIS SECURITY INSURANCE COMPANY POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT AEGIS SECURITY INSURANCE COMPANY does hereby make, constitute and appoint: RANDY SPOHN AND MATTHEW R. DOBYNS its true and lawful Attorney -in -Fact, to make, execute and deliver_ on its behalf surety bonds, undertaking and other instruments of similar nature as follows: $2.5 MILLION This Power of Attorney is granted and sealed under and by the authority of the following Resolution adopted by the Board of Directors of the Company on the 4th day of February 1993. "Resolved, That the President, any Vice President, the Secretary and any Assistant Secretary appointed for that purpose by the officer in charge of surety operations shall each have authority to appoint individuals as Attorney -in -Fact or under other appropriate titles with authority to execute on behalf of the Company, fidelity and surety bonds and other documents of similar character issued by the Company in the course of its business. On any instrument making or evidencing such an appointment, the signatures may be affixed by facsimile. On any instrument conferringsuch authority or on any bond or undertaking of the Company, the seal or facsimile thereof may by imposed or fixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." "Resolved, That the signature of each of the following officers; President, Vice President, any Assistant Vice President, any Secretary or 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 Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for the purpose only of executing and attesting bonds and undertaking and other writings upon the Company and any such power required and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or undertaking to which it is attached." IN WITNESS WHEREOF, AEGIS SECURITY INSURANCE COMPANY has caused its official seal to be hereunto affixed, and these presents to be signed by its President this 22nd day of May, 2010. AEGIS SECURITY INSURANCE COMPANY BY: �A IN?IS1Jq� DARLEEN J. FRITZ w �g�k President N e„ee.,.ud Commonwealth of Pennsylvania } } s.s.: Harrisburg County of Dauphin } On this 22nd day of May, 2010, before me personally came Darleen J. Fritz to me known, who being by me duly sworn, did depose and say that she is President of AEGIS SECURITY INSURANCE COMPANY, the corporation described herein and which executed the above instrument; that she knows the seal of the said corporation, that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that she signed her name thereto by like order. REBECCA LIDDICK Notary Public My Commission Expires July 25, 2013 I, the undersigned, Assistant Secretary of AEGIS SECURITY INSURANCE COMPANY, a Pennsylvania corporation, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked: and furthermore that the Resolution of the Board of Directors, set forth in the said Power of Attorney, is now in force. Signed and sealed at the City of Harrisburg, in the Commonwealth of Pennsylvania, dated this 23 day of July 2010 �y iNSU/q. e OWTE 84 DEBORAH A. GOOD . N , 1977 Secretary m�� r'�►+snvw�' CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of ORANGE On July 23, 2010 before me, Erika Guido, NOTARY PUBLIC., personally appeared MATTHEW R. DOBYNS ® who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity (ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. ERIKA GAO o COMM.# IW731 NOTARY PUBUC CAUFORNIA N ORANGE COUNTY My comm. expire_ s_ May Y 5�?013 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. Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER ❑ PARTNER(S) ❑ LIMITED ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER:. SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT /27/aolo Hector Zavala, Notary Public On . before me, , Date Here Insert Name and.Tfe of the Officer personally appeared Diana Kasbar Narne(s) of Signer(s) HECTOR ZAVALA commission # 1868453 = z » Notary Public - California Los Angeles County My comm. Expires Oct 28, 2013 who proved to me on the basis of satisfactory evidence to be the person(s), whose name(s) Ware subscribed to .the within instrument .and acknowledged to me that he/shetthey executed the same in hisJherAheir authorized. capacity(ies), 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 California that the foregoing paragraph is true and correct. WITNESS my a official seal. Signature Place Notary Seal Above Signature ot. Notary Public OPTIONAL Though the information below is not required by law, it may prove vale ble to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee Top of thumb here ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer — Tftie(s)_ ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing RIGHTTHJf iSPi f,' 02007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NafonaiNotaryorg item #5907 Reorder. Call Toll -free 1-80087646827 City ®f Huntington Beach 2000 Main Street • Huntington Beach, CA 02648 OFFICE OF THE CITY CLERIC JOAN L. FLYNN CITY CLERIC October 29, 2010 PALP, Inc. dba Excel Paving Co. 2230 Lemon Ave. Long Beach, CA 90806 RE: CC-1374 - Reconstruction of Residential Streets on the Tree Petition List Enclosed please find your original bid bond for CC-1374. Sincerely, Sister Citigtf4)iAmjprjs-tpcKirgt&Vad"aricNew Zealand (Telephone- 714-53"227) 2230 LEMON AVENUE LONG BEACH, CA 90806 2; LIO BID DATE A 'J" J pmlw No A mum City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No. 1374 SHELLY DR., CUTTER DR., AND PROVIDENCE LANE in the CITY OF HUNTINGTON BEACH July 15, 2010 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) REVISED ITEM 10 ON PAGE C-2.9 FROM "CLEAR AND GRUB..." TO "TREE REMOVAL..." Replaced Page C-2.9 With a New Page C-2.9 with Revised Item 10. Bidders shall submit SECTION C with the most current revised bid schedule Page C-2.9 entitled "Project Bid Schedule —Addendum #1 Cutter Drive CC-1374". Award will be based on most current revised Bid Schedule. This is to acknowledge receipt and review of Addendum Number One, dated July 16, 2010. 6�Qj 8AV1,.,1(, (�) . Nze Company Name By Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 - For RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No. 1374 SHELLY DR., CUTTER DR., AND PROVIDENCE LANE in the CITY OF HUNTINGTON BEACH July 22, 2010 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) REVISED DRIVEWAY CONCRETE THICKNESS ON STANDARD PLAN 209 IN APPENDIX J FROM "8-INCH" to "6-INCH" Replaced Standard Plan 209 page 1 of 1 entitled "Residential Drive Approach" in Appendix J With a New Standard Plan 209 page 1 of 1 entitled "Residential Drive Approach — Addendum 2—CC-1374". Bidders shall submit bids based on the Standard Plan 209 page 1 of 1 entitled "Residential Drive Approach — Addendum 2—CC-1374." Award will be based on most current revised Standard Plan 209. This is to acknowledge receipt and review of Addendum Number One, dated July 22, 2010. I/1w Company Name By 7 L2,-711,Dam All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. r t 'X'--24" WHERE C.F. IS LESS THAN OR EQUAL TO 6" 36 " WHERE C.F. IS GREATER THAN 6". 0.17' 1 H rvl YY � N O d GRADE BREAK 6" CONC. BROOM FINISH hQ A 5. 0' 'X' 'W'-12' MIN. TO 30' MAX. 'X' 2' MIN. MIN. 5.0' 0 DIA KI ..,., 3/4" 6 " 27. RIW • ad :. ° °e ° :e. °• . j d ° 3.5' MIN. NOTES: )2 SECTION A -A NEW CONSTRUCTION CONSTRUCT SIDEWALK PER STD. PLAN 207. 20 A.B. AS REQ'D PER STD. PLAN 202. O3 5.0' MIN. CLEARANCE FROM TOP OF 'X' TO ANY ABOVE -GROUND OBSTACLE (I.E. SIGN, POLE, TREE, ETC.) FOR ANY WATER APPURTENANCE SEE WATER STANDARD PLANS, UNLESS OTHERWISE APPROVED BY THE CITY ENGINEER. GENERAL NOTES: 1. 22' MIN. OF FULL HEIGHT CURB IS REQUIRED BETWEEN DRIVEWAYS SERVING THE SAME PARCEL, UNLESS OTHERWISE APPROVED BY THE CITY ENGINEER. 2. CONCRETE SHALL BE CLASS 520-C-2500. APPROVED: CITY OF HUNTINGTON BEACH DEPARTMENT OF PUBLIC WORKS CITY ENGINE R STANDARD PLAN REVISION DATE: May 2008 RESIDENTIAL DRIVE APPROACH 209 1 of 1 RESIDENTIAL DRIVE APPROACH — ADDENDUM 2—CC-1374 SECTION C PROPOSAL for the RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No.13'74 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 60 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-2 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. 6o w-% „TEN PERCENT OF AMOUNT 89W Accompanying this proposal of bid, find &J 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: C-2 SECTION C RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No. 1374 SHELLY DR., CUTTER DR., AND PROVIDENCE LANE Base Bid Total Amount Lump Sum Bid — In Figures ................... C-2.2 -BASE BID RESIDENTIAL STREETS ON THE TREE PETITION LIST ....C-2.3 to C-2.14 C-2.1 RESIDENTIAL STREETS ON THE TREE PETIT ON LIST C-2.3 to C-2.14 11 SIiELLY DR. $ 3W bl ( .1I 0 fbl' CUTTER DR. $ Al u `21 \ . PROVIDENCE LANE $ Y) L NL. � PROJECT BASE BID: Basis of Award I BASE BID TOTAL AMOUNT LUMP SUM BID IN FIGURES: r I BASE BID WILL BE THE BASIS OF AWARD (TOTAL OF StiIELLY DR., CUTTER DR., AND PROVIDENCE LANE) C-2.2 RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No.1374 SHELL'Y DR. C-2.3 PROJECT ]BID SCHEDULE Shelly Drive CC-1374 nan i � rty: :L h4f. i::::::::-:C-: >::-:: >:::::: ::::::::::::... Bid: ti!W:Desci1 tiara :::::::::::::.:.:.:.:.:....:::::: P. {:;::::::::':::-: >:.:.:.:.:.:..:-)�`rIi , Tiiiit " i+ee : EII C : A airiri 1 1 LS Mobilization $ m $ I't COD,- 2 575 TN Construct 0.17' Min, Asphalt Concrete Surface Course $ 3,,. $ 3 46880 SF Surface Grind Existing A.C. to a Depth of 0.17' Min. (includes disposal of fabric if present) $ 0. ZZ- $ 10315,�' 4 4 EA Adjust Sewer Manhole to Match New Finished Surface $ ®ZS, $ �3(1LL 5 5 EA Adjust Sewer Cleanout to Match New Finished Surface $ $ 6 6 EA Adjust Water Valve to New Finished Surface $S $ I y 10 7 33 EA Replace with City Furnished Water Meter Box Frame and Cover to Match New Finished Surface $ tot ' $ U 8 7900 SF Remove and Reconstruct Construct Sidewalk per HB Std. Pln. No. 207 ('W' = 4') $ to� $ 33190 -- C-2.4 PROJECT BID SCHEDULE Shelly Drive CC-1374 fain: stiiiate .::.:.:...:.:.:...:.:.......=......:::::=:::: <:: xleaded::- ......•..: ............::...• ... y... •:•:.:< :> : Bii#:I#eiri:Desc�ri 'fiiii :::: `: :::::::.:.:.:...:.::::::::::::::: ;:<•:;..........:.:.:.....:...!...;.;......•..•.•....•... :...•.•... ................ .................. ............................. ' ' := ' ;;' ' :.-::':::=::: ._.aJnf;Pace;.;. ..... ' .:.:.: ,;.,.;znant;.:.;. ........... Remove & Reconstruct Curb & Gutter 9 1575 LF (CF=6", CF=S" when noted on plans) $ �') s $ Includes Aggregate Base and Slot Pavement per RB Std. Pln. No. 202 10 5385 SF Remove & Reconstruct Drwy Approach per $ —t $ HB Std. Pln. No. 209. ('W' Per Plan) 11 4 EA Construct Curb Access Ramp Per Caltrans $ (01W ! SZ 0." Std. A88A. (Ramp Case Per Plan) 12 2460 SF Remove and Reconstruct Concrete Cross $ $ Gutter per HB Std Pln. 205 13 3 EA Prepare Corner Record (pre and/or post $' $ Z� �- construction) for Survey Monumentation Remove Existing Tree and Grind Stump to 14 24 EA 24" Below Top of Sidewalk/Grade. Pull $ -IoD- $ 1 &0 6d) Out All Roots Within Parkway Lot And Proposed Improvements. Furnish & Plant New 15 Gallon Tree Per HB Std. Plans 714, 715, 716, & 718. Tree Species and Final Location to be 15 34 EA Determined by City Street Supervisor,��, . $ $ Excavate a 4' by 4' by4' Hole Centered at New Tree Location and Replace with Class A Top Soil. Install at Base of Tree, an Arbor -Gard or Approved Equal. Remove and Replace Irrigation System for Each Parkway Per Address. (Parkway Per 16 18 EA Address Includes Both Frontage Parkways $ ;J $ on Comer Lots). Sprinkler Heads Shall be Placed Adjacent to Back of Curb. C-2.5 PROJECT BID SCHEDULE Shelly Drive CC-1374 ...... ........... ... _:::_. vd6d:" .......... .. ...... ........ .......................... .. .............. ............ Clear and Grub Existing Landscape including Tree Roots 24" Below New 17 36 EA Finished Surface, Replace with Class A Top $ -1 $ Soil, and Plant Fescue Hydro Seed For Each Parkway Per Address 18 6 EA Protect Existing Tree and Install New Linear $ $ Root Barrier Per HB Std Pln. 718 19 1 LS 90 Day Plant Establishment $ $ 20 1 LS 1 year plant landscape maintenance $ $ 21 4 EA Remove and Reconstruct 3" PVC (SCH 40) $ $ Residential Lot Drain per HB Std Pln. 204 22 1 LS Traffic Control 23 1 LS Prepare Storm Water Pollution Prevention 100— $ -1 QQ�. Plan (SWPPP) Total Amount Bid in Figures: $ SW Mp. Total Amount Bid in Words:-. %,4v,4" ............................... ..... . ............ .......... C-2.6 PETITION MST CC No.1374 PROJECT BID SCHEDULE Cutter Drive CC-•1374 >�eity::::= s# ina esi :::::=: _ :: :=:y:y:::::::::::::::::::::::::::....................:�::-_ ...:. ................................................................................................................. :tiir1tY >. ;.;POO Cnt:: ♦::=Y:H:::ydc:^:y ] ;:':::•::•:::•:•::•::•:•:>:':':::':::< ::':•::::•»::•:;:.:.....:....:.I..'�ee.;...:'::.;m€�ttnt...:.: I 1 LS Mobilization $ 510.— 2 175 TN Construct 0.17' Asphalt Concrete Surface $ Course-- 3 14220 SF Surface Grind Existing A.C. to a Depth of $ $ 0.17' (includes disposal of fabric if present) Replace with City Furnished Water Meter 4 6 EA Box Frame and Cover to Match New $ 9f }°� - $ S (00- Finished Surface 5 2 EA Adjust Water Valve to New Finished $ 15 20 $ J Surface _ 6 2 EA Adjust Sewer Manhole to Match New $ p,-� c� _ $ ICI VO Finished Surface 7 2240 SF Remove and Reconstruct Construct $ � $ Zl 3 ZU Sidewalk per HB Std. Pin. No. 207 ('W = 4') Remove & Reconstruct Curb & Gutter 8 465 LF (CF=6") includes Aggregate Base and Slot $! _ $ Ydq -1 O — Pavement per HB Std. Pin. No. 202 C-2.8 PROJECT BID SCHEDULE -ADDENDUM #1 Cutter Drive CC-1374 ........ :: ............................................... .................................. aat�n�t...... Q....... .. >` :)31.d.::Iterii:Descri : tiun::::::>::::.:::::::<::. ..... .................. .......... . :' ..lnt >Prfce .....:Am 9 665 SF Remove & Reconstruct Drwy Approach per $ ' , $ HB Std. Pln. No. 209. ('W' Per Plan) Remove Existing Tree and Grind Stump to 10 9 EA 24" Below To of Sidewalk/Grade. Pull $ ,� $ Out All Roots Within Parkway Lot And Proposed Improvements. Furnish & Plant New 15 Gallon PHOTINIA FRASERI Tree Per HB Std. Phis 714, 715, 716, & 718. Final Location 11 9 EA to be Determined by City Street Supervisor. $ Excavate a 4' by 4' by4' Hole Centered at New Tree Location and Replace with Class A Top Soil. Install at Base of Tree, an Arbor -Gard or Approved Equal. 