Loading...
HomeMy WebLinkAboutPascal and Ludwig Constructors - 2008-08-04 RECEIVED.BY:j CITY CLERK RECEIPT COPY Return DUPLICATE to t `eJ City Clerk's Office (Name) Imo, after signing/dating (Date) 0 jj CITY OF HUNTINGTON BEACH . INTERDEPARTMENTAL COMMUNICATION TO: Shari Freidenrich, City Treasurer s FROM: 1r° Cr.s �` - DATE: SUBJECT: Bond Acceptance I have received the bonds for (Company Name) Faithful Performance Bond No. Labor and Material Bond No. Monument Bond No. Maintenance Bond No. `- /✓ Guarantee and Warranty Bond No. Re: Tract No. CC No. /r MSC No. Approved t' `l (r Agenda Item No. `'? (Council Approval Date) / City Clerk Vault No. #27 g1followup/bondletter.doc City of Huntington Beach INTER-DEPARTMENT COM91l MUNICATION HUNTINGTON BEACH TO: THOSE LISTED HEREON FROM: David Verone, Contact Administrator DATE: January 28, 2010 SUBJECT: Retention Release Payment Company Name: Pascal &Ludwig Constructors Address: 2049 E. Frasncis Street City, State and Zip Code: Ontario, CA 91761 Phone Number: (909) 947-4631 Business License Number:A208332 Local Address: N/A Notice of Completion Date:9/29/09 Contract Purpose: Retention Release for Construction Contract 1297, Lift Sta. #26 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 full retention payment is recommended so long as no stop notices or outstanding invoices are on file with the City. If any stop notices have not been cleared, then processing of partial retention is recommended with the retention of one hundred and fifty percent of the stop notice(s) amount and with no outstanding invoices on file with the City. I certify that are no notices are on file on the subject at this time. Bond Surety Company ate Travis K.-Ht6pkins, Directo Pow I �h L.# ldenliGN city TrGaSWW I certify that there are no outstanding invoices on file. 2 -3-) 9 Date Shafi Freidenrich, City Treasurer I certify that are no notices are on file on the subject contract, and that a guaranty bond has been filed with this office. D to Jan Prynn, try Clerk 1297 retention release memo REV 2-2009.doc 1/28/2010 4:16:00 PM 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-1297 Project: Lift Station#26&Force Main Replacement 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 17th day of December ,20 os at Ontario ,California. Pascal&Ludwig Constructors (Type Contractor Name) By: Name: [Type Name] AlanaA ident Title: [Type Title] F-M CITY AMRNBY TLS o3•a'b•� 1 CONTRACTOR'S CERTIFICATE Alan Ludwig state and certify that: (Name of Declam# 1. Pascal&Ludwig Constructors is the general contractor to the City of Huntington Beach ("City') on Contract No. CC-1297 (the "Contract') for the construction of the public work of improvement entitled: Lift Station#26 and Force Main Replacement (the"Project"}. 2. All work to be performed pursuant to the Contract has been completed in accordance with the Contract Documents(as such term is defined in the Contract). 3. Except for the claims listed.below and the disputed claims listed in paragraph five(5), all persons supplying labor, services, materials and equipment to the Project, including all claims against the Contractor arising from the performance of the Contract, have been paid and satisfied(list unpaid debts and claims;if none,write"NONE"): None 4. Attached hereto are the lien waivers required by the Contract Documents, which lien waivers have been executed by all persons who performed work on or supplied labor, services,materials,and/or equipment for use at the Project. 5. Set forth below is a list of disputed claims or claims that are the subject of a Notice to Withhold filed pursuant to the Civil Code of the State of California (list all disputed claims;if none,write"NONE"): None I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct: Executed at Ontario, California on this 17th day of December .2009 )J (Signature of Declarant) APPROVED AS TO FORM By: s/��/o ^i1,J 3• Zo•�Cp Name: [Type Name] Title: [Il pe Title] • 1 Ceri fleation 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: CC-1297 Project: Lift Station#26 and Forece Main Replacement The undersigned contractor on the above-referenced project C 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 17th day of December ,20 092 at Ontario ,California. Pascal&Ludwig Constructors (Type Contractor Name) By: _ao, Name: [Type Name Title: [Type Title] n JiAURNEY Alan Ludwig,President Cie 1 249911.1 Liberty Mutual Surety 1001 4th Avenue,Suite 1700 10�Alutua't ¢v Seattle,WA 98154 Liber MAINTENANCE BOND Bond 657.0264 KNOW ALL BY THESE PRESENTS,That we, Pascal&Ludwig Constructors as Principal,and Safeco Insurance Company of America a corporation organized under the laws of the State of Washington and duty authorized to do business in the State of California as Surety,are held and firmly bound unto City of Huntington Beach, California as Obligee,in the penal sum of One Million Four Hundred Ninety-three Thousand Ninety-three Dollars And Twenty-three Cents ($ 1,493,093.23 ) to which payment well and truly to be made we do bind ourselves,our and each of our heirs, executors, administrators, successors and assigns jointly and severally,firmly by these presents. WHEREAS,the said Principal entered into a Contract with the City of Huntington Beach, California dated for Lift Station#26 and Force Main Replacement CC-1297 (Cash Contract#1297) WHEREAS,said Contract has been completed,and was approved on 23rd day of September 2009 NOW,THEREFORE,THE CONDITION OF THIS OBLIGATION IS SUCH, That if the Principal shall guarantee that the work will be free of any defective materials or workmanship which became apparent during the period of One year(s)following completion of the Contract then this obligation shall be void,otherwise to remain in full force and effect,provided however,any additional warranty or guarantee whether expressed or implied is extended by the Principal or Manufacturer only,and the Surety assumes no liability for such a guarantee. Signed and sealed this 16th day of December 2009 . Pasca wig Constr ors (Seat) (Seal) A y�, (Seal) SEAL Safeco Insurance Company of America ail 1953 VA By John G. Kooko sedes Attorney-in-Fact S-0843/SA 10/99 XDP + r � CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California } } County of Orange } On December 16,2009 before me,Sandra H.Lee, Notary Public personally appeared John G.Kookootseds 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 SANM H.LEE he/she/they executed the same in his/her/their authorized �"$` ca acit les ysignature(s) Commission# 1650868 p y(� ), arid that b his/her/their on the z _� a Notary Public-Caltfornia instrument the person(s), or the entity upon behalf of orange County which the person(s)acted, executed the instrument. My Comm.Expires Mar 22,2010 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my h nd 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: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer—Title(s): ❑ Corporate Officer—Title(s): ❑Partner-❑ Limited ❑ General ❑ Partner-❑ Limited ❑ General ❑Attorney-in-Fact ❑Attorney-in-Fact ❑ Guardian or Conservator7M ❑ Guardian or Conservator ❑ Other: El Other Signer is Representing: Signer is Representing: Safeco Insurance Company of America General Insurance Company of America Libertv POWER 1001 4th Avenue OF ATTORNEY Suite 1700 10�Mtt t Lx a 4 Seattle,WA 98154 No. 13358 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation,does each hereby appoint *********JOHN G.KOOKOOTSEDES;JAMES G.BRAKKE;MATTHEW F.SCHAFNITZ;Laguna Niguel,CA*********** its true and lawful attorney(s)-in-Fact,with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business,and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 21 st day of March 2009 Dexter R.Legg Secretary Timothy A.Mikolajewski,Vice President CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V,Section 13.-FIDELITY AND SURETY BONDS...the President,any Vice President,the Secretary,and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations,shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business...On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided,however,that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28,1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V,Section 13 of the By-Laws,and (ii) A copy of the power-of-attomey appointment,executed pursuant thereto,and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile,and the seal of the Company may be a facsimile thereof." 1,Dexter R.Legg Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA,do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations,and of a Power of Attorney issued pursuant thereto,are true and correct,and that both the By-Laws,the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the facsimile seal of said corporation this 16th day of TkPr-ember 2009 SEAT. � SEAL �` s 1953 r �''� l2� 4rf� Dexter R.Legg,Secretary �Nf3S S-0974/DS 3/09 WEB PDF RECEIVED BY: CITY CLERK RECEIPT COPY Return DUPLICATE to ------------__-_-__-___- _---- City Clerk's Office (Name) after signing/dating (Date) CITY OF HUNTTINGT ON BEACH INTERDEPARTMENTAL MENTAL COMMUNICATION TO: S,harlFTeidenrich, City Treasurer FROM: DATE: oz SUBJECT: Bond Acceptance l have received the bonds for _(Company Name) Faithful Performance Bond No. Labor and Material Bond No. Monument Bones No. Maintenance Bond No. Guarantee and Warranty Bond No, Re: Tract No. CC No, -- . MSC No. _ Approved Agenda ltern No. - (Council Approval Date) City Clerk Vault No. #27 /4oilov?�pib ndlerter-fir^, IG PLEASE COMPLETE THIS INFORMATION Recorded in Official Records, Orange County RECORDING REQUESTED BY: Tom Daly, Clerk-Recorder 1191111 Ol�llll�e A 61196111aOIIIG0919118111��o IIIS 0 ADllel�l OG NO FEE 2009000513974 08-.02am 09/29/09 100 286 N 12 1 AND WHEN RECORDED MAIL TO: 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 WHEN RECORDED MAIL TO: City of Huntington Beach Department of Public Works Engineering Division Attn: Robert A. Martinez P.O. Box 190—2000 Main Street Huntington Beach, CA 92648 THIS SPACE FOR RECORDER'S USE ONLY TITLE OF DOCUMENT: NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN by the City of Huntington Beach, owner in fee, 2000 Main Street, Huntington Beach, CA 92648,that the contract heretofore awarded to Pascal &Ludwig Constructors who was the company thereon for doing the following work to-wit: LIFT STATION #26 AND FORCE BRAIN REPLACEMENT; CC-1297 That said work was completed September 23, 2009 by said company according to plans and specifications and to the satisfaction of the City Engineer of the City of Huntington Beach and that said work was accepted by the Director of Public Works on September 23,2009, per City Council Resolution No.2003-70 adopted October 6,2003. That upon said contract Safeco Insurance Company of America was surety for the bond given by the said company as -required by law.- This document is solely for the official business of the City of Huntington Beach, as contemplated under Government Code Section 6103 and should be recorded free of charge. Dated at Huntington Beach,California,this September 23,2009. i ctor of P bl c Works or City Engineer Ity of Hun ngton Beach, California STATE OF CALIFORNIA) County of Orange )ss: City of Huntington Beach ) I, the undersigned, say: I am an Agent of the City of Huntington Beach, owner in fee, in the foregoing NOTICE OF COMPLETION. I have read said NOTICE OF COMPLETION and know the contents thereof; the same is true of my knowledge. I declare under penalty of perjury that the foregoing is true and correct, and that said NOTICE OF COMPLETION was duly and regularly ordered to be recorded in the Office of the County Recorder of Orange County. Dated at Huntington Beach, California,this September 23,200941birer ub `Works or City Engineer Ciy of Huntington Beach,California ........ .. .. .... THIS PAGE ADDED TO PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION (Additional recording fee applies) �.059-TITLE PAGE(R7/95) t f RECEIVED BY CITY CLERK RECEIPT COPY I` Return DUPLICATE to �i f�---4 City Clerk's Office (Name) after signing/dating of f P 1 '�� (Date) �. CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION TO: Sha i Freiid--enrich, City Treasurer FROM: � K L s �%DATE: 7 /0r SUBJECT: Bond Acceptance have received the bonds for r C �`r�C_ [�L�' (�l t /?d L l✓��s � � (company Name) Faithful Performance Bond No. Labor and Material Bond No. In Monument Bond No. Maintenance Bond No. Guarantee and Warranty Bond No. Re: Tract No. CC No. MSC No. Approved fl /�L �� Agenda Item No. r (Council'Approval Dafe) � City Clerk Vault No. #27 g1followup/bondletter.doc CITY FUNDED CONSTRUCTION CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND FOR L,F¢ Pa h Z6 Re pie,ce,% 1,4 Lehi,. 14. 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 ?ca$G4/ 9 (iyd w,< 'C Orypt�edctors. zAAr-, a California hereinafter referred to as "CONTRACTOR." WHEREAS, CITY has solicited bids for a public works project, hereinafter referred to as "PROJECT," more fully described as �� 4�diSr�1 /9r. in the City of Huntington Beach; and U CONTRACTOR has been selected to perform said services, NOW, THEREFORE, in consideration of the promises and agreements hereinafter made and exchanged, the parties covenant and agree as follows: 1. STATEMENT OF WORK: ACCEPTANCE OF RISK CONTRACTOR shall complete and construct the PROJECT pursuant to this Agreement and the Contract Documents (as hereinafter defined) and furnish, at its own cost and expense, all labor, plans, tools, equipment, supplies, transportation, utilities and all other items, services and facilities necessary to complete and construct the PROJECT in a good and workmanlike manner. CONTRACTOR agrees to fully assume the risk of all loss or damage arising out of the nature of the PROJECT, during its progress or prior to acceptance by CITY, from the action of the elements, from any unforeseen difficulties which may arise or g/agree/surfnet/cityconst 12-07 1 be encountered in the prosecution of work, and for all other risks of any description in connection with the work, including, but not limited to, all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as are herein expressly stipulated to be borne by CITY, and for well and faithfully completing the work within the stipulated time and in the manner shown and described in this Agreement, and in accordance with the requirements of CITY for the compensation set forth in the accepted bid proposal. 2. ACCEPTANCE OF CONDITIONS OF WORK; PLANS AND SPECIFICATIONS CONTRACTOR acknowledges that it is fully familiar with all the terms, conditions and obligations of this Agreement and the Contract Documents (as defined below in this Section), the location of the job site, and the conditions under which the work is to be performed, and that it enters into this Agreement based upon its thorough investigation of all such matters and is relying in no way upon any opinions or representations of CITY. It is agreed that the Contract Documents are incorporated into this Agreement by this reference, with the same force and effect as if the same were set forth at length herein, and that CONTRACTOR and its subcontractors, if any, shall be bound by the Contract Documents insofar as they relate in part or in any way, directly or indirectly, to the work covered by this Agreement. "Contract Documents" as defined herein mean and include: A. This Agreement; B. Bonds covering the work herein agreed upon; g/agree/surfnet/cityconst 12-07 2 C. The CITY's standard Plans and Specifications and special contractual provisions, including those on file in the office of the Director of Public Works of CITY and adopted by the City Council, and any revisions, amendments or addenda thereto; D. The current edition of Standard Specifications for Public Works Construction, published by Builders' News, Inc., 10801 National Boulevard, Los Angeles, CA 90064, and all amendments thereto, written and promulgated by the Southern California chapter of the American Public Works Association and the Southern California District Associated General Contractors of the California Joint Cooperative Committee; E. Bid documents including the Notice Inviting Bids, the Special Instructions to Bidders and the CONTRACTOR's proposal, (which is attached hereto as Exhibit "A" and incorporated herein by this reference); F. The particular Plans, Specifications, Special Provisions and Addenda applicable to the PROJECT. 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 12-07 3 "DPW"), and CONTRACTOR shall not attempt to resolve or adjust the discrepancy without the decision of DPW, save only at its own risk and expense. Should there be any conflict between the terms of this Agreement and the bid or proposal of CONTRACTOR, then this Agreement shall control and nothing herein shall be considered as an acceptance of the terms of the bid or proposal which is in conflict herewith. 3. COMPENSATION CITY agrees to pay and CONTRACTOR agrees to accept as full compensation for the faithful performance of this Agreement, subject to any additions or deductions made under the provisions of this Agreement or the Contract Documents, a sum one A„/1�e5.a� fd►rce X-Mdrad AC , � not to exceed 7*>'e 4Lmdleel 0;,,9¢4 JeVe.1 Dollars ($/ ��•pO , as set forth in the Contract Documents, to be paid as provided in this Agreement. 4. COMMENCEMENT OF PROJECT CONTRACTOR agrees to commence the PROJECT within ten (10) working days after the Notice To Proceed is issued and diligently prosecute the PROJECT to completion within 7�4hvodrgd g%,tn ( Z?p) consecutive daloawler ©ceps from the v day the Notice to Proceed is issued by DPW, excluding delays provided for in this Agreement. 5. TIME OF THE ESSENCE The parties hereto recognize and agree that time is of the essence in the performance of this Agreement and each and every provision of the Contract Documents. g/agree/surfnet/cityconst 12-07 4 CONTRACTOR shall prepare and obtain approval as required by the Contract Documents for all shop drawings, details and samples, and do all other things necessary and incidental to the prosecution of its work in conformance with the progress schedule set forth in the Contract Documents. CONTRACTOR shall coordinate its work with the work of all other contractors, subcontractors, and CITY forces working on the PROJECT in a manner that will facilitate the efficient completion of the PROJECT and in accordance with the terms and provisions of this Agreement. CITY shall have complete control of the premises on which the work is to be performed and shall have the right to decide the time and order in which the various portions of the work shall be performed and the priority of the work of other contractors, subcontractors and CITY forces and, in general, all matters concerning the timely and orderly conduct of the work of CONTRACTOR on the premises. 6 CHANGES CONTRACTOR shall adhere strictly to the plans and specifications set forth in the Contract Documents unless a change therefrom is authorized in writing by DPW. CONTRACTOR agrees to make any and all changes, furnish materials and perform all work necessary within the scope of the PROJECT as DPW may require in writing. Under no condition shall CONTRACTOR make any changes without the prior written order or acceptance of DPW, and CITY shall not pay any extra charges made by CONTRACTOR that have not been agreed upon in writing by DPW. When directed to change the work, CONTRACTOR shall submit immediately to DPW a written cost proposal reflecting the effect of the change. Should DPW not agree to such cost proposal, the work shall be performed according to the g/agree/surfnet/cityconst 12-07 5 changes ordered in writing by DPW and the proper cost thereof shall be negotiated by the parties upon cost and pricing data submitted by CONTRACTOR; thereupon, CITY will promptly issue an adjusted change order to CONTRACTOR and the contract price will be adjusted upward or downward accordingly. 7. NOTICE TO PROCEED No work, services, material, or equipment shall be performed or furnished under this Agreement unless and until a Notice to Proceed has been given to CONTRACTOR by CITY. CITY does not warrant that the work will be available on the date the Notice to Proceed is issued. In the event of a delay in commencement of the work due to unavailability of the job site, for any reason, relief to CONTRACTOR shall be limited to a time extension equal to the delay due to such unavailability. 8. BONDS Only bonds issued by California admitted sureties will be accepted. CONTRACTOR shall, prior to its performance of this Agreement, furnish the following two (2) bonds approved by the City Attorney: One in the amount of one hundred percent (100%) of the contract price to guarantee the CONTRACTOR's faithful performance of the work, and one in the amount of one hundred percent of the contract price to guarantee payment of all claims for labor and materials furnished. In addition, CONTRACTOR shall submit to CITY a bond in the amount of one hundred percent (100%) of the final contract price, including all change orders, to warrant such performance for a period of one (1) year after CITY's acceptance thereof within ten (10)days of filing of the Notice of Completion. g/agree/surfnet/cityconst 12-07 6 9. WARRANTIES CONTRACTOR unconditionally guarantees all work done under this Agreement including, but not limited to, any workmanship, installation, fabrication, material or structural facilities constructed. CONTRACTOR, within ten (10) days after notice by CITY of any defect in the work, shall have the option to make appropriate repairs or replace the defective item or items. Upon expiration of such ten (10) day period, CITY may then make appropriate repair or replacement at CONTRACTOR's risk and own cost and expense. 10. INDEPENDENT CONTRACTOR It is understood and agreed that CONTRACTOR is, and shall be, acting at all times hereunder as an independent contractor and not an employee of CITY. CONTRACTOR shall secure at its own cost and expense, and be responsible for any and all payment of all taxes, social security, state disability insurance compensation, unemployment compensation and other payroll deductions for CONTRACTOR and its officers, agents and employees and all business licenses, if any, in connection with the PROJECT and/or the services performed hereunder. 11. LIQUIDATED DAMAGES/DELAYS It is agreed by the parties hereto that in case the total work called for hereunder is not in all parts and requirements finished or completed within the number of calendar days as set forth herein, damage will be sustained by CITY; and that it is, and would be, impractical and extremely difficult to ascertain and determine the actual damage which CITY would sustain in the event of and by reason of such delay. It is, therefore, agreed that CONTRACTOR will pay to CITY, as liquidated damages and not as a penalty, g/agree/surfnet/cityconst 12-07 7 the sum of 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 12-07 8 from default or collusion on the part of CONTRACTOR, or in the event of a lockout by CITY, then the time herein fixed for the completion of the work shall be extended by the number of days CONTRACTOR has thus been delayed, but no allowance or extension shall be made unless a claim therefor is presented in writing to CITY within fifteen (15) days of the commencement of such delay. No claims for additional compensation or damages for delays, irrespective of the cause thereof, and including without limitation the furnishing of materials by CITY or delays by other contractors or subcontractors, will be allowed and an extension of time for completion shall be the sole remedy of CONTRACTOR. 12. DIFFERING SITE CONDITIONS A. Notice: CONTRACTOR shall promptly, and before such conditions are disturbed, notify DPW in writing of: (1) Subsurface or latent physical conditions at the job site differing materially from those indicated in this Agreement or the Contract Documents; or (2) Unknown physical conditions at the job site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent to work of the character to be performed under this Agreement. DPW shall promptly investigate the conditions and if it finds that such conditions do materially so differ and cause an increase or decrease in the time required for performance of any part of the work under this Agreement,whether or not changed as g/agree/surfnet/cityconst 12-07 9 a result of such conditions, an equitable adjustment shall be made and the agreement modified in writing accordingly. B. Time Extension: No claim of CONTRACTOR under this Section shall be allowed unless CONTRACTOR has given the notice required hereunder provided, however, the time prescribed therefor may be extended by CITY. 13. VARIATIONS IN ESTIMATED QUANTITIES The quantities listed in the bid schedule will not govern final payment. Payment to CONTRACTOR will be made only for the actual quantities of contract items used in construction of the PROJECT, in accordance with the plans and specifications. Upon completion of the PROJECT, if the actual quantities used are either more than or less than the quantities listed in the bid schedule, the bid price shall prevail subject to the provisions of this Section. DPW may, at its sole discretion, when warranted by the facts and circumstances, order an equitable adjustment, upwards or downwards, in payment to CONTRACTOR where the actual quantities used in construction of the PROJECT are in variation to the quantities listed in the bid schedule. No claim by CONTRACTOR for an equitable adjustment in price or time for completion shall be allowed if asserted after final payment under this Agreement. If the quantity variation is such as to cause an increase in the time necessary for completion, DPW shall ascertain the facts and circumstances and make such adjustment for extending the completion date as in its sole judgment the findings warrant. g/agree/surfnet/cityconst 12-07 10 14. PROGRESS PAYMENTS Each month DPW will make an estimate in writing of the work performed by CONTRACTOR and the value thereof. From each progress estimate, ten percent(10%) will be deducted and retained by CITY and the remainder of the progress estimate, less the amount of all previous payments since commencement of the work, will be paid to 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 12-07 11 substitution and deposit therewith of securities equivalent to the amount of any monies withheld by CITY to ensure performance under the terms of this Agreement. 16. AFFIDAVITS OF SATISFACTION OF CLAIMS After the completion of the work contemplated by this Agreement, CONTRACTOR shall file with DPW its affidavit stating that all workers and persons employed, all firms supplying materials and all subcontractors working upon the PROJECT have been paid in full and that there are no claims outstanding against the PROJECT for either labor or material, except certain items, if any, to be set forth in CONTRACTOR's affidavit covering disputed claims, or items in connection with Notices to Withhold, which have been filed under the provisions of the statutes of the State of California. 17. WAIVER OF CLAIMS The acceptance by CONTRACTOR of the payment of the final certificate shall constitute a waiver of all claims against CITY under or arising out of this Agreement. 18. INDEMNIFICATION, DEFENSE, HOLD HARMLESS CONTRACTOR hereby agrees to protect, defend, indemnify and hold harmless CITY, its officers, elected or appointed officials, employees, agents, and volunteers from and against any and all, claims, damages, losses, expenses, judgments, demands defense costs, and consequential damage or liability of any kind or nature, however caused, including those resulting from death or injury to CONTRACTOR's employees and damage to CONTRACTOR's property, arising directly or indirectly out of the obligations or operations herein undertaken by CONTRACTOR, caused in whole or in part by any negligent act or omission of the CONTRACTOR, any subcontractors, anyone g/agree/surfnet/cityconst 12-07 12 directly or indirectly employed by any of them or anyone for whose acts'any of them may be liable, including but not limited to concurrent active or passive negligence, except where caused by the active negligence, sole negligence, or willful misconduct of the CITY. CONTRACTOR will conduct all defense at its sole cost and expense and CITY shall approve selection of CONTRACTOR's counsel. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by CONTRACTOR. 19. WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE Pursuant to California Labor Code Section 1861, CONTRACTOR acknowledges awareness of Section 3700 et seq. of this Code, which requires every employer to be insured against liability for workers' compensation; CONTRACTOR covenants that it will comply with such provisions prior to commencing performance of the work hereunder. CONTRACTOR shall obtain and furnish to City workers' compensation and employer's liability insurance in an amount of not less than the State statutory limits. CONTRACTOR shall require all subcontractors to provide such workers' compensation and employer's liability insurance for all of the subcontractors' employees. CONTRACTOR shall furnish to CITY a certificate of waiver of subrogation under the terms of the workers' compensation and employer's liability insurance and CONTRACTOR shall similarly require all subcontractors to waive subrogation. g/agree/surfnet/cityconst 12-07 13 20. INSURANCE In addition to the workers' compensation and employer's liability insurance and CONTRACTOR's covenant to defend, hold harmless and indemnify CITY, CONTRACTOR shall obtain and furnish to CITY, a policy of general public liability insurance, including motor vehicle coverage covering the PROJECT. This policy shall indemnify CONTRACTOR, its officers, employees and agents while acting within the scope of their duties, against any and all claims arising out or in connection with the PROJECT, and shall provide coverage in not less than the following amount: combined single limit bodily injury and property damage, including products/completed operations liability and blanket contractual liability, of One Million Dollars ($1,000,000) per occurrence. If coverage is provided under a form which includes a designated general aggregate limit, the aggregate limit must be no less than One Million Dollars ($1,000,000) for this PROJECT. This policy shall name CITY, its officers, elected or appointed officials, employees, agents, and volunteers as Additional Insureds, and shall specifically provide that any other insurance coverage which may be applicable to the PROJECT shall be deemed excess coverage and that CONTRACTOR's insurance shall be primary. Under no circumstances shall said above-mentioned insurance contain a self- insured retention, or a "deductible" or any other similar form of limitation on the required coverage. 21. CERTIFICATES OF INSURANCE; ADDITIONAL INSURED ENDORSEMENTS Prior to commencing performance of the work hereunder, CONTRACTOR shall furnish to CITY certificates of insurance subject to approval of the City Attorney g/agree/surfnet/cityconst 12-07 14 evidencing the foregoing insurance coverages as required by this Agreement; the certificates shall: 1. provide the name and policy number of each carrier and policy; 2. state that the policy is currently in force; and 3. promise to provide that such policies will not be canceled or modified without thirty(30) days' prior written notice of CITY. CONTRACTOR shall maintain the foregoing insurance coverages in force until the work under this Agreement is fully completed and accepted by CITY. The requirement for carrying the foregoing insurance coverages shall not derogate from the CONTRACTOR's defense, hold harmless and indemnification obligations as set forth under this Agreement. CITY or its representative shall at all times have the right to demand the original or a copy of all the policies of insurance. CONTRACTOR shall pay, in a prompt and timely manner, the premiums on all insurance hereinabove required. CONTRACTOR shall provide a separate copy of the additional insured endorsement to each of CONTRACTOR's insurance policies, naming CITY, its officers, elected and appointed officials, employees, agents and volunteers as Additional Insureds, to the City Attorney for approval prior to any payment hereunder. 22. NOTICE OF THIRD PARTY CLAIM Pursuant to Public Contracts Code §9202, CITY shall provide notice to CONTRACTOR of receipt of any claim filed with CITY or a court of competent jurisdiction which arises out of performance of this agreement within ten(10) days of receipt of such claim or claims. g/agree/surfnet/cityconst 12-07 15 23. DEFAULT AND TERMINATION If CONTRACTOR fails or refuses to prosecute the work hereunder with diligence, or fails to complete the work within the time specified, or is adjudged bankrupt or makes an assignment for the benefit of creditors or becomes insolvent, or violates any provision of this Agreement or the Contract Documents, CITY may give CONTRACTOR notice in writing of its intention to terminate this Agreement. Unless the violation is cured within ten (10) days after such Notice of Intention has been served on CONTRACTOR, CITY may, without prejudice to any other remedy it may have, terminate this Agreement upon the expiration of that time. Upon such default by CONTRACTOR, CITY may elect not to terminate this Agreement; in such event CITY may make good the deficiency in which the default consists and deduct the resulting costs from the progress payments then or to become due to CONTRACTOR. If it is subsequently determined by a court of competent jurisdiction that CITY's termination of this Agreement under this Section was wrongful, such termination shall be converted to a termination for convenience under Section 24 and any damages shall be assessed as set forth in Section 24. 24. TERMINATION FOR CONVENIENCE CITY may terminate this Agreement for convenience at any time with or without cause, and whether or not PROJECT is fully complete upon seven (7) calendar days written notice to CONTRACTOR. In the event of termination, under this Section CITY shall pay CONTRACTOR for value of work in place on the PROJECT through the termination period less all such payments already made. In case of such termination for convenience, the CONTRACTOR shall be entitled to receive payment for work executed, g/agree/surfneticityconst 12-07 16 and costs incurred by reason of such termination. In no event shall CONTRACTOR be entitled to recover overhead, profit or CONTRACTOR's fee on work not performed. Such payment by CITY shall be CONTRACTOR's sole and exclusive remedy for termination by CITY for its convenience and CITY shall have no further obligation to CONTRACTOR. 25. DISPOSITION OF PLANS ESTIMATES AND OTHER DOCUMENTS CONTRACTOR agrees that upon completion of the work to be performed hereunder, or upon expiration or earlier termination of this Agreement, all original plans, specifications, drawings, reports, calculations, maps and other documents pertaining to this Agreement shall be delivered to CITY and become its sole property at no further cost. 26. NONASSIGNABILITY CONTRACTOR shall not sell, assign, transfer, convey or encumber this Agreement, or any part hereof, or any right or duty created herein, without the prior written consent of CITY and the surety. 27. CITY EMPLOYEES AND OFFICIALS CONTRACTOR shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY shall have any financial interest in this Agreement in violation of the California Government Code. 28. STOP NOTICES• RECOVERY OF ADMINISTRATIVE COSTS CITY shall be entitled to all reasonable administrative costs and necessary disbursements arising out of the processing of Stop Notices, Notices to Withhold, or any similar legal document. This obligation shall be provided for in the labor and materials payment bond required of CONTRACTOR. CITY may charge an administrative fee of g/agree/surfnet/cityconst 12-07 17 One Hundred Dollars ($100) for every Stop Notice filed in excess of two (2), regardless of whether or not CITY is named in an action to enforce such stop notices. CITY may set off any unreimbursed cost or expense so incurred against any sum or sums owed by CITY to CONTRACTOR under this Agreement. 29. NOTICES Any notices, certificates, or other communications hereunder shall be given either by personal delivery to CONTRACTOR's agent (as designated in Section 1 hereinabove) or to CITY as the situation shall warrant, or by enclosing the same in a sealed envelope, postage prepaid, and depositing the same in the United States Postal Service, to the addresses specified below; provided that CITY and CONTRACTOR may designate different addresses to which subsequent notices, certificates or other communications will be sent by notifying the other party via personal delivery, reputable overnight carrier or U. S. certified mail-return receipt requested: TO CITY: TO CONTRACTOR: �? City of Huntington Beach ATTN: /wag v;d llero4 e 2000 Main Street Huntington Beach, CA 92648 30. SECTION HEADINGS The titles, captions, section, paragraph and subject headings, and descriptive phrases at the beginning of the various sections in this Agreement are merely descriptive and are included solely for convenience of reference only and are not representative of maters included or excluded from such provisions, and do not interpret, g/agree/surfnet/cityconst 12-07 18 define, limit or describe, or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement. 31. IMMIGRATION CONTRACTOR shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of United States Code Section 1324a regarding employment verification. 32. LEGAL SERVICES SUBCONTRACTING PROHIBITED CONTRACTOR and CITY agree that CITY is not liable for payment of any subcontractor work involving legal services, and that such legal services are expressly outside the scope of services contemplated hereunder. CONTRACTOR understands that pursuant to Huntington Beach City Charter Section 309, the City Attorney is the exclusive legal counsel for CITY; and CITY shall not be liable for payment of any legal services expenses incurred by CONTRACTOR. 33. ATTORNEY'S FEES In the event suit is brought by either party to construe, interpret and/or enforce the terms and/or provisions of this Agreement or to secure the performance hereof, each party shall bear its own attorney's fees, such that the prevailing party shall not be entitled to recover its attorney's fees from the non-prevailing party. 34. INTERPRETATION OF THIS AGREEMENT The language of all parts of this Agreement shall in all cases be construed as a whole, according to its fair meaning, and not strictly for or against any of the parties. If any provision of this Agreement is held by an arbitrator or court of competent g/agree/surfnet/cityconst 12-07 19 jurisdiction to be unenforceable, void, illegal or invalid, such holding shall not invalidate or affect the remaining covenants and provisions of this Agreement. No covenant or provision shall be deemed dependent upon any other unless so expressly provided here. As used in this Agreement, the masculine or neuter gender and singular or plural number shall be deemed to include the other whenever the context so indicates or requires. Nothing contained herein shall be construed so as to require the commission of any act contrary to law, and wherever there is any conflict between any provision contained herein and any present or future statute, law, ordinance or regulation contrary to which the parties have no right to contract, then the latter shall prevail, and the provision of this Agreement which is hereby affected shall be curtailed and limited only to the extent necessary to bring it within the requirements of the law. 35. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of California. 36. DUPLICATE ORIGINAL The original of this Agreement and one or more copies hereto have been prepared and signed in counterparts as duplicate originals, each of which so executed shall, irrespective of the date of its execution and delivery, be deemed an original. Each duplicate original shall be deemed an original instrument as against any party who has signed it. g/agree/surfnet/cityconst 12-07 20 37. CONSENT Where CITY's consent/approval is required under this Agreement, its consent/approval for one transaction or event shall not be deemed to be consent/approval to any subsequent occurrence of the same or any other transaction or event. 38. SURVIVAL Terms and conditions of this Agreement, which by their sense and context survive the expiration or termination of this Agreement shall so survive. 39. MODIFICATION No waiver or modification of any language in this Agreement shall be valid unless in writing and duly executed by both parties. 40. SIGNATORIES Each undersigned represents and warrants that its signature hereinbelow has the power, authority and right to bind their respective parties to each of the terms of this Agreement, and shall indemnify CITY fully for any injuries or damages to CITY in the event that such authority or power is not, in fact, held by the signatory or is withdrawn. 41. ENTIRETY The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arm's length negotiation, and that each has had the opportunity to consult with legal counsel prior to executing this Agreement. The parties also acknowledge and agree that no representations, inducements, promises, agreements or warranties, oral or otherwise, have been made by that party or anyone acting on that party's behalf, which are not embodied in this Agreement, and that that party has not executed this Agreement in reliance on any representation, inducement, g/agree/surfnet/cityconst 12-07 21 promise, agreement, warranty, fact or circumstance not expressly set forth in this Agreement. This Agreement, and the attached Exhibit "A", contain the entire agreement between the parties respecting the subject matter of this Agreement, and supersede all prior understandings and agreements whether oral or in writing between the parties respecting the subject matter hereof. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers on 1 tL&a-,e;i 041 20f1. CONTRACTOR CITY OF HUNTINGTON BEACH, a municipal corporation_ of the State of California LO/V�J✓7LLLLf S r ayor 0�- ,YA :0 By: ity Clerk q(tiloe print name ' INITIATED AND APPROVED: ITS: (circle one)Chairman/P esident/Vice President AND r irec , r of Ikblic Works By: REVIEW XID AkPPROVED: p ' name ITS: (circle on� crry/Chief Financial Officer/Asst. City Ad nistrator Secretary-Treas : APPROVED AS TO FORM: City Attorney g/agree/surfnet/cityconst 12-07 22 SECTION C PROPOSAL, for the LIFT STATION#26 REPLACEMENT at BRIGHTON DRIVE AND SHOREHAM LANE _-,,' CASH CONTRACT No. 1297 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 Two-Hundred and Seventy (?"10) calendar 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 PROJECT BID SCHEDULE Item :Estimated Item:with unit:price:::::::::::::::::::::::':::: ::::::::::::: :: Extended:: No: Quantity: ................ .:written in words . ::........... Unit Price:: Amount .. 1 1 Mobilization LS @ �/XT`Y ` ntl U� /YrfJ� Dollars $ $�' 0 000 lU Cents Per LS �ry� 2 1 Temporary sheeting, n�n�"-t_� LS @ ollars $ $ f.J Cents Per LS l� 3 1 Removal temporary sheeting,shoring,bracing LS @ / V+ 0.°"1CX Dollars $ $'10MV Cents Per LS 4 1 Demolition of Existing Lift Station No.26 LS @ jq—t &Us e�D Dollars $ $ 6Q _ Cents. Per LS 5 1 Provision and mait #enance of bypass pumpin LS @ r _Dollars $ $ A_d l/ Aj Cents Per LS 6 1 Construct Lift S ation .26 S�tru t re, �J _ _ LS " -.. a_/-%� ^JL-w�¢}'-Dollars $ $ 3 2�Q o Cents Per LS 7 1 Construct interior stairs and walkway LS @A-k(xLI Ilv �i1�Ad Dollars $ $-3 boon Cents Per LS 8 3 Furnish and install sanitary sewer manholes EA @ L�- Cka MI-CP Dollars $(y � $ i Cents Per EA 9 1 Furnish arj install sanitary sewer drop manhole Ft'e T Q-�—O-kzV S;4g Sw-,dUt'P EA @ n _ t%(� Dollars $ $ f Cents i Per EA 10 25 Furnish and instal 8"PVC sanita sewer I~LF @ C' ,( , P Dollars $ _ $ Cents Per LF I C-2 PROJECT BID SCHEDULE Item :Estimat ::: tem:withAwitprice: ::: ... ... ::: ::: xteitded. . . .. ... . ffimNo, Qnatttity vv>�tten in v¢orris.:: :.Unit Friel Amount 11 25 Furnish and install 10"PVC sanitary sewer LF @ l�1►•4 2 tu.Y$f�cV/1 ^�A Dollars $ Llb $ 7 7 3,5 Cents Per LF t:.;;) 12 2 Furnish and install dry pit submersible pumps r `I 6 ryn p^ / h'�°a!^`�`a. I'�-+a V.2- tl�1.19.1AJ F.V`^ EA Ht t -���—:' � :Xj r 2-Q Dollars $ �3 $ / 3 Cents Per EA 13 1 Furnish and install all interior�piping LS @ 1q.?'4 Itsll P_'._' Iy�nj S A".)D Dollars $ $ / Cents Per LS 14 1 Furnish and install drama a sump pump LS @ &6p,nAJQq ti;­� Dollars $ $7©()o Cents Per LS " 15 1000 Furnish and install 6"PVC DR14 force main 1 LF @ � Dollars $�4�"—_ $ Cents Per LF 16 1 Furnish d i`' ve�at�system LS @ Dollars $ $2t�5Z Cents Per LS 17 1 Furnish 'arid,install force main bypass LS @ 1__Cf t��l� 1A�1^0� `lu yS/� _Dollars $ `$ L^�-0 b0 Cents Pet LS 18 2 Furnish and install force main clean outs EA @ �e6e!j^ llami�S,'�[l A Q F P-r Dollars $ D $ FY l " C/ Cents Per EA 19 440 Removee a^nd replace concrete sidewalk SF @ r`-0-.-u Dollars $ I " ! $ Z ` Cents Per SF 20 75 Remove and replace curb and gutter L LF @ F61_—7rL, Dollars $ O` $ ->Vf tit`J �O L) Cents Per LF C-3 PROJECT BID SCHEDULE Item .Estimated tem.ivith unit. r►ce tended: { F_ : No. Quantity0 'mom written iri woiiis L7nt Price:: :Amount 27 30 80 Remove a0.1d RReplace AC Pavement is SF @ 1 //� Dollars $ V/ $�® Q X� Cents Per SF 22 1 Furnis nd ins all meter m ng,&term inatio panel i� .J l,' pollars Cents Per LS 23 1 Furnish/insta I elect al panels instrumentation,&wiring LS C. � v+ Dollars $ $ Z.600 U lie Cents Per LS 24 1 Furnsh/install R U,wiring a pro mming �y LS @ Dollars $ $ `}' C) Cents Per LS 25 1 Restoration of aboveground improvements LS @ SAX "Nell.v`So*.ti ij Dollars $ $ 6 �Q(�� Cents Per LS - 26 1 Allowance for f-orr obtaining the necessary permits f' LS @�A / ltlt1$'D9ADCISli"C.(;1Y9ZDollars $ $ f 373 Cents Per LS 27 1 Allowance for the security system required LS @ t �'c l:�At ✓i J Dollars $ $ 4 Cents I Per LS 28 1 Provision and implementation of the S WPPP plan I LS @ y}1—�,&/t/—U0,1,AAao Dollars $ $ _ Cents Per LS 29 1 Provision and implementation of Traffic Control/PJlan 1 t LS �f Yl t,[L'9/J3'� VQ��Uka' a� Dollars $ $ 65`� C6 Cents Per LS 30 1 Provision of payment and performance bonds LS Dollars $ $ 0C1 Cents Per LS Total Amount Bid in Figures: $ .....Total Amount Bid in Words: .c .. �:. ........I-k ,J�- .... ......... C "�-�� C_4 r r^. 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 biti. in the amount of said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or"Bidder's Bond",as the case may be). Bidder shall signify receipt of all Addenda here, if any: A[l�rzd�; � �7are:Tteceau�d ._ I3 : �r's;�i nulur ' 7 7 ' Q i� C-s i LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor. I 7. i -777777 'r�riicart: ure axtcl drr-es�Qfrib�� tractor 5u aceris� Clus II C� t � A40 � �—LC-0 �,�t 39�' 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-6 L, NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of-Orangesi a ut d4 L11 laJ'GV , being first duly, sworn, deposes and says tha��or she is U of Eat zr rfll i�t� the party making the foregoing bid that the bid is not made in the interest of, or on t1 d 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,for 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 Name of Bidder ' Z " '0" Signature of Bidder Address of Bidder Subscribed and sworn to before me this,,)6 day of s7GU -z-- , 20 (J AW on! !7%742 vufa-C Sin ewm4mo County r NOTARY PUBLIC Ganrr� +tp.�12 NOTARY SEAL c-7 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 LIFT STATION #26 REPLACEMENT AT BRIGHTON DRIVE AND SHOREHAM LANE, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation-to be performed and.the hazards involved.:' :. The undersigned,also promised,and agrees that all:such work shall be performed;,in;accordance With all applicable electrical utility company's requirements,Public.Utility Commission orders, and State of California Cal-OSHA requirements. The-undersigned further•nrowds,-s and agrees that the provisions herein shall be and are binding g upon any subcontr:-c;ter,or subcontractors that maybe retained or employed by the undersigned, . +l,at_tbe undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. i Contractor I B � Y Title � 11 Date: < U1 r C-g 4 i DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 14310.5, the Bidder shall complete, under penalty of perjury,the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑Yes o 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-9 ti � COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Contractor By f Title Dater� 7 i i I I i i i I I i, . i { C-10 (^ UNDERGROUND SERVICE AVERT IDENTIFICATION NUMBER (To be completed only by the awarded Contractor prior to excavation) No excavation will be permitted until this form is completed and returned to the AGENCY. Section 4216/4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number, call Underground Service Alert at 1-800-422-4133 a minimum of two working days before scheduled excavation. Dig Alert Identification Number: Contractor By 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-11 w BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: 1 Bidder Name Business Address &It City, State Zip Telephone Number State Contractor's License No. and Class e� Original Date Issued Expiration Date The work site was inspected by �dy J of our office on AZ,29.d The following are persons, firms, and corporations having a principal interest in this proposal: Oil oacy. 4 C-12 � s The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans an- specifications set forth. ��?? t Company Name U Signature of Bidder Printed or Typed Signature' Subscribed and sworn to before me this day of 200 - - - - - - --- - -- - -- C+ 1l 47" •edwoff" $OR lanardino County NOTARY PUBLIC Z4111 M1rG�rnnAp�9.2013 NOTARY SEAL. . Listed below are.the names, address and telephone numbers for three public agencies for which the bidder has performed similar wort within the past two years: 1. Name and Address of Public Agency Name and Telephone No.of Project Manager: Contract Amount Type of Work Date Completed 2. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed 3. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed C-13 PASCAL&LUDWIG CONSTRUCTORS SCHEDULE OF EXPERIENCE 3033 COASTAL TREATMENT PLANT OWNER: South Orange County Wastewater Authority LOCATION: Laguna Niguel,CA CONTRACT AMOUNT: $2,853,051 COMPLETED: January,2004 ENGINEER: South Orange County Wastewater Authority/Brian Peck/ 3034 CRYSTAL COVE PUMP STATION 2 TO 4 EMERGENCY BOOSTER PUMP STATION OWNER: Irvine Ranch Water District LOCATION: Newport Coast-Whaler's Bluff,CA CONTRACT AMOUNT: $1,029,419 COMPLETED: December,2003 ENGINEER: Tetra Tech/Steve Tedesco/949-727-7099 3035 CHLORAMINATION SYSTEMS FOR VARIOUS WATER TREATMENT FACILTIES OWNER: City of San Buenaventura LOCATION: Ventura,CA CONTRACT AMOUNT: $946,901 COMPLETED: June,2003 ENGINEER: Kennedy-Jenks Consultants/Bill Yates/805-658-0607 3036 HIKES NURSERIES-RAINBOW VALLEY-PHASES I,H&III OWNER: Hines Nursery LOCATION: Fallbrook,CA CONTRACT AMOUNT: $498,276 COMPLETED: August,2003 ENGINEER: Hines Nursery/Gerald Taylor/909-731-4742 3037 IRRIGATION WELL#40 OWNER: Trimark Pacific Homes,LP LOCATION: Riverside,CA CONTRACT AMOUNT: $92,993 COMPLETED: May,2003 ENGINEER: Jurupa Community Services District 3038 IRRIGATION WELL#41 OWNER: Stratham Homes,Inc. LOCATION: Riverside,CA CONTRACT.AMOUNT: $104,280 COMPLETED: May,2003 ENGINEER: Jurupa Community Services District 3039 ARLINGTON DESALTER ENHANCEMENTS PROJECT OWNER: Santa Ana Watershed Project Authority LOCATION: Riverside,CA CONTRACT AMOUNT: $3,814,811 COMPLETED: July,2003 ENGINEER: RBF Consulting Engineers/Jerome Ruddins/ 3040 MT.VIEW WELL NO.5 OWNER: Lockheed Martin LOCATION:Loma Linda,CA CONTRACT AMOUNT: $326,500 COMPLETED: July,2003 ENGINEER: Beylik Drilling/Larry Gomez PASCAL&LUDWIG CONSTRUCTORS SCHEDULE OF EXPERIENCE 3041 VIEJAS WATER RECLAMATION PLANT EXPANSION OWNER: Viejas Tribal Government LOCATION: Alpine,CA CONTRACT AMOUNT: $951,709 COMPLETED: December,2003 ENGINEER: CgvL Engineers/Adel Boussani/ 3042 JB LATHAM TREATMENT PLANT ODOR SCRUBBER OWNER: South Orange County Wastewater Authority LOCATION: Dana Point,CA CONTRACT AMOUNT: $775,868 COMPLETED: September,2003 ENGINEER: South Orange County Wastewater Authority/Brian Peck/949-234-5411 3043 METER INSTALLATION SERVICE/TIME&MATERIAL OWNER: Chino Basin Watermaster LOCATION: Chino,CA CONTRACT AMOUNT: (Time&Material Costs) COMPLETED: July,2003 ENGINEER: Chino Basin Watermaster/Jim Thiel/909-484-3888 3044 IRWINDALE 136 CFS PUMP STATION OWNER: Crow Holdings Industrial Trust LOCATION: Irwindale,CA CONTRACT AMOUNT: $3,814,811 COMPLETED: August,2004 ENGINEER: Oltman's Construction/Lori Woodcock/562-948-4242 3045 TAPIR BNR IMPROVEMENTS&ELECTRICAL UPGRADES OWNER: Las Virgenes Municipal Water District LOCATION: Ventura,CA CONTRACT AMOUNT: $248,655 COMPLETED: November,2003 ENGINEER: Las Virgenes Municipal Water District 3046 IRVINE PILOT PLANT/TIME&MATERIAL OWNER: Irvine Ranch Water District LOCATION: Irvine,CA CONTRACT AMOUNT: (Time&Material) COMPLETED: August,2003 ENGINEER: Tetra Tech/Steve Tedesco 3047 HORIZON VIEW WATER BOOSTER STATION OWNER: Centrex Homes LOCATION: Riverside,CA CONTRACT AMOUNT: $693,867 COMPLETED: November,2004 ENGINEER: Dexter Wilson&Associates/Steve Neilson 3048 DESIGN/BUILD-UPLAND WELL#21A OWNER: City of Upland LOCATION: Upland,CA CONTRACT AMOUNT: $1,220,090 COMPLETED: July,2004 ENGINEER: Tetra Tech-Ontario/Ken Berard PASCAL &LUDWIG CONSTRUCTORS SCHEDULE OF EXPERIENCE 3049 PALA CASINOS-WATER EXPANSION OWNER: Pala Casino LOCATION: Pala,CA CONTRACT AMOUNT: $397,750 COMPLETED: December,2003 ENGINEER: CgvL Engineers/ Adel Basyouni/ 3050 BLUE LAGOON SEWER LIFT STATION OWNER: South Orange County Wastewater Authority LOCATION: Laguna Beach,CA CONTRACT AMOUNT: $991,434 COMPLETED: August,2006 ENGINEER:South Coast Water District/Joe Sovella/949-499-4555 3051 PACIFIC ISLAND PUMP STATION OWNER: Moulton Niguel Water District LOCATION: Laguna Niguel,Ca CONTRACT AMOUNT: $42,518 COMPLETED: May 2004 ENGINEER: Moulton Niguel Water District/Ray McDowell/949-425-3527 3052 NORTH PULC3A&TEMESCAL CANYON PUMPING-PLANT OWNER: City of Los Angeles LOCATION: Terminal Island,CA CONTRACT AMOUNT: $1,895,648 COMPLETED: Under Construction ENGINEER: City of Los Angeles/Ramon Galassi/213-473-5582 3053 ISLAND WELLS EQUIPMENT PROJECT OWNER: Elsinore Valley Municipal Water District LOCATION: Lake Elsinore,CA CONTRACT AMOUNT: $351,300 COMPLETED: March,2004 ENGINEER:Elsinore Valle Municipal Water District/Loren Sober/909-674-3146 3054 WELL NOs 15& 18-YORBA LINDA OWNER: City of Yorba Linda LOCATION: Placentia,CA CONTRACT AMOUNT: $2,479,953 COMPLETED: July,2004 ENGINEER: Tetra Tech,Irvine/Scott Szymborski/949-727-7099 3055 EQUIPPING WELL 13E-GLENDORA OWNER: City of Glendora LOCATION: Glendora,CA CONTRACT AMOUNT: $671,300 COMPLETED: July,2004 ENGINEER: AKM Consulting Engineers/Gary Hobson.949-253-7333 3056 CANADA SEWAGE LIFT STATION REHABILITATION OWNER: Irvine Ranch Water District LOCATION: Lake Forest,CA CONTRACT AMOUNT: $790,100 COMPLETED: June,2005 ENGINEER: Irvine Ranch Water District/Gilbert Correa/949-453-5581 City of Huntington Beach Polic Works Department 2000 Main Street Tel. (714) 536-5431, Fax(714) 374-1573 ADDENDUM NUMBER For Lift Station #26 Replacement, at Brighton Drive and Shoreham Lane, CC1297 June 10,2008 Notice to All Bidders: Please note the following revision to the project,Specifications: The following shall be deleted from the Specifications; Section 13370-1.6 1.6 EOUIPNCFNT SUPPI IFD BY OWNER A. The PLCaelemetry control panel will be supplied by the OWNER `> for remote indication of pump station signals to the OWNERS central control system. The CONTRACTOR willibe responsible for taking delivery, mounting, connecting and powering the OWNER supplied panel. The CONTRACTOR will also be responsible for wiring to and from the OWNER supplied panel all signals and power as shown on the contract drawings. D. For ` bidding purposes the contractor should assume the PLC/Telemetry panel will be 30"I ligh.x 24"Wide x 12.17 Deep. This modification does not change the Engineer's Estimate for this project. This' to acknow�edg receipt and review of Addendum Number one,dated June 10,2008_ C Company Nam By Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. � Should you have any questions regarding this Addendum,please call Andrew Fenigno at(714)536-5291, -1 of 1 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714)536-5431, Fax(714)374-167$ ADDENDUM NUMBER TWO For Lift Station #26 Replacement, at Brighton [give and Shoreham Lane, CC1297 June 18,2008 Notice to All Bidders: Please note the following revision to the project,Specifications: The following shall be added to the Specifications: Section 05500.2.E HATCHES G. Contact Information for LASCO LIDS is as follows: Scott Higley:760-801-6330 John Trosper:760.519.9000 Jeff Osborne,760.535-0876 t 1.1. For reference in bidding this project,Shop Drawings part number 12045S.Ti20, 4830SN 120,and 484813142O, for LASCO LIDS have been provided herein. The use of these Shap.Drawings are for biding purposes only and do not constitute an approval per Section 05500-2.6.L-of these specifications, The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Section 05500.2,13 Manufacturers A, Products of the type or model (if any) indicated shall be manufactured by one of the following;.. j.-Peleted: (oTequal) 1. Iatches: a. LASCO LIDS 2- Manhole Frames end Covers�or Ng l): a. Neenah Foundry Company R-1642 with Self-Sealing Cover, b. Phoenix Iron Works P-1090 RIG, A lliambra No,A-14R(},L.fr 1L�zgy marked``5," 3, Field Repairs to Galvanizin or e(ual): a. "Galvinox". b. "Galvo-Wold". -1 of 3 4, Aluminum Grating(nr c yua.: a. Grating Pacific,Inc. The following Shall be amended as shown(underlined text has beery added and deleted text has boon labeled): Section 09800-2.4,6 System No.7-,Elastomeric Polyurethane,Conerate: I. System No. 7—Elastomeric Polyurethane,Concrete: The lining material shall be a two-component, 100% solid, non-solvent hybrid polyurethane coating, with a.shore"D"hardness of 57 at 77 degrees Fahrenheit,such as Sancon 100 as manufactured by Sancon Engineering,Huntington Beach,California. The material shall be the high-build typc capable of application thickness,as specified, without runs or sags, and shall be capable of passing ASTM D-1.737 for flexibility, using cylinder mandrel of 0,5 inch (12.7 miliimet.er), The flash point of the fluid mixture shall be 430 degrees Fahrenheit open Zahn cup, i-.ining material shall meet or exceed the requirements of 210-2.3:3, and of the SSPWC pertaining to , . j Deietma:son-aa.to 7 Chemical Resistance and Physical Properties. Proof of meeting these requirement's shall be provided as part of the bid submittal and shall be confirmed by the Engineer 15 days prior to commencement of work., The color shall be white or cream. The complete coating shall be impermeable to sewer gases and liquids and non-conductive to bacterial or fungus growth, The lining shall be capable of repair at any time during its life, 1. Application on concrete surfaces: a, Pnme coat DFT— Tilsofepoxy,, —�_......._............ —.._..__.. b. Finish coat DFT= 125 mils of polyurethane shall be•appled prior to the Epoxy becoming tack free.The lining shall be applied over dry concrete to all interior surfaces as designated in the plans in one continuous coat,without seams,bubbles or pinholes. The finished lining shall be uniform in color and free from any holes or defects. Any areas in question shall be removed,raworked and patched. 2. Application on steel surfaces: a. Prime coat DFT = l - 2 mils of polyurethane based primer or as approved by coating manufacturer. Primcr shall be applied to the prepared surfaces after insuring there is no dust contamination. b. Finish coat DF"f=40 mils of polyurethane with one continuous coat, without seams,free from any holes or defects. I 3. Spark Testing: Spark testing will be performed upon completion of lining j installation and visual inspection. Spark testing voltage will be set.at 100 i I -2of3 1 i 1 F i c t i e 's 6 1 s 1 I i volts per mil of coating thickness specified. Spark testing equipment shall be Tinker and Rasor APW or equivalent. Spark Testing shall be witnessed by inspector or other Appropriate person. Final approval for applied polyurethane lining shall be given by owner before contractor demobilization. Only workmen trained and experienced with the specified material shall perform the lining application, The lining shall be applied through plural component equipment specifically designed and approved by the manufacturer of the lining material,The equipment shall be in good working order to insure correct proportioning and mixing of the components. Both manufacturer and installer of the elastornmic polyurethane shall warrant its lining for five years against any type of failure due to defects in material and application. The following shall be amendod as shown(underlined text has been added and deleted text has b"n%labeled): Section 09800.3.11.t? D. For external or internal application of lining or coating materials for buried or submerged piping systems, the CONTRACTOR shall supply inspection procedures for use by the CONSTRUCT.iON.MANAGER, Procedures shall be supplied in advance of starting work. Measurement of bond strength of concrete epoxy can be measured in accordance with ASTM D4541.. in. Section 500?,4 of SSYWC' Ls rcatlLn�dy by,fihc, 9 LIC.TION MANAGER. Any areas detected to have inadequate bond strength shall be evaluated by the Project Engineer. Further bond tests may be performed in that area to determine the extent of potentially deficient bonded area and repairs shall be made by the Applicator in strict accordance with the Ma.nufacturer's recommendations. This modification does not change the Engineer's Estimate for this project. ThQ is to acknowledge rre/celpt and review of Addendum Number one,dated June 10,2008. 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 Andrew Ferrigno at(714)536-5291. This Addendum has a total of six pages,which Includes three one page shop drawings. -3 of 3 l r s E s 1 I 1 City of Huntington Beach Public Works Department 2000 Main Street Tel.(714)$36-5431,Fax(714)374-1573 ADDENDUM DUMBER THREE For Lift Station#26 Replacement,at Brighton Drive and Shoreham Lame,CC1297 June 25,2008 Notice to All Aiddcrs: Please note the following revision to Ow praicct,Specifications: The following shall be amended w shown(underlined text has beets added and deleted text hoc been labeled): Section I I OW7.2.1 Service Factors 1, Servicc Factors: Service factors shall be applied in the selection or design of mechanical power transmission components. Unless otherwise calculated, the minimum service factor shall be 1.25. Unless otherwise indicated,the following load classifications shall apply in calculating service factors: Type of Equipment Load Classification Pump; Centrifugal or Rotary Uniform Reciprocating Moderate Shock Fan/Blower Moderate Shock l Deleted:Crnne rn Iioist.moderate i Shack¶ The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Section 11319,2.2.0 C. Accessory Equipment: Shall be as follows: 1. Provide the following accessories for the pump as required for a complete installation. a. Pump Stand .ass Iran with Vusio _Bqi ded [poxx,�S Stan 6; Section 1�IetRd:Tyra 316 stainless slot]. ) -__ b. Cable Supports: Polypropylene composition clamp with Type 316 stainless steel bolts. c. Anchor Bolts:Type 316 Stainless Steel. d. Suction elbow with baseplate assembly- -1 of 3 e. Lining Bail, F. Cable holder and support grip. _ ,..... ... ...... . .......... .... ..._........ ...... ...................................., ...... ...... ......roeleEed:g..Porsnbtel:ofatwith (loco ..... mounting bndct anitAble Far purt.n.¶ The following shall be deleted Section 11319.2.3.0 C. A portable hoist shall be provided for the pump station. The portable hoist shall be pedestal based,power assisted with standard loop and hooks. Capacity of hoist shall be suitable for removal of al I pumps. The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Cover Page BIDS DUE: ul 3,ZQQ$ (_Deleted:June,26 2:00 PM,2ND FLOOR City Clerk's Office The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Section A PUBLIC NOTICE 18 HEREBY GIVEN that the CiTY OF HUNTINGTON BEACH,as AGENCY,invites sealed bids for the above stated projects and wilt 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 u�l ly 8,2008. Bids wi11 be publicly open in Council ;Peleeed:June 26 _ Chambers. The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Section 01115.1.3,J J. At the option of the CONTRACTOR,temporary pipelines,wiring,or other facilities may be constructed to by-pass certain fluid or electrical processes while modifications are being -made to permanent facilities. The CONTRACTOR shall submit for review by the ENGINEER a complete detailed design of the proposed temporary facilities including a complete written description and drawings. For by- pass pumping the CONTRACTOR shall have a primary and back-up electric pump onsitc for the duration of by-pass operations.The CONTRACTOR may pull power for the pump from the existing Lift Station No. 26. The CONTRACTOR shall be fully responsible for all by-pass operations and have a representative on call 24 hours a day, 7 days a week, for the duration, The .ENGINEER shall have the -2 of 3 authority to requite any modifications to the proposed temporary facilities which he/she deems necessary to maintain proper and reliable operation of the plant. The dcsian fln�� tier eacit._dP the,three SCWC1't?I„pelincs tributary to the lift sttttiort shall be This modification does not change the Engineer's Estimate for this project, This is to acknowlodge receipt and rcvicw ofAddendum Numbcr one,dated,1unc 10,2008, Company Namc By 6 Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum,please call Andrew Ferrigno at(714)S36-5291, -3 of 3 City of Huntington Beach Public Works Department 2000 Main Street Tel. (71.4)536-5431,Fax(71.4)374-1573 ADDENDUM NUMBER FOUR For Lift Station 426_Replacement,at Brighton Drive and Shoreham Lane, CC1297 Jnly].zoos Notice to All Bidders: Please note the following revision to the pmjcct,Specifications: The following shall be amended as shown(underlined text has been added and strikethrough text has been deleted): Section 05500-1.4,Section 05500-1..5,Section 0.5500-2.1.,Section 05500-2.6,and Section 05500- 2.1.3 1.4 CONTRACTOR SUBMITTALS .A.. Shop Drawings: Shop Drawings shall be submitted in accordance with Section 01.300,Submittals. B. Shop Drawings! Shop drawings for stairs and hatches shall be submitted detailing ....... fabrication and installation_of star. Include plans, elevations, section-,. and _ _• - Formatted:Strlkethrougn details. s and their connections. Show anchorage And accessory items. For (Formatred_striketnracgn— _ grating, show the direction of span, type and depth of grating, size and s.bape of grating panels,seat angle details,and details of grating hold.down fasteners, C. Product.List:and Product Data Sheets: Protective Coating, a product list shall be submitted with product data sheets of intended shop coats. 