12 2 EA Protect ExistingTree and Install New $ � �� / $ Linear Root Barrier Per HB Std Pln. 718 Clear and Grub Existing Landscape 13 8 EA including Tree Roots 24" Below New Finished Surface, Replace with Class A $ 0130 J $ I L4 4_ Top Soil, and Plant Fescue Hydro Seed For Each Parkway Per Address Remove and Replace Irrigation System for Each Parkway Per Address. (Parkway Per 14 3 EA Address Includes Both Frontage Parkways $ $ t (COS. , on Corner Lots). Sprinkler Heads Shall be Placed Adjacent to Back of Curb. 15 1 LS 90 Day Plant Establishment $ $ 16 1 LS Provide 1 year landscape maintenance $ $ C-2.9 CC-1374 ADDENDUM #1 PROJECT BID SCHEDULE Cutter Drive CC-1374 tFii� :'si�lnat,� :::::.:.:..:.:.:.:.:.:.:.:.:.:.:.:.:.:.:.:.:=:.:.:=::.:=:=:.:..:.:.:.:.:.:.:.:::.:.:.:.:.:.:.:.:.:=:.:::=::-::::=:::::::::::=:: = : .......•...•................•.•...• $ i sI erri:>}Qscrijifio>t:........ •.•.•.•.•:.•.•.•.•...•...•.•.. Unit;pHee: > 'xt n a :=: I .........: :•:::Arttan:.:... 17 2 EA Construct Residential Lot Drain per HB Std Pln. 204 $ 2� $ 18 3 EA Remove and Reconstruct 3" PVC (SCH 40) Residential Lot Drain per HB Std Pln. 204 $ $ 19 1 EA Prepare Comer Record (pre and/or post construction) for Survey Monumentation $ 20 1 LS 'Traffic Control $ boa' $ bf5w- 21 1 LS Prepare Storm Water Pollution Prevention Plan (SWPPP) $ 3 OW- $ 3 f° 00--- Total Amount Bid in Figures: $ 1 l SA . ) Total Amount Bid in Words: s ------------------------------ -----uv��.i -�Acu e�._. � �: .. ---. ... .._...--- --.. C-2.10 N THE -l"MESIDENTIAL STREETS O 9 PETITION PROJECT BID SCHEDULE Providence Lane CC-1374 :: %.:: >:,Q is it t ;.., ,aT Ffi:_ ................:':::::< :::::::< <:::::=:< :.>: ; :::•>::•: >:•:�:....:: -...•...•...........:...:.:....... :=... ... `: ,.:.iii t. 'rice.:::•:: :m �tnC.,.... i 1 LS Mobilization $ li 5w - $ 2 175 TN Construct 0.17' A.C. Surface Course. $ (0?a $ 3 14200 SF Surface Grind Existing A.C. to a Depth of 0.17' (includes disposal of fabric if present) $ OM $ 3u0 4 494N SF Construct Type I Slurry Seal Across the Entire Roadway Surface. $ 5 25 EA Adjust Sewer Lateral Cleanout To Match New Finished Surface. $ $ (0 61 N _ 6 39 EA Replace With City Furnished Water Meter Box Frame And Cover To Match To New Finished Surface. $ 1 05 ' $ 43 7 7600 SF Remove And Reconstruct Sidewalk Per 1-1B Std. Plan 207. ('W' = 4') $ $ 03 qw, S 1740 LF Remove And Reconstruct Curb And Gutter Per RB Std. Plan 202 (CF=6"). Item Includes Slot Pavement And Aggregate Base. $pis $ �6 30-, C-2.12 PROJECT BID SCHEDULE Providence Lane CC-1374 t w: •s>tiuriate ;: = Bien ed::'5 : :<'' �ianiti ' : ::1(Tiiit: d: ie+aa >EDescr�pft,..::::::...•...,: ;:.: : ::..........:iJni#;P e.. :-:.,..A...... ;: .Y Remove And Reconstruct Residential 9 8250 SF Driveway Approach Per HB Std. Plan 209. $ $ Jok 01 S. ('W' Per Plan) 10 2 EA Construct Curb Access Ramp Per Caltrans $_ g,13s0 Std. Plan A88A. (Ramp Case Per Plan) 11 2 EA Prepare Corner Record (Pre-And/Or Post $ $ MD �. Construction) For Survey Monumentation. Remove Existing Tree And Grind Stump To 12 13 EA 24" Below Top Of Sidewalk/Grade. Pull $ ,00 $ 01 J Out All Roots Within Parkway Lot And Proposed Improvements. Plant New 15 Gallon Tristania Laurina Tree Per HB Std. Plans 714, 715, 716, & 718. Final Location To Be Determined By City 13 13 EA Street Supervisor. Excavate a 4' By 4' By $ 4' Hole Centered At New Tree Location And Replace With Class A Top Soil. Install At Base of Tree, an Arbor -Gard or Avvroved E ual. Remove And Replace Irrigation System For Each Parkway Per Address. (Parkway Per 14 37 EA Address Includes Both Frontage Parkways $ 30.-- $ IZ010- - On Comer Lots) Sprinkler Heads Shall Be Placed Adjacent To Back of Curb. Clear And Grub Existing Landscape Including Tree Roots 24" Below New 15 42 EA Finished Surface, Replace With Class A To $ k160- — $ 1 1 q(�r7 — Soil, And Plant Fescue Hydro Seed For Each Parkway Per Address. 16 26 EA Protect Existing Tree And Install New $ ;��'s $ 1LA 1101 Linear Root Barrier Per HB Std. Plan 718. C-2.13 PROJECT DID SCHEDULE Providence Lane CC-1374 a�l#i�3';::.::iTAHE.::•::::::•:::: - ': iid: iei�ri:I)�t<c Qu : ,-::a_ : >::...... ;:::;:;::«::::.:::: >' ' ' ' ' �::::•::::::•:•:::•:::•:•::•:•:•:•:::<•:::<�ilIf;�tiGC:: :: : ::;:::;:;:::::< :::: :;::: :::•:AI}lOilii�;.;... 17 1 LS 90 Day Plant Establishment $ 1��' $ �1.� U�• 18 1 LS 1 Year Plant Landscape Maintenace $ $ 19 1 EA Construct 3" PVC (SCH 40) Residential Lot Drain Per HB Std. 204. $ 20 20 EA Remove And Reconstruct 3" PVC (SCH 40) Residential Lot Drain Per HB Std. Plan 204, $ $ J 21 1 LS Traffic Control $ 22 1 LS Prepare Storm Water Pollution Prevention Plan (SWPPP) $ ( $ 911IFO �. Total Amount Bid in Figures: $ 352 '3q?, Total Amount Bid in Words: _�t, 6-' C-2.14 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. 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 State of California ss. County of Orange p BROWm , being first duly sworn, deposes and says that he or she is PRESIOENT of the party making the foregoing bid that the bid is not made inythe estof� or o the behalf of, any undisclosed person, partnership, company,association r'c arpr zlaltton �ir�ico oration• that the bid is genuine p � P p� g � � a and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded; conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. pA.L? INC.01A EKCEL PAAWIG COWIPAW Name of Bidder C) i LL-'�; Signature of Bidder 2230 LEMON AVENUE LONG BEACH, CA 90806 Address of Bidder Subscribed and sworn to before me this day dUL 27 2010 , 201_ NOTARY PUBLIC C-4 C. PHILLIPS COMM. #1809758 y Notary PubIr trrnia LOS ANGLI �S COUNTY IL My COMM, WlmS Aug, J6, 202 NOTARY SEAL 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 RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST, CC NO.1374, (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: 1111 27 7010 EXCEL. PAW,;4,'G CCRVff,5,,r1 Contractor By c,?, BROWN PRESIDENT Title C-s In accordance with Government Code Section 14310.5, the Bidder shall complete, under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes YNo 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. 1 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 l will comply with such provisions before commencing the performance of the work of this contract. Date: JUL 27 2010 ANT I NCII, 3A Contractor By 1�� �BROWN, PRE IDE Title C-7 UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBER (To be completed only by the awarded Contractor prior to excavation) No excavation will be permitted until this form is completed and returned to the AGENCY. Section 4216/4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number, call Underground Service Alert at 811 or 1-800- 422-4133 a minimum of two working days before scheduled excavation. Dig Alert Identification Number: Contractor IC Title Date: Note: This form is required for every Dig Alert Identification Number issued by U.S.A. during the course of the Work. Additional forms may be obtained from the AGENCY upon request. C-8 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder Name PALF, INC,; 0bA MEL PAVING CUR" 2230 LEMON AVENUE LOW AFACH, CA 90806 Business Address City, 1562) 599-5841 Telephone Number STATE SIC. 688659 W State Contractor's License No. and Class r) AVR� Original Date Issued r) -3 1 -10 k1- Expiration Date State Zip The work site was inspected by kCA) n of our office on qJ1011W 201—. The following are persons, firms, and corporations having a principal interest in this proposal: P4LP INTIRRA E-`, �10 E_ I E �L PXA N! G C 0 WH Curtis P. BMW President and Chief Executive Offim Curtis P. Brown III Vice President and Chief Operating Officer Bruce E. E. Fig Vice President and Chief Financial Officer GeorgeR. McRae Vice -President Marcia S. Miller Secretary Miulich AssiWint micretary C-9 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. PAU. WC.00A Company Name y . y K Signature of Bidder pyY F BRUM4, ppm gy( {Mq; Np Printed or Typed Signature Subscribed and sworn to before me this day of JUL 2 7 2010 , 201_ . NOTARY PUBLIC C. PHILLIPS COMM. #1800758 n S Notary Pwblicti, iiinrnia N L0S ANCC'L€S OGUNTY a NOTARY SEAL Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past two years: 3, A TA�� ED L 2. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Name and Address of Public Agency Type of Work Name and Telephone No. of Project Manager: Contract Amount Type of Work 3. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Date Completed Date Completed C-10 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of Los Angeles On Ji-27_?nlg_ before me, C. PHILLIPS, NOTARY PUBLIC (Nero insert name and tide orthe of er) personally appeared PALP DBA EXCEL PAVING COMPANY BY C. P. BROWN, PRESIDENT 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 heftAM?sy executed the same in his/ItbMIAIr authorized capacity(ies), and that by his/h®cltlscis 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. C PF,II.t.I'S CC4rv� >�¢rarE£t WITNESS my hand and official seal.�" atHl,i LOS AN ` r'r;'5) Co Nit r My C.;brt"Yil tsq e5 A 1, U 1 01.2 K (Notary Seal) ors: k Signature of o Public e ADDITIONAL, OPTIONAL. UVORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Tide or description of attached document continued) Ntunber of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (l itic) Partners) L) Attorney -in -Fact I -I I ruslee(S) ❑ Other n-4STRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly at appears above in the notary section or a separate acknowledgment form mart be property completed and attached to that document the only exception is if a document b to be recorded oruside of Calffornia In such instances, any alternative acknowledgment verbiage as may be printed on such a document so' long as the verbiage does nod require the notary to do something that is Alegat for a notary in Cal(fornia (i.e. ceri(fytng the authorised capacity of the signer). Please check the document carefully for proper notarial wording and attach dus form ((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 you title (notary public). • Prim the name(s) of docunri signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. hdsWlhe)y- u lane ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording • 1he 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 acknowicdgmenl form. f u i C ..: tl l Signatuuc , ' � hoary pudic rmu;l ����,�„� ���o sgrelw;c or. .. the county clerk. Additional urfonnation is not required but could bcip to cn.5urc this acknowledgment Is not misused or attached to a dirt crept document Indicate title or type of attached docunxml, number of pages alid dale lug±icatc the capacity claimed by the signor If the daimcd capacity is a corlwrato ofTlcer, indicate the title (t-o. CEO, (:FO, Secretary). Securely attach this document to rho signed dokurment 2008 Version CAI'A v12-1001 8IO-873-9B6; Notary( lasses con VING r.^CEL PA C® P.0.110 Y,164C A GENERAL ENGINEERING CONTRACTOR LONG BEACH, CA 90806-SIS STATE LICENSE NO. 688659A (562) 599484 FAX (562) 591.748 C. P. Brown, President: 30+ years experience working for other general contractors wrath the past 24 years being self employed in own general engineering contracting business. PALP, 1 INC. DBA EXCEL PAVING COMPANY A GENERAL ENGINEERING CONTRACTOR STATE UCENSE NO. 688659A Description of Operations P.O. BOX 1640.` LONG BEACH, CA 90806-519� (562) 599-5841 FAX (562) 591-7-48` Excel Paving Company is a general engineering and paving contractor that has been in business for the past 30+ years. The company is a corporation owned by C.P. Brown, Jr. Their operations include street and road construction, widening, and repairs; related sidewalk, curb and gutter construction; paving of school yards and parking lots; and excavation and grading of "pads" for building sites. On approximately 80% of their jobs the company will operate as a general contractor, responsible for all off -site improvements, grading, removal, etc. but will subcontract any work, which is not specifically within their domain. Occasionally the company will perform work at airports. They also may occasionally perform work in the "THUMS" area of Long Beach Harbor, requiring them to transport their equipment and personnel by barge to these Islands, approximately '/2 mile from the harbor. The company estimates 2009 gross revenues of 50 million, $33 million of which is subcontractor and material costs. All work is performed in Southern California, with most in Los Angeles and Orange County. A great deal of work is done for public entities, repairing/widening existing surface streets and roads (75% public entities and 25% private entities), pipe work, concrete, landscaping, electrical, cold milling, highway, bridge, or overpass work is subcontracted out to other firms. Excel Paving Company also repairs a great number of paved schoolyards and parking lots (30%) and usually has a small amount of on going work at the Los Angeles, Burbank and Long Beach Airports. INCUMBENCY AND SIGNATURE CERTIFICATE OF PALP, INC, The undersigned, Marcia S. Miller, being the duly elected and Incumbent Secretary of Palp, Inc., dba Excel Paving Company, a California corporation (the "Corporation"), hereby certifies that the persons named below are, on and as date hereof, the duly qualified, elected and acting Officers of the Corporation holding the office set forth opposite their names below, such officers being authorized to sign, in the name of and on behalf of the Corporation. Curtis P. Brown President and Chief Executive Officer Curtis P. Brown III Vice President and Chief Operating Officer Bruce E. Hatt Vice President and Chief Financial Officer George R. McRae Vice President Marcia S. Miller Secretary Michele E. Drakullch Assistant Secretary IN 'WITNESS WHEREOF, the undersigned has executed this Certificate as of the date set forth below. Date: January 27, 2010 CIA S. MILLER, SJcretary PALP, INC. DBA EXCEL PAVING COMPANY A GENERAL ENGINEERING CONTRACTOR STATE LICENSE NO. 688659A CREDIT APPLICATION Excel Paving Company 2230 Lemon Avenue Long Beach, CA 90806 Telephone: 562/599-5841 Type of Business: Contractors License # Fed I.D. # Fax: 562/599-3679 General Engineering Contractors 688659A 95-3672914 Excel Paving Company is a Corporation Owner: Palp, Inc. 2230 Lemon Avenue Long Beach, CA 90806 to husiness since October 1981 Same location since October 1981 Property Owned by Brown & Mills Financial rating with Dun & Bradstreet: Rating 3A2, SIC#0161 U.S. Bank: Account Representative Phone #: Fax #: Account #: 4100 Newport Pl. # 130 Newport Beach, CA 92660 Robin Woods 949/863-2462 949/863-2336 153491958689 TRADE REFERENCES: Company Phone Vulcan Materials 626/334-4913 R.E.H. Trucking 909/591-0871 Blue Diamond Materials 714/578-9600 Savala Equipment 800/223-2473 P.O. BOX-164 LONG BEACH, CA 90806.51 (562) 599-58 FAX (562) 59L-74. Fax Contact 626/334-4161 Bill Watt 909/591-0506 Gina Mendiola 714/449-2295 Rich Shoan 949/552-8597 Yoganda Ellis l certify that the above information is true and correct, and that we can and vvill conipl) with your terms. C.P. Bros-vn - President Bonding Agent: Rapp Surety Services 23481 South Pointe Drive Suite 345 Laguna Hills CA 92653 Office: (949) 457-1080 Fax: (949) 457-1070 Contact: Douglas A. Rapp Surety: Federal Insurance Company C/O Surety Department 801 teeth Figueroa Street 23"' Floor Los Angeles CA 90017 P.O. Sox 30127 Los Angeles CA 90030-0127 Insurance Carrier: The Wooditch Company One Park Plaza Suite 400 Irvine CA 92614 Contact: William Wooditch Office: (949) 553-9800 Fax; (949) 553-0670 PREVIOUS JOB REFERENCES 41 Contractor's Name: Palp Inc. DBA Excel Paving Co. Project Name: Jefferson Blvd. Widening Project Description: Street widening, infrastructure reconstruction, street lighting, traffic signals, landscape & irrigation, storm drain improvements, and sewer Location: Jefferson Blvd., Playa Vista, Los Angeles Construction Value: $6,306,687.00 Date of Completion: 12/08 General Contractor Information: Palp Inc. DBA Excel Paving Co. Contact: David Cook Phone: 562/599-5841 Ext.239 Fax: 562/591-7485 Owner Information: Playa Capitol Company, LLC Contact: Cliff Ritz Phone: 310/448-4678 Fax: 310/822-5336 PREVIOUS JOB REFERENCES 92 Contractor's Name: Palp Inc. DBA Excel Paving Co. Project Name: Slauson Ave./SR-90 Impvts. Project Description: On ramp & off ramp widening on SR90, Traffic Mitigation Added left turn on Slauson Signalization & Signing & Storm Drain Impvts. Location: Slauson Ave. @ SR90 Culver City, Los Angeles Construction Value: $2,136,269.00 Date of Completion: 4/09 General Contractor Information: Palp Inc. DBA Excel Paving Company Contact: David Cook Phone: 562/599-5841 Ext.239 Fax: 562/591-7485 Owner Information: Playa Capitol Company LLC Contact: Cliff Ritz Phone: 310/448-4678 Fax: 310/822-5336 PREVIOUS JOB REFERENCES #3 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 Infomiation: Palp Inc. DBA Excel Paving Company Contact: Bruce Flatt Phone: 562/599-5841 Fax: 562/591-7485 Owner Information: City of Los Angeles Contact: Carl Nelson Phone: 213/485-4474 Fax: 213/485-4836 Contractor's Name Project Name: Project Description PREVIOUS JOB REFERENCES #4 Palp Inc. DBA Excel Paving Company Alameda Street Redesign of Arterial Streets and Storm Drain Impvts. Location: Intersection of Alameda Street and N. Spring St., L.A. Construction Value: $3,197,043.00 Date of Completion: 1 1/09 General Contractor Information: Palp Inc. DBA Excel Paving Company Contact: Bruce Hatt Phone: 562/599-5841 Fax: 562/591-7485 Owner Information: City of Los Angeles Contact: Steve Chen Phone: 213/485-4516 Fax: 213/485-4838 PREVIOUS JOB REFERENCES 45 Contractor's Name: Palp Inc. DBA 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 96 Contractor's Name: Palp Inc. DBA Excel Paving Company Project Name: Pier E Berths E24-326 Project Description: Asphalt Utility Removals, Grade, New Asphalt Paving and New Concrete RTG Runways, Storm Drain Impvts., Sewer and Water Location: Pier E, Long Beach, CA Construction Value: $5,251,800.00 Date of Completion: I /08 General Contractor Infurmalloll. Pall) Inc. DRA Excel Pair Ing Co. Contact: Bruce Flatt Phone: 562/599-5841 Fax: 562/591-74S5 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: 1 1/09 General Contractor Information: Palp Inc. DBA Excel Paving Company Contact: Bruce Flatt Phone: 562/599-5841 Fax: 562/591-7485 Owner Information: City of Los Angeles Contact: Steve Chen Phone: 213/485-4516 Fax: 213/485-4838 PREVIOUS JOB REFERENCES #8 Contractor's Name: Palp Inc. DBA Excel Paving Project Name: North Maclay Ave. Project Description: Street Beautification and Improvement of North Maclay Avenue Location: North Maclay Ave. from 1" Street to Eighth Street Construction Value: $3,682,624.00 Date of Completion: 7/08 General Contractor Information: Palp Inc. DBA Lxcel Paving Co. Contact: Bruce Hatt Phone: 562/599-5841 Fax Owner Information Contact: Phone: Fax: 562/591-7485 City of San Fernando Ron Ruiz 818/898-1237 818/361-6728 EXCEL PAVING CO. 10. 23-09 JOB NO. 4295 4458 4483 4492 4499 4505 4507 4522 4524 4568 45W 4593 4596 4625 4631 4635 4646 4653 4654 4657 4660 4666 4671 4672 4674 WORK EXPERIENCE MAY 31, 2009 CLOSED JOBS 2ND QUARTER 2008-2009 CULVER BLV/VISTA DEL MAR: TAPO CYN/ALAMO ST:SIMI VALLEY BOB HOPE AIRPRT:BURBANK E06-53 TIERRA REJADA RD/2ND ST:MORPRK KAISER CANTARA ST.:PANORAMA TOPANGA F. VICTORY:WESTFIELD N. BRAND BLVD:GLENDALE BELMONT PIER PLAZA:LB R6660 VERDUGO/BARRINGTON:GLENDALE NUEVA VISTA E/S:BELL 07-08 ROYAL AVE:SIMI SV08-02 LOWELL EL SCH:LONG BCH USD MAT ARRESTING SYS:BURBANK ARPT EL PRESIDIO ST.:CARSON 4TH ST SAN BERNARDINO:REMPREX JOHN WAYNE AIRPORT:BALI CALIFORNIA BLVD.:PASADENA GETTY CENTER:LOS ANGELES WESTERN AVE:TORRANCE SO. FREMONT ST.:ALHAMBRA GOODE AVE.GLENDALE 5TH ST. :MANHATTAN BEACH R ST/FIGUEROA:KAISER:WILMINGTN 5901 7TH ST VA HOSP:LONG BEACH OLDEN ST.:SYLMAR PROJECT NAME PLAYA CAPITAL CO CITY OF SIMI VALLEY BURBANK/GLENDALE/PASADENA CITY OF MOORPARK KAISER FOUNDATION HEALTH PLAN WESTFIELD DESIGN & �20NSTRUC` ll-' HATHAWAY DINWIDDIE CONSTRUCTIO CITY OF LONG BEACH CITY OF GLENDALE PREMIER WEST CITY OF SIMI VALLEY LONG BEACH UNIFIED SCHOOL DIST BURBANK/GLENDALE/PASADENA LANE AIRE MANUFACTURING REMPREX, LLC BALI CONSTRUCTION HATHAWAY DINWIDDIE CONSTRUCTIO HATHAWAY DINWIDDIE CONSTRUCTIO MOOG AIRCRAFT GROUP INTERSCAPE CONSTRUCTION, INC DINWIDDIE CONSTRUCTION COMPANY BEARDSLEY CONSTRUCTION KAISER PERMANENTE (USE) MOTORCYCLE SYSTEMS TUTOR SALIBA PERINI, JV FINAL CONTRACT AMOUNT 1, 601,060 2, 957, 391 13, 177, 103 3,167,306 91,879 2, 597, 572 217, 460 514,419 585,432 206,362 1,816, 110 541,572 3,642,247 13, 122 1,438,337 15,536 37,708 6,700 7,240 4, 600 256, 760 1, 500 8, 450 5, 445 36,710 WORK EXPERIENCE MAY 31, 2009 d OPEN JOBS 2ND QUARTER 2009 EXCEL PAVING CO. EST. FINAL WORK WORK 8-6-09 CONTRACT COMPL. BACKLOG 4042 TUDOR WEST/UCLA JOBS 2, 339, 610 100.0% 1.020.00 4093 SAID FERN VL'i LA 1 , 473 , 973 100.0% 4232 VALENCIA MESA FULLERTON 930, 000 99.9% 1,145.00 4240 LINCOLN BLVD. CALTRANS 12,138,000 98.4% 231,08400 4242 CHANDLER/LANKERSHIM LOS ANGELES 5,421,529 100.0% 4245 LINNIE CANAL LOS ANGELES 351,920 100.0% 4266 CENTINELA AVE. LOS ANGELES 2,880,145 100.0% 4295 CULVER BLVD VISTA DEL MAR 1,601,060 100.0% 4302 VERMONT AVE. LOS ANGELES 1,392,670 100.0% 4324 USC, FIGUEROA & JEFFERSON 1,584,799 100.0% 4328 HIGHLAND AVE. LOS ANGELES 3, 449, 332 99.8% 6,582.00 4329 SUNSET BLVD. LOS ANGELES 2,062,587 100.0% 4330 HARBOR cA'rE,.. '. LOS ii11GELES ,, 744, 039 99.8% 3,679.00 4340 SLAUSON AVE. CULVER CITY 2,570,504 97.3% 60,893.00 4348 PH 3-PIER T LONG BEACH 23,538,665 100.0% 4370 ALAMEDA ST. LOS ANGELES 2,687,109 97.2% 50,216.00 4408 HOLLYWOOD WAY BURBANK 23,710 82.70/o 2,900.00 4413 VERMONT LOS ANGELES 182, 915 99.4% 1,000.00 4425 FIRST ST-LOS ANGELES 255,000 69.6% 53,211.00 4442 SEPULVEDA BLVD. LA/CC 594,814 86.4% 80,015,00 4454 UCI IRVINE 59,976 100.0% 4458 TAPO C'if14 SIM VL'i 2, 957, 391 100.0% 4466 FIGUEROA/SEPULVEDA LACO SANI 2,453,930 100.0% 4481 CERRITOS/EL RITO GLENDALE 1,197,605 100.0% 4482 ALAMITOS RODGE LONG BEACH 408,474 100.0% 4483 BOB HOPE AIRPORT BURBANK 13, 177, 103 99.4% 68,346.00 4492 TIERRA REJADA RD MOORPARK 3,167,306 100.0% 4497 CALIFORNIA BLVD. CSI ELECT 14,892 `100.0% 4499 CANTARA KAISER FOUND 100, 078 81.6% 14,190.00 4502 GARDEN GROVE SANI 1,964,738 100.0% 4505 TOPANGA/VICTORY WESTFIELD 2, 597, 572 99.9% 1,488.00 4507 BRAND BLVD. HATHAWAY 217,460 100.0% 4508 ALVARDO TRANSIT LACRA 2,140,870 72.6% 523,426.00 4522 BELMONT PLAZA LONG BEACH 514,419 100.0% 4523 BESS/LEORETTA KAISER 347,000 100.0% 4524 VERDUGO/BARRINGTON GLENDALE 585,432 100.0% 4526 LAKEWOOD BLVD. DOWNEY 2,047,150 99.2% 18,801.00 4534 7TH/CATALINA HENSEL PHELPS 73,954 100.0% 4535 SHENANDOAH EIS LAUSD 744,408 100.0% 4549 RAMIREZ CANYON TORRES 400,835 99.5% 2,080.00 4552 JOHN WAYNE AIRPORT ORANGE CO 1, 538, 269 90.7% 126,667.00 4553 PACIFIC OCAST HWY DANA POINT 5, 973, 934 68.0% 2,114,492.00 4566 CLEVELAND H/S LAUSD 1, 304 , 212 98.9% 16,024 00 4567 NO HOLLYWOOD ST LACRA 1, 143, 779 8.5% 934, 049.00 4568 NUEVA VISTA ES BELL 206,362 100.0% 457i ATi-iER T(1T�T CT L--i,7v DEA`�rr �,, i 1 , .J V O , 3 1 (3 n 95. 5 �%0 50 4 5 / . 06 4585 VARIOUS LOC WESTLAKE VILLAGE 2,125,397 100.0% 4586 7TH ST. LONG BEACH 1,782,650 100.0% 4588 EAGLE ROCK HS LAUSD 1, 14 5 , 8 6 7 99.4% 6,158.00 4590 ROYAL AVE. s li'll vLY L , 1`91 , 8 5 6 98.5% 24, 569.00 4592 MADERA RD . s in I VL,r 711,585 100.00,10 4593 LOWELL EIS LAUSD 541,572 100.0% Page 1 of 4 WORK EXPERIENCE MAY 31, 2009 y OPEN JOBS 2ND QUARTER 2009 EXCEL PAVING CO. EST. FINAL WORK WORK 8-6-09 CONTRACT COMPL. BACKLOG 4595 MARINA H/S HBUHSD 3, 305, 000 99.5% 14.887.00 4596 F.MAS SYS BURBANK ARPRT -i : 100.03, 1,358.00 4597 WILSHIRE/FAIRFAX MATT CONST 1 , 125 , 815 76 6% 207,46E 00 4596 CHE-VIOT HILLS LOS ANGELES 777, 869 55.0% 312,655.00 4603 INGLEWOOD/CULVER PLAYA CAP 386, 070 92.6% 28,623,00 4604 MADISON EIS REDONDO BEACH USD 45,000 85.5% 5,698.00 4605 MWD WATERLINE RUDOLPF/SLET 1,809,170 27.2% 1.097,224,00 4607 LACC CHILD DEV CTR CA CONSTR 36,549 100.0% 4608 TAXIWAI D LON BEACH 816,228 100.0% 4609 JUVENILE HALL ALCORN FENCE 476,412 78.1% 65,652.00 4611 USC ST IMPRV Usc 1, 800, 000 75.2% 414,662.00 4613 STORM DRAIN POL POLB 4 , 127, 471 27.8% 2,783, 997.00 4615 PIER A WEST TUTOR SALIBA 121, 70c 22.1°e 41,302 00 4616 PIER A WEST TUTDOR SALIBA 327,832 28.1% 235,691.00 4618 FED EX RAMP FEX EX BURB ARPRT 3, 949, 667 8.3% 3,210,502.00 4619 SO REGION ES LAUSD 415, 870 98.4% 4,961.00 462D EAST LA HS TUCKER ENGR 175,225 79.0% 32,499.00 4621 VARIOUS LOC DANA POINT 60, 527 70.4% 18,050 00 4623 CANDLEBERRY AVE SEAL BEACH 1, 508, 369 2.3% 1,344,057.00 4624 WASHINGTON/IND BNSF JOJMSPM CONTROLS 152,759 59.0% 45,180.00 4625 EL PRESIDO LAINE AIRE 13,122 100.0% 4628 LIMECREST DR. LACPW 2 -, n n 0 ^- 99.5° 1 , 1 1 9,00 4629 WASHINGTON BLVD PCL CONST 129, 305 72.2% 32,476.00 4631 4TH ST. REMPREX 1, 438, 337 99.0% 9,478.00 4632 LACMA PH I I MATT CONST 431,836 22.3% 291, 350.00 4635 JOHN WAYNE AIRPORT BALI CONS 15,536 100.0% 4636 VARIOUS STS ROLLING HILLS EST 178,414 100.0% 4637 DISNEYLAND TRENCH BALI CONS 9,985 100.0% 4638 DICKSON, ENT, FOSTER COMPTON USD 89, 200 85.9% 11,941.00 4639 VARIOUS INTER BOEING CO. 1,475,312 44.9% 732, 546.00 4640 BERTH 73/191 POLA 237, 765 9.6% 192,277.00 4641 PUENTE HILLS LANDFILL LACO SANI 474,349 99.2% 3,700.00 4643 CAMPUS CAP PLAYA VISTA 443 , 335 1.6% 423,216.00 4646 CALIFORNIA HATHAWAY 37,708 100.0% 4647 WOOD AVE. FULLERTON 1,075,000 10.6 % 880, 962.00 4648 BANDINI BNSF 454,993 0.6% 421,809.00 4649 SUNNYMEAD BLVD. MORENO VLY 2,456, 972 0.7% 2,214,886.00 4651 BALBOA/VICTORY LOS ANGELES 1, 397,499 2.9% 1 ,233, 522.00 4652 LA AIR FORCE BASE RMA LAND 10,890 100.0% 4653 GETTY CENTER HATHAWAY 6,700 100.0% 4654 WESTERN AVE MOOG, INC 7,240 92.6% 444.00 4655 ARTESIA PTLAR SANTA ANA 1, 676, 293 2.1% 1,509,603.00 4656 RTE 2 3/ 11 8 S IM I VLY 31,998 100.0% 4657 FREMONT ST ALHAMBRA 4,617 4,6% 2,199.00 4658 LA PALMA AVE PCL CONT 723 , 223 0.0% 592,186.00 4659 VARIOUS STS PV EST 204 , 212 1.3% 183,842.00 4660 wvuE AVE HATHAWAY 262,440 22.1% 132,477.00 4661 BIKE ROUTES LONG BEACH 277,703 0.6% 253,334.00 4662 VARIOUS ACHOOLS COMPTON 127,142 1.8% 105,600.00 Page 2 of 4 WORK EXPERIENCE FEBRUARY 28, 2009 CLOSED JOBS 1ST QUARTER 2008-2009 EXCEL PAVING CO. 8-6-09 FINAL CONTRACT JOB NO. PROJECT NAME AMOUNT 3843 LAUREL CYN BLVD. LOS ANGELES 807,100 4103 HOWLAND CNL CRT LA 299,025 4129 MT. SAC WALNUT 910,385 4211 VARIOUS LOC LONG BEACH 306,515 4282 LOOP & PARK PL. IRVINE 1,112,969 4319 REDONDO AVE. LONG BEACH 221,979 4339 VARIOUS LOCATIONS LONG BEACH 1,353,277 4415 CASE AVE. LOS ANGELES 186,308 4416 STIMSON AVE. LA PUENTE 396,099 4434 IMPERIAL HWY D0iiNE'i , 427, 816 4443 INGLEWOOD AVE. REDONDO BCH 540,525 4468 LACC LOS ANGELES 6,085 4490 VARIOUS LOC LB TRANSIT 879,832 4515 GRAND AVE. MT. SAC 224,919 4516 TUSTIN & 1ST ST MCCARTHY 233,937 4530 VARIOUS LOCATIONS CULVER CITY 801,667 4531 LONG BEACH CALCARTAGE 18,500 4541 CAMINO REAL REDONDO BCH 444,555 4545 BERTHS 261-26. CONNEL.i- PACIFIC 174,979 4548 NORMANDIE KAISER 58,823 4558 LA PALMA AVE. PENNER 15,895 4559 BERTH 302-305 POLA 0 4569 MIDWAY/39TH PL LONG BEACH 6,353 4571 AVE. 45 HUNTINGTON PARK 76,100 4572 VARIOUS LOC LONG BEACH 147,364 4574 SOUTHERN/GARFIELD SO GATE 27,300 4577 SLAUSON OVERPASS BELL 74,614 4578 PACOIMA MS TORRES 13,892 4582 ST IMROV INGLEWOOD 548,259 4583 OLYMPIC/CENTINELLA SANTA MONICA 1,961,558 4584 VARIOUS LOC SANTA ANA 3,570,920 4587 COLUMBUS EIS PANKOW 224,715 4591 LAS BRISAS SIGNAL HILL 146,749 4594 ALDRICH PARK UCI 907,704 4599 VARIOUS SCHOOLS 837,133 4600 ANCHORAGE/SHOR RE SCHAFER 7,710 4606 PERRY LINDSEY ACADEMY LBUSD 1,074,447 4612 KAISER VENTURA BLV KAISER PERM 43,997 4626 VAN NESS BUNTICH 4,850 4627 SHEILA ST. ELECTRO 2,698 4630 LAMAR/MAIN ELECTRO 33,320 4633 DISNEYLAND BAKERY BALI CONS 16,876 '1642 7A"4,E 7COD I-. � ,� 17ZD O L.=-uvii o , 388 4645 USC SCH ARTS HATHAWAY 19,130 4650 SPEED HUMPS PASADENA 38,130 Page 3 -)f 4 WORK EXPERIENCE NOVEMBER 30, 2008 CLOSED JOBS 4TH QUARTER 2008 EXCEL PAVING CO. B-6-09 FINAL CONTRACT JOB NO. PROJECT NAME AMOUNT 4240 CMB OTY/PLAYA VISTA R. 919 4247 7TH/710 FRWY LONG BEACH 606,153 4296 GLENDALE BLVD LOS ANGELES 597,309 4359 MICHELSON BLVD. IRVINE 2,909,722 4359 LOOP ROAD 0 4359 MICHELSON DR. 0 4367 GRANADA AVE. LA MIRADA 564,180 4377 PIER E PORT LB 5,295,406 4393 JEFFERSON BLVD. PLAYA VISTA 7,938,248 4417 PROSPECT TUSTIN 941,017 4421 LB TAXIWAY LONG BEACH 59,379 4427 05-'06 ST. REHAB LAGUNA BCH 3,848,764 4448 MARYMOUNT HS 856,482 4452 GLENCOE LOS ANGELES 309,434 4463 SERVICE MOD EL CAMINO COLLEGE 147,800 4464 WASHINGTING/GRANDE BNSF 1,122,915 4467 VALLYHEART ST. FRANCIS 135,875 4469 HALDEMAN RD. RUSTIC CYN HOA S8,395 4470 LATIMER RD. RUSTIC CYN HOA 66,500 4480 EAST OLIVE AVE BURBANK 313,(56 4500 CAMPUS/ARTISAN CSI ELECT 0 4501 GAGE AVE BELL 25,375 4504 BERENDO M.S. TORRES CONST 207,053 4506 VARIOUS LOC CO OF ORANGE 32,744 4509 ROSCOE BLVD. KAISER FOUND 100,937 4518 NORMANDIE ARB STRUCTURES 94,545 4521 ZANE GREY HS TORRES 75,326 4525 TAPER AVE SCH TORRES 108,842 4527 SUNNY BRAE SCH TORRES 15,345 4528 GETTY CENTER HATHAWAY 37,887 4529 NORTHRIDGE MIS TORRES 6,542 4532 SAN MIGUEAL EIS TORRES 315,091 4536 W. 4TH ST BNSF 265,323 4538 PERSHING DR CSI ELECT 76,194 4547 WRIGHT MIS TORRES 99,389 4554 BLUFF CREEK FINVEST 91,269 4555 VICTORY BLVD. NO. HOLLYWOOD 429,749 4557 DACOTAH EARLY ED TORRES 159,273 4561 BESS/LEORITA BALDWIN PARK 15,866 4563 NICHOLS/BELSITO BALI CONST 405,64? 4579 KAISER/NORh1ANDIE KAISER 8,225 4580 CAL ST NORTHRIDGE 6 , 2 0 0 4581 E. 26THST BNSF 296,935 4601 SHEILA' INDI NA P_,LECTR0 COIJ5ST 8, 7fl, I 4610 cDPUL :'LDT: DL 5 i; a Cv1dS 1` 8, 9 3 :' 4617 SEPULVEDA BLVD B F, D CONST 16,600 4634 RIVERA RD. SPRKLR UNION] 27,441 4644 MGM DP. HATHA.,IA r' 4 7 , 0 6 8 Page 4 of 4 Work Experience Report November 30, 2008 Excel Paving Co. Open Jobs 2008 12/14/08 Open Jobs 4th. Quarter EST.FINAL % WORK CONTRACT WORK BACKLOG Job No. PROJECT NAME AMOUNT COMPL. 