1_ QU_,(41.ITY ASSURANCE A. C;'az;hc.rt.,�ti.e.l tra..lt.a'ialti shall be fabricated and erected in ,..- rormatted..strike...-.- h accordance with the latest edition of the RISC "Specification for the Design, Fabrication and Erection of Steel for Buildings", and"Code of Standard Practice for Steel Buildings and.Bridges",except whenever there is a discrepancy between the Design Drawings and this Spcditication,the Drawings shall govern. 1 of 4 13, Aluminum work shall, be fabricated and erected in. conformance with applicable requirements of the CBC and referenced standards for Aluminur, C. Continuous Inspections: All welding and bolting of framing assemblies shall be conducted under the continuous inspection of an International Code Council (JCC) certified "Special Inspector" selected by the OWNER with costs borne by the OWNER, Should such fabrication be performed in the shop of a. licensed fabricator approved by the governing building official and certified by th.c .ICC Evaluation Services,lnc.: only the field welding and bolting of structural framing assemblies will be required to be performed under continuous inspection of the I.CC-cerfl,fied "Special Inspector," The OWNER shall be :notified at. least 24 hour.%in advance of needed inspections. Copies of inspcetio.n reports for shall be provided for the OWNER,CONTRACTOR,and gover a.ing building official_ 2.1 MALERIALS A. Steel: Steel shall conform to the following requirements: 1, Shapes,Plates,,Bars: ASTM A 36 or ASTM A992, 2, Pipe,Pipe Columns,Bollards: ASTM A 53,Type E or S,Grade B Schedule 40,unless noted otherwise. B. Aluminum: Aluminum structural shapes shall be new and conform to 6061-T6 alloy and temper,unless otherwise noted. C. Stainless Stccl: Unless otherwise designated or approved, stainless steel alloy types shall conform to ASTM A1.67 and ASTM,A.276 as follows; 1- Stainless steel plates,pipe and structural.shapes:Type 316. 2. Stainless steel bolts, nuts and washers: Type 316 where connecting or bearing on aluminum;, D. Cast Iron: Cast iron shall conform to ASTM A4$,except as otherwise noted. E. Ductile Iron: Ductile iron shall conform to ASTM A536, using Grade 60-40-19 or better,except as otherwise noted. :.................................. ...'r:.ina:_-.-_All gall tnir,i,11,7,_17.f....�LCfa-CVflJ,Vtizl_1Lf...the ..aaClliil;(,lYl.�;iry.5„ilf>,C11fi: Ain eri.c,3.n......(;ii�l��anizorb_s-...._A_ssoci,abon.,.._.....I,ltlp;r, �v ;glllrilll_izeft.+��r l/.,_.-.----I.I��1:_�cii,4} :.-..._ g ly<�ntrrtll; al. ttcm12c�:'s shall (:onronn l ASTM A1.23,with a nibu.rnaln,_cc�atrttt . of,' }oz ft�---Alf.11zrclt�aic,lull h�-,h�)t clil?_-g.ilti�lmrul„in,�nr� nrit7n.ncc thicicnc�, rrllti,,A;S';t;;.R.1.,A'I 5:3 tiulilt a nainanaurl) ac�a:tin t:hic 2 of 4 i � tit I 2.6 HA. C'� .1:IES I A. Hatch Type: Where access hatches are indicated to be mounted on a floor slab (including top slabs which are not covered. with a roofing membrane) or on a i conercte curb, the hatch shall be a. flush type as :indicated. Hatches shall be as manufactured by L ASCO LIDS, San Marcos, CA, (Ii _,_C.I.%_l_ .F:ABR.iCATroflr i INC.. lliaf�a.11, .FI.:.. no substitutions. llat4.:l,�es.,.ioratcd. n] �idexalks Shall br J.,ASC.O No. 12-RiS;.120. B. Hatch Matcrials and lla.rdwarc: All hatches shall be fabricated from aluminum j unless otherwise indicated. All hatch hardware shall be Type 316 stainless steel. I All hatches shail be 1]EnS1,Ld,ATld sLritlg-14;'t.g _ G'9 .lCleal:t9d iu titrcet rlT,tll. d C7WTl. I C. Live Loads: ._,N.Jtnitn m design.live loadin sh31.,1...be 1.;l"?(1._wlit;gl.-]cyncjlin _,i$r IDetetetl:tn� ._........... _......._. _g.;..._.. .�.,, --- �, v jw „t:..,.r�a the ..i...!Ibe H2O w..,.y� � Formatted:Strikethrough n eeftforze-_ e- .Mdl the a---- � wcrew n _mdn_d :r, ry �. '}��- Hatches Formattedpu^ a��Strlkethrough located in residential, streets shall be designed to withstand H2O wlle�l��� [Formatted;SMketnrough --- .- loading„(iri.clud_xtig.30% iml cC)..u'�at t'c...tk,a t�c�stccl_.,.�cd-lil.�)i.C.c c.�c;...tiol c`,xcccd 35 ' P _........__.._........._._ _� . ..,. Formatted.Strlke[hrouAh ------- D. Hatch Dimensions: Hatch opening sizes,nu+nber and direction of swing of door leaves,and locations shall be as indicated. T'. Shop Drawings and calculations signed by a Profess:iona.l Bnginecr, licensed to practice in.the state of California,shall be submitted for all hatches. F. Water Tightness: Hatches located in. tic{e watks shall be equipped with a joint gutter and moat-type edge drain. A 1.5-inch diameter (.,minimum) drain connection shall be provided and located by the manufacturer. L)r�uF,<<rre.�;:ut1Gr a.rc hihl, cletiir;cl,,,tt?r,tt<itcltcs located.i.n streets_ ?_13 _.MANUFACTURERS A. Products of the type or model (i.f any) indicated shall be manufactured by are of the following: 1. Hatches: a. LASCO LIDS t:r.S.F. > nl�BE"A &r Ni ,..:��c., 3 of 4 I . i I I( The Plans Shall be fiMended as follows: $h eet M-2 Change"stainless steel single leaf hatch (frame opening is 30"x48")" to "steel hot-dip galvanized double or single.leaf hatch with minim.utn clear opening of 30"x48"". I Sheet S-X Change"stainless steel double leaf hatch(fra.rne opening is 42"05"), typ."to"steel hot- dip galvanized double or single leaf hatch with minimum clear opening of 36"x48",typ.". The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Cover Page BIDS DUE: Julyl,z008 ----------- ----- - Deleted:1 } 2:00 PM,2ND FLOOR City Clerk's Office The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Section A PUBLIC NOTICE IS HEREBY GIVEN that the CiTY OF HUNTINGTON BEACH,as AGENCY,invites sealed bids for the above stated projects and will receive such bids in the office of the City Clerk,Second Floor,2000 Main Street,Huntington Beach,California 92648,up to the hour of 2:00 PM on 7ulyl,2008. B1CIS Wlll be f publicly open in Meeting Ro p.J.P8, :- - -Deleted-Council ChrtmberA This modification does not Change the engineer's Estimate:for this project. This is to neknowicdgc rec 'pt and review of Addendum Ntnnbcr Fe arcd Ally 1,200 Gam.+ D Company Name By Z-"1-- b :3 Date — All bidders imist aeknowledgc 1:hc receipt of this Addendum WWI your bid prOpoSa1. Should ym have any guestitim regarding this Addcndum,please call Andrew Fcrrigno at.(7)4)536-5291. 4 of 4 S A F E C O$ SAFECO Insurance Company PO Box 34526 Seattle,WA 98124-1526 BID BOND KNOW ALL BY THESE PRESENTS,That we, Pascal & Ludwig Constructors, Inc. of 2049 East Frances Street; Ontario, CA 91761 (hereinafter called the Principal), as Principal,and SAFECO INSURANCE COMPANY OF AMERICA (hereinafter called the Surety),as Surety are held and firmly bound unto City of Huntington Beach (hereinafter called the Obligee)in the penal sum of Ten percent of amount bid Dollars($ 10% ) for the payment of which the Principal and the Surety bind themselves,their heirs, executors, administrators, successors and assigns, 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 Lift Station#26 Replacement-Cash Contract No. 1297- Demolish Existing Pump Station and Construct Replacement with Pipeline Excavation Concrete Mechanical Electrical Paint Paving Located at the Intersection of Brighton Dr. and Stoneham Ln. NOW, THEREFORE, If the said Contract be timely awarded to the Principal and the Principal shall, within such time as may be specified, enter into the Contract in writing, and give bond, if bond is required, with surety acceptable to the Obligee for the faithful performance of the said Contract,then this obligation shall be void;otherwise to remain in full force and effect. Signed and sealed this 20th day of .tune , 2008 Pascal & Ludwig Constructors, Inc. (Seal) Principal Witness i'�" Title SAFECO INSURANCE COMPANY OF AMERICA yrki Attorney-in-Fact By- William�� S-0053/SAEF 10/99 ®A registered trademark of SAFECO Corporation FRP Safeco Insurance Company of America POWER General Insurance Company of America Safeco Plaza OF ATTORNEY Seattle,WA 98185 KNOW ALL BY THESE PRESENTS: No. 12861 That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a 0!2shington corporal.cn,docs,esch hereby appoint *****************SERGIO BECHAR&CLOE BIERMAN;REBECCA HAAS-BATES;WILLIAM SYRKIN;JOAN M.WYNN; LEONARD ZIMINSKI;Irvine,California***************************************************************** ******* its true and lawful attomey(s}in-fact,with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business,and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 23rd day of October 2006 STEPHANIE DALEY-WATSON SECRETARY TIM MIKOLAJEWSKI SENIOR VICE-PRESIDENT SURETY CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V,Section 13.-FIDELITY AND SURETY BONDS...the President,any Vice President,the Secretary,and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations,shall each have authority to appoint individuals as attomeys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business...On any instrument making or evidencing. such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a.facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided,however,that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28,1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (I) The provisions of Article V,Section 13 of the.By-Laws,and (ii) A copy of the power-of-attomey appointment,executed pursuant thereto,and (ill) Certifying that said power-of-attomey appointment is in full force and effect, the signature of the certifying officer may be by facsimile,and the seal of the Company may be a facsimile thereof." ],Stephanie Daley-Watson Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA,do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations,and of a Power of.Attomey issued pursuant thereto,are true and correct,and that both the By-Laws,the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF,l have hereunto set my hand and affixed the facsimile seat of said corporation this 24th day of June 2008 C � £C�1Afp,�� t SEAL SEAL T �r�la.:•� aj`�lit / 1953 � tag$ /2r� 0 STEPHANIE DALEY-WATSON,SECRETARY SafecoO and the Safeco logo are registered trademarks of Safaco Corporation. S-09741DS 4105 WEB PDF CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Orange On 06/20/08 before me, R. Haas-Bates, Notary Public Date Here Insert Name and Title of the Officer personally appeared William Syrkin Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/afe subscribed to the within instrument and acknowledged to me that hefsheAliey executed the same in his/he0heif authorized R. HAAS-BATES capacity(iea) and that by his/her4heif signatures}on the instrument the person(,}, or the entity upon behalf of 4" NOTARY PUBLIC • CALIFORNIA 0 which the person*acted, executed the instrument. " ® ORANGE COUNTY 0 .R COMM.EXPIRES A6i;IL 22, 2012 'A I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Place Notary Seal Above Signature Signature oT Notary Public OPTIONAL Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies)Claimed by Signer(s) Signer's Name: Signer's Name: 0 Individual D Individual Corporate Officer—Title(s): ❑Corporate Officer—Title(s): Partner—❑ Limited ❑General a ❑Partner—El Limited C General Attorney in Fact • ❑Attorney in Fact Trustee Top of thumb here C Trustee Top of thumb here Guardian or Conservator `Guardian or Conservator Other: 0 Other: Signer Is Representing: _ Signer Is Representing: 02067 National Notary Association•9350 De Soto Ave..PO.Box 2402-Chatsworth,CA 91313-2402•www.NationalNotaryorg Item#5907 Reorder:Call Toll-Free 1-800-876-6827 ONTARIO, CA 91761 BID FOR:LIFT STATION#26 REPLACEMENT CONTRACT NO. 1297 ZQoo JUL _3 Pli R; 58 BID DATE: 6/26/08 @ 2,00 PM CITY OF HUNTINGTON BEACH CITY CLERK, 2ND FLOOR 2000 MAIN STREET HUNTINGTON BEACH, CA 92648 i, CITY OF HUNTINGTON BEACH 2000 MAIN STREET CALIFORNIA 92648 OFFICE OF THE CITY CLERK JOAN L. FLYNN CITY CLERK September 2, 2008 Pascal & Ludwig Constructors, Inc. 2049 East Francis St. Ontario, CA 91761 Attn: Alan Ludwig Re: Lift Station #26 Replacement @ Brighton Dr. & Shoreham Ln. — CC-1297 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. Sincerely, n L. Flynn, CM ty Clerk JF:pe Enclosures: Copy of Contract including Proposal Copies of insurance/bonds Contractor's Certificate Certificate of Compliances Bid Bond (original) g:fol lowup\cashcont\cash con-letter.doc (Telephone:714-536-5227) Certification of Compliance with Prevailing Wage haws To: City of Huntington Beach Department of Public Works 2000 Main Street/P.O. Box 190 Huntington Beach, CA 92648 Re: Certification of Compliance with Prevailing Wage Laws Contract: Project: The undersigned contractor on the above-referenced project ("Project") hereby certifies that all laborers, mechanics, apprentices, trainees, watchmen and guards employed by him or by any subcontractor performing work under the contract for the Project have been paid pursuant to the minimum wage and bona fide fringe benefit requirements specified for each particular classification of work, as set forth in the wage-rate determinations of the State of California, Department of Industrial Relations, and/or the United States Department of Labor. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed this day of , 20_, at , California. (Type Contractor Name) By: Name: [Type Name] Title: [Type Title] AS TO E_ MX CITY ATTORNEY TLS o3 ab mp 1 247542A 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 Warne] ��� Title: [Type Title] E , R cGttA » � N c)RNBX 1 245911 1 CONTRACTOR'S CERtTIFICATE 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 (Signature of Declarant) APPROVED AS TO FORM By: W, 1-710AT--n�� -10 3- �-D Name: [Type Name] Title: [Type Title] 1 245914.1 08/26/2008 15:45 FAX 9493878190 MILLENNIUM CORPORATE Z 0 01 8/ 5/°z0ACORDa CERTIFICATE OF LIABILITY INSURANCE 01 8 PRODUCER (949)857-4500 FAX (949)857-4800 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Millennium Risk Management & Insurance Services ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR License # OC13480 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 5530 Trabuco Road Irvine, CA 92620 INSURERS AFFORDING COVERAGE INSURED Pascal & Ludwig Constructors, Inc. INSURERA; Valley Forge Insurance Company 2049 E. Francis Street INSURERS Continental Casualty Company Ontario, CA 91761 INSURER Everest National Insurance Company INSURER Continental Insurance Company INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR POLTYPE OF INSURANCE POLICY NUMBER DATE I MIDDf V P LI M I 10 LIMITS LTR DATE MMIDRlW DATE MMlODlYY GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY 2093861742 10/13/2007 10/13/2008 FIRE DAMAGE(Any one fire) $ 100,1100 CLAIMS MADE OCCUR MED EXP(Any one person) $ 5,00 A PERSONAL&ADV INJURY $ 11000,00 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOP AGO $ 2,000,000 POLICY X PRO LOG _ JECT AUT�QIAOBILE LIABIL COMBINED SINGLE LIMIT X A14YAUTo 2093976449 10/13/2007 10/13/2008 (Ea accident) $ 1,000,00 ALb ED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) B X HIRED AUTOS BODILY INJURY $ FD AUTOS APPROVED AS TO FORM (Per accident) X Comp Ded-$1,000 PROPERTY DAMAGE � 1X Coll Ded-$1,000 a (per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ iAUTO ONLY: AGG $ EXCESS LIABILITY EACH OCCURRENCE $ 91000,00 X OCCUR CLAIMS MADE 71C2000140071 10/13/2007 10/13/2008 AGGREGATE $ 9,000,000 C $ DEDUCTIBLE $ RL-TENTION $ _AOROVEDA S To FORM $ WORKERS COMPENSATION AND .T TORY L!MlTS ER EMPLOYERS LIABILITY §A C(J C Att rney `i� E.L.EACH ACCIDENT $ � E.L.DISEASE-EA EMPLOYEE $ E.L.DISEASE-POLICY LIMIT $ nand Marine Scheduled Contractors' Equip: D 2093876435 10/13/2007 10/13/2008 $1,878,622 Leased/Rented Equip:$2,000,000 DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORS£MENTISPECIAL PROVISIONS Re: Cash Contract 1297, Lift Station #26 Replacement at Brighton Dr. and Shoreham Ln City of Huntington Beach, its Agents, Officers, & Employees are named as Additional Insured on the General Liability per endorsement G14033IA99 10/01. Insurance is primary/non-contributory. Waiver of subrogation applies. *10 day notice of cancellation for non-payment of premium CERTIFICATE HOLDER ADDITIONAL INSURED;INSURER LETTER: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL*MtXM MAIL *30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, City of Huntington Beach D(x�( XXIQXI& �(d1363f:7Jklt7(XX 2000 Main Street XK X XXXXXXXX Huntington Beach, CA 92648 AuowzED PRE NTATIv ff% ,ter. . ACORD 25-S(7/97) ©ACORD CORPORATION 1988 08/26/2008 15:45 FAX 9493878190 MILLENNIUM CORPORATE �002 IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. I I j I i j ACOPD 25-S(7/97) 08/26/2008 15:45 FAX 9493878190 MILLENNIUM CORPORATE Q 003 POLICY NUMBER: 2093861742 COMMERCIAL GENERAL LIABILITY CG 20 10 10 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURE® - GAINERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: City of Huntington Beach, its Agents, Officers, and Employees (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. Section 11 —Who Is An Insured is amended to (1) All work, including materials, parts or include as an insured the person or organization equipment furnished in connection with shown in the Schedule, but only with respect to such work, on the project (other than liability arising out of your ongoing operations service, maintenance or repairs) to be performed for that insured. performed by or on behalf of the addi- B. With respect to the insurance afforded to these tional insured(s) at the site of the cov- additional insureds, the following exclusion is ered operations has been completed; added: or 2. Exclusions (2) That portion of"your work"out of which This insurance does not a I to "bodily the injury or damage arises has been PP Y Y in- put to its intended use by any person or jury"or"property damage"occurring after: organization other than another con- tractor or subcontractor engaged in performing operations for a principal as a part of the same project. li CG 20 1010 01 ®ISO Properties, Inc., 2000 Page 1 of 1 O 08/26/2008 15:46 FAX 9493878190 MILLENNIUM CORPORATE 2004 POLICY NUMBER: 2093861742 COMMERCIAL GENERAL LIABILITY CG 20 37 10 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: City of Huntington Beach, its Agents, Officers, & Employees Location And Description of Completed Operations: Cash Contract 1297, Lift Station #26 Replacement at Brighton Dr. and Shoreham Ln Additional Premium: (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) Section II — Who Is An Insured is amended to include as an Insured the person or organization shown in the Schedule, but only with respect to liability arising out of"your work" at the location designated and described in the i schedule of this endorsement performed for that insured and included in the "products-completed operations haz- ard". I CG 20 3710 01 ©ISO Properties, Inc., 2000 Page 1 of 1 0 Company Profile Page 1 of 2 sn p COMPANY PROFILE Company Profile Company Search Company Information Company Search Results Company VALLEY FORGE INSURANCE COMPANY Information CNA PLAZA, 333 SOUTH WABASH Old Company CHICAGO, IL 60685 Names 800-345-7542 Agent for Service Reference Old Company Names Effective Date Information NAIC Group List AMERICAN AVIATION &GENERAL INSURANCE COMPANY 07/03/1957 Lines of Business l ck to top Company Performance & Comparison Data Agent For Service Financial Statements )ERE KEPRIOS PDF's C/O CT CORPORATION SYSTEM Annual Statements 818 WEST SEVENTH STREET, 2ND FLOOR Quarterly LOS ANGELES CA 90017 Statements back to top CA Supplements Company Complaint Reference Information Company Enforcement Action Composite NAIC #: 20508 Complaints Studies California Company ID #: 1282-3 Additional Info Find A Company Date Authorized in California: 09/27/1944 Representative In Your Area License Status: UNLIMITED-NORMAL Financial Rating Company Type: Property & Casualty Organizations View Financial [State of Domicile: PENNSYLVANIA Disclaimer teach to top NAIC Group List NAIC Group #: 0218 CNA INS GRP back to top Lines Of Business The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. http://interactive.web.insurance.ca.gov/companyprofile/companyprofile?event=companyPr... 8/26/2008 Company Profile Page 2 of 2 AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY CREDIT DISABILITY FIRE LIABILITY MARINE MISCELLANEOUS PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION back to top Q 2008 California Department of Insurance http://interactive.web.insurance.ca.gov/companyprofile/companyprofile?event=companyPr... 8/26/2008 Company Profile Page 1 of 2 8r COMPANY PROFILE Company Profile Company Search Company Information Company Search Results Company CONTINENTAL CASUALTY COMPANY Information CNA PLAZA Old Company CHICAGO, IL 60685 Names 800-588-7400 Agent for Service Reference Old Company Names Effective Date Information NAIC Group List Facie to top Lines of Business Company ,agent For Service Performance & Comparison Data JERE KEPRIOS Financial Statements C/O CT CORPORATION SYSTEM PDF's 818 WEST SEVENTH STREET, 2ND FLOOR LOS ANGELES CA 90017 Annual Statements Quarterly back to top Statements CA Supplements Reference Information Company Complaint Company NAIC #: 20443 Enforcement Action Composite California Company ID #: 0048-9 Complaints Studies Additional Info Date Authorized in California: 05/14/1902 Find A Company License Status: UNLIMITED-NORMAL Representative In Your Area Company Type: Property &Casualty Financial Rating Organizations State of Domicile: IFILLINOIS View Financial Disclaimer back to top NAIC Group List NAIC Group #: 0218 CNA INS GRP back to tap Lines Of Business The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. AIRCRAFT http://interactive.web.insurance.ca.gov/companyprofile/companyprofile?event=companyPr... 8/26/2008 Company Profile Page 2 of 2 AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY CREDIT DISABILITY FIRE LIABILITY MARINE MISCELLANEOUS PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION hack to toga 2008 California Department of Insurance http://interactive.web.insurance.ca.gov/companyprofile/companyprofile?event=companyPr... 8/26/2008 Company Profile Page 1 of 2 r COMPANY PROFILE Company Profile Company Search Company Information Company Search Results Company EVEREST NATIONAL INSURANCE COMPANY Information 477 MARTINSVILLE ROAD Old Company LIBERTY CORNER, N7 07938-0830 Names 800-438-4375 Agent for Service Reference Old Company Names Effective Date Information NAIC Group List DRYDEN GUARANTY INSURANCE COMPANY 10/20/1993 Lines of Business PRUDENTIAL NATIONAL INSURANCE COMPANY 06/17/1996 Company back to top Performance & Comparison Data Financial Statements Agent For Service PDF's NANCY CARAVACA Annual Statements ills BROADWAY Quarterly SUITE 2050 Statements OAKLAND CA 94607 CA Supplements back to top Company Complaint Company Reference Information Enforcement Action Composite NAIC #: 10120 Complaints Studies Additional Info California Company ID #: 3138-5 Find A Company Representative In Date Authorized in California: 03/02/1988 Your Area Financial Rating License Status: UNLIMITED-NORMAL Organizations Company Type: Property & Casualty View Financial Disclaimer State of Domicile: [DELAWARE back to top NAIC Group List NAIC Group #: 1120 EVEREST REIN HOL INC back to top Lines Of Business The company is authorized to transact business within these lines of insurance. http://interactive.web.insurance.ca.gov/companyprofile/companyprofile?event=companyPr... 8/26/2008 Company Profile Page 2of2 For an explanation of any of these terms, please refer tn the glossary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY FIRE LIABILITY MARINE PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION back totop ` (g 2008 California Department of Insurance Company Profile Page 1 of 2 COMPANY PROFILE Company Profile Company Search Company Information Company Search Results Company CONTINENTAL INSURANCE COMPANY (THE) Information CNA 333 S. WABASH, 28TH FL. Old Company CHICAGO, IL 60685 Names 800-262-4554 Agent for Service Reference Old Company Names Effective Date Information NAIC Group List back to top Lines of Business Company Agent For Service Performance & Comparison Data JERE KEPRIOS Financial Statements C/O CT CORPORATION SYSTEM PDF's 818 WEST SEVENTH STREET, 2ND FLOOR 'LOS ANGELES CA 90017 Annual Statements Quarterly back to top Statements CA Supplements Reference Information Company Complaint Company NAIC #: 35289 Enforcement Action Composite California Company ID #: 2270-7 Complaints Studies Additional Info Date Authorized in California: F01/01/1978 Find A Company License Status: UNLIMITED-NORMAL Representative In Your Area Company Type: Property &Casualty Financial Rating Organizations State of Domicile: PENNSYLVANIA View Financial Disclaimer back to top NAIC Group List NAIC Group #: 0218 CNA INS GRP back to top Lines Of Business The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. AIRCRAFT http://interactive.web.insurance.ca.gov/companyprofile/companyprofile?event=companyPr... 8/26/2008 Company Profile Page 2of2 AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY CREDIT DISABILITY FIRE LIABILITY MARINE MISCELLANEOUS PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION back twtop �� 2008 California Department nfInsurance 3609740 AcoRU iCt"d-ATE�0FI-1ABILITY INSURANCE m/dd/yy, = 8/14/2008 Producer Dani Rembleski THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. Garrett/Mosier/Griffith/Sistrunk Ins. Services THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE 12 Truman COVERAGE AFFORDED BY THE POLICIES BELOW. Irvine CA 92620 INSURERS AFFORDING GOVERA153F (949)559-6700 INSURER SeaBright Insurance Company www.qarreft-mosier.com 0B84519 INSURER Insured INSURER Pascal&Ludwig Constructors, Inc. Pascal&Ludwig Equipment Company, Inc. INSURER 2049 E. Francis St. Ontario CA 91761 INSURER E COVERAGES _ . , T E POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INS RED 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. POLICY POLICY INSR EFFECTIVE EXPIRATION LTR TYPE OF INSURANCE POLICY NUMBER DATE DATE LIMITS GENERAL LIABILITY EACH OCCURRENCE i COMMERCIAL GENERAL LIAB FIRE DAMAGE(Any one fire) i CLAIMS MADE OCCUR MED EXP(Any one person) i PERSONAL&ADV INJURY i GENERAL AGGREGATE i -ffN'L AGGLIMIT PRODUCTS-COMP/OP AGG I POLICY ROJECT LOC i AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE LIMIT i ALL OWNED AUTOS BODILY INJURY SCHEDULED.AUTOS (Per person) i HIRED AUTOS BODILY INJURY NON-OWNED AUTOS (Per accident) i PROPERTY DAMAGE n TT (Per accident) i HEXCESSLIABILITY ARAGE LIABILITY- AI- D AS FO AUTO ONLY-EA ACCIDENT i ANY AUTO OTHER THAN EA ACC i *( t p� �/ AUTO ONLY: AGG i OCCURF-1CLAIMS MADE 3 `� I"E c RATI C1Ty me,y - EACH GGREGAT OCCURRENCE _ �liW�j s DEDUCTIBLE i RETENTION i i A EMPLOYERS ABILITYTION& BB1070975 10/13/2007 10/13/2008 EACH ACCIDENT STATUTORY LIMIT TH—i P<.: O ..: EL 1 OO OOO EL DISEASE-EA EMPLOYEE i 1 OOO O00 EL DISEASE-POLICY LIMIT I 1 O Ono RE: Lift Station#26 Replacement at Brighton Dr.and Shorehan Ln.; Contract 1297 As respects Workers Compensation,a Waiver of Subrogation is hereby included per WC 04 03 06 attached. CERTIFICATE H,ULDER _'CANCELLATION Lift Station#26 Replacement at Brighton Dr.and Shorehan Ln.;Contract 1297 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Huntington Beach EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL NOWKKVV6 MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, XlSl24?{ X )WpNXX�QfQ#D(b1�14K1�4#�2L�41KP �W(>KQXd # rX >3i4��A4�fP4K>x �(�MXI�IQiSd4K�tt4K�.i4aGik�4M�K>�Gt4rK #t4KX 2000 Main Street �t1SX '10 Days for Non-Payment of Premium Huntington Beach CA 92648 AUTHORIZED REPRESENTATIVE n. John Garrett IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend,extend or alter the coverage afforded by the policies listed thereon. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 04 03 06 (Ed.4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT—CALIFORNIA We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from US.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be * %of the California workers'compensation premium otherwise due on such remuneration. Schedule Person or Organization Job Description WHERE YOU ARE REQUIRED BY WRITTEN CONTRACT TO OBTAIN THIS AGREEMENT FROM US, PROVIDED THE CONTRACT IS SIGNED AND DATED PRIOR TO THE DATE OF LOSS TO WHICH THIS WAIVER APPLIES. IN NO INSTANCE SHALL THE PROVISIONS AFFORDED BY THIS ENDORSEMENT BENEFIT ANY COMPANY OPERATING AIRCRAFT FOR HIRE. *The premium charge for this endorsement shall be 2% of the premium developed in the State of California, but not less than$500 policy minimum premium. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy No. 1361070975. Endorsement No. Insured Pascal&Ludwig Constructors,Inc. Pascal&Ludwig Equipment Company,Inc. Policy Effective Date 10/13/2007 Insurance Company SeaBright Insurance Company Countersigned By ' r r WC 04 03 06 (Ed.4-84) ©1998 by the Workers'Compensation Insurance Rating Bureau of California.All rights reserved. 'S 00 ,zy— 01,o(af.L)/R, Bond No 6570254 Premium: $11,262.00 Premium is for contract term and is subject to PERFORMANCE BOND adjustment based on final contract price Executed in Two Counterparts 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 Pascal &Ludwig Constructors, Inc. 2049 East Francis Street Ontario CA 91761 (name and address of Contractor) (hereinafter referred to as"Principal"), for performance of the work described as follows:. Lift Station#26 Replacement at Brighton Dr. and Shoreham Ln Cash Contract 1297 (Project Title) WHEREAS, said contract,and all documents referenced therein(hereinafter collectively "Contract"), are incorporated herein by this reference made a part.hereof as though set forth herein in full. WHEREAS, said Principal is required under the terms of the Contract to furnish a bond guaranteeing the prompt, full and faithful performance of said Contract. NOW THEREFORE,we, the undersigned, as Principal, and Safeco Insurance Company of America 120 Vantis, Ste 130, Aliso Viejo, CA 92656 (name and address of Surety) (a duly admitted surety insurer under the laws of the State of California and hereinafter referred to as "Surety"), as Surety, are held and firmly bound unto City in the penal sum of One Million Three Hundred Forty Five Thousand Three Hundred Ninety Seven and 00/100 Dollars($1,345,397.00 ),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 277391.1 PERFORMANCE,BOND Page 1 of 2 Bond No. 6570254 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 agreesto provide written confirmation of such adjustments1n 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 duty 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 14,2008 ATTEST Pascal & Ludwig Constructors, Inc. (Corporate Seal) (Principal Name) LQ,By:. Name: f / 116 Title: ATTEST Safeco Insurance Company of America (Corporate Seal) (Surety Name) By: Name: illi S r ' Attorne -in-Fact erod6 of Attomey-in-Fact for Surety) (Attach Attorney-in-Fact Certificate) 9( 49j 860-6000 (Area Code&Telephone Number of Surety) APPROVED AS TO FORM: CITY O UNTINGTON BEACH By ennifer`Mc ath ity Attorney Note: This bond must be executed in duplicate and dated,all.signatures must be notarized and evidence of the authority of any person signing as attorney-in-fact must be attached. PERFORMANCE BOND Page 2 of 2 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A F TF TFA F TFA FAwF A`�FA�F AwF AwF A�F ATF Tfi ATF ATF AMfiA FATE Awfi TF TF AwFfwfi ATFA FAwF ATF-�^FAwfi A�F ' M T M M M M M M M M M M T M M M M State of California County of Jar,06wa,i-k - On ��'�-9006) before me Date Here Insert Name and Title of the Officer personally appeared Name(s)of Signer(s) Who proved to me on the basis of satisfactory evidence to be the persons) whose nameW is/are subscribed to the within instrument and acknowledged to me that SYBIL ZAMBARDI hem executed the same in his'h,,, 'e*authorized Commisslon#1a80109 capacitY0es-, and that by his heFfteir signature(s) on the Notary Public-CalifOmla instrument the person(s), or the entity upon behalf of San Bernardino County which the person(s)acted, executed the instrument. My Comm.Expires Apr 29,2008 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my han Vcj Signature Place Notary Seal Above Signat n:of Notary Public OPTIONAL Though the information below is not required by law,it may prove valuable to persons relying on the document And could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages Signer(s)Other Than Named Above: Capacity(ies)Claimed by Signer(s) Signer(s)Name: Signer(s)Name: ❑ Individual ❑ Individual ❑x Corporate Officer—Title(s): ❑ Corporate Officer—Title(s): ❑ Partner-❑ Limited❑ General ❑ Partner-❑ Limited❑ General ❑ Attorney in Fact ❑ Attorney in Fact ❑ Trustee ❑ Trustee ❑ Guardian or conservator ❑ Guardian or conservator ❑ Other: ❑ Other: Signer Is Representing: f Signer Is Representing: .VTR 4- -_Z_A F_Z_ TATF 4FA4--OTF4 TF_►M FT4 TF-1: TTF A F_Z 4A4 Z_ S A F E C ®% POWER SAFECORA INSURANCE COMPANY OF AMERICA F�l GENERAL INSURANCE COMPANY OF AMERICA OF ATTORNEY HOME OFFICE: SAFECO PLAZA SEATTLE,WASHINGTON 96185 No. 12861 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint ***************-MLLIAM SYRKIN;REBECCA HAAS-BATES;SERGIO BECHARA;LEONARD ZIMINSKY;CLOE BIERMAN,Irvine,California***************** its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business,and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 13th day of January 2005 CHRISTINE MEAD,SECRETARY MIKE MCGAVICK,PRESIDENT CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V.Section 13.-FIDELITY AND SURETY BONDS...the President,any Vice President,the Secretary,and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys ln-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business...On any instrument making or evidencing such appointment,the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however,that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28,1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V,Section 13 ofthe By-Laws,and (ii) A copy of the power-of-attomey appointment,executed pursuant thereto,and (iii) Certifying that said power-ofattomey appointment is in full force and effect, the signature of the certifying officer maybe by facsimile,and the seal of the Company maybe a facsimile thereof." 1,Christine Mead,Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA,do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations,and of a Power ofAttomey issued pursuant thereto, are true and correct,and that both the By-Laws,the Resolution and the Power ofAttomey are still in full force and effect. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the facsimile seal of said corporation this 14th day of August 2008 E ce, aP01R�p� . � � CORPORIVE 9 � MU w SEAL s x ay�r 19533 �`� l92% FpfW ' fep�yy� CHRISTINE MEAD,SECRETARY S-0974/SAEF 2/01 ®A registered trademark of SAFECO Corporation GVIN2005 PDF CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Orange On 08/14/08 before me, R. Haas-Bates, Notary Public Date Here Insert Name and Title of the Officer personally appeared William Syrkin Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(R) whose name(&) is/afe subscribed to the within instrument and acknowledged to me that heh� executed the same in his/494*i&authorized capacity(ice), and that by his/ signature(4 on the instrument the person(s}, or the entity upon behalf of R. HAAS-BATES 1 which the person(s}acted, executed the instrument. P EUREt•.r COMM" ai 1796169 NOTARY PUBLIC •CALIFORNIA 1 certify under PENALTY OF PERJURY under the laws ° ORANGE COUNTY of the State of California that the foregoing paragraph is COMM.EXPIRES APRIL 22,2012 true and correct. WITNESS my hand and official seal. Place Notary Seal Above Signature QbankS.gAnau1re.f Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: iI Individual Individual Corporate Officer—Title(s): ❑Corporate Officer—Title(s): Partner—❑ Limited ❑ General „. = Partner—1-1 Limited ❑ General t Attorney in Fact I-' ❑Attorney in Fact ° R El Trustee ❑Trustee Top of thumb here Top of thumb here Guardian or Conservator E Guardian or Conservator Other: 10 Other: Signer Is Representing: Signer Is Representing: ©2007 National Notary Association-9350 De Soto Ave-P.O.Box 2402-Chatsworth,CA 91313-2402-www.NationaiNotaryorg Item#5907 Reorder:Call Toll-Free 1-800-876.6827 Bond No. 6570254 Premium: Included in Performance Bond PAYMENT BOND (LABOR AND MATERIALS) Executed in Two Counterparts KNOW ALL PERSONS BY THESE PRESENTS that: WHEREAS, the City of Huntington Beach (hereinafter referred to as"City")has awarded to Pascal&Ludwig Constructors, Inc. 2049 East Francis Street, Ontario, CA 91761 (name and address of contractor) (hereinafter referred to as"Principal"), a contract("Contract")for the work described as follows: Lift Station#26 Replacement at Brighton Dr. and Shoreham Ln Cash Contract 1297 (project tide) WHEREAS, Principal is required under the terms of the Contract and the California Civil Code to secure the payment of claims of laborers, mechanics, materialmen, and other persons as provided by law. NOW THEREFORE,we,the undersigned Principal, and Safeco Insurance Company of America 120 Vantis, Ste 130,Aliso.Viejo, CA 92656 (name and address of Surety) (a duly admitted surety insurer under the laws of the State of California and hereinafter referred to as"Surety"), as Surety,are held and firmly bound unto City in the penal sum of One Million Three Hundred Forty,Five Thousand.Three Hundred Ninety Seven and 001100 dollars, ($ 1,345,397.00 ), 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 t0 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, 277539.1 PAYMENT BOND Page 1 of 2 Bond No,6570254 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 14, 2008 ATTEST (Corporate Seal) Pascal & Ludwig Constructors, Inc. (Principal Name). By: Qlato= LJ4",O� Name: t AC,I'�9i Its: ATTEST (Corporate Seal) Safeco Insurance Company of America (Surety Name) By: Name: ilha rki ttorrie -in-Fact (Sig a of Attomey-in-Fact for Surety) 9( 49 )860-6000 (Attach Attomey-in-Fact Certificate) (Area Code&Telephone Number of Surety) APPROVED AS TO FORM: CITY OF HUNTINGTON BEACH ByIngnifer M ti M rath Attorney S t Slb6 Note: This bond must be executed in duplicate and dated, all signatures must be.notarized,and evidence of the authority of any person signing as attomey-in-fact must be attached. 277589.E PAYMENT BOND Page 2 of 2 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT TF TFA h TF ATF TF ATh ATF ATfi ATR ATF ATF ATh TF AwF A+F ATFA hATF AwF A`�h Awh TF AwR A'�R AMF A^R AwF Awfi A^I.AwF T T T T T T T T T T T T T T State of California County of t1alz� On 1&_Ay w� "200d' before me Date Here Insert Name and Title of the Officer personally appeared _�i,14wwa�6r Names)of Signer(s) Who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that heisheAhey executed the same in hisrheFAhei authorized SVBILzAMBARDI capacity#es-, and that by hisiheFA,en signature(s) on the Commission#14801no instrument the personal, or the entity upon behalf of Notary Public-California which the persons)acted, executed the instrument. Z -r Son Bernardino county2008 My Comm.Expires Apr I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my ha and offic�a s al. Signature ;V) '� Place Notary Seal Above , We re 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: _2"Qy�rr�no 66zd—_&t, Gmiolz,#26 Document Date: Number of Pages Signer(s)Other Than Named Above: Capacity(ies)Claimed by Signer(s) Signer(s)Name: Signers)Name: ❑ Individual ❑ Individual Corporate Officer—Title(s): Yl-e".Aw4 ❑ Corporate Officer—Title(s): ❑ Partner-❑ Limited❑ General ❑ Partner-❑ Limited❑ General ❑ Attorney in Fact " ❑ Attorney in Fact El Trustee ❑ Trustee x ❑ Guardian or conservator ❑ Guardian or conservator ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing: ATF Tfi ATh Th Tfi ATF ATh ATF ATfi ATh ATF 4-4F ATF 4F 4F 4F ATfi ATfi TF ATR ATF ATF ATh ATh TRATF ATF ATFA^T.TF C ®» POWER SAFECO INSURANCE COMPANY OF AMERICA r GENERAL INSURANCE COMPANY OF AMERICA F5 OF ATTORNEY HOME OFFICE: SAFECOPLAZA SEATrLE,WASHINGTON 98185 No. 12861 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint ***************-,VILLIAM SYRKIN,REBECCA HAAS-BATES;SERGIO BECHAR.A;LEONARD ZIMINSKY;CLOE BIERMAN;Irvine,California***************** its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business,and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 13th day of January 2005 CHRISTINE MEAD,SECRETARY MIKE MCGAVICK,PRESIDENT CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V,Section 13.-FIDELITY AND SURETY BONDS...the President,any Vice President,the Secretary,and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys An-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business...On any instrument making or evidencing such appointment,the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however,that the seal shall not be necessary to the validity of any such instrument or undertaking" Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28,1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V,Section 13 ofthe By-Laws,and (ii) A copy of the power-of-attorney appointment,executed pursuant thereto,and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile,and the seal of the Company may be a facsimile thereof." I,Christine Mead,Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA,do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations,and of a Power of Attorney issued pursuant thereto, are true and correct,and that both the By-Laws,the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the facsimile seal of said corporation this 14th day of August , 2008 C ,�£C©lip oo�CRArF �• Oq� �~ CQRPORKE SEAL a SEAL, � C `9513 �`� 8a F#W 'fepr CHRISTINE MEAD,SECRETARY 3-0974/SAEF 2/01 ®A registered trademark of SAFECO Corporation 01/13/2005 PDF CALIFORNIA ALL-PURPOSE RP®SE ACKNOWLEDGMENT State of California County of Orange On 08/14/08 before me, R. Haas-Bates, Notary Public Date Here Insert Name and Title of the Officer personally appeared William Syrkin Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(&) whose nameM is/aye subscribed to the within instrument and acknowledged to me that he executed the same in his/herd authorized capacity(), and that by his/herAhei signature(4 on the instrument the person(}, or the entity upon behalf of Ro HAAS-BATES Comm. #1796169 which the persons}acted, executed the instrument. NOTARY PUBLIC- CALIFORNIA ORANGE COUNTY n 1 certify under PENALTY OF PERJURY under the laws COMM.EXPIRES APRIL 2z, zo12 of the State of California that the foregoing is g 9 true and correct. WITNESS my hand and official seal. Signature Place Notary Seal Above Signature�o lNootarryy 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: 0 Individual ❑ Individual Corporate Officer—Title(s): ❑Corporate Officer—Title(s): Partner—E, Limited Cl General I FIM I I a 1 8 11 Pra,,_ Partner—El Limited ❑ General t. Attorney in Fact • g'' _-1 Attorney in Fact ° Top of thumb here Top of thumb here Trustee a Trustee Guardian or Conservator �Guardian or Conservator Other: 1 Other: Signer Is Representing: Signer Is Representing: i ©2007 National Notary Association•9350 De Soto Ave P.O.Box 2402•Chatsworth,CA 91313-2402•www.NationalNotary.org Item#5907 Reorder:CaltToll-Free 1-800-876-6827 RECEIVED BY: CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office (Name) after signing/dating (Date) CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION TO: Sh i Freidenrich, City Treasurer FROM: — =�-"'� (— DATE: , &A) SUBJECT: Bond Acceptance have received the bonds forlLu- � (Company Name) Faithful Performance Bond No. �;-y. Labor and Material Bond No. Monument Bond No. Maintenance Bond No. Guarantee and Warranty Bond No. Re: Tract No. CC No. MSC No. ApProve `y_ _. ------ ----Agenda Item No. (Co ncil Approval ate) City Clerk Vault No. #27 g1followup/bondletter.doc Council/Agency Meeting Held: O Deferred/Continued to: 0.Appr ved ❑ Conditionally Approved ❑ Denied y erk Signat r Council Meeting Date: 8/04/2008 Departmen ID Number: PW 08-48 CITY OF HUNTINGTON BEACH REQUEST FOR CITY COUNCIL ACTION SUBMITTED TO: HONORABLE MAYOR AND CITY COUNCIL MEM SUBMITTED BY: PAUL EMERY, INTERIM CITY ADMINISTRATOR PREPARED BY: TRAVIS K. HOPKINS PE DIRECTO OF PUBLICA JR — SUBJECT: Award Sewer Lift Station # 26 and Force Main Replacement, Project CC1297 Statement of Issue, Funding Source,Recommended Action,Alternative Action(s),Analysis,Environmental Status,Attachment(s) Statement of Issue: On July 8, 2008, bids were opened for the Sewer Lift Station # 26 and Force Main Replacement, Project CC1297. Staff requests that City Council award the contract to Pascal and Ludwig Constructors, the lowest responsive and responsible bidder. Funding Source: Funds are available in the Sewer Service Charge Fund, Sewer Lift Station CIP Account No. 51189001.82100. The engineer's estimate for this project was $2 million. Recommended Action: Motion to: 1. Approve the project plans and specifications for Lift Station # 26 and Force Main Replacement, Project CC1297; 2. Accept the lowest responsive and responsible bid submitted by Pascal and Ludwig Constructors, in the amount of $1,345,397.00; 3. Authorize the Mayor and City Clerk to execute a construction contract in a form approved by the City Attorney; and 4. Authorize the Director of Public Works to approve up to fifteen percent (15%) in construction change orders. Alternative Action(s): Reject all bids, and provide staff with an alternative direction. REQUEST FOR CITY COUNCIL ACTION MEETING DATE: 8/04/2008 DEPARTMENT ID NUMBER: PW 08-48 Analysis: Sewer Lift Station #26 was originally constructed in the early 1970s. The existing station is located adjacent to Bolsa View Park at the intersection of Brighton Drive and Shoreham Lane. (Attachment 1) The existing sewer lift station is demonstrating signs of deterioration due to age and proximity to the marine environment, as evidenced by corrosion within the station. The sewage force main which conveys the pumped effluent from this station has also shown signs of deterioration. This force main is approximately 850 feet long and has recently required repairs This project will abandon the existing sewer lift station and force main and replace them with new facilities. Bids were opened publicly on June 17, 2008, and are listed in ascending order: Bidding Contractor Submitted Bid Corrected Bid Pascal & Ludwig $ 1,345,397.00 Cali Agua $ 1,535,840.00 Ken Thompson, Inc. $ 1,657,635.00 BnB Engineering $ 1,741,505.00 SoCal Pacific Construction Corp. $ 1,866,845.00 Metro Builders & Engineers Group $ 1,890,215.50 Ltd. 4-Con Engineering Co. $ 1,943,515.00 PCI $ 1,946,567.27 SSC Construction $ 1,974,100.00 $ 1,979,400.00 Gantry Constructors, Inc $ 1,856,785.00 $ 2,006,785.00 SCW $ 2,059,368.00 $ 2,066,355.00 Environmental Construction $ 2,069,025.00 Bid amounts were verified. The reference check for Pascal and Ludwig Constructors provided acceptable responses from past clients. The engineer's cost estimate for this contract was $2 million; however, the bid result was approximately $654,000 under estimate. With contingency and supplemental expenses, the full project cost is estimated to be $1,922,000. A fifteen percent construction contingency is requested, anticipating the potential for unforeseen site conditions, such as external corrosion on existing pipelines or undocumented conflict with other utilities. In addition to construction contract costs, the project will require supplemental services such as soils and materials testing by outside firms as well as construction support services. The cost of supplemental expenses as well as construction support services, are estimated at twenty-eight percent of contract costs. City staff will provide additional engineering support. A complete set of plans and specifications are available for review at the Public Works counter during normal business hours. -2- 7/15/2008 4:55 PM REQUEST FOR CITY COUNCIL ACTION MEETING DATE: 8/04/2008 DEPARTMENT ID NUMBER: PW 08-48 Public Works Commission Action: The Public Works Commission reviewed and approved CC-1297 on April 16, 2008, with a vote of 7-0-0. Strategic Plan Goal: 1-1 Improve the City's plan for funding and completing infrastructure needs, and develop strategies for resolving crucial infrastructure problems to preserve the physical foundation of the community and enable the community's value to grow. Environmental Status: This project consists of rehabilitating an existing, City owned sewer infrastructure involving no expansion of capacity. The project is, therefore, Categorically Exempt pursuant to Class 2, Section 15302(c) of CEQA. Attachment(s): NumberCity Clerk's Page • Description 1. Project Location Ma -3- 7/15/2008 4:55 PM ATTACHMENT # 1 Z Q J U Q = U m Q MC FADDEN Q J °D m m EDINGER o ~ Z N v < Q HEIL o AVE N w J �c ¢ Q c~n WARNER 39 AVE. 405 2 Z cn w w SLATER o cn o J m. O O TALBERT IM BRIGHTON DR. Q w PROJECT LOCATION ��� ELLIS m GARFIELD AVE A O C'0 F 9GF PACIFIC OCEAN Project Location: Lift Station #26 Replacement, CC1297 NOT TO SCALE RCA ROUTING SHEET INITIATING DEPARTMENT: Public Works SUBJECT: Award /sewer Lift Station #26 and Force Main Replacement, Project CC1297 COUNCIL MEETING DATE: August 4, 2008 a "RCA,ATTACHMENTS 1 STATUS Ordinance (w/exhibits & legislative draft if applicable) Attached ❑ Not Applicable Resolution (w/exhibits & legislative draft if applicable) Attached ❑ Not Applicable Tract Map, Location Map and/or other Exhibits Attached Not Ap licable ❑ Contract/Agreement (w/exhibits if applicable) Attached ❑ (Signed in full by the City Attorney) Not Applicable Subleases, Third Party Agreements, etc. Attached ❑ (Approved as to form by City Attorney) Not Applicable Certificates of Insurance (Approved by the City Attorney) Attached ❑ Not Applicable Fiscal Impact Statement (Unbudgeted, over $5,000) Attached ❑ Not Ap licable Bonds (If applicable) Attached ❑ Not Applicable Staff Report (If applicable) Attached ❑ Not Applicable Commission, Board or Committee Report (If applicable) Attached ❑ Not Applicable Findings/Conditions for Approval and/or Denial Attached ❑ Not Applicable z TIP- 'T k PREVIEWED RETURNED +QR RbED° _. P , _ . . Administrative Staff ( ) ) Deputy City Administrator Initial City Administrator(initial) ( p City Clerk ( ) EXPLANATION FOR4RETURN;OF"ITEM:` S \. (Below SpaceFor City Clerk's Use Only) RCA Author: A. Ferrigno Huntington Beach Independent has been adjudged a newspaper of general circulation in Huntington Beach and Orange County by Decree of the Superior Court of Orange County,State of California,under date of Aug. 24, 1994,case A50479. SECTION A PROOF OF VITINGSE NOTICE INVITING SEALED BIDS for the. . PUBLICATION UFTSTATION06REPlACEI LENT (ASH CONTRACT No,•1297- i in the' "CITY OF HUNTIN67ON BEACH - STATE OF CALIFORNIA ) 'PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH, 'as '.AGENCY; i invites sealed bids for the above,stated projects ) SS. and will-receive-such bids in the office of the I City Clerk Second,Floor; 2000 Main, Street; COUNTY OF ORANGE ) Huntington''Beach, California"92648 up,to the hour of 2:00•PM on June 26,'2008 Bids will be publicly open in Council Chambers Copies of the'Plans, Specifications and con, tract documents are available from the Office am the Citizen of the United States and a of--the Director, of Public Works, 2000 Main Street, Huntingfon Beach; CA, :92648,,,upon resident of the County aforesaid; I am over I, payment of a $100 nonrefundable'fee if picked Up, or payment of.a $120 nonrefundable fee,if the age of eighteen years, and not a party mailed via U.S. Postal,Service FedEx,'UPS or any other delivery service. to or interested in the below entitled matter. ; Any contract entered into pursuant to_this notice will incorporate the' pro—visions—'of,the `— am a principal clerk of the HUNTINGTON State Labor Code. Pursuant to.the provisions of BEACH INDEPENDENT a newspaper of the Labor Code of 'rate of iern vrnia, the minimum prevailing`rate of per.;diem wages-for each craft; classification or,type of workman general circulation, printed and published in needed to execute.the contract shall be those determined' by the Director of Industrial.Rela- ! the City of Huntington Beach, County of tions of the.State of California,.which are on file at the Office of the Director of Public Works, Orange, State of California, and the 2000 Main Street,Huntington Beach,CA'92648. attached Notice is a true and complete copy all he progress AGENCY will deduct a payments. The C retention from ' g ,Contractor;, may substitute an escrow holder surety of.:equal as was printed and published on the value to, the retention in accordance with the " provisions df the California Government Code, following date(s): Section 4590. The Contractor shall be beneficial owner of the surety. and shall receive any i intefest thereon.- The.AGENCY.hereby affirmatively ensures that I minority business enterprises will be afforded ? ; full opportunity.to submit bids 'in :respons¢-to I I this notice and will not be dis,'crimmated..against on the.:basis :of race color, mahonal..origin; ancestry, sex, or'religion'in`any consideration .j leading,to the award of contract. I No bid shall be considered unless rt is prepared !', on the approved Proposalfoims m conformance May 22, 29, 2008 i with the Instructions to Bidders The bid must be'accampamed by a'cer.tified'.check;'cashier's I June 5, 2008 check, or bidder's-bond made.payable to the j AGENCY for an amount noAess 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 I a State Contractor's License Class at the time of the bid opening. The successful Contractor and his subcontractors will. be required to declare, under penalty of perjury, that the possess business licenses from the AGENCY. Project Description: The Work generally in- foregoing Is true and correct. ! cludes: abandonment and demolition'of existing i sewer.pump station, removal of existing elec- ! tricaP panels and conduit,'sidewalk, pavement, and surface improvements, installation of.new sanitary sewer lines, installation of new,sewer lift.station, installation of new dry pit submers- Executed on June 6, 2008 ible pumps, replacement of force main,.asphalt paving and removal, restoration of existing at Huntington Beach, California { public and private improvements, and related appurtenant .work not mentioned above but required in.accordance with I the Contract.Doc- uments. The.Work is located af'Brighton Drive 1 and Shoreham Lane in Huntington Beach, CA. The project schedule is 270 calendar days The 2 engineer's estimate for the work is'$2,000,000. i The`AGENCY reserves the right to rbject any ' or all bids,to waive any irregularity,and to take .Signature t, all bids under advisement fora maximum period i of 60 days. ! BY'ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH, CALIFORNIA,,the 4fli day of September 2007, by.Resolution•No. 2007-55. Attest: CITY CLERK OF THE CITY OF.HUNTINGTON BEACH Published .Huntington Beach Independent May 22;29,June 5,2008 054-710 Huntington Beach Independent has been adjudged a newspaper of general circulation in Huntington Beach and Orange County by Decree of the Superior Court of Orange County, State of California,under date of Aug. 24, 1994,case A50479. _ SECTION A' NOTICE INVITING SEALED.BIDS PROOF OF for the. LIFT STATION#26 REPLACEMENT PUBLICATION CASH CONTRACT No:1Y97 in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE-IS.',HEREBY.GIVEN ,thatc,tfie CITY OF HUNTINGTON BEACH; •as'AGENCY; STATE OF CALIFORNIA ) invites sealed bids.for the above stated projects and will receive such bids in the office of the ) SS. City Clerk, Second,•Floor, 2000, Main Street, Huntington Beach,%California_92648,_up to the COUNTY OF ORANGE ) hoblicly pen PM o Council C amber .- Bid,": L be publicly open m Council Chambers Copies of the Plans, Specifications,-and_con' tract documents are-available'from the, Office of -the Director of Public.Works 2000 'Main am the Citizen of the United States and a street, H f a.$fen Beach;`,,CA 92e.i :aped payment of a.$100 nonrefundable fee.if picked resident of the County aforesaid; I am over ❑p, or payment of a'$120 norirefundable•fee if mailed via U.S. Postal Service, FedEz, UPS or the age of eighteen ears, and not a partyany other delivery service. , y g y Any contract entered 'info pu'rsuant,4o'this to.or interested-in the,below entitled matter. notice will incorporate the 'provisions ;of the - �. _ : _ - I State Labor Code..Pursuant to..the_provisions of .am a principal clerk of the HUNTINGTON the Labor Code of the of per California, the for p p minimum prevailing rate of per diem_wages-for BEACH INDEPENDENT a newspaper of each. raft, classification t type;al workman r needed to execute the contract,`sfiall be'those la- general circulation printed and published in determined-by the f Caloornia,which a on � � tions of the State of California; which are on the City. of Huntington Beach Count of file at the Office of the Director 9 Works, ' y g r Y 2000-Main Street,Huntington Beach,,CA CA 92648.' , Orange, State of and the The AGENCY will deduct a 10°k'retention from g California, all-progress'payments. The. •Contractor, may i attached Notice is a true and complete copy substitute escrow fielder 'surety of wi.equal , value'to the retention in accordance with the as was printed and published on the provisions of the-California Government Codel Section 4590, The.Contractor shall be beneficial I following date(s). owner of, the "surety 'and,sfiall receive 'any interest thereon. .The AGENCY hereby affirniafively ensures that minority business enterprises will be afforded j full opportunity.to submit bids in response-to !1 this notice and Will not be discnmmated.agamst on the. basis of .race color; ,national�_orrg., ancestry,'sex, or'religion_m any consideration ; z leadingto the award of contract: No;bid-.shall be considered unless rt Is prepared on tWapproved Proposal forms m conformance with,'the Instructions.to Bidders T#re','bid•must . May 22, 29, 2008 be accgmpanied by.a certified,Check,,casfiier's check, 'or,bidder's-,bond made'payable to the June 5, 2008 AGENCY for an amount no less than.10% of the i amount bid. The successful bidder shall',be licensed in accordance with 'prbvisions`of the Business and Professions Code and shall possess 1 a State Contractor's License Class at the.time 1 of tfie bid opening. The successful Contractor and his,subcontractors will be' required to possess business licenses from the AGENCY.'. , Prolect Description: The Work generally in- declare, under penalty of perjury, that the eludes: abandonment and demolition of existing sewer pump station, removal of existing elec- foregoing is true and correct. i trical panels and conduit; sidewalk, pavement, and.surface improvements,.installation of new sanitary sewer lines, installation of new;sewer liff`station,.installation of new dry pit submers ible.pumps, replacement of'force main, asphalt paving and• removal, restoration of. "existing Executed on June 6, 2008 public and private improvements,'and related appurtenant work not-mentioned above but at Huntington Beach, California required in accordance,with the Contract,Doc- uments. The Work'is located at Brighton Drive ' and Shoreham Lane in Huntington Beach; .CA. The-project schedule is'270 calendar days ,The ` engineer's estimate for the work is$2,00 ,000. The AGENCY reserves rthe right to reject any LIU- or-all bids,to waive any irregularity,and to take all bids under advisement for a maximum period Si natur df60days. g BY ORDER of the.CITY COUNCIL.of the CITY ? OF HUNTINGTON BEACH, CALIFORNIA,-•the'4th day'of, September 2007, by. Resolution No. 2007155. Attest: .' Joan L.Flynn j CITY CLERK OF THE CITY OF HUNTINGTON t BEACH. . Published Huntington Beach Independent May 22,29,June.5,2008 — 054-7.10 LIFT STATION #26 REPLACEMENT AT BRIGHTON DRIVE AND SHOREHAM LANE Contact: Andrew Ferrigno Bid due date: 7/8/2008 Phone: (714)536-5291 Addenda: 4 Email: aferrigno@surfcity-hb.org Cost of Plans: $100.00 Bid Amount Bid Amount Corrected Rank 4-Con Engineering Co. A1A PAVING INC August Construction Bali Construction Beard Electric i/ BnB Engineering .5 Brownco Construction Cadri Com'an Calex Engineering CORA CONSTRUCTORS INC. Covarrubias Bros Const Inc CRANEVEYOR DenBoer Engineering &Construction- Drill Tech Drilling & Shoring, Inc. Emae International, Inc. Flo-Systems Foothill Engineering& Dewatering, Inc Gantry Constructors, Inc S� GCI Construction Inc. Griffith Company Halcyon Electric, Inc HIGH LIGHT ELECTRIC INC. Hunter Electric JOHN S. MEEK COMPANY INC. Juno Electric Company Ken Thompson, Inc. Leed Electric, Inc. MCC Control Systems Mel Smith Engineering Metro Builders& Engineers Group Ltd. s �D Mike Bubalo Construction Co. Inc. Morrow-Meadows Murphy Industrial Coatings, Inca OC Winwater Pascal & Ludwig 3 S 00 P C I PPC Construction Inc.. Scrape Certified Welding, Inc. Shultz Electric Inc. Slater So Cal Electric, Inc. SoCal Pacific Construction Corp. �c D Southern Contracting Company SS Mechanical Corp. SC Construction 9, rel /00,00 / Tesco Controls Western Jalco 06`J, Cc= 20 r (7) Cc) C\j < 0 q, a_ rr7l CC) 0 C"i v 3 lo ri 11 PQ,n i�i HOV38, N019NIIN11H ,a 1�of 0 A I I b* 10 AII, 1 ij A AL�0 Inp Boot 00 :z Wd 8— Inr000z 0 3 A 1 A I 3i I City of Huntington Beach Public Works Department 2000 Main Street Tel.(714)536-5431,Fax(714)374-1573 ADDENDUM NUMBER THREE For Lift Station #26 Replacement,at Brighton Drive and Shoreham Lane,CC1297 June 25,200 Notice to All Bidders: Please note the following revision to the project,Specifications: The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Section 11000-7.2.1 Service Factors 1. Service Factors: Service factors shall be applied in the selection or design of mechanical power transmission components. Unless otherwise calculated, the minimum service factor shall be 1.25. Unless otherwise indicated, the following load classifications shall apply in calculating service factors: Type of Equipment Load Classification Pump: Centrifugal or Rotary Uniform Reciprocating Moderate Shock Fan/Blower Moderate Shock _- Deleted:Crane or Hoist Moderate �---------------- ------------------ Shock¶ The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Section 11319.2.2.0 C. Accessory Equipment: Shall be as follows: 1. Provide the following accessories for the pump as required for a complete installation. a. Pump Stand: ,fast Iron with Fusion Bonded Epoxy, System 6, Section_,_- Deleted:Type 316 stainless steel. 09800.2.4.B.5 b. Cable Supports: Polypropylene composition clamp with Type 316 stainless steel bolts. c. Anchor Bolts:Type 316 Stainless Steel. d. Suction elbow with baseplate assembly. e. Lifting Bail. -1 of 3 f. Cable holder and support grip. _________________ _ Deleted:g. Portable hoist with floor mounting bracket suitable for pump.¶ The following shall be deleted Section 11319.2.3.0 C. A portable hoist shall be provided for the pump station. The portable hoist shall be pedestal based, power assisted with standard loop and hooks. Capacity of hoist shall be suitable for removal of all pumps. The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Cover Page BIDS DUE: July 3,_2008 ,_- Deleted:June 26 --J---------------------- ----- 2:00 PM,2ND FLOOR City Clerk's Office The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Section A 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 u�l ly 3,2008. Bids will be publicly open in Council Deleted:June zs Chambers. --- ----- The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Section 01115.1.3.J J. At the option of the CONTRACTOR,temporary pipelines,wiring,or other facilities may be constructed to by-pass certain fluid or electrical processes while modifications are being made to permanent facilities. The CONTRACTOR shall submit for review by the ENGINEER a complete detailed design of the proposed temporary facilities including a complete written description and drawings. For by- pass pumping the CONTRACTOR shall have a primary and back-up electric pump onsite for the duration of by-pass operations. The CONTRACTOR may pull power for the pump from the existing Lift Station No. 26. The CONTRACTOR shall be fully responsible for all by-pass operations and have a representative on call 24 hours a day, 7 days a week, for the duration. The ENGINEER shall have the authority to require any modifications to the proposed temporary facilities which he/she deems -2 of 3 necessary to maintain proper and reliable operation of the plant. The design flow for each of the three sewer pipelines tributary to the lift station shall be 100 Wm, This modification does not change the Engineer's Estimate for this project. This is to acknowledge receipt and review of Addendum Number one,dated June 10,2008. 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 Andrew Ferrigno at(714)536-5291. -3 of 3 Page 1 of 1 Esparza, Patty From: Ferrigno, Andrew Sent: Wednesday, June 25, 2008 1:34 PM To: Esparza, Patty Subject: CC1297 Addendum Three Attachments: 1297 Addendum 3 062508.pdf Bid postponed until 07-03-08 at 2:00 PM. Andy Andrew Ferrigno, P.E. Senior Civil Engineer City of Huntington Beach 714-536-5291 6/25/2008 SECTION A 6 /-5--/0 ? NOTICE INVITING SEALED BIDS for the LIFT STATION#26 REPLACEMENT CASH CONTRACT No. 1297 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 June 26, 2008. Bids will be publicly open in Council Chambers. 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 $100 nonrefundable fee if picked up, or payment of a $120 nonrefundable fee if mailed via U.S. Postal Service, FedEx, UPS or any other delivery service. Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code. Pursuant to the provisions of the Labor Code of the State of California, the minimum prevailing rate of per diem wages for each craft, classification or type of workman needed to execute the contract shall be those determined by the Director of Industrial Relations of the State of California, which are on file at the Office of the Director of Public Works, 2000 Main Street, Huntington Beach, CA 92648. The AGENCY will deduct a 10% retention from all progress payments. The Contractor may substitute an escrow holder surety of equal value to the retention in accordance with the provisions of the California Government Code, Section 4590. The Contractor shall be beneficial owner of the surety and shall receive any interest thereon. The AGENCY hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion in any consideration leading to the award of contract. No bid shall be considered unless it is prepared on the approved Proposal forms in conformance with the Instructions to Bidders. The bid must be accompanied by a certified check, cashier's check, or bidder's bond made payable to the AGENCY for an amount no less than 10% of the amount bid. The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractor's License Class at the time of the bid opening. The successful Contractor and his subcontractors will be required to possess business licenses from the AGENCY. Project Description: The Work generally includes: abandonment and demolition of existing sewer pump station, removal of existing electrical panels and conduit, sidewalk, pavement, and surface improvements, installation of new sanitary sewer lines, installation of new sewer lift station, installation of new dry pit submersible pumps, replacement of force main, asphalt paving and removal, restoration of existing public and private improvements, and related appurtenant work not mentioned above but required in accordance with the Contract Documents. The Work is located at Brighton Drive and Shoreham Lane in Huntington Beach, CA. The project schedule is 270 calendar days. The engineer's estimate for the work is $2,000,000. The AGENCY reserves the right to reject any or all bids, to waive any irregularity and to take all bids under advisement for a maximum period of 60 days. BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH, CALIFORNIA, the 4th day of September 2007, by Resolution No. 2007-55. Attest: Joan L. Flynn CITY CLERK OF THE CITY OF HUNTINGTON BEACH SUCCESSFUL BIDS CC- 1297 Lift Station #26 Replacement at Brighton Drive and Shoreham Lane CITY OF HUNTINGTON BEACH 2000 Main Street P . O . Box 190 Huntington Beach , CA 92648 LETTER OF TRANSMITTAL Fax (714) 374-1573 Attention: Joan Flynn Date: July 15, 2008 To: City Clerk's Office Project/C.C.No.: CC1297 2000 Main Street Huntington Beach, CA 92648 Regarding:LIFT STATION#26 REPLACEMENTA T BRIGHTON DR. AND SHOREHAMLANE ❑ We are sending you: ❑ By Mail ❑ By Fan Mail(Number of pages including this sheet:) ® We are hand delivering: ❑ Attached ❑ Under a separate cover via the following items: ❑ Shop drawings ❑ Prints ❑ Plans ❑ Samples ElSpecifications ❑ Copy of letter ❑ Change Order Item# Copies Pages Description 1 1 Return Bids for CC1297 2 3 4 5 These are transmitted as checked below: ❑ For approval ❑ Approved as submitted ❑ Resubmit copies for approval ® For your use ❑ Approved as noted ❑ Submit copies for distribution ® For your action ❑ Returned for corrections ❑ Return corrected prints ❑ For reviewicomment ❑ Other: Remarks: (may5" Please contact me at extension 5291 with any questions yo have. c: file By: An evil errigno P.E.As cia ngineer GAM,w m Dmwm\Frtanavo\CC1297 SEWa DFr No 26 Bs[cfrrON\Bu)Pnoltx ACC1297 TUMMirAL TO CUMK 071508moc City of Huntington Beach ' 2000 Main Street ® Huntington Beach, CA 92648 g i�190$,` ` OFFICE OF THE CITY CLERIC ® JOAN L. FLYNN CITY CLERK October 17, 2008 4-Con Engineering, Inc. 2751 Avalon St. Riverside, CA 92509 RE: CC-1297— Lift Station #26 Replacement at Brighton Drive and Shoreham Lane Enclosed please find your original bid bond for CC-1297. Sincerely, Joan L. Flynn, CIVIC City Clerk JF:pe enclosure Sister Citq��,,AVp6caf �5 r VV II��Cer�c New Zealand (Telephone:714-536-5227) 4-Con Engineering, Inc. 2751 Avalon Street Riverside, Ca 92509e ww � �. City of Huntington Beach 2000 Main Street , .�. Huntington Beach, Ca 92648 " Attn.: City Clerk x. w "SEALED BID FOR THE CONSTRUCTION OF LIFT . STATION # 26 REPLACEMENT AT BRIGHTON �: DRIVE AND SHOREHAMLANE CASH CONTRACT r: NO 1297—DO NOT OPEN WITH REGULAR MAIL" h 4:�'.. ��� .M•...r� ,,. ,,.....,.� ,, .. :. �... , a�.,_ s�,.:-+5 t ...,;1*a. �r ,.3 ,.t i 'u Est. � x..`�� ,r,� " �'d¢^' `�i" 3� ,�'i ��s � f.;.. 1 SECTION C PROPOSAL for the LIFT STATION#26 REPLACEMENT at BRIGHTON DRIVE AND SHOREHAM LANE CASH CONTRACT No. 1297 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 Two-Hundred and Seventy(270) calendar 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 quantifies 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 quantifies 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 PROJECT BUD SCHEDULE tam sti ng a hem wit unit price .. No .Quantity:.::. writtenln words Unit 1 1 Mobilization q LS @ENE +u�dtt�� P,anjT�"T1fWDo1l '( $ !90 00 $1 ! oyo PeNo `ZZ-'I— y Cents Per LS 2 1 Temporary sheeting,shoring,and bracing Ls @ r-�ten. ��i� rnt�7 7 $ ��j yt�U $f O!0 006 Atl 7 Cents Per LS 3 1 Removal temporary sheeting,shoring,bracing E � J Dollars 3 3S, uac Ls @T - Atl� Cents Per LS 4 1 Demolition of Existing Lift Station No.26 LS @ $��� � rtvt lf fWSY�� 4ia ars $� t�U $7 Cents Per LS 5 1 Provision and maintenance of bypass pumping`,� LS @-rw"�� Ft✓��f BUJ`""''dollars $ S[ $Z.�,- 00(i A-I'y > '7-1572-0 Cents Per LS 6 1 Construct Lift Statiion�No.26 Structure �-, t,,,� LS Cents Per LS 7 1 Construct interior stairs and walkway y� LS @T+A l RTj -F L VC THGU�`Jllollars $ S CSC) $ 3 ad �N Cents Per LS 8 3 Furnish and install sanitary sewer manholes <S two EA @ Ft ff7:ZF T(-+�SAIVQ Dollars $ t $ [ z0ac1 Cents Per EA 9 1 Furnish —and tinstall i sanitary sewer �drop manho le y� !Z �� �Z CI EA @ 'ANT-.;) 1 vim"� l�. -e---'A C�GIAJS V ! ) Dollars $ t $ t U -r V�� Cents Per EA 10 25 Furnish and install 8'"iPVC sanitary sewer LF @ T�i�1��1„.+, l � Dollars $ 'UU $ Nv� — Cents Per LF C-2 PROJECT BID SCHEDULE tem soma a temwlt unit.gnc� No: uantity written iu words Unit Pnce;. 1 m6unt::. 11 25 Furnish and install 10"PVC sanitary sewer LF @ Ti_V2 01°c {-�-UNCUZ.I�70 Dollars $ - -"a Per LF 12 2 Furnish and install dry pit submersible pumps EA @ ( `1 Dollars $ �U! Cents Per EA 13 1 Furnish and install all interior piping LS @ f1-�f Tt-iSN� Dollars $ SDI A'N r) 2C720 Cents Per LS 14 1 Furnish and install drainage sump pump _ LS @ r 61 �✓�?V D Dollars Cents Per LS 15 1000 Furnish and install 6"PVC DR14 force main LF @�/�Vy �C Y Dollars $ j Ste,G�Cy $ tiq � LhJt) Cents Per LF 16 1 Furnish and install ventilation system �— LS @ �� � f"Tk.(.�.���/v Dollars $ "Sao $ t J/00O A-/�j D 7-c � Cents Per LS 17 1 Furnish and install force main bypass -t (� �A LS @ ILL l V T Ll� 1 -S'W ars $ O'S' U� $ Ct4 Per LS 18 2 Furnish and install force main clean outs EA @ TT 1 J SAA/ $ Dollars $ (t Lx) $ l Z� V Cents Per EA 19 440 Remove and replace concrete sidewalk SF @ l�1`� Dollars $ $ �t Cents Per SF 20 75 Remove and replace curb and gutter LF @ ,r) Dollars $ 7Y Ut) $ 2,-7 Cents Per LF C-3 PROJECT BID SCHEDULE to . shnaa a... tem wxt unit:prig .text. e No. uantrty::: ritten:in words. Unit knee:: ... Ainounf 21 3080 Remove and Replace AC Pavement %✓ SF @"fwo Dollars $ $ -`�� AND :5(>j V Cents Per SF 22 1 Furnish and install meter,monitoring,&termination panel LS @ Ft1V t` 'i"� 6" SDollars $ / $ C Cents Per LS 23 1 Furnish/install electrical panels,rostrum tation,&wiring LS @ $ $ Cents Per LS 24 1 Furnish / i nstall RTU,wiring and programming +. LS @ / al Dollars $ 4 W(j $ `��E��✓ Cents Per LS 25 1 Restoration of aboveground improvements LS @ ,�'�1�V e T{F(7��*�'" ' > Dollars $ � UU�� $ pfl `� —Z-E� Cents Per LS 26 1 Allowa- `''-v n�ce�fo`r�obtaining the necessary permits LS @ 1 0 +Lw SPfIdD Dollars $ $ r�� PIV 0 ZCTZG Cents Per LS 27 1 Allowance for the security system required 000 LS @ -tf4(f� -WV SAD Dollars $ < $ AAJ 1) CTI-b Cents Per LS 28 1 Provision and implementation of the SWPPP plan LS @ /� 2 + SL4W� Dollars $ r 600 $ A, 1-0 ^��� Cents Per LS 29 1 Provision and implementation of Traffic Control Plan LS @ �1� `Tl-�U,35►�cw1Y^`1 Dollars $ ��0C3() $ 0 o Cents Per LS 30 1 Provision of payment and performance bonds LS @ � � � '� I Gars $ ��® $ � A fVT> Z Cents Per LS Total Amount Bid in Figures: $ L Cj Total Amount Bid in Words:- qp �- ,Q.t.......... ------ ------------ --------- -- --------- C-4 If awarded the Contract,the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option,be considered null and void. Accompanying this proposal of bid, find 'r�rPy 'S lin the amount of$ ea whicp said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond", as the case may be). Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's Signature 3 r� 2S--01 y --1Jt - off C-5 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor. Portion Name and Address of Subcontractor State`License Mass of Work Number gAmL CUWIQ�Y� C✓f..�- � � 190 1��t w�iZ MU���-Ef 7r^1t�t.���CiZT.�L ccfi�t-fi;yvzt z� C in/irv� SCcinf �J��Ncl�r�( 73 t -79� Ni rw fi iz'i/�/ (" By submission of this proposal,the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-6 NONC®LLUSI®N AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California County of OraKge-4i sa::�} being first duly sworn, deposes and says that he or she is Pi t 6--,t ptr,/r of zt making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Name of Bidder 1 e of Bidder tz ic C-k;,X VCK_ T 27<;-1 A V p Low v-a2&-Z7— oc :4 j z,S-1 Address of Bidder Subscribed and sworn to before me this day of^,�� r , 20 0/. ® � CARRIE D. GARABEDtAN /' Commission# 1635456 z - e Notary Public-Caiitornia San Bernardino County NOTARY PUBLIC � ,e _ �`��'aJ =, My Comm.Expires Jan 6,2010� Y S AL C-7 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 LIFT STATION #26 REPLACEMENT AT BRIGHTON DRIVE AND SHOREHAM LANE, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term"Qualified Person" is defined in Title 8,California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal-OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. V- C c A) CN/e.r rvi 72Tr_/G r-j:7iJ C Contractor �r.✓T— Title i atDate: ®D G8 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-9 i COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Contractor y C-- Title Date: ' C-10 UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBER (To be completed only by the awarded Contractor prior to excavation) No excavation will be permitted until this form is completed and returned to the AGENCY. Section 4216/4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number, call Underground Service Alert at 1-800-422-4133 a minimum of two working days before scheduled excavation. Dig Alert Identification Number: 6C 0 0 741"w 10I2 t v� ry �rr✓I,r�rives �— Car,J ENbI N��i�/C�,TNC� Contractor Title Date: e 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-11 BIDDER'S INFOIt1VIATION BIDDER certifies that the following information is true and correct: CO+J EN)G t AJ Bidder Name Business Address 121 y 1✓1� City, State Zip ( qS 1 ) Telephone Number State Contractor's License No. and Class 1Z Z2- 5-7 Original Date Issued ,4- 30 — zoo D Expiration Date The work site was inspected by of our office on 'l ,2 The following are persons, firms, and corporations having a principal interest in this proposal: _lj c iLj0,A7 E L1 GRvZ. s&uZE-TW)dZ C-12 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. 14 - Cott e---t' 16 t Company Name S' of idder Printed or Typed Signature ff�� Subscribed and sworn to before me this day of, �(— _ ,200t�. CARRIE ID GARAGED: J Commission# 1635456 Notary Public California D 'r San Bernardino County NOTARY PUBLI �� � � � � any Comm.Expires Jan 6,zo10' 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. fZtvaws'Ot' CV14�It G con0oMrL ���i✓'t,o�M AC �� Name and Address of Public Agency 13'ZY 5PO-ce7 5 zS- j Name and Telephone No. of Project Manager: V-1'13 e7--J C N A-0 d 7W 3� '- V�O 0(0&, 0 uc+,00 414&V nt/i)< f4t-it-r1�1, y-tC . CV,^J;v' VC-t-iry i✓'/i`1v�' �G�/d''L� .1 � Contract Amount Type of Work Date Completed 2. C f T7 or 20-7 1+,�n.r►arzF�> -A CL'aiIEF",6 0 C,� �01 I Name and Address of Public Agency Name and Telephone No. of Project Manager: IL`rz►L `Pkkl UI't 1�5 76", - 359 6>301ocw-66 A-v 7i"f Contract Amount Type of Work Date Completed 3. c ii-r--/ y:r- i�t o l uu c t v t c. c eNri L-le M a.fie. ievro to e-A� 7 Z2o z- Name and Address of Public Agency Name and Telephone No. of Project Manager. MP4z K 400 Ntc-k Zby" I y 337 t r-7^ moo.uci l=s�/ylZrr3 / '1, S illr /)U s-��/V/,0 7 Contract Amount Type of Work Date Completed C-13 -Con Engineefing, Inc, To Whom It May Concern: 4-Con Engineering, Inc. is currently constructing Phase 2 A Wastewater Reclamation Facility Expansion project in the amount of $ 5,286,000.00 for the City of Adelanto 11600 Airexpressway Adelanto, Ca 92301. This project consist of a new pump station, filter building, clean screen and chemical storage facilities along with all associated piping systems. Please contact Wilson F. So, P.E. (760) 242-2365 reagarding 4-Con Engineering, Inc.'s ability to construct this type of work. Also note that 4-Con Engineering, Inc. project#PC096, involved constructing a new water system for the City of Huntington Beach. Thank You, Rick garabedian, P.E. President (95 t) 222--2249 -Fax: General(951) 222-2248 Esfiniatirig (95,) 222-2285 2751 Avaloo St. u Riverside, Califorr)ia 92509 License No. 7413284, A & S 2751 Avalon St., 4-Con Engineering, Inc. Phone (951)222-2241 Riverside, CA 92509 Project List Fax (951)222-2248 -- -- JOB CONTRACT VALUES DATES No. NAME ; AGENCY CONTACT �� PHONE coMPLereol ORIGINAL i, FINAL START FINISH PC001 iLincoln Ave. Coyote Creek Bridge City of Cypress Kamren Dadbeh (714)229-6456 100.00%! 175,576 196,755 09/03/98 11/04/98 Reconstruction ___ _ Retrofit George--- __-- I--- -- -_� -.- °--�- _198 862 --- Y -- y --- --- - - - - - - 63,101 11/02198 12/12/98--- I -- 211,224 ' 10/02/98 _- _ Martinez 626 744-3842 100 00/o� _ __- _ PC003 Valencia Park Picnic _ City of Fullerton Eliseo Bravo (714)-738-5348 100.00%'' _- _ 12/15/98 M Tom Banks 714 758-5222 100.00/° 99 860 ! 106 913 12/07/98 12/21/98 PC002 Edmondson Alley Reconstruction it o asa ena PC004 Alley No. 77 Storm Drain Repair&,City of Costa Mesa a ( ) ! I�i � � ; - - tlowa Street Drain Improvements ---- - P -- !City --- --- Karl Mosby i (909)782-5346 100.00%'------ ---- �i--- ---- P PC005 Street Improvements S ruce& Cit of Riverside i -i - 55,734 67,201 1 11/30/98 01/22/99 - Blaine --- -- --- -- ----- - - --- --- _Schedule I - PC006 IOn-Site and Off-Site !City (of E► Monte Kev Tcharkhoutian 626) 580-2056 100.00%i 173,205 209,460 12/07/98 02/01/99 Improvements on Ramona Blvd. - -- -- --- - -- --- -- - - --- -- n- and Cogswell Rd. p ( ) I 122,450 01/12/99 PCO07 San Jose Creek Water Los Angeles County Samuel Espinoza 323 283-0881 100.00/0 121,850 05/20/99 Reclamation Plant- East Stoplog Sanitation District - - i,Storage Structure- ---- --- - --- ---- -- - - --!-------- -- - ---- -- PC008 Construction of 43 Curb Ramps at City of Fountain Valley !Bob Kellison (714) 593-4517 100.00%I 30,837 34,527 02/23/99 03/16/99 Various Locations Throughout the - pp Street- -- - --- - - -- - -- _ -- - - -- - - - - city - -- - - -- --- Y :Y Y - ( _) _.. 1 -- o.I83,583 - -- 04/12/99 PC009 !Pepper San Bernardino Count _ Jerry Iv 909 387-2$00 100 00/° ; 84,797 i 03/15/99 PC010 Del Arno Blvd. Over Compton L.A. County Dept. of Neil Menuwana (818)458-4953 100.00/° 45,260 41,076 03/25/99 04/07/99 Creek - Public Works PC011 Wash Water Rec Recycling Facility City of Ontario Dennis N. Watson (909)391-2507 100.00%, 124 969 134,529 04/05/99 05/21/99 Y 9 Y --- - --- - , --- - - - r PCO12 ;Mechanical Ventalation and Los Angeles Community Hickman Mechanical, (626)442-5626 100.00% 66,500- - 83-,558 05/14/99 02/11/00 Substation Replacement Phase I College District Inc. (Prime Contractor) �:,& II, L.A.Valley College; Contract No. 98-1045 ---- 909 860 3195 ' 100 00%_I- - - - - - -- PCO13 Ronald Regan & Heritage Park City Diamond Bar B_o_b Rose ( ) 373,378 I- 386,511 04/09/99 j 07/15/99 -- -- --- _ - -- -- -- - -- -- 0 204,153- --- - _-- -- PC014 1 Garvey Park Pool Renovation City of Rosemead Ron Bravo 310 370-6724 100.00/°'I Y Y ( - �- ° I 226,157 04/08/99 07/09/99 PC015 !CityPark Skate Park Facility; Cityof Corona Jonathan Jones 909 279-2241 100.00/° 196,000 li 223,976 06/08/99 08/20/99 Project No. 431-8062 _ -- - -- - ---- -- PC016 'Hook-East&West Debris Basin L.A. Count Dept. of Primo Candia- - 626 447-5362 -100 00/°- -- 229 195 07/12/99 j 09/24/99 Enlargement in Glendora Public Works - 241,174 - - - - --- - � I - Y _p ---_- -__-_ _-- ° _ 186,687 09/20/99 ! 12/20/99 PC017 !Franklin Ave. Drain in the City of ,L.A.L:A._Count-Dept. Primo Candia I (- ) f_ - _ -o rail Y - -- ----- ll y- (Bob Kellison - - (714)593 4517 100 00%I' 245 664 -- - - -I -00 - - __ _ - Y Y - --100.00/°I - 302,805 108/16/99 � 03/24/00 -_ Y J- - --- - - _- ( -)38 ----- - - -- PC018 Rehabilitation of the Nature Trail Cit of Fountain Valle 245 664 , 1 08/31/99 ! 10/25/99 PC019 (Two Bridge Seismic Retrofit I o - -- Jerry Iv 909 387-2800 112,158 118,249 _ g San Bernardino Count - PCO20 (Indian Ave. Overhead Seismic City of Palm Springs Marcus Fuller (760)323 5253 100.00/°I 186,462 . 212,898 10/26/99 01/26/00 Retrofit a -!City of Laguna Beach Lisa Penna - (949)497-0711 ,- 100 00/o1 145 208 -- 11/29/99 02/08/00 PCO21 :Terry Storm Drain y � 180,521 � PCO22 iConstruction of Skate ark at !City of Irvine !Douglas Davidson (949)724-6675 100.00% 642,068 670,761 01/03/00 j 06/02/00 Harvard Athletic Park; CIP 8110 Rio Hondo Park Rehabilitation City of Pico Rivera !:Juan Balanay (562)801-4415 100.00/° 82,400 ; 100,077 ' - - --- - --- - -- 06/12/00 I, 07/25/00 PCO23 II,Site Work - -- - - ----- - -- ----- i ! File: Project List Page 1 of 8 2751 Avalon St., 4-Con Engineering, Inc. Phone (951) 222-2241 Riverside, CA 92509 -- Project List -- Fax (951) 222-2248 - _ -- -- - --JOB I PERCENT', CONTRACT VALUES DAT ES No. NAME AGENCY CONTACT PHONE COMPLETED I i ' ORIGINAL '�, FINAL I START I .FINISH PCO24 Jaboneria/Shull Park ;City of Bell Gardens Bill Pagett (562)806-7770 100.00%j 587,047 620,686 03/06/00 08/22/00 _Improvements -- - --y i i- - _ - 909 860 3195 100 00% 282,884 - -- ---- - /1 -- - /00 - __ J y _- p - g -- ' _ o _ I_ 311 162 ' 04/10/00 -- - - r t - --Palm-Springs �- .-- -- -- ( ) - - 879,416 05/22/00 11/ 9/00 - __ Y_ I (760)323 5253 �I__-100.00% ____873 781 I - _ _--_ _--- PCO25 Skate Park at Peterson Park City of Diamond Bar Bob Rose �, , PCO26 'i Heritage Trail Bikeway Project City of Palm S nn s Marcus Fuller P.E. 'I 11/09/00- PCO27 Beverly Blvd. Over San Gabriel L.A. County Dept. of Jolene Guerrero (626)458 3137 100.00/0 669,423 707,272 07/07/00 02/07/01 River;-Cash Contract 8344 'Public Works -- - j ----- _ -- '- -- - - -' -- -o PCO28 jSeismic Retrofit of Brea Blvd. Oran e County ( PF&R Gerald Shubert 714 567-7795 100.00%j 411,210 431,606 10/04/00 03/21/01 Bridges 1 &2 (Nos. 55C-0123& Department CPCO29 He osa2AvOe. Storm Drain and City of Ranch Brea Creek o -- -- Jerry Dyer (909)427-2740 ! 100.00%II 61 62,559 10/16/00 326 ------- -_ - --11/--17/00/00-!Street Improvements Cucamonga - g- - -- - -- City of -- - III-- --------- --- �--�-- ----- I-- --- o --- --- �_- --� --- PC030 I Dale Pa a Park Improvements, of Redondo Beach Thomas Baldwin 310 318-0661 100.00/0 151,800 155,657 12/13/00 01/19/01 i and Ford and Sneary Parkettes Improvemnts PC031 (Storm D aen Improvements at Holt City of Ontario Fe M. Rama j 909) 395-2025 100.00/0� 151,157° 165,579 01/16/01 03/23/01 PC032 Construction of Storm Drain and City of La Habra iEduardo L. Lanuza (562)905-9700 100.00%I 319,134 _ Blvd. -�--- -- - ° �- ---�320,892 i 01/17/01 � 10/04/01 Parkway Improvements- Project j No. 4-R-00 City of Palmdale 'Mr. Tim Hughes 1 (661)267-5300 I 100 00% - - ---.-__ - -- - -- PC033 II Public Works Central Maint. Yard i � j 469,668 ' 468,316 ! 02/19/01 06/07/01 Perimeter Wall Improvements- - I Cash Contract No. 415A --- - 247 481 286 570 04/02/01 PC034 Canada Blvd. &Verdugo Rd. POC I L.A. County Dept. of Mr. Ricardo Gordillo (626)458-3142 ° 06/26/01 at Glendale Community College- j Public Works Project ID No. RDC0011407 -- ------- -_-- -- --- --- - - - 323 890-7086 100.00% 159,700 -- 159,700 - - --- - - -- -- ---I --- -- 07/06/01 08/15/01 Improvement y g _ ( ) ' PC035 Carmelitos Storm Drain City of Lon Beach Mr. Jose M. Rosas PC036 McDermott West Park, Village of City of Fontana Mr. Harry Foley (909)350-7661 100.00%I 1,199,768 1,299,783 05/14/01 01/10/02 Heritage, Fontana; Bid No. SB-43', 01 PC037 Hurless Barton Park City of Yorba Linda Mr. Steve Campbell 714 961-7168 100.00% 222,223 226,841 04/24/01 08/17/01 -- - 252,530 ' 08/20/01 11/02/01 F':,038 I�Whites Channel Ramps& Medea Creek Invert i L.A. Count Dept. of Mr. Sumitha Shival 626 458-3137 i; 100.00/o II 251,550 �,I Public Works Repair- Protect No. FCC0000764 i -- Gene Autry ---- ySprings p g 10 - 08/23/01 09/26/01 City of Palm S rm s Marcus Fuller P.E. ( ) 'I I I I 760 323-5253 100 00% 230 604 ---------- - --------- ------------- ------- PC039 i Gene Autry Trail Bikeway, CP99 lil - -- I - - --- - File: Project List Page 2 of 8 2751 Avalon St., Phone (951) 222-2241 4-Con Engineering, Inc. Riverside, CA 92509 -- Project List -- Fax (951) 222-2248 - - - DATES PERCENT I CONTRACT VALUES � AGENCY CONTACT PHONE ORIGINAL-- - -- ---- -- JOB I !, No. I NAME ' 'connP�eTeo I FINAL � START I FINISH !'-- - -- - - -- ----- --- -- . ---- -- - - - — - PC040 State Street Sidewalk and :City of San Jacinto Habib Motla9 ( h 909)654-7337 100.00° 09/24/01 01/09/02 413 000 398,676 - emon Park !Miscellaneous Improvementslm ovements PC041 City of Fullerton Mike Pickens I (714)738-6391 100.00%% P Y 816,951 - - 914,847 ! 09/24/01 07/11/02 II I i Revisions at AnthonyElementary (School District lArchitects, LLP, ( ) ° -_-- PC042 Parkin Lot/Landscape Corona-Norco Unified !GregChapman, PCH 909 792-7397 ! 100.00% 121,121 I 144,754 11/08/01 03/07/02 . . y rY li School (Project No. F0002-002) Project Manager PC043 Eastbluff Park Walkway City of Newport Beach Fong Tse 1 (949)644-3340 100.00% 113,015 113,815 12/12/01 01/24/02 Reconstruction, Phase II - - - - -No. 3334 ---- - - - --- ° - 92,405- PC044 !ContractFlintrid g e Drive Slope City of Glendale Kevin Carter (818)548-3945 I 100.00%1 85,460 1 02/11/02 04/01/02 _ -- -Rehabilitation 9 1 y--- -- -- ---- - --Y -- ------ ) - --- - -- - ---- - --- ------- ---- -!-- -. _. PC045 !Subsurface Drainage Protect At City of Corona !Nadeem S ed (909 279-3515 100.00%o 57,180 67,525 ! 01/03/02 01/22/02 !Vario - _ 001 us Locations; Protect No. 31 --- ---- -- - - - ---- - --- - --�- ------- - i----- -''---- - PC046 III East Rialto Storm Drain !San Bernardino County Gary Landry 1 (909)387 7920 100.00/°o I, 240,226 260,210 02/08/02 04/26/02 Flood ntrol Big Bear Village, The Bergman Comcanies Dale Colosi Protect 909 627-3651 1 100.00% PC047 ';The Club at g ag �I g p � t ( ) � 249,000 I 281,262 j 01/24/02 I� 05/02/02 Phase 1 B (Site Work); Detention Manager Basin -- --- - -- - - - 1 - PC049 - - -- - y - l ( ) � 32,932 30,356 04/29/02 105/2.9/02_ Parking Lots Improvement at Lake Esmore Unified Grand J. Hamel (909)296-0776 100.00% 282, 07 PC048 Rialto Street Improvements_ City of Rialto Bruce L. Cluff � 909 820-2530 100.00/°I 306,578 04/02/02 06/03/02 Elsinore&Wilomar School District - PC050 Azusa Skatepark at Memorial City of Azusa !Joe Jacobson (626)812-5280 100.00/o I 379,752 !1 429,933 1 03/18/02 07/12/02 ------ --- - --. -- - - - - --- - - y s - (323)726-0734 100.00%! 232,000 Montebello Skate Park !City of Montebello, c/o Park PC051 Mr. Bill Torres, � 270,512 05/28/02 10/17/02 'TELACU Construction ,TELACU Construction ! PC052 ! Independence Skate Park and 'City of Downey !Mr. Lea Sharp (562)904-7118 100.00%1 981,435 1,062,127 05/20/02 10/25/02 (Tennis Center, Cash Contract No. --- - ------ ---- ----- -------- -- -I'--- -- -- - 623, City of Downey !Bridge Repairs; City Project e_c t-No.---iI C-i tY of-Palm Springs -- Marcus Fuller P.E. I (760) 323-5253 100.00/ 97,610 'I�--- - -9 8,6-3-6I-09-/-2-0-/02 !� 11-/0- 1/02 PC054 (San Sevaine Creek Bike and City of Fontana Mr. Harry Foley (909)350-7661 100.00%!I 256,214 1 360,389 ! 07/29/02 11/30/02 97 20 -- - ---- Recreational Trail, Project No SB- 41-02' I I i 1 PC055 Montclair Station Improvements; City of Montclair iMorteza Ghandehari (714) 814-4513 1 100.00%! 845,060 1 903,879 09/30/02 03/12/03 Federal Project No. RPSTPL-5326 File: Project List Page 3 of 8 2751 Avalon St., 4-Con Engineering, Inc. Phone (951)222-2241 Riverside, CA 92509 Project List Fax (951)222-2248 -- -- JOB PERCENT'i CONTRACT VALUES DATES No. NAME AGENCY CONTACT PHONE COMPLETED! ORIGINAL FINAL j START FINISH PC056 '.Carnelian Street Underpass SAN BAG-San ,Joe Poirot, PE, (909)884-8276 100.00%' 186,896 200,697 10/30/02 03/10/03 I Earthquake Retrofit; Contract No. !Bernardino Associated Resident Engineer 03 018 Governments PC057 I South Gate Skateboard Park; City City of South Gate Abdulla Ahmed- 323 357-9657 100.00%1 326,623 1 392,057 12/02/02 03/19/03 -- - --- -- - - --- ----- -- - --- - o Pro_ec_t No. 284-ARC Senior En meer L.A. Count Dept. of ( ) 647,870 653,787 02/24/03 06/04/03 1 9 L_ PC058 Loynes Drive over Los Cerritos ! y p . Salaman Khan 626 458-4956 100.00/° Channel, Et Al. - Project No. Public Works Construction Liaison RDCO01421_0 - ---- -- --� — 540,256 --- --- ------ --- PC059 (Arcadia Skate Park; Project No. Cityof Arcadia Wr. Ken Herman, 626 256-6654 ! 100.00%I 546,076 02/10/03 06/25/03 �2255022 Associate Civil Engineer PC060 (Construction of Brea Skate ark City of Brea 'Mr. John Hogan (714)671-4450 100.00%I 174,950 174,950 _ -- ---- P Y _ _ - - -- ---- - !---- -- -- - -- -02/24/03-- ------- 05/16/03 Soundwall; Project No. 7848 PC061 ! (North Phase-Civic Center City of Palm Desert Mr. Martin Alvarez 760) 346-0611 100.00%I, 417,501 412,802 04/21/03 07/24/03 I Carport Structures, Project No. ! 12225.00 PC062 (Artesia-Norwalk Drain Project No. L.A. County Dept. of liMr. Paul Keizer (626)458-3122 100.00W 284,941 324,842 ! 05/22/03 08/04/03 21 Line C Backslope Repair, Public Works Project ID No. FCC0000617 -- --Y -g - - i- -- --- -�- ) --- - ° �_ --- - - PC063 Bluebird Park Renovation Cit of La una Beach Mr. Mark Trestik 949 497-0300 100.00% 1,005,128 1,148,978 09/15/03 06/23/04 ! - ---_ - ,-- Y- -- - - ---. y - 9 � O 4 --- 1 100.00%II--- 263 866 '--- 347 087 109/24/03 --- PC064 Memorial Park Restrooms City of Azusa Mr. Rand None a _ 626 812-5266 _ 100.00%, 318,000 342,743 07/08/03_ 01/10/04 PC065 ''I Santa Clara River Invert Access L.A. County Dept. of Ms. Stringer (626) 58 5 00 12/03/03 (Ramps at PD T832, PD T771, and Public Works j PD T911 - Project No. - - ---- -- - --- - -I--- - --- - - -- -- - - -- ---- - - -.....I --- FCC0000744 PC066 (Sierra Avenue Street City of Fontana 'Anthony Salam, P.E. (909)350-7632 100.00%I 267,025 388,593 08/12/03 01/16/04 Improvements; Bid No. SB-39-03 PC067 IlGrace Yokley Middle School Mountain View School Jeff Miller, Sr. Project 909 476-6005 100.00%I, 172,807 182,655 07/07/03 09/22/03 Retaining Wall & Storage Bld., DistrictManager, WLC Project No. 02513A.40 ii Construction Services, ---! --- --- ----- --- - -- - Inc. ---- --- ------ -- - - -- -- - - ------ - - - - --' - , PC068 I Widen Northbound Portola, from City of Palm Desert Jeremy Vela (762) 346-0611 100.00% 129,950 'il 109,800 08/04/03 j 09/02/03 San Marino to El Cortez- Block Wall; Project No. 630-99 B; 1 Contract No. C20920B_ PC069 !Valley Drive Storm Drain at City of Villa Park Kamran Saber, P.E. (714)973-2230 100.00/0 88,748 94,866 11 09/29/03 11/05/03 Aubrey Circle Project Manager rris- -- - _- ---� - ---- -I City of Highland -- - Terry Vernon, DGE (909)296-0776 100.00%1--1,069,700 --1,161,023 ''I 11/17/03 -- --- PC070 Aurantia Park; Project No. 05/21/04 010318, Bid No. 2003-05 Development Inc. File: Project List Page 4 of 8 2751 Avalon St., 4-Con Engineering, Inc. Phone (951) 222-2241 Riverside, CA 92509 Project List -- Fax(951)222-2248 JOB PERCENT' -- CONTRACT_VALUES_ __ DATES No. NAME AGENCY CONTACT PHONE COMPLETED, ORIGINAL FINAL 'i START FINISH PC071 Irwindale Skate Park City of Irwindale (Glenn Kovac, PM; L.A.! (626)454-5222 100.00%'I 433,000 428,773 01/19/04 05/07/04 (Subcontract) Engineering, Inc. (Prime Contactor) PC072 Blair Skate Park; Plans and City of San Bernardino (Assoc Associate Sepulveda, (909)384-5167 100.00/o I- 229,361 ' 229,547 101/12/04 03/12/04 Sp_ecia_I_Prov_isio_ns No. 10667 _ _ PC073 WRDM000008-Thompson Creek L.A. County Dept. of Ms. Chandra McLoud ! (626)458-4967 100.00%I 286,850 -- '--- - 288,350 j 01/05/04 02/16/04 @ Sycamore Cyn Park&Webb Public Works Cyn Site Fire Emergency Protective Meas. PC074 '!Laguna Niguel Elementary School {City of Laguna Niguel Randy Trinkaus, P.M. ! (949)362-4337 100.00% 231,000 282,879 06/16/04 12/03/04 Restroom _ PC075 CSA 9 Phelan Park; Project No. County of San Bernardino, Mr. Greg Bacon 909 387-6076 100 00/0 343,000 356,208 05/10/04 10/08/04 20030001 County Service Area 9 - -- --- (Phelan) ------ --- - ---- - - - -- -- PC076 'Centennial Regional Park, Dan Cityof Santa Ana !William Albright, P.E. 1 (714 647-5029 1100.00% 1,274,672 1,297,868 05/05/04 ! 03/11/05 ;Young Youth Soccer Field; Project PC077 'Construction Of Mesa Linda Park; - y - -..- --- --- - ( ) - -__- - ° 1,715,024 I'I --- - - -- - -- - -- City of Victorville Celeste Calderon 760 355-5085 100.00/o i 1,790,522 06/03/04 03/16/05 Project No. CC04-035 y I ( ) ° - PC078 II Santa Fe Reservoir Spreading L.A. Count Dept. of !Ali Dana 626 458-3110 100.00/0 344,535 442,325 ! 08/30/04 04/13/05 Grounds and Horse Trail Public Works Modifications- FCC_0000627 I 6&7 Boat Launch Area, Lake P Boating And Waterways g ( ) 10/22/04 06/03/05 PC079 New Restroom and Utilities; Ram California Department Of Mr. James DiGior io 916 263-8131 100.00/0 448,900 458,131 Perris SRA Riverside County; File PC080 Engineering Laboratory Facility University of California, Omar Nabahani (949)824-5243 100.00/o I 897,332 j 919,690'� � ° 10/05/04 04/06/05 j(E.L.F.) Strongwall �Irvine Campus E Enhancements; Project No. -- ---- -I- q_--y---- -I ) PC081 Construction of Canada Vista !Cityof Rancho Santa Jac ueL nn Niemi, 949 635-1800 100.00/o - 990081 - -_ .---- -I-- 9 - - -- _.— - ----- o-- 588 200-�,- --- 691,933 12/06/04 li 08/26/05 �- - -- - -- Skate Park jMar anta P.E. PC082 Relocatables at Various Sites, Adelanto School District I David Brown, Project (760) 955 2446 100.00/0 648,258 622,075 10/28/04 04/11/05 lAdelanto PC0`t3 El Cerrito- Ka nleStreet Storm Riverside Count Flood Dale Anderson, 951 955-8170 100.00/o 737,086 _istrict _ Architect -_ - ---- 06/14/05--- - i _ - Y y -- -� ( ) ° 645 679 I--- i 112/23/05 !Drain; Project No. 2-0-0112Control and Water Construction Engineer --- !--- __-Vis__-- - __--_- 3 !City of Palmdale- --- - Mr. Tim Hughes - --(661)267-5300 %-- 100 00%I1 - 107,450 __-119,027 04/15/05 -09/29/26/05 Conservation_District - I--- - ! Stairway - - - PC084 Pelona Vista Park, Phase 3 y File: Project List Page 5 of 8 2751 Avalon St., 4-Con Engineering, Inc. Phone (951)222-2241 Riverside, CA 92509 -- Project List -- Fax (951)222-2248 No. NAME AGENCY CONTACT PHONE COMPLETED', - - TES ORIGINAL FINAL START PERCENT; CONTRACT VALUES II � I, ! I FINISH PC085 Amargosa Creek Trailhead and City of Landcaster !Mike Slayton, 1 (661)510-4320 100.00%1 634,719 653,142 03/10/05 10/22/05 Pathway Cash Contract No. 628 I P.E./P.M. ---- -I - -----Y-- - - __ -; Y --- --..------ -- !Ryan -- I-- 9�--� ---- - I- - o i -184,925 ! --m ---_-- PC087 Sycamore Can on Park Phase 11 City of Diamond Bar Ryan Wright 09 860-3195 100 00/° 202,178 m6/05 08/29/05 Improvements, Diamond Bar; - - - - - - CDBG Project No. 600400-99 - - - ° � I PC088 Civic Center ADA Accessibility City of Huntington Beach !Robert A. Martinez (714)536 5423 100.00/°( 233,905 260,555 06/28/05 03/02/06 Improvements; CC-1245 PC089 The Adelanto Marketplace Road !Cit of Adelanto 'Wilson F. So, P.E. 1 (760)246-2300, 100.00%1 1,796,669 2,300,235 06/24/05 03/26/06 Improvement; EDA Award No. Ext. 3036 - - �074905428 --- --- ---- -- PC090 Phase II, Flatwork, Landsca e, Her eria Recreation and Cal Camara, General .� 760 244-5488 100 00% 1,415,020 ---- -_-_-._ -- -p p ( ) 1,453,629 07/19/05 04/07/06 Electrical & Other for 4 Fields @ Park District Manager j Hesperia Community Park; Bid No. 2005-04-01 ---- --- -- - - - - 1,099,000 - -1,099,000 07/05/05° ! 03/16/06 PC091 Orange Coast College Baseball Coast Community College 'Tere Meredith, PM (c/o (858)531-2046 I 100.00/°; Field Renovations- Bid No. 1888; District Douglas E. Barnhart) Package No. 2 - - -- ! o- ----- -- ---- PC092 III Garage Addition Riverside County Flood Ed Lotz, Construction (951)955-8170 100.00/°I 1,293,176 1,567,786 12/05/05 08/11/06 Control and Water Engineer 1 Conservation District - - ----- ---- -- -- ____- o_ --_-..------ — — PC093 '',Project ID No.WMD0000099- IL.A. County Dept. of Ali Dana (626)458-3110 100.00% 2,281,691 2,415,724 01/10/06 12/05/06 Paseo del Rio at Rio Hondo&San.Public Works (Gabriel Coastal Basin Spreading j Grounds 9 9 !-- Y - g --- - - 9, - -- (-- - - ----- --o447,007 --!-- - --- PC094 Santiago Creek Bike Trail- Bride City of Orange Alan Truon Assistant 714 744-5568 ! 100.00 1! 447 007 475,766 1 01/23/06 1 06/20/06 Project from 75' Down Stream to Engineer j �850' Upstream of Glassell Street IOvercrossing along Santiago Creek Park Avenue Sidewalk City of Laguna Beach Bob Koch 1 (949)497-0300/ 100.00%1 527,454 526,613 04/12/06 ! 07/14/06 Construction Project(from Wendt (949)497-0340 ,Terrace to Hidden Valley Canyon j ) --- — -- - - - - ----- -- -- - - - --- -- - -I I,Road _ PC096 ,Beach Blvd Parkway Landscape !,City of Huntington Beach Dwayne Wentworth (714)536-5431 100.00% 999,893 1,042,398 07/17/06 01/29/07 Enhancement Project-Cash 1 Contract No. 1229 j ' Y p 1,912,332 I- - 1,871,483 /2 ----- PC097 Eastern Ave. Drain Channel !!L.A. Count Dept. of ;Ali Dana (626)458-3110 100.00/o I 1 �I 06/22/06 ' 03/02/07 Replacement- Project No. 64; Public Works Project ID No. FCC0000835 _ _--_- - -- --- ----_-I -- - - --- -- File: Project List Page 6 of 8 2751 Avalon St., 4-Con Engineering, Inc. Phone (951)222-2241 Riverside, CA 92509 -- Project List -- Fax(951) 222-2248 JOBCONTRACT- V - - -- DATES i, - - VALUES - - --•-- PERCENT'', No. NAME AGENCY CONTACT PHONE COMPLETED(! ORIGINAL '1 FINAL START I FINISH PCO98 'Project No. 50745- Lake Gregory ;County of San Bernardino,IArcie Cummings 1 (909) 387-5227 100.00%I 1,095,000 1 1,139,471 06/26/06 04/26/07 Regional Park-Playground, Shelter'Architecture and and Skate Park Addition Engineering Department Puesta Del Sol Elementary School' ° 05/18/07 - --- - it PC099 'i Victor Elementary School Wayne Johnson (760)245 1691 100.00/° 578,773 615,749 10/02/06 I (Additions and Site Renovations, IDistrict i I,Project No. 052800 PC100 City Park Restaurant/Restroom City of Lake Elsinore David S. Solomon (951)674-3124 100.00/o� y � I ° I 496,032 ' 541,305 12/04/06 106/29/07 ,BuiPC101 ;B dlNo. 06P121, Maintenance ;Chaffey Community (Mark Logan 1 (909)941-2161 100.00%1 329,397- � � ' ' ° i 339,462 12l07/06 05/01/07 PC102 Bid No. 07P29, Community Trail- Chaffey Community Mark Logan (909)941-2161 1 100.00% Drainage !College__Dist_rict 206,020216,870- 1-- ---- -~ --I 12/08/06 103/06/07 --- !,College- ------- - Phase I _ __ District I I I i PC103 !New Multipurpose Building-The (Victor Elementary School (Wayne Johnson (760)245-1691 100.00%'I 1,224,000 11293,562 12/06/06 01/03/08 Chuck Hays--- Seville&Tamarind Parks City of Fontana --_ -' - - — --- -- - -I-- -- ----__ _-_--I-- -Academy Elementary School_ District y I ( ) - ° 157,500 157,500 i 01/18/07 03/20/07 -- - --. -:- -- . - ---- -- - -- - - o PC104 Restroom Replacements 909 350=6751 100.00/o - ----- --- ------------ Indian Terrace Parks q ----- y---------- -- - M - -I-(---) --- I- - -- ---- --- --i 10/19/07 PC105 Renovation of the Domin uez and Cit of Indio ark Hodnick 760 391 4199, 100.00/° 1,759,500 1,859,225 03/25/07 � Ext. 4337 PC107 ;The Village Plaza; C.I.P. No. 2007-(,City of Claremont Kirk Phillips (909) 399-5478 100.00%i, 830,000 ! 846,000 05/21/07 12/04/07 101 J PC108 Cactus Channel Wall; City Project IlCity of Rialto Gene Klatt (909)820-2525 100.00% 1,242 406 ! 1,364,965 10/05/07 No. 060212; City of Rialto Bid No. y ----- - - - - --- -o 919 000 -- - 07/23/07 - Community Center/John Swisher ( ) Pending __•Museum _ _ _ ',Park District creation and Manager ara General ! 760 244-5488 -� 107 86/°j - _- �I PC109 I, PC110 Victor Jr. High School Growth Victor Valley Union High Keith B. Coon, CAL K- (909)795-9169 100.00%1 729,000 j 773,732 07/11/07 10/01/07 Portables 2006-2007, Bid School District 12, Construction Package 01 General Construction Management PC111 'Memorial Park Restroom City of Upland, Public ,Annette Guthrie (909)931-4230 100.00W 479,825 484,152 10/16/07 03/18/08 Ilmprovements; Project No. 8205& Works Department 9635; Bid No. 2007-13 100.00/o l -__-.- -_-_--.----- rkRiverside Development Arc:'iiteC _ o( - (760) -- - - - PC112 Jurupa Area Recreation and Park 'I Riverside County Ruben Coronado (Holt (760) 328-5280 � ° 4,066,000 �, 109/05/07 Pending I Field Agency Harve Field and KnowlesAgency_ p ) PC113 District-Accessibility Upgrades College District unit Mark Logan 909 941-2161 100 00/o'I 366,470 371,565 09/18/07 01/03/08 Y Y 9 I Y Y 9 ( ) I land Fire Lane Extension; Contract No. 07P113 File: Project List Page 7 of 8 2751 Avalon St., 4-Con Engineering, Inc. Phone (951)222-2241 Riverside, CA 92509 -- Project List -- Fax (951) 222-2248 JOB ! PERCENT j CONTRACT VALUES DATES No. i NAME AGENCY CONTACT PHONE COMPLETED', ORIGINAL FINAL START FINISH PC114 'Rancho Verde Elememtary School Apple Valley Unified Lynette Kachelmeyer (760)247-8001 88.05%'', 1,760,000 12/03/07 Pending Kindergarten Building School District Replacement; Bid No. 08-02; NTDS_Pro1_No. 2005-0130 - -- - ----- - - --- ---- - -- - - -- ---- --! ------ -- - - - PC115 IVillage Park, Restroom & Snack City of Fontana Thomas M. Haugh 909 350-6683 III 37.11 :i 456,000 1 03/03/08 Pending Bar Replacement Project, SB-64- PW-08;AAI#05-874 I � -C116 I ha - 2 I_---y - - to -- iWilson F. So P.E. -- (760)242 2365--'I - 7 16% - -- -i PC116 I Phase 2 A Wastewater --- !City of Adelanto Pending Reclamation Facility Expansion - - - � 03/31!08 y p I I- PC117 i Sandburg Middle School New ���Glendora Unified School Mr. Robert Jole;PM (626)335-5617 1,649,000 06/13/08 Pending ,Canopy District !(Douglas E. Barnhart, - - --- ------,_Inc. _ ---- ---- -'-- -- _-- I ' I - ff - -- L — --- -- - - — - -II - -- -- — ',i -- -- - - - - -- - --.i_._..--- - - I-- - --------- ----� - — -; ---- III_- -- ----- 'I --. -- --- --- - - ---- — . -- - - - ---- -- -- -- ---- - - ---------- File: Project List Page 8 of 8 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUMNUMBERONE For Lift Station #26 Replacement, at Brighton Drive and Shoreham Lane, CC1297 June 10,2008 Notice to All Bidders: Please note the following revision to the project, Specifications: The following shall be deleted from the Specifications: Section 13370-1.6 1.6 EQUIPMENT SUPPLIED BY OWNER A. The PLC/Telemetry control panel will be supplied by the OWNER for remote indication of pump station signals to the OWNERS central control system. The CONTRACTOR will be responsible for taking delivery, mounting, connecting and powering,the OWNER supplied panel. The CONTRACTOR will also be responsible for wiring to and from the OWNER supplied panel all signals and power as shown on the contract drawings. B. For bidding purposes the contractor _ should assume the PLC/Telemetry panel will be 30"High x 24" Wide x,_12"Deep. This modification does not change the Engineer's Estimate for this project. This is to acknowledge receipt and review of Addendum Number one,dated Ju 0, 2008. Company Name Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Andrew Ferrigno at(714)536-5291. -1 of 1 City of Huntington Beach Public Works Department 2000 Main Street Tel, (714)536-5431, Fax(714)374-1573 ADDENDUM NUMBER-TWO For Lift-Station #26 Reglaeemeht, at Brighton Delve and Shoreham Lane, 10101297 June 19,2008 Notice to All Bidders: Please note the following revision to the project,SpeGficatlons: The following shall be added to the-SpWflcations: Section 05500.2.6.HATCHES G. Contact Information for LASCO LIDS is as follows: Scott Hlgley:760-801-6330 John Trosper:7W-519-900o Jeff Osbome:760-535-0876 H. For reference in bidding this project,Shop Drawings part number 12045SH20, 4830SH2O,and 4848DH2O,for LASCO LIDS have been provided herein. The use of these Shop Drawings are for biding purposes only and do not constitute an approval per Section 05500-2.6,13 of these specifications. The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Section 06600.2.13 Manufacturers A. Products of the type or model (if any) indicated sball be manufactured by one of the following,:.. . I. �t)el�Raad (oruat> - 1, Hatches: a. LASCO LIDS 2. Manhole Frames and Covers or c ual a. Neenah Foundry Company R-1642 with Self-Sealing Cover, b, Phoenix Iron Works P-1090 R/G, .., ...._.... C. Alhambra No,A-1480.,.tpli cover marked"S." 3. Field Repairs to Galvanizin ore ual : a, "Galvinox", b. "Qalvo-Weld". -1 of 3 volts per mil of coating thickness specified. Spark testing equipment shall be Tinker and Rasor APW or equivalent. Spark Testing shall be witnessed by inspector or other appropriate person. Final approval for applied polyurethane lining shall be given by owner before contractor demobilization. Only workmen trained and experienced with the specified material shall perform the lining application. The lining shall be applied through plural component equipment specifically designed and approved by the manufacturer of the lining material.The equipment shall be in good working order to insure correct proportioning and mixing of the components. Both manufacturer and installer of the elastorneric polyurethane shalt warrant its lining for five years against any type of faailure due to defects in material and application. The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Section 09800-3.11.1) D, For external or internal application of lining or coating materials for buried or submerged piping systems, the CONTRACTOR shall supply inspection procedures for use by the CONSTRUCTION MANAGER, Procedures shall be supplied in advance of starting work. Measurement of bond strength of concrete epoxy can be measured in accordance with ASTM D4541 nr Se0,.. 500.2.4 of SSPWC as required by the CONSTRUCTION MAN,�(JjR, Any areas detected to have inadequate bond strength shall be evaluated by the Project Engineer. Further bond tests may be performed in that area to determine the extent of potentially deficient bonded area and repairs shall be made by the Applicator in strict accordance with the Manufacturer's recommendations, This modification does not change the Engineer's Estimate for this project. This is to acknowledge receipt and review of Addendum Number one,dated Ju 2006. Company Name �G Sn Tr•rc� Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum,please call Andrew Perrigno at(714)530-5291. This Addendum has a total of six pages,which includes three one page shop drawings. •3of3 City of Huntington Beach Public Works Department 2000 Main Street Tel.(7I4)536-5431,Fax(714)374-1573 ADDENDUM NLJL4BER THREE For Lift Station ##26 Re]glacement,_at Brighton Drive and Shrorehmm Lane,CC1297 Jane 25,2008 Notice to All Biddets; Ptcasc note the following revision w t1ro project,Specifications; The following shall be amended as shown(underlined text has been added and deleted text has been labeled)t Section 1104b-7.2.1 Service Factors 1. Service factors: Service factors shall be applied in the selection or design of mechanical power transmission components. Unless otherwise calculated,the minimum service factor shall be 1.25. Unless otherwise indicated, the following load classifications shall apply in calculating service factors: Type of Fqui„pment load flassification Pump: Centrifugal or Rotary Uniform Reciprocating Moderate Shock Fan/Blower Moderate Shock 7 ... ..!Deletod:Crn110 or Hnist.Madcrito The following shall be anttnded as shown(underlined text has been added and deleted text has been labeled): Section 11319.2.2.0 C. Accessory Equipment: Shall bc,as follows: 1. Provide the following accessories for the pump as required for a complete installation. a. Pump Stand: Cast_Iron_ with Fusi 13ontled L'poxv, S Stem 6. Section "1Deleted:Typo116stainlessmcdl- o48i�U.2.4.f3_5 b. Cable Supports: Polypropylene composition clamp with Type M 6 stainless steel bolts. c. Anchor Bolts:Type 316 Stainless Steel. d. Suction elbow with bascplate assembly. -1 of 3 authority to require any modifications to the proposed temporary 'Facilities which heh;'h6deems necessary to maintain proper and reliable operation of'the plant, The k"—'ica each OF tile th L--!5 M tati 011 sh,11 he This modifleattan does not change the Engineer's Estimate for this project, This is to acknowledge receipt and review of Acldcnd;iTn Number onc,dated June 10,2008. eat C-T-J 6 1/\J ecTu-NO -&ic Company Name 13 Date All bidders must acknowledge the receipt of this Addcndum with your bid Propos'll. Should you have any questions regarding this Addendum,please call Andrew FcTripo at(714)SM-5291. -3 of 3 City of Huntington Beach Public Works-Department 2000 Main Street _ Tel. (714)5M-5431,Fax(714)374-1573 ADDENDUM NUMBER FOUR For Lift t Station#261Reio_lacement,at 1Q1'Oton Drive and Shoreham Lang, Q 297 Jd L 2008 Nodec to All Bidders: Plenso note the following revision to the project,Specifications: The following 0211 be amended as shown(underlined text has been added and shikethrough text bag been deleted): Section 05500-1'.4,Section 05500-1.5,Section 05500-2.1,Section 05500-2.6,and Section 05.500- 2.13 1 A CONTR2AC--TQ SUBMI ALS A. Shop Drawings: Shop Drawings shall he submitted in accordance with Section 01300,Submittals, B. Shop Drawings; Shop drawings for stairs anAhatchcs shall be submitted detailing fabrication and installation_ �. include plans, cloyations, sections. and Formatmed-Strikethrough details ...._... ...._.. . . . ,........ ,�..�...�., � . and their connections. Show anchorage and accessc?ry items. For (roomed:5r�kethrough _____..._._ grating, show the direction of-span,_type and depth of grating, size and shape o'f grating panels,seat angle details,and details of grating hold down fasteners. C. Product List and Product Data Sheets: Protective Coating, a product list shall be submitted with product data sheets of intexaded shop coats. 1.5 QUALITY ASSURANCE A. C'arbota.,,steel utateti1ls shall be fabricated and erected in hrougn .. —] accordance with the latest edition of the RISC "Specification for the Dcsign, Fabrication and Erection of Steel for Buildings", and "Code of Standard Practice for Steel Buildings and Bridges",except whenever there is a discrepancy between the Design Drawings and this Specification, the Drawings shall govern. I of 4 f The Flans Shall be amended as follows: Sheet M-2 Change "stainless steel single leaf hatch (frame opening is 30"x48")" to "steel hot-dip galvanized double or single leaf hatch with.minimum.clear opening of 30"x4g"". Sheet S-1 Change"stainle 5 steel double leaf hatch(frame opening is 42"AY),typ"to"steel hot- dip galvanized double or single leaf hatch with minitnum clear opening of 36"x48",typ". The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Cover Page BIDS]2IJE: 3 2:00 PiV)(,2ND FLOOR ---- ----- -- City Clerk's Office The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Section A PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTI VGTON 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 92649,up to the hour of 2.00 PM on July A,2008. Bids will be Deleted:i publicly open irk Mectin q to S _ _ _ ___ __ __ _ __...-• {Deleted:Cn,mclt Chnfrlhcrs This modification does not change the Enginccr'R Estimate For this project. This is to acknowledge receipt and review of Addendum Number Four J ,2008. `i{ — GcrN N'efR t 3wL_ 1 Company Name t Date All bidders must ucknowtcdgc the receipt of this Addendum with your bid prnposal. Should you have any questions regarding this Addendum,please cull Andrew Forrigno at(714)536-5291. 4 of 4 GREAT AMEIZICAN INSURANCE COMPANY OHIO Bond No. NSA BID BOND Approved by The American Institute of Architects,A.I.A.Document No.A310 February, 1970 Edition KNOW ALL MEN BY THESE PRESENTS:that we 4--CON ENGINEERING INC. as Principal,hereinafter called Principal,and GREAT AMERICAN INSURANCE COMPANY,a corporation duly organized under the laws of the State of Ohio,with Administrative Offices at 580 Walnut Street,Cincinnati,Ohio 452OZ as Surety,hereinafter called the Surety,are held firmly bound unto CITY OF HUNTINGTON BEACH as Obligee,hereinafter called Obligee,in thc sum of TEN PERCENT OF AMOUNT BID" Dollars J 10 o OF BID" 1 For the payment of which sum well and truly to be made,and 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 LIFT STATION 426 RE-PLACEMENT 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 3RD day of `ULY 2 00:$ In the presence of: 4--CON ENGINEERING, INC. rincipal) (Seal) By: itle)_ G AT AMERICAN INSURANCE COMPANY (Seal) (Surety) tiA SUSAN C. MONTEON (Attorney-in-Fact) Bid Bond F9630a CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT State of California SS. County of San Bernardino On July 3, 2008 before me, Pamela McCarthy, Notary Public Name and Title of Officer(e.g.,"Jane Doe,Notary Public") personally appeared Susan C. Monteon Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature on the instrument the 7�A71 nOyperson, or the entity upon behalf of which the person F"59202 acted, executed the instrument. c " Jl .x ,.Ea d a OtfNl�l1L4�� I certify .tee `Her ,c. fy under PENALTY OF PERJURY under the laws of 4y 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 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: O Individual 0 Corporate Officer Title MM 7Top O Partner -- O Limited O General umb here I] Attorney-in-Fact 0 Trustee O Guardian or Conservator Other: Signer is Representing: CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California ss. County of San Bernardino On July 7, 2008 before me, Carrie D. Garabedian Notary Public Date Name an T�tie oi�ficer e.g., oe,Notary Public") personally appeared Richard J. Garabedian Name(s)of signer(s) who proved to me on the basis of satisfactory evidence to be the personW whose name(&) islam subscribed to the within instrument and acknowledged to me that hem executed the same in his authorized capacity(, and that by his signature(s)on the instrument the person(), or the entity upon behalf of which the person(}acted, executed the instrument. CARRIE D.GARABEDIAN Commission# 1635456 Z I certify under PENALTY OF PERJURY under the laws of Z � a Notary Public California D the State of California that the foregoing paragraph is true z �`> son Bernardino County My Comm.Expires Jan 6,201 o and correct. ...o `' WITNESS my hand and official seal. 1 igna ure o o ary u is 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: Number of Pages: 1 Signer(s) Other Than Named Above: Susan C. Monteon Capacity(ies) Claimed by Signer(s) Signer's Name: Richard J. Garabedian Signer's Name: N/A ❑ Individual ❑ Individual ® Corporate Officer ❑ Corporate Officer Title(s): President Title(s): ❑ Partner—❑ Limited ❑ General ❑ Partner-- ❑ Limited ❑ General ❑ Attorney-in-Fact ❑ Attorney-in-Fact ❑ Trustee ❑ Trustee HIU ❑ Guardian or Conservator _ ❑ Guardian or Conservator ❑ Other: ❑ Other: Top of thumb here Top of thumb here Signer is Representing: Signer is Representing: 4-Con Engineering, Inc. GREAT AMERICAN INSURANCE COMPANY® Administrative Office:580 WALNUT STREET® CINCINNATI,OHIO 45202• 513-369-5000° FAX 513-723-2740 The number of persons authorized by this pourer of attorney is not more than FOUR No.0 14463 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the GREAT AMERICAN INSURANCE COMPANY,a corporation organized and existi ng under and by virtue of the laws of the State of Ohio,does hereby nominate,constitute and appoint the person or persons named below its true and lawful attorneyin-fact,for it and in its name,place and stead to execute in behalf of the said Company,as surety,any and all bonds,undertakings and contracts of suretyship,or other written obligations in the nature thereof;provided that the liability of the said Company on any such bond,undertaking or contract of suretyship executed under this authority shall not exceed the knit stated below. Name Address Limit of Power JAY P. FREEMAN ALL OF ALL PAMELA McCARTHY ONTARIO, $75,000,000.00 SUSAN C. MONTEON CALIFORNIA FRANCES LEFLER This Power of Attorney revokes all previous powers issued in behalf of the attorneys}in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixedthis 4t" day of, MARCH , 2008. Attest GREAT AMERICAN INSURANCE COMPANY STATE OF OHIO,COUNTY OF HAMILTON-ss: DAViD C.KITCHIN (513-369-3811) On this 4"' day of MARCH , 2008, before me personally appeared DAVID C.KITCHIN,to me known,being duly swom, deposes and says that he resides in Cincinnati,Ohio,that he is the Divisional Senior Vice President of the Bond Division of Great American Insurance Company,the Company described in and which executed the above instrument,that he knows the seal of the said Company;that the seal affixed to the said instrument is such corporate seal;that it was so affixed by authority of his office under the By-Laws of said Company,and that he signed his name thereto by like authority_ This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors ofGreat American Insurance Company by unanimous written consent dated March I,1993. RESOLVED: That the Division President, the several Division Vice Presidents and Assistant Vice Presidents,or any one of them,be and hereby is authorized,from time to time, to appoint one or more Attorneys-in-Fact to execute on behalf of the Company,as surety,any and all bonds,undertakings and contracts of suretyship,or other written obligations in the nature thereof, to prescribe their respective duties and the respective limits of their authority;and to revoke any such appointment at any time. RESOLVED FURTHER.That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking,contract or suretyship, or other ivritten obligation in the nature thereof such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION 1,RONALD C. I(AYES,Assistant Secretary of Great American Insurance Company,do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of March 1, 1993 have not been revolved and are now in full force and effect. Signed and sealed this 3RD day of, JULY 2.008 S 1029T(11/01) City of Huntington Beach 2000 Main Street ® Huntington Beach, CA 92648 OFFICE OF THE CITY CLERK e JOA►N L. FLYNN CITY CLERK October 17, 2008 BNB Engineering, Inc. 2602 S. Halladay St. Santa Ana, CA 92705 RE: CC-1297 — Lift Station #26 Replacement at Brighton Drive and Shoreham Lane Enclosed please find your original bid bond for CC-1297. Sincerely, Joan L. Flynn, CIVIC City Clerk JF:pe enclosure Sister C iesll0 nlp S�'apan to r"abta�Cerre, New Zealand (Telephone:714-536-5227) En ineering Inc. . - - '- - - - GENERAL ENCINE.ERINC,CO^PRACTOR - LICENSE-6205BZ(M1i,Z1 n4-E41-18OSFAx j4 US I Jed �QoPo�i._. 2-6 yZcNtt ' IN �� SECTION C PROPOSAL for the LIFT STATION#26 REPLACEMENT at BRIGHTON DRIVE AND SHOREHAM LANE CASK CONTRACT No. 1297 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 Two-Hundred and Seventy (270) calendar 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 PROJECT BID SCHEDULE tens stoma a tm:wxnxt:prXce:: xten a .:.: trty" wntten.....:w®rds 1 1 Mobilization LS @ SIXTY THOUSAND Dollars $60, 000. $ 601 000. NO CENTS Cents Per LS 2 1 Temporary sheeting,shoring,and bracing LS @_nint-4z two thousand Dollars $92, 000 $ 92, 000 no cents _Cents Per LS 3 1 Removal temporary sheeting,shoring,bracing ed LS @ fifteen thousand five h Do ars $15,500. $ 151500 . 0 no cents cents Per LS 4 1 Demolition of Existing Lift Station No.26 LS @ thirty one thousand Dollars $3_1,000 . $ 31 , 000 . no cents Cents Per LS 5 1 Provision and maintenance of bypass pumping LS @ sixty eight thousand Dollars $ 68, 000. $ 68, 000. no rents Cents Per LS 6 1 Construct Lift Station No.26 Structure thousand LS @ four hundred fifteen Dollars $ 4141 5T000 $41 5, 000 n n C t-n tiG Cents Per LS 7 1 Construct interior stairs and walkway LS @ fifty nine thousand Dollars $ 59,000 . $ 59, 000. no cents Cents Per LS 8 3 Furnish and install sanitary sewer manholes EA @ twenty ..tom -thausand fiyEDRErD $ 7,500 . $ 22� 0 0 _.._. no cents Cents Per EA 9 1 Furnish and install sanitary sewer drop manhole hundred EA @ eight thousand five Dollars $8, 500. $ 8, 500 .0 ng Cents Cents Per EA 10 25 Furnish and install S"PVC sanitary sewer LF @ THREE THOUSAND six hundpaidrs $1 45 . 00 $ 3, 625. 0 TWENTY FIVE AND NO Cents Per LF C-2 PROJECT BID SCHEDULE texn>: stamate teal:witx�ct pr�c� ::: xteu e 1Vo: QdjknttY:: written.in words. Init 'rice:: ..... 11 25 Furnish and install 10"PVC sanitary sewer LF @ FOUR THOUSAND - O $ 1 65, 00 $4 25..0. TWENTY FIVE AND NO Cents Per LF 12 2 Furnish and install dry pit submersible pumps THOUSAN EA @ ONE HUNDRED FIFTY SIX Dollars $ 78,000. $1 56;000 no cents Cents Per EA 13 1 Furnish and install all interior piping LS @ NINETY FIVE THOUSAND Dollars $ 95 ,00Q. $ 9S 000 no cents Cents Per LS 14 1 Furnish and install drainage sump pump LS @ TWENTY ONE THOUSAND Dollars $ 21 ,0_00 $ 21 ,flnO no cents Cents Per LS 15 1000 Furnish and install 6"PVC DR14 force main LF (4)NEHUNDRED FIFTEEN THOUSAMrs $115.00 $115 ,000 no cents Cents Per LF 16 1 Furnish and install ventilation system LS @FQnrty nine thousand Dollars $ 49,000. $49, 000. no 98F�t—S _Cents Per LS 17 1 Furnish and install force main bypass LS @ SIXTEEN THOUSAND Dollars $ 1 6 ,000 $1 6 , 000 - no cents Cents Per LS 18 2 Furnish and install force main clean outs EA @ TWENTY THOUSAND Dollars $ 1 0,000. $20 , 000 . no cents Cents Per EA 19 440 Remove and replace concrete sidewalk SF @ sir thosand P atil 1,„r,dlls $1 1 .00 $4,840. 0 fourty and no cents Cents Per SF 20 75 Remove and replace curb and gutter LF @ FOUR THOUSAND FIGHT H11N>v�gD $ 65.00 $ 4, 875.0 cx•VF'n Y FIVE ANT) NO Cents Per LF C-3 PROJECT BID SCHEDULE tem stoma a tm:w1t urut:p�raee::.. xtau e 1'V u n written in.pvords A.iount 21 3080 Remove and Replace AC Pavement SF @ FOURTY THOUSAND FOURTY� Dollars $ 1 3 _00 $4a DA_Q_ 0 no cents Cents Per SF 22 1 Furnish and install meter,monitoring,&termination panel LS @fourty three thousand Dollars $43, 000 $43, 000 . no cents Cents Per LS 23 1 Furnish/install electrical panels,instrumentation,&wiring LS @ one hundred sixty five Dollars $ 1 65, 000 $ 165,00( . thousand and no cents Cents Per LS 24 1 Furnish/install RTU,wiring and programming LS @ THIRTY SEVEN THOUSANL_ Dollars $37,000 _ $ -17 00 0 no cents Cents Per LS 25 1 Restoration of aboveground improvements LS @ SIX THOUSAND FIVE HUND»EMrs $6, 500 _ 0 $ 6 .50n_ 0 no cults Cents Per LS 26 1 Allowance for obtaining the necessary permits LS @ TWENTY THOUSAND Dollars $20, 000_ $ 20,000. no cents Cents Per LS 27 1 Allowance for the security system required LS @ FOURTY FOUR THOUSAND Dollars $ 44, 000 $ 44, 000. no cents Cents Per LS 28 1 Provision and implementation of the SWPPP plan LS @ ELEVEN THOUSAND? Dollars $ g $_1 1 , 000_ ran �_Ar,.i Cents Per LS 29 1 Provision and implementation of Traffic Control Plan LS @ THIRTY ETVF.THX SAND-Dollars $35 , 000, $ 35,_000_ no cents _Cents Per LS 30 1 Provision of payment and performance bonds LS @seventy nine thousand Dollars $ 79,0gg $ 79 , 000 . n n c e n t s Cents Per LS Total Amount Bid in Figures: $ 1 7 41 5 0 5.0 0 Total Amount Bid in Words:one__million__js��zen__hu.ndred__Souxty--©ne------ ------------------- - thousand five hundred and fiv n C-4 If awarded the Contract,the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option,be considered null and void. Accompanying this proposal of bid, find in the amount of$ which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or"Bidder's Bond", as the case may be). Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's Si nature`_ 1 June 10, Z008 , tac l i-14 c w 7t C-5 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax(714) 374-1573 ADDENDUM NUMBER ONE For Litt Station #26 Replacement, at Brighton Drive and Shoreham Larne, CC1297 June 10,2008 Notice to All Bidders., Please note the following revision to the project,Specifications: The Mlowing shall be deleted from the Specifications: Section 13370-1.6 1.6 EQUIPMENT SUPPLIED BY OWNER A. Th.e PLC/Telemetry control panel will be supplied by the OWNER :For remote indication of pump station signals to the OWNERS central control system. The CONTRACTOR will be responsible for taking delivery, mounting, eortnceting and powering the OWNER supplied. panel. The CONTRACTOR will also be responsible for wiring to and from the OWNER supplied panel all signals and power as shown on the contract drawings. B. For bidding purposes the contractor should assume the PLC/Telcmetry panel wi I I be 30"High x 24"Wide x 12"Dcep. This modification does not change the Engineer's Estimate for this pr This is to acknowledge receipt and review of Addendum Num r one,dated Jun 10 2008. 8N8 Engineering Inc. Company Name By au 1 i e er b/'13/08 Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum,please call Andrew Ferrigno at(714)$36-5291, -1 of 1 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714)536-5431,Fax(714)374-1573 ADDENDUM NUMBER TWO For !sift Station 02£Replacement,at Brighton Drive and Shorehafye lane, CC1297 June 18,200J1 Notice to All Bidders: Please note the following revision to the project,Specifications: The following shall be added to the Specifications: Section 05500.2.6 HATCHES G. Contact Information for LASCO L1:D5 is a$follows: Scott Higley:760-801-6330 John Trosper:760-519-9000 Jeff Osborne'760-535-0876 H. For reference in bidding this project,Shop Drawings part number 12045S.H2O, 4830SH2O,and 484813I-120,for LASCO LIDS have been provided herein. The use of these Shop Drawings are for biding purposes only and do not constitute an approval per Section 05500-2.6.13 of these specifications. The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Section 05500.2.13 Manufacturers A. Products of the type or. model (if airy) indicated shall be manufactured by one of the 'Following;, 1. Hatches: a. LASCO LIDS 2. Manhole Frames and Covers or_Null): a. Neenah Foundry Company R-1642 with Self-Sealing Cover. _ b. Phoenix Iron Works P-1090 RIG. - e,___A111A,mbrs No.A-1�_R()t t�i}�cp_vEr marked"5" 1 Field Repairs to Galvanizing ore ual a. "C3alvinox" b. "Galvo-Weld". -1 of 3 i 4. Aluminum Grating(ar equa1): a, Grating Pacific,Inc. The following shell be amended as shown(underlined text has been added and deleted text has been labeled): Section 09800-2.4.6 System No.7-Elestomerlc Polyurethane,Concrete: 1. System No.7--Elastomeric Polyurethane,Concrete! The lining material shall be a two-component, 100% solid, non-solvent hybrid polyurethane coating,with a.shore"D"hardness of 57 at 77 degrees Fahrenheit,such as Sancon 100 as manufactured by Sancon.Engineering,Huntington Beach,California. The material shall be the high-build type capable of application thickness,as specified, without rums or sags, and shall be capable of passing ASTM D-1737 for flexibility, using cylinder mandrel of 0.5 inch (12.7 millimeter). The flash point of the fluid mixture shall be 450 degrees Fahrenheit open Zahn cup. Lining material shall meet or exceed the requirements of 210-2.3.3 andQ{}_2.7 of the SSPWC pertaining to I pg 500-14.10 Chemical .Resistance and Physical Properties. Proof of meeting these requirements shall be provided as part of the bid submittal and shall be confirmed by the Engineer 15 days prior to commencement of work., The color shall be white or cream, The complete coating shall be impermeable to sewer gases and liquids and non-conductive to bacterial or fungus growth. The lining shall he capable of repair at any time during its life. I. Application on concrete surfaces: i a. Prime coat DFT=mils of epoxy:... ... - ....... b, Finish coat DFT=125 mils of polyurethane shall be a had nor to oekftd:so i - �_yu_ .. PP.,_ . p.__ the Epoxy becoming tack free.The lining shall be applied over dry concrete to all interior surfaces as designated in the plans in one continuous coat,without seams.bubbles or pinholes. The :finished lining shall be uniform in color and free from any holes or defects. Any areas in question shall be removed,reworked and patched, 2. Application on steel surfaces; a. Prime coat DFT = i - 2 mils of polyurethane based primer or as approved by coating manufacturer. Primer shall be applied to the prepared surfaces after insuring there is no dust contamination. b. Finish coat DF f=40 mils of polyurethane with one continuous coat, without seams,free from any holes or defects. 