3843 LAUREL CYN BLVD. LOS ANGELES 807,100 100.0% 4042 TUDOR WEST/UCLA JOBS 2,339,610 100.0% 4093 SAN FERN VLY LA 1,473,973 100.0% 4103 HOWLAND CNL CRT LA 299,925 100.0% 4126 UNIVERSITY AVE RIVERSIDE 2,067,233 99.9% 2,486. 4129 MT. SAC WALNUT 910,385 100.0% 4165 EL TORO RD LK FOREST 11,091,333 99.6% 41,984 4211 VARIOUS LOC LONG BEACH 306.515 99.8% 4232 VALENCIA MESA FULLERTON 930,000 92.8% 66,955 4240 LINCOLN BLVD. CALTRANS 11,970,000 100.0% 4240 CMB QTY/PLAYA VISTA 8,938 0.0% 8,938 4242 CHANDLER/LANKERSHIM LOS ANGELES 5,421,529 100.0% 4245 LINNIE CANAL LOS ANGELES 351,920 100.0% 4247 7TH/710 FRWY LONG BEACH 606,153 99.9% 4266 CENTINELA AVE. LOS ANGELES 2,880,145 100.0% 4282 LOOP & PARK PL. IRVINE 1,112,969 100.0% 4295 CULVER BLVD VISTA DEL MAR 1,601,060 100.0% 4296 GLENDALE BLVD LOS ANGELES 597,309 100.0% 4302 VERMONT AVE. LOS ANGELES 1,392,670 100.0% 4319 REDONDO AVE. LONG BEACH 221,979 100.0% 4324 USC, FIGUEROA & JEFFERSON 1,585,000 100.0% 4328 HIGHLAND AVE. LOS ANGELES 3,582,540 96.0% 142,898 4329 SUNSET BLVD, LOS ANGELES 2,062,587 99.9% 1,291 4330 HARBOR GATEWAY LOS ANGELES 2,722,826 100.0% 4339 VARIOUS LOCATIONS LONG BEACH 1,353,277 100.0% 4340 SLAUSON AVE. CULVER CITY 2,550,397 90.2% 249,935 4348 PH 3-PIER T LONG BEACH 23,552,507 100.0% 2,291 4359 MICHELSON BLVD. IRVINE 2,909,722 99.7% 8,529 4367 GRANADA AVE. LA MIRADA 564,180 100.0% 4370 ALAMEDA ST, LOS ANGELES 3,163,392 90.3% 308,049 4377 PIER E PORT LB 5,295,408 100.0% 4393 JEFFERSON BLVD. PLAYA VISTA 7,938,248 100.0% 4408 HOLLYWOOD WAY BURBANK 23,710 100.0% 4413 VERMONT LOS ANGELES 182,915 100.0% 4415 CASE AVE, LOS ANGELES 186,308 100.0% 4416 STIMSON AVE. LA PUENTE 397,215 100.0% 4417 PROSPECT TUSTIN 938,817 99.6% 3,312 4421 LB TAXIWAY LONG BEACH 59,379 100.0% 4425 FIRST ST-LOS ANGELES 230,000 58.4% 95,597 4-I 05-'06 ST. REf IA LACUNA L,s, 3,�43,7U4 10C.0°u 4434 IMPERIAL HWY DOWNEY 2,427,816 99.7% 8,309 4442 SEPULVEDA BLVD. LA/CC 596,857 100.0% 4443 INGLEWOOD AVE. REDONDO BCH 540,525 100.0% 4448 MARYMOUNT HS 856,482 100.0% 11.YJ-08 WIP5 12-14.2008 - Open Jobs Page 1 of 14 1-21-09 Work Experience Report November 30, 2008 Excel Paving Co. Open Jobs 2008 12/14/08 Open Jobs 4th. Quarter EST.FINAL % WORK CONTRACT WORK BACKLOG 4452 GLENCOE LOS ANGELES 309,434 100.0% 4454 UCI IRVINE 59,976 100.0% 4458 TAPO CYN SIMI VLY 2,957,391 100.0% 758 4463 SERVICE MOD EL CAMINO COLLEGE 147,800 100.0% 4464 WASHINGTING/GRANDE BNSF 1,122,915 100.0% 4466 FIGUEROA/SEPULVEDA LACO SANI 2,453,930 100.0% 4467 VALLYHEART ST. FRANCIS 135,875 100.0% 4468 LACC LOS ANGELES 6,085 100.0% 4469 HALDEMAN RD. RUSTIC CYN HOA 58,395 100.0% 4470 LATIMER RD. RUSTIC CYN HOA 66,500 100.0% 4480 EAST OLIVE AVE BURBANK 313,656 100.0% 4481 CERRITOS/EL RITO GLENDALE 1,197,605 100.0% 4482 20TH/REDONDO LONG BEACH 408.474 100.0% 4483 BOB HOPE AIRPORT BURBANK 13,177,103 99.3% 91,795 4490 VARIOUS LOC LB TRANSIT 879,832 100.0% 4492 TIERRA REJADA RD MOORPARK 3,167,306 100.0% 4497 CALIFORNIA BLVD. CSI ELECT 14,982 100.00/0 4499 CANTARA KAISER FOUND 82,000 21.2% 64,631 4500 CAMPUS/ARTISAN CSI ELECT 4,200 0.0% 4,200 4501 GAGE AVE BELL 25,375 100.0% 4502 GARDEN GROVE SANI 1,967,739 100.0% 4504 BERENDO M.S. TORRES CONST 207,053 100.0% 4505 TOPANGANICTORY WESTFIELD 2,520,000 98.9% 27,394 4506 VARIOUS LOC CO OF ORANGE 32,744 99.9% 4507 BRAND BLVD. HATHAWAY 217,460 96.7% 7,193 4508 ALVARDO TRANSIT LACRA 2,140,870 69.0% 663,657 4509 ROSCOE BLVD. KAISER FOUND 100,937 100.0% 4515 GRAND AVE. MT. SAC 224,919 100.0% 4516 TUSTIN & 1ST ST MCCARTHY 233,937 100.0% 4518 NORMANDIE ARB STRUCTURES 94,545 100.0% 4521 ZANE GREY H/S TORRES 75,326 100.0% 4522 BELMONT PLAZA LONG BEACH 427,634 100.0% 4523 BESS/LEORETTA KAISER 251,657 100.0% 4524 VERDUGO/BARRINGTON GLENDALE 577,656 99.9% 4525 TAPER AVE SCH TORRES 108,842 100.0% 4526 LAKEWOOD BLVD. DOWNEY 2,047,150 92.0% 164,456 4527 SUNNY BRAE SCH TORRES 15,345 100.0% 4528 GETTY CENTER HATHAWAY 37,887 100.0% 4529 NORTHRIDGE M/S TORRES 6,542 100.0% F30 4,,,.,,, V R, n IC i n�,'T: ,ii A. �I�L.> w�.r� i ivivJ CUL1VEY( 1.1 I Y 2i01,bb/ 100.0% 4531 LONG BEACH CALCARTAGE 13,577 100.0% 4532 SAN MIGUEAL E/S TORRES 315,091 100.0% 4534 7TH/CATALINA. HENSEL PHELPS 73,954 100.0% 4535 SHENANDOAH E/S LAUSD 744,408 99.8% 1,585 i,aoon wias iz 14200a Cps-,JoL, Page 2 of 14 1-21-09 Work Experience Report November 30, 2008 Excel Paving Co. Open Jobs 2008 ivuia Open Jobs 4th. Quarter EST.FINAL % CONTRACT WORK 1536 W. 4T1 J ST 1 oiv -0iNSF 265,323 ' 100.0% 4538 PERSHING DR CSI ELECT 76,194 100.0% 4541 CAMINO REAL REDONDO BCH 444,555 100.0% 4545 BERTHS 261-267 CONNELLY-PACIFIC 174,979 99.9% 4547 WRIGHT M/S TORRES 99,389 100.0% 4548 NORMANDIE KAISER 58,500 83.7% 4549 RAMIREZ CANYON TORRES 400,836 99.5% 4552 JOHN WAYNE AIRPORT ORANGE CO 1,538,269 90.7% 4553 PACIFIC OCAST HWY DANA POINT 5,792,241 46.6% 4554 BLUFF CREEK FINVEST 91,269 100.0% 4555 VICTORY BLVD. NO. HOLLYWOOD 429,749 100.0% 4567 DACOTAH EARLY ED TORRES 169,273 100.0% 4558 LA PALMA AVE. PENNER 15,895 100.0% 4559 BERTH 302-305 POLA 35,000 3.5% 4561 BESS/LEORITA BALDWIN PARK 15,866 100.0% 4563 NICHOLS/BELSITO BALI CONST 405,647 100.0% 4566 CLEVELAND H/S LAUSD 1,269,712 95.2% 4567 NO HOLLYWOOD ST LACRA 1,143,779 8.5% 4568 NUEVA VISTA ES BELL 206,362 100.0% 4569 MIDWAY/39TH PL LONG BEACH 6,853 100.0% 4571 AVE. 45 HUNTINGTON PARK 76,100 100.0% 4572 VARIOUS LOC LONG BEACH 153,371 37.8% 4573 ATHERTON ST. LONG BEACH 1,322,726 92.3% 4574 SOUTHERN/GARFIELD SO GATE 27,300 100.0% 4577 SLAUSON OVERPASS BELL 74,614 100.0% 4578 PACOIMA MS TORRES 13,894 100.0% 4579 KAISER/NORMANDIE KAISER 8,225 100.0% 4580 CAL ST NORTHRIDGE 6,200 100.0% 4581 E.26THST BNSF 296,935 100.0% 4582 ST IMROV INGLEWOOD 548,259 100.0% 4583 OLYMPIC/CENTINELLA SANTA MONICA 1,961,558 98.9% 4584 VARIOUS LOC SANTA ANA 3,636,816 99.9% 4585 VARIOUS LOC WESTLAKE VILLAGE 2,125,397 100.0% 4586 7TH ST. LONG BEACH 1,713,347 99.9% 4587 COLUMBUS E/S PANKOW 225,945 94.6% 4588 EAGLE ROCK HS LAUSD 991,991 92.3% 4590 ROYAL AVE. SIMI VLY 1,791,856 93.6% 4591 LAS BRISAS SIGNAL HILL 142,749 99.5% 4592 MADERA RD, SIMI VLY 711,585 100.0% 4593 LOWELL E/S LBUSD 541,662 100.0% 4594 ALDRICH PARK UCI 907,704 100.0% WORK BACKLOG 9,559 2,001 143,001 3,095,493 33,773 60,824 1,046,619 95,447 102,324 21,525 5,446 927 12,270 76,168 113,798 Page 3 of 14 1-21-09 11-30 06 WIP8 12-14 2008 -Open Jobs Work Experience Report November 30, 2008 Excel Paving Co. Open Jobs 2008 12/14108 Open Jobs 4th. Quarter EST.FINAL % WORK CONTRACT WORK BACKLOG 4595 MARINA H/S HBUHSD �1F,nnn Sg e% -A') "I, ^^� �L, VJJ 4596 EMAS SYS BURBANK ARPRT 3,642,247 99.9% 1,957 4597 WILSHIRE/FAIRFAX MATT CONST 1,071,699 46.5% 572,826 4598 CHEVIOT HILLS LOS ANGELES 777,869 54.2% 356,169 4599 VARIOUS SCHOOLS 837.132 100.0% 4600 ANCHORAGE/SHOR RE SCHAFER 7,710 100.0% 4601 SHEILA/INDIANA ELECTRO CONST 8,784 100.0% 4603 INGLEWOOD/CULVER PLAYA CAP 374,797 86.4% 51,113 4604 MADISON E/S REDONDO BEACH US 39,300 100.0% 4605 MWD WATERLINE RUDOLPF/SLET 1,809,170 1.9% 1,774,728 4606 PERRY LINDSEY ACADEMY LBUSD 1,034,834 99.9% 1,516 4607 LACC CHILD DEV CTR CA CONSTR 29,079 71.2% 8,389 4608 TAXIWAI D LON BEACH 816,228 100.0% 4609 JUVENILE HALL ALCORN FENCE 452,834 10.4% 405,839 4610 SEPULVEDA BLVD B & D CONST 8,939 100.0% 4611 USC ST IMPRV USC 1,717,400 34.9% 1.118.308 4612 KAISER VENTURA BLV KAISER PERM 43,997 98.2% 807 4613 STORM DRAIN POL POLB 4,688,404 12.101c 4,119,191 4615 PIER A WEST TUTOR SALIBA 121,706 12.3% 106,720 4616 PIER A WEST TUTDOR SALIBA 327,832 28.1% 235,691 4617 SEPULVEDA BLVD B & D CONST 16,600 91.0% 1,489 4618 FED EX RAMP FEX EX BURB ARPRT 3,493,821 2.8% 3,395,388 4619 SO REGION ES LAUSD 590,518 9.7% 533,215 4620 EAST LA HS TUCKER ENGR 57,000 100.0% 4621 VARIOUS LOC DANA POINT 94,600 17.5% 78,040 4622 D & E YARD CROSSINS LA JUNC RR 44,041 100.0% 4623 CANDLEBERRY AVE SEAL BEACH 1,415,869 1.7% 1,391,826 4624 WASHINGTON/IND BNSF JOJMSPM CONTROLS 74,988 91.6% 6,326 4625 EL PRESIDO LAINE AIRE 13,500 100.0% 4626 VAN NESS BUNTICH 4,850 100.0% 4627 SHEILA ST. ELECTRO 2,698 100.0% 4628 LIMECREST DR. LACPW 228,859 0.7% 227,325 4629 WASHINGTON BLVD PCL CONST 124,000 35.0% 80,638 1190-00 MPS 12-14200e-OwJob, Page 4 of 14 1-21-09 Work Experience Report November 30, 2008 Excel Paving Co. Open Jobs 2008 12/14/08 Open Jobs 4th. Quarter EST.FINAL % WORK CONTRACT WORK 0AOL<L0 IG 4630 LAMAR/MAIN ELECTRO 31,900 100.0% 4631 4TH ST. REMPREX 1,420,000 49.4% 719,049 4632 LACMA PH II MATT CONST 352,051 17.6% 290,001 4633 DISNEYLAND BAKERY BALI CONS 16,876 100.0% 4634 RIVERA RD. SPRKLR UNION 27,441 100.0% 4635 JOHN WAYNE AIRPORT BALI CONS 15,536 100.0% 4636 VARIOUS STS ROLLING HILLS EST 178,414 82.3% 31,653 4637 DISNEYLAND TRENCH BALI CONS 9,985 100.0% 4638 DICKSON, ENT,FOSTER COMPTON USD 94,603 1.4% 93,299 4639 VARIOUS INTER BOEING CO. 1,303,476 0.1% 1.301.812 4640 BERTH 73/191 POLA 237,765 0.0% 237,765 4641 PUENTE HILLS LANDFILL LACO SANI 447,645 2.8% 435,270 4642 JAMES WOOD AVE FED OF LABOR 8,388 100.0% 4643 CAMPUS CAP PLAYA VISTA 336,600 1.0% 333,330 4644 MGM DR. HATHAWAY 47,068 57.1 % 20,196 4645 USC SCH ARTS HATHAWAY 19,130 19.4% 15,417 4646 CALIFORNIA HATHAWAY 37,426 0.0% 37,426 4647 WOOD AVE. FULLERTON 1,090,322 0.8% 1,081,204 4648 BANDINI BNSF 454,993 0.0% 454,993 t 1.30-08 WIPS',2 14.200B . Open JOGS Page 5 of 1 + 1-21-09 Work Experience August 31, 2008 Excel Paving CO. 01/20/09 JOB NO. PROJECT NAME Closed Jobs 3rd. Quarter 2008 FINAL CONTRACT AMOUNT 3947 TUSTIN AVE., ANAHEIM 4,370,876 3959 SANTA MONICA BLVD., LOS ANGELES 49,757,848 4062 SANTA MONICA/MWD 7,739,622 4164 KENNEDY HS ANAHEIM 1,037,004 4316 MONTROSE AVE. LACPW 2,447,026 4332 SO. BRAND BLVD GLENDALE 2,011,346 4336 VERMONT AVE. GARDENA 1,204,230 4337 MCFADDEN AVE. 1,121,382 4374 WOODRANCH PKWY SIMI VALLEY 1,982,642 4401 NO. MCLAY ST SAN FERNANDO 4,981,426 4414 TOPANGA/VICTORY LOS ANGELES 2,166,954 4420 VERMONT AVE. LOS ANGELES 915,500 4429 RANDALL ST. ORANGE CO. 824,976 4435 NATIONAL BLVD. CAL TRANS 90,524 4440 226TH ST HAWTHORNE 92,155 4451 OVERLAY SANTA CLARITA 5,503,565 4471 ANAHEIM ST. LB TRANSIT 244,032 4474 NO. LOOP RD. HATHAWAY 2,996,158 4479 UNION AVE SNYDER LANGSTON 55,297 4486 BLUFF CREEK DR COUCH & SONS 207,560 4491 WESTFIELD CENTER ARCADIA 29,118 4493 FREEMAN DR. CALABASAS 82,619 4495 PORT OF LB RYAN CO. 16,091 4498 VAGABOND STRM DRN MONTEREY PARK 89,325 4514 FOOTHILL BLVD, BERNARDS 81,317 4520 AMBLER AVE SCH TORRES 134,849 4537 26TH ST./VERNON CBRE 52,143 4540 EVEWARD RD. DLSB 47,967 4544 BURBANK AIRPORT BURBANK AIRPORT 16,585 4551 GEPRGE BURNS AVE. WEST HOLLYWOOD 39,219 4556 GARVEY AVE. REYES CONST 38,218 4565 AVE OF STARS HATHAWAY 9,375 4575 DOUGLAS/EL SEGUNDO EL SEGUNDO 4,300 4589 WILSHIRE DR PSOMAS 32,190 4602 CALSTATE HATHAWAY DIN 9,386 4614 LOMITA BLVD ELECTRO CONST 3,486 Jrd.Qlr. 8-31-2008 WIPS- Closed Jobs. Sorted 1-20-2009 Page 6- of 14 1-21-09 Excel Paving CO. 01/20/09 JOB NO. PROJECT NAME Work Experience May 31, 2008 Closed Jobs 2nd. Quarter 2008 FINAL CONTRACT AMOUNT 4123 ANAHEIM ST LONG BEACH 3,249,006 4365 WEIDLAKE IMPRV LOS ANGELES 465,183 4373 CENTURY PKG LOT E. LOS ANGELES 736,152 4404 UCI IRVINE 22,443 4444 ALLEN AVE. GLENDALE 279,890 4453 ST. IMPRV INGLEWOOD 479,793 4456 EL DORADO HS LAUSD 794,632 4462 VIRGINIA ST. EL SEGUNDO 92,774 4489 ENT PKG LOT BURBANK AIRPORT 380,925 4503 GRANADA HILLS TORRES CONST 50,496 4510 LIGGETT E.S. TORRES CONST 84,479 4513 LEAPWOOD E.S. TORRES CONST 142,331 4519 MOORPARK HIGHLANDS CHAPARRAL 616,202 4533 USC CINEMATIC HATHAWAY 2,134 4539 W. BURBANK LOT BURBANK AIRPORT 63,382 4542 PASEO DEL MAR VAL VERDE 13,374 4546 ORCHARD ST. BELL 19,375 4550 4TH ST. CHLS KING 18,527 4560 ROSCOE BLVD WEST HILLS 2,200 4562 J PAUL GETTY LOS ANGELES 17,079 4564 SPAZIER BURBANK 1,600 4570 LOST E BURBANK AIRPORT 37,158 4576 VARIOUS LOC DANA POINT 94,080 2nd.01r. 8-31 08 WIPS - Closed Jobs Only. Soiled 1 20-2009 Page 7 o f 1-21-09 Work Experience February 28, 2008 Excel Paving Co. CLOSED JOBS 2007- 2008 07/08/08 JOB SALES NO. PROJECT NAME AMOUNT 3704 TAXIWAY D L.B. AIRPORT 3,720,722 3865 2627 HOLLYWOOD, BURB/GLEN/AIRP 377,031 4084 SAND CANYON IRVINE 720,447 4088 ANNUAL RD RESURF DANA POINT 1,490.592 4099 03 ST IMPRV INGLEWOOD 593,520 4144 CASE AVE LA 432,963 4157 YL/PLACENTIA FULLERTON 137,338 4176 SILVER LAKE LOS ANGELES 1,317,464 4182 UCLA LOS ANGELES 38,066 4182 UCLA CAMPUS LOS ANGELES 103,828 4218 ASHCROFT/ROBERTSON LOS ANGELES 52,900 4233 VAN BUREN VLD. CO RIVERSIDE 2,461,429 4237 S/W AREA LAX 4,876,048 4253 S.A. STADIUM SANTA ANA 397,289 4257 MIRAMONTE ES LOS ANGELES 677,111 4269 KINNELOA DEBRIS BASIN LOS ANGELES 237,063 4274 HARBOR BLVD LOS ANGELES 1,249,459 4275 CLAY MS LOS ANGELES 620,819 4281 HILLCREST ES LOS ANGELES 903,237 4306 10TH ST. LONG BEACH 1,192,729 4307 NEWPORT SHORES NEWPORT BEACH 1,584,279 4309 KING MS LOS ANGELES 985,753 4314 PARK PLACE IRVINE 998,231 4314 PARK PL PKG 76,267 4317 BERTHS 226-236 POLA 2,811,047 4334 710 FRWY CALTRANS 700,680 4344 PKG LOT PH 1 RANCHO SANTIAGO CC 896,694 4346 DAMON, CONSTELL OF STARS 202,454 4347 HAMILTON HS LOS ANGELES 603,569 4349 FIRESTONE BLVD. SEPULVEDA DEV 325,075 4353 FOUNTAIN VLY HS HUNT BCH UHSD 1,074,427 4354 LA BREA AVE. WEST HOLLYWOOD 496,890 4361 ORANGE AVE LAWNDALE 209,832 4362 ST. REHAB LEISURE VILLAGE 799,326 4366 ANNUAL ST. ALHAMBRA 651,988 4371 VARIOUS STS REDONDO BCH 960,789 4372 WALNUT ST. SIMI VALLEY 412,988 4380 POINT FERMIN PASCHEN 359,607 4383 VERMONT AVE. KAISER FOUND 117,035 4384 VERMONT AVE KAISER FOUND 182,820 HISTORY REPORT 1.2-: 7( S L— WIPS Cb to VaAm I,OiPS. nN & III. OTR. :p Page 8 of 1 z 1-21-09 Work Experience 'February 28, 2008 Excel Paving Co. CLOSED JOBS 2007- 2008 07/08/08 SALES AMOUNT 4385 VARIOUS STS 4387 PALOS VERDES DR. 4394 CLARA ST. 4395 E. LOOP RD. 4407 ORANGETHORPE 4412 TRUNK SEWER REHAB 4418 PCH 4419 MICHELSON DR. 4424 BNSF-TRACK 114 4426 BNSF-SHEILA AVE. 4430 BNSF-ESPARANZA 4431 HAVEN AVE. 4433 TRADE MARK 4436 FULLER/GARNER 4439 DESOTO 4445 RAYMOND ST. 4446 EASTERN/BANDINI 4449 WILLOW LANE 4450 ST. IMPRV 4455 MAIN ST. 4457 ACCESS RD. 4459 CLARK/SPRING 4460 WASHINGTON/IND 4461 CDR 233 UPGRADE 4465 CANTERA ST. 4472 BALUHARBOR 4473 FIRST/BOYLE 4475 6TH/PCH 4476 SLAUSON/VAN NESS 4477 WEST LA COLLEGE 4478 VALLEY BLVD. 4484 UNIVERSITY HS 4485 FLINTRIDGE HS 4487 ROSEMEAD/SLAUSON 4488 GETTY CENTER 4494 SPAZIER 4496 POL SHOOTING 4511 PIER F-POLB 4512 L ST-WILLMINGTON 4517 18TH ST. 4543 AMELIA AVE. INGLEWOOD PV EST CUDAHY IRVINE BUENA PARK CARSON WILMINGTIN IRVINE VERNON COMMERCE YORBA LINDA RANCHO CUCUMONGA IRVINE WEST HOLLYWOOD CHATSWORTH PASADENA BNSF WESTMINSTER LYNWOOD NT2 PRODUCTIONS LOS ANGELES LONG BEACH BNSF KAISER PERM CHLS KING LOS ANGELES BOVIS MLADEN BUNTICH LOS ANGELES INDUSTRY TORRES CONST LA CANADA/FL BNSF GETTY TR ENVIRON LAGUNA BCH B & D BNSF SANTA MONICA ROYAL ELECT 379,574 95.060 556,434 363,771 1,038, 513 16,824 22,830 460,419 1,108,470 528,245 352,990 165,069 29,025 235,383 9,437 25,155 73,995 132,524 766,795 2,700 499,954 70,775 171,668 374.942 106,978 16,626 60,771 10,886 23,570 186,054 7,900 88,537 1,400 96,849 3,020 25,977 51,837 3,100 146,806 15,198 21,950 HISTORY FEPOFT 1-267003 ;'.fCbS -ie -VS. C- JNn Id 6an.0i R5. C ]1 8 i,l_ 01 R, 1(K� Page 9 of 14 1-21-09 Excel Paving Co. Work Experience May 31, 2007 JOB Closed Jobs 2006 SALES NO. PROJECT NAME AMOUNT 3716 710 FWY PCH TO 405 21,510,942 3990 OCEAN BLVD LONG BEACH 1,196,229 4004 GREEN VALLY CIRCLE CULVER CITY 1,173,791 4024 UCLA KINROSS 2,329,669 4045 5 FRWY, OR, CO 180,290 4057 PALO VERDE HSG 611,836 4061 PANKOW BLDRS M.B. 720,917 4064 WALGROVE E.S. L.A. 767,069 4083 HARBOR BLVD FULLERTON 214.172 4098 BLEND E.S LA 273,966 4102 DENA E.S. LA 177,306 4104 MOULTON PKWY CO OF ORANGE 478,612 4106 PIER S BRTH S 102-S 110 LONG BEACH 4,077,253 4109 VARIOUS STS REDONDO BEACH 761,751 4115 WASHINGTON BLVD CULVER CITY 741,069 4117 VANUYS AIRPORT VAN NUYS 620,336 4120 SOUTHGATE HS LOS ANGELES 681,858 4142 ROSECRANS LAWNDALE 233,216 4143 CALLE MIRAMAR REDONDO BCH 536,987 4156 STERRY E.S. LA 223,520 4160 WARNER ES LA 988,639 4161 ST OVERLAY SIMI VLY 704,970 4168 MARINA DEL REY LA 459,915 4169 CEN PK WEST LA 50,550 4174 SHERMAN OAKS CNTR RESEDA 1,044,265 4175 GLEDHILL ES NO HILLS 506,079 4181 STATE ST ES LAUSD 334,787 4185 WHITTIER/PRESBY WHITTIER 7,400 4186 GETTY TRUST LOS ANGELES 850 4191 HARVARD AVE. IRVINE 329,938 4192 C0MPTON/61 ST LOS ANGELES 17,722 4195 NEW JOB SAN CLEMENTE 10,966 4196 MWD/SEARL HEMET 9,109,427 4197 LYNOOD USD LYNWOOD 1,520,919 4198 AGOURA BIKE AGOURA HILLS 1,032,236 4209 PCH/CATALINA LONG BEACH 657,469 4210 GLENDALE BLVD LOS ANGELES 36,630 4212 GLENDORA/HILL LA PUENTE 11.833 HWWFB 20 2007-3d1-2CA'.-1677JPR Pape 10 of 1 -2 1 -09 Excel Paving Co. Work Experience May 31, 2007 JOB Closed Jobs 2006 SALES NO. PROJECT NAME AMOUNT 4213 ALDAMA ST SCH 19,097 4214 PCH/ZUMIREZ MALIBU 453,886 4215 THE TOLEDO LONG BEACH 7,449 4216 REEVES/NAVY PORT OF LB 268,611 4217 KANAN RD/101 FRWY 13,589 4220 SO CENTRAL HS LOS ANGELES 54,026 4222 PKG LOT 6 MONROVIA 406,899 4224 SUNSET BLVD. W. HOLLWOOD 166,602 4227 SEWER REHAB REDONDO BCH 550,196 4229 BLDG 10 & 28 24,697 4230 VARIOUS LOC LOS ANGELES 441,551 4235 VICTORY BLVD. CANOGA PARK 687,374 4243 ANDASOL ES NORTHRIDGE 131,502 4246 SOUTH ST. ANAHEIM 492,994 4248 MANHATTAN & AVIATION REDONDO BEACH 49,589 4249 CAL TECH PKG PASADENA 39,406 4250 2 FRWY GLENDALE 13,200 4251 5M FRWY CAL TRANS 188,210 4254 PCH CAL TRANS 1,204,048 4256 GARDENA HS GARDENA 1,009,381 4258 N/E INTER SEWER LOS ANGELES 360,460 4259 LOMA VISTA ES LOS ANGELES 277,404 4261 MULHOLLAND DR. LOS ANGELES 17,598 4263 BEVERLY VISTA ES BEVERLY HILLS 734,246 4265 INDIANAIWASH BNSF 15,290 4271 GETTY CENTER DR. CENT. CITY 28,907 4276 GETTY CENTER DR. CENT. CITY 262,399 4277 GETTY CENTER DR. CENT. CITY 4,384 4278 CLARK AVE. LONG BEACH 517,203 4279 41ST ST. LOS ANGELES 440,218 4280 VIA ROSA/PV BLVD. PV ESTATES 504,157 4284 CENT/LINC CULVER CITY 263,999 4286 WESTERN AVE. TORRANCE 28,640 4287 GRAND AVE EL SEGUNDO 144,403 4289 LUGO E.S. LYNWOOD 15,435 4291 05-06 St.Maint AG01_IRA, HII I 831,113 4292 PICO BLVD LOS ANGELES 67,308 4293 HOLLYWOOD WAY BURBANK ARPRT 38,800 4294 5 FRWY MISSION VIEJO 3,359 Page 11 of 14 HW1a F ke 2iX-6-2 7 tM `. 31 ? W . A �1'.>b:7 1-31-09 Excel Paving Co. Work Experience May 31, 2007 JOB Closed Jobs 2006 SALES NO. PROJECT NAME AMOUNT 4297 VICTORY/TOPNGA LOS ANGELES 606,202 4298 ST. JOSEPH'S SCH LONG BEACH 2,000 4300 PV LANDFILL LA SANI DIST 19,650 4301 MICHELSON IRVINE 201,698 4304 MEDIA STUDIOS BURBANK 18,700 4310 VAIL/CLEVELAND MONTEBELLO 10,790 4311 PLAYA VISTA LOS ANGELES 16,854 4312 INDIANA/WASHINGTON BNSF 147,323 4315 190TH/GREENLANE REDONDO BEACH 2,000 4318 RON REAGON FRWY SYLMAR 16,304 4321 SO. EAST HS SOUTH GATE 12,000 4322 E. PCH WILMINGTON 14,216 4325 BLUFF CREEK PLAYA VISTA 50,310 4326 BNSF, IND & WASH COMMERCE 334,616 4327 UNION STATION LOS ANGELES 10,000 4331 OLIVE & LAKE BURBANK 12,876 4333 VINEYARD & SATURN LOS ANGELES 8,545 4335 CSI/BOEING-BOLSA HUNT. BCH 101,500 4338 BNSF, WASH & IND NERVON 37,840 4341 FIRE STATION BURBANK 0 4342 MOOG, WESTERN WAY TORRANCE 37,031 4345 3355 EMPIRE BURBANK 79,193 4351 LAX -SO VAULT LOS ANGELES 26,514 4355 HAWTHORNE BLVD TORRANCE 4,000 4356 L.AAF8 RMA LAND 3,858 4357 PICO BLVD. LOS ANGELEWS 20,400 4363 DUESLER LANE DUESLER ASSOC 36,000 4364 WASHINGTON BLVD. PICO RIVERA 23,265 4375 VAN NUYS BLVD. ARLETA 6,140 4376 OBSERVATORY RD. LOS ANGELES 13,151 4379 E. SOUTH ST. MARKET RECYCLE 1,885 4382 FIGUEROA/JEFF LOS ANGELES 5,995 4386 INDIANAIWASH BNSF 83,456 Page 12 of 14 1-31-09 Excel Paving Co. Work Experience May 31, 2007 JOB CLOSED JOBS 2007 SALES NO. PROJECT NAME AMOUNT 3876 PARTHENIA, LA 1,153,774 4067 DEL AMO BLVD LONG BEACH 393,459 4076 JESSE OWENS PK INGLEWOOD 562,447 4077 CHAPMAN/ST COLL FULLERTON 135,411 4112 BELMONT PIER LONG BEACH 479,513 4113 NO LONG BEACH LONG BEACH 1,673,247 4127 UNION STATION LOS ANGELES 429,149 4154 STS & ALLEYS W HOLLYWOOD 205,131 4177 COLD CANYON LOS ANGELES 481,211 4179 PE BIKE TRAIL UPLAND 2,418,540 4183 CAHUENGA LOS ANGELES 33,205 4189 AVE OF STARS CENT CITY 465,184 4205 DREW MID SCH LOS ANGELES 1,097,527 4206 107TH ST ES LOS ANGELES 400,544 4207 93RD ST ES LOS ANGELES 348,165 4226 MONTANOSO DR. MISSION VIEJO 163,838 4236 THOMAS EDISON MS LAUSD 814,878 4241 BRACKETT ARFLD POMONA 373,977 4252 W. PICO BLVD. LOS ANGELES 518,766 4255 ROMOLAND CALTRANS 200,540 4260 WESTLAKE VILLAGE 958,888 4264 BELLA TERRA MALL HUNT. BCH 3,166,715 4268 RANCHO CUCAMONGA RANCHO CUCAMONG. 234,424 4272 CHIQUITA BLDG PORTOF LB 6,922,874 4273 UCLA CAMPUS LOS ANGELES 71,597 4281 PALISADES HS 1,942 4285 MARLTON ES LOS ANGELES 278,427 4305 JEFF/CENTINELLA LOS ANGELES 1,486,623 4308 LAX AA MAINT AMERICAN AIRLINES 57,975 4313 SSA PKG LOT CO ORANGE 189,508 4320 CERRITOS PARK GLENDALE 305,537 4323 6TH & PCH HUNTINGTON BCH 16,092 4350 SHEILA ST. BNSF 256,660 4352 PREV MAINT REDONDO BEACH 254,596 4358 EL MODENA ALLEY ORANGE 97,222 4360 BESS/LEORITA KV11;SER FOUND 300,10 4368 SCHOOLWOOD DR. LA HABRA 170,908 4369 SHERMAN OAKS CNTR KBR SRV 39,323 4378 E. SLAUSON AVE. MARMOL RADZINER 60,718 4381 E. 7TH ST. INTERSCAPE 16,995 438F8 PICO BLVD LOS ANGELES 22,255 Page 13 of 1.4 Excel Paving Co. JOB NO. 4389 4390 4391 4392 4396 4397 4398 4399 4400 4402 4403 4405 4406 4409 4410 4411 4422 4423 4428 4432 4441 4447 CLOSED JOBS 2007 PROJECT NAME Work Experience May 31, 2007 UPPER CLOVERLEAF RD MONROVIA COLDWATER CYN NO. HOLLYWOOD U OF WEST ROSEMEAD OLDEN ST. SYLMAR BURBANK AIRPORT BURBANK DURFEE/MICHAEL HUNT DIEMER PLANT MWD WARDLOW/CHERRY BOEING ELSMERE CARSON MOORPARK COLLEGE BNSFIWASH VERNON HAALAND DR THOU OAKS TROY H/S FULLERTON MAARKET ST SWR CHLS KING LOT A BURBANK ARPRT BRAVO BASE REPAIR LOS ANGELES PUENTE HILLS LACO SANI PIER J-BERTH 247 LONG BEACH SIXTH ST. SAN PEDRO BURBANK AIRPORT BURBANK INDIANA/3RD BNSF PIER F LONG BEACH 1!btn-i F" 27C6-2W7, U- 6J1.2C07 . A 6 2?-X SALES AMOUNT 178,395 10,855 351,139 92,684 18,283 17,989 116,205 156,900 7,780 91,578 506,615 148,500 321,451 5,270 47,124 17,390 12,500 8,200 3,200 43,500 3,900 8,300 Page 14 of 14 1-21-09 Bond No. Bid Bond BID BOND The American Institute of Architects, AIA Document No. A310 (February,1970 Edition) KNOW ALL MEN BY THESE PRESENTS, that we PALP Inc. dba Excel Paving Company as Principal hereinafter called the Principal, and Federal Insurance Company a corporation duly organized under the laws of the state of Indiana as Surety, hereinafter called the Surety, are held and finely 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 (S lo% ), 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 Residential Streets (Project No. 1374) 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 famished 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 19th day of July , 2010 PALP Inc. dba Excel Paving Company Witness UPrincipal (�13 ROWBy: l�an� PRESIDENT M. Name/Tide . Federal Insurance Witness By: ur - Douglas ORSC 21328 (5/97) (Seal) State of California County of Orange On 07/19/2010 before me, Debra Swanson, Notary Public (Here insert name and tide of the officer) personally appeared Douglas A. Rapp who proved to me on the basis of satisfactory evidence to be the person(4) whose name(.) is/ape subscribed to the within instrument and acknowledged to me that he/sheJ} executed the same in his/4w,44ok authorized capacity(i"), and that by hisA rum signatw .&) 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. N t `Lorrk p� DEBRA SWANSON COMM. # 1822117 X NOTARY PUBLIC-UaORNIA ;0 v ORANGE COUNTY Cn (Notary ) Icy Co=. Expires NOY 10, 2012 ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Titk or description of attached document) (Title or description of attached document continued) Number of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER O Individual (s) O Corporate Officer - (Tide) ❑ Partner(s) D Attorney -in -Fact ❑ Tnistee(s) O Other INSTRUCTIONS FOR COMPLETING THIS FORM Any act wwledgment .completed In Calirornla must contain verbiage exactty as appears above in the notwy section or a jeparate aeknawledgment form must be properly completed and auadeed to that document. The only exception is if a document fi to be recorded ovuide of Cal(/ornla In such instances. any alternartve acbwwkdgnrent verbiage as may be printed on such a document so long as the verbiage does nol require the notary to do something that is illegal for a notary in California (Ge. carr(fying the authorized capacity of the signer). Please check the document carefrdly for proper notarial wording and attach this fwm j f required • State and County intoramatwn must be the state and County whore the document signa(a) personalty appearod before the notary public for scknowlodgnmont. • Date of not batiam ntwt be the date that the signers) personally appesrod which roust also be the sum daft the acknowledgment is completed. • The rotary public must print his or her name as it appears within his or her coauaission followed by a comma and then your tide (notary public). • Print the namo(s) of document signors) who personally appear at the rime of DOAdZti • Indicat0 the wrroot singular of plural roams by crossing off incorrect forms (i.e. is Irmo ) or circling the correct forms. Failure to oor w-* indicate this inroraedon may load to rejoction of document rocordirmg. • The notary seal impression must be cleat and photographically reproducible - Impression must not cover text or lines. If seal impression smudges, re -sea! if a sufficient arts permits, othuwisc complete a different acknowledgment form. • signature of the notary public must match the signature on file with dx office of rho county clerk. V d Additional information is not required but could help to ensure this aelmowledpno t is not misused or attacbod to a diffe mt document. O Indicate tide or type of attached document, number of pages and date. d Indicate the capacity claimed by the signer_ If the claimed capacity is a corporate officer, indicate the tide (i.e. CEO, CFO, Secretary)- • Socuroly attach this document to the signed document 2008 Version CAPA vl2.10.07 f00-S73-9865 www.NoWyCILum.com Chubb 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 Linda D. Coats, Matthew J. Coats, Douglas A. Rapp and Timothy D. Rapp of Laguna Hills, California each as their true and lawful Attorney- in- Fact to execute under such designation in their names and to affix their corporate seats 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 November, 2009. Kenneth C. Wendel, Assistant Secretary . Norris, Jr-, Vice P nt STATE OF NEW JERSEY ss. County of Somerset On this 16th day of November, 2009 before me, a Notary Public of New Jersey, personalty 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 swom, 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 Seat KATHERiNE J. ADELAAR NOTAPY PUBLIC OF NEW JERSEY �? ono® y Cammiaaioe fxprras July 16, 2014 A9(f �PIJBLlr+ Notary Public JENg CERTIFICATION Extract from the By- Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: "Ali pourers 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 afttxed 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." I, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies") do hereby certify that (i) the foregoing extract of the By- Laws of the Companies is true and correct, (fi) the Companies are duty 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. Treaswy 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 July 19, 2010 Kenneth C. Wendel, 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: suretyOGhubb.corn Form 15-10- 0225B- U (Ed. 5- 03) CONSENT City ®f Huntington Beach 2000 Main Street ® Huntington Beach, CA 92648 OFFICE OF THE CITY CLERK JOAN L. FLYNN CITY CLERK October 29, 2010 Pivot Group, Inc. 150 S. Glenoaks Blvd., #9170 Burbank, CA 91502 RE: CC-1374 - Reconstruction of Residential Streets on the Tree Petition List Enclosed please find your original bid bond for CC-1374. Sincerely, Joan L. Flynn, CIVIC City Clerk J F: pe Enclosure Sister Citie.-�bn%Wlg/,I , retWAi r&,New Zealand ( Telephone: 714-536-5227 ) SECTION C PROPOSAL for the RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No.13'74 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 60 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 ""Wf $ 8 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: C-z SECTION C INDEX RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No.1374 SMELLY DR., CUTTER DR., AND PROVIDENCE LANE Base Bid Total Amount Lump Sum Bid — In Figures ................... C-2.2 -BASE BID RESIDENTIAL STREETS ON THE TREE ]PETITION LIST ....C-2.3 to C-2.14 C-2.1 RESIDENTIAL STREETS ON THE TREE PETITION LIST C-2.3 to C-2.14 SHE LLY DR. CUTTER DR. PROVIDENCE LANE PROJECT BASE BID: Basis of Award $ 2-X7 t $-7Z.i(03E,dc, BASE BID TOTAL AMOUNT LUMP SUM BID IN FIGURES: $ BASE BID WILL BE THE BASIS OF AWARD (TOTAL OF SHELLY DR., CUTTER DR., AND PROVIDENCE LANE) C-2.2 RECONSTRUCTION OF PETITION LIST CC No.1374 SHELLY DR. C-2.3 PROJECT BID SCHEDULE . Shelly Drive CC-1374 Itea�i;" Nam: : iau :iTntt :" )� .Ii D" ' PKIP p • =Aiai;it : '= 1 1 LS Mobilization 2 575 Construct 0.17' Min. Asphalt Concrete on $ a $ 5,7 50. Surface Course 3 46880 SF Surface Grind Existing A.C. to a Depth of 0.17' Min. (includes disposal of fabric if 3i' $ a' " $ %%J4 present) 4 4 EA Adjust Sewer Manhole to Match New $ 600, $ LJOO ---- Finished Surface 5 5 EA Adjust Sewer Cleanout to Match New o� $ 550 , _ $ `Z,t 7:50.