3- Spark Testing: Spark testing will be performed upon completion of lining installation and visual inspection, Spark testing voltage will be set at 100 -2 of 3 volts per mil of coating thickness specified. Spark testing equipment shalt be Tinker and Rasor APW or equivalent. Spark Testing shall be witnessed by inspector or other appropriate person. Final approval for applied polyurethane lining shall be given by owner before contractor demobilisation. Only workmen trained and experienced with the specified material shall perform the lining application. The lining shall be applied through plural component equipment specifically designed and approved by the manufacturer of the lining material.The equipment shall be in good working order to insure correct proportioning and mixing of the components. Both manufacturer and installer of the elastomeric polyurctltane shall warrant its lining for five years against any type of failure due to defects in material and application. The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Section 09800-3.11.1) D. For external or internal application of lining or coating materials for buried or submerged piping systems, the CONTRACTOR shall supply inspection procedures for use by the CONSTRUCTION MANAGER. Procedures shall be supplied in advance of starting work, Measurement of bond strength of concrete epoxy can be measured in accordance with ASTM D4541,..ol: Scction 500.2A of S5111WC As retiuirCd bx.the,_ O STRUCTiON MANAGER. Any areas detected to have inadequate bond strength shall be evaluated by the Project Engineer. Further bond tests may be performed in that area to determine the extent of potentially deficient bonded area and repairs shall be made by the Applicator in strict accordance with the Manufacturer's recommendations. This modification does not change the Engineer's Estimate for This is to acknowledge receipt and review of Addendum Nu ber one,date une 0 8. RNR RNGINERAIN !Ne Company Name y Date -o T()8 An bidders must acknowledge the receipt of this Addendum with your bid proposal, Should you have any questions regarding this Addendum,please can Andrew Ferrigno at(714)536-5291. This Addendum has a total of six pages,which Includes three one page shop drawings. -3of3 PROPRIETARY AND CONFIDENTIAL THE INFORMATON CONTAINtO IN TNIS 1 2 DRAWING IS THE SOLE PROPERTY OF LASCO LIDS. ANY REPRODUCTION IN PART OR AS A WHOLE WITHOUT THE WRITTEN PERMISSION OF LASCO LIDS 15 PROHIBITED. ALL RIGHTS RESERVED OI CUSTOM FABRICATED ITEM PLEASE CHECK ALL DETAILS CAREFULLY. SPECIFICATIONS 1)tllnee nJn/Pa SpeacialN designed hidden hinge pins and spring assembly located underneath the cover plate for security conlrol_ >� 2)Lock down arm. Cross bar latch featuring o single bar.Ilft/closure arrn with Cum lock on both sides. _______ 3)Foof Latch -------------------------------------------- All 316 stainless steel spring ossist hold open foot latch.Powder coated red. a)Sec� vvr him ress the latch arm in 7 6 closed position. 5) 114Inch"3116 Stafnfess'SheeJ Diamond-pottern tread plate _ reinforced for H2O vehicle load Lr)ro - __ rating EN -- , d►j[ t- T tai s:e Steel4" `O --- -- - --- --- --- -- -- --- ---- arty With oncnor tabs around the pperimeter. 7)2"inch Drain Trouah Frame ape Width 45" With I-tl2inOndtOinconnection SHOP FINISH: I i m ma m it III m nI 11 m p �� p n ro @ Ilia m m a if N n I u m m iq I i i � ni ii m 41 � i, m m m 11 I Iq IN III III I III IN ii u °� HARDWARE: 13 4— ( rml IN @ IA 14 I p 41 is IG III 11 m II III IT I" rl m q aaU�� I II IIf m j� III tp ql 11 lli r 1 "I 1 •a I Q NI @ IR III IR II a IN 1 1 h i IN NI w @ Iii IN mm iiTV 1 C Jg w &I Id Iq III III m u IN II C� JII r M 9I a iH t I' Ip m 11 IN ; C m m In Iii IN m 11 IN U/ fp I A „B, ifl Iii I� q1 ie ±� N Installer Suggestions tr J^ I m m IN 10 I I o pt 11 IN 11 LL 1 �q I a m Iq Ip i i i pI �i n tl IN IN I(r � pl II IN tl 1 �h I it m @ Ip I11 pi of 11 m �l i L 0 N I m 11 III U I RI "I it m I 1 C IN III IU I11 RI III /I m tt C W i t 91 W q1 m III 111 RI 11 q +1 O b m M in in i i I wi ui ii ie LASC Va ll alMe ORturer EO 1 fg I alI IIIIII IU Iii d{_ 11 m Son Morool, Colltomlo 9707B 1 ��rs��1 Ydd�fi L� 11 Overall Frame Width 56" SHEET 1 OF 1 DIMENSIONS ARE IN INCHES H2O SINGLE DOOR VAULT LID PART NUMBER DO NOT SCALE DRAWING 4848DH20 �% PROPRIETARY AND CONFIDENTIAL THE INFORMATION CONTAINED IN THIS 3 2 DRAWING SCO LIDS.T HE SOLE PROPERTY REPRODUCT ION ONN IN PART OR AS A WHOLE WITHOUT THE WRITTEN PERM551ON OF LASCO LIDS 15 O PROHIBITED. ALL RIGHTS RESERVED CUSTOM FABRICATED ITEM PLEASE CHECK ALL DETAILS CAREFULLY. SPECIFICATIONS I)W= Andmil 0 Spedclaily das1gned nldden hinge pins and spring assembly located underneath the cover plot*For sec:02 control. 2 RIM- cross bar latch featuring o single bar.lift/closure arm 4 with cam lock on both sides. j Foot Latch Ail 316 staintess sleet spring assist IA hold open foot latch.Powder 6 cooled red. ----------------------- a)Leckbosr Featuring a sliding dead bolt that secures the latch arm in T dosed position. 5) IM inch-316 Stalnte ,Itgil Diomond-pollern tread plate reinforced for H2..p vehicle load ----r- ---- rr--�- - rating. ll -" =, 6)TLd Loch-3163talnlets_Steet ii i -- Ji- ; 8 anale_rame _ 1. __ with anchor tabs around the ---— -----�— -- ------ ------ pperimeter. �J2'lneh9rafn Trou.>ah With 1-1/2 inch drain connection QPRQN 5 Frame Opening Width 48" SHOP FINISH __ __ _-- HARDWARE: ------------------------------------ 0) N IP C: 1 II N III rlt � O ------------------------- .... W N e,i r�j }C r� a _1 O Installer Suggestions D � � ---------- ---------- ---------- - r N LL I fir 1 E r ® r 1 IL a LL N e --"-----"-------- -- -- -- - ____ _ LASCO LIDS INCORPORATED O 4- _" ^_ �__� �®ae��m Vault Lld Manufacturer — Son ndi�z,Colifornla 92078 Overall Frame Width 56" 4 SHEET i OF I DIMENSIONS ARE IN INCHES H2O SINGLE DOOR VAULT LID anar auMaea - DO NOT SCALE DRAWING 4830SH2O `-=- PROPRIETARY AND CONFIDENTIAL 3 THE INFORMATION CONTAINED INTHIS 2 DRAWING IS THE SOLE PROPERTY OF LASCO LIDS- ANY REPRODUCTION IN PART AS A WHOLEITHOUT THE WR17EENN PERMISSION OF LA CO LOS 15 PROHIBITED. ALL RIGHTS RESERVED CUSTOM FABRICATED ITEM PLEASE CHECK ALL DETAILS CAREFULLY. SPECIFICATIONS If Speaci0lydeslgnep hltldgn hinge pins and spring assembly located underneath the cover plate for security control. I t ck dS own cm. Cross bar latch featuring a single bar,lift/closure arm with cam lock on both sides. ---------------- -------- - )Foot W10 ----------------------------- All 316 stainless steel spring asses hold open toot latch.Powder Frame Opening Width Llaskku coated red. 7 4$" 41 Featuring a sliding dead boif ___a_____ __ 6 that secures the latch arm In --- pp closed position. 1114 Incfl-Aluminum ------- ------- Diomontl-pattern tread plate reinforced for H20 vehicle load rating. 5 -----.__ I 114 inch-Aluminum 4"anade frame with anchor tabs around the ° s�_r...___ jar pench rimotarD , # 7}2"i [ain_Troaah --T--------- ° � 4 With 1-I/2 inch drain connection Ln r —__ —_—_"_`"_"_�� SHOP FINISH' c JI 1 C: � I J O a HARDWARE: _ J U- A W O O ` _____—-- Installer Suggestions O — - -- ---------�° ' Li II t r' -------- - LASCO LIDS INCORPORATED Vault 1.10 Manufacturer �l San Marco9.Galliornia M78 �- ------ A ° + aaaaaamnaaa aaaaaasaaa + ^^••• s---------- ------------ Overcall Frame Width ^` SHEET 1 OF 1 DIMENSIONS ARE IN INCHES H2O SINGLE DOOR VAULT LIDPART 14UMBER DO NOT SCALE DRAWING 12045SH2O � � City of Huntington Beach Public Works Department 2000 Main Street Tel.(714)536-5431,Fax(714)374-1573 ADDENDUM NUMBER THREE For Lift Station#26 Replacement,at Brighton Drive and Shoreham Lane,CC1297 June 25,2008 Notice to All Bidders: Please note the followinl-revision to the project,Specifications: The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Section 11000-7.2.1 Service Factors 1. Service Factors: Service factors shall be applied in the selection or design of mechanical power transmission components. Unless otherwise calculated, the minimum service factor shall be 1.25. Unless otherwise indicated, the following load classifications shall apply in calculating service factors: Type of Equipment Load Classification Pump: Centrifugal or Rotary Uniform Reciprocating Moderate Shock Fan/Blower Moderate Shock c Deleted:Crane or hoist Moderate Shock¶ The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Section 11319.2.2.0 C. Accessory Equipment:Shall be as follows: 1. Provide the following accessories for the pump as required for a complete installation. a. Pump Stand: Cast Iron with Fusion Bonded Epoxy, System 6, Section Deleted:Tpe 316 stainless steel 09800.2.4.B.5 b. Cable Supports: Polypropylene composition clamp with Type 316 stainless steel bolts. c. Anchor Bolts:Type 3 16 Stainless Steel. d. Suction elbow with baseplate assembly. e. Lifting Bail. -1 of 3 f. Cable holder and support grip. Deleted:g. Portable hoist with floor mounting bracket suitable for pump¶ The following shall be deleted Section 11319.2.3.0 C. A portable hoist shall be provided for the pump station. The portable hoist shall be pedestal based, power assisted with standard loop and hooks. Capacity of hoist shall be suitable for removal of all pumps. The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Cover Page BIDS DUE: July 3, 2008 Deleted:June 26 2:00 PM,2ND FLOOR City Clerk's Office The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Section A 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 u�J ly 3, 2008. Bids will be publicly open in Council Deleted:June 26 Chambers. The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Section 01115.1.33 J. At the option of the CONTRACTOR,temporary pipelines,wiring,or other facilities may be constructed to by-pass certain fluid or electrical processes while modifications are being made to permanent facilities. The CONTRACTOR shall submit for review by the ENGINEER a complete detailed design of the proposed temporary facilities including a complete written description and drawings. For by- pass pumping the CONTRACTOR shall have a primary and back-up electric pump onsite for the duration of by-pass operations. The CONTRACTOR may pull power for the pump from the existing Lift Station No. 26. The CONTRACTOR shall be fully responsible for all by-pass operations and have a representative on call 24 hours a day, 7 days a week, for the duration. The ENGINEER shall have the authority to require any modifications to the proposed temporary facilities which he/she deems -2 of 3 d. necessary to maintain proper and reliable operation of the plant. The design Flow for each of the three sewer pipelines tributary to the lift station shall be 100 epm. This modification does not change the Engineer's Estimate for this pro "This is to acknowledge receipt and review of Addendum Number ne,dated June 10 Company Name B Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum,please call Andrew Ferrigno at(714)536-5291. -3of3 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax(714)374-1573 ADDENDUM NUMBER FOUR For Lift Station 026 Replacement,at BrijZhton Drive and Shoreham Lane, CC1297 July 1,2008 Notice to All Bidders: Please note the following revision to the project,Specifications: The following shall be amended as shown(underlined text has been added and strikethrough text has been deleted): Section 05500-1.4,Section 05500-1.5,Section 05500-2.1,Section 05500-2.6,and Section 05500- 2.13 1.4 CONTRACTOR SUBMITTALS A. Shop Drawings: Shop Drawings shall be submitted in accordance with Section 01300, Submittals. p g p g d:3 shall be submitted detailing B. Shop Drawings: Shop drawings for stairs;,i,,..�Z _.._ fabrication and installation_ of stairs. Include plans, elevations, sections, and Formatted:strikemrocgh details pf states and their connections. Show anchorage and accessory items. For Formatted strikethrough grating, show the direction of span, type and depth of grating, size and shape of grating panels, seat angle details,and details of grating hold down fasteners. C. Product List and Product Data Sheets: Protective Coating, a product list shall be submitted with product data sheets of intended shop coats. 1.5 QUALITY ASSURANCE A , "'�� is^e" ��^^�� s metals shall be fabricated and erected in Formatted Strikethrocgh accordance with the latest edition of the AISC "Specification for the Design, Fabrication and Erection of Steel for Buildings", and "Code of Standard Practice for Steel Buildings and Bridges",except whenever there is a discrepancy between the Design Drawings and this Specification,the Drawings shall govern. 1 of 4 B. Aluminum work shall be fabricated and erected in conformance with applicable requirements of the CBC and referenced standards for Aluminum. C. Continuous Inspections: All welding and bolting of framing assemblies shall be conducted under the continuous inspection of an International Code Council (ICC) certified "Special Inspector" selected by the OWNER with costs borne by the OWNER. Should such fabrication be performed in the shop of a licensed fabricator approved by the governing building official and certified by the ICC Evaluation Services, Inc.; only the field welding and bolting of structural framing assemblies will be required to be performed under continuous inspection of the ICC-certified "Special Inspector." The OWNER shall be notified at least 24 hours in advance of needed inspections. Copies of inspection reports for shall be provided for the OWNER,CONTRACTOR,and governing building official. 2.1 MATERIALS A. Steel: Steel shall conform to the following requirements: 1. Shapes, Plates, Bars: ASTM A 36 or ASTM A992. 2. Pipe, Pipe Columns, Bollards: ASTM A 53, Type E or S, Grade B Schedule 40, unless noted otherwise. B. Aluminum: Aluminum structural shapes shall be new and conform to 6061-T6 alloy and temper, unless otherwise noted. C. Stainless Steel: Unless otherwise designated or approved, stainless steel alloy types shall conform to ASTM A167 and ASTM A276 as follows: 1. Stainless steel plates,pipe and structural shapes: Type 316. 2. Stainless steel bolts, nuts and washers: Type 316 where connecting or bearing on aluminum. D. Cast Iron: Cast iron shall conform to ASTM A48,except as otherwise noted. E. Ductile Iron: Ductile iron shall conform to ASTM A536, using Grade 60-40-18 or better,except as otherwise noted. t .__ �;a € t„i.4 w p .. ,i.l o ':S.( ., A 12, 2 of 4 2.6 HATCHES A. Hatch Type: Where access hatches are indicated to be mounted on a floor slab (including top slabs which are not covered with a roofing membrane) or on a concrete curb, the hatch shall be a flush type as indicated. Hatches shall be as manufactured by LASCO LIDS, San Marcos, CA, no substitutions._ B. Hatch Materials .r,i Fib,ci: .Fi All hatches shall be fabricated from aluminum unless otherwise indicated. All hatch hardware shall be Type 316 stainless steel. 1 3 1t=�:l' St1.fI 4l -�� a, 71 _ . 1 .a e cInd '� li it.Eti iL-i` C. Live Loads: T#e Nijnimum design live loadiii, I f , i fer Deleted ,n Formatted:Strikethrough in oonfoFinanee with the ourFent n n SI4TO standardHatches Form Strikethrough specification. Formatted: located in residential streets shall be designed to withstand H2O : 1 vehicular Formatted:Strikethrough loading_f_ jt ,� �3 ._. __...._.__ ... <__�- 3A 2n Wit. Formatted:Strikethrough D. Hatch Dimensions: Hatch opening sizes, number and direction of swing of door leaves,and locations shall be as indicated. E. Shop Drawings and calculations signed by a Professional Engineer, licensed to practice in the state of California,shall be submitted for all hatches. F. Water Tightness: Hatches_locxsd r __=,a shall be equipped with a joint gutter and moat-type edge drain. A 1.5-inch diameter (minimum) drain connection shall be provided and located by the manufacturer. 2.13 MANUFACTURERS A. Products of the type or model (if any) indicated shall be manufactured by one of the following: 1. Hatches: a. LASCO LIDS 3 of 4 The Plans Shall be amended as follows: Sheet M-2 Change "stainless steel single leaf hatch (frame opening is 30"x48")" to "steel hot-dip galvanized double or single leaf hatch with minimum clear opening of 30"x48"". Sheet S-1 Change"stainless steel double leaf hatch (frame opening is 42"x45"),typ." to"steel hot- dip galvanized double or single leaf hatch with minimum clear opening of 36"x48",typ.". The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Cover Page BIDS DUE: JulyA,2008 { Deleted:3 2:00 PM,2ND FLOOR City Clerk's Office The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Section A PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH,as AGENCY, invites sealed bids for the above stated projects and will receive such bids in the office of the City Clerk, Second Floor,2000 Main Street, Huntington Beach,California 92648, up to the hour of 2:00 PM on July 8,2008. Bids will be Deleted: publicly open in Meeting_ Room 138. Deleted:Council Chambers This modification does not change the Engineer's Estimate for thisQect.This is to acknowledge receipt and review ofAddendum Number008. ► 3h► �1� Company Name By ' `7/ 5 Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum,please call Andrew Ferrigno at(714)536-5291. 4 of 4 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor. Portion,= Name and Address of Subcontractor State License Class of Work Number HARDE & HARPER 21 215352 CATALINA STRUCTURES 8543 MULBERRY AVE.FONTANA CA 9233 GODWIN PUMPS 191 BRID EPORT NJ 08014 VIKING DRILLERS 11161 HARREL MIRA LOMA CA 91752 1 , 4,22, BEARD ELECTRIC 21- 24 801 6 PARAMOUNT METAL& SUPPLY 1924 MARYTON AVE. SANTA FE SPRINGS 23, 24 Leed Electric Inc, 90723379096 8140 E. Rosecrans Ave.Paramount ELECTROLURGY Inc 6 1801 NEWPORT CIRCLE,SANTA ANA 92705 524540 , 7, 8, 9 Bali Construction 9852 J 3,24 ELECTRICAL INTEGRATION 1655 W. 6th st CORONA HALCYON ELECTRIC 23,24 1055 ORTEGA WAY Placentia 92870 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-6 NONCOLLUSION AFFIDAVIT TO DE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of Orange Pau I Bieber ; being first duly sworn, deposes and says that ieor she is Vice President/Secretary of BNB Engi neeri ng Inc the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. BNB Engineering Inc. Nameof Bidd Signature of Bidder LbU2 S. Hal1aday Street Santa Ana, GA Address of Bidder Subscribed and sworn to before me this 'Z 3 day of 101?C, , 200r C.J. CENNAMO LL COMMISSIONS 171"95 V '• Notary Public-CaWWTM Z ORANGE COUNTY `" ""• My Comm.Expires Jan.20.2011 NOTARY PUBLICi - -- NOTARY SEAL C-7 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 LIFT STATION #26 REPLACEMENT AT BRIGHTON DRIVE AND SHOREHAM LANE, (I)(we)(it)-will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal-OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. BNB Engineering Inc. C actor By aul Tieber Vice. President—Secretary Title Date: 6/23/08 C-8 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 �-Ia o If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-9 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. BNB Engineering Inc. Co actor By Nu Bieber Vice President—Secretary Title Date: 7/8/08 C-10 UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBER (To be completed only by the awarded Contractor prior to excavation) No excavation will be permitted until this form is completed and returned to the AGENCY. Section 4216/4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number, call Underground Service Alert at 1-800-422-4133 a minimum of two working days before scheduled excavation. Dig Alert Identification Number: BNB Engineering Inc. Con or By ,au I Bi eher Vice Presideh�t-Secretary Title Date: 7/8/08 Note: This form is required for every Dig Alert Identification Number issued by U.S.A. during the course of the Work. Additional forms may be obtained from the AGENCY upon request. C-11 i BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Paul Bieber- BNB Engineering 1Nc. Bidder Name 2602 S. Halladay Street Business Address Santa Ana, UA 92/05 City, State Zip ( 714 ) 641-3745 Telephone Number 620582 A/HAZ State Contractor's License No. and Class 5/31/1991 Original Date Issued 5/31/2009 Expiration Date The work site was inspected by&W?7-e�/�,001� of our office on &1, 'Z3 99 f , 200r The following are persons, firms, and corporations having a principal interest in this proposal: C-12 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. BNB Engineering Inc. Company Name Signature of Bidder Paul Bieber Printed or Typed Signature Subscribed and sworn to before me this day of , 200_ . 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. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed 2. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed 3. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed C-13 Bond No. N/A BID BOND The American Institute of Architects, AIA Document No. A310(February, 1970 Edition) KNOW ALL MEN BY THESE PRESENTS, that we BNB ENGINEERING,INC. as Principal hereinafter called the Principal, and MERCHANTS BONDING COMPANY a corporation duly organized under the laws of the state of IOWA as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF HUNTINGTON BEACH as Obligee, hereinafter called the Obligee, in the sum of TEN PERCENT OF THE AMOUNT 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 LIFT STATION#26 REPLACEMENT BRIGHTON DRIVE& SHOREHAM LANE IN HUNTINGTON 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 24th day of June BNB EN INE Ts, ` C. Witness rinc at (Seat) By. Pau 1 i e ba', Vice ;tyres/ e c. Name/Title i'44J-NTdBOJDI OMPANY S ByVJ ty (Seat) : ha---Witness DONA D P. SHARP, At a #ey-in-Fact ORSC 21328 (5/97) Merchants Bonding Company POWER OFATTORNEY Know Alf Persons By These Presents;that the MERCHANTS BONDING COMPANY(MUTUAL),a corporation duly organized under the taws of'the State of Iowa,and having its principal office in the City of Des Moines,County of Polk,State of Iowa,bath made, constituted and appointed,and does by these presents make;constitute and appoint Betty Jo Peacock Donald P.Sharp,Sherrie Lee Henry Of Visalia and State of California its true and lawful AttorneyAn-Fact,with full power and authority hereby conferred in its name,place and stead,to sign, execute, acknowledge and deliver in its behalf as surety any and all bonds;undertakings,recognizances or other written obligations in the nature thereof,subject to the limitation that any such instrument shall not exceed the amount of. FIVE MILLION($5,000,000.00)DOLLARS and to bind the MERCHANTS BONDING COMPANY(MUTUAL)thereby as fully and to.the same extent as if such bond or undertaking was signed by the duly authorized officers of the MERCHANTS BONDING COMPANY(MUTUAL),and alithe acts of said Attorney-in-Fact,,pursuant to the authority herein given,are hereby ratified and.confrmed. This Power=of-Attorney is made and executed pursuant to and by authority of the following Amended Substituted and-Restated By- Laws adopted by Board of Directors of the MERCHANTS BONDING COMPANY(MUTUAL)on November 16,2002. ARTICLE 11,SECTION 8-The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint Attorneys-in-Fact,and to authorize them to execute on behalf of the Company,and attach the Seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity.and other writings obligatory in the nature thereof. ARTICLE 11,.SECTION 9-The signature of any authorized officer and the..Seal of the Company may be affixed by'facsimile to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance,or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fired. In Witness Whereof,MERCHANTS BONDING'COMPANY(MUTUAL)has caused,these presents to be signed by its President and its corporate seal to be hereto affixed,this 11th day of February , 2008 . °O Q\R...... • MERCHANTS BONDING COMPANY(MUTUAL) <w _ =o_ a; . _ 1933 'c,-" g �� .itia�f o y STATE OF IOWA °.,°,,.• President COUNTY OF POLK ss. On this 11 th day of February , 2008,before me appeared Larry Taylor,to me personally known,who beingby me duty sworn did say that he is President of the MERCHANTS BONDING COMPANY(MUTUAL),the corporation described in foregoing instrument,and that the Seal affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed and sealed in behalf of said Corporation by authority of its Board of Directors. In Testimony Whereof,I have hereunto set my hand and affixed my Official Seal at the Cityof Des Moines;Iowa,the day and year first above written. CINOY SMYTH JAG//fir Commission Number 173504 t V My Commission Expires March 16,2009 Notary Public,Polk County,Iowa STATE OF iOWA COUNTY OF POLKss. I, William Warner,Jr.,Secretary of the MERCHANTS BONDING COMPANY(MUTUAL),do hereby certify that the above and foregoing is a true and.correct copy of the POWER-OF-ATTORNEY executed by said MERCHANTS BONDING COMPANY(MUTUAL);which is still in full force and effect and has not been amended or revoked. In Witness Whereof,I have hereunto set my hand and affixed the seal of the Company on this 24TH day of JUNE 2008 Gco3 ° . .�/ = . 1 o Via. Secretary 19 ;c. POA 0001 (1106) °' 1,y' ;r l� •` °°•oecc° CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of TULARE On JUNE 24, 2008 before me, WILLIAM R . DADDS , NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared DONALD P . SHARP Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of ifVlf�iAl4f R.DADDS .� which the person(s) acted, executed the instrument. C!1 Cornrri.#1780588 1" --I " Ni)Tgitif ICCAL�ORNIA t!D ! certify under PENALTY OF PERJURY under the laws ru�COUWy U) of the State of California that the foregoing paragraph is M �(Y�1.EXPIRES NOV.97,2099 true and correct. WITNESS my hand and official seal. Signature Z Place Notary Seat Above g Signature of Notary Public OPTIONAL Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s)Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer—Title(s): ❑Corporate Officer—Title(s): ❑ Partner—❑ Limited ❑ General _ ElPartner—ElLimited [IGeneral a _ ❑ 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: ©2007 National Notary Association-9350 De Soto Ave_,PO_Box 2402•Chatsworth,CA 9 1 31 3-2 402•www.NationaiNotary.org Item#5907 Aeorder.Call Toll-Free 1-800-876-6827 City ®f Huntington Beach - m 2000 Main Street ® Huntington Beach, CA 92648 OFFICE OF THE CITY CLERK y>1999 ` JOAN L. FLYNN CITY CLERK October 17, 2008 Caliagua, Inc. 15141 Sierra Bonita Ln. Chino, CA 91710 RE: CC-1297 — Lift Station #26 Replacement at Brighton Drive and Shoreham Lane Enclosed please find your original bid bond for CC-1297. Sincerely, oan L. Flynn, CMC City Clerk JF:pe Enclosure Sister CiI7eS.�OA"njo, apan`e��VVaha` edroe, New Zealand (Telephone: 714-536-5227) 2008 JUL -8 PM 1: 4 6 C„r 1 Y F k,.�o ' i 1' 1,0N, BEACH riiq r � „rw + sa„ add` k✓ ,� .�,* a r e �x ,�. r ake �av `+,���# aky 4� ������ti�'s`."'� r' !f�*v5 ri � �..S�y a'• +t �~1"k �✓ '�'T`'`�".w�,�+�.,��'�`r'^��' *t��� fly �"' 3 `��.s w� �r����s��'���� �k� t§ ^� i zfi r sr a y a �'s�axw, � �^�;„�r� � "�3 .F�'s'r��";" .a' ,��Yr• .+�,•,. r� r_, a + IR Caliagualnc. rv7�,�✓ ,�"%€�1� n �a� Tr' .t '" v"s5a�,y., 5if �, '�d-��.''„� .; """�,',N"" � �. FG � M`^.•rG "JAL yW.y �r i��'fx�r.1lqw i& •,' h YaY�y$3.m, l 4'�ir Engineering Contractors 15148 Sierra Bonita Lane • Chino, CA 91710 City of Huntington Beach Huntington 2000 Main Street, 2nd Floor Huntington Beach, CA 92648 Attn: Office of the City Clerk Bid: Lift Station #26 Replacement Bid date: Thursday, .Tune 26th @ 2:00 �� ------------- N e r ra w� E, � SECTION C PROPOSAL, for the LIFT STATION #26 REPLACEMENT at BRIGHTON DRIVE AND SHOREHAM LANE CASH CONTRACT No. 1297 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 Two-Hundred and Seventy (270) calendar 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 PROJECT BID SCHEDULE Cerra,::. sC iiWe... Jim C. u tt::CO�ri �: <:.>:::>:.. ... >::>:::>.>:::..xten:..g.. No Quan#'ity wrta#en,�n words.. :> ><3n�t:Price>: .Amount»> 1 1 Mobilization n� !f��,� LS @ L)V1C��i La_�vCJ� f'f'" 1 06'�"4 0ADollars $1 $ 11 Cents Per LS 2 1 Temporary sheeting,shoring,and bracing J� ,,,j, � �, LS @ ki,U�Ve'j' I+ ��(�`191� ail ollars $ 1� $ y � — �— Cents Per LS 3 1 Removal temporary sheeting,shoring,bracing LS A 1✓1 � Dollars $ $ Cents Per LS 4 1 Demolition of Existing � /LiftSStation No.26 �' LS cc ( tt 1-tu t yl�.)il9i t/�'C� Dollars $1`C , $ m d Cents Per LS 5 1 Provision and maintenance of byp ass pumping } ,, LS a �t�t�}"1 %4 1 ''1 0 L)Jc,t �Doi Iars $�jC_ $ 0 Cents Per LS 6 1 Construct Lift Station o.26 Structure LSa. U71tLJ7`� � �t SE++r` Dollars $ Cents Per LS 7 1 Construct interior stairs and walkway LS kAA—D t k Dollars $ $ 1 �1 Cents Per LS 8 3 Furnish and install sanitary sewer manholes EA a, j5ik� Dollars P Cents Per EA 9 1 Furnish and install sanitary sewer drop manho EA @ f Ujon_ °zl Dollars $ LZO $1 1 yWU fG� ,Cents Per EA 10 25 Furnish and install 8"PVC sanitary sewer LF @ tie� ����. Dollars $ $ RD Cents Per LF i C-2 1 1 r PROJECT DID SCHEDULE tem > starri� ed >' ....p un>It:peace < te� e 1�to;.: Quantity. written.in words Ltnit.Price Amount:::: 11 25 Furnish and install 10"PVC sanitary sewed LF Dollars �►C� Cents Per LF 12 2 Furnish and install dry pit submersible pumps U L. EA 'I k KO)5ChVIA J_,,'l/fA�`~1,,°1�wVl�nolIars $ _0A DO $ 1S1 D Cents Per EA 13 1 Furnish and install all interior piping LS @ +ljV Je-U LA0J 54`11 Dollars $�► $ C�� yh U Cents Per LS 14 1 Furnish and install drainage sump pump LS cr ��� 1 wt °� 111C1daIDollars $ .°t� $ >FJ Cents Per LS 15 1000 Furnish and install 6"PVC DR14 force main LF a �Me 41'�N t�fu1 l Dollars $ W,coo Cents Per LF 16 1 Furnish and install ventilation system � LS n ��iL-Q"W,�) _ S�`l��4L iMiil�9 of lars $ $ i -- 0 Cents Per LS 17 1 Furnish and install force main bypass ry LS @ 4VNM Ntv—NQJ'*.� 11L V1tiN9Akt llars $ $ Yj 0 Cents Per LS 18 2 Furnish and install force main clean outs �y1"� EA cr ��"�" 1 rc V1[j�,) 56LW4 Dollars $ Ld�r✓� $T Cents Per EA 19 440 Remove and replace concrete sidewalk SF Dollars $�1 ' �q Cents d,Per SF 20 75 Remove and replace curb and gutter (� LF a / Dollars $ $ I 0 Cents Per LF r C-3 PROJECT BID SCHEDULE .............. No. Quantity.VQhiihtity.. hit:Pt*6:::: wordsArriount ............I........ 21 3080 Remove and Replace AC Pavement SF a ly Dollars $ $ Cents Per SF 22 1 Furnish and install meter,morut oring,&termination panel LS @ 1t )pj 1; 0 0-E- ollars $ $ 36' W no —Cents Per LS 23 1 Furnish/install electrical panels,instrumentation,&wiring LS ocit rAxAkvvA'b'(H.4 V*Vxe_Mpdjqr11ars $ r)00- $ ozv KV Cents Per LS 24 1 Furnish/iDstal I RTU,wiring and programming o c,0 0o P LS a -1IN t V d d '5 bL UL-4 Dollars 1A,0 Cents Per LS 25 1 Restoration of aboveground improvements lo i LS @al'i ollars $?;zA'4D0 $ 1417 --Cents Per LS 26 1 Allowance for obtaining the necessary permits LS @ ollars $ ACents Per LS 27 1 Allowance for the security system required LS @ 51 41w �"WA Dollars $ $ L Cog —Cents Per LS 28 l Provision and implementation of the SWPPP plan LS @ ttj,0,),5 CA,AA� Dollars A Cents Per LS 29 1 Provision and implementation of Traffic Control Plan @ LS n I V% 0 Dollars $= $ —Cents Per LS 30 11 Provision of payment and performance bonds Dollars $ CW LS Al No')" —Cents Per LS Total Amount Bid in Figures: 1 , 5 qLj 0 Total Amount Bid in W U e" ............................ ......... . .. . .. .. ............ vm4 L)�(Nk-OA,-V"�Aft)rA—i a'A C-4 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 AJ&MV Odin 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 able to the AGENCY. (Please insert the words "Cash", "Certified Check" or "Bidder's Bond", a the case may be). Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's Si nature Z C-s LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor. Portion Name and Address of Subcontractor State License Class of Work Number uA L0n 4-ke &VYA -i cuz3 CCU �- t Mae, ta 4 , to 4� �°t V 'col® L,. v 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-6 r NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of Orange Gus Bruner , being first duly sworn, deposes and says that he or she is President of Caliagua, Inc, the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Caliagua, Inc. Name of Bidder Signature o idder 15148 Sierra Bonita Ln. Chino, CA 91710 Address of Bidder Subscribed and sworn to before me this 22nd day of May , 20 08 . ww�.nrrww��w ROSY"STUMP Commlaalon # 172407S Notory Public -California San Bernordino county My Comm.Exp1res Feb 5,2011 r NOTARY PUBLIC NOTARY SEAL C-7 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 LIFT STATION #26 REPLACEMENT AT BRIGHTON DRIVE AND SHOREHAM LANE, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal-OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Caliagua, Inc. Contractor & 6--� By President Title Date: 5/22/2008 C-8 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-9 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. Caliagua, Inc. Contractor & By President Title Date: 5/22/2008 C-10 i UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBER (To be completed only by the awarded Contractor prior to excavation) No excavation will be permitted until this form is completed and returned to the AGENCY. Section 4216/4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number, call Underground Service Alert at 1-800-422-4133 a minimum of two working days before scheduled excavation. Dig Alert Identification Number: 0 0 1-"6 0 0 )4 Caliagua, Inc. Contractor is f�do I Cam' By President Title Date: 5/22/2008 Note: This form is required for every Dig Alert Identification Number issued by US.A. during the course of the Work. Additional forms may be obtained ftonz the AGENCY upon request. C-11 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Caliagua, Inc. Bidder Name 15148 Sierra Bonita Ln. Chino, CA 91710 Business Address Chino CA 91710 City, State Zip � 09 393-9398 Telephone Number 359728 A,B,C4,C36 State Contractor's License No. and Class Original Date Issued 7/31/2008 Expiration Date The work site was inspected by of our office on b-Al , 20Q& The following are persons, firms, and corporations having a principal interest in this proposal: C-12 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. Caliagua, Inc. Company Name Signature of Bidder Gus Bruner Printed or Typed Signature Subscribed and sworn to before me this22ndday of May to-0 8 . ROBYN STUW COmmiasipn* 1724078 `• Notary Public -Calitornia San Bernardino County Comm. es Feb 5 2011 NOTARY PUBLIC NOTARY SEAL Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past two years: l PLEASE SEE ATTACHED PAPERWORK Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed 2. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed 3. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed C-13 r � Caliagua,Inc. 15148 Sierra Bonita Lane,Chino, CA 91710-8903 909.393.9398,909.597.5167,fax Contractor List of References & Experience (Page 10) Customer Design Engineer Completed Job Description Cont.Amt. Hillcrest Contracting Dexter Wilson Engineering Completed Cliffhaven Water Booster Station $ 1,315,704 Attn: Darcy Searle Attn: Stephen Nielsen Dec-06 Ph. (951)273-9600 Ph. (760)438-4422 McCarthy Building Companies Psomas Completed Wet Site Utilities,Water,Sewer,& $ 660,956 Attn:Shawn Burkholder Attn: Ross Barker Nov-06 Storm Drain: New Parking Structure Ph. (323)469-0071 Ph. (661)219-6000 Steve P Rados Dept of Water Resources Completed Tehachapi East Afterbay $ 447,996 Attn: Frederic Doucedame Attn: Mark Castillo Mar-06 Installation of(2)Bulkhead Gates Ph. (714)835-4612 Ph. (661)233-2116 Installation of(2)Hyd Roller Gates FCl/Balfour Beatty RBF Consulting Engineers Estimated Route 39/5 Pumping Plant $479,778 Attn: Frank Mancha Irvine, CA Completion Ph. (714)739-1915#223 Apr-08 Warner Bros Studios Design-Build Completed Warner Bros Studios, Burbank $38,421 Attn: Plumbing Dept/Dan Guzman Sep-06 Rehab 48"Sewer MH Ph. (818)568-1004 Fieldstone Communities Dexter Wilson Engineering Ridgegate Booster Pump Station $1,225,987 Attn: Steve Bradely Attn: Stephen Nielsen Completed City of Chino Hills Ph. (949)730-5400 Ph. (760)438-4422 Jul-07 CA, Parks and Recreation State of California Completed Crystal Cove State Park $ 84,500 Attn: Brian Carlson May-07 Water&FH Connection Ph. 949-497-7644 City of Cerritos Civiltec Engineering, Inc. Reconstruction of Well&Chlorine $ 1,589,000 Attn:Joe Holdren Attn:Terry Kerger Completed Facilities Pumping plant C-1. Ph. 562-916-1223 Ph.626-357-0588 May-07 Meritage Homes Steven R.Andrews Engineer Est. Pine Valley Estates Sewage $ 1,445,665 Attn:Vlad Burce Steven Andrews Completion Lift Station 949-777-9531 Ph. 949-215-5050 Apr-08 Irvine Ranch Water District IRWD Est Turtle Rock Zone B+Booster Sta $ 689,400 Attn: Ron Crim Completion Modifications 949-453-5627 Aug-08 Al INSCO INSURANCE SERVICES, INC. 1nsc %q® Underwriting Manager for: F2 G7 Developers Surety and Indemnity Company Indemnity Company of California 17780 Fitch,Suite 200•Irvine,California 92614•(949)263-3300 BID BON® BOND NO. NOT APPLICABLE KNOW ALL MEN BY THESE PRESENTS, That we Caliagua, Inc. as Principal, and Indemnity Company of California a corporation authorized to transact a general surety business in the State of California as Surety, are held and firmly bound unto City of Huntington Beach (hereinafter called the Obligee) in the full and just sum of ten percent(10%)of the total bid amount Dollars, ($------—--------------------—)for the payment whereof in lawful money of the United States, we bind ourselves, our heirs,administrators, executors, successors and assigns,jointly and severally,firmly by these presents. WHEREAS, the said PRINCIPAL has submitted the accompanying bid for Lift Station#26 Replacement NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, or in the event of the failure of the Principal to enter such Contract, If the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and Sealed this 12th day of June 2008 YEAR Caliagua, Inc. Indemnity Company of California Principal Julia .Gladding Attorney-in-Fact ID-1198(Bid Bond)(REV.1/01) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Bernardino On 6/13/2008 before me, Robyn Stump- Notary Public Date Name and Title of Officer(e.g.,"Jane Doe,Notary Public") personally appeared Gus Bruner Name(s)of Signer(s) e X personally known to me ❑ (or proved to me on the basis of satisfactory evidence) to be the person(s)whose name(s)is/are subscribed to the ROWN STUMP within instrument and acknowledged to me that Commiaaion# 1724075 he/she/they executed the same in his/her/their authorized Notary Public -Caiffanla capacity(ies), and that by his/her/their signature(s) on the San Sernordtn0 County Comm. Feb 2D11 instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Place Notary Seal Above Signature of Notary Public OPTIONAL Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑ Partner— ❑ Limited ❑General Cl Partner — ❑ Limited ElGeneral El Attorney in Fact • ❑Attorney in Fact ° Top of thumb here Tap of thumb here ❑ Trustee ❑Trustee ❑ Guardian or Conservator ❑Guardian or Conservator ❑ Other: ❑Other: Signer Is Representing: Signer Is Representing: ©2006 National Notary Association•9350 De Soto Ave-,P.O.Box 2402•Chatsworth.CA 91313-2402 Item No.5907 Reorder:Call Toll-Free 1-800-876-6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Riverside On JUN 12 2008 before me, Michele M. Qualls, Notary Public Date Here Insert Name and Title of the Officer personally appeared Julia B. Gladding Name(s)of Signer(s) e 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 _ �E . QUALL.S capacity(ies), and that by his/her/their signature(s) on the jjcHEcomm.#1704204 1 instrument the person(s), or the entity upon behalf of ' .. � ALiFORN1A which the person(s) acted, executed the instrument. v i, of NOTARY PUWC C i :- j RIVERStDtes NovCOUN11,2010 uVy Comm 4xp 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. , 7 h Signature Place Notary Seal Above Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: — Document.Date: Number of Pages: Signer(s)Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer—Title(s): ❑Corporate Officer—Title(s): ❑ Partner—❑ Limited ❑ General _ _ ❑ Partner—❑ Limited ❑ General ❑ Attorney in Fact MaRzi 11 ❑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.NationalNotary.org item#5907 Reorder:Call Toll-Free 1-800-876-6827 r f � POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO Box 19725,IRVINE,CA 92623 (949)263-3300 KNOW ALL MEN BY THESE PRESENTS,that as except as expressly limited,DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA.do each,hereby make,constitute and appoint: ***Kenneth A. Coate, Julia B. Gladding, jointly or severally*** as their true and lawful Attorney(s)-in-Fact,to make,execute,deliver and acknowledge,for and on behalf of said corporations,as sureties,bonds,undertakings and contracts of surety- ship giving and granting unto said Attorney(s)-in-Fact full power and authority to do and to perform every act necessary,requisite or proper to be done in connection therewith as each of said corporations could do,but reserving to each of said corporations full power of substitution and revocation,and all of the acts of said Attorneys)-in-Fact,pursuant to these presents, are hereby ratified and confirmed. This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Board of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA,effective as of January 1st,2008. RESOLVED,that the chairman of the Board,the President and any Vice President of the corporation be,and that each of them hereby is,authorized to execute Powers of Attorney,qualifying the attorney(s)named in the Powers of Attorney to execute,on behalf of the corporations,bonds,undertakings and contracts of suretyship;and that the Secretary or any Assistant Secretary of the corporations be,and each of them hereby is,authorized to attest the execution of any such Power of Attorney; RESOLVED,FURTHER,that the signatures of such officers 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 shall be valid and binding upon the corporations when so affixed and in the future with respect to any bond,undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF,DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by their respective Vice President and attested by their respective Assistant Secretary this January 1st,2008. By: o'o�t� AND'�1O� ON&PANY0 Stephen T.Pate,Senior Vice PresidentppR +E G PO fir�..?r2 `� SOP Aq�fi f �L _ =wT. irr ? OCT.S p O By: __ . �/ =o`. 1936 :o us 1967 -0 Charles L.Day,Assistant Secretary State of California County of Orange On January 1st 2008 before me, Christopher J.Roach,Notary Public Date Here Insert Name and Title of the Officer personally appeared Stephen T.Pate and Charles L.Day Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)islare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized �HIPUI � 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. COMW#1745M g NOTARY PUBW CAUFORNIA Q I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is 3 O43E COUP` ^' true and correct. My can-Wcp w May 19,2D11 WITNESS my hand and official seal. Place Notary Seal Above Signature _ Chr er J.Roach CERTIFICATE The undersigned,as Assistant Secretary,of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA,does hereby certify that the foregoing Power of Attorney remains in full force and has not been revoked,and furthermore,that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in the Power of Attorney,are in force as of the date of this Certificate. This Certificate is executed in the City of Irvine,California,the 12thday of June 2008 By: Albert Hillebrand,Assistant ecretary ID-1380(Wet)(Rev.07/07) City ®f Huntington Beach 2000 Main Street • Huntington Beach, CA 92648 o _ OFFICE OF THE CITY CLERK JOAN L. FLYNN i CITY CLERK October 17, 2008 Environmental Construction, Inc. 21550 Oxnard St., Ste. 1050 Woodland Hills, CA 91367 RE: CC-1297 — Lift Station #26 Replacement at Brighton Drive and Shoreham Lane Enclosed please find your original bid bond for CC-1297. Sincerely, Joan L. Flynn, CIVIC City Clerk J F:pe Enclosure Sister New Zealand (Telephone:714-536-5227) ENVIRONMENTAL, CONST, INC 21550 OXNARD ST, STE 1050 WOODLAND HILLS, CA 91367 7, E sF ._ 2009 JUL -B PH 1: 55 0 c` ' ray, SECTION C PROPOSAL for the LIFT STATION#26 REPLACEMENT at BRIGHTON DRIVE AND SHOREHAM LANE CASH CONTRACT No. 1297 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Seated 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 Two-Hundred and Seventy(270) calendar 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 PROJECT BID SCHEDULE tern : stun e > temw� unit price No;' Quantity: written in words Unitriee . Amounf 1 1 Mobilization ii � LS @ r�J hV%J Dollars $ q ZED;ODn $ Cents Per LS 2 1 Temporary sheeting,shoring,and bracing ` LS @ o w ri��ti&&k� ` Dollars $ {�L)ft $ Cents Per LS 3 1 Removal temporary sheeting,shoring,bracing LS @ 'f vt n v ,A^� Dollars $ $ Q- Cents Per LS 4 1 Demolition of Existing Lift Station No.y26 LS @ Dollars $ t` S 7� $ •- 1 ?S Cents Per LS 5 1 Provision and maintenance of bypass pumping LS @ 42itw� '� lJirnr�va.N. Dollars Cents Per LS 6 1 Construct Lilt Station No 26 Structur ; LS @ ��'^ ��e '� � Dollars $`A i'� y h�(C $ �_� . '� Cents Per LS 7 1 Construct interior stairs and walkway LS Dollars $ qS.,q%t $ .CL� Cents Per LS 8 3 Furnish and install sanitary sewer manholes EA @ "'CIIJ " �. k \ Dollars $ C $ 3SI'5 0 3 Cents Per EA 9 1 Furnish and' gtall sanitary sewer drop manhole EA @—I Q.N \ 1 0A Dollars $ $ t o, �L Cents Per EA 10 25 Furnish and install 8"PVC sanitary sewer LF @ `Dollars $ t 2 $ Cents Per LF C-2 PROJECT BID SCHEDULE .tern .:Estimated: tem:w[ pnzt:puce xten e ...................... titp: .. written in::words .<: Unit.. 11 25 Furnish and install 10"PVC sanity sewer LF @ ,tU 'V4' Dollars $ 3191A $ I Cents Per LF 12 2 Furnish and,install dry pit subme sable pumps EA @ ` Dollars $ 110,C-CL $ -Z u�m Cents Per EA 13 1 Furnish and install all interio i mg LS @ ' Dollars $ V,M $ 1 Gt t (� Cents Per LS 14 1 Furnish and in tall dra' .ke sump pump LS @ r� � �� Dollars $ $ 1 21 Cents Per LS 15 1000 Furnis"aill "PVC DR14 force1LF @ �s:'S Dollars $ %0 $ %0� " Cents Per LF 16 1 Furnish and install ven��tila' system LS ,@- ;;\:1�► ,�:J�� ��4�x , ``— Dollars $ 35 $ Cents Per LS 17 1 Furnish`` d install f, a main_b ass LS @"� i Dollars $ 30j obb $ : Cents Per LS 18 2 Furnish and install force main clean outs EA @ Dollars $S WD $ Cents Per EA 19 440 Remove and replace concrete sidewalk C4 SF @ Dollars $ $ Cents Per SF 20 75 Remove and replace curb and gutter 1� LF @ VVt�f' Dollars $ ab L)b $ �, Z Cents Per LF C-3 PROJECT BID SCHEDULE Item No Qsham nat ay .... . Extended ............ u. it n written in words MMMMM ON �3nit Price Amount... 21 3080 Remove and Replace AC Pavement SF @ Dollars $ l ' OD $ Cents Per SF 22 1 Furnish —d m' stall meter,monitoring,&termination panel LS @ 11 a Dollars $ 3T $ 3T Cents Per LS 23 1 Fumish/ins``tall electrical panels,in entation,&wiring ' LS @i A Dollars $ til�cb $ r�L.417V ` Cents T Per LS 24 1 Fumish/install R1TttpU,wirin d programming LS @ e z. " 3 Dollars $ 33 Get; $ 3 3.6co. a-, Cents Per LS 25 1 Restoration of ab veground improvements L� 1 LS @"�l W 2_=�� J"�SPa+'C .+L-�tt3' '� ° ' Dollars $ $ Q`C_0 1Cents Per LS 26 1 Allowance for obtaining the necessary permits LS @ Dollars $ 1,Coo $ 1 C15C', Cents Per LS 27 1 Allowance for the se }s-e'c-u,rity system required p �nS LS @� � X�s.� . Q���i lnn.�w"L) Dollars $ $ Cents Per LS 28 1 Provision and implementation of the SWPPP plan LS @ t.�a Dollars $ $2 J Cents Per LS 29 1 Provision and implementation of Traffic Control Plan LS @ � �w &^ Dollars $�� ,t% $ Cents Per LS 30 1 Provision of payment and pe•f rmance bonds_ LS @ ��^' / Dollars $ z;Q:Z $ i7 l __0_' Cents Per LS Total Amount Bid in Figures: $ 061. px Total Amount Bid in Words:--- ryJ„ ,�r,tu.... + C-4 If awarded the Contract,the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option,be considered null and void. Accompanying this proposal of bid, find in the amount of$ which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or"Bidder's Bond", as the case may be). Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received :,Bidder's Si ature /to o 2a 06l11 /of C-5 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and . business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor. Portion Name and Addressof Subcontractor, State License Class �qf Work Number k, .CA 4N O S �: - .fir 5� cNbn,� CA 5 !kA W ,Jb. b 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-6 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of Orange -�Xrtc� -50MW T , being first duly sworn, deposes and says that(e or she is �es'31 A.Pn-T of 215 - Ba-1 Cang�he parry making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Name of Bidder 9 ,J76 ature of adder 2 1 SSO oxinaty"A Address of Bidder Subscribed and sworn to before me this day of , 200A . JOE N.ORTEGA G x COMM.#1759243 Q NOTARY PUBLIC-CAUFORNIAM Los Angeles County My Comm Exp.JULY 28I 2011 �r.rv-vv NOTARY PUBLIC Ja NOTARY SEAL C-7 . . BiataofCalifornia County of LOS ANGELESN On tehzny me. JOE N. ORTEGA, NOTARY PUBLICDate Here Insert Name and Title of the Officer personally appeared Name(s)of Signer(s) who proved to meon the basis of satisfactory evidence Uo be the hose nome1aYla/m+wp subscribed tothe within instrument and acknowledged to me that h executed the same in his/tisA44c* authorioed napaoity4ae)-, and that byhio/baW#**signokun»+A~onthe &JOE N.ORTEGA MM� instrument the pereon*s�,~nr the entity upon behalf of which the penooao)~a/ted. executed the instrument. CC IF COMM | certify under PENALTY C}F PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. p/"�wm"�Seal m,=~ Gigna1ure Signature of Notary Public OFTiONAL Though the information below is no/required bylaw, it may xmble to persons relying on the document and could prevent fraudulent removal and omuaoxmonr of this form to another document. Description of Attached Document Title or Type ofDocument: Document Date: Number of Pages: Signor(a)Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: Signer's Name: O Individual O Individual O Corporate Officer—Title(s): O Corporate Officer—Tit|o(s): O Portner--OL(miVod El General OPartnnr--OLimited OGonom| O Attorney in Fact OAttornoy in Fact O Trustee Top of thumb hereEl Trustee Top of thumb here O Guardian or Conservator O Guardian or Conservator O Other: El Other: Signer|o Representing:__---__-_ Signer|o Representing: _-__------_' mc00r National Notary Association-o35voo Soto Ave..euo=mo ^om*sw"rth.oxvm,^c40c^=w.watm""/wom�"rg Item#5907 Reorder:Call Toll-Free,-8m�76-6v27 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 LIFT STATION #26 REPLACEMENT AT BRIGHTON DRIVE AND SHOREHAM LANE, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal-OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. E°Y)VIy'Dy-ixytenn—jc-LA GOvtS't4 VIG Contractor y - Title Date: 0-2 C-8 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 14310.5, the Bidder shall complete, under penalty of perjury,the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified,removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes U/No If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-9 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Contractor B 9 y Q Aeon Title Date: I',S(o, C-10 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: G Y1 Q t�'�,n v n m ��,� Co ns t. i,nr_ . Bidder Name Z.1550 ax nn-r-r - 67, G7 @_ to S c) Business Address WonJilan A�,� ►� C� �d��� City, State Zip Telephone Number State Contractor's License No. and Class to l dot l 0 tA Original Date Issued 01 III 10 9 Expiration Date The work site was inspected by of our office on , 20_. The following are persons, firms, and corporations having a principal interest in this proposal: C-12 The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. l.V1 V lY'OY1tMj d1_ g .l C.nn 6- '1. 1 Y1 C- Company Name ignature of Xdder Printed or Typed Signature Subscribed and sworn to before me this day of , 2008. JOE N.ORTEGA COMM.#1759243 N NOTARY PUBLIC-CALIFORNIA m Q Los Angeles County -+ . M Comm.Exp.JULY 28, 011 NOTARY PUBLIC NOTARY SEAL Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past two years: I. cctl op LA �'�`C ad 2.00 �J , s`-i V-1 nQ s 1 10C, 14A a 17L&t _C-q Name and Address of Public Agency 't 11 Name and Telephone No. of Project Manager: Y)N L A �6.i d C2L3')CM?-LCZ Lta i :+.,t m%L- laytIall 9,an Rasr -i�un,4 Sp�*ew -2-ang Contract Amount T of Work Date Completed 2. u �ts'r Name and ddress of Public Agency 1 Name and Telephone No. of Project Manager: �LI- 5 h%%r►®rn C 62( ' 41(02- 1?(0pLq 1.5 wn%L ?v t Contract Amount Type of Work 3 -r Date Completed 3• Tn 6L1y\A L4vyn?tye, 6-It Lb AsencY L Ga 1 G V-4v>nLc, `11 AVM c�� CI Name and Address of Public Agency �° Name and Telephone No. of Project Manager: S c 0rr -3O!n V1 Soo_ Rc)9) 9.Ct3 -t,6-Z8 9-3 z V- c4-Y�Qr �V% y% C-Un yt to-`tia5i Zoo j� Contract Amount Type of Work g,ts-}e� Date Completed C-13 State of California County/of LOS ANGELES On 3 ^- Z _ before me, JOE N. ORTEGA NOTARY PUR f C Date Here Insert Name and Title of the Officer personally appeared FARiD OROUDI Name(s)of Signer(s) e who proved to me on the basis of satisfactory evidence to be the persorg whose nameW isAw4a-isubscribed to the within instrument and acknowledged to me that he/sue executed the same in his/NeFA4ie4 authorized capacity0es},and that by his/heM+� signatur®(&�on the instrument the personfs , or the entity upon behalf of JOE N.ORTEG w COMM.#1759243 which the persor9{s)-acted, executed the instrument. a NOTARY PUBLIC-CALIFORNIArn a Los Angeles county 1 I certify under PENALTY OF PERJURY under the laws 4�I M Comm.EXP. JULY 28, tt of the State of California that the foregoing paragraph is true and correct. WITNESS my 1hand and official seal. Signature t llIc K�• Place Notary Seal Above Signature of Notary Public OPT§ONAL 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: Cap acpty(tes) Cpeimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer—Title(s): ❑Corporate Officer—Title(s): ❑ Partner—❑ Limited ❑General _ _ ❑ Partner—❑ Limited ❑ General ❑ Attorney in Fact a - ❑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.NationalNotaryorg Item#5907 Reorder:Call Tall-Free 1-800-876-6827 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For Lift Station #26 Replacement, at Brighton Drive and Shoreham Lane, CC1297 June 10,2008 Notice to All Bidders: Please note the following revision to the project, Specifications: The following shall be deleted from the Specifications: Section 13370-1.6 1.6 EQUIPMENT SUPPLIED BY OWNER A. The PLC/Telemetry control panel will be supplied by the OWNER for remote indication of pump station signals to the OWNERS central control system. The CONTRACTOR will be responsible for taking delivery, mounting, connecting and powering the OWNER supplied panel. The CONTRACTOR will also be responsible for wiring to and from the OWNER supplied panel all signals and power as shown on the contract drawings. B. For bidding purposes the contractor should assume the PLC/Telemetry panel will be 30"High x 24" Wide x 12"Deep. This modification does not change the Engineer's Estimate for this project. This is to acknowledge receipt and review of Addendum Number one,dated June 10,2008. ey-I V t Y®V1 M6YtI&A GYISA i t'Y1(� , Company Name y Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Andrew Ferrigno at(714)536-5291. -1 of 1 volts per mil of coating thickness specified. Spark testing equipment shall be Tinker and Rasor A.PW or equivalent. Spark Testing shall be witnessed by inspector or other appropriate person. Final approval far applied polyurethane lining shall be given by owner before contractor demobilization. Only workmen trained and experienced vrith the specified material shall perform the lining application. The lifting shall be applied through plural component equipment specifically designed and approved by the manufacturer of the lining material,The equipment shall be in good working order to insure correct.proportioning and mixing of the components, Both manufacturer and installer of the elastomefic polyurethane shall warrant its lining for five years against any type of failure due to defects in material and application. The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Section 09800-3.11.11) T), For external or internal application of lining or coating materials for buried or submerged piping systems, the CONTRACTOR shall supply inspection procedures for use by the CO.NSTR.UCTTON MANAGER, Procedures shall be supplied in advance of starting work_ Measurement of bond strength of concrete epoxy can be measured in accordance with ASTM D4541 .cit:,__Scctiun 500,2A or_.SSPWC' �Ls required by,th_e_ CONSTRUCTION MA NrAC ER. Any areas detected to have inadequate bond strength shall be evaluated by the Project Engineer. Further bond tests may be performed in that area to determine the extent of potentially deficient bonded area and repairs shall be made by the Applicator in strict accordance with the Manufacturer's recommendations. This modification does not change the Engineer's Estimate for this project. This is to acknowledge receipt and review of Addendum Number one,datedtlune 10,2008, 8 0%irO11lMP—n 10A CSDYtS�C� 1 Y1G ` Company Name Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum,please call Andrew Ferrigno at(714)636-5291, This Addendum has a total of six pages,which includes three one page shop drawings. •3 of 3. authority to require any modifications to the proposed temporary facilities which he/she deems necessary to maintain proper and reliable operation of the plant. ThC dr Si l_f10tb_I_u_I'each,_cal'ihc„1hrt'.E,_,Sf�ti'Cr .ire irleS ti-il)uiary 1:o I'he 1071 station shall be This modification does not change the Kngincci's Estimate for this project. This is to acknowledge receipt and rctidcw of Mdendut Number one,dated Junc 10,2008, Y1 vt ran nNQnl n( Company Name Date All bidders muct acknowledge the receipt o f this Addendumm u$h your bid proposal, Should ynu have ony questions regarding this Addendum,please roll Andrew Perrigno at(714)536-5291. -3 of 3 The Plans Shall be amended as follows: Sheet M-1 Change "stainless steel single leaf hatch (frame opening is 30"x48")" to "steel hot-dip galtoanized double or single leaf hatch.with minimum clear opening of 30"x48" Sheet S-i_ Change"sta.itlless steel,double leaf hatch(frarne opening is 42"x45"),typ.'' to"steel hot- dip galvanized double or single leaf.hatch with..mini.morn clear opening of 36"x48'',typ.". The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Cover Page BIDS DUE: July,§,2008 2:00 PM,2ND F1.001E2 City Clerk's Office Thee following shall be amended as shown(underlined text has been added and deleted text has been labeled): Section A PU13LIC NOTICE 1S HEREBY GIVEN that the CITY OF J.JIJNTr.NGTON BEACH, as AGENCY,invites scaled bids for the above stated projects and will receive such bids in the office of the City Cleric, Second Floor,2000 Main Street,.Huntington Beach, California 92648,up to the hour of 2:00 PM on MyA, 2008. Bids will be oeteted:3 � publicly open in Meeting Room B8 - Peletea_Council Chambers I This cttodil3caiion does not.change the Engineer's Fstimitc for this prcijcct. l` This is to acknowledge receipt and review of Addendum Numbcr Four,dated July 1,2008. e nvIyc nn � c4ylst , Company Narnc: Date All bidders must acknowledge the receipt of this Adderdu,n with your bid proposnl. Should you have any questions regarding this Addendum,please call Andrew Pcrrigno at(714)530-5291. 4 of 4 CHUBB GROUP OF INSURANCE COMPANIES NE cHulE313 , 1 AIA DOCUMENT A310 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we ENVIRONMENTAL CONSTRUCTION, INC. 21550 OXNARD STREET SUITE 1050, WOODLAND HILLS, (Here insert full name and address or legal title of Contractor) CA. 91367 as Principal, hereinafter called Principal, and VIGILANT INSURANCE COMPANY 801 S. FIGUEROA ST. 23RD FLOOR, LOS ANGELES CA. (Here insert full name and address or legal title of Surety) 90017 a corporation duly organized under the laws of the State of NEW YORK as Surety, hereinafter called Surety, are held and firmly bound unto CITY OF HUNTINGTON BEACH (Here insert full name and address or legal title of Owner) as Obligee, hereinafter called Obligee, in the sum of TEN PERCENT OF THE AMOUNT OF THE BID - - - - - - - - - - - - - - - - - - - - - - - Dollars ($ 10% OFAMT. 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 (Here insert full name,address and description of project LIFT STATION #26 REPLACEMENT AT BRIGHTON DRIVE AND SHOREHAM LANE NOW, THERFORE, 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 17th day of JUNE 2008 ENVIRONMENTAL CONSTRUCTION, INC. (Pr" cipal) (Seal) (Witness) (Title) VIGILANT INSURANCE COMPANY 0.1 (Surety) (Seal) (Witness) SHAWN BLUME (Title) ATTORNEY—IN—FACT Printed in cooperation with the American Institute of Architects(AIA)by the Chubb Group of Insurance Companies. The language in this document conforms exactly to the language used in AIA Document A310 February 1970 edition PRINTED IN Form 15-02-0033(Rev 4-93) MAJ855830(8250) u S A CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of RIVERSIDE On f �� before me, R. CISNEROS "NOTARY PUBLIC" , (Here insert name and title of the officer) personally appeared SHAWN BLUME who proved to me on the basis of satisfactory evidence to be the personA whose nameW ish-we-subscribed to the within instrument and acknowledged to me that he/shettlTey executed the same in his/heW+Imr authorized capacitykk*, and that by his/hedtheir-signature14 on the instrument the personal;or the entity upon behalf of which the persono 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. SNEROS WITNESS my hand and official seal. N COMM. #1796916 i or NOTARY PUBLIC-CALIFORNIA ° RIVERSIDE COUNTY 9 (Notary Seal) My Comm.Expires June 7,2012 Signature of Notary Public ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as DESCRIPTION OF THE ATTACHED DOCUMENT 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 (Title or description of attached document) 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 o mildly in California(ie. certEying the authorized capacity of the signer). Please check the (Title or description of attached document continued) 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 Number of Pages Document Date signet(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, (Additional information) • The notary public must print his or her mime 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. CAPACITY CLAIMED BY THE SIGNER • Indicate the correct singular or plural forms by crossing oar incorrect forms(i.e. ❑ Individual(s) he/shehkey—, is/ere)or circling the correct forms.Failure to correctly indicate this information may lead to rejection of document recording. ❑ Corporate Officer . 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 (Title) sufficient area permits,otherwise complete a different acknowledgment font. ❑ Partner(s) • Signature of the notary public must match the signature on rile with the office of the county clerk. ❑ Attomey-in-Fact Additional information is not required but could help to ensure this ❑ Trustee(s) acknowledgment is not misused or attached to a different document. ❑ Other -.'e Indicate title or type of attached document,number of pages and date. Indicate the capacity claimed by the signer.if the claimed capacity is a corporate officer,indicate the title(i.e.CEO,CFO,Secretary). Securely attach this document to the signed document 2008 Version CAPA v12.10.07 800-873-9865 .vvw.NotaryCIasses.com Chubb POWER Federal Insurance Company Attn: Surety Department NE OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific indemnity Company Warren, NJ 07059 ®IHa.i�ti3 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 ROSEMARY CISNEROS,SHAWN BLUME,SUSAN C MONTEON,MICHAEL D STONG of RIVERSIDE,CALIFORNIA— each as their true and lawful Attorney-in-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise,bonds and undertakings and other writings obligatory in the nature thereof(other than bail bonds)given or executed in the course of business,and any instruments amending or altering the same,and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 7th day of October,2004 Edward J.Reilly,As6diant Secretary T.W.Cavanaugh,Vice President STATE OF NEW JERSEY ss. County of Somerset On this 7th day of October,2004 before me,a Notary Public of New Jersey,personally came Edward J.Reilly,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 Edward J. Reilly,being by me duly sworn,did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By-Laws of said Companies;and that he signed said Power of Attorney as Assistant Secretary of said Companies by like authority;and that he is acquainted with T.W.Cavanaugh,and knows him to be Vice President of said Companies;and that the signature of T.W.Cavanaugh,subscribed to said Power of Attorney is In the genuine handwriting of T.W. Cavanaugh,and was thereto subscribed by authority of said By-Laws and in deponent's presence. KATHERINE KALBACHER NOTARY PUBLIC OF NEW JERSEY i4 Mp 9{ No•2316685 Commission Ex i Z .off. 'Q: p res July 8,2009 �4�& �F9 Notary Public EY a� CERTIFICATION Extract from the By-Laws of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY: "All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company,either by the Chairman or the President or a Vice President or an Assistant Vice President,jointly with the Secretary or an Assistant Secretary,under their respective designations.The signature of such officers may be engraved,printed or lithographed.The signature of each of the following officers: Chairman, President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." I,Edward J.Reilly,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY (the "Companies")do hereby certify that () the foregoing extract of the By-Laws of the Companies is true and correct, (i) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S.Treasury Department;further,Federal and Vigilant are licensed in Puerto Rico and the U.S.Virgin Islands,and Federal is licensed in American Samoa,Guam,and each of the Provinces of Canada except Prince Edward Island;and (ii) 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 (fp/�7/v eVRAN �pt►iNrry yy 00 G LU 16 \v1ti f Ir �/yOIApP �75 µ1�`k 't-W YOa and J.Reilly,Assi ant Secretary ib 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 email: surety(�4-,hubb.com Form 15-10-0225D-U (Ed.10-02) CONSENT City of Huntington Beach 2000 Main Street • Huntington Beach, CA 92648 OFFICE OF THE CITY CLERIC n='rsas` v JOAN L. FLYNN V ' CITY CLERK October 17, 2008 Gantry Constructors, Inc. P O Box 819 Clarkdale, AZ 86324 RE: CC-1297— Lift Station #26 Replacement at Brighton Drive and Shoreham Lane Enclosed please find your original bid bond for CC-1297. Sincerely, 26 Joan L. Flynn, CIVIC City Clerk J F:pe Enclosure Sister Cig'ess.IOA"nj6, apaneI'NVM�a ere, New Zealand (Telephone: 714-536-5227) 2088 JUL -8 Pry ,f 4l r L�',� �4d �. R 4'�' F.7i�,� n�':�� r a✓.. �'✓...�� '�f t� fi '� ti,,r a 7Cv' a >✓ �. 1 r: 'd::a•s f 1 L 4+1 `ia'�"�u 'K ''✓t > ��'" ` P r ,� 7 , b a t i` ✓ ,' �, GANTRY CONSTRUCTORS, INC. P.O.BOX 819 �¢ , " CLARKDALE,ARIZONA 86324 s y t ✓ 'ft¢ ay �"v.✓:_ �. �i � „n�a i'af ,�! i { t �a sti x t" t»^ Af +•o � F F .y ¢� i ua` �u'i t-,: `:'y. �qy'�_ i � a,:.tM- F, r�,err :�1' .�a,Y isv 4 1 P l^ ;4 w¢ :' � x #.� �✓::' �r tt Mi `� �� _arts .. � ��t�� e'Y43°✓C� � '3 4r°'!� ., x y� ''4 � - r' x %� � ( �kh,,� � .�3'""'..a r 6 ,8 .�;.✓P Pta�����YY�- , � 'v..e��, ,};,ar''�i�3�',f���„A, �, r` �'�k.3��� �.x� �i t� � fi � ,. i« � ew.'i�, �� .'.,✓ i '�': ;!3 ✓,,�+�":r� � .;G " .� sF `v �' tCa.a�� �' r',t:;-' „ �' e"wf�s �r 'af it'��8�'�'t•S,`;y.�_ "�. �'+c��.,� -r^ny c a.;v- ��: ClerkCity ,' r:r�ygs w;, `fa+�a::m'i,�� ��3�+,y"5" �?��"`°�5 '�+"�w� "�°'x rrz'°��`�i:,°��'� ,���'f1i I� ,�• �s i '.,.v `� c'y ms.�'� s:y3ry, ' ,�, �s�,�" �s„',, J -;; �g'k ix*�`N xy,'ax.. t ,r�ii•rt"� �r��'�+HJ�G�`,r :✓�,�"�r �+ux...�� t�, � r�r3- I ✓w' n. � "w i'r^,f yw�' S 1 -w,.ae x .. s +.I ,.r t.r.,;, ae.x t.., �'yat° ,, •.b _.�,br; ,D!".1i3.4",' f3,;:4y cCti:. Floor, City Hall Second I IlD,c Y' . fir Y'e20U0 Main Street �iy U, CA HUntin ton Beach `ti,va ✓ .. iu3...�� '�. �4.ta.t��'^..��,'. &s- s#�+�"f": I '�x� rt -fiq` y 4 '� a:�a'h� c p a _. t'{, ..f �Y.�:T � .,{a.4'25 �-,: e-a> ..` .:wait / .��+ A', si e.1. t .�u�c S s. cy b :; �"'`,;G k _,r ?1 �a '✓a?.� '' 'lt�k ,rS r ,A `a � r. �� ' � ,rr t��a t;'ip��,�kt(3 t�'�,.� ns„�'��.� �` `r',A✓r"�y.4'� �h +� .. S� ,✓y.�. �� ,��`,^..`� �+r.5�s`'aa' �' ka R �,�'�G%;"�� 1,1�',��<�a,c. ..h�g��A;a;,... ,y b1 �':;r;9Y..7,."kn�:a��.�nq 1y�"�✓;;f��a o .-'�s,�y', �'YA,.a�., ✓�.1+�"s". P .p ` t� �� r�.:aS✓,�4 �u7,� �,�g c..9 � ��s':C '� Y; r:aa°"s.. 6�u r u .f„'�,��'f.3*' '�" �F��+. �..myr��s.f �x �r.{, r'^.�r",a� r' y'S,:�w .,. � ' ✓�,n„.�;f :r@:�'� p?�s:��C� ��S ��� ¢. .F., � �'F ;" �,'� ��;,� h ,��ro.C .., N��, s'*��^„ ��e.:�.� un l.;;'> kE'�` -.�F�':. '.,,.'� a k..'� '� !` X t� 4�✓:,'«y�'y �"� "'t''6 S'�. �� 1X�w���'�9 a3't �s}k,�t�'^ �d���A�"-��l�,F 9 �a y�:-. J�J 3^. t q:;; '�y,,y,''r�ry�t s,,n"'° €?",'`. ,k a <...y 's_. i }.v?i� l�:r.,'.; �/" : ��`i';w.�a { R�' t r L`�3�'f�. �a3 �1}_'" .✓r ' • ,�✓, ,,,j. ✓.. +a`a a:a,.ir �?.MrNis''" a � 7.r §}��;} h �' L :;,, i� ,. � . '?'is �l '� � a.,:� d �.. .0 'tan..�..; x,w i,. �Z"� AV NI 5 v^k�,,.'d F �: i:�.Y� �''+`.-.Y-'.c�" .✓s..�,i,;i.. ,.� ^ ,✓' a.�Skis .1 aar n d. - ,, .. ,'.� ,. H .u<3.: n.r ^"r.✓ "ve. ' _ �.... �.. ....l ti .Q..,�� � ,�. ,r �.... .:.ti� 'e .. ,,. ✓ ,. .. ,.... ,. ., n v �.,.,. . i... ..+e ti i=,'" i #, -5 ..S _.f // . �✓;: i.. t ";'.,t rf.,;:,. ...u.- ..z x .F=?k`, -4"�'::: [� L 1 ..:y." #.. ";*,, 1::'::..6 N $ '%� .. k "T loe "rq D: Lift Station #26 Replacement Cash Contract No. 1297 City of Huntington Beach 2008 SECTION C PROPOSAL for the LIFT STATION#26 REPLACEMENT at BRIGHTON DRIVE AND SHOREHAM LANE CASH CONTRACT No. 1297 in the CITY OFHUNTINGTON 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 Two-Hundred and Seventy (270!) calendar 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 PROJECT BID SCHEDULE Item :Estimated ::: :.: :::: Item:with unit:price: ::: :::Extended::. No.: : Quantity: .:: .. -::.:.: : written in words,:: :: ..:::::: .: :::.: :::unit Price:: .:AffWx it::: 1 1 Mobilization LS @ hUA74A&J Ti,,erA'.1 J AX1 Dollars $ 125 QOD $ 12 POD Cents Per LS 2 1 Temporary sheeting,shoring,and bracing LS @/&APv Ar- -/4d tpsao $ 0 0 $�_6,90 A10 Cents Per LS 3 1 Removal temporary sheeting,shoring-,bracing !� LS @ )gAr- Fvf- /byOVS'AAOD.11. $2 57 &o" $ o 94' A10 Cents Per LS 4 1 Demolition of Existing Lift Station No.26 i LS @ft1_(4 tl-1/e- /�� D Dollars, $ _ $�GJ7 1J(L�_ Cents Per LS 5 1 Provision and maintenance of bypass pummp,ng LS @odUSB�AfC3 Dollars $ a0 $ Cents Per LS 6 1 Construct Lift Station No.26 Structure Ls @ 51s huolPed �`'Cr,/ t dde °yS Daliars $ b5ODD $ Cents Per LS 7 1 Construct interior stairs �and 'walkway LS @ /H[�L / HOVs�[l� Dollars $X.0QCL� $ ✓0 fl Cents Per LS 8 3 Furnish and install sanitary sewer manholes I EA @ USd41tJ� Dollars $A06(2— $ Cents Per EA 9 1 Furnish and install sanitary sewer drop manhole EA @ f�dll / 1A f�1�SA- 1fl Dollars $ Z�' OL $1 _ Cents Per EA 14 25 Furnish and install 8"PVC sanitarysewer LF @ 31,K 4 A!-PC (E' j —_Dollars $� Cents Per LF C-2 PROJECT BID SCHEDULE Item Estimated :.: Item:with unit price: :: ... ... :.:: :: k xtended:: No.. written in words Unit Pricy:: :: Air►ouiit::=. 11 25 Furnish and install 10"PVC sanitary sewer LF @11( Dollars $ ([9t�• $_/ 2_ Ajb Cents Per LF 12 2 Furnish and install dry pit submersible pumps EA @ oti, hoNchR¢d S;ft 11�ollars $ 150,006 $_Yb Cents OD� Per EA ��0 13 1 Furnish and install all interior piping LS @ g1X / HD�1�/�1 �r Dollars $Go�ooa $ 1L Cents Per LS 14 1 Furnish and install drainage sumppump LS @ t�� � /e suNB l 'i Dollars $ $ _Cents Per LS 15 1000 Furnish and install 6"PVC DR14force main ..d0 LF @ we &V461 4 /::5'FR4'Aj Dollars $ $ Cents Per LF 16 1 Furnish and install ventilation syysst.em LS @ /�Te _�f7D V S�¢ Dollars $ $ Cents Per LS 17 1 Furnish and install force main Jbypass -` LS @ Ly`— / ND q T G� Dollars $ r $ /2 Cents Per LS 18 2 Furnish and install force ma'rn cl n outs EA Cents Per EA 14 440 Remove and replace concrete sidewalk 8Q l�� SF @ ^�' 12 �f Dollars Cents Per SF 20 75 Remove and replace curb and gutter LF @ �-C_Oj Dollars $ �7• $ Cents Per LF C-3 PROJECT BID SCHEDULE Item :Estimated ::::.:::.: :::.Item:with unit:price: .::.:::.:: : :: 77: :::.:: ::::::: : Extende:d.: No;:I.Quantity ::::::::::::: :.::writteninwortis=:: :::::::: :::Unit puce:: ::::Ambu>fit::: 21 3080 Remove and Replace C Pavement SF @ S?l/l�A� y Dollars $ �•® $ ��.��� Cents Per S F 22 1 Furnish and install meter,monitoring,&termination panel LS @ IRTy P'/V G A0c 5&J d Dollars $ 3 6t 0t)o $ 00 Cents Per LS 23 1 Furnish/install electrical tpanels.instrumentation,&wiring LS @ 'dIJ'e hooj1AP, 4COSOWC1 Dollars $tD0,000 $ ICjW Cents Per LS 24 1 Furnish/install RTU,wiring and programming LS @ F16!7'eEAJ !j ws AA1 d Dollars $ 1 IDOD $ 1 S, 0 Cents Per LS 25 1 Restoration of aboveground improvements eo LS @� 7�a (JsAv(? Dollars $ �O OD $ ZQ, Cents Per LS 26 1 Allowance for obtaintn the necessary permits LS @ Dollars $ Cents Per LS 27 1 Allowance for the security system required, Ls @�ir, ur�uil > de Cents Per LS 28 1 Provisi and implementation of the SWPP plan LS @ f/��1�/U /l�lE'J l�S / Dollars $/ $ Cents Per LS 29 1 Provision and impleme�nta ton of Traffic C ntrol Plan LS @ 1i1� /�/t0 Vjy9gJU� Dollars $4a_ $ QD Cents Per LS 30 1 Provisto of payment and perform nce bonds LS @@ Id Dollars $ ; $1:K Cents Per LS Total Amount Bid in Figures: S $ ] Total Amount Bid in Words: ................`........... .`. ....-�- - .. ...........................................................SEI. N SIX tiJw a Avid 615hVi 91J 0) S C-4 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 Bi dder's 6onin the amount of$ 10% of Bid P-rwhich 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: e���Yllfa�fi: `�fLIE:: EGEI T #1 6/10/08 #2 6/18/08 #3 6/25'08 C-s LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor. 'ate ee Re$�� A R R 86841Z 043to C -SO D t Am ood BAR i CA C• 3 3 as i N X4X'4 C E/1 ?79 321 o a,t. 0o o%L DeijmmA FoorkilL bew4rteJA gN35,r7 A C o,eWA , CA WA-MM F►w M,��.D �N©u5 rn�Ac CoA7� 31 o S'9 q C 3 3 5/ 1V AFL. )4 ;11 1 C A "'.By submission of this proposal, the Bidder certifies: '< v .•.; 4.- That$he is'-able to and will perform the balance of all work which is not covered in the y' 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-6 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of Orange Raymond E. Bluff, IV , being first duly sworn, deposes and says that he or she is President of Gantry Constructors, Inc. the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract;that all statements contained in the bid are true; and, further, that the bidder has not, directly,or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto;.or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Raymond E. Bluff, IV Name oM�'i der gnature' f Bidder P.O. Box 819 Clarkdaie, AZ 86324 Address of Bidder /L� SUSAW 0.®(�c�ALIWE Subscribed and sworn to before me this day of'�, 20��. Nblor4 PU s-Ada Yavagni C�nv (fit C®aowruolooW Eupi ao wit 9,�98 NOTARY PUBLI NOTARY SF AL l" C-7 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 LIFT STATION #26 REPLACEMENT AT BRIGHTON DRIVE AND SHOREHAM LANE, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term"Qualified Person" is defined in Title 8, California Administrative Code,Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal-OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Gantry Constructors, Inc. Contractor 1117- y Raym/dE. 4T�, h President Title Date: -30 -08 C-8 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-9 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Gantry Constructors, inc. Bidder Name P.O. Box 819 Business Address Clarkdale, Arizona 86324 City, State Zip 928 ) 649-2093 Telephone Number #801945) A State Contractor's License No.and Class 12/10/01 Original Date Issued 12/31/09 Expiration Date The work site was inspected by Dennis Jaich of our office on June-20 20 C18 The following are persons,firms, and corporations having a principal interest in this proposal: Raymond E. Bluff, IV Michael R. Bluff Guy W. Bluff Raymond E. Bluff, III C-12 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. Gantr G- structors c. Company N e �i n e of B' der Raymond E. Bluff, IV Printed or Typed Signature Subscribed and sworn to before me this:'V day of V[ AA5 200.9. su=a ELMVwxy pum-AWmmm CV M*kW NOTARY PUBLIC NOTARYSEAL Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past two years: 1. See Attached Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed 2. Name and Address of Public Agency Name and Telephone No.of Project Manager: Contract Amount Type of Work Date Completed 3. Name and Address of Public Agency Name and Telephone No.of Project Manager: Contract Amount Type of Work Date Completed C-13 COMPLETED & CURRENT CONTRACTS DESCRIPTION CONTRACT AMOUNT I. WRP Land Outfall Pipeline Repair $ 328,000 City Project# 11602 City of San Clemente,CA Deist-Binsfield, Inc. Start Date: March 2002 380 Avenida Pico,Bldg.N Completion: May 2002 San Clemente, CA 92672 Greg Deist,Engineer (949)361-6154 2. Holbrook Municipal Airport $ 147,520 AWOS Project,ADOT No. E2F34 City of Holbrook, AZ Allen Roes, City Engineer(928) 524-6225 Z & H Engineering, Inc. Start Date: November 2002 717 W. Dunlap Ave., Suite 100 Completion: April 2003 Phoenix,AZ 85021 John V. Berghian, P.E. (602) 997-7536 3. Bakersfield WWTP#3 $1,305,700 2002 Headworks Upgrade City of Bakersfield, CA Public Works Dept. Start Date: February 2003 1501 Truxtun Ave. Completion: January 2004 Bakersfield, CA 93301 Derrill Whitten, P.E. (661) 326-3724 4. Wastewater System Improvements $1,065,000 Refuge Pump Station& Force Main Project: SS1770 Lake Havasu City, AZ Burns &McDonnell Start Date: November 2002 2231 E. Camelback Rd., Suite 200 Completion: April 2003 Phoenix,AZ 85016 Roger Greaves, P.E. (602) 385-4500 2 DESCRIPTION CONTRACT AMOUNT 5. Truxton Canyon WWTP $ 590,383 Valentine, AZ US Dept. of the Interior Bureau of Indian Affairs Start: February 2003 Western Regional Office Completion: May 2003 PO Box 10 Phoenix,AZ 85001 Gerald Knox, C.O. (602) 379-4029 6. R.A. Skinner Filtration Plant $3,767,510 Sludge Handling Facility Metropolitan Water District of So. CA Start: July 2003 700 N. Alameda Street Completion: August 2004 Los Angeles, CA 90012 Terry Wallace, R.E. (213)217-6000 7. R.A. Skinner Filtration Plant $1,855,815 Effluent Tank Bypass Pipeline Metropolitan Water District of So. CA Start: August 2003 700 N. Alameda Street Completion: March 2004 Los Angeles, CA 90012 Carolyn Dahlgren, R.E. (213) 217-6000 1. U.S. Filter/Westates Carbon $ 260,516 Wastewater Treatment System U.S. Filter Engineering & Construction Start: July 2003 400 Professional Dr., Suite 390 Completion: December 2003 Gaithersburg, MD 20879 Dave Choate,Egr.Manager(301) 840-6716 9. Henry J. Mills Filtration Plant $ 80,838 Handrail, Stairway & Grating Rehabilitation Metropolitan Water District of So. CA Start: October 2003 700 N. Alameda Street Completion: June 2005 Los Angeles, CA 90012 Rick Wulf(213) 217-6000 3 DESCRIPTION CONTRACT AMOUNT 10. Well 16 Wellhead& Compound Improvements $ 767,873 City of Avondale Utilities Department 1211 South Fourth Street Start: April 2004 Avondale,AZ 85323 Completion: August 2004 Steve Ruppenthal, Water Supt. (623) 932-1909 11. Desert Fire Protection at Whitsett Intake, $3,706,192 Iron Mountain, Eagle Mountain and Julian Hinds Pumping Plant Facilities Start: April 2004 Metropolitan Water District of So. CA Completion: January 2006 700 N. Alameda Street Los Angeles, CA 90012 Paul Weston,Art Ogden(909) 392-5374 12. Deer Valley Landfill Gas Extraction System Upgrade $ 956,775 City of Phoenix, AZ Project No. PW16550001-REBID Start: August 2004 City of Phoenix Eng.& Architectural Services Completion: January 2005 200 West Washington St. Phoenix,AZ 85003-1611 Liz Blakley(602)256-4109 13. Yuma(WPCF)Upgrades $1,517,958 City of Yuma Purchasing Department One City Plaza Start: March 2005 Yuma, AZ 85366 Completion: May 2006 Bill Pfannenstiel CPPB, Senior Buyer(928) 373-5108 14. Lift Station D Project— Contract 1182 $5,113,966 City of Huntington Beach 2000 Main Street Start: June 2005 Huntington Beach, CA 92648 Completion: January 2008 Joe Dale, Public Works Dept. (714) 536-5915 4 DESCRIPTION CONTRACT AMOUNT 15. San Diego Pipeline No. 5 &Lake Skinner Outlet $1,393,433 Metropolitan Water District of So. CA 700 N. Alameda Street Start: Dec 2005 Los Angeles, CA 90012 Completion: April 2006 Donald C Slider (213)217-6515 16. Foothill Feeder Santa Clara Valley Pipeline Repair $ 285,000 Metropolitan Water District of So. CA 700 N. Alameda Street Start: Dec 2005 Los Angeles,CA 90012 Completion: Feb 2006 Donald C Slider (213)217-6515 17. CCC Waterline Extension (COF No. C07-C-03) $ 755,768 City of Flagstaff 211 West Aspen Ave. Start: Sept. 2006 Flagstaff,AZ 86001 Completion: May 2007 Paul Raczkowski—Senior Project Manager (928)774-5281 18. Cyprus Shore &La Pata Pump Stations Rehabilitation $2,313,059 City of San Clemente—Utilities Division 380 Avenida Pico, Bldg N Start: Oct 2006 San Clemente, CA 92672 Completion: April 2008 Greg Deist, Construction Manager (949) 361-6154 19. Segunda Deshecha(M02) Urban Runoff Treatment Facility $2,457,000 City of San Clemente—Engineering Division 910 Calle Negocio, Ste 100 Start: Oct 2006 San Clemente, CA 92673 Completion: In Progress Handan Cirit, Construction Manager (949) 361-6128 20. BioSolids Dewatering Replacement Project $3,717,579 Monterey Regional Water Pollution Control Agency 5 Harris Court, Bldg. D Start: Nov 2006 Monterey, CA 93940-5756 Completion: Nov 2007 Edward Oyama, Project Manager (831) 372-3367 5 DESCRIPTION CONTRACT AMOUNT 21. WWTP- Sludge Dewatering System $496,912 Town of Bernalillo P.O. Box 638 Start: Dec 2006 Bemalillo,NM 87004 Completion: May 2007 Maria Rinaldi, Contract Administrator (505) 867-3311 22. Fairfield Maintenance Project 12KV $363,000 Main Distribution Replacement Blocka Construction, Inc. Start: April 2007 4455 Enterprise Street Completion: Mar 2008 Fremont,CA. 94538 Bob Blocka (510) 657-3686 23. Wastewater Treatment and Collection System $319,824 The SKP Co-op Retreat of New Mexico P.O. Box 109 Start: Oct 2007 Lakewood,NM. 88254 Completion: Feb 2008 Suzanne C. Byrd, Project Manager (505) 885-0923 24. Marana WWTP Package One SE Pump Station, UV Disinfection and Filtration Project $3,657,400 Pima County Procurement,Design&Construction Division Start: Jan 2008 130 W. Congress, 3`d Floor Completion: In Progress Tucson,AZ. 85701 Nancy Cole, Project Manager (520) 243-7164 25. Town of Taylor Lift Station Maintenance Town of Taylor $199,800 P.O. Box 158 425 W. Paper Mill Rd. Start: June 2008 Taylor,AZ. 85939 Completion: In Progress Ron Solomon (928) 536-7366 6 DESCRIPTION CONTRACT AMOUNT 26. Grass Valley Wastewater Treatment Plant Recycled Water Improvements $ 6,234,551 Lake Arrowhead Community Services District P.O. Box 700 Start: May 2008 201 Cumberland Dr. Completion: In Progress Lake Arrowhead, CA. 92352 Ryan Gross, District Engineer (909) 336-7139 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For Lift Station #26 Replacement, at Brighton Drive and Shoreham Lane. CC1297 June 10,2008 Notice to All Bidders, Please note the following rervision to the project,Specifications: The following shall be deleted from the Spe:cificatilons. Section 13370-1.6 l.6 EQUIPMENT SUE,LIED BY OWNER A. The PLC/Telemetry control panel will be supplied by the OWNER for remote indication of pump station signals to the OWNERS central control system. The CONTRACTOR will be responsible fnr taking delivery, mounting, connceting and powering the OWNER supplied panel. The CONTRA,CTDR will also be responsible for wiring to and from the OWNER supplied panel all signals and power as shown on the contract drawings. 13, For bidding purposes the contractor should assume the PLGTelemety panel will be 30"High x 24"Wide x 12"Dccp. This modification does not change the Engineers Estimate for this project. This is to acknowledge receipt and review of Addendum Number one June 10,2 _Gantry Constructors, ling. Company Name June 24, 2003 Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum,please call Andrew Ferrigno at(714)536-5291. -1 of 1 1 s City of Huntington Beach Public Works Department 2000 Main Street Tel, (714)536-5431, Fax(714)374-1573 ADDENDUM NUMBER DN0 For Lift Station#26 Replacement. at Brighton Drive and Shoreham Lana. CC1297 June 18,2004 Notice to All Bidders: Please note the following revision to the project,Spedflcations: The following shall be added to the Specifications: Section 05500.2.6 HATCHES G. Contact Information for LASCO LIDS is as follows: Scott Higley. 750-301-6330 John Trosper,750.519-9000 Jeff Osborne:760-535-0876 H. For reference in bidding this project,Shop Drawings part number 1.2045SH2O, 4E30SH2O,and 4848DI120,for LASCO LIDS have been provided herein. The use of these Shop Drawings are for biding purposes only and do not constitute an approval per Section 05500-16.E of those specifications. The following)shall be amended as shown(underlined text has been added and deleted text hae boon labeled): Section 05500.2.13 Manufacturers A. Products of the type or model (if arty) indicated shall be manufactured by one of the following;,---. - . {oele ;oremnt) 1. Hatches: .. --------- a, L.ASCO LIDS 2. Manhole Frames and Covens m g u il1, a. Neenah Foundry Company R-1642 with Self-Sealing Cover. b. Phoenix Iron Works p-1090 R/G. __.__.—.._...._.:.........A lhambra'No,_n.14SO,_toil::over marked`.S." 3, Ficid Rcpairsto Galvanizi nglot ual): u. "Galvinox", b. "Galvo-weld", -1 of 3 4. Aluminum Crating ore tIal : a. Grating Pacific, Inc. The following shalt be amended as shown(underlined text has bean added and deleted text has been labeled): Section 09800.2.4.0 System No,7—Elastomeric Polyurethane,Concrete: 1. System No.7—Elastomeric Polyurethane,Concrete: The lining material shall ibe a two-component, 100% solid, non-solvent hybrid polyurethane coating. with a shore"D"hardness of 57 at 77 degrees Fahrenheit,such as 5ancon 100 as manufactured by Sancon Engineering,Huntington Beach,California. The material shall be the high build type capable of application thickness,as specified, without runs or sags, and shall be capable of passing ASTM D-1737 for flexibility, using cylinder mandrel of 0.5 inch (12.7 millimeter). The flash point of the 17uid mixture shall be 450 degrees Fahrenheit open Zahn cup, Lining material shall meet or exceed the requirements of 2i0-2.3.3 and o q pQ!);2,,;, of the SSPV4Ev pertaining to �t�eletedanoc2,a.i� Chemical Resistance. and Physical Properties. Proof of meeting these requirements shall be provided as part of the bid submittal and shall be confirmed by the Engineer 15 days prior to cornmencement of work- The color shall be white or cream, The complete coating shall be impermeable to sewer gases and liquids and non-conductive to bacterial or fungus growth. The lining shall be capable of repair at any time during its life. i. Application on concrete surfaces: a. Prime coat DFT=mils ofcpaxy. oeteRed:•i b. Finish coat DFT= 12, mils of polyurethane shall be applied prior to t bate d:do ! the Epoxy becoming tack free.The lining shall beapplied over dry concrete to all interior surfaces as designated in the plans in one continuous coat,without seams,bubbles or pinholes. The finished lining shall be uniform in color and free from any holes or defects- Any areas in question shall be removed,reworked and patched. 2. Application on steel surfaces: a. Prime coat DFT = 1 - 2 mils of polyurethane based primer or as approved by coating, marufactureT. Primer shall be applied to the prepared surfaces after insuring there is no dust contaanination. b. Finish coat DFT=40 mils ofpolyurctbane with one continuous coat, without seams,free from any holes or defects. 3• Spark Testing: Spark testing will be performed upon completion of lining installation and visual inspection. Spark testing voltage will be set at 100 -2 of 3 volts per mil of coating thicimeas specified, Snarl- testing equipmant shall be Tinker and Rasor APW or equivalent. Spark'Testing shall be%itnessed by inspector or other appropriate person. Final approval for applicd polyurethane lining shall be given by owner before contractor demobilization. Only workmen trained and experienced wif'n the specified material shall pert"orm the lining application. The lining shall be applied through plural component equipment specircaily designed and approved by the manufacturer o€'the lining material,The equipment shall be in good working onier to insure correct proportioning and mixing of the components. [loth manufacturer and installer of the elastomeric polyurethane shall warrant its lining For five years against any type of failure due to defects in material and application, The fallowing shall be amended as shown(underlined text has been added and deleted text has been labeled): Section 09800.3.11.1) 1), For external or internal application of lining or coating materials for buried or submerged piping systems, the CCNrRACTOR shall supply imspection procedure~ for use by the CONSTRUCTiON MANAGER. Procedures shall bc supplied in advance of starting work. MeasUTCmCnt of bond strength of concrete epoxy can be measured in accordance %nth ASTM D4541 ow- fiSmtitrn 500.2.4 of SSPWC as rs ttu fired l4v the (:QNS'it:tit=:'LION MAN A01 R. Any Areas detected to have inadequate band strength shall be evaluated by the Project Engineer. Further bond tests may be performed in that area to detennine the extent of potentially deficient bonded area and repairs shall be made by the Applicator in strict accordance with the Manufacturer's recommendations. This modification does not change the Engineer's Estrnate for this project. Th,s is to acknowledge receipt and revlew of Addendum Number a+ ,dat June 0, Oqa Gantry Constructors, Inc. r,;cmpany Name June 24, 2008 Bate All bidders must acknowledge the r?Ceipt of owls Adderwda n with your 13id proposal Should you'nave any questions regarding this Addendum,ple2SM call Andrew FerOgno at(714)539-5291. This Addendum has a total of six pages.which includes three one page shop drawings. -3 of 3 City of Huntington Beach Public Works Department 2000 Main Street Tel.(714)536-5431,Fax(714)374-1573 ADDENDUM NUMBER THREE For ]Lift Station#26&21acetmemt,at Brighton Drive and Shoreham Dane,CC1297 June 25,2008 Notice to All Bidders: Please note the following revision to the project,Specifications: The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Section 11000-7.2.I Service Factors I. Service Factors: Service factors shall be applied in the selection or design of mechanical power transmission components. Unless otherwise calculated,the minimum service factor shall be 1.25. Unless otherwise indicated,the following load classifications shall apply in calculating service factors: Type of Equipment Load Classification Pump: Centrifugal or Rotary Uniform Reciprocating Moderate Shock Fan/Blower Moderate Shock ._ Deaet2d'Crane or Hoist Moderate Shock¶ t The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Section 11319.2.2.0 C. Accessory Equipment:Shall be as follows: 1. Provide the following accessories for the pump as required for a complete installation. a. Pump Stand: _Cast Iron with Fusion Bonded Epoxy, System 6, Section Deleted:Type 316 stamlesa steel. 09800 2.4.B.5 b. Cable Supports: Polypropylene composition clamp with Type 316 stainless steel bolts. c. Anchor Bolts:Type 316 Stainless Steel. d. Suction elbow with baseplate assembly. e. Lifting Bail. -1 of 3 f. Cable holder and support grip. _ ___ - Deleted:g. Portable hoist with floor --------- -------------------- mounting bracket suitable for pump¶ The following shall be deleted Section 11319.2.3.0 C. A portable hoist shall be provided for the pump station. The portable hoist shall be pedestal based,power assisted with standard loop and hooks. Capacity of hoist shall be suitable for removal of all pumps. The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Cover Page BIDS DUE: July 3,2008- -------------- Juror 26 --------------- 2:00 PM,2ND FLOOR City Clerks Office The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Section A 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 ul�Iv 3,2008_ Bids will be publicly open in Council - Deleted:��rr�26 Chambers. The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Section 01115.1.3.1 J. At the option of the CONTRACTOR,temporary pipelines,wiring,or other facilities may be constructed to by-pass certain fluid or electrical processes while modifications are being made to permanent facilities. The CONTRACTOR shall submit for review by the ENGINEER a complete detailed design of the proposed temporary facilities including a complete written description and drawings. For by- pass pumping the CONTRACTOR shall have a primary and back-up electric pump onsite for the duration of by-pass operations. The CONTRACTOR may pull power for the pump from the existing Lift Station No. 26. The CONTRACTOR shall be fully responsible for all by-pass operations and have a representative on call 24 hours a day, 7 days a week, for the duration. The ENGINEER shall have the authority to require any modifications to the proposed temporary facilities which he/she deems -2 of 3 necessary to maintain proper and reliable operation of the plant. The design flow for each of the three sewer pipelines tributary to the lift station shall be 100 spin. This modification does not change the Engineer's Estimate for this project. This is to acknowledge receipt and review of Addendum Number one,dated Ju 8. uantry Constructors, Inc. Company Name June 25, 2008 Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum,please call Andrew Ferrigno at(714)536-5291. -3of3 City of Huntington Beach Public Works Department 2000 Main greet ell, (7114)53 6-,94-',1.rax(714)3`74-1 173 ADDENDUM NUMBER FOUR Fr)r Lift Station 426 g±p Mice iki�epLg I3f I CC12-97 Nolizn to All Rwders; FWSO fle-tQ the NICAVit-OR rVi;iOri to Me PMJVC1 The following shall be amended alvmown(underlined text has been added and ISTrikeffiraw g h tevi, has been delc4iM)- Section 051500-1.4,53'ection 055w-t-5,Section 05500-21A.Ind Section 05,500- 213 , - .1.4 QQN, -rRIkCI-QR EJZF'fv T-,U A. Sbor, Dravvir&s: Slime Drawings shail he slubmitted in accordance -wAb 'section 013K 5ubmitw1s. Sliop Drawings: Shop drawings for stairs�qnd hatclics-sbill be nubrnittcd dctailinv .... .. installat".0n, 'a" Seoijon,%, aild and thoil-connt-c.tiov.& Show alichOrt1g;and60clessolry items. for !!�qst .................... Orw the di-ection of span, tyre and depth of gracing, sim and-Ijiape of grating panels, seat angic,iiciails,and details of gradrig hold down fastefters, C. p r,- ,Qnct Lisa and Product Data Sheets: Prntcctive Coating, a product livt tiball be sub-mittcd with prodT.ict data shorts of inteided shop coats. L'R 6A NI C E A C<itbon, steel 111BIC, saall be Fabricated and crectcd in �,7th �h S t "Sr�tcific alion foe the Nsign, qr,V i&nCC With the larest 0(iitiCIn of rho Al Fabrication and Erection of Steel for Buildings", and "Code of Standard Pracfico for Steel Builiditigs and Srid ts'%exoept whenever there is a discre-pw,.-y bet-weer the Design DrwMngs and this Spec i fic&i on,the Drawing- shall govern. of R Alirnirwna work, hall be fabricated and erected iri requir�nlents Or""he Cr3c and mfer=,,od mandp-rds for Aluminurn. C. Con6ruous!n4Lpect0n'IP Ali' welding arid bolting of ffltiming uqxrnbhcs shall bo condw.-tcd i,w,-AcT the cornnunux insi-,*ction of an, Intertladmi.,iA Code 07,uncil ('1C,C) cer'Lfled "Special Inspo',to,,," scicatcd by flic OWNER lxkll costs bir-Tle by The OW,�4FR- Sbt.-Puki , i fabricrtion be Verformecd in, the ghop of a licetised fabrivater appmVed by the go"'enling 4�vflldir-g oF`cial and -ertifled by the ICC, 'Evalwtion Services, !no.; otly the fodd w6iding d bol.ing I an, of structural fr a.,,s-,Tnbfie,;; will" bc toQuiree, to be ;pey�Fnm-ned uyi6nr comiri-jou5 inspection of the lcc-ocriifiled "Special hw�pocton` 71';lc OINNER 91-tall he notified al Icast. 6`4 Copits of inspection reports for shall be ptovidk%! for the O,XWER.C()NFRA(J()R,and governing.bui3ding official, :k Sttei: S�et-j Slid!Conform to the kbllcoo,,ing mquiremotits: 1. Shapes,plateQ,Barr: ASTM A 36 orAST!4 A992, 2 Pipe,Pip Columns,Bollarek ASTINI-A 53, T,-ype E or S, Gmdc B S�hcdulc 40, noted ptfierwise- B Aluminum: A-,Amini,-,:n gtructurif ,;iizll be raw and conforn To 6001-T6 alloy 8116 tt.mper,11dess oLherwist'..noted, C. stainlcs siczh Un)ers othe-wise desi,-nated or approved, st inkzs5 stccl ailoy types sV��,G(Yn.Eaorm W ASTIM A.)67 ar"'d.ASS M A27 6 at§foll o MI: andrtincturaishapes: T)j)-316.1 2, Stainless steel bolti, nv,s and viwh,,-n: Type 316 where co=eodng or bearing can aluminunn, AS N I D. CastL-on Jcpt a; E Durtilc lro= Ductdr,:iron 4WI ct)nfotrn.to -kSTNI A536, using, Gradc 60-40-18 r better,ex-�ept Og Otbenvise ncxtrd; Ak, -aMmiziru tofzin.ti ,rhad' (,o�ilbrni `u lt'w, "ni 11[�� 'T 4 01 txnfrmn 1t.) �%'S 11.1 A!��3 %vith �I MiniTPUM �X),) ................................. ........ t:'dij) j •C QL6 4,Il"i'liTylum OL'TO, 2 of 4- 2-6 HLN Tcm"- A, Hatch Typ4r: Whtzz access hatches are indicated to be, mounted on a f1cor slab (includirg, top slabs w1hich are not covtrod with a roofing mcr"ibrzmc) or on a CC,nCrCte Curb, the hatch shall be a flush t�-pe a- indicated. Hatches be as Tnanufactvred by LASCO LIDS, Sari Miarcos. CA, or U,SJ-1 U11 4.ji k�,_shpll N, L,�V�(-'QNq. 1-711455E20. P. Hatch Mawnals i1nd 1.1"Ircm-are. All hatches shail, be, fabricated from alluminurn, urdesq othervise indicated. All�Wch hardv,are shall be Type 316 stainless sttell. C Livt Loads: The design live load 4 1.120 el Vhe l ..........bra, �11jlljfe"F j -4— peew%a6�' Hatches located in residential streCts shall bedesigned to withst&nd 1420 w1i"IyehWw. � 0 . load .................... inz,kill t. Pomatted kkhro:Struoh ............. D, Hatch Ditncr.sions: Hateb zpening sizes,number and direction of swing C&door leaves,and locationsshall be as irdicatti. E. 5bop Draw,ings and valculattinns ,jgned by a Profe.,mianal Engineer, licm,scd to practice in th�state o,1.'Cahfcrnia,shall be submitted for all hatches. F. Water Tightnin*: Hatches-h)—d in shall bl- equipped with a joint gutter and moat-hype edge drain, A l.5-incb diameter (mitil-nunn) drain ccnnecticn shall -be providcd and located 1by the marittfacturon Drainmo guticrs, in. 2.11 W�,NU E& � EAM'U A. Products of the type or model (i( any) indicated shall �a maruffactured by one of the following: a, LASCO LIDS 3 of 4 o 'The Plans Shall be amended us fb)Tnw%: Sheet M-2 Change "staf-nit-'ss steel single leaf hatch (frame opning is 10"x48".)" to "steel hoL-alp gedvanized doub)c or sin-le leaf hatch with niinirnum clear C-,penJng of—Vx4,9" Sheet S-1 Change",Mamless steel double 1--mif batch (frame opening is 42"03")> to"Steel hot- dip galvanizcdclouble or single leaf hatch with trin,irkurn clear opening of 36"x48",typ,-, The 1,911civing shall be amended as shown(underlined text hag been scalded and deleted text has b"n isibeled). Cover P44ge july,&-Icks--- ------ - 2:00 PM,2ND FLOOR City Clerk's Office The follmving Fh&ll he anicti(4td a,shown(iinderlined text has been Added And deleted t�mt ha.(4 been iaheledy. Section A PUBLIC NOTICE IS HEREBY GIVEN that&,e CIT'V OF HUNTLNGTON REACH,as AGENCY, invites sealed bids for the alborve%tate4.projects jects and will recei�m- mach bids in the officit of the(-'�ity Clork,Second Floor,2000 Basin Strut,HLintington Beach,Cahl'ornia 92648,up to the)vier of 2!00 PM c.n -1�ids WflJ be leftd:i owlc'c,t rwp Tli,.a is to atkrzcvrl 1 receipi mid-eview ofAdclondLM-,Number Foot,dil "17 clotasJ�VJTeE�,� mf"x— Y C)5 W bidduns rnvsta(.1--nuwIm[Rc the rcccipt of this Addcnviurn with yntir bid Shmfcl 3%whLwv any qucstion.;rogv4-ng this Ad,C!MAIM,Tlll_iiF—cgtll Andrew Ftmigm,nt(7 141336-5291 4oC 4 ebidboard 1, 800. 4785 711/2008 6: 54 PAGE 0011001 Fax Server Date: 7/1/2008 2:3721 PXI From: City of Huntington each RE: LIFT STATION #26 REPLACEMENT AT BRIGHT ON DRIVE AND SHCREHAM LANE - Addendum posted To:Randy East-Gantry Constrwfori. hic Fax: (9281)64 9-092 5 Phone:(92 8)649-2 093' pros ltq 14-(()r4kati con: Project Nanie:LIFf s'F.ATION:,02.6 DRIVE AND SHOREHAM LAN-F Contract--t: CC 1.29-1 Localiow You are receivIrig this message because you are a plan holder for the rl-fere-need pfo.'ect, An addenduni has I I been issued and posred for this project;the Cont-uictor is responsible to include all addendums into the contract documeim. Project lnfomriatiow Project Na, ebidboard 1 , 800, 4795 7/112008 6: 54 PAGE 001/001 Fax Server Date: 7,11" 008 2:39.28 PM From: %'-.'ity c)f Hunbngton Beach RE: LIFT STATION #26 REPLACEMENT AT BRIGHTON DRIVE AND SHOREHAM LANE ., Addendum posted To.Rand, East- au,"ry Constniciors, Inc Fa%: (928)649-0925 Phone-(929)649-2093 PrgitctInfortnation: Project Nanne:LIFT S'l'i-ITION#26 REPL,ACEMEN"I'A�l'i3.R-IGH'I'i"N DRIVE ANJ) SHOREHX'�I LANE Coutract,4: CC"1297 You are receiving this rnes,;age becaUSe )IOU area plan holder for the referenced project. An addendum has been issued and posted for this project;the Contractor is responsible to incl-ode ali addendurns into the contract documents. Project Information: Project Na BID BOND Conforms with The American Institute of Architects,A.I.A.Document No.A-310 KNOW ALL BY THESE PRESENTS,That we, Gantry Constructors, Inc. as Principal,hereinafter called the Principal, and the Western Surety Company of CNA Plaza, Chicago, IL 60685 a corporation duly organized under the laws of the State of South Dakota as Surety,hereinafter called the Surety,are held and firmly bound unto City of Huntington Beach as Obligee,hereinafter called the Obligee, in the sum of Ten Percent of Amount Bid--- Dollars($ 10%of Amount Bid-- ) ,for the payment of which sum well and truly to be made,the said Principal and the said Surety,bind ourselves,our heirs,executors,administrators,successors and assigns,jointly and severally,firmly by these presents. WHEREAS,the Principal has submitted a bid for Project No: Cash Contract#1297- Lift Station#26 Replacement NOW,THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid,and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and 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 bonGKs, 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 biri, then this obligation shall be null and void,otherwise to remain in full force and effect. Signed and sealed this 17th day of June 2008 _ Gantry o struct rs, Inc. (Seal) W11 Principal Witness Title We Surety Company Ci Ramirez J ren A. arxC. Witness Bye .% Attorney-in-F<,ot S-00541GEEF 12100 FRP a SURETY ACKNOWLEDGMENT STATE OF Arizona COUNTY OF Maricopa On this i 7th day of June,in the year 2008,before me,a Notary Public personally appeared Jaren A. Marx personally known to me(or proved to me on the basis of satisfactory evidence)to be the person whose name is subscribed to this instrument as the Attorney-In-Fact of Western Surety Company and acknowledge to me that he(she)subscribed the name of Western Surety Company thereto as Surety,and his(her)own name as Attorney-In-Fact. ' NO PUBLI lSa4 Western SuretyCompany POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation having its principal office in the City of Sioux Falls,and State of South Dakota,and that it does by virtue of the signature and seal herein affixed hereby make,constitute and appoint Cindy Ramirez, Charles A Touche,Jaren A Marx, Individually of Phoenix,AZ,its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature -In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney,pursuant to the authority hereby given,are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof,duly adopted,as indicated,by the shareholders of the corporation. In Witness Whereof,WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 27th day of March,2008. WESTERN SURETY COMPANY 0. Mil'?04'j:W';o: 3W�4 fly{ p;LSCA�'.;4I ��tN 0r�01P Paul .Bruflat,Senior Vice President State of South Dakota 1 Jr ss County of Minnehaha On this 27th day of March,2008,before me personally came Paul T.Bruflat,to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument;that he knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires }++S`+++S++S+S�.SSaa•,Shtih4S} l D. KRELL f November 30,2012 r AL NOTARY PUBLIC SE�At f r SOUTH DAKOTA r }tistititi�,s5titititi,5tititi5555sti} A—a D.Krell,No ary Public CERTIFICATE 1, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force,and further certify that the By-Law of the corporation //printFd on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this t `_day of L a0l3 "Sa` z WESTERN SURETY COMPANY o90N, T;,: a twi i^ys- L.Nelson,Assistant Secretary Form F4280-09-06 City of Huntington Beach . — 2000 Main Street • Huntington Beach, CA 92648 ey�, � ee OFFICE OF THE CITY CLERK JOAN L. FLYNN CITY CLERK October 17, 2008 Ken Thompson, Inc. PO Box 77640 Corona, CA 92877-0121 RE: CC-1297 — Lift Station #26 Replacement at Brighton Drive and Shoreham Lane Enclosed please find your original bid bond for CC-1297. Sincerely, r R Joan L. Flynn, CMC City Clerk JF:pe Enclosure g/follo11p/ca$hcon/re Oidh0VdSister Ci es. no, apa • aaroec, New Zealand (Telephone:714-536-5227) n r �. 2008 JUL -3 PH {: 4 3 GENgRAL ENGI I&Ijt t4id CONTRACTOR 4v L le?#274307 CORONA;"MCA 2$7I"01"21 (951) 284.24L4 9 WWW.KENTHOMPSONINC.NET FAX (951) 284-2442 m City of Huntington Beach 2000 Main Street Huntington Beach, Ca 92648 Sealed Proposal for Lift Station#26 Replacement at Brighton Drive and Shoreham Lane Contract No. 1297 DO NOT OPEN WITH REGULAR MAIL L . SECTION C PROPOSAL for the LIFT STATION#26 REPLACEMENT at BRIGHTON DRIVE AND SHOREHAM LANE CASH CONTRACT No. 1297 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 Two-Hundred and Seventy(270) calendar 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 PROJECT DID SCHEDULE ItemEstimated: ;>:>. Item: ux�rt pnc�:::: . .. »::.:: Extended::.... . ... ..... ... ... ..... .............. lvo :_:.:: uantity:. : written in:.words: iTuaf rice>: ::....Mount 1 1 Mobilization LS @ fihc� v. c Dollars $ G� $ U a Cents Per LS 2 1 Temporary sheeting,shoring,and bracing LS @ 1 �`vti� av-,e- Dollars $ �� c $ Z-�0 Cents Per LS 3 1 Removal temporary sheeting,shoring,bracing LS Dollars $ 1`slc�_ $ Cents Per LS 4 1 Demolition of Existing Lift Station No.26 LS @ aY�e- $ \S �Ccs� $ i � Bid Cents Per LS 5 1 Provision and maintenance of bypass pumping LS @ -1Lo cau sue:d of Dollars $ Cents Per LS 6 1 Construct Lift Station No.26 Structure L S`it'1d (1 LS @ ���� ��� v�C��^�C'� t\la,� �tvNt�"+ ollars $ $ �a� Cents Per LS 7 1 Construct interior stairs and walkway LS Dollars $ �-o (-(,I $ cj�l' an c Cents Per LS 8 3 Furnish and install sanitary sewer manholes EA '0\-Ce.Wii`Dollars $ \S l SG o $ t`11a Cents Per EA 9 1 Furnish and install sanitary sewer drop manhole EA @ �� �t, � hc� + Jo "(`°bollarss $ , c"a $ Cents Per EA 10 25 Furnish and install 8"PVC sanitary sewer R , LF @ ��1£'_ � ' ", o�C� 3'���s`a---i Dollars $ C $ Cents Per LF C-2 PROJECT BID SCHEDULE Item-Estimatedtew:wr uu�t:prxce ::: >..Extended: ........... .... .. .. No .: :. 11iFi WTI;;:,::,:. written.in::words:.:::: Unit;.nce:: >;:.Atnount:.:<.. 11 25 Furnish and install 10"PVC sanitary sewer LF @ Q��e ���5 C� � U%Io lars� $ ��d $ Cents Per LF 12 2 Furnish and install dry pit submersible pumps ccc3cs ic, �e�c> EA @ i�� twee {-��c-ui��tt�� Dollars $ I Cents Per EA 13 1 Furnish and install all interior piping LS 'k�,a�-f- iyd Dollars co c? Cents Per LS 14 1 Furnish and install drainage sump pump LS @ �stv� '} .c �,t��1v�C`� Dollars $ 1lec.c� $ jic�rya Cents Per LS 15 1000 Furnish and install 6"PVC DR14 force main LF @ ��E= ��u�CEu�cd� �� 1ti��i - llars $ ' $ V�t'.c t. Cents Per LF 16 1 Furnish and install ventilation system LS Dollars Cents Per LS 17 1 Furnish and install force main bypass LS @ �� _ � Ly S�t� i �4.11ars $ ��c �c� $1 (l , lei Cents Per LS 18 2 Furnish and install force main clean outs EA @ 4 k W- U r�R Dollars $ L AC- $ + Cents Per EA 19 440 Remove and replace concrete sidewalk SF @ Dollars $ ' $ , c� Cents Per SF 20 75 Remove and replace curb and gutter 2� t LF @ T�1�i'� +� Dollars $ L_ $ •��� � C Cents Per LF C-3 PROJECT BID SCHEDULE tem stiwa a ::.:..:::::::::. teul:wit liiiit:Brice::::>:::: . ....... xteu e >.1�To::. :quantity written:.m.Words :::..'> :::: »»>::` :UW Price':` :,::Amount: 21 3080 Remove and Replace AC Pavement SF @ '{''�� Dollars $ $ 4 Cents Per SF 22 1 Furnish and install meter,monitoring,&termination panel LS @ Dollars $ $ Q S.0'� 1 Cents Per LS 23 1 Furnish/install electrical panels,instrumentation,&wiring LS @ 011 e- Li-Vaa COAbollars $ L i `S,<Oac)� $ �`j 5.0020 `MCA c*\A � Cents Per LS 24 1 Furnish/install RTU,wiring and programming LS @ Cs .t.. 1_ 1 C�-V C w� Dollars $ �<'��ra $ 14C c �� Cents Per LS 25 1 Restoration of aboveground improvements LS @ r" ��:�E'F_4 1 Aj'\c-'U"-�ciA 'Aollars $ $ � Cents Per LS 26 1 Allowance for obtaining the necessary permits c LS @ S ,144" $ C $ C?0 Cents Per LS 27 1 Allowance for the security system required LS @ QlQ -,AfL't'- Dollars $ S5 (�Ct3 $ s (LaO-C' U t,,c- 0:vt Cents Per LS 28 1 Provision and implementation of the SWPPP plan LS @ Ste", t}���-��.hc�� ��V' "Dol ars $ $ Cents Per LS 29 1 Provision and implementation of Traffic Control Plan LS @ r��r,� i'�r-� S�,v�r°� Kyec' �``�D°Co ls� $ Cents Per LS 30 1 Provision of payment and performance bonds LS @ Si-/- Akr' 4�- Dollars $ $ Cents Per LS Total Amount Bid in Figures: $ Total Amount Bid in Words_ chi_ . ,�` t C-4 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 e>, in the amount of$ which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or"Bidder's Bond", as the case may be). Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's Si nature C-5 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor. Portion Name and Address of Subcontractor State License Class of Work � � � � � � Number -PA C- `,c'-1 c '� a. C�. S �w.��C. LF� �'i'l. "'�, ���J�3�- 2�C,•f� Q, C F By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-6 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of Orange Daniel J. Deming , being first duly sworn, deposes and says that he or she is Executive Vice President of Ken Thompson, Inc. the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Ken Thompson, Inc, Name of Bidder 4 Signature of Bidder 1785 Sampson Avenue Corona, Ca 92879 Address of Bidder Subscribed and sworn to before me this 25thday of June , 2008 NOTARY PUBLIC NOTARY SEAL C-7 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGEMENT State of California County of Riverside On July 8, 2008 before me, Tiffany M.Rose,Notary Public , personally appeared Daniel J. Deming , proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s)acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. TIFFANY M.ROSE Commission # 1773328 Notary Public -California WITNESS my hand and official seal. Riverside County MyComm.E"es0c118,2011 Description of Attached Document: Title or Type of Document Noncollusion Affidavit Date of Document: June 25,2008 Number of Pages: I Signer(s)Other Than Named Above: CAPACITY CLAIMED BY SIGNERS) ° ❑ INDIVIDUAL Top of thumb here ® CORPORATE OFFICER AND TITLE: Daniel J.Deming,Executive Vice President ❑ Partner(s) Limited General ❑ ATTORNEY-IN-FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER: SIGNER IS REPRESENTING: Ken Thompson,Inc. 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 LIFT STATION #26 REPLACEMENT AT BRIGHTON DRIVE AND SHOREHAM LANE, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal-OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and,are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Ken Thompson, Inc. Contractor c By Executive Vice President Title Date: June 25, 2008 C-8 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-9 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. Ken Thompson, Inc. Contractor By Executive Vice President Title Date: June 25, 2008 C-10 UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBER (To be completed only by the awarded Contractor prior to excavation) No excavation will be permitted until this form is completed and returned to the AGENCY. Section 4216/4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number, call Underground Service Alert at 1-800-4224133 a minimum of two working days before scheduled excavation: Dig Alert Identification Number: Ken Thompson, Inc. Contractor By Executive Vice President Title Date: June 25, 2008 Note: This form is required for every Dig Alert Identification Number issued by U.S.A. during the course of the Work. Additional forms may be obtained from the AGENCY upon request. C-11 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Ken Thompson, Inc. Bidder Name 1785 Sampson Avenue Business Address Corona, Ca 92879 City, State Zip ( 951 ) 284-2424 Telephone Number 274307 A State Contractor's License No. and Class s1 ,;t-IoI Original Date Issued May 31, 2009 Expiration Date The work site was inspected by w IWW (Uf our office on �Uv1(1 ti 1 , 20n The following are persons, firms, and corporations having a principal interest in this proposal: Kenneth D. Thompson - President/Secretary Daniel J. Deming - Executive Vice President Kenneth M. Thompson.--Vice President C-12 The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. Ken Thompson, Inc. Company Name /� 1 /y /. �/1`j/'1Y///J 1 Signature of Wdder Daniel J. Deming Printed or Typed Signature Subscribed and sworn to before me this 25 day of June , 200_ . NOTARY PUBLIC AAA 4-- NOTARY SEAL Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past two years: 1. Port of Long Beach 925 Harbor Plaza Long Beach, Ca Name and Address of Public Agency Name and Telephone No. of Project Manager: Alex Reus (562) 590-4172 $5,386,000.00 Storm Drain & Pump Station May 2008 Contract Amount Type of Work Date Completed 2. City of La Canada Flintridge 1327 Foothill Blvd La Canada Flintridge, Ca Name,and Address of Public Agency Name and Telephone No. of Project Manager: Edward Hitti (818) 790-8882 $8,796,000.00 and $11,955,500.00 Both Sewer & Laterals Both April 2008 Contract Amount Type of Work Date Completed 3• City of Anaheim 200 S. Anaheim Blvd Anaheim, Ca Name and Address of Public Agency Name and Telephone No. of Project Manager: Sean Razmv (714) 765-5176 $1,800,000.00 Sewer Replacement Dec. 2007 Contract Amount Type of Work Date Completed C-13 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGEMENT State of California County of Riverside On July 8,2008 before me, Tiffany M. Rose,Notary Public , personally appeared Daniel J. Deming , proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s)acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. �TTIFFANY M.ROSE Commission# 1773329 Notary Pubdc •California WITNESS my hand and official seal. Rivmrsido County My��tGct18,2011 Description of Attached Document: Title or Type of Document Bid Proposal Date of Document: June 25,2008 Number of Pages: 13 Signer(s) Other Than Named Above: CAPACITY CLAIMED BY SIGNER(S) ® INDIVIDUAL Top of thumb here 0 CORPORATE OFFICER AND TITLE: Daniel J. Deming,Executive Vice President Partner(s) Limited General ATTORNEY-IN-FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER: SIGNER IS REPRESENTING: Ken Thompson,Inc. RAO Safeco insurance Companies PO Box 34526 Seattle,WA 98124-1526 BID BOND KNOW ALL BY THESE PRESENTS,That we, KEN THOMPSON, INC. of 1785 SAMPSON AVENUE, CORONA, CA 92879 (hereinafter called the Principal), as Principal,and SAFECO INSURANCE COMPANY OF AMERICA (hereinafter called the Surety),as Surety are held and firmly bound unto CITY OF HUNTINGTON BEACH (hereinafter called the Obligee)in the penal sum of 10% of Bid Amount--------------------------------------- ------------ -------------------------------------------- --- Dollars($ 10%of Bid Amount ) for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally,firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That WHEREAS,the Principal has submitted or is about to submit a proposal to the Obligee on a contract for LIFT STATION#26 REPLACEMENT AT BRIGHTON DRIVE AND SHOREHAM LANE CONTRACT NO. 1297 NOW, THEREFORE, If the said Contract be timely awarded to the Principal and the Principal shall, within such time as may be specified, enter into the Contract in writing, and give bond, if bond is required, with surety acceptable to the Obligee for the faithful performance of the said Contract,then this obligation shall be void;otherwise to remain in full force and effect. Signed and sealed this 24TH day of June 2008 KEN THOMPSON, INC. (Seal) Principal { Witness Daniel J. D "ng Title Executive Vice President SAFECO INSURANCE COMPANY OF AMERICA Witness By JU ITH K. CUNNINGHAM ttorne -in-Fact o°t+Poasr� � SEAL .r. 1953 d� Fof arASM S-0053/SA 10/99 Safeco and the Safeco logo are registered trademarks of Safeco Corporation FRP > i CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Orange_ On June 24, 2008 before me, Erika A. Nicholas , Notary Personally appeared Judith K. Cunningham Who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/ar-t-subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/theif authorized capacity(ies), and that by his/her/their- signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PURJURY under the laws of The State of California that the foregoing paragraph is true and correct. it WITNESS my hand and official seal. COMM.01 NOMW PLeW CAUFOWA ORANGE COUN v , Signature �. Signature of Notary Pubh OPTIONAL Capacity(ies)Claimed by Signer(s) ❑ Individual ❑ Partner ❑ Limited ❑ General ® Attorney-in-Fact ❑ Trustee ❑ Guardian of Conservator ❑ Other Signer is Representing: SAFECO INSURANCE COMPANY OF AMERICA F s .may POWER Safeco Insurance Companies OF ATTORNEY Se Boxs452s Seattle,WA 98124-1526 KNOW ALL BY THESE PRESENTS: No. 9223 That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation,does each hereby appoint *************DENISE BENNETT;JUDITH K.CUNNINGHAM;JOHN M.GARRETT;CHARISE MAY;STEVEN C.MOSIER; ERIKA A.NICHOLAS;SANDI RICARD;Irvine, its true and lawful attorneys)-in-fact,with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business,and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 18th day of January 2006 STEPHANIE DALEY-WATSON.SECRETARY MIKE PETERS,PRESIDENT,SURETY CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "'Article V,Section 13.-FIDELITY AND SURETY BONDS...the President,any Vice President,the Secretary,and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations,shall each have authority to appoint individuals as attomeys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business...On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided,however,that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28,1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (I) The provisions of Article V,Section 13 of the By-Laws,and (ii) A copy of the power-of-attorney appointment,executed pursuant thereto,and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile,and the seal of the Company may be a facsimile thereof." I,Stephanie Daley-Watson Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA,do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations,and of a Power of Attorney issued pursuant thereto,are true and correct,and that both the By-Laws,the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the facsimile seal of said corporation this 94TB day of .11INF. �2Q08_ SEAL w SEAL. m X lot�� \� STEPHANIE DALEY-WATSON,SECRETARY Safecoe and the Safeco logo are registered trademarks of Safeco Corporation. S-0974/DS 4/05 WEB PDF CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGEMENT State of California County of Riverside On July 8,2008 before me, Tiffany M. Rose,Notary Public , personally appeared Daniel J. Deming , proved to me on the basis of satisfactory evidence to be the person(s)whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s)on the instrument the person(s),or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. COOTFFANV M. ror►* 1773326 a WITNESS my hand and official seal. Description of Attached Document: Title or Type of Document Bid Bond Date of Document: June 24,2008 Number of Pages: I Signer(s)Other Than Named Above: CAPACITY CLAIMED BY SIGNER(S) ° F INDIVIDUAL Top ofthumb here ® CORPORATE OFFICER AND TITLE: Daniel J. Deming, Executive Vice President Partner(s) Limited General ATTORNEY-IN-FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER: SIGNER IS REPRESENTING: Ken'Thompson, Inc. ® City ®f Huntington Beach m 2000 Main Street ® Huntington Beach, CA 92648 s OFFICE OF THE CITY CLERIC JOAN L. FLYNN CITY CLERK October 17, 2008 Metro Builders & Engineers Group, Ltd. 2610 Avon Street, Ste. A Newport Beach, CA 92663 RE: CC-1297—Lift Station #26 Replacement at Brighton Drive and Shoreham Lane Enclosed please find your original bid bond for CC-1297. Sincerely, Joan L. Flynn, CIVIC City Clerk JF:pe Enclosure /foil wu /ca hcont/ret id ond.doc Sister Cities:An�o, �apan ®" al akere, New Zealand iTelephone:714-536-5227► 2000 JUL -3 Pri 0: 54 .r r'y 11 g'}..,�'•i rryy Psi" R �t,� FROM: Metro Builders & Engineers Group Ltd. 2610 Avon Street, Suite A Newport Beach, CA 92663 (949) 515-4350 FAX (949) 515-4351 � ��� �x (� r .. , .�.. 8' i..;'" +' 7: � �'", ..ry ';cY,.� 's.�, 1�d r,,xt i, t.' :.F. �2.x;s e,�,•� "n �S Sew 7, ►�I �- L �-r � -��� ��Qca� - CAC.K i ','M; �', x.' r x. :�. `�:,- P.� .,>., .5"Fu :,q k �� �.z � i s e 5 ia.'%,� .,.L�•,,+,�t.;,�'>�;,�.. e. .. . ...,, �.p."..r+..,,.�..i., ...r+:,-'.^'.�'...., �,. . .. :,,.... „> ,. .._,., _ .' ,5;z'=�"`� SECTION C PROPOSAL for the LIFT STATION#26 REPLACEMENT at BRIGHTON DRIVE AND SHOREHAM LANE CASH CONTRACT No. 1297 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 Two-Hundred and Seventy (270) calendar 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 PROJECT BID SCHEDULE Extended:: .. xtee : :tem: stima a .. .... ..... .. :. o.:: :Quantity: written;in:words: ::..< Unit 'rice::: ;.::Amount.:::: 1 1 Mobilization y�p LS @ ArEL hvr-Jrd 4-tNr-nI y Qollam $ a Y,3 db $� Mist r +E )O in s a t' d - "Ve' h'tw dl ¢ a�lw�s Per LS 2 1 Temporary sheeting,shoring,and bracing LS @ &nci V rt-V1 Jr d yi c,,4q Dollars $ � � 00 $ 14 Coco b Per LS 3 1 Removal temporary sheeting,shoring,bracing LS @ 1@tVtVX -iA W5Aj,,Ck L»,44 Dollars $ 11 $T d 0y"o a INJ V 10 Cents Per LS 4 1 Demolition of Existing/Lift Station No.26 LS @ Fafd-tg '1 y1��a��T Dollars $ 4 Ob cc $ tD,cm Cents Per LS 5 1 Provision and maintenance of bypass pumping LS @ �Z61�`I-til °i1"-4" '(dnAV SCtM� Dollars la ss $ 00 $ ? S�D� 40 Cents Per LS 6 1 Construct Lift Station No.26 Structure LS @ tNKdtjvred +++gftMg* -Hairs' $ Goa $ " �@U3 04 k V lk 3 st A d Av t t"'-S �4 NO Cents Per LS 7 1 Construct interior stairs and walkway LS @ -$I xoU S n„t Dollars $ Cents Per LS 8 3 Furnish and install sanitary sewer manholes EA @ Dollars $ A 05 Per EA 1 9 1 Furnish and install sanitary sewer drop manhole EA @ cl rV 4 --WuS' R $ 17 5-0 $ �6 A-rS atA4 fJd Cents Per EA 10 25 Furnish and install 8"PVC sanitary sewer LF @ -TW o Fkur•d c�F—A -I-A-4 -VVI'fe4t, Dollars $ r193. $ 08'D Cents Per LF C-2 PROJECT BID SCHEDULE ::jt ......................... ....... Item: ....... .............. ... ...... writt ......... . . ...... .......... ..... .... ...... . ... ... ..... ....... . 11 25 Furnish and install 10"PVC sanitary sewer LF @ -%fu- -NIVC Dollars $ Sq5,5-9 $gk37- 50 4 _Cents Per LF 12 2 Furnish and install dry pit submersible pumps EA @ V� -"I k-,e- -i' -"C.,"—Dollars $ S oO0 $ Vo b -a V4 Vto Cents Per EA 13 1 Furnish and install all interior piping LS @ -r'k-.Meu 5'a AV14 $ 30,(ob $ 3O a6 -D A 1,A,,(S CLVA tA 0 Cents Per LS 14 1 Furnish and install drainage sump pump LS @ G-WAVIn Six $ I(P 102 $ 110)e39 ,�W r-Ju cf.1 bkol I&M &nXACCents Per LS TV 15 1000 Furnish and install 6"PVC DR14 force main LF @ f),%t WP L"th EL14 Dollars $ I'tq),q! $ q gf) a ock nl n el!e Vt+ Cents Per LF 16 1 Furnish and install ventilation system LS @ f±,&ffl �-c% $ as"320 1 Q 4%ta kk4 Per LS 17 1 Furnish and install force main bypass LS @ sc.,w4ael !nJ►1n nu-C&V4 aoflaff $ 17,6195 $ OM 6 YN-i&At -ve, JoUt"t, Per LS 18 2 Furnish and install force main clean outs EA @ f1jito 4Vxcus4jvA Rath= $ Z,6)5-0 $ 151700 yxonArej ® ux,(�@Mm Per EA 19 440 Remove and replace concrete sidewalk SF @ t4\-,r4"-n Dollars $ 1,21. $ C> X� Cents Per SF 1 20 75 Remove and replace curb and gutter LF @ pi Dollars $ '59.00 $ tf 2� CL Y-"6L 00 -------Cents Per LF C-3 PROJECT BID SCHEDULE tem -Estimated::: tem:.:.. an;itgriee... <:.::>'::::. ::::::::> xteu .e .............. .... .... . .......... :Nb ::>:Qi;iih ity:::. ::>...... 21 3080 Remove and Replace AC Pavement /� SF @ e wd_ a Dollars $ '1. $A7,72 'ah"\A 00 Cents Per SF 22 1 Furnish and install meter,monitoring,&termination panel Q LS @ k+ kt 44n0-%3C-4 Dollars $ V� $ R o c -(:�'V Q. t-,m A r e, i PJ a Cents Per LS 23 1 Furnish/install el�ectric1al panels,instrumentation,&wiring 1 �I LS @�. r1Ar areA rcbctirf S2dut I H... $ 1�� $ 1 y7r� 4ew�cJ� �•VG �K„dred � Per LS et4 o 4x'&--¢'S 24 1 Furnish/install RTU,wiring and programming LS @%W -+wo 4-6-,se�KA z 6 Dollars $ 1 Z/(PBS $ gZ�&00 �11k d,o"CCU ta.,nd 0 Cents Per LS 25 1 Restoration of aboveground improvements LS @%(O r -IV ous-t^e� Dollars $ I 04 QCQ $(tom 0.In.� oc Cents Per LS 26 1 Allowance for obtaining the necessary permits j LS @ .1nt1( S�Lr� ©INt VU4- $ 30 $ �O 44m(C-4t 1 Ag-p f a,r5 A d WCents Per LS 27 1 Allowance for A�the security system required � ,,,� LS @ 1;ve,—1 pml/s,Q�Y1� v,& 1hv+n A,4A Dollars $ 5460 $�p� A,en.A hnv Cents Per LS 28 1 Provision and implementation of the SWPPP plan LS @ 4wsa-" 5% s $731(opQ $A31&DD Pe ranAC-eA ajei X rxC Cents Per LS 29 1 Provision and implementation of Traffic Control Plan LS @ 9(ctyi-Prue_ -tl-oaS4^k J iPyc $ 35-1 !1 co $ 35-' gto �r4ur+A(-!A ANNti - r" Cents Per LS 30 1 Provision of payment and performance bonds LS @ —fWerol-M -rrr22 40%4()Sat'>A Dollars $ a3((DDD $ 4Ayr►ekrzA AA-,,A dw) Cents Per LS Total Amount Bid in Figures: $ ........Total Amount Bid in Words: � M14"O-, ��ktv----Gam„----4----.t�f ------------- - u.rnd red 'Et- n do ll k-j czn a0 I e,/I�' C-4 If awarded the Contract,the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option,be considered null and void. Accompanying this proposal of bid, find &a�Atrs' R-mj in the amount of$ (096 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: Addendd No. Date Received is Si nature In 2 -(t-02, -7- l — c=,9' C-5 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor. Portion Name and Address of Subcontractor State'License�, Class o Work` . . . . Number ,1 o t4 ark we &A 31 VC1 SZ C, a�9 Z. �� a-�-Jona Go��iv� g� f�n� 1,�ca E�:s,�/o�� gGv��n G.33 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-6 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID (METRO BUILDERS &ENGINEERS GROUP, LTD. 2610 Avon Street, Suite A Newport each, CA 92663 State of California ss. County of Orange EjpUP1y 160ALLA , being first duly sworn, deposes and says that he or she is PR.0 i,neNfT- the parry making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. f-DU" POOM-LA i Pe-�i pec'3T Name of Bidder LEONARDO F.BONAHORA Commission#1522544 Z01MyComm. Notary Public-California Signature Bidder Orange County Expires Oct 28,2008 Uic, WtJ ST STe A wwrala - egAK ' CA ob� Address of Bidder Subscribed and sworn to before me this�day of , 20 . NOTARY PUBLIC NOTARY SEAL C-7 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 LIFT STATION #26 REPLACEMENT AT BRIGHTON DRIVE AND SHOREHAM LANE, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal-OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. METRO BUILDEkS &ENGINEERS GROUP, LTD, 2610 Avon Street, Suite A Newport Peach, CA 92663 Contractor By Title Date: 10'-2,0 f ®g C-8 METRO BUILUERS DISQUALIFICATION QUESTIONNAIRE ENGINEERS GROUP, LTD. 2610 Avon Street, Suite A � port Beach, CA 92663 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? r Ll Yes 0 No If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-9 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. METR0 BUILL4'�i . ENGINEERS GROUP, 0': 2610 Avon Street, Suite r#, Newport Beach, CA 9266'� Contractor By y Title Date: 7,C l � C-10 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: I�fc�no &v i tDep-S , bra E6G L �P. 1-o Bidder Name 4%,lP10 pcxlo�J Business Address O eyeoy-T P City, State Zip ( Iq S/5--q3a8 Telephone Number State Contractor's License No. and Class 8 Original Date Issued -2 -3, --o g Expiration Date The work site was inspected by Qy aA Sc hAA'i of our office on te 3o , 200Q The following are persons, firms, and corporations having a principal interest in this proposal: FEU Iro C-12 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. m-o gulf D" it nSl�tti1�F.RS ��o Company Name Signature of Bid r r-i,,1090 90VALLa Printed or Typed Signature Subscribed and sworn to before me this day of , 2001 . LEONARDO F.BONAHORA . Commission# 1522544 :-m Notary Public-California Orange County NOTARY PUBLIC My Comm.Expires Oct 28,2008 NOTARY SEAL Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past two years: l. RtASC ef, tt�A&WtO LA S'r d r1 f1T&Dr--�. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed 2. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed 3. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed C-13 Metro Builders and Engineers Group Ltd. Completed Projects 2610 Avon Street,suite A Newport Beach,CA 92663 (949)515-4350 Tel,(949)515-4351 FAX Owner: Elsinore Valley Municipal Water District(EVMWD) Contact: Loren Sorber Phone Number: (951) 674-3146 Project: Lake Elsinore Phase 11 Aeration Project Location: 1306 Lakeshore Drive,Lake Elsinore,CA 92530 Contract Value: $2,171,711.00 Description: Lake Aeration %Done By Metro: 75 % Completion Date: 6/l/2007 Owner: Jurupa Community Services District Contact: Umesh Shah Phone Number: (951)685-7434 Project: Roger D. Teagarden ion exchange water treatment pl Location: 4150 Etiwanda Ave.,Mira Loma,CA 91752 Contract Value: $2,279,176.42 Description: Water Treatment Plant %Done By Metro: 85 % Completion Date: 6/l/2007 Owner: City of San Buenaventura Contact: Lucho Rodriguez Phone Number: (858)658-4789 Project: VWRF Odor Control Project Location: Ventura,CA Contract Value: $987,001.00 Description: Odor Control improvements %Done By Metro: 65 % Completion Date: 5/21/2007 Owner: City of Dana Point Contact: Archie Rempher Phone Number: (760)753-1120 Project: Salt Creek Ozone Treatment Facility Location: Dana Point,Ca Contract Value: $4,586,814.00 Description: Ozone Water Treatment Facility %Done By Metro: 65 % Completion Date: 12/1/2005 ......................................................................................................................................................... Completed and In-Progress Projects Page 1 of 1 7/7/2008 Metro Builders And engineers Group Ltd. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 535-5431, Fax(714) 374-1573 ADDENDUM NUMBER ONE For Lift Station #26 Replacement, at Briclhtoin Drive and Shoreham Laneg CC1297 June I ZM Notice to All Bidders: Please note the following revision to the project, Specifications: The following shall be deleted from the Specifications: Section 13370-1,6 1.6 EQUIPMENT SUPPLIED BY OWNER A. The PLCffclemetry control panel will be supplied by the OWNER for remote indication of pump station signals to the OWNERS central control system. The CONTRACTOR will be responsible for taking delivery, mounting, connecting and powering the OWNER supplied panel. The CONTRACTOR will also he responsible for wiring to and from.the OWNER supplied panel all signals and power as shown on the contract drawings. B. For bidding purpQscs the contractor should assume the PLC/Telemetry panel will be 30" High.x.24"Wide x 1.2"Deep. This modification does not change the Engineer's Estimate for this project. /' This is to acknowledge receipt and review of Addendum Number one, dated one l0, 2048. METRO ENGINEERS G ("k-z,-, Company N10 AvonSit'r'ol: ` `try= By Date (of/ All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum,please call Andrew Ferrigno at(714)536-5281. -1 of 1 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714)536-5431, Fax(714)374-1673 ADDENDUM NUMBER TWO For Lift Station #26 Replacement, at Brighton Drive and Shoreham Lane, CC1297 June 18,2DD$ Notice to All Bidders; Please note the following revision to the project,specifications: The following shall be added to the Specifications: Section 05500.2.9 HATCHES G. Contact Information for LASCO LIDS is as follows: Scott Higley:760-801-6330 John Trosper:700.519-9000 Jeff Osborne-760.535-0876 11. For rcfcrence in bidding this prajcct,Shop Drawing-,part number 12045ST-T20, 4830SH20,and 4848DH2O,for LASCO LIDS have been provided herein. The use of these Shop Drawings are for biding purposes only and do not constitute an approval per Section 05500-2.6,E of these specifications. The following shall be arnanded as shown(underlined text has been added and deleted text has been labelad): Section 05500.2.13 Manufacturers A. Products of the type or. model (if any) indicated shall be manufactured by one of the 'Following..... .... ................ ...:. i — 1. I- matches: a- LASCO LIDS 2. Manhole Frames and Covers or c ual a. Neenah Foundry Company R-1642 with Self-Sealing Cover. b. Phoenix Iron Works P-1090 R/G. A lha;nbra No.A-1�L9)�tq}�cca_vt r marked""i-„ 3. Field Repairs to Galvanizing or equal a. "Galvinox". b. "Galvo-Weld". -1 of 3 4. Aluminum Grating,{qr equa_l)_ a. Grating Pacific,Inc. The following shall be amended as shown(underlined text has been added and deleted text has boon labeled): Section 08800-2.4.6 System No.7—Elastomerlc Polyurethane,Concrete. I. System No.7—Elastomeric Polyurethane,Concrete- The lining material shall be a two-component, 100% solid, non-solvent hybrid polyurcthanc coating,with a shore"D"hardness of 57 at 77 degrees Fahrenheit,such as Sancon 100 as manufactured by Sancon Engincedng,Huntington Beach,California. The material shall be the high-build type capable of application thickness,as spccificd, without runs or sags, and shall be capable of passing ASTM D-1737 for flexibility, using cylinder mandrel of 0,5 inch (12.7 millimeter). The flash point of the fluid mixture shall be 450 degrees Fahrcnhcit open Zahn cup, Lining material shall meet or exceed the requirements of 210-2,3.3 and r5t1�_2.7 of the ESPWC.pertaining..to.. {ae.ieted:soo-z, .io Chemical Resistance and Physical Properties. Proof of meeting these requirements shall be provided as-part of the bid submittal and shall be confirmed.by the Engineer 15 days prior to commencement of work.. The color shall be white or cream. The complete coating shall be impermeable to sewer gases and liquids and non-conductive to bacterial or fungus growth. The lining shall be capable of repair at any time during its lifc. 1. Application on concrete surfaces: a. Prime coat DFT=Lmils of epoxy.. ................_... .. -.,, beleted:3 b, Finish coat DFT= 23 Mils of polyurethanc shall be applied prior to D-elamd,so -.__..... the Epoxy becoming tack free.The lining shall be applied over dry — — concrete to all interior surfaces as designated in the plans in one continuous coat,without seams,bubbles or pinholes. The finished lining shall be uniform in color and free from any holes or defects. Any areas in question shall be removed,rcworked and patched. 2. Application on steel surfaces: a. Prime coat DFT = I - 2 mils of polyurethane based primer or as approved by coating manufacturer. Primer shall be applied to the prepared surfaces after insuring there is no dust contamination. b. Finish coat DFT=40 mils of polyurethane with one continuous coat, without seams,frcc from any holes or defects. 3_ Spark Testing: Spark testing wilt be performed upon completion of lining installation and visual inspection. Spark testing voltagc will be set at 100 -2of3 volts per mil of coating thickness specified. Spark testing equipment shall be Tinker and Rasor APW or equivalent. Spark Testing shall be witnessed by inspector or other appropriate person. Final approval for applied polyurethane lining shall be given by owner before contractor demobilisation. Only workmen trained and experienced with the specified material shall perform the lining application, The lining shall be applied through plural component equipment specifically designed and approved by the manufacturer of the lining material,The equipment shall be in good working order to insure correct proportioning and mixing of the components. Both manufacturer and installer of the elastomeric polyurethane shall warrant its lining for five years against any type of failure due to defects in material and application. The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Section 08800-3.11.D D, For external or internal application of lining or coating materials for buried or submerged piping systems, the CONTRACTOR shall supply inspection procedures for use by the CONSTRUCTION MANAGER. Procedures shall be supplied in advance of starting work. Measurement of bond strength of concrete epoxy can be measured in accordance with ASTM D4541_gr Section 500.2,4 of SSPWC' as required by the,SCLNSTRLJCTION MANAGER. Any areas detected to have inadequate bond strength shall be evaluated by the Project trigineer, Further bond tests may be performed in that area to determine the extent of potentially deficient bonded area and repairs shall be made by the Applicator in strict accordance with the Manufacturer',,;recommendations. This modification does not change the Engineer's Estimate for this project. This is to acknowledge receipt and review of Addendum Number one,dated June,2006. METRO BUILDERS ENG114EERS GROUP, LT®. Company NIM 0 Avon Street, Suite A ay Newport Reach, CA 92663 Date Q/301 D All bidders must acknowledge the receipt of this Addendum with your bid pfoposal. Should you have any questions regarding this Addendum,please call Andrew Ferrigno at(714)536-5291. This Addendum has a total of six pages,which Includes three one page shop drawings, -3 of 3 City of Huntington Beach Public Works Department 2000 Main Street Tel.(714) 536-5431,Fax(714)374-1573 ADDENDUM NUMBER THREE For Lift Station #26 Replacement,at Brighton Drive atld Shoreham Lane,CC1297 .tune 25,2I148 Notice to All Biddem: Plense note the following revision to the project,Specifications: The'following shall be amended as shown(underlined text has been added and deleted text:has been labeled): Section I OOO-7.2.I Service Factors 1, Service Factors: Service factors shall be applied in the selection or design of mechanical power transmission components. Unless otherwise calculated, the minimum service factor shall be 1_25. Unless otherwise indicated,the following load classifications shall apply in calculating service factors: Type of Equipment_ Load C1a,5sification Pump; Ccnttifugal or Rotary Uniform Reciprocating Moderate Shock Fan/Blower Moderate Shock _ . t Deleted.•Crnnc or I loist.Modernte l l$hock The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Section 11319,2.2.G C. Acccssory Equipment: Shall be as follows: 1. Provide the following accessories for the pump as required for a.complete installation, a.. Pump Stand: `;9st lran with 1 11 Sir7n licrluied l:°:.nx S Stcrrt 6 Section L Deleted:Type 3:t;maihltu mool. I 0980t1_�..4.Ct.S b. Gable Supports: Polypropylene composition clamp with Type 316 stainless steel bolts. c. Anchor Bolts:Type 316 Stainless Steel, d. Suction elbow with baseplate assembly. -1 of 3 e. Lifting Bail. f. Cable holder and support grip. _ .............. ....... _.eted:racWtabt ble Fa pur floor.'.. [,moandttg bxnckeF q,i;tnhlc Fir pump-¶ The following shall be deleted Section 11319.2.3.0 C. A portable hoist shall be provided for the pump station. The portable hoist shall be pedestal based,power assisted with standard loop and hooks. Capacity of hoist shall be suitable for removal of al I pumps. The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Cover Page BIDS DUE: tLL& 3,2Ota$ (_a$le>u.d:Jena 2:00 PM,2ND FLOOR City Clerk's Office The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Section A 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 u�l lY 3,2d08. Bids will be publicly pp n in Council De :june 26 Chambers. The following shall be amended as shown(underlined text has been added and deleted tent has been iabeled): Section 01115.1.3,J J. At the option of the CONTRACTOR,temporary pipelines,wiring,or other facilities may be constnicted to by-pass certain fluid or electrical processes while modifications are being made to permanent facilities. The CONTRACTOR shall submit for review by the ENGINEER a complete detailed design of the proposed temporary facilities including a complete written description and drawings. For by- pass pumping the CONTRACTOR shall have a primary and back-up electric pump onsitc for the duration of by-pass operations.The CONTRACTOR may pull power for the pump from the existing Lift Station No. 26. The CONTRACTOR shall be fully responsible for all by-pass operations and have a representative on call 24 hours a day, 7 days a week, for the duration. The .BNGTNEER shall have the -2 of 3 authority to require any modifications to the proposed temporary facilities which he/she deems necessary to maintain proper and reliable operation of the plant. The dc: i n flrnv Fnt_ciicl,�_t'rl'1ht;three sewer pip 4lirtcti tributary to the lift�1:ztfioll shall he Tliis modification does not change the Engineer's Fatimate for this project, ell This is to acknowledge receipt and review ofAddendttm Number one,dated June 10,ME METRO EUILUERS ENGINEERS GROUP, LTD. Company Nam'2610 Avon Street, Suite A BY Newport Beach, CA 92663 1 Date /„ O All bidders must acknowledge the receipt of this Addendum with your bid proposal, Should you have any qucstions regarding this Addendum,please call Andrew Ferrigno at(714)$M-5291, -3 of 3 s City of Huntington Beach Public Works Department 2000 Main Street Tel. (714)536-5431,Fax(71,4)374-1.573 ADDENDUM NUMBER FOUR For Lift Station#26 Replacement,at Brighton Drive and Shoreham Lane CC1297 JnIY_f,�4R8 Notice to All Bidders: plwse note tl)e following revision to the prgjoct,Specifications: The following shall be amended as shown(underlined text;has been added and strikethrough text has I)een deleted)- Section 05500-1.4,Section 05500-1.5,Section 0550 -2.:1.,Seel-ion 05_-500-2.6,a.rid Section 05500- 2.13 1.4 CONTRACTOR SUBMITTALS .A. Shop Drawings: Shop .Drawings shall be submitted in accordance with Section 01300,Submittals. B. Shop g p rnn_+I I_l .�clreti shall be submitted detailing fabrication'and installation. pf t stairs cludc lafl a and ations, r items, and - .. Formaftetl;Strlkethrough . plan-, elevations section ���------�--- - - --------- t details ef��Y-s and their connections, sh+�w a.ntchor g Y s. For -(Formatted:Strlkethrough _._....._J grating, show the direction of span, type and depth of grating, size aria shape of grating panels,seat Ongle details,and details of grating hold down fastcncrs, C. Product List and Product Data Sheets: Protective Coating, a product list shall be submitted with product data shccts of intended shop coats. 1_i Qjj Jjj_LY ASSURANCE _ ....... ...._ raatci9alw "�^^.,,^~ � . .:ta ;hall be fabricated and erected in �rormatbed:5triket�rouglr ---TY-A. t�cl.r�i.......�ic;C.__1.............................. _.. ._.. _... . accordance with the latest edition . _... ..._..... ..'ific. ............... .... .._. _.... .. - _.._..._........._..._.._.._....._....._ .._....._.., of the A1SC "Specification For the Design, Fabrication and Erection of Steel for Buildings", and"Code of Standard Practice for Steel Buildings and Bridges",except whenever there is a discrepancy between the Design Drawings and this Specification,the.Drawings shall govern_ 1of4 Y 13, Aluminum work shal1 be fabricated and erected in conformance with applicable requirements of the CBC and referenced standards for Aluminum, C. Continuous Inspections: All welding and bolting of framing assemblies shall.be conducted under the continuous inspection of an International Code Council (TCQ certified "Special Tnspector" selected by the OWNER with costs bornc by the OWNER, Should such fabrication be performed in the shop of a. licensed fabricator approved by the governing building official and certified by tb.c [CC Evaluation Services,.Inc., only the field welding and bolting of structural framing assemblies will be required to be performed under continuous inspection of the ICC-cect.i.faed "Special Inspector." The OWNER shall be :notified at. least 24 hours in advance of needed inspections. Copies of inspection reports for shall be provided for the OVvN;R.,CONTRACTOR,and governing building official- 11 MATERIALS A. Steel: Steel shall conform to the following requircmentg: 1. 'Shapes,Plates,bars: ASTM A 36 or ASTM A992. 2, Pipe,Pipe Columns,Bollards: ASTM A 53,Type E or S,Grade B Schedule 40,unless noted otherwise. B. Aluminum: .Aluminum structural Shapes shall be new and conform to 6061-T."6 alloy and temper,unless otherwise noted. C, Stainless Steel: Unless otherwise designated or approved, stainless steel allay types shall conform to ASTM A1.67 and ASTM,A276 as follows: 1_ Stainless steel plates,pipe and structural.shapes:Type 3.16. 2. Stainless steel bolts, nuts and washers: Type 316 where connecting or, bearing on aluminum. D. Cast Iron: Cast iron shall conform to ASTM A48, except as otherwise noted. E. Ductile Iron: Ductile iron shall conform to ASTM A536, using Grade 60-40-18 or better,except as otherwise noted. itl:b:_.._All galy ru_xin.lo,..t�rl:,..wt. v1....`tau.la_cUrr_Ivrri)_ia-.tlic....i. lu,irt 5,,,�ti,f,,,,tll, .Anic-nc-3n-,.fr.glw.tn�?, r-q �tix�ciattcart.,.._..lm.p-ii�v}ry ,al.rar1tre11 -..-_Ittrt sii}7 zzlvinir,ing of mend-3�rs shall c�orifo w io AS-fhb„.!�_123 ivdh a railiftnutn ccxatlltfi thicicnry,_gf- � 7 oz,lfty All hartlti�arG slllli I?� h<7t d1�_giltiai�i�cc En }s�ninrn�ancc _ttlr,rk .l l}1 A15,3 4virlr,a Yxll.ttttrturxr_coatim,[h.i kneti 2 of 4 r 2.6 HA, IIES A. Hatch Type: Where access hatches are indicated to be mounted on a floor slab (including top slabs which. are not covered with a roofing membrane) or on a concrete curb, the hatch shall be a. flush'type as indicated. Hatches shall be as manufactured by LASCO LIDS, San Marcos, CA, or.C.1;.5.:1_, INC'.- [Jial4{tli, .lrl.-., no substitutions. 11at4.l.i 1t74:{itcd. In sided ;+;lks, 511rt11 tar — e l,,AS(:O No, 12—Q�$1120, 13. hatch .Materials Ind Thi.rdwarc: All batches shall be fabricated from aluminum unless othemnse indicated. All hatch hardware shall be Type 310 stainless steel. AT1..,Ii lics Oatl tit.hinwed.j J7cl,..,1 gilig.assistgxl,, 11atcltt`�...,Ierc j1,.c_c1_ill ;trec.iw,rl:i,tll, b9ll dmvn. G. Live Loads: � le.ivl design live li a load rT jl;zal._l._l�rjkeryl'T?�(J='1 ^� It�dln : uErmatcea:Strfkethrough....... VFt the P '(Fo in eon Hatches Formatted:strlkethrough located in residential, streets shall be designed to withstand H2O whrel..,�eliaca (Formatted Str�ketnrou�h loading„(it�.cluclGtt 'U`Ysr intl iictl.w�jex'e flag j7o ic(,l_4 eccl,Irl.�J,ij.,cGc7ss...ttoi c,- Ceged 35 - -_..._..__._._.._.._._.__..----.._.__.... .1�1 i0rC1'A .------.----- .F Formatted_strlkethrough- -~ D. Hatch Dimensions: Hatch opening sizes,number and direction of swing of door -heaves,and locations shall be as ind.icatcd. E, Shop Drawings and calculations signcd by a Professional Enginccr, licensed to practice in the state of California,shall be submitted for all hatches. F, Water Tightness: Hatches located i,rl. M.{'u;q&s shall be equipped with a joint gutter and moat-type edge drain, A 1.5-inch diameter (minimum) drain connection shall be provided and located by the manufacturer. Draln.�s_c_�,... ar.e hl.,hl 41.cntrt<i„1[t lttt.tt;lxcw kvatc,d in strcctw. 2-13 . MANUFACTURERS A., Products of the type or model (i.f any) indicated :;hall be manufactured by one of the following: 1. Hatches: a. LASCO LIDS ..7 ., 3 of 4 Th't Plans Shall be amended as follows: Sheet M-2 Change"stainless steel single leaf l,atc.h (frame opening is 30"x48")" to "steel hot-dip galvanized double or single.leaf hatch with tninim.um clear opening of 30"x48""- Sheet S-1 Change"stainless steel double leaf hatch (fxa.me opening is 42"05"), typ:'to"steel bot- dip galvanized double or single leaf hatch with minimum clear opening of 36"x48", typ.". The following shall be amended as shown(underlined text bAs been added and deleted text has been labeled): Cover page BIDS DUE: July - ----------_ Deleted:a 2:00 PM,2ND FLOOD ----- City Clerk's Office The following shall he amended as shown(underlined text has been added and deleted text has been labeled): Section A PUBLIC NOTICE IS HEREBY GIVEN that the CiTY OIL HUNTINCTON 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 Strect,Huntington Beach,California 92648,up to the hour of 2:00 PM on July,,2008, Bids will bC PClatetl:s - u171iC1v open in Meetin ROCI B Deleted:Cmmct7 Chrtmbcre This tnodiPicarion does not change i:hc Engineet''s Cstirnatc ror this protect. This is to acknowledge receipt and review of Adden(lum Nrnnbe -our,dared.luly 1,200 - METRO BUILDERS (nmpanyNa r GINEER By 2610 Avon Street, Suite A Newport Staoh, CA 92663 1 -? -C)T Date All bidders trust acknowledge the receipt of this Addendum will)your bid propasal. Should you have any questions regarding this Addendum,please call Andrew Pcrrignn at.(714)536-5291. 4 of 4 TIDE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Blid Bona KNOW ALL MEN BY THESE PRESENTS, THAT WE Metro Builders&Engineers Group, Ltd. 2610 Avon Street, Suite A, Newport Beach, CA as Principal,hereinafter called the Principal, and Western Surety Company 2355 E.Camelback Road Phoenix AZ 85016 a corporation duly organized under the laws of the State of South Dakota as Surety, hereinafter called the Surety, are held and firmly bound unto City of Huntington Beach, Second Floor,2000 Main Street, Huntington Beach, CA 92648 as Obligee, hereinafter called,the Obligee,in the sum of Ten Percent of the Bid Amount 0011ora(s 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',subrr>itted a bid for Life Station#26 Replacement-Cash Contract No. 1297 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 materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penally 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 23rd day of June 2008 Metro Builders& En i /ersGroup, Ltd hL"'W' (Prim " I) (Seal) Witness) Fouad Ho la, Presid nt (Title) Western S ety Company w (Surety) (Seal) Janis Theodore Attamey-in-Fact . Wager (ritzt Surety Phond No. 866-52 -3309 _ AIA lKWUNIENT A31!)®1111)BOND®A 1A®FEHREARY t970 F D,®'1 HE AMNRIVAN INS'rrri)'1'M OF ARCHITECTS,1735 N.Y.AVF_\,V..WASHINGI'ON,MC,211(9)6 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL,ATTORNEY-IN-FACT Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation having its principal office in the City of Sioux Falls,and State of South Dakota,and that it does by virtue of the signature and seal herein affixed hereby make,constitute and appoint Leslie Hahn, Jeffrey W Cavignae, .Tames P Schabarum II, MVI Wager, Janis Theodore, Individually of San Diego,CA, its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf bonds,undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney,pursuant to the authority;hereby given,are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof,duly adopted,as indicated,by the shareholders of the corporation. In Witness Whereof,WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 2nd day of January,2008. rF`S RETy�„y WESTERN SURETY COMPANY r _.._ . .o,s e a:p0 li^jvi Paul .Bruflat,Senior Vice President State of South Dakota ss County of Minnehaha On this 2nd day of January,2008,before me personally came Paul T.Bruflat,to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,',State of South Dakota;that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument;that he knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires +SSSSSSyysyti5sti5+555+ysSy+ i D. KRELL r November 30,2012 r SL At NOTARY PUBLIC SE t f s SOUTH DAKOTA i D.Krell,No ary Public CERTIFICATE 1, L.Nelson,Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force,and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 23rd day of 7t in(, 2008 - WESTERN SURETY COMPANY �oiSE AV;Vz �'iTN ppµ0 L.Nelson,Assistant Secretary Form F4280-09-06 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA County of San Diego On June 23,2008 before me, J. E.Theodore, Notary Public Date Here Insert Name and Title of the Officer personally appeared M.Wager Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(6) whose name($) is/N6 subscribed to the ° within instrument and acknowledged to me that#p/she/tJM/jy J. E.THEODORE executed the same in Vffs/her/ftfr authorized capacity0a), COMM,#1776730 NOTARY PUBLIC-CAUFORNIA and that by Y1IfS/her/tfl it signature(Is) on the instrument the ii 0 SAN DIEGO COUNTY pers©n(/s), or the entity upon behalf of which the person(G) 0 If My Commission Ex lres � acted, executed the instrument. NOVEMBER 2401 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness m d4anfffiiciak�seal. SignaturePlace Notary Seal Above ®p Sig a 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: ❑ Individual ❑ Individual ❑ Corporate Officer—Title(s): ❑ Corporate Officer—Title(s): ❑ Partner—❑Limited❑General ❑ Partner—❑Limited❑General Attorney in Fact ❑ Attorney in Fact ❑ Trustee ropof ElTrusteeElGuardian or Conservator umb here ❑ Guardian or Conservator Top of thumb here [I 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.Nationa]Notary.org Item#5907 Reorder:Cail Toll-Free 1-800-876-6827 City ®f Huntington Reach 2000 Main Street • Huntington Beach, CA 92648 �T f909, OFFICE OF THE CITY CLERK JOAN L. FLYNN CITY CLERK October 17, 2008 Pacific Coast Infrastructure, Inc. 22343 La Palms Ave., Suite 114 Yorba Linda, CA 92887 RE: CC-1297 — Lift Station #26 Replacement at Brighton Drive and Shoreham Lane Enclosed please find your original bid bond for CC-1297. Sincerely, Joan L. Flynn, CIVIC City Clerk JF:pe Enclosure Sister Cites li�n"F'd°araVar `gt "a`iaootle New Zealand (Telephone:714-536-5227) Pacific Coast Infrastructure, Inc, 22343 La Palma Ave.Suite 114 Yorba Linda, CA 92887 11 1 R IE (711 ID 2003 JUL -8 PH 2' 01 2(o IOXAvv- L- C-n 0-� DSO AA-4kA A f+TT-a+ Ooo r 2. clA SECTION C PROPOSAL. for the LIFT STATION#26 REPLACEMENT at BRIGHTON DRIVE AND SHOREHAM LANE CASH CONTRACT No. 1297 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 Two-Hundred and Seventy(270) calendar 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 PROJECT BID SCHEDULE trm ::.sbma a.: :::::::::: ::::::::::::::::: tem:wx..:wnxtpnce:: =:.xtenr..p..::: merit#eii: u:�vorils:::::::::::::::::::::::::::::::::::::::::::::::::T7ni#:�'riee:::: noiiut::::: . .............. .... :::: ::.................................................. .................................... 1 1 Mobilization LS @ 0 Dollars $ 1%5,0,70' $ Cents Per LS 2 1 Temporary sheeting,shoring,and bracing Qo LS @ -Furo 1titi.�f,e� �¢N. �otit5� Dollars $011 000,00 $ 2,11f000, Cents Per LS 3 1 Removal temporary sheeting,shoring,bracing LS @ A4vreP- Al- V k Dollars $23poaea $ 23,DD0•M r7��� Cents Per LS 4 1 Demolition of Existing Lift Station No.26 LS @+,- any Dollars $ y '� ` $�$ ZL� Cents Per LS 5 1 Provision and maintenance of bypass pumping , LS @'lvy�M, � »N .>,.11 rCA,, -Dollars $ �•� $ � 7�. Cents Per LS 6 1 Construct Lift Station No.26 Structure LS @ Dollars $ Cents Per LS 7 1 Construct interior stairs and walkway LS ti r!j "� 'jtVr0LVvs4vDllars $3-7 3 u. rc i $.3 UP Cents Per LS 8 3 Furnish and install sanitary sewer manholes EA @ jl;:�le¢.�. wSa ¢� } (,..:.mod','Dollars $13 $ Cents y(�qoD- Per EA 9 1 Furnish and install sanitary sewer drop manhole EA @ Fi�4 '� t'(.�usy,, {�L`^^^D $1,5,SOD. $ 15, MO.© ��O Cents Per EA 10 25 Furnish and install 81"PVC sanitary sewer (' ,. LF @ 0 yt+; �' 1 TM Dollars $ (S 4.10 $ `' Cents Per LF r � C-2 PROJECT BID SCHEDULE stgna.a . ...... .......tem::...-.: nxt.grace:::_::::_:_:_:_:_:...:.:.:.:... :.:. ::>:':=..... .':.':.:.:.:.....:... teu.. ..::>: !Q u:;: .antrty ::::::::::: im.t#en.sn.:words:.:;::::::::::::::::::::;:;:::::::::::::::::::::::Unrt; ri .;.. ouii#=.:.::: 11 25 Furnish and install 10"PVC sanitary sew,�erY y,_, LF @ 0 Q.1 �'7"1Dollars $ 1�2 -0y $ ��5j�r —419� Cents Per LF 12 2 Furnish and install dry pit submersible pumpsr/ EA @ �r9i�G��)����Xr w�0 1 T" Dollars $—7 �"�` $ J�Z DL • oil [�• Cents Per EA 13 1 Furnish and install all interior piping LS @ ti2.j4th: Sz.;z "1 ' D liars s 7 77 . t�✓'��`� Cents Per LS 14 1 Furnish and install drainage sump pump LS @ I&IIr— me 1,4.4w Dollars $ 0 $ "Er ',�,-��°✓��' Cents Per LS 15 1000 Furnish and install 6"PVC DR14 force main LF @ ��O SLDollazs $ ` 6.va $2 b =. D Cents Per LF 16 1 Furnish and ventilation system __ ^g`nf LS @ L 6 " �-Dollars �ollQB.ee` $? 74'1019 $2,7 OZ � Ze^ ID Cents Per LS 17 1 Furnish and install force main bypass LS @ 4,vi r} / Dollars vc p 000.tID $ 909 000. Cents Per LS 18 2 Furnish and install force main clean outs EA @ i�C' 7�,rs"+�S 2: Ind Dollars $ Ci7. $ 13A0 0D Cents Per EA 19 440 Remove and replace concrete sidewalk SF @ btG'M�-/ +Wo Dollars $ $ 9 d (, Cents Per SF 20 75 Remove and replace curb and gutter LF @ fa+' Dollars $ $� 'L Cents Per LF C-3 PROJECT BID SCHEDULE I. tem... st►ma e.:: em: t-:u�at:pnc�:;: : :den ,.. : uai : .... ea aii words: ::::::Unif 'nee:: :Amount::: .. ........... .. ....... .Q......... : 21 3080 Remove and Replace AC Pavement SF @ �' Dollars $A7-Zv $-A 5-716 M "t Wh�ti Cents Per SF 22 1 Furnish and install meter,monitoring,&termination panel LS @ Dollars $ eve` $ Cents Per LS 23 1 Furnish/install electrical panels,instrumentation,&wiring LS @ Dollars $ $ Cents Per LS 24 1 Furnish/install RTU,wiring and programming LS @ Dollars $ $ o Cents Per LS 25 1 Restoration of aboveground improvements LS @ $ II'SW'VU Cents Per LS 26 1 Allowance for obtaining the necessary permitsit f LS One. t- _�td Dollars $ 1,►oc,0�0 $ 2 A.4-0 Cents Per LS 27 1 Allowance for the security system required LS @ Dollars $ $ Cents Per LS 28 1 Provision and implementation of a WPPP plan ,f �����q;�� LS @-i'w"'� S_a- niw�- Y'8� Dollars $— , M-0 $u v.p �"r� Cents Per LS 29 1 Provision and implementation of Traffic Control Plan LS @ e��l�n h-�: w. WI—IAIS0 Cents Per LS 30 1 Provision of payment and performance bonds LS @ Dollars $lam{/�,Vt7" $ Cents Per LS Total Amount Bid in Figures: $ q LI Total Amount Bid in Words: C-4 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 Wets 44 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: 9 Addenda No. Date Received B' de Si nature (� to Oc Z (o i8 0Li $ 710 o C-5 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor. Portion Name and Address of Subcontractor State License Class of Work Number AA-fk CAA P A clams MeAelk CVAC4� cA 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-6 NONCOLLUSION AFFIDAVIT TO DE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of Orange _I k avn A s �-s�f, being first duly sworn, deposes and says that he or she is of C.a4srk--T,;AVrr-&+ ut -the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Name of Bidder 77�W Signature of Bid er _ 27,3q 3 t.A_ PG,L w Ave- S+e. 1111 Y"L'- Lr '� CA C(U8`7 Address of Bidder Subscribed and sworn to before me this 23'' day of vt-. 9- ,20 OF. _ QALPH P. ASHBAUGH l r14 Commission * 1702726 � LO. NoWfy Public -California orange County , NOTARY PUBLIC NOTARY SEAL C-7 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 LIFT STATION #26 REPLACEMENT AT BRIGHTON DRIVE AND SHOREHAM LANE, (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. Contractor T7 /;r- By ly S L.G,r-c. ,,r y Title Date: /1Z,6 0 9 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-9 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. Qcicl�Al C, Contractor By Title Date: ®� C-10 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder Name -2,Z343 d6- Pc dyv.,, Ave- , S I I H Business Address �0U I �,.�v�Dl� CA 62Sl:zo� 7 City, State Zip Telephone Number °l 1a3vo I G-[ass A- � � State Contractor's License No. and Class 5/-7 1 C-) Original Date Issued W 3112,0( 0 Expiration Date The work site was inspected byCrm ' 9 ace ) of our office on (o to , 20 The following are persons, firms, and corporations having a principal interest in this proposal: y� C"r ai y,, W ui-eyw n n C-12 The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. Company ame Sipai&e of Biker' Tk'omc-5 Je-5 Saf , Printed or Typed Signature Subscribed and sworn to before me this??-? day of J RALPH P ASHBAUGN Commission * 1702726 Z s Notary Public -California Orange County MV Comm. Nov 9.�10 NOTARY PUBLICJpw4& 10 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 Type of Work Date Completed 2. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed 3. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed C-13 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For Lift Station #26 Replacement, at Brighton Drive and Shoreham Lane, CC'1297 June 10,2008 Notice to All Bidders: Please note the following revision to the project,Specifications: The following shall be deleted from the Specifications: Section 13370-1.6 1.6 EQUIPMENT SUPPLIED BY OWNER A. The PLC/Telemetry control panel will be supplied by the OWNER for remote indication of pump station signals to the OWNERS central control system. The CONTRACTOR will be responsible for taking delivery, mounting, connecting and powering the OWNER supplied panel. The CONTRACTOR will also be responsible for wiring to and from the OWNER supplied panel all signals and power as shown on the contract drawings. B. For bidding purposes the contractor should assume the PLC/Telemetry panel will be 30"High x 24"Wide x 12"Deep. This modification does not change the Engineer's Estimate for this project. This is to acknowledge receipt and review of Addendum Number one, dated June 10,2008. 6.6 1�-(- C'o a t-r-�f-k(-'e( F�� /1/6 Company Name By 6/1stoc Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Andrew Ferrigno at(714)536-5291. -1 of 1 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For Lift Station #26 Replacement, at Brighton Drive and Shoreham Lane, CC1297 June 10,2008 Notice to All Bidders: Please note the following revision to the project, Specifications: The following shall be deleted from the Specifications: Section 13370-1.6 1.6 EQUIPMENT SUPPLIED BY OWNER A. The PLC/Telemetry control panel will be supplied by the OWNER for remote indication of pump station signals to the OWNERS central control system. The CONTRACTOR will be responsible for taking delivery, mounting, connecting and powering the OWNER supplied panel. The CONTRACTOR will also be responsible for wiring to and from the OWNER supplied panel all signals and power as shown on the contract drawings. B. For bidding purposes the contractor should assume the PLC/Telemetry panel will be 30" High x 24" Wide x 12"Deep. This modification does not change the Engineer's Estimate for this project. This is to acknowledge receipt and review of Addendum Number one, dated June 10,2008. ?A, I&G coast Company Name By `? 0 g Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Andrew Ferrigno at(714)536-5291. -1 of 1 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714)536-5431,Fax(714)374-1573 ADDENDUM NUMBER TWO For Lift Station#26 Replacement, at MOW Drive and Shoreham Lane, CC1297 June 18.2008 Notice to Al Bidders: Please note the following revision to the project,Specifications; The following shall be added to the Specifications: Section 05500.2.6 HATCHES G. Contact Information for LASCO LIDS is as follows: Scott Hlgley,760-801-6330 John Trosper:750-519-9000 Jeff Osborne:760-535-0876 H. For reference in bidding this project,Shop Drawings part number 12045SH2O, 4830SH2O,and 48481)H2O,for LASCO LIDS have been provided herein. The use of these Shop Drawings are for biding purposes only and do not constitute an approval per Section 05500-2.61 of these specifications. The following shall be amended as shown(underlined text has boon added and deleted text has been labeled): Section 05500.2.13 Manufacturers A. Products of the type or model (if any) indicated shall be manufactured by one of the following; {peleted: (orcguon 1. Hatches: a. LASCO LIDS 2. Manhole Frames and Covers orequal): a. Neenah Foundry Company R-1642 with Self-Sealing Cover. b. Phoenix Iron Works P-1090 PJG- Alhambra No.A-1480,to cover ijiarked"S," 3. Field Repairs to Galvanizin are ua�: a. "Galvinox", b, "Galvo-Weld". -1 of 3 I 4, Aluminum Grating�a e ua1 a. Grating Pacific,Tnc, The following shall be amended as shown(underlined text has been added and deloted toxt has boon labeled): Section 09800-2.4.6 System No.7—Elastomeric polyurethane,Concrete: l. System No.7—Elastorneric Polyurethane,Concrete: The lining material shall be a two-component, 100% solid, non-solvent hybrid polyurethane coating,with a shore"D"hardness of 57 at 77 degrees Fahrenheit,such as Sancon 100 as manufactured by Sancon Engineering,Huntington Beach,California. The material shall be the high-build type capable of application thickness,as specified, without runs or sags, and shall be capable of passing ASTM D-1737 for flexibility, using cylinder mandrel of 0.5 inch (12.7 millimeter). The flash point of the fluid mixture shall be 450 degrees Fahrenheit open Zahn cup. Lining material shall meet or I exceed the requirements of 210-2.3.3 and ',00-2.7 of the SSPWC pertaining to {oeliaw:s00-2.4.10 Chemical Resistance and Physical Properties, Proof of meeting,these requirements shall be provided as part of the bid submittal and shall be confirmed by the Engineer 15 days prior to commencement of work. The color shall be white or cream. The complete coating shall be impermeable to sewer gases and liquids and non-conductive to bacterial or fungus growth. The lining shall be capable ofrepair at anytime during its life. 1. Application on concrete surfaces: & Prime coat DFT=,5 mils of epoxy.,. ;neleem:3 - b. Finish coat D!`T 125 mils ofpolyurethane shall be appliedpr or to the Epoxy becoming tack free,The lining shall be applied over dry concrete to all interior surfaces as designated in the plans in one continuous coat,without seams,bubbles or pinholes, The finished lining shall be uniform in color and free from any holes or defects. Any areas in question shall be removed,reworked and patched. 2. Application on steel surfaces: a. Prime coat DFT = l - 2 mils of polyurethane based primer or as approved by coating manufacturer. Primer shall be applied to the prepared surfaces after insuring there is no dust contamination, b. Finish coat IDFT=40 mils of polyurethane with one continuous coat, without seams,free from any holes or defects, 3. Spark Testing: Spark testing will be performed upon completion of lining installation and visual inspection. Spark testing voltage will be set at 100 -2 of 3 volts per mil.of coating thickness specified. Spark testing equipment shall be Tinker and Rasor APW or equivalent. Spark Testing shall be witnessed by inspector or other appropriate person Final approval for applied polyurethane lining shall be given by owner before contractor demobilization. Only workmen trained and experienced with the specified material shall perform the lining application. The lining shall be applied through plural component equipment specifically designed and approved by the manufacturer of the lining material.The equipment shall be in good working order to insure correct proportioning and mixing of the components. Both manufacturer and installer of the clastomeric polyurethane shall warrant its Iining for five years against any type of failure due to defects in material and application. The following shall be amended as shown(underlined text has been added and deleted text has been labeled); Section 09800-3.11.D D. For external or internal application-of lining or coating materials for buried or submerged piping systems, the CONTRACTOR shall supply inspection procedures for use by the CONSTRUCTION MANAGER, Procedures shall be supplied in advance of starting work, Measurement of bond strength of concrete epoxy can be measured in accordance with ` ASTM D4541 of SeOpn 500.2.4 of SP1�l'C as required b the C�Q\STRUCI'1()N MANAGER, Any areas detected to have inadequate bond strength shall be evaluated by the Project Engineer. Further bond tests may be performed in that area to determine the extent of potentially deficient bonded area and repairs shall be made by the Applicator in strict accordance with the Manufacturet's recommendations, This modification does not change the Engineer's Estimate for this project. This is to acknowledge receipt and review of Addendum Number one,dated June 10 2008. _pe,,C1_4 C- C6�Sfi � d-ru v�ti re, :F--c ��( Z�- Company Name By (0 �g Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum,please call Andrew Ferrigno at(714)536-5291, This Addendum has a total of sic pages,which includes three one page shop drawings. -3 of 3 City ofHtintington bleach Public Works Department 2000 Main Street Tel.(714)536-5431,Fax(714)374-1573 ADDENDUM NUMBER THREE For ]Lift Station 4,26 Replacement,at Blrijzhton Drive and Shoreham Lane,CC1297 ,tune 25,z tlts Notice to All Bidders: Please note the following revision to the project,5pceifreations: The following shall be amended as shown(underlined text bas been added and deleted text has been labeled): Section t 1000-7.2.1 Service Factors 1. Service Factors: Service factors shall be applied in the selection or design of mechanical power transmission components. Unless otherwise calculated, the minimum service factor shall be 1.25• Unless otherwise indicated, the following load classifications shall apply in calculating service factors: Type of Equipment Load Clg,- Rcation Pump: Centrifugal or Rotary Uniform Reciprocating Moderate Shock Fan/Blower Moderate Shock " `Shock¶ I The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Section 11319.2.2.0 C. Accessory Equipment:Shall be as follows: { 1. Provide the following accessories for the pump as required for a complete installation_ a_ Pump Stand: Gast Iron i I'L Fusion 13on¢ed .F:poxvS sy'lctn.,(>. 5ectiqn I Deletod:Typc:sib.nm;,dc9ssrccl. ^i (19�002.4.E3.S. b. Cable Supports: Polypropylene composition clamp with Type 316 stainless steel bolts_ c. Anchor Bolts:Type 316 Stainless Steel. d. Suction elbow with baseplate assembly. -1 of 3 c. .Lifting[sail. f. Cable holder and support grip, (DelQtak� p�.t�ablehae.-'ww—,-n—.—',' _ `ntnFackct Suitable rot pump.I The following shall he deleted Section 113.19.2.3.0 C- A portable hoist shall be provided for the pump station. The portable hoist shall be pedestal based,power assisted with standard loop and hooks. Capacity of hoist shall be suitable for removal of all pumps- The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Cover Page BIDS DUE: ` U1 y 3,V908 Juno 26 2:00 PM,2ND FLUOR — City Clark's Office The following shall be amended as shown(underlined text has been added and deleted text has been labeled). Section A PUBLIC NOTICE IS HEREBY OWEN 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 u� Iy 31 2008. Bids will„be publicly open,in Council ne� ,June 26 _ ) Chambers, The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Section 01115.1;.J J. At the option of the CONTRACTOR,temporary pipelines,wiring,or other facilities may be constructed to by-pass certain fluid or electrical processes while modifications are being made to permanent facilities. The CONTRACTOR shall submit for review by the ENGINEER a complete detailed design of the proposed temporary facilities including a complete written description and drawings- For by- pass pumping the CONTRACTOR shall have a primary and back-up electric pump onsite for the duration of by-pass operations.The CONTRACTOR may pull power for the pump from the existing Lift Station No. 26. The CONTRACTOR shall be fully responsible for all by-pass operations and have a representative on call 24 hours a day, 7 days a week, for the duration. The ENGINEER shall have the -2 of 3 authority to require any modifications to the proposed temporary facilities which he/she deems necessary to maintain proper and reliable operation of the plant, The, OkSjLl),flc}..1 liar each of tht tllrc.e sewer ninehncc tribute_ tt]y to thL W station sha11 be i(k�^17rt1_ This modification does not change the Engineer's Estimate for this project. This is to acknowlcdgc receipt and review of Addendum Nombcr one,dated June 10,2008, Cws Company Name By Date All bidders must acknowledge the rcceipt of this Addendum with your bid proposal. Should you have uny questions regarding ibis Addendum,please call Andrew Perrigno at(714)536.5291. -3 Of 3 i City of Huntington Beach Public Works Department 2000 Main Street Tel. (714)536-5431,Fax(71.4)374-1573 ADDENDUM NUMBED FOUR For Lift Station#26 Replacement, at Brighton Drive and Shoreham Bane, CC11297 Notice to All Siddcn; Please note the following revision to the project,Specit+caiirnis: The following shall be amended as shown(underlined text has been added and strikethrough text has been deleted): Section 05500.1.4,Section 05500-1.5,Section 05500-2-1,Section 05500-2.6,And Section 05500- 2.13 1.4 CONTRAC'CQR$ I TALS A. Shop Drawings- Shop Drawings shall be submitted in accordance with Section 01300,Submittals, B. Sbop Drawings: Shop drawings for stairs and hate;hes-shall be submitted detailing fabrication and installation_ a tti Include plans. elevations, sections, And Formaceea:strikethrough �.--att ' details f stairs and their connections. Show anchorage and accessory items. For _ .. LFormatCed:$trlketnrough�_ grating, show the dircction of span, type and depth of grating, size and shape of grating panels,seat angle details,and details of grating hold down fasteners. C. Product List and Product Data Sheets: Protective Coating,a product list shall be submitted with product data sheets of intended shop coats, 1.5 OUA1 IJ Y ASSURANCE A. Carbon steel materials lute 4r, p e gls shall be fabricated and erected in - (Formatted:strikethrough _ accordance with the latest edition of the AISC "Specification for the Design, Fabrication and Ercation of Stee) for Buildings", and "Code of Standard Practice for Steel Buildings and Bridges",except whenever there is a discrepancy between the Design.Drawings and this Specification,the Drawings shall govern. i of 4 B. Aluminum work shall be fabricated and erected in conformaxrce with applicable requirements of the CBC and referenced standards for Aluminum. C. Continuous Inspections: All welding and bolting of'framing assemblies shall be conducted under the continuous inspection of an International Code Council (ICC) certified "Special Inspector" selected by the OWNER with costs borne by the OWNER. Should such fabrication be performed in the shop of a licensed fabricator approved by the governing building official and certified by the JCC Evaluation.Services,Inc.: only the field welding and bolting of structural framing assemblies will be required to be performed under continuous inspection of the ICC-certified "Special Inspector_" The OWNER shall be notified at least 24 hours in advance of needed inspections. Copies of inspection reports for shall be provided for the OWNER,CONTRACTOR,and governing building official. 2.1 _MATERIALS A. Steel: Steel shall conform to the following requirements: 1. Shapes,Plates,Bars: ASTM A 36 or ASTM A992. 2. Pipe,Pipe Columns,Bollards: ASTM A 53,Type E or S.Grade B Schedule 40,unless noted otherwise. R. Aluminum: Aluminum. structural shapes shall be new and conform to 6061-T6 alloy and temper,unless otherwise noted. C. Stainless Steel: Unless otherwse designated or approved, stainless steel alloy types shall conform.to ASTM A16'7 and ASTM A276 as follows: 1. Stainless steel plates,pipe and structural shapes:Type 310. 2. Stainless steel bolts, nuts and washers: Type 316 where connecting or bearing on aluminum. D. Cast Iron_ Cast iron shall conform to ASTM A48,except as otherwise noted. 2. Ductile Iron: Ductile iron shall confer-n to ASTM A536, using Grade 60-40-1.8 or botter,except as otherwise noted. V. Gil, igizing: All kalvatlizal� ,esr htcet 1ai1 cotrfr�nii_t_�the rcq<►irert�ents c?f the American Galvanizer q_ Aticociatiun. Fattlr�l�yu w.I;alvanizc it.ol'gil:.� iIgj dis? yalvanizin,_ mll&rs s.balf_conform_to AST M .A.123 with a m6itnorn.,colt'nw tkukncss of 2.3 oz;rft _All hardware sllali kjp hnt4dip s alvanizt:Cl ltt c,QnfornranCe witlt A.-I A153 with a minimum c��ating rdliclrta�ss of 2.��?�.�tk`. 2 of 4 2 6 HATCHES A. Hatch Type: Where access hatches are indicated to be mounted on a floor slab (including top slabs which are not covered with a roofing membrane) or on a concrete curb, the hatch shall be a flush type as indicated. Hatches shall be as manufactured by LASCD LIDS, San Marcos, CA, or U.S.'f,.,Ml_ABFUCAJ.'_,N TNt_, Ftiale<�la, TZ;,, no substitutions. hatches loc,.qqd in sidcwalk,��tihall tic 1.ASCU_��. 1`�45SE-E2U• R, Hatch Materials snd llardwnre: All hatches shall be fabricated from aluminum unless otherwise indicated_ All batch hardware shall be Type 316 stainless steel. All hatches sh tl.l be,hinged anti st�rinry sted. 11.atcbes k�c tied to wtre�t4 hall , bolt down. C, Live Loads: e M design live loadi�xg 5h31.1 hc_112U tc1l�e, t,3odii *m n� r, ,._ ,nn �, .t velh ,.G�=a �Thal1�71 (Formatted:�strikerrouflh 2 i •tL O- ..,,_tenA A A C .TT i"i--vs•:�'f'lrfi3t3!'!@E? -.~ .. '. ierr: Hatches `(Formatted:Strikethr0ugh .., located in residential streets shall be designed to withstand H24 %vheel yelieirlsr ;;atttad:stdkethrough loading,,,(inc l�Ldin 3t)`% ittagact�,jyhc�4_t1t�._l t�atec r.specd .litYtit_sic>us_nylt cx�ced_3, —.. -___ -.. F6tmattCd:Strlkethrough D. Hatch Dimensions: Hatch opening sizes, number and direction of swing of door leaves,and locations shall be as indicated. E. Shop Drawings and calculations signed by a Professional Engineer, licensed to practice in the state of California,shall be submitted for all batches. F. Water Tightness: Hatches_located in_tii ewalks shall be equipped with a joint gutter and moat-type edge drain. A 1,5-incb. diameter (minimum) drain connection shall be provided and located by the manufacturer,, R3 qJn we gutters ate hi T.hly dcwired f4Or hatrlto;looted in trecis. 2.13 MANUFACTURERS A. Products of the type or model (if any) indicated shall be manufactured by one of the following: 1. Hatches: a_...,m LA:SCO LIDS 3of4 The Plans Shall be amended as follows: Sheet M-2 Change "stainless steel single leaf hatch (frame opening is 30"x4g")" to "steel hot-dip galvanized double or single leaf hatch with lmirritnum clear opening of 30"x4g"". Sheet S-1 Change"stainless steel double leaf hatch(frame opening is 421'05"),typ."to"steel hot- dip galvanized double or single leaf Batch with minimum:clear opening of 36"x48",typ,". The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Cover Page BIDS DUE: Jnlyl 2008 ----------_ Deleted:3 2.00 PM,2N6 FLOOR ----- City CIerk's Office The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Section A PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH,as A,CTENCY,invites seated bids for the above stated projects and will receive such bids in the office of the City Clerk,Second Floor,2000 Main Street,Huntington Beach,California 92648,up to the hour of 2:00 PM on July,20Q�__Bids will-b_e ____ y - d publicly open in Meeting Room 134 Deleted:coh1na1 Chnrnfitrs This modificution doe's not Change the Engineer's Estimate for this pru.jcct. This is to acknowledge receipt and review of Addendum Number Four,tilted Jasy 1,XoR p . tl w_ e,- T,C (:ompuny Name By vg Date All bidden must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions reganiing this Addendum,pacaac call Andrew Fetzigno at(714)536-5291, 4 of 4 S u reTe c V BID BOND Bond No. SI-334 KNOW ALL MEN BY THESE PRESENTS,that we Pacific Coast Infrastructure, Inc., as principal, hereinafter called the"Principal," and SURETEC INSURANCE COMPANY, 9737 Great Hills Trail, Suite 320, Austin, Tx 78759, as surety, hereinafter called the"Surety," are held and firmly bound unto City of Huntington Beach as obligee, hereinafter called the Obligee, in the sum of Ten Percent(10%) of 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 Sewage Treatment Plant, Paving, Sidewalk/Parking Lot, Sanitary Sewer. 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 cost 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. �'���a SIGNED, sealed and dated this 1st day of July, 2008 l ++ ,h LA' Pacific Coast Infrastructure, Inc. IBC�i Cam ,, y P—ALf� `'$�I��.L 1 A` TA (Principal) t3R1P61 P. ISStt&A '2 t Commt�sFon#t 1702726 BY: Q"� Z Notary 9uWtc -California Z Orange County TITLE: W Comm.Ettp11U Nov 3,2010 PigSur ec Insurance o an BY: Daniel Huckabay, At ey-in-Fact California_Bid_Bond_Uncapped Rev 1.1.06 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA County of Orange On 7/1/08 before me, Arturo Ayala, Notary Public Date Here Insert Name and Title of the Officer personally appeared Daniel Huckabay Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the R T L)�a &� -A person(s), or the entity upon behalf of which the person(s) CO M M. #16 3 6,5 4 9 v acted, executed the instrument. „1Vj`[ARY PUT 11-NO IF-02NIA& ORANGi Cc C''fi TY I certify under PENALTY OF PERJURY under the laws of MY GC�£J M, r XA. ,IA13, ?:.I., 2olo r the State of California that the foregoing paragraph is true and correct. Witness my hand tic Signatu ,]f -_ Place Notary Seal Above / p� Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Bid Bond Document Date: 7/1/08 Number of Pages: One Signer(s) Other Than Named Above: Capacity(ies)Claimed by Signer(s) Signer's Name:Daniel Huckabay Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer—Title(s): ❑ Corporate Officer—Title(s): ❑ Partner—❑Limited❑General ❑ Partner ❑Limited❑General [� Attorney in Fact ❑ Attorney in Fact ❑ Trustee ® 7thumbhere El Trustee ° El Guardian or Conservator Top o ❑ Guardian or Conservator Top of thumb here ❑ Other: ❑ Other: Signer is Representing: Signer Is Representing: 0 2007 National Notary Association-9350 De Soto Ave.,P.O.Box 2402-Chatsworth,CA 91313-2402-www.NationalNotary.org Item#5907 Reorder:Call Toll-Free 1-800-876-6827 POA#: 510023 Bond No. Si-334 SureTee Insurance Company LIMITED POWER OF ATTORNEY Know AU glen 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 Arturo Ayala, Ralph Eidem, Jr., Daniel Huckabay of Orange, CA its true and lawful Attorney(s)-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 bonds 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 Attorneys)-in-Fact may do in the premises. Said appointment shall continue in force until 10/31/08 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, 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 Attomey(s)-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 ZOe of April, 1999.) In Witness Whereof,SURETEC INSURANCE COMPANY has caused these presents to be signed by its President,and its corporate seal to be hereto affixed this 20th day of June,A.D.2005. TEC qf9URANCE COMPANY By: B.J.I{i: g, reside t sct g rz State of Texas ss: County of Harris On this 20th day of June, A.D. 2005 before me personally came B.J.King, to me known,who,being by me duly sworn,did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument;that he knows the seal of said Company;that the seal affixed to said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said Company;and that he signed his name thereto by like order. cmom�eaots�s MichelleDenny ID Not(m PublIC �In n3;nl�sale of Text ° r y W Oyu, k YU�My COtI Eves Michelle Denny,Notary P lic August 27,2 108 My commission expires August 27,2008 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 effect;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 1st day Jul 20 08 ,A.D. .Brent Beaty, sistant Sec1T ary Any instrument Issued in excess of the penalty stated above is 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. City ®f Huntington Beach 2000 Main Street • Huntington Beach, CA 92648 OFFICE OF THE-CITY CLERIC JOAN L. FLYNN CITY CLERK October 17, 2008 Socal Pacific Construction Corp. 29885—2"d St., Ste. J Lake Elsinore, CA 92532 RE: CC-1297 — Lift Station #26 Replacement at Brighton Drive and Shoreham Lane Enclosed please find your original bid bond for CC-1297. Sincerely, Joan L. Flynn, CMC City Clerk JF:pe Enclosure Sister CitQ°Aj [cargar /r�t New Zealand �J� (Telephone:714-536-5227) Socal Pacific Construction Corp. 29885 2"d. St. Ste. J Lake Elsinore, CA. 92532 '6 a°t, - 2008 JUL -8 PM 1: 59 City of Huntington Beach 2000 Main St. Huntington Beach, CA. 92648 Lift Station#26 Replacement Bids: 646�88 @ 2:00 pm SECTION C ` PROPOSAL for the LIFT STATION#26 REPLACEMENT at BRIGHTON DRIVE AND SHOREHAM LANE CASH CONTRACT No. 1297 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 Two-Hundred and Seventy (270) calendar 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 PROJECT BID SCHEDULE ti tern stxm� a tem vvtt unxt:grice.. > xten e N-6- i Quantity: .::::. .>>: written:iu:yvords.>:..:..::::: :.: >:::: t►it. ;i ice:: '.._:.Amount:: 1 1 Mobilization ��'' LS @ L/��re /hurdrr' s, ��&yJ� Dollars Cents Per LS 2 1 Temporary sheeting,shoring,and bracing / LS @ 1 ;�;Cr r' ar•+�Dollars $ Cents Per LS 3 1 Removal temporary sheeting,shoring,bracing LS @ r' rtv ..r� T�oc���1 Dollars $ ��' f/� $� /rT� Cents Per LS 4 1 Demolition of Existing Lift Station No.26 L5 �r y � ✓r k�.�� Dollars Zel,* Cents Per LS 5 1 Provision and maintenance of bypass pumping LS @ Z ;1lzt-w l4w;A-4 Dollars 2&6 Cents Per LS 6 1 Construct Lift Station /No.26 Structure LS @ 10" ✓e,t u�,ddPj A/. /��vJ'k..d Dollars $ 1 v i 7ea4 Cents Per LS 7 1 Construct interior/stairs and jwalkway LS @ n,�l —dd r hT J6✓S kN� Dollars e 4i,vk, Cents Per LS 8 3 Furnish and install sanitary sewer manholes EA @ �.e vF / ba':6 Dollars ` en, Cents Per EA 9 1 Furnish and install sanitary sewer droop manhole a EA @ Ty�+� �C'vl T�irw3 a.,dJ Dollars $ ! i%G' $ Z-ery Cents Per EA 10 25 Furnish and install 8"PVC sanitary sewer c4 LF @ Dollars $ ?2si� i�&C Cents Per LF C-2 PROJECT BID SCHEDULE .... ........... ............ . ....... ... terq::: stlma e >:::: ..'tem' ' unit:g�rce..;: ;.Quantity: »:::: .:::::::::writbm in,:wordi ...Unitfrice::::::: Amount:::::: 11 25 Furnish and install 10"PVC sanitary sewer LF @r�gvr(r��S°f'v��:� -�;.� Dollars $ ✓ $ 7 Mil, Cents Per LF 12 2 Furnish and install dry pit submersible pumps EA @ 'l/:,t� 4 �O�s�.�.a' Dollars $ $ l el '�✓` Cents Per EA 13 1 Furnish and install all interior piping LS @ ll:c, ,f Dollars 7e46 Cents Per LS 14 1 Furnish and install drainage sump pump j ,, LS @ .�.^ti 1.T Dollars 2erc Cents Per LS 15 1000 Furnish and install 6"PVC DR14 force main LF @ L-"."?c 4'.9 le j S/vv -Ifvu e Dollars $ Ad/`/ $ �r AAd' ;Ze✓i�Cents Per LF 16 1 Furnish and install ventilation system LS @r�!vFv sGJS 'w Dollars Cents Per LS 17 1 Furnish and install force main bypass p � L5 @ .'r.� /c�5lr�sl Dollars $ ✓ i Girt: $ l� �'�`ir 'e's'L Cents Per LS 18 2 Furnish and install force main clean outs j J f� EA @ ' ��� '��� �6 x 1r ysr�/re� Dollars $ `p $ zero;Cents Per EA 19 440 Remove and replace concrete sidewalk SF @ Dollars $ �� $ VLf Cents Per SF 20 75 Remove and replaces curb and gutter LF @ � �v�Ai�tt Dollars $ Cents Per LF C-3 PROJECT BID SCHEDULE tem< stx�na a >:;:>: tem w� nnxt:pace >.:: >.: xtett..e..: .. ............ ........ No::_:::Quantity:: ;written: n:words:.:.:.::.::.:.: >:..::..: ::::::::::::_:.Tnit: rimounf 21 3080 Remove and Replace AC Pavement SF @t"y�-�JAr'�n Dollars --ev6 Cents Per SF 22 1 Furnish and install meter,monitoring,&termination panel LS @ S.ry�. -fiYleL 1�/K l Dollars $ Lib,�U� $ 21"d& Cents Per LS 23 1 Furnish/install electrical panels,instrumentation,&wiiring ate � LS @ L � «+ r�cC i>�Tr, &,et &,..,,Dollars $ f 13����fi� $ Z<ri, Cents Per LS 24 1 Furnish/install RT/U,wiring and programming `� J" 11 LS @ '� T�UL J�1W�e Dollars $ 1d�G'l� $ 20,'1, Cents Per LS 25 1 Restoration of aboveground improvements 1 t LS @ Dollars $ %f liGv' $ zero Cents Per LS 26 1 Allowance for obtaining the necessary permits LS @ Dollars $ lkl�y $ zero Cents Per LS 27 1 Allowance for the security system required LS Dollars $ b_� $ zero Cents Per LS 28 1 Provision and implementation of the SWPPP plan LS @ Dollars $ $ S "y zea Cents Per LS 29 1 Provision and implementation ofTraffic Control Plan ,�� l/ "', LS @ �w o r ,vvi , Dollars $ 2 °d $ G�'� ZCf Cents Per LS 30 1 Provision of payment and performance bonds t LS @ Dollars $ cC_� $ 2 erG Cents Per LS Total Amount Bid in Figures: $ Total Amount Bid in Words: / ! /- f ............................ 'u.......•..... lc!CP'�.'t/ly t.9 dd•-f. r✓y_a'? C! SJX.•............. C-4 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option,be considered null and void. Accompanying this proposal of bid, find R; I in the amount of$ 10% which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or"Bidder's Bond", as the case may be). Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's S' . re #1 6-10-2008 #2 6-19-2008 #4 7-1 -2008 C-5 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor. ;Portion Name and Address of Subcontractor State License, , Class -. 1f4, &I 7Z C'S7 ik ALI 379790 CCU 11 Jill? srt t+�c C P 73,24 4 LZ® 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-6 NONCOLLUSION AFFIDAVIT TO DE EXECUTED BY BIDDER AND SUBMITTED WITH DID State of California ss. County ofOrwge- Riverside Anton Anstett . being first duly sworn, deposes and says that he or-she is President of Socal Pacific* 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. *Construction Corp. Socal Pacific Construction Corp. Name of Bidder Signature of Bidder Anton Anstett, President 29885 2nd St. Ste. J Lake Elsinore, CA.92532 Address of Bidder Subscribed and sworn to before me this day of , 20 State of California .,,. a _.e. County of Riverside § TERRA COX Commission#1680321 emy Notary Public-California 4 Subscribed and swom to(or affirmed)before me this 25th`day of zRiverside County June 2008 by Anton Anstett,proved to me on the basis of Comm.Expires Jul 10,201 NOTARY PUBLIC sat sfactory evidence to be the persons)who appeared before me. IF'44p, IV NIP Terra Co— NOTARY SEAL Notary Public C-7 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 LIFT STATION #26 REPLACEMENT AT BRIGHTON DRIVE AND SHOREHAM LANE, (I)(we)(it) will employ and utilize only qualified persons, as_ hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "QuaTafted 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. Socal Pacific Construction Corp. Contractor By Anton Aftstett, President Title Date: June 25, 2008 C-8 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 Ul&o If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-9 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. Socal Pacific Construction Corp. Contractor By Anton Anstett, President Title Date: June 25, 2008 C-10 UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBER (To be completed only by the awarded Contractor prior to excavation) No excavation will be permitted until this form is completed and returned to the AGENCY. Section 4216/4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number, call Underground Service Alert at 1-800-422-4133 a minimum of two working days before scheduled excavation. Dig Alert Identification Number: Contractor By 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-11 BIDDER'S MFORMATION BIDDER certifies that the following information is true and correct: Socal Pacific Construction Corp. Bidder Name 29885 2nd St. Ste. J Business Address Lake Elsinore, CA. 92532 City, State Zip ( 951 ) 674-1030 Telephone Number 443117 A, B, C33 State Contractor's License No. and Class 7-18-1983 Original Date Issued 6-30-2009 Expiration Date The work site was inspected by Steve Hennes of our office on June 21 , 20 0 8 The following are persons, firms, and corporations having a principal interest in this proposal: Anton Anstett, President Stephan Hennes, Secretary C-12 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. Socal Pacific Construction Corp. Company N Signature of Bidder Anton Anstett, President Printed or Typed Signature ;Subscribed and sworn to before me this day of Slate o a�rf200_ . l ia County of Riverside } TERRA COX Subscribed and swam to(or affirmed)before me this 25th day of Commie' # 1680321 June 2008 by Anton Anstett,proved to me on the basis of satisfa!orypvidence to be the person(s)who appeared before me. Notary Public-Californian`, Riverside County NOTARY PUBL My Comm.Expires Jul 10,20101 Tprm cox 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. See Attachment "A" . Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed 2. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed 3. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed C-13 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For Lift Station #26 Replacement, at a hton Drive and Shoreham Lane, CC 1 297 June 10,2008 Notice to All Bidders: Please note the following revision to the project, Specifications: The following shall be deleted from the Specifications: Section 13370-1.6 1.6 EQUIPMENT SUPPLIED BY OWNER A. The PLC/Telemetry control panel will be supplied by the OWNER for remote indication of pump station signals to the OWNERS central control system. The CONTRACTOR will be responsible for taking delivery, mounting, connecting and powering the OWNER supplied panel. The CONTRACTOR will also be responsible for wiring to and from the OWNER supplied panel all signals and power as shown on the contract drawings. B. For bidding purposes the contractor should assume the PLC/Telemetry panel will be 30"High x 24"Wide x 12"Deep. This modification does not change the Engineer's Estimate for this project. This is to acknowledge receipt and review of Addendum Number one,dated Ju 10,2008. Socal Pacific Construction Corp. Company Name By Anton Anstett, President 6-25-2008 Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Andrew Ferrigno at(714)536-5291. 4 of 1 volts per mil of coating thickness specified. Spark testing equipment shall be Tinker and Rasor APW or equivalent. Spark Testing shall be witnessed by inspector or other appropriate person. Final approval for applied polyurethane lining shall be given by owner before contractor demobilization. Only workmen trained and experienced with the specified material shall perform the lining application. The lining shall be applied through plural component equipment specifically designed and approved by the manufacturer of the lining material.The equipment shall be in good working order to insure correct proportioning and mixing of the components. Both manufacturer and installer of the elastomeric polyurethane shall warrant its lining for five years against any type of failure due to defects in material and application. The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Section 09800-3.111.1) D. For external or internal application of lining or coating materials for buried or submerged piping systems, the CONTRACTOR shall supply inspection procedures for use by the CONSTRUCTION MANAGER. Procedures shall be supplied in advance of starting work. Measurement of bond strength of concrete epoxy can be measured in accordance with ASTM D4541 or Section 500 2.4 of SSPWC as required by the CONSTRUCTION MANAGER. Any areas detected to have inadequate bond strength shall be evaluated by the Project Engineer. Further bond tests may be performed in that area to determine the extent of potentially deficient bonded area and repair,shall be made by the Applicator in strict accordance with the Manufacturer's recommendations. This modification does not change the Engineer's Estimate for this project Two This is to acknoMedge receipt and review of Addendum Number wra,-dated June 1 008. Socal Pacific Construction Corp. Company Name By Anton Antett, President 6-25-2008 Date AN bidders must admowiedge the receipt of this Addendum with your bid proposal. Should you have any questions regarding ttus Addendum,please call Andrew Ferrigno at(714)536-5291. This Addeudurn has a total of six pages,whkh includes three one page shop drawhVs. -3of3 authority to require any modifications to the proposed temporary facilities which he/she deems necessary to maintain proper and reliable operation of the plant. The desist FI�}v tttr rach of Tlic}brat` sC�vct't�inelincs rributury to thr,Eiti statiotl shall be 101)Lai in. _.. Thi.q madification does not change the Engineers Estimate for this project, Three This is to acknowledge receipt and review ofAddentlum NumberoMe-dated Jnnc 10 Socal Pacific Construction Corp. CompanyTVamc By Anton Anstett, President 6-25-2008 Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions reprding this Addendum,please call Andrew Perrigno at(714)536-529t, -3 of 3 The Plans Shall be amended as follows: Sheet M 2 Charge "stainless steel single leaf hatch (frame opening is 30"x48")" to "steel hot-dip galvanized double or single leaf hatch with minimum clear opening of 30"x48"". Sheet S-1 Change"stainless steel double leaf hatch(frame opening is 42"x4519),typ."to"steel hot- dip galvanized double or single leaf hatch with minimum clear opening of 36"x48",typ" The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Cover Page BIDS DUE: July ,2005 -- 2:00 PK 2ND FLOOR City Clerk's Office The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Section A 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 IBeach,California 92648,up to the hour of 2:00 PM on July,�,2008. Bids will be deleted:s publicly open in Meeting Room T3£j, - - tDeleted:Cm=it Cna b$ This modification does not change the Engineer's Estimate for this project. This is to acknowledge receipt and review of Addendum Number Four,dated J ,200 . Socal Pacific Construction Corp. Company Name BY Anton Anstett, resident 7-1 -2008 Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum,please call Andrew Ferrigno at(714)536-5291. 4 of 4 SOCAL PACSW CONSTRUCTION CORP. - 29665 2PD STREET CURRENT PROJECTS COMPLETED&IN PROGRESS. SUITE J 3=20D LAKE ELSWORE,CA 92632 PHONE:9 61474 4 03 0 , FAX:961474.1035 OWNER SOCAL PACT:-L STATUS PROJECTIOESCRIPTMWLOCATKIN AMOUNT OWIERICONTRACTOR CONTACT PHONE FAX ENGINEER "CONTACT PHONE PROJECT MIUAGER COMPLETED TEMECULA VALLEY WATER RECLA918 PLANT EXPANSION $176.425.00 EASTERN MUNICIPAL WATER DISTRICT BRUCE MTTZEL (951)928.3777 (951)V&6111 CAROLLO ENGINEERING STEVE EARP (909)884-2228 PAUL SCHUESSLER 2003 TEMECULA,CA SEWAGE TREATMENT PLANT EXPANSION TO 12 MGD COMPLETED NICOLAS RESERVOIR 31,346,049.00 RANCHO CALIFORNIA WATER DISTRICT KEN COPE (951)2964M (951)2964M KENNEDY JENKS ENGINEERS ARNIE SAWIK (858)670-3620 PAUL SCHUESSLER 2003 MURRIETA,CA PRE-STRESSED CONCRETE WATER RESERVOIR COMPLETED TEMECULA VALLEY TERTIARY EFF PUMP STATION 02 $71,232.26 EASTERN MUNICIPAL WATER DISTRICT BRUCE MITZEL (909)9283777 (951)92"111 CAROLLO ENGINEERING STEVE EARP (909)864-2228 PAUL SCHUESSLER 2003 TEMECULA,CA TERTIARY EFFLUENT PUMP STATION&PIPING COMPLETED OVERM£YER RESERVOIR $1,152,251.00 CITY OF HUNTINGTON BEACH JOE DALE (114)536.5915 (714)374-1573 RICHARD BRADY&ASSOC. TIM PFLUM 85849&0500 DENNIS SKIPPER 2003 HU NTINGTON BEACH,CA DEBBIE DEBOW (114)53&5528 EXPAND SEWER LIFTS STATION COMPLL'M WASHINGTON STREET STORM DRAIN $172,000.00 ,CrTYOF RIVERSIDE ED LARA 9094MS581 80&826-5470 CITY OF RIVERSIDE ED LARA 9MO26-5581 DENNIS SKIPPER 2004 RIVERSIDE,CA INSTALL CULVERTS ACROSS HIGHWAY COMPLETED CUCAMONGA-GUASTI REGIONAL $238,811.00 COUNTY OF SAN BERNARDINO BILL GUERTH 909-387-3034 (909)387-6050 COUNTY OF SAN BERNARDINO BILL GUERTH 809-387-3034 PAUL SCHUESSLER 2004 PARK POOL REHABILITATION! 909,rF"28&CELL 909-553-5289-CELL RANCHO CUCAMONGA,CA COMPLETED 7TH STREET WELL 4'80 $1,016,733.00 EASTERN MUNICIPAL WATER DISTRICT JENNIFER-MORGENSTERN (951)SM777 (051)928-6111 KRIEGER&STEWART DAN JAGGERS 809-664-6900 STEVE HENNES 2004 EASTERN MUNICIPAL WATER DISTRICT BAN JACINTO,CA WELL AND 2,700 LF OF 10'PIPE LINE COMPLETED LICR Ir VALVE REMOVAL&BLED FLANGE INSTALLATION $34,075.00 UNIVERSITY OF CALIFORNIA GEORGE MACMULLIN "951.827-1012 951-827.3880 UNIVERSITY OF CALIFORNIA EORGE MACMULL M787-4201 TONY ANSTETT 2044 LNTVERSTTY OF CALIFORNIA TRAVELERS SURETY RIVERSIDE,CA 18'VALVE REMOVAL&BLIND FLANGE INSTALLATION COMPLETED TRAVELERS ANSC.RIND CLAIM WORK $3,265.23 MWD OF SOUTHERN CALIFORNIA STEVE KOBZEFF 2534M6,U83 253-946-7156 MWD STEVE KOBZEFF OM392.5243 TONY ANSTETT 2063 WEYMOUTH-MAID TRAVELERS SURETY LAVERNE,CA COMPLETED SOLOS NAlDLR40 FACILITIES $3,518.00 ORANGE COUNTY SANITATION KATHLEEN MILLEA (714)593.7323 (714)W2-5018 CAROLLO ENGINEERING MARK LUDLOW (714)5404300 TONY ANSTETT 2003 SITE RESTORATION DISTRICT HUNTNGTON BEACH,CA TRAVELERS SURETY COMPLETED WELLS 9&14 $703,142.00 HIGH DESERT WATER DISTRICT MARTY STOCKSTELL 760J65.8333 700-3854L589 ENGINEERING RESOURCES JOHN EGAN 909489&1255 PAUL SCHUESSLER 2005 HIGH DESERT WATER DISTRICT YUCCA VALLEY,CA BOLTED STEEL TANK&EQUIPPING WELLS COMPLETED ORANGE COAST COLLEGE $1,170,008.00 ORANGE COAST COLLEGE FRANK FONSECA 851-96&15% DANIEL BOYLE ENGINEERING JERNON WISEMA 949-769-2600 DAN WHITE 20" UTILITY REPLACEMENT•SOUTH CAMPUS ARDITH RICHEY 714-4384873 7144304M ARDITH RICHEY 714-432.5139 2701 FAIRVIEW ROAD COSTA MESA,CA 02626 UTILITYUPGRADES COMPLETED RIVERSIDE AVENUE WASTEWATER FACLITES $1,335,300.00 CITY OF COLTON AMER JAKHER 90&370.5065 OM370-6104 KRIEGER&STEWART ROD NEY WOODS 951-684.6900 DAN WHITE 2005 RIVERSIDE AVENUE RIVERSIDE,CA S2501-3331 SEWER LIFT STATION COMPLETED MUNGER STORM DRAIN MEDIA FILTER $185AW.00 COUNTY OF ORANGE DAVID MARSTWLL 714-587-7800 714587-7810 COUNTY OF ORANGE GERALD SHUBERI 714567-7800 DAN WHITE 2006 ALISO CREEK WATERSHED LAKE FOREST,CA STORM DRAIN FILTER SYSTEM COMPLETED ORANGE COAST COLLEGE 2095 SAILING CENTER DOCKS M.000.00 ORANGE COAST COLLEGE ARDITH RICHEY 714-439.4673 7144384893 CASH AND ASSOCIATES ARDIT14 RICHEY 714432-5139 DAN WHITE COSTA MESA,CA 920M R&R DOCKS&UTILITIES COMPLETED EQUIPPING OF WATER WELLS $2p98,000.00 VICTOR VALLEY WATER DISTRICT REGGIE LAMSON (760)245-8424 (780)245.9219 SO&ASSOCIATES ENGINEERS WILSON SO (760)242-2365 PAUL SCHUESSLER 2006 36,39AG&41 VICTOR VALLEY,CA - EQUIPPING WELLS&BUILDINGS I UTILITIES I SITE WORK COMPLETED ORANGE COAST COLLEGE 2W3 WATSONFVLLL $536,777.00 ORANGE COAST COLLEGE ARDITH RICHLY 714.4384973 7144384M CASH AND ASSOCIATES ARDITH RICHLY 114-432-5139 DAN WHITE COSTA MESA,CA 92628 UNDERGROUND UTILITIES Page 1 of 3 J N W O O W O W W W K C ZWZ W W y H F `iW w C N N N N g t ZQ ZQ _ZQ K j� K S W y a a a a a vJ Qa d. W z a Q O 4q�6+ p d OO N O 3 j U N Z O W WN N 1- F W � z Z. Wow b � d 8 a W Q � Nd fIQ1 f W W �j N 3 3 >_ a W > 49 C NO u C9 GG a + $ 9 z t; p w a 2W JO O TO p LL y O Qy a �¢�t11 t U S W poF odo 7W O U m W 2Rj U O g U U V VJ _z ° d n d a O aO� Q W C op p p QQ e� pp � C G Gp op Gp QQ . �, s a fL N ° m 5 p a FO �Cy LL sU W =� U G 1- j U ~ ; fi- W b.• W U a U o~ =�7 9 $O E E a N /i E tZ3 Q 6 t o W ws LSd 6 SS f �d N f1� N .y U 'E S lid g S 'ut S m� O s oh Op�w w�j OQQ�11 S t G ddO FFFFd c W O Qwd Q 6d� 6 Co �O gUU C1� g0 �U 5W .q8 m 560 3� Q� F_� Z` {�U�{� �C (p�� 1' W�b� RIL 81a �- �'�',� 1�gdQ� �LL0�j LLO pN� LL� 101:Ow. � 77 Zp pOy7 a °Or W ?JN yOyW33 �{jJ xa}p}01 OC2 O Clwg Op TO d g ' KO ig7 aOKFiZWg� UJ �gLLQ� 3��iLL WVK C <Ql lioWc� QQ1-S• � V � O � o u u E u u STATUS _ PROJECTIDESCRIPTIONILOCATION AMOUNT OWNERICONTRACTOR CONTACT PHONE FAX ENGINEER CONTACT PHONE PROJECT MANAI-:-'R COMPLETE WATER CONNECTION TO LEISURE WORLD S777,000.00 CITY OF SEAL BEACH KARIM VARSOCHI 56&799.1204 562-799•8442 AKM ENGINEERING JOH N LOAGUE 945-753-7333 JIM PLEASANTS 2008 CITY OF SEAL BEACH SEAL BEACH,CA . WATER LINE CONNECTION TO LEISURE WORLD SYSTEM IN PROGRESS FIRST STREET PUMP STATION S28B1000.00 CITY OF SEAL BEACH KARIM VARSOCHI 562-709.12D4 562-7988442 AKM ENGINEERING JOHN LOAGUE .940-753.7333 JIM PLEASANT", CRY OF SEAL BEACH SEAL BEACH,CA PUMP STATION IMPROVEMENTS COMPLETED RIVER ROAD LIFT STATION S12.640.00 JURUPA COMMUNITY SERVICE DISTRICT RON DOUGLAS 951-685.7434 061-727-35M ALBERT A.WEBB ASSOCIATES SINNARO YOS 951.686.1070 PAUL SCHUESSLER 2007 JURUPA COMMUNITY SERVICE DISTRICT MIRA LOMA,CA- PUMP REPLACEMENT IN PROGRESS GROUND WATER PRODUCTION RESTORATION $4,564,000.00 CITY OF CASTAIC LAKE JIM LESERMAN 061-297-1BDO 661-297-1611 KENNEOYIJENKS CONSULTANTS JOSH ANDRESEN 416-243-2150 PALL SCHUESSLER CITY OF CASTAIC LAKE CASTAIC LAKE,CA GROUND WATER CONTAINMENT.TREATMENT&RESTORATION IN PROGRESS CONVEYANCE SYSTEM EXPANSION PHASE 2 RIALTO WELL I $980,000.00 COUNTY OF SAW BERNARDINO JOH N GRESWR 909.38541629 909.388-8900 BAS CIVIL AND FNVIROMENTAL ENG. NICK SOMOGYI 909-M7777 JIM PLFASANTS COUNTY OF SAN BERNARDINO SAN BERNARDINO,CA CONVEYANCE SYSTEM EXPANSION IN PROGRESS VAIL DAM REPAIR $1.394.000.00 RANCHO CALIFORNIA WATER DISTRICT KEN COPE 951-296.69W 951-296.680 RANCHO CALIFORNIA WATER DIST. KEN COPE 951-296-6900 JIM PLFASANTS TEMECUL,CA CONSTRUCTION OF VAIL DAM FACILITY REPAIR $39,820.019A9 Page 3 of 3 r � ARCH INSURANCE COMPANY BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, SoCal Pacific Construction Corp., as Principal, and the ARCH INSURANCE COMPANY, a corporation organized and existing under the laws of the State of MISSOURI, and authorized to do business in the State of California as Surety, are held and firmly bound unto City of Huntington Beach as Obligee, in the sum of Ten Percent of the total amount bid not to exceed 10% DOLLARS, lawful money of the United States of America,to the payment of which sum well and truly to be made, the Principal and Surety bind themselves, and each of their heirs, executors, administrators, successors and assigns, jointly and severally by these presents. The condition of this obligation is such,that,if the Obligee shall make any award to the Principal for: Lift Station#26 Replacement Bid Date:June 26,2008 According to the terms of the proposal or bid made by the Principal therefore and the Principal shall duly made and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with the ARCH INSURANCE COMPANY, as Surety or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay to the Obligee the damages which the Obligee may suffer by reason of such failure not exceeding the penalty of this bond,then this obligation shall be null and void;otherwise it shall be and remain in full force and effect. SIGNED,SEALED,DATED:June 19,2008 1 Pacific Cga&4ction Corp. Arch Insurance Company ncipal) (Surety) By: By: Anton Anstett, President Shan Lopez,Attorney In Fact DIRECT CORRESPONDENCE TO: ARCH INSURANCE GROUP,10755-F SCRIPPS POWAY PARKWAY,#448,SAN DIEGO,CA 92131 PHONE(858)271-4393 o FAX(858)271-8141 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Riverside On June 25, 2008 before me, Terra Cox, Notary Public , Doe ow and TMe l 0*Ofter personally appeared Anton Anstett s)of 8416W who proved to me on the basis of safsfactory evidence to be the person(s)whose name(s) Wawsubscribed to the within instrument and acknowledged to me that heWmAhey-executed the same in hisJhed1heir-authorized TERRA Cox (ies),-and that by his/f eir signature*-on the Commission#1610321 instrument the person*, or the entity upon behalf of Notary Public-Cautomla which the person("cted, executed the instrument Riverside County QMY Comm.Expires Jul 10,2010 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. ftW Notary Seal Mxm Signature of OPT7ONAL 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: June 19,2008 Number of Pages: 1 Signer(sj Other Than Named Above: Shannon Lopez on behalf of Arch Insurance Co. Capm t lift)Claimed by Signers) Signers Name: Anton Anstett, President Signers Name: ❑ Individual ❑Individual rporate Officer—T-me(s): ❑Corporate Officer—Tide(s): Partner—❑Umited ❑General ❑Partner—❑Umited ❑General O Attorney in Fact ❑Attorney in Fact ❑ Trustee Top°f truul,b nee ❑Trustee rdP of tt>ume Here ❑ Guardian or Conservator ❑Guardian or Conservator ❑ Other: ❑Other: Signer Is Representing: Signer Is Representing: 02W NaftW Notary Aeaodavon•Q=De Soho Ave.,P.O.Bat 2402•Cltate"M.CA 91313.24M-wwANWWdN0a9lc0rQ Item#SW Reorder:GdT0l-FW 14W4764W CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT State of California County of San Bernardino On June 19, 2008 before me Isabel M. Dominguez, NotaLy Public , personally appeared Shannon Lopez who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature(s) on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ISABEL M. DOMINGUEZ WITNESS my�and and official seal. �;�. . COMM. #1663038 Q9 NOTARY PUBLIC-CALIFORNIA w v SAN BERNAR COUNTY d SignatureJ (Seal) sgn' tJly Ca nm.Exp..MA MAY 2,20i0 OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT n PIDIVID T A i I 1 ('lID D012 ATE 0 F F ICE- Bid Bond Title(s) Title or Type of Document IN —GENERAL n/a ATTORNEY-IN-FACT Number of Pages June 19, 2008 Date of Document SIGNER IS REPRESENTING: Arch Insurnace Company SoCal Pacific Construction Corp. Signer(s) other than Named Above POWER OF ATTORNEY Know Ali Men By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri,having its principal office in Kansas City, Missouri(hereinafter referred to as the"Company")does hereby appoint Peter M.Davis,Martin M.Davis,George A.DeCristo,Shannon Lopez,Gale L.Delo and Kenzie K.Thompson of Redlands,CA(EACH) its true and lawful Attomey(s)-in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety,and as its act and deed: Any and all bonds and undertakings EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver bonds or undertakings that guarantee the payment or collection of any promissory note,check,draft or letter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. The Company may revoke this appointment at any time. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office in Kansas Cit r� M*:.`-'— This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on March 3, 2003,true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attomeys-in-fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on March 3, 2003: VOTED, That the signature of the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on March 3, 2003, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached,shall continue to be valid and binding upon the Company. OOMLOO13 00 03 03 Page 1 of 2 Printed in U.S.A. In Testimony Whereof,the'—'c .pany has c A-A this instrument to`ve signed and its corporate seal to be affixed by their authorized officers,this, 4th day of_April ,20 06 Arch Insurance Company Attested and Certified �a°�C �0 ° UCORPOUTE �sm i 1971 Aq Martin J. Nilser0ecretary Edward M.Ti s ice President STATE OF NEW YORK SS COUNTY OF NEW YORK SS I Peter J. Caileo, a Notary Public, do hereby certify that Edward M. Titus and Martin J. Nilsen personally known to me to be the same persons whose names are respectively as Vice.President and Secretary of the Arch Insurance Company, a Corporation organized and existing under the Eaws of the State of Missouri, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto`duty authorized signed, sealed with the corporate seal and delivered the said instrument as the free ap4ygluntary act said corporation and as their own free and voluntary acts for the uses and ppurposes therein se#forth. PMR J.CALLEO,ESQ. tJotary Public,State of New Ydrk No.0-CA6109336, dv-'A ed'16 New.York County P-etWr J. Note ublic Commission Explfbs May 3,2008 My commiss expires 5-03-2008 CERTIFICATION 1, Martin J. Nilsen, Secretary of-the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated on behalf of the person(s) as listed above is a true and correct copy and.that the same has been in full force-and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said Edward M. Titus, who executed the Power of Attorney as Vice President, was onJhe date of execution of the attached Power of Attorney the duly elected Vice President of the Arch Insurance Company. IN TESTIMONY WHEREOF,1 have hereunto subscribed my name and afF d the corpora s I of the Arch Insurance Company on this 19 day of June 20.08 Martin J. Nils ,Secretary—. This Power of Attorney limits the acts.of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Arch Contractors&Developers Group 136 N.Robles Ave.,Ste. 825 Pasadena,CA 91101 yr-once o� CORPORATE EEAL 797E OOMLOO13 00 03 03 (ttasoad Page 2 of 2 Printed In U.S.A. ® City ®f Huntington Beach `- 2000 Main Street • Huntington Beach, CA 92648 OFFICE OF THE CITY CLERK o JOAN L. FLYNN CITY CLERK October 17, 2008 SCW Contracting 2525 N. Old Hwy 395 Fallbrook, CA 92028 RE: CC-1297 — Lift Station #26 Replacement at Brighton Drive and Shoreham Lane Enclosed please find your original bid bond for CC-1297. Sincerely, Joan L. Flynn, CIVIC City Clerk JF:pe Enclosure /foil wup/ca hcont/ret r idbo d.doc Sister Cites: �nio, Japan �` 'alta�Cere, New Zealand 1 Tele phone:714-536-5227) a � nd �Q//1i1 `uud JUL —8 CITY GL CG,T t r k� F CONTRACTING LIC# 630435-A525 N.OLD HWY 395 FALLBROOK, CA 92028760) 728-1308 Fax (760) 728-2517 E "' c--oca� P � { t �°�`r?a, i �,�ta,�+E t'f� s a� �. �ar,Y�GY '4 �,r,`"a+4 a,u ati y: a 4 ..,r,i�''a�4 a,•..:y d.�',,,'ro �?�' ."t �„",�r�.; �+ ¢. :a } SECTION C PROPOSAL for the LIFT STATION#26 REPLACEMENT at BRIGHTON DRIVE AND SHOREHAM LANE CASH CONTRACT No. 1297 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 Two-Hundred and Seventy (270) calendar 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 PROJECT BID SCHEDULE teen : st>ana.a >:: :>:::: tem:w� aunt price>:::::,...::. .::...:<:::: >....>:. . .::.::........ xtep..e..>: No :: :: uan' :.:writtenin:words: .. i3nit.Price:: :::::::.:Aniount::::: 1 1 Mobilization 1 C LS @ lq fL��n),��� �, i y-b Dollars $ $ Per LS 2 1 Temporary sheeting,shoring,and bracing LS @ Liars $qqS $49 ents Per LS 3 1 Removal temporary sheeting,shoring,bracing LS �Ai A k 147,AV A Ob AWI h1Ajt1 Dollars $3q Q $T Cents Per LS 4 1 Demolition of Existing Lift Stati n No.26 LS @ 1'`�zollars $� $� OVAL nts Per LS 5 1 Provision and mamten ce of bypass pumping LS @ nY&WW $ 5S Cents Per S 6 1 Construct Lift Station No.26 Structure 1 LS @ iV_N�fiJAY ollars $� $� Per LS 7 1 Construct'nterior stairs and walkway LS @ ctn/1/ Dollars $`'7 117'1 q $-5 1, '711 Cents Per LS 8 3 Furnish and install sanitary sewer mat oles SS t EA @ " rj�Dollars $499 1? $ i Per EA 9 1 Furnish and install sanitary sewer drop manhole /) EA Dollars $ i Per EA '� �//`Cents 10 25 Furnish and install 8"PVC sanitary sewer LF $ /l- Cents____ Per LF —�-- C-2 PROJECT BID SCHEDULE tear :::stima a .......::::::: texn: �t unit price::>::»:::>::>:::: . :s::::::.: . ..... .... ........ ........... ... . . .................. ..... To:.: quantity:: ... ..... written,in:words:::::»:>.:.>.:»::::::.:>:.:.<. Snit:Pdte>:::::::Amount;:::. 11 25 F sh and' stall 1 "PVC s nIIi sew LF @ i Dollars $ L4 1;'6 $ I l l ti150 Cents Per LF 12 2 Furnish and install dry p' submersible um s Cents Per EA 13 1 F s and in 11 all in�e ' r i g LSN Dollars $ ZE�SZ S $ Z$,SZS s Per L b- 14 1 Furnish and install drama a sump pum LS @. D llars $� (� $ 1 ents Per LS 15 1000 Furnish and install 6"PVC�DR14 force m in LF @, 1� 1 '�1 Dollars $� $ a Cents Per LF 16 1 Fume' h and install ventilation syst IV"IdA4LCents Per LS 17 1 Furnish an install force main bypass-- LS @f fth C7 $ $ q Cents Per-is 1, 18 2 Furnish and install force main clean outs EA @ Dollars $� $ Cents Per EA 19 440 Remove and replace concrete sidewalk SF @ �� � - Dollars $ !h e f $ 3G , z Cents Per SF 20 75 Remove and replace curb a d gutter LF @ APJ f/1 llars $ 1 Z 39 $ t 7-1 G100 Cents �V Per LF C-3 PROJECT BID SCHEDULE tem s wa e . .. . —... :: xten a ::.::: ......... .. ... .. ..... . ... .. ..... ........ ... . .. .. .....> .>........ ... written .:words : gnit:Price:: Anonrit:::: :trty .: . . . 21 3080 Remove and Replace AC Pavement SF @�'\\IDollars $ q.O o $Z 7,7 Zo /Cents Per SF 22 1 F -sh and install meter, onitoring,&t urination panel LS @ ollars $ $� IKI ! ents Per rs, 23 1 Furnish/install electrical panels,instnunentation,&wiring LS @ 1.Dollars $ ) /Cents Per LS 24 1 F 'sh/install RTU,wiring nd programming LS @ Dollars $ $'��7CT o/Cents Per LS 25 1 Rest oration of aboveground improvements LS @��� Dollars $ G, 15% $ 60 I SS, Cents Per LS 26 1 Allowance for obtaining the nec ssary pe 'ts LS @ liars $ y,3�$ $ 14, Cents Per L 27 1 Allowance for the sec .ty system re aired LS @ -, 1 a 0A,'.—Dollars $ 6 L1 $ 6 Z 7 Cents Per LS 28 1 Provision and implementation of the SWPPP plan LS @ Dollars $ 5 LI 7 $ 3 6 Cents Per 29 1 Provision and implementation of Traffic c Control Plan LS @ ollars $ I 25`? $ 10 Z 25 o ' Cents Per LIS v 30 1 Provision of payment and performance b nds LS @� Dollars $ 369 S.! N $ 54,SS y �d 14 Cents Per Total Amount Bid in Figures: $ qSq Total Amount Bid in WordsZ 6 / ,//,D -_ _ !'_ _ __-zzu _ C-4 t 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. ii�� Accompanying this proposal of bid, find B( &d in the amount of$ N I I which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond", as the case may be). Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received idder's Si nature / o c a / ®P ,� d 3 1A XV4 � r C-5 1 , ' LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor. Portion Name and Address of Subcontractor State License" Class of Work Number ZCLsd��A t�/4vzN 1a - 'Z3o �t tcaP-rc2 cams L - Co aN^ CA zalro 07 90 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-6 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No.5193 L State of California ) OPTIONAL SECTION y SAN DIEGO > CAPACITY CLAIMED BY SIGNER Count of Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document. On 07/08/2008 before me, DEBORAH D. DAVIS, NOTARY PUBLIC ❑INDIVIDUAL personally appeared RIC JOHNSEN x❑CORPORATE OFFICER(S) VICE—PRESIDENT TITLE(S) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are ❑PARTNER(S) ❑ LIMITED subscribed to the within instrument and acknowledged [:] GENERAL to me that he/she/they executed the same in his/her/ ❑ATTORNEY-IN-FACT their authorized capacity(ies), and that by his/her/their signature(s)on the instrument the person(s),or the entity ❑TRUSTEE(S) upon behalf of which the person(s) acted, executed the ❑GUARDIAN/CONSERVATOR instrument. ❑OTHER: ` t)EV30 BAH 0.DAVIS E wa ", I certify under PENALTY OF PERJURY under the laws of R m COMM,t#1737411 � NOTARY PUBLIC-CALIFORNIA w the State of California that the foregoing paragraph is SAN DIEGO COUNTY true and correct. tF a My Comm.Exp. APRIL 21,2011 SIGNER IS REPRESENTING: WITNESS my hand and official seal. NAME OF PERSON(S)OR ENTITY(IES) Signature of Notary OPTIONAL SECTION THIS CERTIFICATE MUST BE ATTACHED TO TITLE OR TYPE OF DOCUMENT THE DOCUMENT DESCRIBED AT RIGHT: NUMBER OF PAGES DATE OF DOCUMENT Though the data requested here is not required by law, it could prevent fraudulent reattachment of this form. SIGNER(S)OTHER THAN NAMED ABOVE s ' NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of Orange bei first d s orn, �epose a says that he or she is of 'the party making the foregoing bid that the bid is not made in the interest of, or n e b half of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Name of Bidder a IC *twv) 4� Signatur Bidder C,0 �4,03'1 C Address of Bidder ?2G2 Subscribed and sworn to before me this day of , 20 NOTARY PUBLIC NOTARY SEAL C-7 r c r 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 LIFT STATION #26 REPLACEMENT AT BRIGHTON DRIVE AND SHOREHAM LANE, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal-OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. gm � C� Contractor By !C v 6� f Title Date: 7 � O C-8 4 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 14310.5, the Bidder shall complete, under penalty of perjury,the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes XNo If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-9 r t 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. ka 4,Lp Wala Contractor By �- / � Title Date: 7 A"how C-10 1 f t I 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 11-800-422-4133 a minimum of two working days before scheduled excavation. kv l-V Ccr (Q/& /)J;A'C4/' k -eXC'aua t ai Dig Alert Identification Number: �U G�- Contractor //-� A C- 2 By c-- 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-11 , r i l � BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: 3C4V Bidder Name A/a' Business Address Aa/ 6 f-- /k/10- P City, State Zip Telephone Number 3o 1� 3-� -� State Contractor's License No. and Class Z C/ Z/ Original Date Issued /8 131 J-00 Expiration D to The work site was inspected by l i�F' o of our office on , 20J.& The following are persons, firms, and corporations having a princi al interest in this proposal: �� Rof),ceatJ G' 40 C-12 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No.5193 L State of California ) OPTIONAL SECTION SAN DIEGO CAPACITY CLAIMED BY SIGNER County of ) Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document. On 07/07/2008 before me, DEBORAH D. DAVIS, NOTARY PUBLIC ❑INDIVIDUAL personally appeared RIC JOHNSEN CORPORA PTREEOSIDENT) TITLE(S) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are ❑PARTNER(S) ❑ LIMITED subscribed to the within instrument and acknowledged [:] GENERAL to me that he/she/they executed the same in his/her/ ❑ATTORNEY-IN-FACT their authorized capacity(ies), and that by his/her/their signature(s)on the instrument the person(s),or the entity ❑TRUSTEE(S) upon behalf of which the person(s) acted, executed the ❑GUARDIAN/CONSERVATOR EP E rtiF DEBORAH D.DAVIS instrument. ❑OTHER: NN �; COMM.#1737411 I certify under PENALTY OF PERJURY under the laws of w a1i m o NOTARY PUBLIC-CALIFORNIA cn e SAN DIEGO COUNTY ^' the State of California that the foregoing paragraph is C<,F091 My Comm.Exp. APRIL 21,2011 true and correct. s SIGNER IS REPRESENTING: WITNESS my hand and Official seal. NAME OF PERSON(S)OR ENTITY(IES) b'A--, Signature of Notary OPTIONAL SECTION THIS CERTIFICATE MUST BE ATTACHED TO TITLE OR TYPE OF DOCUMENT THE DOCUMENT DESCRIBED AT RIGHT. NUMBER OF PAGES DATE OF DOCUMENT Though the data requested here is not required by law, it could prevent fraudulent reattachment of this form. SIGNER(S)OTHER THAN NAMED ABOVE Y e x 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. 'yc AJ (? 211rac'Ah-q A 01 Company Name a Signature o366�hlu-Q4 ' der PC- �'/' CC- , Printed or typed Signature Subscribed and sworn to before me this day of , 200 . NOTARY PUBLIC NOTARY SEAL Listed below are the names address and tele honen bers for th ud nor which the bidder has performed similar work within the past two years: hl, I&NI, lqrn Name and Address of Public Agency Name and Telephone No. of Project Manager: �� ` 3222 fi?/1 teat-Hold / 2S /00 rail Joct4 d © Contract Amount Type of Work Date Completed a arA Address of Public Agency Name and Telephone No. of Project Manager: rA Contract Amount Type of Work Date Completed 3. GIV C /fir -C� 26 Chi U C 0 Na e nd Address of Public Agency Name and Telephone No. of Project Manager: `cad(f'1 G � � � r� �Gs �2 2� / � F �/& Contract Amount Type of Wor Date Completed C-13 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax(714) 374-1573 ADDENDUM NUMBER ONE For Lift Station ##26 Replacement, at Brighton Drive and Shoreham Lane, CC1297 June 10, 2008 Notice to All Bidders' Please note the following revision to the project, Specifications: The following shall be deleted from the Specifications: Section 13370-1.6 1.6 EQUIPMENT SUPPLIED BY OWNER A. The P.LC/Telernotry control panel will be supplied by the OWNER for remote indication of pump station signals to the OWNERS central control system. The CONTRACTOR will be responsible for taking delivery, mounting, connecting and powering the OWNER. supplied panel. The CONTRACTOR, will also be responsible for wiring to anti from the OWNER supplied panel all signals and power as shown on the contract drawings. B. For bidding purposes the contractor should assume the PLC/Telemetry panel will be 30" High x 24" Wide x 12"Deep. This modification does not change the Engineer's Estimate for this project. This is to acknowledge receipt and review of Addendum Number one,dated JZOOB, Company Name By7A ke-- _ Date I I y / ce Pi All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum,please cell Andrew Ferrigno at(714)536-5291, -1 of 1 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714)536-6431, Fax(714)374-1573 ADDENDUM NUMBER TWO For Lift_Station#26 Replacement, at Brighton Drive and Shoreham Lane, CC1297 June Ia,2008 Notice to All Bidders: Please note the following revision to the project,Specifications: The following shall be added to the Specifications: Section 06600.2.6 HATCHES G. Contact Information for LASCO LIDS is as follows: Scott Higley:760-801-6330 John Trosper:760-519-9000 Jeff Osborne:760-535-0876 N, For referCnee in bidding this projcot,Shop Drawings part number 12045SH2O, 4830SH2O,and 4848DH2O,for LASCO LTDS have been provided herein. The use of these Shop Drawings Are for biding purposes only and do not constitute an approval per Section 05500-2.61 of these specifications. The following shall be amended as shown(underlined text has been added and deleted taxt has been labeled): Section 05500.2.13 Manufacturers A. Products of the type or model (if any) indicated shall be manufactured by one of the f following Veleud: (nrequal) 1. Hatches: a, LASCO LIDS 2, Manhole Frames and Covers or,e4lixal): a. Neenah Foundry Company R-.1642 with Self-Sealing Cover. b. Phoenix.Iron Works P-1090 VA3, _..___�_... Alhambra No.A-1480,.tnh_�m_ca mzlrked"S," 3. Field Repairs to Ga.lvanizin ore ual a. "Gaivinox", b "GaIVo-Weld", -1 of 3 w t . 4. Aluminum Grating or ual : a. Grating Pacific,Inc. The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Ssction 09800-2.4.6 System No.7—Elastomeric Polyurethane,Concrete: 1. System No.7—Elastomeric Polyurethane,Concrete: The lining material shall be a two-component, 100% solid, non-solvent hybrid polyuretliane coating,with a shore"D"hardness of 57 at 77 degrees Fahrenheit,such as Sancon 100 as manufactured by Sancon Engineering,Huntington Beach,California. The material shall be the high-build type capable ofapplication thickness,as specified, without rune or sags, and shall be capable of passing ASTM D-1737 for flexibility, using cylinder mandrel of 0.5 inch (12,7 miilimctcr). The flash point of the fluid mixture shall be 450 degrees Fahrenheit open Zahn cup. Lining material shall meet or exceed the requirements of 210-2.3.3 and �f)0,.z_..� of the SSPWC pertaining to (Deleted:soo 2.4.io Chemical Resistance and Physical Properties. Proof of meeting these requirements shall be provided as part of the bid submittal and shall be confirmed by the Engineer 15 days prior to commencement of work. The color shall be white or cream. The complete coating shall be impermeable to sewer gases and liquids and non-conductive to bacterial or fungus growth. The lining shall be capable of repair at an),time during its life- 1- Application on concrete surfaces: a. Prime coat DFT—,5 mils of epoxy. {Deleted 3 b. Finish coat DFT=:12 mils of polyurethane shall be applied prior to„ ,., tieietgd so the Epoxy becoming tack free.The lining shall be applied over dry concrete to all interior surfaces as designated in the plans in one continuous coat,without scams,bubbles or pinholes. The finished lining shall be uniform in color and free from any holes or defects. Any areas in question shall be removed,reworked and patched. 2. Application on steel surfaces; a. Prime coat DFT = l - 2 mils of polyurethane based primcr or as approved by coating manufacturer. Primer shall be applied to the prepared surfaces after insuring there is no dust contamination. b. Finish coat DFT=40 mils of polyurethane with one continuous coat, without seams,free from any boles or defects. 3. Spark Testing' Spark testing will be performed upon completion of lining installation and visual inspection. Spark testing voltage wit] be set at t00 -2 of 3 volts per mil of coating thickness specified. Spark testing equipment shall be Tinker and Rasor APW or equivalent. Spark Testing shall be witnessed by inspector or other appropriate person_ Final approval for applied polyurethane lining shall be given by owner before contractor demobilization. Only workmen trained and experienced with the specified material shall perform the lining application, The lining shall be applied through plural component equipment speci Fically designed and approved by the manufacturer of the lining material. The equipment shall be in good working order to insure correct proportioning and mixing of the components. Both manufacturer and installer of the elastomeric polyurethane shall warrant its lining for five years against any type of failure due to defects in material and application. The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Section 09800-3.11.0 D. For external or internal application of lining or coating materials for buried or submerged piping systems, the CONTRACTOR shall supply inspection procedures for use by the CONSTRUCTION MANACxER. Procedures shall be supplied in advance of starting work. Measurement of bond strength of concrete epoxy can be measured in accordance with A M or aaeco ) roquired , S NAN ER. Any areas detected to have inadequate str=ghshall be evaluated by the Project Engineer. Further bond tests may be performed in that area to determine the extent of potentially deficient bonded area and repairs shall be made by the Applicator in strict accordance with the Manufacturer's recommendations. This modification does not change the Engineer's Estimate for this project, This is to acknowledge receipt and revlew of Addendum Number one,da/Juu0,2008, PICA) Qnaallo Company Name By ! /� 0� Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum,please call Andrew Ferrigno at(714)536.5291. This Addendum has a total of six pages,which includes three one page shop drawings. -3 of 3 PROPRIETARY AND CONFIDENTIAL THE INFORMATtON CONTAINED IN THIS DRAWING IS THE SOLE PROPERTY OF 3 PART ORIAS A WHOLE WITHOUT THEN WRITTEN PERMISSION OF LASCO LIDS IS PROHIBITED, ALL RIGHTS RESERVED OI CUSTOM FABRICATED ITEM PLEASE CHECK ALL DETAILS r CAREFULLY. n SPECIFICA TIONS 1)HinaR piriltors;ons fn Speaclally designed hidden hinge pins and spring assembly located undcmeath the cover plate for 5ecurily control. 4 21 Lack down or-M, Cross bar latch featuring a single bar,lift/closure arm •�_ol with Corn lock on both sides. --- - --- 3) F° -------------------------------------------- A11316 stainless steel spring assist hold open foot latch,powder coated red. SLUA SeCo� ores the latch arm in c b closed position, 5) 1/4 in 416§tcr(aIess Steel Diamond-pattern tread plate _ -- reinfoleed for H2O vehicle load Starnfess-$Ce�14" with anc or tabs around the perimeter, 7)2".InclLpmfn Trough With 1-112 inch drain connection Frame O eni iq Width 45" ORTIM , I SHOP FINISH: p I I In In m Ili III pl ul N l.O p 1J1 I 10 m Ip In 'I i pl Ip nl PI I) — MI I IP ,n Ip III III III lu u, n I ill A (� � 111 I Ip III Ip PI I III nl III tll I ql n � 111 I ,p III II III III III III III III I p� n OI I n III Ip Ip I nl nl II III „1 I� p u l In m m m l II m m m PI I ly n 4— HARDWARE: lh I en ro m m 'I I nl nl nl ro I II n p 111 I m m 1p Ip I III ni m IIt l n .� II r1 I m III III Ip I�II PI m pl Ifl II �l n � 1 111 I Ill III 11I III I, III III nl III (I n p YII I p, nI tll III I III nl nl In III N ul nl In I jl n � n �ri i IP III m 111 I I I J n (II { ip iii m iii I i i iii III iii ill iii n J �1I 1 Ip III In II I I Itl III III In II p II , Ip III In III I I i III III III III U n iii i Ip IP Ip III �, , tll III nl 01 I ill '� l PI IP m AI I I tll III PI In Il P p� i Ip III m Ih I Installer III AI III Ill Ilp P li 111 III �„ Iq III III PI III In I IlInstaller Suggestions D p I I m al m In II I ly P Q � n 111 I III IP In uI III rtl pl IU nl I I� P W p JI I III 1 ln lu b 1,I n1 III ql al I III p r lI I Ip p In III III p III III nl Ill p @ In In 111 III PI IP m iii I Ip m u ill I i I III III lu m j iii I III Ip III III III PI ul C I I In III In @ I i I III III III m j ilk C p lq 1 tll III III 01 1 I 11 ll tll IP a Ip I I II l,l "I 01 In I° 1 I iii iii iii iii I n L LA$CO LIDS INCORPORATED Q P ll pl II Ip I I 4� u— Vault Lid Manufacturer Q IU III Ifl 14 III III UI PI Ill U p Ip I �Ipn III PI al III III III I III I fll II San Marcos,Collfornla 92(S78 n AF4�j�(Ir+�T'PPj,11r�C1p"rr� I I Qverall Frame Width 56' 4 l SHEET 1 OF 1 _ f , D H2O SINGLE DOOR VAULT LID DIMENSIONS ARE IN INCHES PART NUMBER 00 NOT SCALE DRAWING 4848DH2O _% PROPRIETARY AND CONFIDENTIAL THE CONTAINED IN TH 3 2 DRAWING IS INFORMATION THEE SOLES PROPERTY Of I$ LASCO LIDS. ANY REPRODUCTION 1N PART OR AS A WHOLE WITHOUT THE WRITTEN PERMISSION OF LASCO LIDS IS O PROHIBITED. ALL RIGHTS RESERVED CUSTOM FABRICATED ITEM PLEASE CHECK ALL(DETAILS CAREFULLY. SPECIFICATIONS 1)Hinae oin/forsion sprinf�pssemblY_ peaciolly designed hidden hinge pins and spring assembly located underneafh the cover pinto for security control, 2)Lock owp_crm.. Cross bar latch featuring 0 single bar,lift/closure arm I� with Cam lock on both sides. 3 �aAll 3tnless steel spring assist IR -- hold open foot latch.Powder b 4 coated red. )Featuring a sliding dear{bolt that secures the latch orm in closed position, 5I 1I4 inch-8td_$lainfass_�t�Qi Diamond-pottern tread plate reinforced for H2O vehicle load ----�r r---' G)III jaq uliest Steps with anchortebs around the -----I ---- ---LL-��-+ -----��-------- pperimeter, 7)2' ineh Jarain Trauvti with 1-1/2 inch drain connection Frame Opening Width 48" SHOP FINISH: m P I IIIL HARDWARE: I �' I ----------------- -------------- r— p N r f _ 1 (DIn ik -------- - s��on-�--------------- %j� �I} O _* Installer Svggeslions I ' N ���I*_ �..-^-------__-- ------ ���- .,,.,..-,.. a III E J 119� r - ------------ zxn.--------- 1 P LL- Qa ---_-----_ - -- Tr--- � T LASCO LIDS INCORPORATED u -�.�ns��===_______ ------ __,_�®s s � Vault Lad ManufgCtutOr __ -"""'- ----- --�_�___�---- -- ----_a S.nmcrdos,ColllormlaY2078 Overall Frame Width 56" 4 SHEET 1 OF 1 DIMENSIONS ARE IN INCHES H2O SINGLE DOOR VAULT LID ;" PART NUMBER DO NOT SCALE DRAWING 4630SH2O PROPRIETARY AND CONFIDENTIAL THE INFORMATION CONTAINED IN THIS d DRAWING IS THE SOLE PROPERTY Of LASCO LIDS. ANY REPRODUCTION IN PART OR AS A THE WP17EN FERMI S OONL OF LASOCUO LIDS IS PROHIBITED. ALL RIGHTS RESERVED CUSTOM FABRICATED ITEM PLEASE CHECK ALL DETAILS CAREFULLY. SPECIFICA TIONS 1)Ningp eln/torslon 1, 1212 SpeociollyMQned nittden h g pins and spring assembly locafed underneath the cover plate for security control. 2)Lock_down_orm.. Cross bar latch featuring a single bar,fift(closure arm with cam lock on both sides. -------------- - 3)F4vt katgth ---------------------------- All 316 stainless steel spring assist Frame Opening Width coated red,ld open latch.Powder coated red, 45 4) LOcZKbLc s. Featuring a sliding dead bolt ------- -T-� that SeCUres the IaRch arm in closed position, S) 1.L41nc_-Aluminum. ---------- -------- Diamond-pattern tread plate reinforced for H2O vehicle load g' rating. n 1 N w th anc or a s around the I -J-----� �p_e�r�imeter. 3„ ------------ - r, q �}wt�in�1,1/2inhQdatinconnection -r, OPTIONS. I I M' 4— SHOP FINISH: � N �� — ------- HARDWARE: ---------- ----------- _ O LL. 41 O Installer Suggestions Q to t Y I _------- " 1� — - + LASCO LIDS INCORPORATED �p Vault Lid Mflnufadurar San Marcos,Cclifomia 72078 f _ I �et+m�tiaie�eses+a� m®�mc�a4scaa�w - JClverall Frame Width . _ 5 b" SHEET 1 OF 1 ,w DIMENSIONS ARE IN INCHES H2O SINGLE DOOM VAULT LIO PART NUMBER DO NOT SCALE DRAWING 12045SH2O _ City of Huntington Beach Public Works Dopartmera 2000 Main Street Tel.(714)536-5431,Fax(714)374-1573 ADDENDUM NUMBER THREE For Lift Station#26 Replacement,at Brighton Drive and Shoreham Lane,CC1297 ;tune 25,2008 Noticc to All Sicldcrs: Please note 1:1ic fnilnwing revision to the project,Specifications; The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Section 11900-7.2.1 Service Factors I. Service Factors: Service factors shall be applied in the selection or design of mechanical power transmission components. 'Unless otherwise calculated,the minimum Service factor shall be 1.25. Unless otherwise indicated,the following load classifications shall apply in calculating service factors_ Type of E ui ment Load Class?f cation Pump: Centrifugal or Rotary Uniform Reciprocating Moderate Shock Fan/Blower Moderate Shock l� -•I t]elet+ed:Cntnc r I-Ioiet Maslcrnre The following shall be amended as shown(underlined text has been added and,deleted text has been labeled): Section 11319.2.2.0 C. Accessory Equipment:Shall be as follows: 1. Provide the following accessories for the pump as required for a complete installation, a. Pump Stand C'.ast hop with FLI.SiUn l3nncicdSrctiu.n Deleted:Type StGetnmlacssteel. 09800.2.4.11.5 b, Cable Supports: Polypropylene composition clamp with Type 316 stainless steel bolts- c. Anchor bolts:Type 316 Stainless Steel- d. Suction elbow with baseplate assembly. -1 of 3 e. Lifting Sail. f. Cable holder and support grip, rr—_- _ ------_----__.- IIelated:g..Permbla tlo�9c wi131 floor rt10u11tiq buickct sllitphlc for pump. The following shall be deleted Section 11319.2.3.0 C. A portable hoist shall be provided for the pump station. The portable hoist shall be pedestal based,power assisted with standard loop and hooks, Capacity of hoist shall be suitable for removal of all pumps, The following shall be amended as shown(underlined text has been added and deleted text has been labeled); Cover Page BIOS DUE; oIuIY 3,2008 �....... ._... s 1 2,00 PM,2ND FLOOR City Clerk's Office The following_ shall be amended as shown(underlined text has been Added and deleted text has been labeled): Section A PUBLIC NOTICE 15 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 door,2000 Main Street, Huntington Beach, California 8. Bids will be ublicl o en In Council„ {DeleEgtl_June 26 92648,up to the hour of 2,00 PM on u,1 Iv 3,200 . ill p.........._y .p Chambers. The following_ shall be amended as shown(underlined text has been added and deleted text has been labeled): Section 01115.1.3.J J. At the option of the CONTRACTOR,temporary pipelines,wiring,or other facilities may be constructed to by-pass certain fluid or electrical processes while modifications are being made to permanent facilities. The CONTRACTOR shall submit for review by the ENGINEER a complete detailed design of the proposed temporary facilities including a complete written description and drawings. For by- pass pumping the CONTRACTOR shall have a primary and back-up electric pump onsite for the duration of by-pass operations, The CONTRACTOR may pull power for the pump from the existing Litt Station No. 26. The CONTRACTOR shall be fully responsible for All by-pass operarions and have a representative on call 24 hours a day, 7 days a week, for the duration. The ENGINEER shall have the -2ot3 authority to require any modifications to the proposed temporary facilities which he/she deems necessary to maintain proper and reliable operation of the plant. The ciqsigii (IoNy fim,coch ol'the three sea�'er he This modification does not change the Engineer's Estimate for this project, Tbiq is to acknowledge receipt and review of Addendum Number one,dated June 10,2008. C RLAL (&A2ceLo Company Name Lj By 4r' el-12-Pica-etx, Dale A 11 bidder.-;must acknowledge the TcccipL of this Addendum with your bid proposal. Should you have any quostiops regarding this Addendum,please call Andrew Fcrrigno at(714)536-5291, -3 Of 3 - f , A ►o. City of Huntington Beach Public Works Department 2000 Main Street Tel_ (714) 536-5431,Fax(714) 374-1573 ADDENDUM NUMBER FOUR For Lift.Station #26 Replacement, at Brighton Drive and Shoreham Lane, CC1297 Jnhr 1,200R Noticc to All Bidders: Picagc noto t:lic following revision to the pmjcct,Specifications; The following shall be amended as shown(underlined text has been added and striketbrough text has been deleted)- Section 05500-1A,Section 05500-1.5,Section 05500 2.1,section 055W2.6,and Section 05500- 2.13 l.4 CONTTtt1C7Oft SUBMITTALS A. Shop Drawings: Shop Drawings shall he submitted in accordance with Section 01300, Submittals, 13. Shop Drawings: Shop drawings for stairs and h.alchcs shall be submitted detailing fabrication. and installation p€ s, Include plans, elevations sections, and Formatted,striketnrough details e€ s and their cvnnectioTl4, Show anchorage and accessory itcma For Formatted:Strikethrough . . .. . .. .. .o.79, . grating. show the direction of span, type and depth of grating, size and shape of grating panels,seat angle details,and details of grating hold down fasteners. C. Product List and.Product Data Shcets: Protective Coating, a product lastt shall be submitted with product data sheets of intended shop coats. 1.5 QUAL1TY}AS5LIIRINCE A. - shaJ.J be fabricated and erected in (Formatted:Strlkechrough ......................_........_._ ...._._... accordance with, the latest edition of the RISC "Specification for the Design, Fabrication and Erection of Steel for. Buildings". and "Code of Standard Practice for Steel Buildings and Bridges", except whenever there is a discrepancy between the Design Drawings and this Specification,the Drawings shall govern, 1 of 4 B. Aluminum work shall be fabricated and erected in conformance with applicable requirements of the CBC and referenced standards for Aluminum, C, Continuous Inspections: All welding and bolting of framing assemblies shall be conducted under the continuous inspccti.on of an International Code Council {ICC} certifies! "Special inspector" selected by the OWNER with costs borne by the OWNER- Should such fabrication be performed in the shop of a licensed fabricator approved by the governing building official and certified by the ICC Evaluation.Services,Inc.; only the field welding and bolting of stnictural framing assemblies will be required to be performed under continuous inspection of the ICC-certified "Special Inspector." The OWNER shall be notified at least 24 hours in advance of needed inspections- Copies of inspection reports for shall be provided for the OWNER,CONTRACTOR,and governing building official. 2.1 MA EMALS A. Steel: Steel shall conform to the following requirements: 1. Shapes,Plates,Bars: ASTM A 36 or ASTM A992, 2. Pipe,Pipc Colurnns,Bollards: ASTM A 53,Type E or S,Grade B Schedule 40,unless noted otherwise, S. Aluminum._ Aluminum stnmctural shapes shall be new and conform to 6061-T6 alloy and temper,unless otherwise noted. C. Stainless Steel.: Unless otherwise designated or approved, stainless steel alloy types shall conform to ASTM A167 and.ASTM A276 as follows: I. Stainless steel plates,pipe and structural shapes: Type 316, 2. Stainless steel bolts, nuts and wasbers: Type 316 where connecting or bearing on aluminum. D. Gast Iron: Cast iron shall conform to ASTM A48,except as otherwise noted. F,.., Ductile Iron: Ductile iron shall conform to ASTM A536, using Grade 60-40-18 or better,except as otherwise noted. -Ga.jt tili.617.;Y;....... sFrlva.rR ltrt�._vl-.slrel-._41►ail._Gu1iforrri: !:ri..tlte �.e�1�rilc,nit.ri�s,_t>f..lhr: f�icr1(.c1T1..,,..(_r lytrlifer_s-_.As,4 ciitlflf3,_.,.11f�, j4C;WW dl�dtltlCll Ot. 1I.._„_, 11U1._fjll y",'alvanr zing of„irremhurs shall con(r,ttrt (u ASTM A 123 r�ttli_�._nlmimum cn�tiii`, thic.lctaes5..of2. .stir/l '_--�.1_I.-ll�n_c14�1rc_wli�Jt,l7� f�gtch1�,g�1<<aturcc3trtc_c)tllctrttt7t:cc with A Y l;;(tii �\15,3 4ti. tlj j-j 1t'tini,n-nim oonlinv diiLknc ss of 2 0_oz/fl?. 2of4 2.6 HATCt1 S A. Hatch Type: Where access hatches are indicated. to be mounted on a floor slab (including top slabs which are not covered with a roofing membrane) or on a concrete curb, the hatch shall be a flush type as indicated. Hatches shall be as ,manufactured by LASCO LIDS, San Marcos, CA, or U.S.F. .TwA'[3RT(;,1,: INC., fIi<Ilcah, F_I no substitutions. Hatches 1<,care^d. irasidewalks sltall be IA'..S,).No. 12045Sf 120. B. Hatch Materials and Hardware: All hutches shall be fabricated from aluminum unioss otherwise indi.ca.ted. All hatch hardware shall be Type 316 stainless steel.. �li1tCl"1Ca 4IIII.1-.tiC_.i1T1C�TCL�._f3f1f�...ti�7Cltl c15415t1C1 .fltticlic'; Ictc;;itc(1-aii._�frcet5 Shlall....... . ,.a "Loads- M;inimumNdcsign live load�lll ah l}c _ c'a "aftx rPcl¢ted;in C Live L a "cr_ -. .. (. -1`-1_;t7O.-,wlaecl-„1, . .........:. .,.�e..,.,w.,,,,,..,...,...,...,.,.,,.-,...............,.n^�^., loa�.,�-�. Tee` q^�=a*=b4 ��^"""r^r^ Formatted:Stltkethrough Formatted:Strlkethrough e ev. Hatches 1�•• - -. - mm . _ m located in resident'swithstand '^ ^^ I i streets shall be dcsi ncd t a I120 ��+�b.ee.. g -. Formatted;5tr...... ougtl loa.din ttl(,.lttdinn 30« rm act tits tlue osGid ud li.n�n dr,ec nc, {..._..-•--..-------.._.._...._...._.............._..........._.....,..,,-„� g.. ::..._:..........................._. :.....? onr,att :Strl etnrougn D. Hatch Dimensions: fTatch opening sizes, number and direction of swing of door leaves,and locations shall be as indicated. E. Shop Drawings and calculations signed by a Professional Engineer, licensed to practice in the state of California, shall be submitted for all hatches. F. Water Tightness: (latches located ill yic„ic;�a;�,k5 shall be equipped with a joint gutter and moat-type edge drain. A 1.5-in.ch diameter (.minimum) drain connection shall be provided and located by the mara.ufacturer. Eh-a.inag gutter"; arc hithly dcsii-ed f(�r 1»t;c,i cs.,1<>c.atc:d..itl 41'rects. 2-1.3 MANUFACTURERS A. Products of the type or model (if any) indicated shall be manufactured by one of the fbilowing: 1. Hatches; a. LASCO LIDS ° 3 of 4 The Plans Shall be amended as follows: Sheet M-2 Change "stainless steel single leaf hatch (frame opening is 30"7,48")" to "steel bot-dip galvanized double or single leaf hatch with minimum clear opening of 30"x48"". Sheet S-1 Change"stainless steel.double leaf hatch (frame opening is 42"x45"),typ-"to"steel bot- dip galvanized double or single leaf hatch with.minimum clear opening of 36"x48",typ-". The following shall be amended as shown(underlined text has been added and deleted text has been 1'abeled): Cover Page BIDS DUE: JulyA,2(108 __ _:- Daletod:3 ------ ----------- I _ 2:00 PM,2ND FLOOR City Clerk's Office The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Section A PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON iiE.A,CH,as AGENCY,invites sealed bids for the above stated projects and will receive Such bids in the office of the City Clcrk,Second Floor,2000 Main Street,Huntington Beach,California 92648,up to the hour of 2:00 PM on Jul 200$, Bids will be _ . Deleted:3 publicly npeti in Meeting Rootn B8r _ _ Deleted:Coim6l Cl,nmbers This morliiication does itot change the lengincer's L-stlniate for 111is prujecl. This is iffcknowledge rewt and review of Addenrltim Nunnber Four.dated July 1,2008, W10 QlrYh CompanyNamc By 7/3 G oats All bidders rtnist acknowledge the receipt ofihis Addendum with your bid proposal. Should you have any qucstion.s regarding this Addendum,plcavo call Andrew Fcrrigno at(714)536-5291. 4of4 ebidboard 1 . 800. 4795 7/1/2008 6: 59 PAGE 001/001 Fax Server a� y Date: 7/1/2008 2:37:21 PM From: City of Huntington Beach RE: LIFT STATION #26 REPLACEMENT AT BRIGHTON DRIVE AND SHOREHAM LANE - Addendum posted To: Estimator- Scrape Certified Welding, Inc. Fax: (760)728-2517 Phone: (760) 728-1309 Protect Information: Project Name: LIFT STATION 926 REPLACEMENT AT BRIGHTON DRIVE AND SHOREHAM LANE Contract 4: CC 1297 Location: You are receiving this message because you are a plan holder for the referenced project. An addendum has been issued and posted for this project;the Contractor is responsible to include all addendums into the contract documents. Project Information: Project Na yr=r.d 5'; onsb'uctl a Bid Mona e0'. STATEMENT OF EXPERIENCE 2007 PROJECT Job # OWNER PROJECT NAME AMOUNT DESCRIPTION ARCHITECT MANAGER PHONE MAY GROUP 8555 RIVERSIDE COUNTY FLOOD REMOVING/REPLACING CHANNEL AERO DR STE 305 CONTROL&WATER WILDOMAR CHANNEL -REMOVE DIRT, REPLACE SAN DIEGO, CA DALE 609 CONSERVATION DISTRICT STAGE 5 $1,120,277,98 CONCRETE 92123 ANDERSON 951-955-1200 RD/LAKE WOHLFORD INSTALL APPROX 80LF OF 12"DIP RD FACILITY RELOC. & RELOCATE, REMOVE&INSTALL LAKE WOHLFORD VARIOUS METERS,AIR VACUUM, VALLEY CENTER MUNICIPAL RD/KUMEYAAY RELEASE ASSEMBLES, FIRE 600 WATER DISTRICT PIPELINE RELOC. $163,966.45 HYDRANTS V.C.M.W.D. DAN DENTINO 760-749-6478 PVC FOR BACKWASH WATER EXTENSION &REINSTALLATION EASTERN MUNICIPAL WATER MVRWRF 18" OF 205LF OF 12" PUMP GABE 619 DISTRICT BACKWASH $93,416,11 DISCHARGE STEEL PIPE. E.M.W.D. NECOCHEA 951-928-3777 EASTERN MUNICIPAL WATER GABE 624 DISTRICT 48"CML&C POND#5 $201,135.00 STORM DRAIN IMPROVMENTS E.M.W.D. NECOCHEA 951-928-3777 CONSTRUCTION OF 151LF OF 36" RANCHO CALIFORNIA BEAR CREEK P. S. AWWA CMLC&STEEL PIPE AND KRIEGER & 620 WATER DISTRICT CULVERT $167,260.12 APPURTENANCES STEWART CRAIG MAPES 951-296-6900 CHINO DESALTER REVERSE OSMOSIS SYSTEM 623 CITY OF ONTARIO REVERSE OSMOSIS $346,000.00 EXPANSION SPI TOM O'NEILL 909-395-2605 RANCHO RANCHO CALIFORNIA TENAJA VAULT LID CALIFORNIA 622 WATER DISTRICT VARIOUS LOCATIONS $194,965.00 VAULT LID REPLACMENTS WATER DISTRICT CRAIG MAPES 951-296-6900 INSTALLATION 2 DIESEL POWERED PUMPS, REMOVAL OF WOOD ROAD 3 EXISTING PUMPS/MOTORS SEWAGE PUMP INSTALL NEW SUBMERSIBLE 605 CITY OF RIVERSIDE STATION UPGRADE $1,571,912.34 PUMPS, REPLACE VFD'S PBS&J THOMAS BOYD 951-826-5341 REPLACEMENT OF CONCRETE ALESSANDRO PUMP VAULT, INSTALLATION OF PUMPS CITY OF RICHARD 6/3 CITY OF RIVERSIDE STATION $1,416,822.72 AND PIPING FOR PUMP STATION RIVERSIDE DROBEK 951 826-5304 NORCO RECLAMATION PUMP CONSTRUCT RECLAIMED WATER ALBERT WEBB& DAVID 505 CITY OF NORCO STATION $1,268,691.62 PUMP STATION ASSOC. GILBERSON 951-270-5627 EASTERN MUNICIPAL WATER MVRWRF DSL LINE 703 DISTRICT REPLACEMENT $164,566.30 r CHINO BASIN DESALTER CHINO II DESALTER RELOCATION OF 301NCH RAW CHINO DESALTER 704 AUTHORITY 30 $122,000.00 WATERLINE AUTHORITY TOM O'NEILL 909-395-2600 r 2006 PROJECT OWNER PROJECT NAME AMOUNT DESCRIPTION ARCHITECT' MANAGER PHONE RANCI-10 CALIFORNIA WELL#122 KRIEGER WATER DISTRICT MODIFICATIONS $51,400.00 LABOR MATERIALS EQUIP STEWART CRAIG MAPES 951-296-6900 DETECTOR CHECK RANCHO RANCHO CALIFORNIA VALVE REPLACEMENT OF VAULT CALIFORNIA WATER DISTRICT IMPROVEMENT $99,600.00 LIDS WATER DISTRICT CRAIG MAPES 951-296-6900 NORTH SAN JACINTO EASTERN MUNICIPAL WATER RAW WATER PUMP CONSTRUCTION RAW WATER PUMP ENGINEERING KARL 951-928-3777 DISTRICT STATION $1,513,959.49 STATION&24"CMLC PIPELINE RESOURCES ROWLAND EXT 4442 VIA TORNADO 8" RANCHO CALIFORNIA WATER LINE EXT INSTALLATION OF 8"CMLC KRIEGER& WATER DISTRICT TEMECULA $451,067.58 PIPELINE STEWART CRAIG MAPES 951-296-6900 LA PIEDRA WATER EASTERN MUNICIPAL WATER TRANMISSION INSTALLATION OF 36"CMLC PIPELINE KRIEGER & ARLEN 951-928-3777 DISTRICT PIPELINE MENIFEE $716,564.27 AND 36"PIPE LOWERING STEWART NEILSON EXT 4341 SANTA ROSA WATER RANCHO CALIFORNIA RECLAMATION INSTALL SKID MOUNT PUMP STATION KENNEDY/JENKS WATER DISTRICT FACILITY $145,046.00 AND PIPELINE CONSULTANTS CRAIG MAPES 951-296-6900 RECTANGULAR MODIFY 3 EXISTING SEWER MANHOLE MANHOLES REMOVE REPLACE RANCHO RANCHO CALIFORNIA MODIFICATIONS AT ACCESS COVERS&TOP SECTIONS CALIFORNIA WATER DISTRICT VARIUS LOCATIONS $47,100.00 WITH NEW PRECAST TOP SECTIONS WATER DISTRICT CRAIG MAPES 951-296-6900 TEMECULA VALLEY RANCHO RANCHO CALIFORNIA HIGH SCHOOL METER CONSTRUCTION OF 2-6"DIAMETER CALIFORNIA WATER DISTRICT MODIFICATIONS $131,000.00 WATER METER FACILITIES WATER DISTRICT CRAIG MAPES 951-296-6900 WELL IMPROVEMENTS INCLUDING PUMPS,CHLORINE BLDG AND EASTERN MUNICIPAL WATER GERNERATION SYSTEM PIPELINE& KRIEGER & KARL 951-928-3777 DISTRICT INDIAN AVE#59 WELL $1,209,817.37 STORAGE TANK STEWART ROWLAN EEXT 4442 Y 2006 (PROJECT OWNER PROJECT NAME AMOUNT DESCRIPTION ARCHITECT MANAGER PHONE i CONSTRUCTION OF NON- EL SOBRANTE PUMP PORTABLE WATER PUMP W. M. VV. D. STATION $915,000.00 STATION ALBERT WEBB TONY BURGETT 951-789-5113 UPGRADE 3 WELL SITES ADDING HYPOCHLORITE SYSTEMS IN E.V.M.VV.D. CEREAL WELLS $712,702,01 ENCLOSED MASONRY BUILDINGS BOYLE ENG. JOE MOUAWAD 951-674-3146 NON PORTABLE WATER PUMP STATION CONSTRUCTION OF THE 450 HP 3600 GPM NOMINAL CAPACITY PUMP STATION INCLUDING 28'X 40' PUMP STATION MASONRY BUILDING, PUMPS, MOTORS ELECTRICAL, GAGE CANAL PUMP I ELECTRICAL CONTROLS, W. M. W. D. STATION $1,791,677.69 EMERGENCY GENERATOR WEBB&ASSOC. TONY BURGETT 951-789-5113 CLOUD CROFT PUMP CONSTRUCTION OF PUMP RANDALL S. CITY OF POWAY STATION $861,533.11 STATION BOYLE ENG. WHITMANN 858-268-8080 i CONSTRUCTION OF A DUAL CHINO HILLS PUMP PUMP STATION AND ASSORTED CITY OF CHINO HILLS STATION $1,730,254.11 PIPELINE I RBF CONSULTING STEVE NIX 909-364-2766 DETECTOR CHECK RANCHO RANCHO CALIFORNIA VALVE REPLACEMENT OF VAULT CALIFORNIA WATER DISTRICT IMPROVEMENT $133,700.00 LIDS WATER DISTRICT CRAIG MAPES 951-296-6900 LA LAGUNA PUMP CONSTRUCTION OF NEW ROB FORECAST HOMES STATION $1,162,530.44 PUMP STATION ALBERT WEBS KOBIEROWSKI 909-942-5882 LA JOLLA TREAMENT CONSTRUCT NEW PUMP VIVIAN LA JOLLA BAND OF INDIANS PLANT $397,345.98 HOUSE&TREATMENT PLANT I H S ISKANDER 760-735-6882 RANCHO RANCHO CALIFORNIA PRESSURE ZONE INSTALLATION OF 30"& 16" CALIFORNIA WATER DISTRICT PIPELINE 1485&1610 $1,312,266.78 CMLE WATER MAIN WATER DISTRICT CRAIG MAPES 951-296-6900 TWIN D RECYCLE PUMP STATION DOMESTIC KRIEGOR CARLSBAD WATER DISTRICT PUMP STATION $1,645,354.68 WATER STEWART BILL LOPEZ 760-602-8553 2004 PROJECT OWNER PROJECT NAME AMOUNT DESCRIPTION ARCHITECT MANAGER PHONE INSTALL APPROX.2,500 LF OF 8" & 18"DUCTILE IRONPIPE WITH OAK CLIFF DR. ASSOCIATES FIREHYDRANT RAINBOW MUNICIPAL WATER WATERMAIN BLOW OFFS,WATER SERVICES& DISTRICT REPLACEMENT $996,305.70 AIR VALVES. DUDEK&ASSOC. RUSS BERGHOLTZ 760-728-1178 EXISTING INFLUENT SLUICE GATES PUMP STATION NO.1 INCLUDE THE REPLACEMENT OF THE INFLUENT SLUICE SLUICE GATES,REPLACEMENT OF THE MOTOR CONTROLS THAT OPEN AND METROPOLITAN GATES CLOSE THE SLUICE GATES AND DEMO BROWN AND WASTEWATER DEPT. REPLACMENTS $750,000.00 WORK CALDWELL GLENN MEYER 858-292-6319 INSTALLATIONS OF 1,117 FT OF 10- DOMESTIC WATER INCH PVC WATER MAIN,6,616 FT OF LA JOLLA BAND OF MISSION SYSTEM 8-INCH PVC WATER MAIN AND VIVIAN INDIANS IMPROVEMENTS $934,759.01 APPURTENANCES ERIC L. MATSON ISKANDER 760-735-6882 i RANCHO RANCHO CALIFORNIA JEFFERSON VALVE REPLACEMENT OF A 36" CALIFORNIA WATER DISTRICT REPLACEMENT $140,902.90 BUTTERFLY VALVE WATER DISTRICT CRAIG MAPES 951-296-6900 INSTALL APPROX. 200 LF OF 8" DUTILE IRON PIPE USING RAINBOW MUNICIPAL WATER DIRECTIONAL BORING DISTRICT _ CALLE DE TALAR $65,000 CONNECT TO EXISTING DUDEK&ASSOC. STEVE JEPSEN 760-728-1178 PIPELINE REPLACEMENTS IN VARIOUS LOCATIONS, RANCHO CALIFORNIA VARIOUS PIPELINE I INSTALLATION OF CML& C KEVIN COZAD & WATER DISTRICT _REPLACEMENT $562,692.00 PIPE. ASSOC. _ CRAIG MAPES 951-296-6900 i SEWER PUMP REFURBISH & UPGRADE BROWN AND MIKE CITY OF SAN DIEGO STATION#8 $480,244,63 PUMP STATION CALDWELL BURNGOU 858-495-7894 HIRSCH&CO RAMONA MUNICIPAL WATER OLIVE STREET PUMP NEW PUMP STATION &2,800 PHONE:619-563- DISTRICT STATION $1,115,935.00 LF 18"WATERLINE 4545 �TIM STATION 760-789-1330 2003 PROJECT OWNER PROJECT NAME AMOUNT DESCRIPTION ARCHITECT MANAGER PHONE VALLLEY CENTER MUNICIPAL UPPER WELKS PRV CONSTRUCTION OF TWO PRV WATER DISTRICT STATION $178,300.00 STATIONS AND 8" DIP PIPELINE PATRIC JEWEL MIKE PUMAR 760-749-1603 RAINBOW MUNICIPAL WATER KEN O'CONNOR DISTRICT CALLE DOS LOMAS $201 565.00 20"CMLC PIPELINE 760-942-4508 CHRIS TREES 760-728-1178 HYDRO-PNEUMATIC CONSTRUCTION OF A HYDRO- DAVE ALGRANTI CITATION HOMES PUMP STATION $282,000.00 PNEUMATIC PUMP STATION 909•-686-1070 JEFF WEBER 949-250-6600 RANCHO CALIFORNIA VARIOUS VALVES E.P. BOB LEMONS WATER DISTRICT INSTALLATIONS 1 $166,500.00 36"VALVE REPLACEMENTS 909-296-6900 CRAIG MAPES 909-296-6900 YORBA LINDA TEMPORARY STEEL TANK, PULTE HOMES HEIGHTS TANK $215,687.00 FOUNDATION &WATER LINES PARSONS TIM WELLMAN 949-797-4400 INSTALLATION OF A FLOWMETER RANCHO CALIFORNIA BYPASS FACILITY AND SLEEVE WATER DISTRICT SANTA MARGARITA $304,548.81 VALVE VAULT R.C.W.D. CRAIG MAPES 909-296-6900 SANTA ROSA CONSTRUCTION OF SANTA ROSA RANCHO CALIFORNIA DIVISION PRESSURE - DIVISION PRESSURE REDUCING WATER DISTRICT REDUCING STATION $46,500.00 STATION MODIFICATIONS RONALD B. CRAIG CRAIG MAPES 909-296-6900 REMOVED EXISTING TIMBER DECK, STRENGTHING THE EXISTING STEEL GIRDERS AND INSTALLING A NEW ROBERT E. CONCRETE DECKTHEN ADDING NEW HAWTHORNE REHABILITATION OF STEEL GIRDER ,ADDING WT GIRDER Phone: 858-268- MATHEW L. COUNTY OF SAN DIEGO DE LUZ RD. BRIDGE $500,000.00 WT GIRDER AND DECK 8080 BRADY 856-694-2892 STORM DRAIN REPLACEMENT/ �— PETER'S PAVING FALLBROOK VILLAGE $9,224.00 STREET IMPROVEMENTS PETER'S PAVING 760-723-3822 2002 OWNER PROJECT NAME AMOUNT DESCRIPTION CONTACT PHONE CONSTRUCTION OF 3 MIL GALLON PER DAY REVERSE OSMOSIS TREATMENT PLANT PRODUCING POTABLE WATER MENIFFE BASIN FROM BRACKISH EASTERN MUNICIPAL WATER DISTRICT DESALINATION FACILITY $4.3 MIL GROUNDWATER KAREN HACKETT 909-928-3777 IMPROVEMENTS TO EXISTING PENASQUITOS 50 MG PRESTRESSED WIRED RESERVOIR WRAPPED CONCRETE CITY OF SAN DIEGO REHABILITATION $1,182,325.00 RESERVOIR ORLANDO KING 619-619-294-9400 POTABLE WATER PUMP STATION INCLUDING TWO VALLEY CENTER M.UNICIPAL WATER SYSTEMS,4 PUMPS AND 14" DISTRICT LILAC PUMP STATION $975,000.00 CMLC RESERVOIR FEED MIKE PUMAR 760-749-1603 CONSTRUCTION CONCRETE WILDER RANCH STATE RAIL CAR BRIDGE CALIFORNIA STATE PARKS PARK $56,613.00 ABUTTMENTS JULIE WATSON 831-429-2878 CONSTRUCTING A 15CFS TURNOUT WITH METROPOLITAN WATER DISTRICT OF SOUTHERN CALIF.A FLOW METER STRUCTURE, A PRESURE REDUCING STATION, 130 LINEAR FT OF 16 INCH CEMENT RANCHO CALIFORNIA WATER SANTA MARGARITA MORTAR LINED AND COATED STEEL DISTRICT RIVER OUTFALL $304,548.81 PIPE CRAIG MAPES 909-296-6900 CHINO HILLS STATE PARK BRIDGE CONSTRUCT 2 RAIL BRIDGES CALIFORNIA STATE PARKS CONSTRUCTION $110,000.00 AT CHINO HILLS STATE PARK HARRY MILLER 619-220-5357 CONSTRUCTION OF A NEW 12- INCH DIAMETER WATERLINE WITH APPURTENANCES AND A WESTERN MUNICIPAL WATER SECTION 28 WATER PRESSURE REDUCING DISTRICT SUPPLY $447,421.95 STATION TONY BURGETT 909-789-5113 2000/2001 OWNER PROJECT NAME AMOUNT DESCRIPTION CONTACT PHONE (REMOVAL/DISPOSAL OF 445 OF EXISTING VALLEY CENTER MUNICIPAL WATER OLD CASTLE PRV STATION $128 K 8712'STEEL PIPE AND INSTALLATION . MIKE PUMAR 760-749-1600 REMOVAL AND HAULING OFF OF 389 FEET OF 12" STEEL PIPE AND INSTALLATION OF SADDLEBACK RD WATERMAIN 389 OF 12"IRON PIPE CL 50 AND MISC. VALLEY CENTER MUNICIPAL WATER REPLACEMENT $78 K APPURTENANCES_ _MIKE PUMAR 760-749-1600 FURNISHED AND INSTALLED 2 AUTOMATIC ALGAE REMOVAL SYSTEM AND SELF CLEANING STRAINERS,CHLORINE _ RANCHO CALIF.WATER DIST. LOWHEAD PUMP STATION $877K SCRUBBER AND CHLORINATION SYSTEM CRAIG MAPES 909-296-6900 CONSTRUCTION OF A FLOW CONTROL FACILITY INCLUDING EARTHWORK,REINFORCED EM-20 TURNOUT AND CONCRETE VAULT,PIPE,FITTINGS,BUTTERFLY TRANSMISSION MAINFLOW VALVES,AIR VALVE ASSEMBLY AND BLOW OFF RANCHO CALIF.WATER DIST. I CONTROL FACILITY $522 K ASSEMBLY CRAIG MAPES 909-296-6900 CONSTRUCTION OF PUMP STATION, ELECTRICAL PANEL,EXCAVATION AND CONSTRUCTION OF APPROXIMATLEY 200 FT OF GUNTHER ROAD HYDRO- 8"DIAMETER PIPING AND INSTALLATION OF EASTERN MUNICIPAL WATER DISTRICT PNEUMATIC PUMP STATION $163K HYDRO PNEUMATIC TANK CONNIE JAMERINO 909-928-3777 DEMOLITION, REMOVAL AND SALVAGE OF TEMECULA VALLEY RWRF THE EXISTING CHLORINE SCRUBBER AND CHLORINE SCRUBBER THE INSTALLATION OF A NEW CHLORINE EASTERN MUNICIPAL WATER DISTRICT REPLACEMENT _ $400K SCRUBBER _ CONNIE JAMERINO 909-928-3777 a PROJECT CONSIST OF 60+LINEAR FEET VALLEY CENTER MUNICIPAL WATER LBETSWORTH PUMPSTATION $36 K OF 24'10-GAUGE STEEL PIPE(CML&C) MIKE PUMAR 760-749-1600 INSTALLATION OF 24"LAGO UNDO PIPELINE AT THE INTERSECTION OF LAGO LINDO AND EL RANCHO SANTA FE IRRIGATION LAGO LINDO PIPELINE $336K CAMINO DEL NORTE DANA JOHNSON 858-756-2424 2000 OWNER PROJECT NAME AMOUNT DESCRIPTION CONTACT PHONE PROJECT CONSIST OF 60+ LINEAR FEET OF 24' 10-GAUGE VALLEY CENTER MUNICIPAL WATER BETSWORTH PUMPSTATION $36 K STEEL PIPE(CML&C) MIKE PUMAR 760-749-1600 INSTALLATION OF 24"LAGO UNDO PIPELINE AT THE INTERSECTION OF LAGO LINDO AND EL CAMINO RANCHO SANTA FE IRRIGATION LAGO LINDO PIPELINE $336K DEL NORTE DANA JOHNSON 858-756-2424 CONSTRUCTION OF THE HELIX 16 EARTHWORK,CONSTRUCTION OF PUMP STATION STRUCTURE AND INSTALLATION OF 5 TURBINE HELIX WATER DISTRICT HELIX 1 B PUMP STATION $800K PUMPS DAVE WILLIAMS 619-442-9659 CONSTRUCTION OF THE EMERALD BAY PUMP STATION INCLUDING EARTHWORK,CONSTRUCTION OF PUMP STATION STRUCTURE, LAKE ARROWHEAD COMMUNITY INSTALLATION OF 5TURBINE SERVICES DISTRICT EMERALD BAY PUMP STATION $1 MIL 100K PUMPS AND MOTORS DON BUNTS 760-433-3597 1999 OWNER PROJECT NAME AMOUNT DESCRIPTION CONTACT PHONE EXCAVATION, SUPPORTING AND VALLEY CENTER MUNICIPAL WATER MEADOWS LIFT MAINTAINING THE BURIED UTILITY DISTRICT STATION $25K LINES _ MIKE PUMAR 760-749-1600 PERFORMING ALL WORK AND FURNISHING ALL LABOR, MATERIALS AND EQUIPMENT FOR SANTA ROSA WATER SANTA ROSA WATER RECLAMATION FACILITY SLUDGE RANCHO MUNICIPAL WATER DISTRICT RECLAMATION $115K NUMBER 5 CRAIG MAPES 909-296-6900 DATE STREET WATER TRANSMISSION MAIN PIPELINE CATHODIC PROTECTION CATHODIC BY IMPRESSED CURRENT WITH RANCHO MUNICIPAL WATER DISTRICT PROTECTION $66K THE LINE CRAIG MAPES 909-676-4101 FURNISHED AND INSTALLED 2557 FT OF SOBOBA TANK, 12'PVC WATERLINE, 1090 FT OF 8"PVC PIPELINE WATERLINE,245 FT OF 6"PVC CONNIE EASTERN MUNICIPAL WATER DISTRICT INSTALLATION $496K WATERLINE JAMERINO 909-928-3777 INSTALLED TRIPLE BOX CULVERT BRIDGE INCLUDING DEWATERING , SANTA ROSA COMMUNITY SERVICES TRAFFIC DETOUR AND HABITAT DISTRICT MARY'S CROSSING $140K MITIGATION KEITH CADDY 909-676-2646 CONSTRUCTION OF THE EL MONTE PUMP PUMP STATION INCLUDING EARTHWORK,PUMP STATION EL MONTE PUMP STRUCTURE,INSTALLED 5 TURBINE DAVE HELIX WATER DISTRICT _ STATION $3.3 MIL PUMPS AND MOTORS WILLIAMSON 619-442-9659 REMOVAL OF EXISTING STORM DRAIN OUTLET STRUCTURES,INSTALLATION OF NEW 72"STORM DRAIN AND OUTLET STORM DRAIN STRUCTURE LOWERING AN EXISTING RANCHO MUNICIPAL WATER DISTRICT IMPROVEMENTS $90K 36"WATERLINE CRAIG MAPES 909-676-4101 CONSTRUCTION TEMPORARY BYPASS STATION. DEMOLITION OF EXISTING BAYVIEW PUMP PUMP STATION AND CONSTRUCTION _CITY OF SAN DIEGO STATION $774K OF NEW PUMP STATION DAN BLACK 619-496-0500 ROCKY RIDGE REPLACE EXISTING WATERMAIN VALLEY CENTER MUNICIPAL WATER WATERMAIN INCLUDING, DEWATERING,TRAFFIC DISTRICT REPLACEMENT $50K I CONTROL,PAVEMENT REPLACEMENT I MIKE PUMAR 760-749-1600 4 1996/1997/1998 OWNER PROJECT NAME AMOUNT DESCRIPTION CONTACT PHONE REPLACEMENT OF#2 REPLACED WITH 60"DIAMETER SIPHON _R.E. BADGER FILTRATION PLANT FLUME TRESSEL $134K PIPELINE DAVID EBERT 619-756-2569 LOWER OTAY ' RESERVOIR CITY OF SAN DIEGO IMPROVEMENT $1.8 MIL AMD PUMP STATION MARK KOLL 619-495-7894 FURNISHED AND INSTALLED VERTICAL LINE SHAFT WELL PUMPS,ELECTRICAL, VARIABLE SPEED DIVES,INSTRUMENTATION, PIPING MAINFOLDS AND PIPELINE FOR RANCHO CALIFORNIA WATER DISTRICT VDC RECOVERY WELLS $1 MIL THREE WELLS PUMP STATION CRAIG MAPES 909-676-4101 CONSTRUCTION OF 13,000 LF OF TRANSMISSION PIPELINE AND ASSOCIATED DIAZ RD. APPURTENANCES INCLUDING JACKED TRANSMISSION STEEL,CASING,ASPHALT REPLACEMENT RANCHO CALIFORNIA WATER DISTRICT PIPELINE i $1 MIL AND PUMP STATION MANIFOLD CRAIG MAPES 909-676-4101 DEMOLITION OF EXISTING RESERVOIR VALLEY CENTER IVIUNICIPAL WATER REIDY CANYON PIPING SYSTEM.INTER-TIE EXISTING - _DISTRICT - RESERVOIR $93K RESERVOIRS AND SITE IMPROVEMENTS MIKE PUMAR 760-760-749-1600 VALLEY CENTER MUNICIPAL WATER LOWER MOOSA COMPLETE CONSTRUCTION OF 2 EA ---DISTRICT----- CANYON _ $93K CONCRETE SLUDGE BEDS,GRADING MIKE PUMAR 760-749-1600 CONSTRUCTION OF CALLE PICO AND SIERRA MARIA RD.8"WATERLINE RANCHO CALIFORNIA WATER DISTRICT WATERLINE EXTENSION $216K EXTENSIONS CRAIG MAPES 909-676-4101 COMPLETE ONE 56K GAL.STEEL WATER TANK,ASSOCIATED PIPELINE,PUMP HOUSE, GRADING,CONCRETE FOUNDATION, MESA GRANDE INDIAN ELECTRIC,CONTROLS AND JAMES INDIAN HEALTH SERVICE RESERVATION $275K INSTRUMENTATION STAUNTON _ 760-743-1403 COMPLETE INSTALLATION OF NEW WASTE PUMPS,FLOMETER AND CONTROLS, WELL HEAD ELECTRICAL,A/C PAVING,AND ASSOCIATED RUBIDOUX COMMUNITY SERVICES TREATMENT FACILITY 1 $116K PIPELINE MIKE THORNTON 909-684-6900 CALLE PICO AND CONSTRUCTION OF 8"WATERLINE RANCHO CALIFORNIA WATER DISTRICT SIERRA MARIA $216K EXTENSIONS CRAIG MAPES 909-676-4101 1995/1994 OWNER PROJECT NAME AMOUNT DESCRIPTION CONTACT PHONE DEMO OF EXISTING PRESSURE I WOODS VALLEY VALVE PITS,COMPLETE VALLEY CENTER MUNICIPAL WATER PRESSURE INSTALLATION OF ASSOCIATED DISTRICT_ _ REDUCING STATION $200K PIPING VALVES AND FITTINGS MIKE PUMAR 760-749-1600 COLE GRADE RD COMPLETE INSTALLATION OF 1200LF, VALLEY CENTER MUNICIPAL WATER WATER MAIN 14"D.I.PIPE, ROCK EXCAVATION, DISTRICT REPLACEMENT $132K DEMO.,GRADING,A/C PAVING MIKE PUMAR 760-749-1600 FITTINGS, INSTALLATION, VIA HORCA 12-INCH ELECTRICAL TE LEMETERING,WIRE WATERLINE INSTALLATION,GRADING AND RANCHO CALIFORNIA WATER DIST RELOCATION $43K ASPHALT PAVING CRAIG MAPES 909-676-4101 DEMO OF AND INSTALLATION OF PIPE,VALVE AND FITTINGS, INSTALLATION, ELECTRICAL, LA CRESTA TELEMETERING,WIRE INSTALLATION RANCHO_ CALIFORNIA WATER DIST RESERVOIR $100K AND ASPHALT PAVING CRAIG MAPES 909-676-4101 EXCAVATION,GRADING, CARANCHO RESERVOIR INSTALLATION OF LARGE RETAINING RANCHO CALIFORNIA WATER DIST RETAINING WALL $96K WALL JIM PONT�4-250-8700 INSTALLATION OF STORM DRAIN AND 44TH ST. DRAINAGE RELATED CONCRTE DRAINAGE ---CITY OF SAN DIEGO REPAIRS $225K STRUCTURES,A/C PAVING ABI PALASEYEDI 619-627-3232 CLIMAX PUMP COMPLETE RENOVATION OF FRANK CITY OF SAN DIEGO STATION $446K EXISTING PUMP STATION STOLL_ENWORK 619-627-3243 FABRICATED PUMPING STATION INCLUDING ALL GRADING,PIPING,VALVES TORREY PINES AND SITE ELECTRICAL,INSTRUMENTATION _CITY OF SAN DIEGO PUMPING STATION $200K FENCING JOHN WALTER 619-552-1785 REPLACEMENT OF PUMPS,PIPING, SHIPS WASTEWATER VALVES, ELECTRICAL AND ROICC -SAN DIEGO PUMP STATION $65K INSTRUMENTATION JIM LORENZ 619-556-8932 INSTALL UTILITIES COMPLETE PIPING AND ELECTRICAL FOR WASHING FOR THE INSTALLATION OF WASHING JOHN R. ROICC-CAMP PENDLETON MACHINES $31 K MACHINES BROWN 619-725-3136 DEMO OF EXISTING A/C,COMPLETE SEWER EXTENSION INSTALLATION OF 1,500 LF OF 10" REZA CITY OF CORONA PHASE 2 $71 K SEWER MAIN INCLUDING MANHOLES ZOLGHADER 909-736-2541 1995/1994 OWNER PROJECT NAME AMOUNT DESCRIPTION CONTACT PHONE STORM DRAIN COMPLETE INSTALLATION OF STORM IMPROVEMENTS DRAIN,PIPING,CONCRETE,FLAT WORK CITY OF IMPERIAL BEACH BASIN H $72K AND CONCRETE DRAINAGE BOXES TIM JAMES 619-582-4992 DEMO EXISTING AND INSTALLATION OF 6"STEEL BYPASS PIPING IN THE 619-423-8311 CITY OF IMPERIAL BEACH MANUAL BYPASS#8 $12K EXISTING PUMP STATION JOHN DEHART EXT 15 DEMO OF EXISTING AND PUMP STATION INSTALLTION OF NEW PIPNG AND 619-423-8311 CITY OF IMPERIAL BEACH RENOVATION $10K RELATED ITEMS JOHN DEHART EXT15 COMPLETE INSTALLATION OF PVC EXTENSION OF DRAINAGE PIPING,CATCH BASINS VIDA PACIFICA HOA DRAINAGE FACILITIES $72K A/C PAVING, LANDSCAPING IDAN RINEHART 619-268-8401 JAMACHA PUMP COMPLETE DEMO AND REPLACEMENT OF EXISITNG PUMPS,PIPING,VALVES AND STATION FITTINGS,CONTROLS,ELECTRICAL KERRY COUNTY OF SAN DIEGO MODIFICATIONS $136K INSTRUMENTATION STANDIFER 619-694-2873 REPLACEMENT OF EXISITNG PUMPS, I PIPING,VALVES AND FITTINGS, RANCHO SAN DIEGO CONTROLS, ELECTRICAL RAND`( COUNTY OF SAN DIEGO PUMP STATION $250K INSTRUMENTATION KLASSEN 760-694-2114 COMPLETE INSTALLATION OF 1,350 LF OF 18"DRAINAGE PIPE INCLUDING EL APAJO STORM CONCRETE INLET STRUCUTURES, MATTHEW COUNTY OF SAN DIEGO DRAIN SYSTEM $66K A/C PAVING AND GRADING BRADY I 760-694-3165 COMPLETE INSTALLATION OF DOUBLE BOX CULVERTS 20"X44",A/C STEVEN RIVERSIDE COUNTY FLOOD CONTROL MURRIETA LINE G $12K PAVING,AND GRADING PAYNE 909-275-1288 DEMO OF A/C,AND CONCRETE, STORM DRAIN INSTALLATION OF STORM DRAIN AND CITY OF EL CAJON IMPROVEMENTS $95K RELATED CONCRETE STRUCTURES BOB PETIE 619-441-1653 e 1993, 1992 & 1991 OWNER PROJECT NAME AMOUNT DESCRIPTION CONTACT PHONE DEMO OF EXISTING STRUCTURAL STEEL, COMPLETE FABRICATION OF KID R US KID R US $45K ALL MISC. STRUCTURAL STEEL MIKE STRANG 760-728-4959 COMPLETE NEW PUMP STATION INSTALLATION, GRADING, CONCRETE, RANCHO CALIFORNIA WATER CONSTRUCTION OF VIA RETAINING WALL, PIPING, PUMP DISTRICT VAQUERO PUMP STATION $600K BARRELS, PUMPS, MOTORS CRAIG MAPES 909-296-6900 RANCHO CALIFORNIA WATER CARRANCHO RD.AND SANDIA 36"CML&C WATERLINE REMOVAL AND DISTRICT CREEK WATERLINES $20 K INSTALLATION CRAIG MAPES 909-296-6900 WATER,SEWER,STORM DRAIN 8"CML&C WATERLINE,FIRE HYDRANTS ETC.,SEWER RAINBOW MUNICIPAL WATER APPEL DEVELOPMENT $450K MAIN INSTALLATION, MANHOLES&PAVING KEVIN LARRICK 760-226-6475 0 1990 OWNER PROJECT NAME AMOUNT DESCRIPTION CONTACT PHONE DEMO AND REPLACEMENT OF NATURAL GAS DRIVEN ENGINE, PUMP RAINBOW MUNICIPAL WATER PUMP STATION 1 AND ASSOCIATED PIPING AND DISTRICT RENOVATION $740K ELECTRICAL BOB JAYNS 760-728-1178 i VALLEY CENTER MUNICIPAL MALETTA WATERLINE 8"CML&C WATERLINE, FIRE WATER DISTRICT EXTENSION $50K HYDRANTS GRADING,A/C PAVING MIKE PUMAR 760-749-1600 COMPLETE REPLACEMENT AND DEMO OF ALL ASSOCIATED PIPING, VALVES VALLEY CENTER MUNICIPAL RED MOUNTAIN PUMP AND FITTINGS, PUMPS, ELECTRICAL WATER DISTRICT STATION $51 K AND INSTRUMENTATION MIKE PUMAR 760-749-1600 DEMO OF EXISTING STRUCTURAL STEEL COMPLETE FABRICATION OF ALL j MISC. STRUCTURAL STEEL AND MIKE STRANG _ TOYS R US $80K RELATED ITEMS__- _ _ � MIKE STRANG 760-728-4959 COMPLETE INSTALLATION OF AS NEW PRESSURE REDUCING STATION INCLUDING ALL PIPING, CONCRETE PRESSURE REDUCING STRUCTURE, ELECTRICAL CONTROLS RICHARD CITY OF DEL MAR STATION $190K AND INSTRUMENTATION ANDREWS 858-755-3294 COMPLETE REMOVAL, DEMO AND REPLACEMENT OF EXISTING SEWAGE PUMPS AND MOTORS, PIPING, VALVES, CITY OF CORONADO TRANSBAY PUMP STATION $500K ELECTRICAL AND CONTROLS ED WALTON 619-522-7385 DEMO OF EXISTING STRUCTURAL STEEL COMPLETE FABRICATION OF FABRICATION ALL MISC. STRUCTURAL STEEL AND - - PIC N SAVE __- -_STRUCTURAL. STEEL $50K RELATED ITEMS _ j GEOF F MC KAY 714-645-0406 _- DEMO AND REPLACEMENT OF I EXISTING PUMP STATION EQUIPMENT, MOTORS, ELECTRICAL, CONTROLS,AND ROICC CHINA LAKE $190K INSTRUMENTATION JOE WEAVER 619-934-4093 i P 1989 1988, 1987 OWNER PROJECT NAME AMOUNT DESCRIPTION CONTACT PHONE DEMO OF EXISTING UTILITIES AND SEWER LINE COMPLETE INSTALLATION OF SEWER REHABILITATION-SAN MAINS,RV HOOK UP UTILITIES,SITE TEAM CONTRUCTION CLEMENTE STATE BEACH $100K ELECTRICAL,GRADING AND PAVING KURT BROWN 310-538-3251 COMPLETE DEMO AND REPLACEMENT OF PIPING,VALVES,FITTING,CLARIFIERS, SLUDGE BEDS, PUMPS, MOTORS, PIPELINE, REHABILITATION OF 13 ELECTRICAL AND CONTROLS,CONCRETE TEAM CONTRUCTION SEWER PUMP STATIONS $200K GRADING AND A/C PAVING KURT BROWN 310-538-3251 HIGH TEMPERATURE HOT COMPLETE PIPING,VALVES, ELECTRICAL, TEAM CONTRUCTION WATER PLANT $960K CONTROLS AND INSTRUMENTATION KURT BROWN 310-538-3251 INSTALLATION OF CLEANOUTS TO EXISTING ROICC- CAMP PENDLETON HOUSING CLEANOUTS $20K SEWER LATERALS JOHN R. BROWN 760-725-3136 REMOVAL OF20 EA.ABOVE GROUND STEER ROICC_-CAM_P PENDLETON _REMOVE OIL TANKS $5K OIL TANKS KATHY GALLESPIE 760-725-8241 COMPLETE REPLACEMENT OF EXISTING HVAC PIPING AND RELATED ITEMS, ROICC-CAMP PENDLETON HVAC REHABILITATION $193K ELECTRICAL AND CONTROLS KATHY GALLESPIE 760-725-8241 COMPLETE INSTALLTION OF SITE PIPING, VALVES, INSTRUMENTATION, FUELING ROICC-CAMP PENDLETON LCAC FUEL FARM $200K EQUIPMENT,CONCRETE AND PAINTING KATHY GALLESPIE 760-725-8241 COMPLETE FABRICATION AND INSTALLATION OPERATIONAL TRAINING + OF RELATED STEEL PIPING,VALVES AND ROICC -CAMP PENDLETON FACILITY $250K FITTINGS KATHY GALLESPIE 760-725-8241 COMPLETE INSTALLATION OF 12"CML&C WATER MAIN, FIRE HYDRANTS,VALVES, WATER DISTRIBUTION LANDSCAPING,FENCING,GRADING, ROICC -CAMP PENDLETON SYSTEM $250K PAINTING OF EXISTING WATER TOWER KATHY GALLESPIE 760-725-8241 DEMO OF EXISTING AND INSTALLATION OF COMPUTERIZED MONITORING SYSTEM FOR ROICC_-SAN DIEGO NAVAL AMPHIBIOUS BASE $20K THE HIGH TEMPERATURE HOT WATER PLANT MIKE HYDE 714-693-3383 POINT LOMA SUBMARINE DEMO EXISTING AND INSTALLED STEAM BASE BOILER AND FLOW EQUIPMENT AND ASSOCIATED PIPE COMPUTERIZED VALVE AND FITTINGS,STEAM QUALITY MONNTORING SYSTEM MONITORING EQUIPMENT AND ROICC-SAN DIEGO REPLACEMENT $545K INSTRUMENTATION MIKE HYDE 714-693-3383 i 1989, 1988, 1987 OWNER PROJECT NAME AMOUNT DESCRIPTION CONTACT PHONE s COMPLETE REMOVAL, DEMO AND REPLACEMENT OF ALL ASSOCIATED PIPING, CITY OF SAN DIEGO PUMP STATION H $25K VALVES AND FITTINGS, PUMPS AND MOTORS LEONARD WILSON 619-533-5106 STRUCTURES AND REPLACEMENT OF EXISTING CONCRETE STAIRWAY, INSTALLATION OF FIBERGLASS GRATING, CITY OF SAN DIEGO PUMP STATION 65 $70K PVC LINING REPAIR AND REPLACEMENT LEONARD WILSON 619-533-5106 DEMO OF EXISTING 48"CMP CULVERT AND GRADING,INSTALLATION OF 48"CULVERT, JACK DAW STREET LAANDSCAPING,CONCRETE,SIDEWALK CITY OF SAN DIEGO IMPROVEMENT $75K CURB AND GUTTER LEONARD WILSON 619-533-5106 COMPLETE DEMO AND REPLACEMENT OF EXISTING SEWAGE PUMPS AND MOTORS, PUMP STATION PIPING,VALVES, ELECTRICAL,CONTROLS CITY OF ENCINITAS MODIFICATIONS $120K AND INSTRUMENTATION GARY MASTERS 760-729-1194 REMOVAL AND REPLACEMENT OF 80 EACH, EXISTING FIRE HYDRANTS AND GUARD INSTALLATION OF 80 EACH POSTS,CONCRETE,CATHODIC PROTECTION, T. MILFORD CONSTRUCTION FIRE HYDRANTS $150K GRADING,PAVING, LANDSCAPING AND DEMO TERRY MILFORD 805-723-5680 RAINBOVV MUNICIPAL WATER 8"CML&C WATERLINE, FIRE HYDRANTS, DISTRICT SAMUELSON WATERLINE $120K I ETC RAY SAMUELSON 760-723-5286 RAINBOW MUNICIPAL WATER SAMUELSON STORM 36" RCP STORM DRAIN, CONCRETE DISTRICT DRAIN $50K DRAINAGE BOXES I RAY SAMUELSON 760-723-5286 SAFECO Insurance Company S A F E PO Box 34526 P31 Seattle,WA 98124-1526 BID BOND Conforms with The American Institute of Architects,A.I.A. Document No.A-310 KNOW ALL BY THESE PRESENTS,That we, SCW CONTRACTING CORPORATION as Principal,hereinafter called the Principal, and the SAFECO INSURANCE COMPANY OF AMERICA of 330 NORTH BRAND BOULEVARD, SUITE 680, GLENDALE, CA 91203 a corporation duly organized under the laws of the State of Washington as Surety,hereinafter called the Surety, are held and firmly bound unto CITY OF HUNTINGTON BEACH as Obligee,hereinafter called the Obligee, in the sum of TEN PERCENT OF GREATER AMOUNT BID--------- -- ------- --- - - -- - - -- - ---- --------- - Dollars($ 10%of Bid Amount ) ,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 LIFT STATION NO. 26 REPLACEMENT, CASH CONTRACT NO. 1297 I CALIFORNIA ALL—PURPOSE ACKNOWLEDGMENT No.5193 State of California ) OPTIONAL SECTION CAPACITY CLAIMED BY SIGNER SAN DIEGO ) Though statute does not require the Notary to County Of fill in the data below, doing so may prove invaluable to persons relying on the document. On 06/25/2008 before me, DEBORAH D. DAVIS, NOTARY PUBLIC ❑INDIVIDUAL RIC JOHNSEN, KAREN JEAN HALL ®CORPORATE OFFICER(S) personally appeared VICE PRESIDENT TITLE(S) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are ❑PARTNER(S) ❑ LIMITED subscribed to the within instrument and acknowledged [—] GENERAL to me that he/she/they executed the same in his/her/ ®ATTORNEY-IN-FACT their authorized capacity(ies), and that by his/her/their signature(s)on the instrument the person(s),or the entity ❑TRUSTEE(S) upon behalf of which the person(s) acted, executed the ❑GUARDIAN/CONSERVATOR s F>y w DER(JRAH D.DAMS instrument. ❑OTHER: < EJAEx. FT r COMM.#1737411 I certify under PENALTY OF PERJURY under the laws of NOTARY PUBUCDIEGO COUNTY NIA the State of California that the foregoing paragraph is 1 SAN�JIEGO COUNTY ^' g g p g p My Comm F.xp APRIL 21,2011 true and correct. SIGNER IS REPRESENTING: WITNESS my hand and official seal. NAME OF PERSON(S)OR ENTITY(IES) Signature of Notary OPTIONAL SECTION THIS CERTIFICATE MUST BE ATTACHED TO TITLE OR TYPE OF DOCUMENT THE DOCUMENT DESCRIBED AT RIGHT: NUMBER OF PAGES DATE OF DOCUMENT Though the data requested here is not required by law, it could prevent fraudulent reattachment of this form. SIGNER(S)OTHER THAN NAMED ABOVE • POWER SAFECO INSURANCE COMPANY OF AMERICA S A F E C a GENERAL INSURANCE COMPANY OF AMERICA Fra OF ATTORNEY HOME OFFICE: SAFECO PLAZA SEATTLE,WASHINGTON 98185 No. 8062 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA,each a Washington corporation,does each hereby appoint NLALMNEY;JOHN G.MALONEY;NfARK D.IATAROLA;KAREN JEAN HAIL, NIATnMW C_GAYNOR,- DEBORAH D DAVIS; its true and lawful attorneys)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of similar character issued in the Course Of its business,and to bind the respective company thereby- IN WITNESS WHEREOF,SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 7(h day of Fibnary 2005 CHRISTINE MEAD,SECRETARY MIKE MCGAVtCK,PRESIDENT CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA. "Article V.Section 13.-FIDELITY AND SURETY BONDS_the President,any Vice President,the Secretary,and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations,shall each have authority to appoint individuals as attomeys-in-fact or under other aWopriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business—On any instrument making or evidencing such appointment,the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company,the seal,or a facsimile thereof, may be impressed or affixed or in any other manner reproduced;provided, however,that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28,1970 "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V,Section 13 of the By-Laws,and (ii) A copy of the power-of-attorney appointment,executed pursuant thereto,and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile,and the seal of the Company may be a facsimile thereof." 1, Christine Mead,Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA,do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations,and of a Power of Attorney issued pursuant thereto, are true and correct,and that both the By-Laws,the Resolution and the Power of Attorney are still in full force and effect. INWITNESS WHEREOF,I have hereunto set my hand and affixed the facsimile seal of said corporation this 25TH day of JUNE 2008 E Cap CORPORATE SEAL Z" SEAL X L> to 2-4 CHRISTINE MEAD,SECRETARY S-09741SAEF 2101 A regiStefLil trademark Of SAFECO COfPCfatiOn 0210V2005 PDF City ®f Huntington Beach 2000 Main Street • Huntington Beach, CA 92648 OFFICE OF THE CITY CLERIC .47 rco+'' ® JOAN L. FLYNN CITY CLERK October 17, 2008 SSC Construction, Inc. 2073 Railroad St. Corona, CA 92880 RE: CC-1297 —Lift Station #26 Replacement at Brighton Drive and Shoreham Lane Enclosed please find your original bid bond for CC-1297. Sincerely, Joan L. Flynn, CIVIC City Clerk JF:pe Enclosure /foil vup/c hcont/ret r idbo d.doc Sister Cites: �nlo, apan a`�'�'aita ere, New Zealand (Telephone:714-536-5227) 2000 JUL -8 pig I: C-777 Pt/ IS � 01 rfj- -eR/6r�47Vi6/ZW, � SECTION C PROPOSAL for the LIFT STATION#26 REPLACEMENT at BRIGHTON DRIVE AND SHOREHAM LANE CASH CONTRACT No. 1297 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 'I 4+_: :lu ndre arud Sevt�niy :70)c•idendar 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 PROJECT BID SCHEDULE tem. ESHWated Item-With unif price: Exteaded,:, ft Wo& Quantity` . .::.WrItten fii:W6r& Am Unit PtIct W t in—luty 1 1 Mobilization LS Dollars $ $ Cents Per LS 2 1 Temporary sheeting,shoring,and bracing LS Dollars $ $ Wo cents Per LS 3 1 Removal temporary sheeting,shoring,bracing LS Dollars $ $ Ala _-5c7ooCents Per LS 4 1 Demolition of Existing Lift Station No.26 LS Dollars $ $ A"V Cents Per LS 5 1 Provision and maintenance of bypass pumping LS Dollars $ $ 1W Cents Per LS 6 1 Construct Lift Station No.26 Structure LS &t'6&vJnutjA"foam 4�460*411ars $Z $ t Cents Per LS 7 1 Construct interior stairs and walkway LS IVO Cents Per LS 8 3 Furnish and install sanitary sewer manholes EA Dollars $ $ 4/0 Cents Per EA 9 1 Furnish and install sanitary sewer drop manhole EA @ ,EVE23U&&fto -271 Dollars $ 5 $33W. Cents Per EA 10 25 Furnish and install 8"PVC sanitary sewer LF @ J-)A/C +,*ewodeeo ZN6! Dollars $ A/0 Cents IPer LF C-2 PROJECT BID SCHEDULE r01l s mate. .. term With Unit pnee «: : xten e written in:words > `Unit Pnce<< < :Am6unE:<: 25 Furnish and install 10"PVC sanitary sewer LF @ CYV� D/P� E/�/f44., Dollars $ZO.,I✓U Cents Per LF 2 Furnish and install dry pit submersible pumps �7 EA @ / IL �TItI� Dollars $aLf2-,—CYry_ $.36, /Ve7 Cents Per EA 13 1 Furnish and install all interior piping LS @ i Dollars $3;2.00D. $ ��• Cents Per LS 14 1 Furnish and install drainage sump pump LS @ —�� s�E TTi,7/e�l1 �0 Dollars $ ZZ C $ A/V Cents Per LS 15 1000 Furnish and install 6"PVC DR14 force main LF _Dollars $ V _ $ N Cents Per LF 16 1 Famish and install ventilation system LS @ _ � Ts3 /.d/�9>t� Dollars $� $_� ,V(2 Cents Per LS 17 1 Furnish and install force main bypass ��— LS @ T��/� / ��17�� Dollars $l�i '_� $_S 410 Cents Per LS 18 2 Furnish and install force main clean outs -� Dollars Q Cents Per EA N 19 440 Remove and replace concrete sidewalk J SF @ / Dollars $ 30, _ $! AA) cents Per SF 20 75 Remove and replace curb and gutter ��— LF Dollars $ �-��'_ $ ��� A10 Cents Per LF C-3 PROJECT BID SCHEDULE fe—m :h7gtimated Item vent unit price xken e No: iQuantity> ::. Writtendn:words Unit Price Amount 21 3080 Remove and Replace AC Pavement SF @ / Dollars $ 0. $ � A.10 Cents Per SF 22 1 Furnish jjand install meter,monitoring,&termination panel 2� LS @ �'i�a f'i'� '"T�1(aC��Ct t C� Dollars $c�C/ ')CO $ NO Cents Per LS 23 1 Furnish/insta ll electrical panels,instrumentation,&wiring =,� LS @ 11uwAceA - ,,rq 'thdk)50iJ Dollars Cents Per LS 24 1 FurniWinstall RTU,wiring and programming LS @ t�lv l/ 4lao() �In u lid Dollars $ , C $ Ill 0 Cents Per LS 25 1 Restoration of aboveground improvements LS @ ET VTR lAs�� 6'�/�/.N.A6 1 Dollars $ $Z 4/0 Cents Per LS 26 1 Allowance for obtaining the necessary permits LS @ A�11E 77e6&tsrfYt0 Dollars Al'a Cents Per LS 27 1 Allowance for the security system required LS @ `�—GtJN?�t s ��i��i✓� Dollars $ $ • 410 Cents Per LS 28 1 Provision and implementation of the SWPPP plan LS Dollars $ � $ AZO Cents Per LS 29 1 Provision and implementation of Traffic Control Plan LS @X ►�/NE"TTy(CC/.�➢il�D Dollars $ �i7 i(fC/ Cents Per LS 30 1 Provision of payment and performance bonds LS @ e iy� �r,*d-,,Ae✓a Dollars /VU Cents Per LS Total Amount Bid in Fi ures: $ Total Amount Bid in Words: \;1i.Q t s C-4 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. 09 B.,Dbeie5 Accompanying this proposal of bid, find "4 in the amount of$/CJ '0,,4A10 which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or"Bidder's Bond", as the case may be). Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date R ceived Bidder's Signature 6 /eP oe >At/�0&9�f'/ 3 L"..erot/ C-5 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor. Portion Name and Address of Subcontractor State License Class of Work Number rnfrfi ►nn lbewaAer Corpor .a an 1�Z� ,. a nd � , e n+a io C4 qVT 4 �C-59 h Engjneeriny Constyuc'fian SevY1 0 551 '1%S.VAo11e e. CoV%no W q 1-12510240 A C-8 Hargis Rebcir Diamond 2.2LP52_ O S v in s r- 9 U (0 C 5Q kcty�12� - y Hair n erS iin ew an ct - 92 Gi 2 z MC ro_"y Cornpahy lo"Z P.o- Fsox ) MkA . G2_5 o I A S oa CUG}13 E 1--i MI. Ns,�Coo t`�532 C 33 $S 5 L> F_12C-Vr;e.j"_rrvC, 19 -rJ9i'l it O r ,s C 5rs37109 (e__ By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-6 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDEN AND SUBMITTED WITH BID State of California ss. County of Orange Z)dVI6 ZACAel,41" , being first duly sworn, deposes and says that he or she is 56:Z;e6W-f9 of cZIW,1AIC. the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Name of Bidder r Signature o er L •k`/•lr -2073 fs'IW,90,W � (2yieQ_A 0, Address of Bidder (24- g08,60 Subscribed and sworn to before me this Z��day of —/C/WF , 200 f*rq••yws�we,rw�♦:i♦*•tea*♦wow+**�,ekx>.. .-. BRENT BROWER (� COMM#1541460 NOTARY PUBLIC-CALIFORNIA C RIVERSIDE COUNTY is•►ri��tr�as my*�to "ExO Jan.3,*20009 NOTARY PUBLIC NOTARY SEAL C-7 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 LIFT STATION #26 REPLACEMENT AT BRIGHTON DRIVE AND SHOREHAM LANE, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with tine operation to be performed and the hazards involved." The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal-OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Contractor B_ Title Date: � Qd C-8 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 14310.5, the Bidder shall complete, under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? U Yes U 1Vo 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-9 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Contractor Title Date: C-10 UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBED (To be completed only by the awarded Contractor prior to excavation) No excavation will be permitted until this form is completed and returned to the AGENCY. Section 4216/4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number, call Underground Service Alert at 1-800-422-4133 a minimum of two working days before scheduled excavation. Dig Alert Identification Number: Contractor By 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-11 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder Name -70;7 Business Address City, State Zip 07 ) 22-7f-1177 Telephone Number State Contractor's License No. and Class Original Date Issued rzi�9 Expiration Date The work site was inspected by (�,O&,Of our office on 6 — , 20M The following are persons, firms, and corporations having a principal interest in this proposal: C-12 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 Signatu er Printed or Typed Signature Subscribed and sworn to before me this ay of,--1"416 , 2000. Rifffffffflffff**ff*f*RffffRRfR*fffR*** BRENT BROWER p COMM#1541460 N NOTARY PUBLIC-CALIFORNIA O • RIVERSIDE COUNTY NOTARY PUBLIC W Co ion Exoms Jan.3.2M 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: Contract Amount Type of Work Date Completed 2. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed 3. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed C-13 SSC CONSTRUCTION,INC. PROJECT RESUME ➢ 12 MGD Canyon Filtration Plant Membrane Treatment Upgrade and Expansion Project: Construction of raw water intake, pretreatment facilities, chemical facilities, membrane feed pump station, membrane treatment facility, 4.0 MG finished water reservoir, finished water pump station, yard pipe and associated electrical and controls. Estimated completion: July,2008. o Contract: $35,905,500 o Owner: Azusa Light and Power 213 East Foothill Blvd. Azusa,CA 91702-1395 o Design Engineer: Black&Veatch 6 Venture Suite 315 Irvine,CA 92618 (949)788-4208 ➢ 18 MGD Regional Wastewater Reclamation Facility Upgrades: Construction of 2 Aeration Basins, Influent Junction Structure,Bar Screen Facility,Blower Building and 5 percolation ponds. Estimated completion: April,2008. o Contract: $23,545,285 o Owner and Construction Manager: Victor Valley Wastewater Reclamation Authority 20111 Shay Rd. Victorville,CA 92394 (760)246-2881 o Design Engineer:RBF Consulting 14725 Alton Parkway Irvine,CA 92713 (949)855-7025 Kevin Schmidt,P.E.,Project Engineer ➢ City of Ontario Reservoir No. UT 0506-03: (1) 6.0 MG prestressed tensioned concrete reservoir. Ontario, Ca. Completed:February,2007 o Contract: $7,328,866 o Owner: City of Ontario 1425 S.Bon View Ave. Ontario,CA 91761 (909)391-2507 Fernando Cobos,Project Engineer o Design Engineer:Tetra Tech ASL 4120 E.Jurupa Ave.,#206 Ontario,CA 91761 (909)395-2695 Ken Berard,Project Manager 1 ➢ Meadowlark Water Reclamation Facility: Construction of 3 Primary clarifiers,3 secondary clarifiers, 3 aerations basins,2 roughing filters,roughing filter pump station,tertiary filters, control building and lab facilities, and the modification to 3 existing secondary clarifiers,tertiary filters and chlorine injection system. Estimated completion: July,2008. o Contract: $23,428,084 o Owner: Vallecitos Water District 201 Vallecitos de Oro San Marcos,CA 92069 (760)744-0460 o Design Engineer and Construction Manager: Kennedy Jenks Consultants 16855 W.Bernardo Dr.,#360 San Diego,CA 92127 (858)676-3620 Matt Tebbetts ➢ 14.5 MGD Regional Wastewater Reclamation Facility Upgrades Project: 4 primary clarifiers, 2 secondary clarifiers, 2 anaerobic digesters, 1 dissolved air flotation thickener, 1 sludge lagoon pump station, 17 acres of sludge drying beds,2 scum drying beds,septage receiving system and misc. improvements. Estimated completion:July,2008. o Contract: $22,501,319 o Owner and Construction Manager: Victor Valley Wastewater Reclamation Authority 20111 Shay Rd. Victorville,CA 92394 (760)246-2881 o Design Engineer:RBF Consulting 14725 Alton Parkway Irvine,CA 92713 (949)855-7025 Kevin Schmidt,P.E.,Project Engineer ➢ Sheffield Water Quality Permanent Reservoirs Project: (2) 6.5 MG pre-stressed concrete water reservoirs. Completion: August,2006. o Contract: $13,739,227 o Owner: City of Santa Barbara 735 Anacapa St.. Santa Barbara,CA 93101 (805)680-2488 o Design Engineer:Carollo Engineers 5575 Fluffin Rd. Suite 200 San Diego,CA 92123 (858)505-1020 o Construction Manager: Penfield and Smith 101 E.Victoria St. Santa Barbara,CA 93102 805)963-9532 Chris Gabriel,P.E.,Project Engineer 2 ➢ Oliver P. Roemer Water Filtration Facility: Pretreatment facilities consisting of chemical feed, flocculation and sedimentation facilities; installation of two package contact adsorption clarification filter units; expansion of the existing filter building; installation of new UV disinfection facilities; construction of a raw water pumping station; influent blending pond; sludge ponds and all appurtenant work. Completion: January,2006. o Contract: $13,126,178 o Owner: West Valley Water District 855 West Base Line Rd. Rialto,CA 92377 (909)875-1804 o Design Engineer and Construction Manager: Black&Veatch 6 Venture Suite 315 Irvine,CA 92618 (949)788-4208 ➢ Ladera Ranch Covenant Hills Zone 1/A Reservoirs and Zone II/B Pump Stations: (2) 5 MG pre-stressed concrete water reservoirs and(2)pump stations. Completion: December,2005. o Contract: $9,251,462 o Owner and Construction Manager: Santa Margarita Water District 26111 Antonio Parkway, Suite A Las Flores,CA 92688 (949)459-6600 o Design Engineer:Robert Bein,William Frost&Associates P.O.Box 57057 14725 Alton Parkway Irvine,CA 92619 (949)472-3505 ➢ Grove Street Reservoir Reconstruction: 2.8 MG pre-stressed concrete water reservoir. Completion: September,2004. o Contract: $3,726,536 o Owner and Construction Manager: City of Sierra Madre 232 W. Sierra Madre Blvd. Sierra Madre,CA 91024 (626)355-7135 o Design Engineer:Bucknam&Associates 30131 Town Center Drive, Suite 295 Laguna Niguel,CA 92677 (949)363-6461 ➢ Plant 37 Relocation: 4 MG Pre-stressed Concrete Water Reservoir and Pump Station. Completion: September,2003. o Contract: $5,380,345 o Owner and Construction Manager: East Valley Water District 1155 Del Rosa Ave. San Bernardino,CA 92410 (909) 899-9501 o Design Engineer: CDM 2920 Inland Empire Blvd.,Suite 108 Ontario,CA 91764 (909)945-3000 3 ➢ Ladera Ranch Reservoir: 4 MG domestic water reservoir, 24" domestic and recycled inlet/outlet water transmission mains and site improvements. Completion: June,2003. o Contract: $4,144,000 o Owner and Construction Manager: Santa Margarita Water District 26111 Antonio Parkway Suite A Las Flores,CA 92688 o Design Engineer: Tetra Tech ASL 16241 Laguna Canyon Road, Suite 200 Irvine,CA 92618 (949)727-7099 Steve Tedesco,P.E. ➢ John Garthe Reservoir Improvements—Phase 11: (2)5 MG pres-stressed concrete water reservoirs. Completion: March,2003. o Contract: $7,089,352 o Owner and Construction Manager: City of Santa Ana 220 S.Daisy Ave.,M85 Santa Ana,CA 92702 (714)674-5042 Michael Girgis,Project Manager o Design Engineer:Montgomery Watson 301 North Lake Ave., Suite 600 Pasadena,Ca 91101 ➢ Main Street Facilities Improvements,Project No. 6103 and No.6108: 2.2 MG rectangular water reservoir, pump station,chlorination building,generation building,and blending facility. Tustin,Ca. Completion:January,2003. o Contract: $6,536,318 o Owner: City of Tustin 300 Centennial Way Tustin,CA 92780 (714)573-3000 Tim Serlet,City Engineer o Design Engineer:Black&Veatch 6 Venture Suite 315 Irvine,CA 92618 (949)788-4208 o Construction Manager: Tetra Tech ASL 16241 Laguna Canyon Road,Suite 200 Irvine,CA 92618 (949)727-7099 ➢ Northern Dougherty Valley Zone 3 Potable Water Facilities: 1.7 MG pre-stressed concrete water reservoir. Estimated completion: May,2005. o Contract: $3,610,164 o Owner: Dublin San Ramon Services District 7051 Dublin Blvd. Dublin,CA 94568 (925)570-8769 o Design Engineer: Carollo Engineers 2700 Ygnacio Valley Rd. Suite 300 Walnut Creek,CA 94598 (925)932-1710 4 ➢ Santa Fe Water Reclamation Plant: Water reclamation plant and a 3.0 MG pre-stressed concrete water reservoir. Treatment plant processes consist of the following:headworks,equalization basin,aeration basin,clarifiers, sludge digestion,odor control,filtration and chlorine contact chamber. Rancho Bernardo,Ca. Completion: December,2002. o Contract: $10,568,964 o Owner: Santa Fe Valley 3,LLC 8872 Artesian Road San Diego,CA 92688 (858)759-3524 o Design Engineer:RBF Consulting 14725 Alton Parkway Irvine,CA 92713 (949)855-5700 Paul Klein,P.E.,Project Engineer o Construction Manager: Lee Construction Management 5963 La Place Ct.,#205 Carlsbad,CA 92008 (760)268-00259 Larry Dorman,Project Manager ➢ Tract No. 5164-3 Water Improvements Tank: 1.6 MG pre-stressed concrete water tank. Completion:March,2005. o Contract: $2,354,4095 o Owner: Western Pacific Housing 6701 Center Drive West, Suite 900 Los Angeles,CA 90045 (818)889-2137 o Design Engineer:Brockmeier Consulting Engineers,Inc. 1304 Olympic Blvd. Santa Monica,CA 90404 (310)450-2879 ➢ 680 Recycled Reservoir/944 Recycled Pump Station: 3.5 MG pre-stressed concrete water reservoir with attached pump station. Completion: August,2003. o Contract: $5,348,705 o Owner: The Eastlake Company,LLC 900 Lane Ave., Suite 100 Chula Vista,CA 91914 (619)421-0127 o Design Engineer:Tetra Tech,Inc. 10815 Rancho Bernardo Rd.,Suite 200 San Diego,CA 92127 (858)673-5505 ➢ Plant 37 Relocation: 4 MG Pre-stressed Concrete Water Reservoir and Pump Station. Completion: September,2003. o Contract: $5,380,345 o Owner: East Valley Water District 1155 Del Rosa Ave. San Bernardino,CA 92410 (909)899-9501 o Design Engineer: CDM 2920 Inland Empire Blvd., Suite 108 Ontario,CA 91764 (909)945-3000 5 ➢ John Garthe Reservoir Improvements — Phase Il: (2) 5 MG pres-stressed concrete water reservoirs. Completion: March,2003. o Contract: $7,089,352 o Owner: City of Santa Ana 220 S.Daisy Ave.,M85 Santa Ana,CA 92702 (714)674-5042 Michael Girgis,Project Manager o Design Engineer: Montgomery Watson 301 North Lake Ave.,Suite 600 Pasadena,Ca 91101 ➢ Main Street Facilities Improvements,Project No. 6103 and No.6108: 2.2 MG rectangular water reservoir, pump station,chlorination building,generation building,and blending facility. Tustin,Ca. Completion: January,2003. o Contract: $6,536,318 o Owner: City of Tustin 300 Centennial Way Tustin,CA 92780 (714)573-3000 Tim Serlet,City Engineer o Design Engineer:Tetra Tech ASL 16241 Laguna Canyon Road,Suite 200 Irvine,CA 92618 (949)727-7099 ➢ Ladera Ranch Reservoir: 4 MG domestic water reservoir, 24" domestic and recycled inlet/outlet water transmission mains and site improvements. Completion date: June,2003. o Contract: $4,144,000 o Owner: Santa Margarita Water District 26111 Antonio Parkway Suite A Las Flores,CA 92688 o Design Engineer:Tetra Tech ASL 16241 Laguna Canyon Road, Suite 200 Irvine,CA 92618 ➢ Longden and Van Nuys Reservoirs: (1) 3.8 MG and (1) 6.0 MG concrete reservoirs. San Gabriel, Ca. Completion:July,2001. o Contract: $7,656,073 o Owner: San Gabriel County Water District 8366 Grand Ave. Rosemead,CA 91770 (626)287-0341 Charles Shaw,General Manager o Design Engineers:ASL Consulting Engineers 3280 E.Foothill Blvd.,Suite 350 Pasadena,CA 91107 (626)683-0066 ➢ Rowena Reservoir: (1) 10.0 MG Pre-stressed concrete reservoir,pump station,chlorination building,filtration building,and water feature. Los Angeles,CA. Completion: April,2001. o Contract: $10,960,835 o Owner and Design Engineer: City of Los Angeles Department of Water and Power P.O. 51111,Room 1326 Los Angeles,CA 90051 (213)367-0834 Kevin Brown,Project Manager 6 ➢ Milliken Avenue Reservoir: (1)9.0 MG post tensioned concrete reservoir. Ontario,Ca. Start: July 1999. Projected completion: April,2001. o Contract: $3,537,648 o Owner: City of Ontario 1425 S.Bon View Ave. Ontario,CA 91761 (909)391-2507 Fernando Cobos,Project Engineer o Design Engineer:ASL Consulting Engineers 3280 E. Foothill Blvd., Suite 350 Pasadena,CA 91107 (626)683-0066 Ken Berard,Project Manager ➢ Grant Park Reservoir: (1)2.1 MG concrete reservoir. Ventura,CA. Project Completion: October,2000. o Contract: $3,918,524 o Owner: City of San Buenaventura 501 Poli St. Ventura,CA 93002 (805)658-4790 Albert Caron,Project Engineer o Design Engineer:Kennedy Jenks Consultants 1000 Hill Road,Suite 200 Ventura,CA 93003 (805)658-0607 Jeff Savard,Project Engineer ➢ Zone A Reclaimed Water Reservoir and Transmissions Lines: 10 MG pre-stressed concrete reservoir. Irvine,Ca. Project Completion: August, 1999. o Contract: $4,645,804 o Owner: Irvine Ranch Water District 15600 Sand Canyon Avenue Irvine,CA 92619 (949)453-5300 Bill Stewart,Project Manager o Design Engineer:Daniel Boyle Engineering,Inc. 23231 South Pointe Drive, Suite 103 Laguna Hills,CA 92653 (949)768-2600 Joe Boyle,Project Engineer ➢ Las Flores Reservoirs: (2) 10 MG Pre-stressed concrete reservoirs. Mission Viejo,Ca. Completion: October, 1998. o Contract: $6,462,524 o Owner: Santa Margarita Water District 26111 Antonio Parkway Rancho Santa Margarita,CA 92689 (949)459-6504 Bart Lance,Project Manager o Design Engineer:RBF Engineering 14725 Alton Parkway Irvine,CA 92713 (949)855-5700 Bob Oertel,Project Engineer 7 ➢ Huston Creek Sewage Treatment Plant: concrete reservoir, electrical, mechanical,pumps. Completion:April, 1998. o Contract: $1,984,745 o Owner: County of San Bernardino, Special Districts 157 W.Fifth St.,2°d floor San Bernardino,CA 92415-0450 (909)387-5963 Lee Wigington,Project Manager ➢ Tilden Reservoir: 10.0 MG reinforced concrete reservoir,90,000 cy earthwork,CML pipeline,valves&vaults, landscape. Riverside,CA. Completion: July, 1996. o Contract: $3,611,166 o Owner: City of Riverside 3900 Main St. Riverside,CA 92522 o Design Engineer:Montgomery Watson 301 N. Lake Ave.,Suite 600 Pasadena,CA 91101 (818)568-6150 Ashkok Dhingra,Project Engineer ➢ Reservoir#2/Pump Station: 18 MG pre-stressed buried concrete reservoir 4,000 sf.booster pump station,4"- 39"piping,310,000 cy earthwork,dewatering,landscape. Reservoir is 300' diameter x 39'high with 120 support columns. Pump Station=4000 sf. Pump Station Building. Approximately 1150 HP total. Waukesha Natural Gas Pump Drivers,Vertical Turbine Pumps(47' Deep Suction Barrels),Controls,Telemetry,Cranes and Sound Attenuation System. Costa Mesa,CA. Completion: December 1995. o Contract: $11,309,325 o Owner: Mesa Consolidated Water District 1954 Placentia Ave. Costa Mesa,CA 92627 (714)631-1291 Ron Briles,Project Engineer o Design Engineer:Barrett Consulting Group 1322 Bell Ave.#1A Tustin,CA 92680 (714)259-1540 Ray Woodside,Project Engineer ➢ Zone 6 Reservoir and Zone G Reservoir: (2) 2.6 MG pre-stressed buried concrete reservoirs, 1,500 if 12"-24" piping,55,000 cy earthwork. Irvine,Ca. Completion:June, 1995 o Contract: $3,526,288 o Owner: Irvine Ranch Water District 15600 Sand Canyon Avenue Irvine,CA 92619 (714)453-5300 Bill Stewart,Project Manager o Design Engineer:ASL Consulting Engineers One Jenner Street, Suite#200 Irvine,CA 92718 (714)727-7099 Steve Tedesco,Project Engineer g ➢ Zone D Reservoir/Zone G Booster Pump Station: 5MG pre-stressed buried concrete reservoir, booster pump station, and 5200 lft. pipe 4"-20", 175,000 cy earthwork,paving,landscape. Irvine,CA. Completion: July 1994. o Contract: $4,713,927 o Owner: Irvine Ranch Water District 15600 Sand Canyon Avenue Irvine,CA 92619 (714)453-5300 Bill Stewart,Project Manager ➢ Santiago Hills Reservoir: 6.0 MG post tensioned concrete reservoir, 42" & 48" CMLC pipeline, earthwork, paving. Orange,CA. Completion:November, 1993 o Contract: $2,660,000 o Owner: Irvine Ranch Water District 15600 Sand Canyon Avenue Irvine,CA 92619 (949)453-5300 Jim Tran,Director of Construction Services o Design Engineer:RBF Engineering 14725 Alton Parkway Irvine,CA 92713 (949)472-3505 Paul Klein,Project Engineer o Design Engineer:Boyle Engineering 1501 Quail Street Newport Beach,CA 92660 (714)476-3300 Russ Hulse,Project Engineer ➢ Zone 4 Reservoir/Zone 6 Booster Pump Station: 6.5 MG pre-stressed buried concrete reservoir,domestic water pump station, CML pipeline, earthwork, paving. Upper Loop Road/Pelican Hill, Irvine, CA. Completion: December, 1992 o Contract: $3,298,000.00 o Owner: Irvine Ranch Water District 15600 Sand Canyon Avenue Irvine,CA 92619 (714)453-5300 Jim Tran,Director of Construction Services o Engineer Contact:Montgomery Watson Ashkok Dhingra 301 N.Lake Ave, Suite 600 Pasadena,CA 91101 ➢ East Garden Grove-Wintersburg Channel: Flood control channel, dewatering, pipeline. Newland/405 Fwy., Westminster,CA. Completion:June, 1992 o Contract: $648,457 o Owner/Design Engineer: County of Orange Flood Control District P.O.Box 4048 Santa Ana,CA 92702-4048 (714)567-7832 Stan Vander Mey,Project Engineer 9 ➢ Camino De Bryant Reservoir: 3.2 MG buried reinforced concrete reservoir, 65,000 cy earthwork, CML pipeline,valves&vaults. Yorba Linda,CA. Completion: October, 1992 o Contract: $2,276,202 o Owner: Yorba Linda Water District 4622 Plumosa Drive Yorba Linda,CA 92686-0309 (714)777-3748 Chuck Gray,Project Engineer(retired) o Design Engineer:Tetra Tech,Inc. 16241 Laguna Canyon Rd., Suite#200 Irvine,CA 92618 (949)727-7099 Steve Tedesco,Project Engineer ➢ Zone B Reservoir: 5 MG pre-stressed buried concrete reservoir, 60,000 cy earthwork,valve vault,and 3000 lft. 30" CMLC pipe,900,000 s£hydroseed.Irvine,CA.Complete:March, 1992 o Contract: $3,526,246 o Owner: Irvine Ranch Water District 15600 Sand Canyon Avenue Irvine,CA 92619 (714)453-5300 Jim Tran,Director of Construction Services o Design Engineer:Boyle Engineering 1501 Quail Street Newport Beach,CA 92658 (714)476-3300 Russ Hulse,Project Engineer ➢ Aliso Summit Reservoir: .4 MG pre-stressed buried concrete reservoir, +20,000 cy. excavation, valves,piping vaults,paving.Pacific Island Drive/Coronado Point,Laguna Niguel. Completion: January, 1991 o Contract: $850,000.00 o Owner: Moulton Niguel Water District 27500 La Paz Road Laguna Niguel,CA 92656 (714)831-2500 ➢ Serrano Creek Reinforced Concrete Box Culvert: 72 If.RCB,dissipater and riprap,earthwork,storm drain. Lake Forest Drive,El Toro,CA Completion: January, 1991 o Contract: $365,000 o Owner: Hon Development 25200 La Paz Road Laguna Hills,CA 92653 (714)586-4400 Mike Walker,Project Engineer o Design Engineer: Greiner Engineering 1221 E.Dyer Road, Suite#100 Santa Ana,CA 10 ➢ Borrego Wash Reinforced Concrete Box Culvert: 2,900 If. double 8' X 10' RCB, 1,000,000 cy. earthwork, RCP,8000 cy Rip Rap. Lake Forest Drive,El Toro,CA. Completion: September, 1990 o Contract: $3,640,000 o Owner: Foothill Ranch Co. 25200 La Paz Road Laguna Hills,CA 92653 (714)586-4400 Mike Walker,Project Engineer o Design Engineer: RBF Engineering 14725 Alton Parkway Irvine,CA 92718 (714)472-3505 Bruce Phillips,Project Engineer ➢ Cypress Reinforced Concrete Box: 1,600 If. 12'X 12'pump station forebay excavation,dewatering,piping,and pumps.Ball&Moody,Cypress,CA. Completion: June, 1990 o Contract: $1,242,000 o Owner: Cypress Homes,Inc. 14 Corporate Plaza Newport Beach,CA 92660 (714)851-8313 Rick Peters,Vice President o Design Engineer:Hunsacker&Associates 3 Hughes Irvine,CA 92718 (714)458-5486 Fred Gralee,Project Engineer ➢ Wheeler Reservoir #2: 3 MG concrete reservoir, +50,000 cy. excavation, construct reinforced concrete reservoir, CML piping, valves, vaults. Wheeler Avenue/Via de Mansion, La Verne, CA. Completion: July, 1989 o Contract: $1,400,000.00 o Owner: City of La Verne 3660 D St. La Verne,CA 91750 (909)596-8726 o Design Engineer:Kenneth Mullen Engineering 325 N. Santa Anita Avenue Arcadia,CA 91006 (818)445-2212 o Design Engineer:Daniel Boyle Engineering 23231 Southpointe Drive#103 Laguna Hills,CA 92653 (714)768-2600 Dan Boyle,Project Engineer 11 a City of Huntington Beach 1 Public Works Department 2-0G0 Main Street Tel. (714) 83&W1, Fax(714)374-1573 ADDENDUM NUMBER ONE For Lift Station W Replacement, at Brighton Drive and Shoreham Lane, CC1297 June IQ.200s Notice to All Bidders: Please note the fallowing revision to the project,Specifications: The follovVing shall be deleted from the Specifications: Section 13370-1.6 1.6 :WUIPivif✓NT SUP.PLICD BY_OWNER A. The PLCiTelemetry control panel will be supplied by the OWNER for remote indication of pump station signals to the OWNERS central control system. The CONTRACTOR will be responsible fvr taking delivery, mounting, connecting and powering the OWNER supplied panel. The CONTRACTOR, will also be responsible for wiring to and from the OWNER supplied panel all signals and power as stivwn on the contract drawings. B. For bidding purposes the contractor should assume the i PLC/Telemetry panel will be 30".High x 24"Wide x 12"Deep. This modification does not change the Engineer's Estimate for this project. This Isto acknowledge receipt and review of Addendum Number 0- une 10,2008. i Company Name ' B i0�� ' /� i Date All bidders must ackmadledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum,please call Andrew Ferrigno at(714)338.5291. -'i of 1 City of Huntington Beach Public Works Department 2000 Main Street Tel, (714)536-5431, Fax(714)374-1573 ADDENDUM NUMBER Q For Lift Station #26 Re_piacement. at Brighton ®rive and Shoreham Lane, CCI297 June 18,2008 Notice to,All Bidders; Please note the following revision to the project,Specifications: The following shall be added to the Specifications: Section 05500.2.6 HATCHES G. Contact Information for LASCO LIDS is as follows: Scott Higley:760-801-6330 John Trosper:760-519-9000 Jeff Osborne:760.535-0876 H., For reference in bidding this project,Shop Drawings part number 12045S.H2O, 4830SI I20,and 4848DH2O,for LASCO LIDS have been provided herein, The use of these Shop Drawings are for biding purposes only and do not constitute an approval per Section 05500-2.6.13 of these specifications, The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Section 05500.2.13 Manufacturers A. Products of the type or model (if any) indicated shall be manufactured by one of the j 'Following---- --------- .......... ......... ,Deleted: torcm,alt 1. Hatches: a. LASCO LIDS 2. Manhole Frames and Covers-Lor equal). a. Neenah Foundry Company R-1642 with Self-Sealing Cover. b. Phoenix Iron Works P-1090 R1G. A Iliamhra No.A-1480,i mu cover marked _5," 3, Field Repairs to Galvanizing or equal a. "Galvinox". b. "Galvo-Weld". -1 Of 3 I 4. Aluminum Grating(qr pqua�: a. Grating Pacific,Inc. The following shall be amended as shown(underlined text has boon added and deleted text has boon labeled): Section 08800-2-4,6 System No.7-Elastomeric Polyurethane,Concrete: 1. System No. 7--Elastomeric Polyurethane,Concrete: The lining material shall be a two-component, 100% solid, non-solvent hybrid polyurethane coating, with a shore"D"hardness of 57 at 77 degrees Fahrenheit,such as Saneon 100 as manufactured by Sancon Engineering,Huntington Beach,California_ The material shall be the high-build type capable of application thickness,as specified, without runs or sags, and shall be capable of passing ASTM D-1.737 for flexibility, using cylinder mandrel of 0.5 inch (12.7 millimeter). The flash point of the fluid mixture shall be 450 degrees Fahrenheit open Zahn cup. Lining material shall meet or I exceed the requirements of 210-2.3.3 and of the SSPWC pertatning to •,.• {oeietaa:soo-a,a;to __� Chemical Resistance and Physical Properties. Proof of meeting these requirements shall be provided as part of the bid submittal and shall be confirmed by the Engineer 15 days prior to commencement of work. The color shall be white or cream. The complete coating shall be impermeable to sewer gases and liquids and non-conductive to bacterial or fungus growth. The lining shall be capable of repair at any time during its life. 1. Application an concrete surfaces: a. Prime coat DFT= _mils of epoxy, �eietea°a b. Finish coat DFT=�?5 mi_ls_ofpolyurethane shall be applied prior to ..:. �o�i a:so the Epoxy becoming tack free.The lining shall be applied over dry LL concrete to all interior surfaces as designated in the plans in one continuous coat,without seams,bubbles or pinholes. The finished lining shall be uniform in color and free from any holes or defects. Any areas in question shall be removed,reworked and patched. 2. Application on steel surfaces: a. Prime coat DFT = I - 2 mils of polyurethane based primer or as approved by coating manufacturer. Primer shall be applied to the prepared surfaces after insuring there is no dust contamination. b. Finish coat DFT=40 mils of polyurethane with one continuous coat, without seams,free from any holes or defects. I Spark Testing: Spark testing will be performed upon completion or lining installation and visual inspection, Spark testing voltage will be set at 100 -2 of 3 volts per mil of coating thickness specified. Spark testing equipment shall be Tinker and Rasor APW or equivalent. Spark Testing shall be witnessed by inspector or other appropriate person. Final approval for applied polyurethane lining shall be given by owner before contractor demobilization. Only workmen trained and experienced with the specified material shall perform the lining application, The lining shall be applied through plural component cquipment specifically designed and approved by the manufacturer of the lining material,The equipment shall be in good working order to insure correct proportioning and mixing of the components. Both manufacturer and installer of the elastomeric polyurethane shall warrant its lining for five years against any type of failure due to defects in material and application. The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Section 09800.3.11.1) D. For external or internal application of lining or coating materials for buried or submerged piping systems, the CONTRACTOR shall supply inspection procedures for use by the CONSTRUCTION MANAGER. Procedures shall be supplied in advance of starting work. Measurement of bond strength of,concrete epoxy can be measured in accordance with ASTM D4541 or_Scction 500,2.4 of SSPWC as reptrirEr) by theL-_ONSTR(JC.T10N MANAGER. Any areas detected to have inadequate bond strength shall be evaluated by the Project Engineer, Further bond tests may be performed in that area to determine the extent of potentially deficient bonded area and repairs shall be made by the Applicator in strict accordance with the Manufacturer's recommendations, This modification does not change the Engineer's Estimate for this projeot. This is to acknowledge receipt and review of Addendum Number gnerdat une 10,2008, Company Name /.VSEreE- -Z6-0 oate r - All bidders must acknowledge the receipt of this Addendum with your bid proposal, Should you have any questions regarding this Addendum,please call Andrew Ferrigno at(714)M-5291. This Addendum has a total of six pages,which Includes three one page shop drawings, -3 of 3 PROPRIETARY AND CONFIDENTIAL THE INFORMATION CONTAINED IN THIS DRAWING IS THE SOLE PROPERTY OF 2 LASCO LIDS. ANY REPRODUCTION IN 3 PART OR AS A WHOLE WITHOUT THE WRITTEN PERMISSION OF LASCO LIDS IS PROHIBITED. ALL RIGHTS RESERVED COI CUSTOM FABRICATED ITEM PLEASE CHECK ALL DETAILS + CAREFULLY. SPECIFICATIONS i) 5 Pea cially destgnetl hidden nge pins and spring assembly located underneath the cover plate for security control. r 2)Lack down arm. Cross bar latch featuring a single bar,lift/closure arm with cam lock on both sides. ------- 3)Fool-Latch ---------------------- -------------- All 316 stainless steel spring assist hold open foot latch.Powder coated red. 7 4)Sect u�reS;the latch arm in closed pposition. 5) f/4Jnch-3_f_6_Stalnless_tteel Diamond-pattern tread plate -- reinforced for H2O vehicle load rofing. --- —_ 6)14 sainless Steel4" .O anaafr4m With anchor tabs around the perimeter. 1;9':lnch Dralrr Tr_®uah. 5 Frame O,pening Width 45" With 1-1/2 inch droin connection I 9 Yi i i b SHOP FINISH' q o 1 I lA n1 m 19 1 1 m m w nl t %� I 1 In Ill Ip 19 III Ill III ql Ip ry N I III I in io iq i ai ai ki itl I 4I HARDWARE: I m In to Iq I I m frt NI m ryi of i1n, ion 1A 11j m m ql 11 ^j t q b l In m in r9 I l i N N N hl I rys } i` q 4 1 M P 19 I9 T mN hl ry 1 Q) � q 9 1 In N lA 19 111 nt m I'll q A I 19 II I9 IV III pl AI pl nl r q 111 I III 111 In !I I pl pl AI In J Ip I IA Ili Ui Iq r l l IU Iq u m r q 14 1 Ip� III I9 l9 rII Ill N AI n1 qI t 9 + q Ill 19 19 I I I N In AI m I � t 9 1 I6 III! N 19 E Iry I Ill M If 10 i I I @ pl ql ui bI q Installer$U estlons t li i I9 Ip It 19 I I iii W qi iii Ili �g 1 If If IN 19 11 4 L (n i 11 AI Itl 111 i I I 91 IA n n1 iii n O LL Iq 91 rq 19 91 pl pl ut pt p _ 1i1 I N m IF iq rII III 19 91 +U pI n 11 III 111 Ill In Iq qt pp lIi 1 IV III P 19 111 III III 91 IA 11 tl n lu I Iq 19 Ip 19 III ql n1 N IH ql 9 0 pl rq IU III III ul ni N 41 n 14 I III UI III In m 1 A f1 i Iq 19 IA II +I 1 ryl O n rl la In In ul bl Ip a1 m Ip I b r LASCO LIDS INCORPORATED n 4 I Iq IA Ip III I I I III Ill 91 I bl n L A 14 I Ih UI Ip 19 ,I I al Ill N N 1 ¢i n Li— Vault Lld Manufacturer n 1q ' Ib �h1ll III II I I AI dl A IA I _ Son Morcox,Calllarnla 90078 r Overall Frame Width 56 4 - f� SHEET 1 OF 1 r to DIMENSIONS ARE IN INCHES H2O SINGLE DOOR VAULT LID PART NUMBER DO NOT SCALE DRAWING 4848DH20 -- —��' PROPRIETARY AND CONFIDENTIAL 3 THE INFORMATION CONTAINED IN THIS DRAWING A COLDS.T HE OLE ANY Y OF L REPRODUCTION IN PART OR AS A WHOLE WITHOUT THE WRITTEN PERMISSION OF LASCO LIDS IS O� PROHIBITED, ALL RIGHTS RESERVED CUSTOM FABRICATED ITEM PLEASE CHECK ALL DETAILS CAREFULLY, SPECIFICATIONS 1)HlnQar,eln/ton n Sarin91012 SPeacially aes,gnea h,tlden hinge pins and spring assembly located underneath the cover plate for securit control. 2 Cross bor ntch f9oturing a single bor,lift/closure arm with cam lock on both sides. 3)Foot wfch All 316 stainless steel spring assist Ifl f hold open fool latch.Powder coated red. ----------------------- 6 4) C I Featuring a sliding dead bolt 7 that secures the latch arm in closed position. 5) 1! Inch-3I6 Sfafnleas Sfeaf piamand-pallern tread plate reinforced for H2O vehicle load ---- - ---- r- - ratB,I b)1!d _3Sa _rame with anchor tabsoroundthe ----- ----- ------- - perimeter, With 1-1/2 inch drain connection OPTIONS 5 Frame Opening Width 48" SHOP FINISH: HARDWARE: n 9i� } ------------------------------- q) n jls ile O .0 E L Installer Suggestions f 0 t yI( W — j -------- --------------- -- LASCO LIDS INCORPORATED > -- ____ = Vault Lid Manufacturer c_—_ _.> Son Marcas,CcAfarnla 92070 Overall Frame Width 56" 4 ,( SHEET 1 OF 1 I. C H2O SINGLE DOOR VAULT LID DIMENSIONS ARE 1N INCHES PART NUMBER �"J DO NOT SCALE DRAWING 4830SH2O PROPRIETARY AND CONFIDENTIAL 3THE INFORMATION CONTAINED IN THIS 2 DRAWING 15 THE SOLE PROPERTY OF LASCO LIDS. ANY REPRODUCTION IN 1 PART OR AS A WHOLE WITHOUT THE WRITTEN PERMISSION OF LASCO LIDS IS PROHIBITED. ALL RIGHTS RESERVED CUSTOM FABRICATED ITEM PLEASE CHECK ALL DETAILS CAREFULLY, SPECIFICATIONS i I Hin as s ' assembly. Speaela ly des'pod hidden nmge pins and spring assembly located undernealh the cover plate for security control. 21 Lock_down_am'L. Cross bar IatCh featuring o single bar,lifticlosure arm with cam lock on both sides, ---------------- -------- - 3)Foot Ldfch ---------------------" ----- All316 stainless steel spring assist hold re foot latch.Powder Frame Opening Width 7 45" 4)coaLcck ti red. Featuring a sliding dead bolt --------- - 6 that secures the latch arm In ----- r' closed position, 5) 114 tngh-Aluminum —-- — -- -- I Diamond-parrern tread plate reinforced for H2O vehicle load `� ---- ---- rating_ 5 I#I 6)1/4 in0H-Aluminum 4"anale frame lip ___-______ with anchor tabs around the I � , perimeter. _ _ , 7)2' inch-Drain,Trovdh a With 1-1/2 inch drain connection LO OPTIONS. — -------- 1 C1I Jz _— SHOP FINISH: 4- , — ! , c +tea � N _ HARDWARE* I --- ----------- �dl Q aj — dl Installer Suggestions > O O I - i -� 1 LASCO LIDS INCORPORATED 1 I A Vaull Lid Manu*Wrar p ___ ---- ...._---..2�t- son Marcos.CalltorNo 72078 — -1 ---------- n Overall Frame Width 5611 SHEET 1 OF 1 J DIMENSIONS ARE IN INCHES H2O SINGLE DOOR VAULT LID — � a PARTNUbABER DO NOT SCALE DRAWING 12045SH2U �-�. City of Huntington Beach Public Works Department 2000 Main Street Tel.(714) 536-5431,Fax(714)374-1573 ADDENDUM NUMBER THREE For Lift Station#26 Replacement,at Brighton Drive and Shoreham Lane,CC1297 June 25,zoos Notice to All Riddcrs: Please note t:hc following;revision to the project,Specifications: The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Section 11000-7.2.1 Service Factors 1. Service Factors: Service factors shall be applied in the selection or design of mechanical power transmission components. Unless otherwise calculated,the minimum service factor shall be 1.25. Unless otherwise indicated, the following load classifications shall apply in calculating service factors: Type of Equipment Goad Classification Pump: Centrifugal or Rotary Uniform Reciprocating Moderate Shock Fan/Blower Moderate Shock RCleted:C.rnna or I Ioi3!.Mode ntc l The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Section 11319,2.2.0 C. Accessory Equipment! Shall be as follows: 1. Provide the following accessories for the pump as required for a complete installation. A.. Pump Stand: Fast..1,1-on with Posion Bonded Epoxx,W„,y_,-erM6 Se0flon 1 Type 316 stai"Im 3100, I 9%} 00.2.4.K 5 b. Cable Supports: Polypropylene composition clamp with Type 316 stainless steel bolts. c. Anchor Bolts:Type 316 Stainless Steel. d. Suction elbow with baseplate assembly. -1 Of 3 tb .� , authority to require any modifications to the proposed temporary facilities which he/she deems necessary to maintain proper and reliable operation of the plant. I'lle design Flory for each"of the thrcc scwer nip.lincs tributary to.the lifi_stailioit shall hC I O l En. This modification does not change the Engineer's I'sstimate for this project, This is to acknowledge receipt and rcvicw of Addendum Number one,date utic 14 OOR, &%CW a( bos,Ii�1C Company Name By l�I-z5I 2,000 Date All bidders must acknowledge the receipt of this Addendum with your bid proposal, Should you have tiny questions regarding this Addendum,please call Andrew Perrigno at(714)5M-5291, -3 of 3 i f City of JTuntington Beach f Public Works Department 2000 Main Street Tel.(7714)T5336-5431,,�{Fax(7y144)�3+74-1,573 �7g� ADDS I�(�91J ,l�t tU. BER FO�J R Fnr Lift Skt-i-,m_#26_Replacement,at Bitighton Drive and Shareham Lane, CC1297 July 1.2t108 Notice to Ali Bidders: 1 Please note the following ravisim to thcpr6jcet,SPccificationn: ( The following shad]be amended as shown(underlined text has been added and strikethrough text has been deleted): Section 05500-1.4,Section 05500-1.5,Section 05504-2..i,Section 05500-2.b,and Section 05500- 2.13 1.4 CONTRACTOR SUBM TTALS E A., Shop Drawings: Shop Drawings shall be submitted in accordance with Section 01,300,Submittals. f B. Shop Drawings: Shop drawings for stairs and hat�heti shall be sitbtnittod detailing } fabrication and installation. pf gtqi . In do plans, elevatioT?s� sect.i.�z�5r and Forma ;strtkEttrrougA µ details;!f-:}fetes and their cpzDnections. Show anchorage and accessory items. For -(Formatted:SWkethrouyn grating, show the dir0ction of spats, type and depth of grating, size and shape of grating panels,seat a.tgle details,and de ails of grating hold down fastener.,,,, t C. Product.List.and Product Data Sheets: Protective Coating, a product list shall be submitted with product data sheds of intended shop coats- T. QUjj-T-ASSURANCE A. Carbo>~�_}ic41 ttlaleri,3ls elle� et shall be fabricated anal erected in rcnnatted:5trlkelhrough accordance with the latest edition of the ATSC "Specification-for the Design, fabrication said Erection of Steel for Buildings", and"Code of Standard Practice for Steel Buildings and.Bridges",except whenever there is a discrepancy between the Design Drawings and this Specification,the Drawings shall govern. I of 4 i i L 13. Aluminum work shall be fabricated and erected in conformance with applicable requirements of the CBC and referenced standards For Alwuinum, C. Continuous Inspections: All welching and bolting of framing assemblies shall be eond.uctcd under, the continuous inspection of an International Code Council (ICC)certified "Special Inspector" selected by the OWNER with costs borne by the OWNER. Should such fabrication be performed in the shop of a licensed fabricator approved by the governing building official and certified by the ICC Evaluation Services,ittc,: only the field weldft and bolting of structural framing assemblies will be required to be performed under continuous inspection of the ICC-certified. "Special Inspector," The OWNER shall be notified. at. least 24 hours in advance of needed inspectiorxs. Copies of inspection reports for shall be provided for the OVYWU, ,CONTRACTOR,and governing building official. 21 MAIMIALS A. Steel: Steel shall conform to the following requiroincntg: 1. Shapes,Plates,Bars; ASTM A 36 or ASTM.A992. 2, Pipe,Pipe Columns,Bollards: ASTM A 53,Type E or S,Grade B Schedule 1 40,unless noted otherwise, B. Aluminum., Aluminum structural shapes sball be now and conform to 6061-T6 alloy And temper,unless otherwise noted. C. Stainless Steel: YJnless otherwise dosignatcd or approved, stainless steel alloy types shall conform to ASTM A167 and ASTM,A.276 as follows; 1. Stainless steel plates,pipe"d structural shapes:Type 31 fi. 2. Stainless steel bolts, nuts and washers; Type 316 where connecting or bearing on aluminum, D. Cast Iron: Cast iron shall conform to ASTM A48, except as otherwise noted. E. Ductile Iron: Ductile iron shall conform to ASTM.A536,using Grado 60-40-1 S or better,except as otherwise noted. F. (rlv_anlziitn: All ealvaii7innf_ytgl ,ball cottfvmt.c.r t!>�ri�uirerrtiits,tef,tl► j .r'ltncricyn__C,y;l�ta�iz.�;r s Assors�ttlic�r:1•n�::!'i'.v�}yr�:,g�aJ'��1tl�;ci,I r�l/. I t�i-fi,�}s zal_vanizln of inc_ni1�en,:,hall cgr)farm 10 hSTNT_.123.with a rribihmirn coltiug t1licics3 oz,%ft'._All h2,rc1t�lrC SIa.�.I.l i�c`,Itot_c1iL ;, ya_�izccl cr�infrni�,ttc vvillt,AS I}11.Al S3 lvttli a�Iunulz�Tn uoatinchir icrlpal-c+f-Al Wiz' _ i I, i 2 of 4 i 1 2.6 HATC-1 S A. Thatch Type: Where access hatches are indicated to be mounted on a floor slab (including top slabs which are not covered with a roofing membrane) or on a concrete curb, the hatch shall be a, flush type as indicated. Hatches shall be as manufactured by LASCO LIDS, San Marcos, CA, ar_C.1;,5;_F. )S ABR,1CATit)N. —INC. Hiui �Ja, l�l._., no substitutions.Matt 3r,:5 1 catcd in .icicl ; ks„stlall lie LASCO No. 12p45SF 20, l3- Hatch Materials anci Ror<iwgm; All batches shall be fabricated.from aluminum unless otherwise indicated. All batch hardware shall be Type 310 stainless steel. Ail hatclre5 all;:ttl be hi_r��;,e.cl atul_s,�i��'tssi.�tec�,, T;l�tcfjcQ_lga_ltcd ig,;,treets��;r1;ll bolt dtswn. C. Live Loads_ Ada,M,inirnum design live loadinghall.1�e�1,I?U Wheal lcr di:H—laf4raffie-lea �sr_ _ pciasaa:m_ � tiL^�1���^n� mmuuunn�.... ...+,W,,..,..nnrnminrvmm:nnix� ing' "`ioatea:o " - f1>�� Formatted:Strlkethrough Hatches Formatted:Strlkethrotlgh located in residential streets shall be desi. ed to withstand H2O wt,ce �+elr rl ""'" 1. Formatted:Strtkethrough loading.tiraclttdi 3Q"/e inzpactl w��ere the p�st�ci s, feel lii i ci��e�tt��t M�'1:�.A38§!�rtt ___. . . .. . _...._.__.._..__.__- •. -,_ --..._..____....... Formatted:stnkethrouph ._._.J D. Hatch Dimensions; Hatch opening sizes,number and direction of swing of, door leaves,and location,;shall be as indicated. E, Shop Drawings and calculations signed by a Profeniona.l Engineer, licensed to practice in.the state of California,shall be submitted for all hatches. ' ! R Water Tightness: Hatches located shall be equipped with a joint gutter and moat-type edge drain. A 1.5-inoh diameter (minimum) drain c9nnection shall be provided and located by the manufacturer—Dr&t4s1eL z--ers. are hi<yhll detiir�ci.f'c�r halohesr Iocated in streets= ?•J3 MANUFACTURERS A. Products of the type or model(if any) indicated shall be manufactured by one of the following: 1. Hatches: a. LASCO LIDS F,ABR1.9AA-10-N.INC. x l 3 of 4 x - I i i The>P1Rns Shall be untended as follows: $heet M-2 s Change"stainless steel single leaf hatch (frame opening is 30"x48")" to "steed hot-dip galvanized double or single.leaf hatch with minimum clear opening of 30"x48"". Sheet S-1 Change"stainless steel double leaf batch(frarnc opening is 42"W"),typ:'to"steel hot- dip galvanized double or single leaf hatch with,minimum clear opening of36"x48",typ.". The following shall be amended as vhown(underlined text hAs been added and deleted text has been labeled): Cover Page BIDS DUE: 2:00 PM,2ND FLOOR City Clerk's Office The following shall be amended as shown(undetlined text has been added and deleted text has been labeled): Section A j PUBLIC NOTICE IS HERESY GIVEN that the CiT. OF IIUNTINWON BEACH,as AGENCY,invites settled bids for the above smod projects and will receive J 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 3uly .2008. Bids will be ___.^ aolateae 3 publicly open inMeetiagRoo—j $, . -_ . ..----- ------ ------------- - p¢�abert:c. r3 This modification does not changothe Engineer's Estimutc for this pmlecl. This is to ncknnowiodge receipt ff j /1 an11d review of Addcm nccll Number Fc� , S. `` Company Name `8 V� B,_„ Date All bidders mast acknowledge the receipt of this Addendum whit your bid propmel. Should you have any sluestiomg regarding this Addendum,please call Andrew rorrigno at(714)536-5291. 4 of 4 e. Lifting Bail. f. Cable holder and support grip. ( _ ____ .. . .. _............. Portable hoist with floor Deleted:g. rnotmdng bmckct ai,ituhlc for pump. The following shall be deleted Section 11319,11C C. A portable hoist shall be provided for the pump station. The portable hoist shall be pedestal based,power assisted with standard loop and hooks. Capacity of hoist shall be suitable for removal of al I pumps. The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Cover Page BIDS DUE: _ ®6111 CQ Juno 28 _....... .... , 2:00 PM,2ND FLOOR City Clerk's Office The following shall be amended as shown(underline(l text has been added And deleted text has been labeled): Section A 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 jjjl 31 2008 Btds will be publicly..qp en in Council (peleted:June A Chambers. The following shall be amended as shown(underlined text has been added and deleted text has been labeled): Section 101115.1.3,J J. At the option of the CONTRACTOR,temporary pipelines,wiring,or other facilities may be constncetcd to bypass certain fluid or electrical processes while modifications an being made to permanent facilities. The CONTRACTOR shall submit for review by the ENGINEER a complete detailed design of the proposed tcmporary facilities including a complete written description and drawings. For by- pass pumping the CONTRACTOR shall have a primary and back-up electric pump onsitc 'for the duration of by-pass operations.The CONTRACTOR may pull power for the pump from the existing Lift Station No. 26. The CONTRACTOR shall be fully responsible for all by-pass operations and have a representative on call 24 hours a day, 1 days a week, for the duration. The .CNGTNEER shall have the -2 of 3 Bond No. Bid Bond BID BOND The American Institute of Architects, AIA Document No.A310(February, 1970 Edition) KNOW ALL MEN BY THESE PRESENT'S,that we SSC Construction,Inc. 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 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 ($1 o% ), for the payment of which sum well and truly to be made,the said Principal and the said Surety, bind ourselves, our heirs,executors, administrators,successors and assigns,jointly and severally, firmly by these presents. WHEREAS,the Principal has submitted a bid for Cash Contract No. 1297:Lift Station No.26 Replacement NOW,THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and 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 23rd day of June , 2008 SSC Construction,Inc. Witness .0101P r ( ) By� /D � -G;�4,, j Name/Title Federal Insurance Company Surety (Seal) Awitness By' Q" Douglas I Rapp Attorney-in-Fact ORSC 21328(5/97) CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of Orange On June 23, 2008 before me, A.P. Coats, Notary Public (Here insert name and title of the officer) personally appeared Douglas A. Rapp, Attorney in Fact , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/afe subscribed to the within instrument and acknowledged to me that he%he>he�,executed the same in his/ker4hei,-, authorized capacity(ies), and that by his/hefk4e4 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. A.P.GOATS S y hand al. COMM...1498145 U WTMY P'iT T-CAL F(i SRM-1 My Tenn Up.My 2 M-A (Notary Seal) Signature of o ublic ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as DESCRIPTION OF THE ATTACHED DOCUMENT 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 (Title or description of attached document) 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 far a notary in California(i.e. certifying the authorized capacity of the signer). Please check the (Title or description of attached document continued) document carefully for proper notarial wording and attach this form if required Number of Pages Document Date • 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. (Additional information) . 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. CAPACITY CLAIMED BY THE SIGNER • Indicate the correct singular or plural forms by crossing off incorrect forms(i.e. ❑ Individual(s) he✓she/dwa -is/are)or circling the correct forms.Failure to correctly indicate this information may lead to rejection of document recording. ❑ Corporate Officer . 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 (Title) sufficient area permits,otherwise complete a different acknowledgment form. ❑ Partner(s) • Signature of the notary public must match the signature on file with the office of the county clerk. ❑ Attorney-in-Fact 4. Additional information is not required but could help to ensure this ❑ Trustee(s) acknowledgment is not misused or attached to a different document. ❑ Other 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 vl2.10.07 800-873-9865 www.NotaryClasses.com Chubb OF Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 KnowAll by These Presents,That FEDERAL INSURANCE COMPANY,an Indiana corporation,VIGILANT INSURANCE COMPANY,a New York corporation, and PACIFIC INDEMNITY COMPANY,a Wisconsin corporation,do each hereby constitute and appoint Douglas A. Rapp or Linda D. Coats of Laguna Hills, California---------------------------------- each as their true and lawful Attomey-in-Fad to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise,bonds and undertakings and other writings obligatory in the nature thereof(other than ball 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 2 2 nd daY of January, 2004 Kenneth C.Wendel,Assistant Secretary ran E.Robertson,Am Pretclent STATE OF NEW JERSEY i SS. County of Somerset on this 2 2 ndlay of January, 2004 ,before me,a Notary Public of New Jersey,personally came Kenneth C.Wendel,to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY,the companies which executed the foregoing Power of Attorney,and the said Kenneth C.Wendel being by me duly swan,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 Ike authority;and that he is acquainted with Frank E.Robertson,and knows him to be Vice President of said Companies;and that the signature of Franck E. Robertson, subscribed to said Power of Attorney is in the genuine handwriting of Frank E.Robertson,and was thereto subscribed by authority of said ByAAws and In deponenrs presence. Notarial Seal Karen A.Price P 1'R kle aq PIaolic State of New Jersey , r �-�,RY No. 2231 CA7 Notary Public i;v��� �........:_.... : `... LLERTIFlCATION Extract' of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY: "AS po attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Comparry,either by the Chairman or the President or a Vice President or an Assistant Vice President,jointly with the Secretary or an Assistant Secretary,under their respective designations. The signature of such officers may be engraved,printed or lithographed. The signature of each of the following officers: Chairman,President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary.and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached.' 1,Kenneth C.Wendel,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY (the"Companies")do hereby certify that (i) the foregoing extract of the By-Laws of the Companies is true and correct, (ii) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S.Treasury Department;further,Federal and Vigilant are licensed in Puerto Rico and the U. S. Virgin Islands,and Federal is licensed in American Samoa,Guam,and each of the Provinces of Canada except Prince Edward Island;and (iii) the foregoing Power of Attorney is true,correct and in full force and effect. Given under my hand and seals of said Companies at Warren,NJ this 23rd day of June 2008 ASV 'N 111 o `yuttAHC N" F al i o �DIANP' '�'!S(011�� �fkrYO'il� iYlitr it .� 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) 903-3485 Fax (908) 903-3656 e-mail: surety@chubb.com Form 15-10-0225(Ed.4-99)CONSENT ACKNOWLEDGMENT State of California County of &//�5��� ) On O�Zojp before me, (insert name and title of the officerf personally appeared l/,fin 4.001t� , who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s) islare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. eeeeeepeefeeeffff•f4f of eef lRf of eeeflf/f RRENT BROWER R WITNESS m hand and official seal. c0 I:�-cALwo y � NOTARY PUBLIC•CALIFOANIA n f RLVERSIDE COUNTY f f My Co nrnis M Expires Jan.3,2009°a e lmffa�efaseeeseffeeeeseeeerseeeeseffese Signature '"" (Seal)