� Finished Surface 6 6 EA Adjust Water Valve to New Finished $ f j 0 ; Od OM $ �— Surface--i — Replace with City Furnished Water Meter _ 100 `= 3/3w . — 7 33 EA Box Frame and Cover to Match New $ • $ Finished Surface 8 7900 SF Remove and Reconstruct Construct $ �^ Sidewalk per HB Std. Pln. No. 207 ('W` = 4') C-2.4 PROJECT BID SCHEDULE Shelly Drive CC-1374 si a:1a ' ::iintt: >E>fe rt :::::::::::::: :: P �j. :Tint'' ce 's ettled ..> : Aaiioi3iit 9:. Remove & Reconstruct Curb & Gutter 9 1575 LF (CF=6", CF=8" when noted on plans) $ 30 $ �j�7eZ50, Includes Aggregate Base and Slot Pavement per HB Std. PhL No. 202 10 5385 SF Remove & Reconstruct Drwy Approach per � $ —7, cc $ 3-7; HB Std. PIn. No. 209. ('W Per Plan) ---�----- 11 4 EA Construct Curb Access Ramp Per Caltrans _ a $ (art ` Cr $ (- (OOO, i Std. A88A. (Ramp Case Per Plan) 12 2460 SF Remove and Reconstruct Concrete Cross cui $ _ a a $ Gutter per HB Std Pln. 205 13 3 EA Prepare Comer Record (pre and/or post $ 650 — $ 1ca , construction) for Survey Monumentation Remove Existing Tree and Grind Stump to ov `=o 14 24 EA 24" Below Top of Sidewalk/Grade. Pull Out All Roots Within Parkway Lot And Proposed Improvements. Furnish & Plant New 15 Gallon Tree Per HB Std. Plans 714, 715, 716, & 718. Tree Species and Final Location to be Determined by City Street Supervisor. 20 6—, 15 34 EA $ $ Excavate a 4' by 4' by4' Hole Centered at New Tree Location and Replace with Class A Top Soil. Install at Base of Tree, an Arbor -Gard or Approved Equal. Remove and Replace Irrigation System for Each Parkway Per Address. (Parkway Per 300. 16 18 EA Address Includes Both Frontage Parkways $ on Comer Lots). Sprinkler Heads Shall be Placed Adjacent to Back of Curb. C2_S PROJECT BID SCHEDULE Shelly Drive CC-1374 Lein :• s mate :::f:::;:.. 7Lt ii � ed:.... . Clear and Grub Existing Landscape 17 36 EA including Tree Roots 24" Below New Finished Surface, Replace with Class A Top $° $ Soil, and Plant Fescue Hydro Seed For Each Parkway Per Address 18 6 EA Protect Existing Tree and Install New Line �o $ 200 00 Root Barrier Per HB Std Pln. 718 19 1 LS 90 Day Plant Establishment do $ 960 i �!a $ goo 20 1 IS 1 year plant landscape maintenance $ 112 $ 21 4 EA Remove and Reconstruct 3" PVC (SCH 40) eTc $ �o $ Residential Lot Drain per HB Std PhL 204 22 1 LS Traffic Control 23 1 LS Prepare Storm Water Pollution Prevention pr $ I V2-00 ,_ �O $ 20 Plan (SWPPP) Total Amount Bid in Figures: $ 2:7 6 / Li 39 , kq ..atal Amount Bid in Words: . i. ��6 d�.uxti�X2�'.t��._:............ .. s; X -- �r RECONSTRUCTION OF PETITION LIST CC No.1374 CUTTER DR. PROJECT BID SCHEDULE Cutfer Drive CC-1374 ::for:`•' :tii Etta :Batt:.. e' �?... < Il...... A 1 LS Mobilization $ "_7/ o0o ° 2 175 Construct 0.17' Asphalt Concrete Surface $ C� r = $ i/7(;i , Course 3 14220 SF Surface Grind Existing A.C. to a Depth of $ $ L412-6 6 -7- . 0.17' (includes disposal of fabric if present) Replace with City Furnished Water Meter 100 100 hcP 600 4 6 EA Box Frame and Cover to Match New $ $ Finished Surface 5 2 EA Adjust Water Valve to New Finished T� $ � �� � � $ Surface 6 2 EA Adjust Sewer Manhole to Match New $ (�()(�i ' $ `/ 200 Finished Surface 7 2240 SF Remove and Reconstruct Construct $ jj , = $ j l Sidewalk per HB Std. Pln. No. 207 ('W = 4' S 465 LF Remove & Reconstruct Curb & Gutter (CF=6") includes Aggregate Base and Slot c $ $ Pavement per HB Std. Pln. No. 202 C2.8 PROJECT BED SCHEDULE -ADDENDUM #1 Cutter Drive CC-1374 :Atem:::; sticfi:ated:: :::::::::::::::::::::::::::::::::::::::::; .............................................. :.................... ) xtei►; ......................... ;::Na:;::::::Q;ua ................................................................................................................. i ....:.:. ..... ::: Tr �r.:::::..........................................:.:.: �f4:1fem:Descri ;tit>i�::::::::::::::::::::::::::::::::::::.:::::::::::: ':; :::' = :: ' :;::::::::::::' TnE : r ce.:.....A : :::::::::::::: nouni: : 9 665 SF Remove & Reconstruct Drwy Approach per $ -7 , �a $' L44655, HB Std. Pln. No. 209. ('W' Per Plan) Remove Existing Tree and Grind Stump to �r •r.-, 10 9 EA 24" Below Top of Sidewalk/Grade. Pull $ $ Out All Roots Within Parkway Lot And Proposed Improvements. Furnish & Plant New 15 Gallon PHOTINIA FRASERI Tree Per HB Std. Plns 714, 715, 716, & 718. Final Location c,n 11 9 EA to be Determined by City Street Supervisor. 0A , $ $( a $ 1 Excavate a 4' by 4' by4' Hole Centered at New Tree Location and Replace with Class A Top Soil. Install at Base of Tree, an Arbor -Gard or Approved Equal. 12 2 EA Protect Existing Tree and Install New $ 9-oo . = $ %100, Linear Root Barrier Per HB Std Pln. 718 Clear and Grub Existing Landscape including Tree Roots 24" Below New �1 50 2- 6X 13 8 EA Finished Surface, Replace with Class A $ d $ , Top Soil, and Plant Fescue Hydro Seed For Each Parkwav Per Address Remove and Replace Irrigation System for Each Parkway Per Address. (Parkway Per• IQ_ 14 3 EA Address Includes Both Frontage Parkways $� ` $ on Corner Lots). Sprinkler Heads Shall be Placed Adjacent to Back of Curb. 90 Day Establishment �a® �J t! 500. 15 1 LS Plant $ $ 16 1 LS Provide 1 year landscape maintenance $1 0115 $ C-2.9 CC-1374 ADDENDUM #1 PROJECT BID SCHEDULE Curter Drive CC-1374 "imat"ri ' i' 'i: u . '.'1.•.•••. P 17 2 SWIM EA Construct Residential Lot Drain per FIB Sid rrs $ o t� $ 1) W , Pln. 204 18 3 EA Remove and Reconstruct 3" PVC (SCH 40) Residential Lot Drain per HB Std Ph 204 19 l EA Prepare Corner Record (pre and/or post $ $ 6. r construction) for Survey Monumentation 20 1 LS Traffic Control $ . � $ 2, 000 21 1 LS Prepare Storm Water Pollution Prevention °^ $ 200 'nr $ it zoo ,~_" Plan (SWPPP) Total Amount Bid in Figures: $ —7Z / O-3I , Total Amount Bid in Words:-�1__-��JO___t� t-arm PETITION EIS` CC No. 1374 C-2,11 PROJECT BID SCHEDULE Providence Lane GG-1374 a ed �keiierd::: ..... a =.x ?!:.:� ?..•..•.. ; I trace:. .:................ $i $ 1 1 LS Mobilization 2 175 TN Construct 0.17' A.C. Surface Course. $0 ° ` r� $ ��i� °° SF Surface Grind Existing A.C. to a Depth of $ 0. ' — $ � 2GO , 3 14200 0.17' (includes disposal of fabric if present) Construct Type 1 Slurry Seal Across the Z $ m 4 4940(i SF Entire Roadway Surface. Adjust Sewer Lateral Cleanout To Match ca, $ '( ; = �r $ 91.750 5 25 EA New Finished Surface. Replace With City Furnished Water Meter 100 6 39 EA Box Frame And Cover To Match To New $ Finished Surface. Remove And Reconstruct Sidewalk Per HB $ $ 3 ,9>1(��G) . 7 7600 SF Std. Plan 207. ('W = 4') Remove And Reconstruct Curb And Gutter _ «? Per HB Std. Plan 202 (CF=6"). Item $ 30 a $ g�24t) v 8 1740 LF Includes Slot Pavement And Aggregate Base. PROJECT BID SCHEDULE Providence Lane CC-1374 tom: B . eriFd.: ... .....:: .::: : ...... .. ;... i iie 9 8250 SF Remove And Reconstruct Residential Driveway Approach Per HB Std. Plan 209. cis $ 7 • $ S 7/7-5'©� (`W Per Plan) 10 2 EA Construct Curb Access Ramp Per Caltrans $ / �r��, $ 3,300, Std. Plan A88A. (Ramp Case Per Plan) 11 2 EA Prepare Corner Record (Pre-And/Or Post $ — $ Construction) For Survey Monumentation. Remove Existing Tree And Grind Stump To 12 13 EA 24" Below Top Of Sidewalk/Grade, Pull %7 �K Out All Roots Within Parkway Lot And Proposed Improvements. Plant New 15 Gallon Tristania Laurin Tree Per HB Std. Plans 714, 715, 716, & 718, Final Location To Be Determined By City rn 13 13 EA Street Supervisor. Excavate a 4' By 4' By $ 2(� , $ 2 == 4' Hole Centered At New Tree Location And Replace With Class A Top Soil. Install At Base of Tree, an Arbor -Gard or Approved E ual. Remove And Replace Irrigation System For 14 37 EA Each Parkway Per Address. (Parkway Per Address Includes Both Frontage Parkways 0e $ CK? $ I `, too On Comer Lots) Sprinkler Heads Shall Be Placed Adjacent To Back of Curb. Clear And Grub Existing Landscape 15 42 EA Including Tree Roots 24" Below New Finished Surface, Replace With Class A Top $ 25o ` $ 10/ 560. Soil, And Plant Fescue Hydro Seed For Each Parkway Per Address. 16 26 EA Protect Existing Tree And Install New $ f $� ` � $ �f� Linear Root Barrier Per HB Std, Plan 718, — A 41 I ROJEC r BIM SCHEDULE Providence Lane CC-1374 :.. .;:. & suiE 1D ':Q::: zti� e rice : €ii 17 1 LS 90 Day Plant Establishment $ 18 1 LS 1 Year Plant Landscape Maintenace �© $ 11 ZW tC $ it Lam' 19 1 EA Construct 3" PVC (SCH 40) Residential Lot $� $ I �� —` Drain Per HB Std. 204. 20 EAResidential Remove And Reconstruct 3" PVC (SCH 40) a--20 $ 100, $ Z� �n ' Lot Drain Per HB Std. Plan 204. 21 1 LS Traffic Control $ �� b� ' $ - 2I 0 0 , 22 1 LS Prepare Storm Water Pollution Prevention GfJ $ 200, -` Cc. $ It 2-0c , Plan (SWPPP) Total Amount Bid in Figures: $ Total Amount Bid in Words: j wc� C-2.14 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. C"44VS 7 ti'r1 1 w �•qb., CA q e70 i AA Of 'Y 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 State of California ss. County of Orange A N D RE WA G 4 V CRD% At N , being first duI sworn, deposes and says that he or she is -T of }VIVOT 20up , 1N 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. T'o vot Gmu 11nc- Name of Bidder 150 s, ClernoaACg 31vd. /W9(70jBV1rb&nk r Address of Bidder CA 91-S02 Subscribed and sworn to before me this 26' day of �/ , 201 O . 6 y 7ta�I' e- IT A V ew-e--/, cx h 1J�l% Ne'-,I -Ae ,e— c%'! /-& .4 -Lx COMM. # 1812128 2 NOTARY PUBLIC - CALWOWZ 0LOSANGEUS COUMTY NOTARY PUBLIC _<.��� Ivmyce NOTARY SEAL C-a 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 RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST, CC NO.1374, (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: -1.12-(6110 Five+ soup 1�c, Contractor W tt, aWA By Title C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 14310.5, the Bidder shall complete, under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes No If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-b COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date: -T 2—(.0 1 to 1'1V6+ G;-M1 p AnC- . Contractor A4jLBy Qj -err's % ,k Title C-7 UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBER (To be completed only by the awarded Contractor prior to excavation) No excavation will be permitted until this form is completed and returned to the AGENCY. Section 4216/4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number, call Underground Service Alert at 811 or 1-800- 422-4133 a minimum of two working days before scheduled excavation. .Dig Alert Identification Number: Contractor BY Title I� Date: Note: This form is required for every Dig Alert Identification Number issued by U.S.A. during the course of the Work. Additional farms may be obtained from the AGENCY upon request. C-8 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: P I VO I GRauT->/ i1Vci - Bidder Name +� O� (� s • �1�Oa� D��/(J� • / � � l� d Business Address J5 v r60-VA 91902 City, State Zip c818) q S W631. Telephone Number r • . a State Contractor's License No. and Class Original Date Issued q/3®/201� Expiration Date The work site was inspected by Ay4m V4 t of our office on 201C). The following are persons, firms, and corporations having a principal interest in this proposal: Pia �.��s��-�- • ��rr� • C_9 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. 8=,IV4-T GROUP,, ING - Company Name Signature of Bidder AMbP-S HA&KV&1Z1>1AN Printed or Typed Signature Subscribed and sworn to before me this 2,6' day of,%u !y , 201 O . %y , n f AeA- ?--eesgo 4VI-0 .fie. for, ';;'� NOTARY PUBLIC ELIZABETH AGHVINIAN ti COMM. # 1812128 NOTARY PUBLIC - CALFURNUIZ LOSAW ELES COUNTY Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past two years: 1. Giiy Name and 0 A -7 00E of Public Agency OfL Si- • , Cap 0 A , CPI Name and Telephone No. of Project Manager: %V1 p� � GY, 15®4 N S (310)9SZ ®1 `704 X. 1930 10 / 00 0 � 5S5' 600 C r-r Xr kapwca� N 2010 A 2W,pct y1� Contract Amount Type of Work Date Completed 2. �°� Name and of Public Agency Z IQ _)�"g �-�'a►n(,�, gIU�.� � o r��e,e,, CA Name and Telephone No. of Project Manager: Mr' H&1r) C* J16't'd (310)'?0-3261 !' 5-00/ 0 m ConattiL fwp P-AC FGb zc g Contract Amount 3. c,ty 0& S;fru' \/aU" Name and Address of Public Agency Type of Work Date Completed Z9J ZR-TMf0 cyn. 2d . / S o'; \/'aW, i CA Name and Telephone No. of Project Manager: 00' 0 0d C,. n 1✓ Sp 2 00 % Contract Amount Type of Work Date Completed C-10 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No. 1374 SHELLY DR., CUTTER DR., AND PROVIDENCE LANE in the CITY OF HUNTINGTON BEACH July 15, 2010 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) REVISED ITEM 10 ON PAGE C-2.9 FROM "CLEAR AND GRUB..." TO "TREE REMOVAL..." Replaced Page C-2.9 With a New Page C-2.9 with Revised Item 10. Bidders shall submit SECTION C with the most current revised bid schedule Page C-2.9 entitled "Project Bid Schedule —Addendum #1 Cutter Drive CC-137411. Award will be based on most current revised Bid Schedule. This is to acknowledge receipt and review of Addendum Number One, dated July 16, 2010. voi Gl-at&�, toy, - Company Name By -t 2(0 / 1® Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER E -Two For RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No. 1374 SHELLY DR., CUTTER DR., AND PROVIDENCE LANE in the CITY OF HUNTINGTON BEACH Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) REVISED DRIVEWAY CONCRETE THICKNESS ON STANDARD PLAN 209 IN APPENDIX J FROM "8-INCH" to "6-INCH" Replaced Standard Plan 209 page 1 of 1 entitled "Residential Drive Approach in Appendix J With a New Standard Plan 209 page 1 of 1 entitled "Residential Drive Approach —Addendum 2—CC-1374": Bidders shall submit bids based on the Standard Plan 209 page 1 of 1 entitled "Residential Drive Approach - Addendum 2—CC-1374." Award will be based on most current revised Standard Plan 209. This is to acknowledge receipt and review of Addendum Number, dated July 22, 2010, Company Name By Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. American Contractors Indemnity Company 9841 AIRPORT BOULEVARD, 9TH FLOOR, LOS ANGELES, CA 90045 (310) 649-0990 BOND NO. 1000754785-74 PREMIUM Included in BBSU BID DATE: 07/27/10 BID BOND KNOW ALL MEN BY THESE PRESENTS, That we, Pivot Group, Inc., 150 S. Glenoaks Blvd., #9170, Burbank, CA 91502 (hereinafter tailed Principal), as Principal, and American Contractors Indemnity Company a corporation, organized and existing under the laws of the State of California and authorized to transact a general surety business in the State of California, (hereinafter called Surety), as Surety, are held and firmly bound unto City of Huntington Beach, 2000 Main Street, Huntington Beach, CA 92648 (hereinafter called Obligee) in the penal sum of Ten percent ( 10 %) of amount bid not to exceed Ten Percent of the Total Amount of the Bid in ------------------------------------------------------------------------ -------------------------------------------------------------------------------------- Dollars ($ 107. ) for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That, whereas the Principal has submitted or is about to submit a proposal to the Obligee on a contract for Street Improvement Work on Shelly Dr., Huntington Beach, CA. NOW, THEREFORE, if the said contract be awarded to the Principal and the Principal, shall, within such time as may be specified, enter into the contract in writing, then this obligation shall be void. If the Principal shall fail to do so, then the undersigned shall pay the obligee the damages which the obligee may suffer by reason of such failure up to and not exceeding the penal sum of the bond. SIGNED, SEALED AND DATED THIS 23rd DAY OF July 2010 PIVOT GR INA. PRINCIPAL By: Am7t"- By: actors Indemnity Company Zenizo, to ey-in-Fact I HCCSZZ220606t04 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of .California County of Los Angeles On July 23, 2010 before me, M. S. Rodriguez, Notary Public , Date Here Insert Name and Title of the Officer personally appeared PATRICIA ZENIZO Name(s) of gigner(s) who proved to me on the basis of satisfactory evidence to be the person($) whose name($) is/ars subscribed to the within instrument and acknowledged to me that tae/she/thEyt executed the same in his/her/tf authorized capacity(ies), and that by his/her/their signature(4s) on the instrument the person(s'), or the entity upon behalf of which the person(s') acted, executed the instrument. ate IGUEz I certify under PENALTY OF PERJURY under the laws - CALIFORNIA COUNTY zof the State of California that the foregoing paragraph is 1872651 true and correct. JAN. 2, 2014 WITNESS my hand and official seal. Signature Place Notary Seat Above Signature of Notary P. OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Number of Pages: Signer's Name: Signer's Name: ❑ Individual El Individual J Corporate Officer — Title(s): J Corporate Officer — Title(s): C; Partner — CI Limited ❑ General _ _ D Partner — ❑ Limited ^I General _ %1 Attorney in Fact • J Attorney in Fact ° l_i Trustee Top of thumb here Trustee Top of thumb here CI Guardian or Conservator ' Guardian or Conservator * Other: O Other: Signer Is Representing: Signer Is Representing: ©2007 National Notary Association • 9350 De Soto Ave., PO. Box 2402 • Chatsworth, CA 91313-2402 • www.NationaiNotaryorg Item #5907 Reorder: Call Toll -Free 1.800-876-6827 -OF-tiH T I °IIII,III1AID,i�l�ll LII�'L AMERICAN`CONTRACTORS INDEMNi YCOIPN�- MUNITED STATES SU �Rl[� Al ' : �,S. SPECIALTY INSUMME100MP��1 KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, United States Surety Company, -a Maryland corporation and U S Specialty Insurance Company, a Texas corporation (collectively, the ot�anrey these presents fie, In�ki� omt: - �I ill d II'�ii �I Ifl Patriciale}so¢'�1�n�e�-or Pietro 11ticltei _ — arnia its true and lawful Attorney(s)-in-fact; each in their separate capacity if more than one is; named above, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and.deliver any, and all bonds, recognizances, undertakings or other instruments or contracts of sutyso dude riders, amen11 a �s, of surety, proYldi_th_d penalty does not exceed _ - l ee Milhon***, G, ,I'll - „4 , ,�� !, Dollars (S This Power of Attorney shall exp w t ii n Decembe l' i' 1,. hil OR V�ttorney is get i@4er - = authority of the following resolutions fttee byt�ie Boards of Directors of b' antes: Be it Resolved, that the President, any Vice -President, any Assistant vice -President, any Secretary or anyAssistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons, as -Attorneys) -in -Fact to represent and act for and on behalf of the Company subject to the following provisions: tt rr =given foil power and I�µthoaYity fp s i of and on behalf of3h L tpa�e clmowledge and deliver, artyand sl $ s, roc es, t�greements or mde �i __ Coanyaiiateider, and any sticrleta thl onli pbligatory undertait aid documents caneltnor termtatrne 1n% sewed and'effected by the Corporate Seort ins@irr�tts ap7i t�Cl by,0py such Attorn ey rt-�icsl �r> o e Company as ifsrgned by the r sidetrt Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid'and binding upon the Company with respect to any bond or undertaking to which it is attached. - IN t}d and th °WITNESS WHEREOF, The Conanteavcause€T instrument to be sign ezr cdtprate seals to be— , heretofiis 15`' day, of June- 2009. - - AMERICAN CONTRACTORS INDEMNITY COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY Corporate Seals tvanapS pt=.c S ij 91COAPOWAED ? p 'E State of California Signature —_�`�1 (Seal) i, Jeannie J. Kim, Assistant Secretary of .mencam Contractors Ind Insurance Company; do hereby ceifffy that lte above ana foregoin Companies, which is still in full forthe are in full force and effect. By= =3Dae iresident In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Los Angeles, California this 23rd day CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT On ✓u/4/ 2,5;� 2Ae9/c� before me Personally appeared 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) or) the instrument the person(s) or the entity upon behalf of which the person(s) ELIZABETH AGH\nNIAN acted executed the instrument. Z COMM. # 1812128 �NO7ARY PUBLIC - CAL�OR�fIA LOS AWELES COUNTY -- I certify under PENALTY OF PERJURY under My CatxeNedon the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal SIGNATURE OF NOTARY PUBLIC OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT V INDIVIDUAL ❑ CORPORATE TITLES ❑ PARTNERS ❑ LIMITED ❑ GENERAL ❑ ATTORNEY IN FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER SIGNER IS REPRESENTING NAME OF PERSON(S) OR ENTITY TITLE OR TYPE OF DOCUMENT A -e_ NUMBER OF PAGES O7_ 2-.3- DATE OF DOCUMENT SIGNERS) OTHER THAN NAMED ABOVE City ®f Huntington Beach 2000 Main Street ® Huntington Beach, CA 92648 OFFICE OF THE CITY CLERK JOAN L. FLYNN CITY CLERK October 29, 2010 R. J. Noble Co. 15505 E. Lincoln Ave. Orange, CA 92856 RE: CC-1374 - Reconstruction of Residential Streets on the Tree Petition List Enclosed please find your original bid bond for CC-1374. Sincerely, Joan L. Flynn, CMC City Clerk JF:pe Enclosure Sister Citiggfo4d4o/ t/?et&tgiithketopd lew Zealand ( Telephone: 714-536-5227 ) TO: CITY Or HUNTINTON MACH z000 MAIN 5TRE-E-T �4ft�' HUNTINGTON BEACH, CA.W+s City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No, 1374 SHELLY DR., CUTTER DR., AND PROVIDENCE LANE in the CITY OF HUNTINGTON BEACH July 15, 2010 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) REVISED ITEM 10 ON PAGE C-2.9 FROM "CLEAR AND GRUB..." TO "TREE REMOVAL..." Replaced Page C-2.9 With a New Page C-2.9 with Revised Item 10. Bidders shall submit SECTION C with the most current revised bid schedule Page C-2.9 entitled "Project Bid Schedule —Addendum #1 Cutter Drive CC-1374". Award will be based on most current revised Bid Schedule. This is to acknowledge receipt and review of Addendum Number One, dated Jul 6, 2010. R.J. NOBLE COMPANY X Company Name By,4MHAEL J. CARVER, PRESIDENT JULY 27, 2010 Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBERO CD For RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No. 1374 SHELLY DR., CUTTER DR., AND PROVIDENCE LANE in the CITY OF HUNTINGTON BEACH July 22, 2010 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) REVISED DRIVEWAY CONCRETE THICKNESS ON STANDARD PLAN 209 IN APPENDIX J FROM "8-INCH" to "6-INCH" Replaced Standard Plan 209 page 1 of 1 entitled "Residential Drive Approach" in Appendix J With a New Standard Plan 209 page 1 of 1 entitled "Residential Drive Approach —Addendum 2—CC-1374". Bidders shall submit bids based on the Standard Plan 209 page 1 of 1 entitled "Residential Drive Approach — Addendum 2—CC-1374." Award will be based on most current revised Standard Plan 209. . This is to acknowledge receipt and review of Addendum Number One, da J .dy 22, 10. R.J. NOBLE COMPANY Company Name B Chris Page, Assistant Secretary 07/26/2010 Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. SlEd CT10N C PROPOSAL for the RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No.13'74 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 60 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, takes, 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-}. 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 10% BID BOND 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. Aildertda:No..:.,.::::;.�::::_.Date:;R�ee�'ved':::;:;:;.,,.::::::.::.:.::::::_;::::.::•:�-:_...:.::_;� .rd�'er..s.Si.naiur.�:::;:�>:;:.:::�-:::-.::::::::::....,::::: 1 JULY 15, 2010 X chael ger, President 2 JULY 22, 2010 Michael J. Carver, President C-2 SECTION C RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No.1.374 SHE, LLY DR., CUTTER DR., AND PROVIDENCE LANE Base Bid Total Amount Lump Sum Bid — In Figures ................... C-2.2 -BASE BID RESIDENTIAL STREETS ON THE TREE PETITION LIST ....C-2.3 to C-2.14 C-2. A RESIDENTIAL STREETS ON THE TREE PETITION LIST C-2.3 to C-2.14 SHELLY DR. $ 4O7 � VJ , 00 CUTTER DR. $ ` ca 2.2 PROVIDENCE LANE $ 425, D59, 1,50 PROJECT BASE BID: Basis of Award BASE BID TOTAL AMOUNT LUMP SUM BID IN FIGURES: $ 9�)-7,7D69 00 BASE BID WILL BE THE BASIS OF AWARD (TOTAL OF SHELLY DR., CUTTER.DR.,.AND PROVIDENCE LANE) C-2.2 ?♦aM It'll: ff i C-2.3 - ItOJECT BID SCHEDULE Shelly Drive CC-1374 items...;.: o :; ..... ...... ; lfi3lil` : Biiil:)�te' '':f? scra tort :::. .:.:.:.:.:.:.:.:.:.:.:.:.:.:.:. .. l? it +ee :: ...... cled o' . Tri jE'r iti:::.:: 1 1 LS Mobilization b o $ �it, t� $ `� ►, row ' 2 575 TN Construct 0.17' Min, Asphalt Concrete $ 74.25 $ . -'` Surface Course Surface Grind Existing A.C. to a Depth of 3 46880 SF 0.17' Min. (includes disposal of fabric if $ 0.20 $ 9,376.00 present) 4 4 EA Adjust Sewer Manhole to Match New $ 625.00 $ 2,500.00 Finished Surface 5 5 EA Adjust Sewer Cleanout to Match New $ 625.00 $ 3,125.00 Finished Surface 6 6 EA Adjust Water Valve to New Finished $ 575.00 $ 3,450.00 Surface 7 33 EA Replace with City Furnished Water Meter Box Frame and Cover to Match New $ 210 .00 $ S„ Q 2 �, 00 Finished Surface 8 7900 SF Remove and Reconstruct Construct Sidewalk HB Std. Pin. No. 207 = 4') $ 5o $ � 5 / 556 per (V' 75 C-2.4 PROJECT BID SCHEDULE Shelly Drive CC-1374 It —elff, Esliiit—it L[iiiit: ;.�:.;: `� 1esc tp lnit'ice : iitlided : Airioi ' Remove & Reconstruct Curb & Gutter 9 1575 LF (CF=6", CF=8" when noted on plans) 00.$ $ — 70 675, ' Includes Aggregate Base and Slot Pavement - i per HB Std. Pln. No. 202 10 5385 SF Remove & Reconstruct Drwy Approach per $ -v T $ - 25 HB Std. Pln. No. 209. ('W' Per Plan) 11 4 EA Construct Curb Access Ramp Per Caltrans Std. A88A. (Ramp Case Per Plan) $ pC� $ i •� ,, _ _ �-- T 12 2460 ISF Remove and Reconstruct Concrete Cross Gutter $ l 2 S b $ 30 SO. per HB Std Pln. 205 13 3 EA Prepare Corner Record (pre and/or post $ 425.00 $ 1, 275.00 construction) for Survey Monumentation Remove Existing Tree and Grind Stump to 14 24 EA 24" Below Top of Sidewalk/Grade. Pull $ 510.00 $ 12,240.00 Out All Roots Within Parkway Lot And Proposed Improvements. Furnish & Plant New 15 Gallon Tree Per HB Std, Plans 714, 715, 716, & 718. Tree Species and Final Location to be 15 34 EA Determined by City Street Supervisor. $ -5c $ - 7 j Excavate a 4' by 4' by4' Hole Centered at New Tree Location and Replace with Class A Top Soil. Install at Base of Tree, an Arbor -Gard or Approved Equal. Remove and Replace Irrigation System for Each Parkway Per Address. (Parkway Per co 16 18 EA Address Includes Both Frontage Parkways $ (0 2S . $.tJ2 SO on Corner Lots). Sprinkler Heads Shall be Placed Adjacent to Back of Cinrb. C-2.5 PROJECT BID SCHEDULE Shelly Drive CC-1374 tlil : Stll.i tiantii ' > Q . tY:?:: aT' .. :: p'?r .:: n rye 7ktii 0f - ........ . 17 36 EA Clear and Grub Existing Landscape including Tree Roots 24" Below New Finished Surface, Replace with Class A Top Soil, and Plant Fescue Hydro Seed For Each Parkway Per Address $ 2,joo.' $ jam 18 6 EA Protect Existing Tree and Install New Linear Root Barrier Per HB Std Pln. 718 $ 650.00 $ 3,900.00 19 1 LS 90 Day Plant Establishment $ 41wo $ Cno 20 1 LS I year plant landscape maintenance $ � — $ SCD 21 4 EA Remove and Reconstruct 3" PVC (SCH 40) Residential Lot Drain per HB Std Pln. 204 $ 420.00 $ 1,680.0 22 1 LS Traffic Control $ 5,000.00 $ 5,000.00 23 1 LS Prepare Storm Water Pollution Prevention Plan (SWPPP) $ 1,200.00 $ 1,200.00 Total Amount Bid in Figures: $ 4 Q Total Amount Bid in Words :-�u .hu .td.saY.� ...��..�ic.u..... reno C C-2.6 RESIDENTIAL STREETS ON THE TREE PETITION LIST CC No. 1374 CUTTER DR. C-2.7 PROJECT BID SCHEDULE Cutter Drive CC-1374 stii�naie' ..... _ .'..':' } pe ................ }N .Ky ^ fk.'...'. :_.. . .�. .. ...'.'.'.'.'.'.,., 'aaap///11 }(.�♦ sg��y.'tyyy.•��(( +� .'.�'iMl'RfiFi�..'.'' 1 1 LS Mobilization $ `�T +� $—C'0-0� 2 175 TN Construct 0.17' Asphalt Concrete Surface $ 84.00 $ 14, 700.0 Course 3 14220 SF Surface Grind Existing A.C. to a Depth of $ 0.20 $ 2,844.00 0.17' (includes disposal of fabric if present) Replace with City Furnished Water Meter 4 6 EA Box Frame and Cover to Match New $ 2 (U . ov $ Finished Surface 5 2 EA Adjust Water Valve to New Finished $ 575.00 $ 1,150.00 Surface 6 2 EA Adjust Sewer Manhole to Match New $ 625.00 $ 1,250.00 Finished Surface 7 2240 SF Remove and Reconstruct Construct Sidewalk HB Std. Pin. No. 207 = 4') $ 4 5 $ in(p per ('W Remove & Reconstruct Curb & Gutter 8 465 LF (CF=6") includes Aggregate Base and Slot $ AL IS $ 2( Pavement per HB Std. Pin. No. 202 C-2.8 PROJECT BID SCHEDULE -ADDENDUM #I Cutter Drive CC-1374 Iteai:.;:;:Estirii:aced NO taaritl �.... .. '.......... ::::::::::::.:::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::: 10gE� Bfd )Ete Descri pitiii..... ..:.:.:::::.::..:..:.::::::.:.......:...::::::::.:fin% .. !t...... ; ;.::; Afn t i.. . 9 665 ISF Remove & Reconstruct Drwy Approach per HB Std. Pin. No. 209. ('W' Per Plan) $ 15 $ /i 7754. ? `f r Remove Existing Tree and Grind Stump to 10 9 EA 24" Below Top of Sidewalk/Grade. Pull Out All Roots Within Parkway Lot And $ 575.00 $ 5 ,175.0 Proposed Improvements. Furnish & Plant New 15 Gallon PHOTINIA FRASERI Tree Per HB Std. Pins 714, 715, 716, & 718. Final Location 11 9 EA to be Determined by City Street Supervisor. Excavate a 4' by 4' by4' Hole Centered at $ 2(eo 06 $ New Tree Location and Replace with Class A Top Soil. Install at Base of Tree, an Arbor -Gard or Approved Equal. 12 2 EA Protect Existing Tree and Install New Linear Root Barrier Per HB Std Pin. 718 $ 650.00 $ 1,300.00 Clear and Grub Existing Landscape 13 8 EA including Tree Roots 24" Below New Finished Surface, Replace with Class A $ 212 50. s19,. b b. Top Soil, and Plant Fescue Hydro Seed For Each Parkway Per Address Remove and Replace Irrigation System for 14 3 EA Each Parkway Per Address. (Parkway Per Address Includes Both Frontage Parkways � $J, bG $ .t Ion Corner Lots). Sprinkler Heads Shall be Placed Adjacent to Back of Curb. 15 1 LS 90 Day Plant Establishment $ $ QO 16 1 LS Provide 1 year landscape maintenance Ub $ 44, 060 , $ 4- 000 C-2.9 CC-1374 ADDENDUM #1 PROJECT BID SCHEDULE Cutter Drive CC-1374 1 ...:.:�si�max 2 :: ' :' uaiiti ' :Q tJ' >: iiit> 'i. .'.{.'.'.:: 1?............. JFi cr. teuri )� siri ttad: :: . �t .. 8 17 2 EA Construct Residential Lot Drain per HB Std Pin. 204 420.00 $ 840.00 18 3 EA Remove and Reconstruct 3" PVC (SCH 40) Residential Lot Drain per HB Std Pin. 204 $ 420.00 $ 1,260.00 19 1 EA Prepare Corner Record (pre and/or post construction) for Survey Monumentation $ 420.00 $ 420.00 20 1 LS Traffic Control $ 5,000.00 $ 5,000.00 21 1 LS Prepare Storm Water Pollution Prevention Plan (SWPPP) $ 1, 200.00 $ 1,200.0 0 Total Amount Bid in Figures: $ 104 922,50I Total Amount Bid in Words _Qn�, btinC�Y.`f ..: 1��:.__in. Dlris�.Cl-Q- ---- �l C-2.10 l Wan CC No. 1374 PROVIDENCE LANE PROJECT BID SCHEDULE Providence Lane CC-1374 ::item:::.Estztiiated .....t ...; ; ;. ...... ttC : >tTi t . lt�. ;:;• - ........ ice':`• `1�iided:: .. Etftri 1 1 LS Mobilization $ 00 $ , Q0 . 66 2 175 TN Construct 0.17' A.C. Surface Course. $ 84.00 $ 14,700.0 3 14200 SF Surface Grind Existing A.C. to a Depth of 0.17' (includes disposal of fabric if present) $ 0.20 $ 2,840.00 4 49400 SF Construct Type 1 Slurry Seal Across the Entire Roadway Surface. $ 0.33 $ 16,302.00 5 25 EA Adjust Sewer Lateral Cleanout To Match New Finished Surface. $ 625.00 $ 15,625.00 6 39 EA Replace With City Furnished Water Meter Box Frame And Cover To Match To New Finished Surface. $ 6� T �' 7 7600 SF Remove And Reconstruct Sidewalk Per HB Std. Plan 207. ('W = 4') $ — $' � i 8 1740 LF Remove And Reconstruct Curb And Gutter Per HB Std. Plan 202 (CF=6"). Item Includes Slot Pavement And Aggregate Base. $� — $ r C-2.12 PROJECT BID SCHEDULE Providence Lane CC-1374 M. ' s�titrrdte' Bari i Alt: :.:;:.:::.:.:.:.:.:.:.:.:.:.:.:.:.:.:.:.::.:.::::. #iia ie :e c. Marx•:'.. • • •:':•:':•:... I •:....:.;.;.• l�:? J '. :;Uir......'c..:.. eiided< ' - :: . :.Aa ... Remove And Reconstruct Residential 9 8250 SF Driveway Approach Per HB Std. Plan 209. $ 7. 2 s $ `2A9,51 ('W' Per Plan) 10 2 EA Construct Curb Access Ramp Per Caltrans Std. Plan A88A. Case Per Plan) $ 3 ", $ b®o oa (Ramp 11 2 EA prepare Corner Record (Pre-And/Or Post $ 420.00 $ 840.00 Construction) For Survey Monumentation. Remove Existing Tree And Grind Stump To 12 13 EA 24' Below Top Of Sidewalk/Grade. Pull $ l , 675.00 $ 21, 775.00 Out All Roots Within Parkway Lot And Proposed Improvements. Plant New 15 Gallon Tristania Laurina Tree Per HB Std. Plans 714, 715, 716, & 718. Final Location To Be Determined By City 13 13 EA Street Supervisor. Excavate a 4' By 4' By $ 4' Hole Centered At New Tree Location And Replace With Class A Top Soil. Install At Base of Tree, an Arbor -Gard or A roved E ual. Remove And Replace Irrigation System For Each Parkway Per Address. (Parkway Per 14 37 EA Address Includes Both Frontage Parkways $ US ev $ ins, 06 On Corner Lots) Sprinkler Heads Shall Be Placed Adjacent To Back of Curb. Clear And Grub Existing Landscape Including Tree Roots 24" Below New 15 42 EA Finished Surface, Replace With Class A Top $ao $ Soil, And Plant Fescue Hydro Seed For Each Parkway Per Address. 16 26 EA Protect Existing Tree And Install New $650. 00 $ 16.900.0 Linear Root Barrier Per HB Std. Plan 718. C-2.13 PROJECT BID SCHEDULE Providence Cane CC-1374 tiro : >:1C+?tftna#,e' d:: 1�I .� BIZt•. A O.. 17 1 LS 90 Day Plant Establishment $ o2� $ C40.—o 18 1 LS I Year Plant Landscape Maintenace $ 2.S�. 19 1 EA Construct 3" PVC (SCH 40) Residential Lot Drain Per HB Std. 204. $420.00 $ 420.00 20 20 EA Remove And Reconstruct 3" PVC (SCH 40) Residential Lot Drain Per HB Sid. Plan 204. $420.00 $ 8 , 400.00 21 1 LS Traffic Control $5,000.00 $ 5,000.00 22 1 LS Prepare Stone Water Pollution Prevention Plan (SWPPP) $1, 200.00 $ 1,200.00 Total Amount Bid in Figures: $ 42-5, OGI, 60 Total Amount Bid in Words:.r-�(��!-�. C-2.14 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. <I'ortiort Name,xridAcldress of Subcotriractor State License Gass of 1rT'ork _ :. REMOVAL IV & E TREE SERVICE, p.o. box 3280, ORAN E,CA 654506 c-27 COLD MILL pggCl IpN Ln pIAN 1355"LSCALISA BLVD;NUCAIPA, CA 92399 832640 C-12 SLURRY NT COATINGS 10240 SAN SEVAINE WAY, MIRA LOMA, CA 303609 A, C-32 UTILITIES EBS, UTILITIES ADJUSTING 1320 E. SIXTH ST. SUITE 100 CORONA.CA A-932Z28 survey CASE LAND SURVEYING 614 N. ECKHOFF ST. ORANGE, CA 5411 C.L.' Concreb_. l 035 pho, v Lr ndsca p-e, 8 c 1 1 r__ Wnlnu-r- Avv FWIPri-nn . (A 929.il By submission of this proposal, the Bidder certifies: 1. That he is able to and will perforrn 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 State of California ss. County of Orange MICHAEL J. CARVER , being first duly sworn, deposes and says that he or she is PRESIDENT of R.J. NOBLE COMPANY the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. R.J. NOBLE COMPANY Name of Bidder X S' ature of Bidder MICHAEL J. CARVER, PRESIDENT 15505 E. LINCOLN AVE. ORANGE, CA 92865 Address of Bidder Subscribed and sworn to before me this 27 day of JULY , 201 0 JENNIFER DE IONGH Commission # 1771186 Notary Public California Z , Orange County fvVy Comm. Expires Oct 28, 2011 NOTARY C-4 NOTARY SEAL 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 RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST, CC NO.1.374, (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 terra "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: JULY 27, 2010 C-S R.J. NOBLE COMPANY Contractor X B �O MICHAEL J. CARVER, PRESIDENT Title In accordance with Government Code Section 14310.5, the Bidder shall complete, under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ® Yes ® No If the answer is yes, explain the circumstances in the space provided. N/A Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-b 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: JULY 27. 2010 C-7 R.J. NOBLE COMPANY Contractor X By MICHAEL J. CARVER, PRESIDENT Title UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBER (To be completed only by the awarded Contractor prior to excavation) No excavation will be permitted until this form is completed and returned to the AGENCY. Section 4216/4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number, call Underground Service Alert at 811 or 1-800- 422-4133 a minimum of two working days before scheduled excavation. Dig Alert Identification Number: R.J. NOBLE COMPANY Contractor X Sy MICHAEL J. CARVER, PRESIDENT Title Date: JULY 27, 2010 Note: This form is required for every Dig Alert Identification Number issued by U.S.A. during the course of the Work. Additional forms may be obtained front the AGENCY upon request. C-8 BIDDER'S INFORMAT1011 BIDDER certifies that the following information is true and correct: R.J. NOBLE COMPANY Bidder Name 15505 E. LINCOLN AVE. Business Address ORANGE, CA 92865 City, State Zip ( 714 ) 637-1550 Telephone Number A-782908; CLASS A State Contractor's License No. and Class AUGUST 14, 2000 Original Date Issued AUGUST 31, 2010 Expiration Date The work site was inspected by CHRIS PAGE of our office on JULY 20 , 2010 The following are persons, firms, and corporations having a principal interest in this proposal: R.J. Noble Company a California Corporation MICHAEL J. CARVER, PRESIDENT CRAIG PORTER, VICE PRESIDENT STEVE MENDOZA, SECRETARY JAMES N. DUCOTE, TREASURER C-9 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. R.J. NOBLE COMPANY Company Name X Si2natur f Bidder MICHAEL J. CARVER, PRESIDENT Printed or Typed Signature Subscribed and sworn to before me this 27 dayof JULY 2010 JENNIFER DE IONGH — Commission # 1771186 z a} Notary Public - California z .' orange County 'z fly Comm. Expires Oct 28, 2011 NOTARY NOTARY SEAL Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past two years: CITY OF HUNTINGTON BEACH, P.O. BOX 784, HUNTINGTON BEACH, CA 92648 Name and Address of Public Agency Name and Telephone No. of Project Manager: DAVE VERONE (714) 536-5221 $3 875,549.75 ARTERIAL REHAB. 12/07 - 06/09 Contract Amount Type of Work Date Completed 2. CITY OF MURRIETA, ONE TOWN SQUARE, MURRIETA, CA 92562 Name and Address of Public Agency Name and Telephone No. of Project Manager: TOM NOWAK (951) 304-2489 $1,298,906.95 STREET IMPROVEMENTS 12/07 - 06/09 Contract Amount Type of Work Date Completed COUNTY OF RIVERSIDE, P.O. BOX 1090, RIVERSIDE, CA 92502 Name and Address of Public Agency Name and Telephone No. of Project Manager: STAN DERY (951) 955-6742 $4,628,247.70 STREET IMPROVEMENTS 02/08 - 10/08 Contract Amount Type of Work Date Completed C-10 =i TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Hartford, Connecticut 06183 KNOW ALL MEN BY THESE PRESENTS, Thatwe, R.J. NOBLE COMPANY Bond No. . N/A as Principal, hereinafter called the Principal, and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA. of Hartford, Connecticut, a corporation duly organized under the laws of the State of Connecticut, as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF HUNTINGTON BEACH as Obligee, hereinafter called the t �l,Wee, in the sum or TEN PERCENT OF THE AMOUNT OF THE BID Dollars ($ 10% OF BID ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents_ WHEREAS, the Principal has submitted a bid for RECONSTRUCTION OF RESIDENTIAL STREETS ON THE TREE PETITION LIST CC NO. 1374 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 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 Coniract 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 20th day of JULY 1 2010 (wftness) (Witness] R.J. NOBL 0 ANY M EL J. CARVER, PRESIDENT (Title) TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA 19 Printed in cooperation with the American Institute of Architects (AIA) by Travelers Casualty and Surety Company of America. The language in this document conforms exactly to the language used in AIA Document A310, February 1970 edition. c_i L?654 (07-97) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT ��S�S�R..•,S,_2S:spa..*.Y.C!4\S.:aS.�•.y1g.TS��S.y�.v�.v�S.�-.�'Y �aS.zut.�S.g�,c�Cc��vc�S;�C.c�Stis�.vs�S,�,a\.'S,�S.: aS.�.saS,yDS.-c�C�..W,..• � 5.3�:�G�S�.ca'a,�aG. State of California County of ORANGE On 07/23/2010 Date personally appeared before me, JENNIFER DE IONGH, NOTARY PUBLIC Here Insert Name and Title of the Officer MICHAEL J. CARVER JENNIFER DE IONGH Commission # 1771186 Ir Notary Public - California z Z Orange County MV Cornm. EVkesOct28, 2011 Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the persono whose named is/Aro. subscribed to the within instrument and acknowledged to me that he/fey executed the same in his/f4w4K-,tr authorized capacityW, and that by hislthiaAheig signaturekK on the instrument the personA, or the entity upon behalf of which the person(I) acted, executed the instrument. 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and Signature OPTIONAL Though the information below is not required by law, it may prove and could prevent fraudulent removal and reattachment Description of Attached Document Title or Type of Document: Document Date: Signers) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Person r ying on the document to anoAtOr document. Number of Pages: Signer's Name: Signers Name: ❑ Individual ❑ Individual ❑ Corporate Officer — Title(s): ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Attorney in Fact ❑ Trustee Top of thumb here ❑ Trustee Top of thumb here ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing: 02007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www-NationafNotaryorg Item 45907 Reorder Call Toll -Free 1-800-876-6827 r"J State of California County of RIVERSIDE i On 0 10 before me, R. NAPPI "NOTARY PUBLIC" (Here insert name and title of the officer) personally appeared MICHAEL D.. STONG who proved to me on the basis of satisfactory evidence to be the persogWwhose nameWis/are+ subscribed to the within instrument and acknowledged to me that he/sheAey executed the same in his/ heir authorized capacity{ii:4 and that by his/hentlwk signature(<on the instrument the persons or the entity upon behalf of which the person(Kacted, 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 Notary Publi 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) 0 Other 2009 Version CAPA v 12.10.07 800-873-9865 wivwv.NotaryClasses-corn INSTRUCTIONS FOR COMPLETING THIS FORM An acknowledgment corrrpleied in California must contain verbiage exactly as appears above in the notary section or a separate acknorledgment form nnctt be properly completed and aaadted to that document. The only exception is if a document is to be recorded outside of California. In such instances. atT alternative acknowledgment verbiage as ntay be printed on such, a docantent so long as the verbiage does not require the notary to do something that is illegal for a notary in California (.e. cer(h ng the authorized capacity of the signer). Please check the document carefully for proper notarial wording and anaeh this form (required. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public far 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 rollowed 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/**,. 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 patch the signature on file with the oliice of the county clerk. v 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 WARNING: THIS IS INVALID WITHOUT THE RED TRAVELERS. POWER OF ATTORNEY 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. 222079 Certificate No. 003677914 KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Michael D. Stong, Rosemary Nappi, and Jeremy Pendergast of the City of Riverside , 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 day of May 2010 20th Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty ;Insurance Company, Travelers Casualty and Surety Company Fidelity and Guaranty Insurarice'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 GASU,� FIRE QWp, �y, j RN �N •' HS`"r•. tY AN _•,�Y ? (b<?L ( n �'f Tt �``!•~ `SG9 4 9. t•t�xvaRAi',>s-`�+.:. tin: � of �i =„��l t s s 2 0 1977 t f. o; wtarFOAo, �,wt,Fara, < 10 i e' 1951 :SEAL W CONK. eon rrN t8ys %SEALja= 'Nus Nc 1 �.��_ =w:» State of Connecticut City of Hartford ss. By: lGe.tg6 Thompson, Uorce President On this the 20th day of May 2010 before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and 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 dog executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. G•* My Commission expires the 30th day of June, 2011."G Marie C. Tetreault, Notary Public 58440-4-09 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS