Loading...
HomeMy WebLinkAboutR J NOBLE COMPANY - 2004-05-03 CITY OF HUNTINGTON BEACH 2000 MAIN STREET CALIFORNIA 92648 OFFICE OF THE CITY CLERK E , 2004 To: ALL— Am--x C"g"i 65 - i �-- Cr Enclosed please find your original bid bond issued by F-1,(DEL./ J/i (10- for S� /SS //.-6 oan L. Flynn City Clerk JF:pe Enclosure gJfollowup/cashcont/retumbidbond.doc (Telephone:71"36-52271 D Fidelity and Deposit Company of Maryland Home Office:P.O.Box 1227.Baltimore.MD 21203-1227 BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, ALL AMERICAN ASPHALT BOND NO.085 97 423 as Principal.(hereinafter called the"Principal"), and FIDELITY AND DEPOSIT COMPANY OF MARYLAND P.O. Box 1227, Baltimore, Maryland 21203, a corporation duly organized under the laws of the State of Maryland, as Surety,(hereinafter called the"Surety"),are held and firmly bound unto City of Huntington Beach as Obligee,(hereinafter called the"Obligee"),in the stun of TEN PERCENT OF THE TOTAL BID PRICE IN Dollars($ ]0%OF TOTAL BID PRICE ),for the payment of which sum well and truly to be made,the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS,the Principal has submitted a bid for Nfa olia Street Rehabilitation-CC)153 from Atlanta Ave to Indianapolis Ave STPL 5181(144),Hamilton Avenue Rehabilitation-CC1155 from Bushard St to Santa Ana River STPL 5181(143),Yorktown Avenue Rehabilitation-CC 1156 from Bushard St to Brookhurst SLSTPL 518](149) Bid Date: April 13,2004 NOW,THEREFORE,if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof,or in the event of the failure of the Principal to enter into such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in hill force and effect. Signed and sealed this 9th day of April A.D., 2004 . ALL AMERICAN ASPHALT (SEAL) ncipai TENNILLE MORRIS ' licitness ROBERT BRADLWy V PRESIDENT i FIDELITY AND DEPOSIT COMPANY OF MARYLAND Sure BY, (SEAL) Witness EN M.BROWN ,Atiorney-in-Fact Printed in cooperation with the American Institute of Architects(AIA)by Fidelity and Deposit Company of Maryland. Fidclity and Deposit Company of Maryland vouches that the language in the document conforms exactly to the language used in AIA Document A-310.February 1970 Edition. DI D70000720701 f CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of ORANGE ss. On 4—9—0 4 , before me, BARBARA J. BENDER Oats Name and TNts of officer(sp..•Jana foe.Notsry PuWk*) personally appeared OWEN M. BROWN Nama(a)of SIpIIer(a) XXX&personally known to me " 7Q4R�tOC . to be the person(io whose, name(,) !slum BARI3ARA J.dENDIM subscribed to the within instrument and Cot mbdon•14E7491 acknowledged to me that he/abobWexecuted No! rutft.Cclif imila the same in his/XxpOtKft authorized orange County capacity()@@, and that by his/tom MyCormn.eviesJu113-7304 signature($on the instrument the person(, or the a upon behalf of which the personal act , e ecuted the instrument IT SS hand nd seal. Place Naary Seal Above teary Publk OPTIONAL Though the Information below Is not required bylaw,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: 4-9-04 Number of Pages: Signer(s)Other Than Named Above: ALL AMERICAN ASPHALT Capacity(les) Claimed by Signer Signer's Name: OWEN M. BROWN : 0 Individual Top of ftmb here 0 Corporate Officer—, Tftle(s): 0 Partner—0 Limited O General XIKK Attorney in Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: FIDELITY AND DEPOSIT COMPANY OF MARYLAND , � a 0 1M NaadrW Newry Aaeadadan•I=De Sae Ave..P.O.Boa 24M•Chauwodh.CA 91213-2402•www.rullwewlely.org Prod.No.3907 Reorder.Ca.Td4Fne I-a00-176da27 5ZURICH THIS IMPORTANT DISCLOSURE NOTICE IS PART OF YOUR BOND Fidelity and Deposit Company of Maryland,Colonial American Casualty and Surety Company,Zurich American Insurance Company,and American Guarantee and Liability Insurance Company are making the following informational disclosures in compliance with The Terrorism Risk Insurance Act of 2002. No action is required on your part. Disclosure of Terrorism Premium The premium charge for risk of loss resulting from acts of terrorism(as defined in the Act)under this bond is $ waived—. This amount is reflected in the total premium for this bond. Disclosure of Availability of Coverage for Terrorism Losses As required by the Terrorism Risk Insurance Act of 2002,we have made available to you coverage for losses resulting from acts of terrorism(as defined in the Act)with terms,amounts,and limitations that do not differ materially as those for losses arising from events other than acts of terrorism. Disclosure of Federal Share of Insurance Company's Terrorism Losses The Terrorism Risk Insurance Act of 2002 establishes a mechanism by which the United States government will share in insurance company losses resulting from acts of terrorism(as defined in the Act)after a insurance company has paid losses in excess of an annual aggregate deductible. For 2002,the insurance company deductible is 1%of direct earned premium in the prior year;for 2003,7%of direct earned premium in the prior year; foe 2004, 10%of direct earned premium in the prior year;and for 2005, 15%of direct earned premium in the prior year. The federal share of an insurance company's losses above its deductible is 90%. In the event the United States government participates in losses,the United States government may direct insurance companies to collect a terrorism surcharge from policy-holders., The Act does not currently provide for insurance industry or United States government participation in terrorism losses that exceed$100 billion in any one calendar year. Definition of Act of Terrorism The Terrorism Risk Insurance Act defines"act of terrorism"as any act that is certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attorney General of the United States: I. to be an act of terrorism; .2. to be a violent act or an act that is dangerous to human Iife,property or infrastructure; 3. to have resulted in damage within the United States,or outside of the United States in the case of an air carrier (as defined in section 40102 of title 49, United 17 States Code)or a United States flag vessel(or a vessel based principally in the United States,on which United States income tax is paid and whose insurance coverage is subject to regulation in the United States),or the premises of a United States mission;and 4. to have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. But,no act shall be certified by the Secretary as an act of terrorism if the act is committed as part of the course of a war declared by Congress(except for workers'compensation)or property and casualty insurance losses resulting from the act, in the aggregate,do not exceed$5,000,000. These disclosures are informational only and do not modify your bond or affect your rights under the bond. Copyright Zurich American Insurance Company 2003 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS:That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,a corporation of the State of Maryland,by M.P.HAMMOND,Vice President,and L.L.GOUCHER,Assistant Secretary,in pursuance of authority granted by Article Vl,Section 2,of the By-Laws of said CompanyivyliS set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof d snate,constitute and appoint Owen M.BROWN,of Anaheim,California, its true and lawf ,to make,execute,seal and deliver,for,and on its behalf as surety,and as its act and ` t ngs and the execution of such bonds or undertakings in pursuance of these as b' ompany,as fully and amply,to all intents and purposes,as if they had b 5 yW- jh a r e regularly elected officers of the Company at its office in BaltimA t 0 4k , � s power of attorney revokes that issued on behalf of Owen M.BROWN _''_ •- The said Assistant t the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2,of the By- any,and is now in force. IN WITNESS WIIk OF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 1 Ith day of February, A.D.2003. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND 'gyp OEiOs�i •O O 4 M.na By: UaN L L. Goucher Assistant Secretary M. P.Hammond Vice President State of Maryland I ss: City of Baltimore On this IIth day of February, A.D. 2003, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came M. P. HAMMOND, Vice President, and L. L. GOUCHER, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn,severally and each for himself deposeth and saith,that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company,and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. IDI un� Sandra Lynn Mooney Notan•Public My Commission Expires: January 1,2004 POA-F 012-4160 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article V1,Section 2.The Chairman of the Board,or the president,or any Executive Vice-President.or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power. by and with the concurrence of the Secretary or any one of the Assistant Secretaries,to.appoint Resident %'ice-Presidents. Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company mtay require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees. mortgages and instruments in the nature of mortgages,...and to affix the sea]of the Company thereto." CERTIFICATE 1.the undersigned,Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF NIARYLAND,do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF NiARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of biay, 1990. RESOLVED. "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effeci as though manually affixed." 1~TESTI`tONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seal of the said Company. Us 9tYt day of_ April _ 2404 Assisranr Serrerarc CALIFORNIA ALL-PURPOSE ACK ILEDGMENT State of California County of Riverside ss. On AAril 12, 2004 before me,Tennille Morris, Notary Public, Date Name and Title of Officer ` Personally appeared Robert Bradley Name(s)of Signer(s) X personally known to me _proved to me on the basis of satisfactory evidence to be the personA whose names is/are subscribed to the within instrument and acknowledged to me that he/she/they TENNILLE MORRIS executed the same in his/hedtirelr authorized Commission# 1374628 capacity(I&T.and that by his/hedffvi-- z _m Notory Public — Colifornlo signatureW on the instrument the perso� Riverside County or,the entity upon behalf of which the person 6 _acted,executed the instrument Y MYComm,E)pke3Sep 13,2006 WITNESS my hand and official seal, Signature of Notary Public ` OPTIONAL Though the information below is not required by law,if 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:aril 9,2004 Number of Pages: 1 Signer90 Other Than Named Above: Fidelity and Deposit Company of Maryland 5 Signer's Name: Individual XCorporate Officer TitleSO Vice President Partner- Limited_General ` Attorney-in-Fact Top of thumb here Trustee Guardian or Conservator _ Other: Signer is Representing:All American Asphalt �I i��w��i /Y/{///G.` .L ///NfsNUWk. J/!BEd'/ •/CC/YfJ�3,/G///f I/!//V - CC//Sg _ - _ t :d "+ 'r '*�F/ +ArGAtYT •;/�rU� 'T�y�VQ//IHANWS� /J✓FN//, _•�:x �sii:•: tyaw, _ �;•: �. _ ..i.'.:�zs G• - ' :'. -' - •l : .,r�. !t, :Qn•'- .a",4:'1= .e.'-;G. a/.q..`. ,*• `:". .m r`_V• K .`F. _ _s7'+ as' _ - -' c :° - ': :ll•.. HAm/croN -Avowa-C Axoslf-Im v - 'Cc//a'3' f W/n 84(sv.4xo sr o"er TO ,SAN7,4 AM XI VE.f �. YORArOWAI AVO-N//6' REyAb/o/rAyION- ed"el ^w/n a us ygzp sm.-e ' 7w dto&t#&"r STREET B/Ds: gge/c /3, .74" a=oo oM merican sphalt F.O.BOX 2229 CORONA, CA 92878-2229 ` TO. �Fi/CE OF THE C/7Y r _ ? ':.;.{:y 3 tic? x•b " C/7y OF 11UN7/N r �•;. _ _•.'',-{•"''_+�y� ' -:•�•-'-:k=`.' - �Z000 MA/N.57: � .!'ECOND FLOOif . 1•`}—ti •41 '/" •. "•' ;;. NUN7/N67,0N amelif, CA 9RG y8 F - '• , RETURN REQUESTED F :.r s City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax(714) 374-1573 ADDENDUM NUMBER ONE For MAGNOLIA STREET REHABILITATION, CC 1153, STPL 5181 HAMILTON AVENUE REHABILITATION, CC-1155 STPL 5181 143 AND YORKTOWN AVENUE REHABILITATION CC-1156, STPL 5181 149 April 5,2004 Notice To All Bidders: Please note the fomwing clairification to the Project Plans, Specifications,and Special Provisions: The existing Federal Wage Rates (GENERAL DECISION: CA20030035, Dated. 0310512004)within the subject projects'specifications shall be replaced with the attached Federal Wage Rates (GENERAL DECISION: CA20030035, Dated: 0410212004) and are Included with this addendum No. I., (see attachment). Attachment: Federal Wages Rates (GENERAL DECISION:CA20030035,Dated:0410212004) This is to acknowledge receipt and review of Addendum Number one,dated April 5,2004. Company Name By Reber* gmakyrr66zr f oo+ Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Larry Taite at(714)536-5590. e` . 1 i SECTION C PROPOSAL for the construction of 1. MAGNOLIA STREET REHABILITATION- CC 1153 FROM ATLANTA AVENUE TO INDIANAPOLIS AVENUE II. IIANI ILTON AVENUE REHABILITATION- CC 1155 FROM BUSIIARD STREET TO SANTA ANA RIVER 1II. YORK"rONA,'AVENUE REHABILITATION-CC 1156 FROM BUSIIARD STREET TO BROOKIIURST STREET 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 75 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and GI will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts,and words shall govern over figures. If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may,at the AGENCY'S option,be considered null and void. Accompanying this proposal of bid, find gIA Bond in the amount of$1oa10 of bid imt 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 a � �+ 26�/ Rdb&t 5mdlcii. Vice 4r Side" C2 SECTION C PROJECT BID SCHEDULE Magnolia Street, CC-I 153,STPL-5181 (144) Hamilton Avenue, CC-1155, STPL- 5181 (143) Yorktown Avenue, CC-1156, STPL-5181 (149) PROJECT BID: TOTAL AMOUNT LUMP SUM BID IN FIGURES: s_ri. . TOTAL AMOUNT LUMP SUM BID IN WORDS: IU i C-2.1 i l i • i MAGNOLIA STREET REHABILITATION IMPROVEMENTS CC NO. 1153 STPL - 5181 (144) G2.2 MAGNOLIA STREET(CG1153) PROJECT BID SCHEDULE ITEM. .ESTIMATED ;; - 1TEM WITH UNIT PRICE WRITTEN_IN';. UNIT:PRICE:. _:EXTENDED t30 =Qi1AiV71T1(.'.: = ;.:�� Y.-:fir _: ` tvoRDs: - s tom'^=' t= OUNT. 1 1 Mcbil' tion $ S 6. $ L.S. @ �.�.�. Dollars Cents 2 1 Traffic Con Plan S $ L.S. 6-A-, �. Dollars Cents 3 1 Fumis Projec . raffic C trol $ $ LS. @4 i' _&Ilars Cents 4 48,644 Cold Milling&Header Cutting $ $ S.F. @ Dollars Cents S 1,232 Unclassped ccav tion $ C.Y. @ Dollars Cents • 6 5,418 Construct Asphalt Concrete(Overlay, Full Depth, $ $ Ton etc.) Qr Dollars Cents 7 571 Pavement Ririnfdrcement Fabric&Route and $ S.Y. Sea)of Cracks @ Dollars Cents 8 5 Adj t r/Stpqffmn Draln a of to Grade Each @ Dollars Cents 9 7 Adjust Water V eve to e $ 1: $41Each Q Dollars Cents 10 1 Traffic tripin $ $ LS. Dollars Cents 11 24 Traffic Loop $ $ Each Dollars Cents 12 32 Remo &R construct Curb &Gutter LF. @ { Dollars Cents 13 8 Sutvt num Each @ ollars Cents Sub Total Bid Amount,Bid in Figures: $ Scab Total Bid Amount,Bid In Words: l 1 W u f2-.r 7V Aal ex t jd��d, c-2.3 Y.j . HAMILTON AVENUE REHABILITATION IMPROVEMENTS CC NO. 1155 STPL - 5181 (143) C-2.4 HAMILTON AVENUE(CC-1155) PROJECT BID SCHEDULE {ITEM ESTIMATED: _': . _ITEM WITH UNIT.PRICE WRITTEN IN UNIT PRIC& ,EXTENDED.__ NO: -QUANTITY =A OUNT 1 1 Mobi4 tion L.S. @ ollars Cents 2 1 Traffic onZt4i Ian L.S. @ ollars Cents 3 1 Fum' h Proj LTraffi Co tool $ $ 0 L.S. l� Dollars Cents 4 38.920 Cold Milling& Header Cutting $ L S.F. @ Dollars Cents 5 274 UnclasnxcaygionC.Y. @ Dollars Cents fi 1 3,059 Construct Asphalt Concrete (Overlay, Full Depth, $ Ton etc.) @ Dollars Cents 7 669 Pavement Pzhfdrcernent Fabric 8, Route and $ $ S.Y. Seal of Cracks @ Dollars Cents 8 17 Acq6��r!VaM le to Grade $5 $ Q Each @ Dollars Cents 9 17 Adjust Water Vllve o g rade -� $ Each Dollars Cents 10 a Adjust Monit 'ng YVell t 6 Each Dollars Cents p 11 1 Traffic riping $ $ L.S. /-_16 � 011ars Cents 12 31 Traffic Loop $ a Each Dollars Cents 13 7 Remove 8, Re nstru Access a $ Each ' �' Dollars Cents 14 1 Remove& Install Traffic Pull Boxes,Includes $ $ L.S. Cond ' $Wi ' Modi 'cations @ Dollars Cents C-2.5 •Y ITEM 'ESTIMATED :,r.ITEM WITH UNIT PRICE WRITTEN IN .` = UNIT PRICE- -_EXTENDED- NO_ °QUANTITY `WORDS '� - - -r rAMOUNT 15 a Surve on=ta Each @ Dollars Cents Sub Total Bid Amount. Bid in Fi ures: $ s Sub Total Bid Amount, Bid in Words: A 0)Q 6!,Q ,sea aa 'e57alA ex C 2.6 YORKTOWN AVENUE REHABILITATION IMPROVEMENTS CC NO. 1156 STPL - 5181 (149) C-2.7 • YORKTOWN AVENUE(CC-1156) PROJECT BID SCHEDULE ITEM, ESTIMATED ,, .;`ITEM WITH UNIT-PRICE WRITTEN 1N._a : - °UNIT PRICE- -EXTENDED_ -?NO `�OUANTITY ' -`WORDS _. :" - ;-AMOUNT�'' 1 1 Mobilization $c D = $ 740 L.S. @ Dollars Cents 2 1 Traffic Control Plan $ L.S. @ Dollars Cents 00 3 1 Furnish Project Traffic Control $ $ L.S. @ Dollars Cents 4 48,358 Cold Milling& Header Cutting $ $ S.F. @ Dollars Cents 5 324 Unclassified Excavation $ $ C.Y. @ Dollars Cents 6 2,915 Construct Asphalt Concrete(Overlay, Full Depth, $ Ton etc.) @ Dollars Cents 7 569 Pavement Reinforcement Fabric& Route and $ $-r Cr S.Y. Seal of Cracks @ Dollars Cents 8 13 Adjust Sewer/Storm Drain Manhole to Grade $ $ Each @ Dollars Cents s 9 18 Adjust Water Valve to Grade -"' Each @ Dollars Cents 10 1 Traffic Striping $ L.S. @ Dollars Cents 11 20 Traffic Loop $ $ Each @ Dollars Cents ,} 12 67 Remove& Reconstruct Curb&Gutter $4 1V L.F. @ Dollars Cents 13 503 Remove& Reconstruct Sidewalk $ S.F. @ Dollars Cents 14 j 8 Remove& Reconstruct Access Ramp $ $ Each @ Dollars Cents C-2.8 =ITEM; -ESTIMATED. _x,__: ITEM WITH UNIT PRICE WRITTEN IN _'w- .UIViT.PRICE• -_,EXTENDED- y _ -:NO.'.j "QUANTITY: .-":�,_ -` - `WORDS'= _ :AMOUNT 15 9 Survey Monumentation $ G $ ` Each @ Dollars Cents Sub Total Bid Amount, Bid in Figures: $ U Sub Total Bid Amount, Bid in Words: L� ,/GN ✓Er' 7�1d PJ a L�NOo� c� N C-2.9 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 1vork -Number rra s •c�soU FLF6 77 r/� RA 02 By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-3 s NON LLUSION AFFIDAVIT' TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California SS. County of Orange Mbra RM61,3 , being first duly sworn, deposes and says that he or-&he is gtcc P,rk,Ae1r - of W kmcrican Neyaalt - 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. Al kmelic= A►sfl�,nl�- Name of Bidder TENNILLE MORRIS f � CommL-4on# --- .--8 (..-.--IMYCorT)mE)PkessvIZ2006F Notcry Pubfia �— Cofifomia Riverside county Signature of Bidder Rabcr� BraAle% ,'C M sIdrn� P.o• box RAM (`Mona, CA gAAq!� a2aq Address of Bidder Subscribed and sworn to before me this ilih_day of�%i,200 A NOTARY PUBLIC 5'� NOTARY SEAT. C-4 UTILITY AGREEMEIN7 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 IMPROVEMENTS, (1)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal-OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Contractor By dxA Bradla3 bier 4rr"%ler* Title Date:_661 �a, ioo►+ C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 14310.5, the Bidder shall complete,under penalty of perjury,the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? D Yes M 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-b COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. All krn&im,n A%lro k- Contractor By RQbar* 6Yar-Mc� a Title Date: p,U4,t t a, aom _ C-! i UNDERGROUND SERVICE ALERT IDENTIFICATION NUIIIBER (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 421614217 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 clays before scheduled excavation. Dig Alert Ident freation 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 Mork Additional forms may be obtained from the AGENCY upon request. C-8 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: A�\ F neyAcan ASD�f1Q��' Bidder Name P.o. box aaaa Business Address Corona CA 4aa'TS- 222A City, State Zip (4CA ) we - '7(Po0 Telephone Number Abrtort 3 A. C-1 l State Contractor's License No. and Class Original bate Issued �anuaru 3� . a001� Expiration Date The work site was inspected by 3�hn PeA-erson of our office on Aor1\ 5 72004. The following are persons, firms, and corporations having a principal interest in this proposal: ban Sise_n-nre . Presiden4- Inowas Tosms scretatIA ITrtak"trrer RDbvxk Bradlnl . Xice. President C-9 The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, s financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. Company Name od Signature of idder 1 R- a�dcn� Printed or Typed gignature Subscribed and sworn to before me this IlLhday of ,200_. will .. � .. � ,, - . NOTARY PUBLIC -a = Commis on#137as g N p1'Lornio l XV CorrYn E Sep ia.- (Id- Listed below are the names, address and telephone numbers for three public agencies or the bidder has performed similar work within the past two years: 1. Na de and Address f Public Agency Name and Telephone No. of Project Manager: Chris C�rau . (gig) y15- 5oaw Contract Amount Type of Work Date Completed 2. P-i% Orr Tea&t;tn ?arks 1111103 £• t? 6'nc MC.- VWAuitn Ya h, CA_ gtZ& Name and Address of Public Agency Name and Telephone No. of Project Manager: ,V,�q n _Iaarij,jr,2&) ago- goil •_ a 353, 165.00 _ S1r� _ 1�xxrv.rnmkt act R003 Contract Amount Type of Work Date Completed 3. A N e and Address of Public Agency Name and Telephone No. of Project Manager: RAM,, 'Amman+ (502) 429- 57 A 3 A 15foa 5AL1.00 5N-rir-k _ tRrba)DIlli }ien _�01 croon Contract Amount Type of Work Date Completed C-10 CITY OF HUNTINGTON BEACH BIDDERS LIST All Bidders/proposers are required to provided the following information for all DBE and non- DBE contractors, who provide a proposal, bid,quote, or were contracted by the proposed prime. This information is also required from the proposed prime contractor,and must be submitted with their bid/proposal. The City of Huntington Beach will use this information to maintain and update a"Bidder's"list to assist in the annual DBE goal setting process. Firm Name: hmnrcan A5yha1F Phone: [ocq) *1bu--I&CO _ -- Address: Fax: tg g) nZ►- 4r9,11 t8ycn) co, a%j5!jA- aaaa Contact Person: R�c�� RIP, No. of years in business 3s Urs. Is the firm currently certified as DBE under 49 CFR Part 26? YES NO Type of work/services/materials provided by firm? Dnuti cyra�i,r+o I Cnr�crc4c What was your firm's Gross Annual receipt's for last ear? o Less than $1 Million ❑ Less than $S Million ❑ Less than $ID Million ❑ Less than $15 Million >C More than $IS Million This form can be duplicated if necessary to report all bidders(DBEs and non DBEs) information. C-11 Local Assistance Procedures Manual EX MIT I2_E a . 'PS&E Check st Instructions Attachment C ' (THEBIDDERSF.XECUZ7ONON=SIG4V,4TUREPOAUON OFTHISPROPOSAL SMU ALSO CONSTITUTE AN ENDOPSUgENTAND MCMONOFTHOSE CER27F,rUTIOAT 07 ICHARE,4 PARTOF=FROPOSAL) EQUAL EMPLOYIIEEN'T OPPORTUNITY CERTIFICATION The Kidder k% AmgYAcnn Asbhn�� ,proposed subcontractor hereby certifies that he has has not_ .participated in a previous contract or subcontract subject to the equal opportunity clauses,as required by Executive Orders 10925, 11114,or 11246,and that,where required,he has filed with the Joint Reporting Committee,the Director of the Office of Federal Contract Compliance,a Federal Government contracting or adadaistering agency,or the former President's Committee on Equal Employment Opportunity,all reports due under the applicable filling requirements. Note; The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor(41 CFR 60-1.7(b)(1)),and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are'set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of S 10,000 or under are exempt.) Currently,Standard Form 100(EEO-1)is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who,have participated in a previous contact or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1)prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director,Office of Federal Contract Compliance,U.S.Department of Labor. tz.s-N C-12 Page 1245 Local Assistance Procedures Manual EXHIBIT 12-F . s PS&E Checklist Instructions Attachment G ' DISCLOSURE OF LOBBYING ACTIVITIES • Complete this form to disclose lobb in activities pursuant to 31 U.S.C. •nrn 1. a of Federal Action: 2. Status of Federal Action: 3. Report Type: IL bad A.Mm G In al awPon-award L mat rW dwge `0° i¢°0 For Material Change Ony. d.bana.ban Waran. t L loan date of last rPpCrt 4. Name and Adress o porting Entity: S. If Reporting Entity In No.4 Is Subawarda&Enter Prime Subawardee Name and Address of Prime: rer .Yknown Congressional District, Yknown: Congressional District, Yknown: 6. Federal Department/Agency: T. Federal Program Name/Descr!ptlon: N/A CFDA Number, Yappllcatle 8. Federal Action Number, tkr*wrr 9. Award Amount,Yknowrr 3 10. a. Name and Address of Lobbying Entity b. tnd uals Performing Services (including address Y (if lndrYiduA last name,tirsr t name,lLfl): dlfle trawl No. f0a) (last na 1rsf name, (attach Cantlnuatlon Sheet(s)�Ynecessary) 11. Amount of Payment(check all that apply): 11 Type of Payment(check a at apply) $ 13actual planned a retainer 8 12. Form of Payment(check all that apply): b• commis,fee a. cash t: commission b. ln-kind;s � nature e. cant neent fee � e. deferred value I. other,speclfy: U. Brief Description of Services Performed or to be performed and Dates)of Service,Including officer(s), employee(a).or membor(s)contacted,for Payment Indicated In Item 11: (attach Cort1nuaffon Sheets) ffnecesssM 15. Continuation Sheet(,)attached: Yes No 16, kftm adm mgtwtW suouph rk brm is atoind by 1We 31 U.S.C.Sedon Slgrw 135L Vft dttdoun of kg"g a:Mes b a ma0erhl+epraoiWaa of W Won aadaldi mdaace wo$aced by tine ler above wMn In Vamacaw was Print Name: made or wWW bb.Thk d W mn Is m q*W pure d b 31 U.S.C.135L 'rhls k4mmabnwa be mporbd b 11e Camp=swnl•amwiy and A be Title: V irk Fresi ArYM� aralaft br pubic kaspaceon.Am person who tail b M dw mmAed dEsdosan Onfi be su4ad b add p many or not bss scan f10,000 and not more Qaan Telephone No.:4AM1 131a-'TOW Date: 'k- i100,00o to each:ar�faivfe. Auftraed br tx l Repro&coon Federal Use Only:___ tr Sbndard Form UL Rev.01-ZOs C-13 Page 12-55 February 1,1998 EKWrr 12.E Local Assistance Procedures Manual �ttachlnent G PS&E Checklist Instructions LNSTRUC77ONS FOR COMPLETION OF SF LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity,whether subawardee or prime Federal recipient, at the initiation or receipt of covered Federal action or a material change to previous filing pursuant to title 31 U.S.C. Section 1352. The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency,a Member of. Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered Federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. I. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence,the outcome of a covered Federal action. 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported,enter the year and quarter in which the change occurred. Enter the date of the last,previously submitted report by this reporting entity for this covered Federal action. 4. Enter the full name,address,city,State and zip code of the reporting cntity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prune or subaward recipient. Identify the tier of the subawardee,e.g.,the first subawardee of the prime is the first tier. Subawards include but are not limited to subcontracts,subgrants and contract awards under grants. S. If the organization filing the report in Item 4 checks "Subawardee"then enter the full name,address, city,State and zip code of the prime Federal recipient Include Congressional District,if known. 6. Enter the name of the Federal agency making the award or loan commitment Include at least one organization level below agency name,if known. For example,Department of Transportation,United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action(item 1). If known,enter the full Catalog of Federal Domestic Assistance(CFDA)number for gram,cooperative agreements, loans and loan commitments. S. Enter the most appropriate Federal identifying number available for the Federal action identification in item I (e.g.,Request for Proposal(RFP)number,Invitation for Bid(IFB)number,grant announcement number,the contract grantor loan award number,the application/proposal control number assigned by the Federal agency). Include prefixes,e.g.,"RFP-DE-90-001." 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award/loan commitments for the prime entity identified in item 4 or S. 10. (a)Enter the full name,address,city,State and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influenced the covered Federal action. (b)Enter the full names of the individual(s)performing services and include full address if different from 10(a). Enter Last Name,First Name and Middle Initial(Ml). 11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity(item 4) to the lobbying entity(item 10). Indicate whether the payment has been made(actual)or will be made (planned). Check all boxes that apply. If this is a material change report,enter the cumulative amount of payment made or planned to be made. 12. Check the appropriate box(es). Check all boxes that apply. If payment is made through an in-kind contribution,specify the nature and value of the in-kind payment. 13. Check the appropriate box(es). Check all boxes that apply. If other,specify nature. Page 12-54 C—I4 Local Assistance Procedures Manual EXffiBFT 12-E PS&E Checklist Instructions AttschmenYG' I4. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s)of any services rendered. Include all preparatory and related activity not just time spent in actual contact with Federal officials. Identify the Federal officer(s)or employee(s) contacted or the officer(s)employees)or Member(s)of Congress that were contacted. 15. Check whether or not a continuation sheet(s)is attached. 16. The certifying official shall sign and date the form,print his/her name title and telephone number. Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time for reviewing instruction,searching existing data sources,gathering and maintaining the data needed,and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information,including suggestions for reducing this burden;to the Office of Management and Budget,Paperwork Reduction Project(0348-0046),Washington,D.C.20503. C-15 Page 12-55 Local Assistance Procedures Manual EXHIBIT 12.E 'fS&E Checklist Instructions Attachment L LOCAL AGENCY BIDDER DBE INFORMATION This'information may be submitted with your bid proposal. If it is not,and you are the apparent low bidder or the second or third Iow bidder, it must be submitted and received by the administering agency no Iater than the time EScifted in the special provisions. CO.IRTE./P.M.: BIDDF.R'SNAME: A� CONTRACTN .: ADDRESS: a BID A-MOUNT:S 73Z Corona, CA qae��-sass BID'OPEN'ING DATE: LA- DBE GOAL FROM CONTRACT '7 % ITF.h1 OF WORK AND DESCRIMON NAME OF DBE•+ DOLLAR PERCENT CONTRACT OF WORK OR SERVICES TO BE (Name of DBEs,Certification Number, AMOUNT +++ rFElv1 NO. SLMCONTRAC'IED OR MATERIALS and Telephone Number) ••• DBE TO BE PROVIDED DBE A/.C-4mref,,17 1A,r?. 1Zla�f /i 970 AI. iZ4S,e1AiA�,I / x6of A�114NFiM�C�q? i .� i. f&f7 GTooz$2� Total Claimed Participation • If 1001%of item is not to be performed or famished by DBE,describe exact portion,including planned location of work to be RErforma of item to be performed or famished by DBE •# DBEs must be certified by Caltrans on the date bids are opened. Subcontractors and suppliers certified state-funded only cannot be used to meet goals on federally llmded contracts. •'• Credit for a DBE supplier,who is not a manufacturer is limited to 60%of the amount paid to the supplier. (Set Sedon 'Disadvantaged Business"(DBE)of the special provisions) IMPORTANT: Flames of DBE subcontractors and their respective items)of work listed above should be consistent with the name and Items of work in the"List of Subcontractors"submitted with your bid ursnant to the Subcontractors Listing Law. 4-11,64 Mck n Signature of Bidder a (Area Code)tel.No. itebr4,k brodletS,V ice ent Person to Contact (Please type or print) Dim-bubw far NHS Projects: (1)O tiaal-Cilti'aoas DLAE for NHS Projects.(2)CM-local Agency Project file Distribution for non-NHS Pmjo=. (t)Original Local Agmcy project file DEPT.OF TRAIN3PORTA7TON (fD DBE)MODWM DC-OE-I9(REV 09-18A5) C-16 Page 12-67 EX13IBIT 15-K Local Assistance Procedures Manual Report of DBE Awards REPORT OF DBE AWARDS COMPLETE THIS FOFUM FOR EACH CONTRACT Locode: Agency: Cho AAL&kza I rh57 U Project No. DBE Goal: 7 .Total Contract Bid: y Reimbursement Ratio: Federal Share: Award Date: Combined DBE Percent of Federal Share for this Project DBE Subcontractors excluder women Awarded by Ethinic Grou and other Disadvantaged Black Hispanic Native Asian- Asian- Other Total A Indian Pacific No. f; Total$ Fed$ f' DBE Subcontractors excluding men Grand Total MWBE WWBE Total B -Total A+B No. No. Total S 74 628 Total S Is Fed$ Number of subcontracts awarded by type of work: Professional and Consultant Services. DBE MWBE WWBE (excluding women) 1. Engineering 2. Architectural 3. Right of Way 4. Other Construction 1. Gradin,&Vrainage 2. Paving 3. Structures/Buildings 4. Materials S. Equipment b. Trucking 7. Traffic Control S. L$adscaping 9. Other TOTALS: Note: For the purpose of this repam use the following definitions. • DBE-disadvantaged business enterprise • MWBE-minority women business enterprise • WWBE—white women business enterprise C-17 Local Assistance Procedures Man EXHIBIT 15-H Good Faith L__.,rt Statement of DBE Participation DBE INFORMATION—("OOD FAITH EFFORTS Federal-aid Project No. STPL 5181 (1W) , V6) & 01)Bid Opening Date �1i316V The City of Huntington Beach established a Disadvantaged Business Enterprise (DBE) goal of 7 %for this project. The information provided herein shows that a good faith effort was made. A. The names and dates of each publication in which a request for DBE participation for this project was placed by the bidder(please attach copies of advertisements or proofs of publication): Publications Dates of Advertisement Huntington Beach - Fountain Valley Independent Alf,ve B. The names and dates of written notices sent to certified DBEs soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the DBEs were interested (please attach copies of solicitations, telephone records, fax confirmations, etc.): Names of Date of Follow Up DBEs Initial Methods and Solicited Solicitation Dates A ,9A,G C. The items of work which the bidder made available-to DBE firms, including, where appropriate, any breaking down of the contract work items (including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate DBE participation. It is the bidder's responsibility to demonstrate that sufficient work to facilitate DBE participation was made available to DBE firms. Items of Work Breakdown of Items Ole IJ-7Z711-1 o D. The names, addresses and phone numbers of rejected DBE firms, the reasons for the bidder's rejection of the DBEs, and the firms selected for that work (please attach copies of quotes from the firms involved): Page 15-33 LPP 01-04 March 15,2001 EXEnrr 15-H --cal Assistance Procedures Manual Good Faith Effort Statement of DBE Participation Names, addresses and phone numbers of rejected DBEs and the reasons for the bidder's rejection of the DBEs: Jew df nza�zw . lwrt Names, addresses and phone numbers of firms selected for the work above: E. Efforts made to assist interested DBEs in obtaining bonding,lines of credit or insurance, and any technical assistance or information related to the plans, specifications and requirements for the work which was provided to DBEs: Al OAJC- F. Efforts made to assist interested DBEs in obtaining necessary equipment, supplies, materials, or related assistance or services, excluding supplies and equipment the DBE subcontractor purchases or leases from the prime contractor or its affiliate: _Aiw4gr G. The names of agencies, organizations or groups contacted to provide assistance in contacting, recruiting and using DBE firms (please attach copies of requests to agencies and any responses received,i.e., lists, Internet page download, etc.): Name of Method/Date Results Agency/Organization of Contact ,ynuJr:, H. Any additional data to support a demonstration of good faith efforts (use additional sheets if necessary): /voAJ2 Page 15-34 March 15,2001 LPP 01-04 Emdur 15-H Lo, .ssistance Procedures Manual Good Faith Effort Statement of DBE Participation Names, addresses and phone numbers of rejected DBEs and the reasons for the bidder's rejection of the DBEs: Names,addresses and phone numbers of firms selected for the work above: E. Efforts made to assist interested DBEs in obtaining bonding, lines of credit or insurance, and any technical assistance or information related to the plans, specifications and requirements for the work which was provided to DBEs: F. Efforts made to assist interested DBEs in obtaining necessary equipment, supplies, materials, or related assistance or services, eycluding supplies and equipment the DBE subcontractor purchases or leases from the prime contractor or its affiliate: A G. The names of agencies, organizations or groups contacted to provide assistance in contacting, recruiting and using DBE firms (please attach copies of requests to agencies and any responses received,i.e., lists, Internet page download, etc.): Name of Method/Date Results Agency/Organization of Contact H. Any additional data to support a demonstration of good faith efforts (use additional sheets if necessary): Page 15-34 March 15,2001 LPP 01-04 W. C. GOOLSBY, INC. 970 N. TUSTIN AVE., SUITE 102 ANAHEIM, CA 92807 CT-002822 (800) 839-9697 DBE OIL CALCULATION GOAL AMOUNT $75,860.47 OIL CONTENT 0.050 PRICE $200.00 TN HAUL $16.97 TN WESTMINSTER ADDITL HAUL $5.00 TN SUB TOTAL $221.97 TN TONS AC 11,392 TN TONS OIL 570 TN TOTAL PURCHASE $126,434.11 ASPHALT OIL MATERIAL TOTAL V/00, d Kwrri4 4.:un I KUL r.NU1 rr.KtNUq IML;. owl A 'il d, ::u,'•1 Re: Magnolias St. , Hamilton Ave. , and Yorktow Ave. ImMrovement in City of Runtington Beach Bid Date: 4/13/04 Traffic Control Designs. Traffic Control Engineering, Z-ne. it a certified MBA: Eirm by Caltx a_ siCity of LA (CerL i.f ica.ticu File. No. -333 ) as d a recc-Mmended engineer i;ig firm by City of Huntington Beach for preparing tract-ia control/:detour pla:s . 11-e following 's Ulf! ,-net st i.mit s of preparing traffic eoatrol plans for the above: Magnolia St. A-,l'anta - "Pudiar.apolis3 }'s:.am!I on kve. Ci-y "' imits i, iinat.o.1 feF! n'560.00 !�a?1 -if tie rar be or any belp. TRAFFIC CONTROL kVGINBSEING, INC. -j v i c rJ. 231 E. Impalal Hwy'.,Suite 241 TEL(114)"7-6077 Fullerton,CA OU36 FAX(714)447-6081 1 de L ROYd :3F111 b(XYZ/e&:3 vC 9b9L 98L 803 1"'iasb vtr 1h3KV T1Y:C.L k-mor 140r1d From_ja,me W!egm. To AU AVE".1CAN ASFI IA�T .:ate S PC1 P.Q.BOX 16118.LONG REACH,CA 908M.PH(562)21"X4, FAX(W2)218-%34(LIC.NO.8238Q2) QUOTATION AGENCY. CITY OF HUNnNGTON BEACH PROJECT.' MAGNOLIA ST. REHABILITATION-CC 1153 HAMILTON AVE. REHABILITATION-CC 1155 YORKTOWN AVE. REHABILITATION-CC 1156 BID DATE. 4113104 ITEM UNIT EXTENDED NO. ITEM DESCRIPTION OUANT. PRICE PRICE 10.) TRAFFIC STRIPING(MAGNOLIA STREET CC-1153) 1 LS S I Z950.00 S - 11.) TRAFFIC STRIPING(HAMILTON AVE.CC-1155) 1 LS S 10.450 00 S - 10.) TRAFFIC STRIPING(YORKTOWN AVE CC-1156) 1 LS S 16.45000 S - EXCLUDES TEMPORARY STRIPING AND REMOVALS IF ANY S - S - TOTAL DID: $ 39,850.00 Union Contractor. Includes traft:c control for PCI forces. Based on(1)more-in(s). Additional move-ins to be charged at$8S0.each. Require ten working days not ce prior to each move-in This proposal includes Monday through Friday day work only Work performed outside those days and hours may be subject to premium time rates. Excludes special insurance requirements, I.e. increased General Liability,Railroad Insurance,etc. We require acceptance in writing of this proposal with-in ninety(90)calendar days. Proposals not accepted with-in ninety days are subject to pricing review by PCI. tt bonding is required,add 2%to PCI's bid. Per agency and reference plans and speafications unless otherwise noted. Addenda no(s)none are noted. All retention monies due to PCI will be paid in full within ninety(90)calendar days of completion of PCrs cant:act work. All terms and conditions stated herein become a binding part of any contract or agreement between buyer and seller. Suwled By, Accepted by Customer: JAMIE VILLEGAS PCI Date: Q�-i3-i14 10:141m Frcn-SJCHAKkA CUFA9Y + T-773 P.01/01 F•98 71 aacrren Lout t 1841 Lie.tr 752367 A.1B.than.,ABS 1450 Fitzgerald Ave. Riano,CA 92316 Phone: (SM)$79-2933.Ext. 28 Fax: (909)M-2939 ESTIMATOR:Darren Veha kphi 12,2304 5USCONTRACT QUOTATION Prood Name: "noiia St, Hamilton Ave.Yo*bwn Ave,improvenum—HunWgmn Beach CLARIFICATIONS: L Conuutor to pmvir m richly proves,payments or a}1 completed work in accordam;e itirh Our bid paring schedule.Montbly prog:tss"wi na must be ret:divcd iu IWJ by Saadhakar no lxur rrsn 10 akndu days Ow the Conf utm n%xivrs paymcm from Owner far our complaw norh. Oclu.ga,nz paym.na will bo subject m the higher[interest WC Aliowod b)Law. 2 ltctuirrage perecnuw on morubly proves,pG)TMt%to De tin grata dtaa dw percentage ra.inod by the Owmcr on its paymm to the Cunmoor. if Owner mdum ate reuiarge you mp-b or pxymears ro dic ConTu lor,tare Caattru-W%bull likcwise md"rare rrtaiaagr perccnuge on patyaoeau b Sudan!m. Full reuvAun io be rtica.ad no!seer ibam thirty(30)4.ya&Acr wriNActiva of Sudtiakw'$work Excmire or d4bquent rrtaiaage mill be subj"-t to the highest interest rate s1lowe4 by taw. 3. Any rcgainrd'Certing.Enginecring.Qe ftk Permits,Lroenscs or Applications.w4 dw bile w be provi&A by uthem 4. Prices am based on Ptafti A Specituaduns avaiiabk at bid Marc.including ail addenda Any rsgaen for work(putt bid)under overdid=diffrting fr=dwR etpracntcd by the Pelvic Cow=Docua ms,including but out limited To:&WxA ph"U 9E I ' g d6tq char'$aMgd Mad lrvout tMiting ff=plan ors or aiil rsq-Jite payment for AMMOaal cork to be ma4e w SWUMk r COMP&ty At an amowu Apvr4 ~pun prior w perfimrti.12 fats cork If a4 amour[eafufot be a r4t4 u?ort prior to performing she Additional wvrk the amount will be utcrrainecl asins Csltrans Fwce Acooant Rues or unit prices eszrlshst:ed in the bid pncutg schedule.or a r4mbntarian thcreof whichever method raulri in a higher uveratl p■yrnenL S. `.iadlia}car is tug rssaorrsible for delays txuaod by Land or resulting from waividts or riots raivitics of od w%incluCag but no;litniwd to,ow ur. vurtuwan. vendors, sipplicM odd subwn[ractia W otha iicors not m mean control of Sudbsicar. Far the delay~ atesod by the sforctridstaariod.itkihaYa:trill be nciuiburwd for all dav3 and tadirm co u yhu a nsut up of fcM percent(40%).or a3 spocitcd tend allowed t:y for prime Convit,"t if zhe daiays are catttsad by the CK%IwT. Sudhskar will be gtat W an extaisien of time to pcftofrn W wort tuaurrouttt ro the 404ys. 6. Sa&4jr rnquires thirty(30)days ugice Prior go aysfvncncsmem of any production Acsiviry_ of any of Samalw%,*01k will be a eontrolliag ape ation oa the critic.[path or thla pmjw,Sudhakar mtat be ootinM In writing pror w cuaoioa of the Subomran Aveemeni and pro*vkk4 with a CPM acbcdute wtidt derails o&won Failure to Pro%ldc this informasiva will waive the Conwadar's rirla to recover liquidak A 4am26r4 rroat S„t[trAW for this aortc. 7 All chanFs Pro the ongirwJ W-Ope of wort,a(proposal cawit work aucsi be diracoa by the COnDutar set atiring prior to Scia lar ptxfumsing this wO& & For roe purpomc of rids Subcontract Qootartori one(1)tuovo4ri is misidered to be:a period of consmv ive ergot t3)[toast da7s of continwui wor1L. nut including%@c eads and halld.>s Any disconzinuisics in this period,other than acvkwds and holidays,or fit our owp cow enience.will be clu VA as an adltdorW nwvoin u the Additions irfovmin Chap as gaotcd herein. 9 Sudhaku ruts,;roccire a ktur of inwat to araard us MC subeonuact no deter than(21j)calendar days aftxr bid dart or this Subccxr4wt Quaenium beam null an3 roil. If Coatractor requires it Bond,the Prime Caatrsctar 0411 pay cost of the Bond. RG*664 lrs"F IWOMBNOWIM TIUTNMMVM 04-13-04 . 10:15an Frcn-SJCHAKkR COI MY www.Iff. RMsum ft!1 4/lZ20 4 n=ECT NAMIt: Street improvemereb-Hunfii%ton Beach i M PATE: Awil 13 2004 ITEM 8 i QTY 1UNIT81 UNITS TOTAL i { Ma�no1l�I Strest $ 10 __t1 _ ITrat T Stri ink _ $� 14,3S2.00 4 4traffic Hamilton Avenue � i = �Ls SiriPin�_.. _j $ 15.903.00 _�___ Yorktown Arantt• 10 1� ��_ Alt: ' Tratfu:Striping ..� _—. i _ � 16L948.00 ...TOTAL (SASE B1I, $ 45.603.00 _2ptiontr - _ T + ! TOTAL OPIONs. : kv A. A minimum of 15*LA*days prior notification h required for eteb movo-ire for Stripin8;30 days fat Read slarTy. B. Tfu followft mwerials an3 srrrices at inchtdc4 In*Lii,quote far arripiaV bw=oplastic[YTS)Pnint FMJ]► *Ui j IYESJ Sipu-Per strip14 plans only[YES J Temp tab removal[NO] PainMcnuo Removal[NO J Marker reawwal[NO J Chatuteliaers-mull and removal only.no up"[NO J J C. [31 Total move-Ins included in this quote for pertriwwra striping.A44itionul move in cbarga.$1100.00 A. (01 Toul move lns taclu4cc3 in shis quote for temporary strip:n F. Ttfe control(IS)Iacl Wed in this quote.Traffic eoacrol wbpt bcfuded In*6 quotc is wdy for Sudlw"'s operations. F. It general cottncw or any of its stab-cwM-tors wmk Wire Sudllal�rr's nffic eoarro2,the exprase will be shams amordwgly at Sudh"'a discretion. No advance pouing,slrtin8,or CMS Is included for Sudhxkar's traffic control G. Pro-striping parlmcnT preparation,iaetuding sw eepirg,to be provided by odors. H. 'Mis gt:ou excludes The ptirring of any curb addresses. CKAMM OR DM Errol!IS OF ANY MM MUST BE APPMNIEP PRIDIRTOOLI)TWE L.A. Signal Inc. QUOTATION 15100 E.NELSON,INDUSTRY,CA 91745 , Phonc: (626)969-3 771 Fax-(626)968-5720 , License R: 725670 C10.Exp. 7/31/2004 -Trnfrac Signal I Date: 04II3/2004 'Loop Detectors t -Street 1..ightlng To: Prune Bidders Attn: Estimating Department INSTALLATION & RELOCATION I From: Rocky I.loralcs Speciarizing in Round Loops y Regarding: City of Huntington Beach Magnolia Scrcet(CC-1153) Hamiltoa Avenue(CC-1155) Yorktown Avenue(CC-1156) Bid Date -April 13,2004 L;2PM CALTRANS CERTIFIED 1 MBE/DBE CT-027869 Expiration Date: 10/0Il04 ITEM DESCRIPTION QTY UNITS ANIOUINT Magnolla Street(CG1153) 11 Traffic Loop 20 2180.00 53,600 03 Ftamitton Avenue(CC-1155) go X4 I€A-- 12 Traffic Loop 31 $170.00 $5 270.00 14 Remove&Install TraYc Put:Boxes,Irclu es Conjuit b Wring LS 38.$8C.00 $8,980.00 Yorktown Avenue(CC-1156) 11 Traffic Loop 20 $180M $3,60CC0 'B d May Not Be Broken Into Indivicluel Items —includes Up To Ore Mobilir_aton Per Location. Additloral f,Aobiiizat:cn, If Required.$1,250. "10 Wcrking Day Notice Required Prior To Initial Mobilization •••'Retent on To Se Pad Mthin 90 Days After Our Work is Ccrrnpietea PLEASE CALL IF YOU HAVE ANY CUESTiONS jGr3nd Total- $21,450.00 D:lr 0uoM ExCI�: 6S' 1.Inspection,Permit and Utility Fees 2. Pagmcnt and Pcrformance Bonds CA TRANS CLR'TIF1ED 3.All Signing and Striping N'IBEMB E CT-0271869 4.insurance Coverage Over S2 Million Aggregate(V MiJion Pcr incident) Expiration Wee: 10!01I04 5. Waisrcr Of Subrogation For Insurance 6.New Stt,bout!.Detector Lead-In Cabk R.Pullb=ts Not Shown As New On PIzns L.A.SIGNAL INC. IS THANKS FOR CALLING L.A. SIGNAL SIGNATORY TO LABORERS THANK YOU ROCKY MORALES 1INTEMNATIONAL UNION APR-12-2034 13:51 FF'CM:CFAI4GE CITY S;R71 714 633 6153 70:ALLF;NERI Wi. P:1�2 ORANGE COUNTY STRIPING SERVICE,INC. CONTRACTOR'S LIC.0346C95 C-32 183 N. PIXLEY STREET,ORANGE,CALIF.92863 (714) 639-4553 FAX. (714) 639.6353 PROJECT: MAGNOLIA STREET-ATLANTA AVENUE TO INDIANAPOLIS AVENUE(CC 1153) HAMILTON AVENUE-BUSHARD STREET TO SANTA ANA RIVER(CC1155) YORKTOWN AVENUE-BUSHARD STREET TO BROOKHURST STREET(CC1156) HUNTINGTON BEACH ARCHITECT: JOB BIDS: CITY 4.13.04 I9 2.00 P,&I SHT,1.2!'2,8.12-03 APPROVED SAME (ALL STREETS) S.`�.Cl ' Y s:bmrt _AM sli jmat�e fa_ ITEM DESCRIPTION ESTIMATED UNIT UNIT EXTENDED QUANTITY PRICE AMOUNT 10. TRAFFIC STRIPING LUMP SUM $11,120.00 11 TRAFFIC STRIPING LUMP SUM $10,965 00 xO,RKTOWN AVENUT IC(r IM 10. TRAFFIC STRIPING LUMP SUN] $11,400.00 TOTAL $33,505 00 "ORANGE COUNTY STRIPING SERVICE,INC.DOES NOT WARRANT ADHESION CF ANY OF ITS PAINT APPLICATION TO ANY NEWLY POURED CONCRETE SURFACE NOR TO ANY CONCRETE SURFACE TREATED VATH A CURING COMPOUND NOR TO A CONCRETE SURFACE ON WHICH A CURING COMPOUND HAS BEEN APPLIED. TH!S DISCLAINIF-R APPLIES TO ALL IMPLIEO ANO EXPRESS WARRANTIES." INCLUDES: 3 MOVE-INS t 3 600.00 EACH ADDITIONAL EXCLUDES: INSURANCE OVER 1 MILUON TEMPORARY STRIPING I MARKERS REMOVALS IN NEWSURFACE AREA ESTIMATC,R: ROBERT LITCHFIELD GATE-. 4112104 APR-12.20N 13:52 FROM:CRAtirE COLUTY ETP:PI 714 633 6353 TO:ALLAMER I C4,i P:2'2 Cringe County Striping titmice,Inc, 17-4crul I.D.No.95-30?71 Ss 193 Minh Pir,ley Stra;t Contrscturs License;to.346LI95—L12 onngC.Calif.92866 Mattc 714-619.43$0 Fax: 714-h39.6353 ]'rrms and Condition%of Rid or Propima Orange County Striping Service,ln:,is signatory to the Laborers Union,total 118.1 2. Orange County Stripin-Service,Inc.reruiros a ininitr,urn of 10 working days orrice prior to sckduling work 3. Taint bidiproposal packzte must be accuMed in full unless Orange County Str.pble Service,Inc.bar. Agreed to ehnages prior to bid tire. 4. Pricey good for 45 days from the date elf bid unicss otherwise agreed upon. S. Omnse County 5tripirg Service,Inc.will not be held liable for tiny backcha%es unless prior mutual abM.clne+it,in writing,is made. 6. Werencing or staking of existing Sxipinb is not:bieluded un'css otherwise stated. Shop drtwings or trifle control plans are rl,v not inAded, 7, Insurarcc incIudcd with bid: Commercial Liubility L.ltnits S 1.000.000 per occurrence/$2 Ct10,000 Aggregate S2.000,000 Products d Cctnpleted Op<r:sttons Ag;regate S1,000,00 Personal gAdvertsetnent Injury f 100,000 Fire Darrege(any one fir:) $5,000 titcdical Payments(ary one persxi) S2500 Deductible Per Occurrence hicludnig Loss Expcasc Aediti0:iM leisured(Ni CG:010 f 0,V3 only,wily up it)2 Ad3itional insureds(Owner/Contru;ter) Auto Liability Liniits $1,0W,000 Combined Sin,*Unit—include.owned,non-owned,end hirW Work Comp Limits as retltrired by Stilutory ProvLeions of the Statc of Califomb 1ti aiv;;r of SuCrosstion t!�Incl"A Acceptance of bld.Tropossl itcccpts these Ittsuronee limits regardlexs of rtquirernettts by owner. 8. 77ti3 bid/proposal and all its T'crntc and conditions st.ull become a binding pact of any subcontract, pt.rchase ur&r,or ether a.Yevient made with Orange County Striping service,In: APR. 13. 2+104 12: 16PN 0. 649 P. 1 Smithson Electric, Inc. s 1938 6.We%Aye. ' Cruse,Cs.91867 Contrwto►s Ucense 0 N 4518 } Phone I M.997.4M Pax 114.997-9999 Bid to: Quote#, Project Name: All American Asphalt Date: April 8,2004 Magnolia, Hamilton and Attn: John Yorktown Rehabilitation 909/736-7646 City of Huntington Beach Bid Date: April 13,2004 Revised Bid Estimator. Tom Smithson Bid Item# Amount Description Unit price Total # 11 20 6' circle loops 175.00 ea. $3,500.00 Hamilton ' 12 31 7S.00 ea. # 14 Lump-sum RIR pull box 5-000M 11 20 6' circle loops 17S.00 ea. 3,500.00 Total From.Ctrisp Co Fax.51 74 562 35 7 Pm. 5106431640 bate-6431Cs T rrw -1 4$32 Ara Pegmt 1 or 1 43630 Osgood Rd Fremont CA 94539-5931 Contractors License No 374600 Ph.(510)656-2940 Fax(510)490-2703 A"General Engineering / 16398 Boyle Ave Fontana CA 92334 C-13 Fence.Wire,wood Ph.(909)428-5711 Fax:(929)428.5712 C32 Highway Improvement Quotation Unfon Contractor!No minority Status- TO: Firm: Current Date 4131200.1 Address Bid Date/Time 4M3104 ft 2:00 PM Job Name Magnolia Hamilton Yorktown Contact City Huntington Beach Phone Contract NO. Fax Working Days Job site I Liquidated Damages ITEM NO. r I I Magnolia 10 Traffic striping 1 LS $13.500.00 $13.500.00 Hamilton Ave 11 TrafPC striping i LS $13.600.00 $f 3.600.03 Yorktown 10 Traffic striping 1 LS 313.300.0C $13.310.0D r f Includes tra`fic Control for Chrisp Co Mork I I I I r I i i Written Authorization Is Required Prior To Proceeding With Work Total $40.430.00 ACCEPTEC P.O Number TITLE, Job Number I Exclusions: I Bond Rate 1.5: 'ADDENDUAIS NOTED Chrlsp Company reserves tha r to withdraw proposal It written acceptance Is not received within 60 days of bid dale Chrisp Company Requires Unobstructed access to Work Areas for Men and E ui roent After recelvin contrast 10"orkrn da written notice required priorto scheduling of work 1 Move-In Included addtt anal Move-Ins 3 EA Klove-In Installation or removal of temporary delineation except as provided above. QUOTE PREPARED BY Ro erWeisbrod CHRISP COMPANY 04/12i2034 C8 03 FAX 818 834 8618 3TEFN0A4L EN' INC (mOGI/00� 11a61 Branford Street Sun Valley,CA 91352 Stemdahl Phxw(818) 834-8199 Fax (818) 834.8618 License No. 421523 A.C31,&C32 W - ftx Toe ESTIMATING: 1'time Denny Sterrndahl Few Fagsst 2 Pluwwe D■bu 4-13-04 Om MAGNOLIA,HAU LTON&YQRKT0VVN CC: StomdsN Job File REHAB.CIO HUNZNGrON BEACH L7 Vrgawl ®Per RvAww a neessei conwew.d O rwww Reply o neap lyCYcb Cemwmeh: SE!IND NO 04.280 STEM DESCRIPTION UNIT EST.QTY PRICE TOTAL_ MAGNOLIA STREET 10 TRAFFIC STRIPING LS 1 $15,350.00 5 15,350.00 HAMILTON AVENUE 11 TRAFFIC STRIPING LS 1 $14,050.00 S 14,=.00 YORKTOM AVENUE 10 TRAFFIC STRIPING LS 1 S15,600.00 $ 15,600.00 GRAND TOTAL S 45,a00.00 ShmckM Ertrrpdaa Inc.TERMS AND CONDITIONS 1a Toiow. _Papa 1 d2 04/13i2014 08.04 FAX 818 834 8618 STEFNDA�L EN'. INC (?j41)2/004 BID D4-289 HUNTINGTON BEACH REHAB 4-13-04.doc April 9,2004 WERNDAHL ENTERPRISES, INC. T*.m and Cortdiiiom 1. StemAahl Enterprises,Inc.it signatory to the Laborers Union.Local No. 1164. 2. Unless otherwise noted at agreed to in writing by Stwndahl Enterprises, nc..prior to bid time.the torid bid must be accepted. if yo'.t need revised pricing for oily a portion of too work,please eonwct the Estirhator. 3. Stemd&hl Emerptites, Inc.tvqutrw a urittea contract,pumbase order or signed quote prior to the sort of work. 4. Lump sum items are based on`wrorkirtg days"listed in the Special Provisions for this project. Additional compensation will be required if*rorking days are exceeded S. Stemdahl Enterprises,Inc.requests invitation to all pre-job confere.v 6. T1us quote sxall remain valid for 30 days from tho date of this notice twless otherwise agreed upon. 7. Stertndahl Enterprises,Inc.Contractors License 0 421823.A,C31,dt C32. Exp.04/30/2004 S. BACKCHAXGES: Customer a:knouledges that Stttnidahl Enterprises.Inc. will not accept any backax3es unless prior mutual agrm-rent is made in writing 9 The price of bonding is net included in the bid. Our bond rate it 1.54%. 10. Rwwval inchrdes clean up,however,the Contractor must provide tie sweeper with a dump site on the project 11. Referencing of the pavement ddineasion_ r will_,r,X_,+vt7l not be Included. We require 10 working days wtict before obliterating any existing pavement delineation to reestablish aliger.�tert and location of pavement delineation,including the hrnits or changes in striping patterns. On seal wet jobs,a'.igruuent is to be established by she Contractor by placed of eerrpclay markers per Special Provisions. 12 Bid__C ,_,,,includes, does not include tithe tortol for our work only. a Sterodshl Enterprises,Inc.requires 13 working days notice prior to commencement of our Fork This time is necessary 10 reference,when apptica3fe,order material and schedule the Trojoa. 14 Net includes_3 moyaio(s). Additional moves will be charged>K$2000.00 15. Special Conditsoau as follows. 16 Forte Acommt work will be paid at the rotlouing-Labor+ 19°/d lurch"4 33%markup NWaWs wid. Equipment+ 1 S%trwktp. li. Bid_I�..._includes_does not irclude Luny.tab removal ADDENDUM gt NOTED. I have teed,and underatand,the shove"Terms and Condit;ons".and agree that our Quote and these Terms and Condirloos will becomt a pert of the agroertrent,in the event that the contract is awarded to Swndahl Erderrnsos, Inc. Garb's! Cunt:seta: Signatsut: Tttls Name(Type or Print) Date Pape 2 of 2 E4/13/2204 11:36 626446P"q CP ENGINEEPIN3 INL PAGE 01 CALIFORNIA PROFESSIONAL ENGINEERING INC. PHONE FAX (626) 452 8658 9316 M,AB,EL AVE (626)449-0470 SOUTH EL MONI'E, CA 91733 A& C-10 703907 CERTI.FIELD DBE/S1v RE CT-031277 EXPIRE 04-01-2('05 PROJECT NAME MAGNOLIA/HAMTLTO WYOR,KTOWN PROJECT'No: 144,143.149 CITY, STATE,ZIP- HUNGTIN'TON BEACH CA BID DATE A.PRTL 13'..2004 BID TIME: 2:00 PM %E)iERF,RY SURNOT SPC•CIFIC,%TI('NS,PSTIMATI:S,AND PROPOSETt)n IRNISH TILE LAD(}R MATERIAL ` r%Nth EQUIPMENT-MCBA3ARY TO COMI I CTC The COLLOWINC7 ITLMS ur WOAK. l I LM15 QUAY l I l Y UNIT DILK IRIP"TnIY U-41T rluc TOTAL :E 111 20 1 TRAFFTC STCNAL LOOPS 170.00 S3400.00 12 31 1 TRAFFIC SIGNAL 1.00PS 170.00 S5270.00 14 LS REMOVE&INSTA1,L PULL LS $8500.00 BOX/CONDUIT&W IRINC MODIFICATION 11 20 1 TRAFFIC SIGNAL LOOPS 170.00 $3400.00 I TOTALS20,57U.(H) NOTE: PLZASE NOTIFY 7 DAYS ERFM TQ.1011 RT41277KG PULL BOX AND CONDUIT STUB-OUT ARE EXIST. EXCLUDES ALL PERMTT,INSPT',CTTON TEES 25" F'01i01 0e '00 00:e0 Traffic Loops Crackfilling, Inc . 946 S_Eutetaid St.Anaheim CA 92804 Tel.#(714)520-4026 Fax('t 14)520-4027 State License 4 652956 Class C-10&C-32.CT.Cat#012886 r TLC Inc.is an Equal Oppwwity Employer April13, 2004 AWN Estimator Project City of Huntington Beacb/Magnolia stJ Hamilton & Yorktown Rehab. Old Date 04- 13-04 @ 2:00PM to Description 2yantity Unit t Price it Traffic Loop Detector type E 71 Ea. $ 180.00 Ea R cc pull box and conduit 1 LS. $ 2,950.00 Our avote includes 1- La jut, saw cut, wash,blow,dry,seal and megg,splice. 2- l.o saw-cut shall be fill with Hottnelt Sealant 3• 04imove on 4- T c control Oura. 0 exe 1- fee,permit fee,utilities fee,advance sign posting of any kind or notify residents 2- St Out (curb termination) AU elusion and exclusion are to be incorporated into our contract, if either party becom involve in litigation or arbitration arising out of this contmet the court or arbitra panel shall award attorney 's fees and costs to the prevailiXag party T c Loops Cmckfilliig,Inc.meets all of the requirements for t he Federal&State of Califo and Certified as Minority by Cal-Tram(Certification#CT-012886 Exp. 12/01 /05) and by Dept.of Generals service of California as MBE;DBE.We are also Union Sigtnatorics P call if you have any questions or more h*rmation ,Sibce M Lan 11 en V. y t t CITY OF HUNTINGTON BEACH BIDDERS LIST All Bidders/proposers are required to provided the following information for all DBE and non- DBE contractors,who provide.a proposal,bid, quote,or were contracted by the proposed prime. j This information is also required from the proposed prime contractor, and must be submitted with their bid/proposal. The City of Huntington Beach will use this information to maintain and update Ia"Bidder's"list to assist in the annual DBE goal setting process. t f Firm Natne:,,_j2&J,hty t ,z:f ' /�, Phone:!DL 92' - 20 Address: /4O !k� &E- Fax: 9. �'7�j. � .Contact Person: I1r-e-77 No. of years in business Is the firm currently certified as DBE under 49 CFR Part 267 NO Type of work/services/materials provided by firm? What was your firm's Gross Annual recei is for last year? a Less thaa S 1 Million a Less than$S Million o Less thaw S10 Million ❑ Less than S 15 Millioa 0 More than S1S Million This foot can be duplicated if necessary to report all bidders (DBEs and non DBEs) information. C-11 CITY OF HUNTINGTON BEACH BIDDERS LIST All Bidders/proposers are required to provided the following information for all DBE and non- DBE contractors,who provide.a proposal,bid, quote,or were contracted by the proposed prime. i This information is also required from the proposed prime contractor, and must be submitted with their bidlproposal.The City of Huntington Beach will use this information to maintain and update a`Bidder's"list to assist in the annual DBE oal setting process. I Firm Name: TAG/ Phone: 5�2. 74A.DSdi/ Address: Fax: —<ZX Z13. P631 .Contact Person: 6*r No. of years in business -S ' Is the firm currently certified as DBE under 49 CFR Part 26? YES f Type of worklservices'materials provided by firm? rn,�� _ What was your firm's Gross Annual receipt's for lastyear? a Less than S1 Million a Less than$5 Million ❑ Less than S 10 Million a Less than$15 Million o More than S IS Million QFai&gY) This form can be duplicated if necessary to report all bidders (DBEs and non DBEs)information. C-11 CITY OF RUNUNGTON BEACH BIDDERS LIST All Bidders/proposers are required to provided the following information for all DBE and non- DBE contractors,who provide.a proposal,bid, quote,or were contracted by the proposed prune. i This information is also required from the proposed prime contractor, and must be submitted with their bid/proposal.The City of Huntington Beach will use this information to maintain and update a der's"list to assist in the annual DBEgo-al setting process. Firm Name: gWyte Phone:_`fllP w Address: 22 1 C. 44a &- - ;c// ]Fax: l 'V .Contact Person: •A� ,L _, No. of years in business Is the firm currently certified as DBE under 49 CFR Part 26? NO Type of work/services/materials provided by firm?_ L±Drr•� What was our f='s Gross Annual rece' is for last ar? c Less than S1 Million E ❑ Less than$5 Million o Less than S10 Million a Less than$IS Million Q More thaw S IS M flion This form can be duplicated if necessary to report all bidders (DBEs and non DBEs) information. C-11 CITY OF HUNTINGTON BEACH BIDDERS LIST All Bidders/proposers are required to provided the following information for all DBE and non- DBE contractors,who provide.a proposal,bid, quote,or were contracted by the proposed prime. This information is also required from the proposed prime contractor, and must be submitted with their bid/proposal.The City of Huntington Beach will use this information to maintain and update a`Bidder's"list to assist in the annual DBE goal setting process. I . k Firm Name: �r�'�!-modt/ ✓i. ,Ale. Phone:df 60. 67� &W Address:_6Lez/ C94AI&"I J Fax: -fit" .Contact Person• No. of years in business Is the firm currently certified as DBE under 49 CFR Part 26? YES N fType of worVservices/materials provided by firm? �4 What was your firm's Gross Annual rece' is for lastyear? a Less than S 2 Million o Less than$5 Million v Less than S10 Million a Less than S15 Million o More than$1 S Million This form can be duplicated if necessary to report all bidders (DBEs and non DBEs)information. C-11 CITY OF HUNTINGTON BEACH ]BIDDERS LIST All Bidders/proposers are required to provided the following information for all DBE and non- DBE contractors,who provide.a proposal,bid, quote,or were contracted by the proposed prime. This information is also required from the proposed prime contractor, and must be submitted with their bid/proposal. The City of Huntington Beach will use this information to maintain and update a`Bidder's"list to assist in the annual DBE&oal setting process. Firm Name: hone: f S71 Address: ���11� Fax: / 570^{jp . 703 .Contact Person: G71i l. 11!!�t�,/1 No. of years in business is the firm currently certified as DBE under 49 CFR Part 26? YES Type of work/servicesmatcrials provided by Earn? _'I"nv.r'/ - , i What was your frrm's Gross Annual rece' is for lastyear? o Less than S1 Million a Lcss than S5 Million o Less than$I0 Million a Less than$15 Million a More than SIS Million lWe. This form can be duplicated if necessary to report all bidders (DBEs and non DBEs) information. C-1 l CITY OF HUNTINGTON BEACH BIDDERS LIST All Bidderslproposers are required to provided the following information for all DBE and non- DBE contractors,who provide a proposal,bid,quote,or were contracted by the proposed prime. i This information is also required from the proposed prime contractor, and must be submitted with their bid/proposal.The City of Huntington Beach will use this information to maintain and update } a"Bidder's"list to assist in the annual DBE goal setting process. I Firm Name,gog�; S�-2�pi,+�'4 . h�t� 1.1.C, Phone:?it AFL 7 Address: ZEE dn Fax: .Contact Person: T No. of years in business -� is the firm currently certified as DBE under 49 CFR Part 26? YES NO Type of work/services!materials provided by firm? ESL What was your fum's Gross Annual rece' is for lastyear? o Less than S 1 Million o Less than S5 MiMoa ! a Less than S10Mon a Less than$15 Million v More than SIS Million ,G�� Jje( �t This form can be duplicated if necessary to report all bidders (DBEs and non DBEs) information. i C-1 I CITY OF HUNTINGTON BEACH BIDDERS LIST All Bidders/proposers are required to provided the following information for all DBE and non- DBE contractors,who provide.a proposal,bid, quote,or were contracted by the proposed prime. This information is also required from the proposed prime contractor, and must be submitted with their bid/proposal. The City of Huntington Beach will use this information to maintain and update a`Bidder's"list to assist in the annual DBE goal setting rocess. Firm Name: 1 Phone: 71 3 cf� Address: Fax: .Contact Person:_ v?-14 4 :== No. of years in business �� + Is the firm currently certified as DBE under 49 CFR Part 26? (�YE:S:> NO Type of worlt/services/matezials provided by firm? 6fe What was your frm's Gross Annual rece' is for lastyear? o Less than S 1 Million a Less than g5 Million a Less d=S 10 Million o Less than g 15 Minion a More than g I5 Minion „��� �► This form can be duplicated if necessary to report all bidders (DBEs and non DBEs)information. C-1 I CITY OF HUNTINGTON BEACH BIDDERS LIST All Bidderslproposers are required to provided the following information for all DBE and non- DBE contractors,who provide a proposal,bid, quote,or were contracted by the proposed prime. I This information is also required from the proposed prune contractor, and must be submitted with ' their bid/proposal. The City of Huntington Beach will use this information to maintain and update a"Bidder's"list to assist in the annual DBE goal setting process. i 4 Firm Name:_t41_-C= 4t Wrkti (C-, - Phone: & Address: Q70 N^TT13rAV zLr= Fax: .Contact Person: A122z No. of years in business Is the firm currently certified as DBE under 49 CFR Part 267 YES NO Type of worls/services'materials provided by firm?_ j, What was Ygur firm's Gross Annual receipts for last ar7 o Less than S 1 Million o Less than S5 MiINon a Less than S 10 Million a Less than S15 Million a More than S15 I4tilIion , This form can be duplicated if necessary to report all bidders (DBEs and non DBEs) information. C-11 CITY OF HUNTINGTON BEACH BIDDERS LIST All Bidders/proposers are required to provided the following information for all DBE and non- DBE contractors, who provide a proposal, bid, quote, or were contracted by the proposed prune. This information is also required from the proposed prune contractor, and must be submitted with their bid/proposal. The City of Huntington Beach will use this information to maintain and update a"Bidder's"list to assist in the annual DBE goal setting process. i Firm Name:_„Lr dt z U,�j��,(�v-/ Phone:62Y,. �Z.- &.�26 Address: �3/b R/lt�ii1ll�' Fax: O Contact Person: eml AZI(Wt/tAJ No. of years in business 1 Is the firm currently certified as DBE under 49 CFR Part 26? YES NO Type of work/services/materials provided by firm? e,t>4 ,���.� , What was your firm's Gross Annual receipt's for lastyear? f Less than$1 Million ❑ Less than$5 Million ❑ Less than$10 Million ❑ Less than$15 Million ❑ More than$15 Million This form can be duplicated if necessary to report all bidders (DBEs and non DBEs) information. C-11 CITY OF HUNTINGTON BEACH BIDDERS LIST All Bidders/proposers are required to provided the following information for all DBE and non- DBE contractors,who provide.a proposal,bid, quote,or were contracted by the proposed prime. This information is also required from the proposed prime contractor, and must be submitted with their bid/proposal. The City of Huntington Beach will use this information to maintain and update a`Bidder's"list to assist in the annual DBE goal setting process. Firm Name: fk/79-fW aEKLl/4.lAle. Phone:2L4 7. rA Address rt A� {- 'Ayr,-. Fax:'W! 92 ._cl W DrtAt„l6 � .Contact Person: 01/7Ze-(MJ No. of years in business Is the firm currently certified as DBE under 49 CFR Part 26? YES . Type of worMervices/materials provided by firm? What was yourfir&s Gross Annual rece' is for lastyear? o Less than$I Million ❑ Less than SS Million ❑ Less than S 10 Million ❑ Less than S I S Million v More than S I S Million This form can be duplicated if necessary to report all bidden (DBEs and non DBEs)information. C-11 4 r CITY OF HUNTINGTON BEACH BIDDERS LIST All Bidders/proposers are required to provided the following information for all DBE and non- DBE contractors,who provide a proposal, bid,quote,or were contracted by the proposed prime. This information is also required from the proposed prime contractor,and must be submitted with their bid/proposal.The City of Huntington Beach will use this information to maintain and update a"Bidder's"list to assist in the annual DBE goal setting p rocess. Firm Name: C d rz;r C,��l: ! i�Z,/�flti I'W, Phone: 7l y &28_ Address: A /O X &TAfL1�. Fax: 71V. 1,2 Contact Person: L11-Ait c, 61 e� No. of years in business Is the firm currently certified as DBE under 49 CFR Part 26? YES Type of work/servic&materials provided by firm? f tff�/ What was your firm's Gross Annual receipt's for last ear? o Less than$1 Million o Less than$5 Million ❑ Less than$10 Million o Less than$15 Million o More than $15 Million This form can be duplicated if necessary to report all bidders(DBEs and non DBEs) information. C-1 I CITY OF HUNTINGTON BEACH BIDDERS LIST All Bidders/proposers are required to provided the following information for all DBE and non- DBE contractors,who provide a proposal,bid,quote, or were contracted by the proposed prime. This information is also required from the proposed prime contractor,and must be submitted with their bid/proposal.The City of Huntington Beach will use this information to maintain and update a"Bidder's"list to assist in the annual DBE goal setting process. Firm Name: /1 up f lilf��-'�,�d/� Phone: 76 t!' 70. 441V Address: 7/ Fax: 7i P. Contact Person: No. of years in business Is the firm currently certified as DBE under 49 CFR Part 26? 'YES Type ofwork/services/materials provided by firm?_ tiVhat was your firm's Gross Annual receipt's for last ear? o Less than$1 MilIion o Less than$5 Million o Less than$10 Million ❑ Less than$15 Million o More than$15 Million This form can be duplicated if necessary to report all bidders(DBEs and non DBEs) information. C-11 CITY OF HLINTINGTON BEACH BIDDERS LIST All Bidders/proposers are required to provided the following information for all DBE and non- DBE contractors,wbo provide a proposal, bid, quote,or were contracted by the proposed prime. This information is also required from the proposed prime contractor,and must be submitted with their bid/proposaL The City of Huntington Beach will use this information to maintain and update a"Bidder's"list to assist in the annual DBE goal setting process. Firm Name: Phone: G Address: AS 2 & .IrATr .fi. Fax: ONi/1 zt/e- Ct1 176 2- Contact Person: e X, No. of years in business Is the firm currently certified as DBE under 49 CFR Part 26? YES 00 Type of work/services/materials provided by firm? f 111�/NE What was your firm's Gross Annual receipt's for last ear? o Less than$1 Million a Less than$5 Million ❑ Less than$10 Million n Less than S 15 Million o More than$15 Million .4rez1'J&?V This form can be duplicated if necessary to report all bidders (DBEs and non DBEs) information. C-11 CITY OF HUNTINGTON BEACH BIDDERS LIST All Bidders/proposers are required to provided the following information for all DBE and non- DBE contractors,who provide a proposal, bid, quote, or were contracted by the proposed prime. This information is also required from the proposed prime contractor, and must be submitted with their bid/proposal. The City of Huntington Beach will use this information to maintain and update a"Bidder's"list to assist in the annual DBE goal setting process. Firm Name: 1,A Y14,AlAy /ith Phone: 66,66,6. 377/ Address: l /1?i -n/�'L PA,1 Fax: ��- cl6� r;7 o C/ Contact Person: MgiW g.S No. of years in business 5 Is the firm currently certified as DBE under 49 CFR Part 26? NO Type of work/services/materials provided by firm? LEc'i What was your firm's Gross Annual receipt's for last ear? ❑ Less than $1 Million ❑ Less than$5 Million ❑ Less than $10 Million ❑ Less than$15 Million ❑ More than$15 Million r��cC'cL This form can be duplicated if necessary to report all bidders(DBEs and non DBEs) information. C-11 CITY OF HUNTINGTON BEACH BIDDERS LIST All Bidders/proposers are required to provided the following information for all DBE and non- DBE contractors,who provide a proposal,bid,quote,or were contracted by the proposed prime. This information is also required from the proposed prime contractor,and must be submitted with their bid/proposal.The City of Huntington Beach will use this information to maintain and update a"Bidder's"list to assist in the annual DBE goal setting process. Firm Name: 7-?fir'-/C Av0l- phone: IV.. _r>e• IA,2( G'�t�c'-� lLrt� /UGC• Address: 4(1,4 f F,I67,44'4? t%. Fax: lZoP, JOV. 51,01 Contact Person:-_6b_V A fE 4m,6V No. of years in business Is the frrn currently certified as DBE under 49 CFR Part 26? ,S� NO Type of work/services/materials provided by firm? �[c('Ti�/C•�Ci What was your firm's Gross Annual receipt's for last ear? ❑ Less than $1 Million ❑ Less than$5 Million o Less than S10 Million ❑ Less than $15 Million o More than$15 Million ,�7GL/AJ&V This form can be duplicated if necessary to report all bidders(DBEs and non DBEs) information. C-11 CITY OF HUNTINGTON BEACH 2000 MAIN STREET CALIFORNIA 92648 OFFICE OF THE CITY CLERK 2004 To: L-L/fhJc E S-7k&-a5zJ041<5. //)G. E 1-2 1-2 - OAS - - Enclosed please find your original bid bond issued by 111��u/ti4,c�Ct Co , n r- THE for�� -��5,3 /SS `! 111S 6 Joan L. Flynn City Clerk JF:pe Enclosure gJfollowvp/cashcont/retumbidbond.doc (Telephone:714536-5227) I.C.W. GROUP RZ INSURANCE COMPANY OF THE WEST Ej EXPLORER INSURANCE COMPANY ❑ INDEPENDENCE CASUALTY AND SURETY COMPANY 11455 EL CAMINO REAL,SAN DIEGO,CA 92130-2045 PHONE:(858)350-2920 FAX:(858)350-2909 Bond Number: ICW-448 BID OR PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS: That we, Alliance Streetworks,Inc. ,(hereinafter called the Principal),and Insurance Company of the West , a corporation organized and doing business under and by virtue of the laws of the State of California ,and duly licensed for the purpose of making,guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the laws of the State of California,as Surety,are held and firmly bound unto City of Huntington Beach (hereinafter called the obligee)in the just and full sum of Ten Percent of the Total Amount Bid Dollars ($ 10%of the Total Amount Bid)lawful money of the United States of America,for the payment of which,well and truly to be made,we hereby bind ourselves and our heirs,executors,administrators,successors and assigns,jointly and severally,firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT WHEREAS,the above bounden Principal as aforesaid,is about to hand in and submit to the obligee a bid or proposal dated 4/13/04 for bid: Street Rehabilitation in accordance with the plans and specifications filed in the office of the obligee and under the notice inviting proposals therefor. NOW,THEREFORE,if the bid or proposal of said principal shall be accepted,and the contract for such work be awarded to the principal thereupon by the said obligee,and said principal shall enter into a contract and bond for the completion of said work as required by law,then this obligation to be null and void,otherwise to be and remain in full force and effect. IN WITNESS WHEREOF,said principal and Surety have caused these presents to be duly signed and sealed this 12th day of April ,2004. Alliance Streetworks,Inc. BY: O�u/0'A vgm,lc( A Cxzfj l w, Prey,,,r Insurance Company of the West BY: Attorney - Daniel Huckabay CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California �1,� County of (�ra�e- ss. On /Ja , before me, GORDON D.KLINE,JR., NOTARY PUBLIC Date Name and Title of Officer(e g.'Jane Doe,Notary Publ.e) ' personally appeared ame(a>c Signer(s) ' personally known to me ❑ 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 GORDON DALE KUNE JR acknowledged to me that he/she/they executed N COMM#1360290 D -the same in his/her/their authorized c NOTARY PUBLIC-CAUFORNIA;7a capacity(ies), and that by his/her/their LOS ANGELES COUNTY iN signature(s) on the instrument theperson(s), or Mr C—�P J�9.2006 the entity upon behalf of which the person(s) alCted, executed the instrument. WITNESS my hand and official seal. Place Notary Seal Above Signature or Nothry Public OPTIONAL i Though the information below is not required by law, it may prove valuable to persons relying on the document i and could prevent fraudulent removal and reattachment of this form to another document f Description of Attached Document Title or Type of Document i Document Date. Number of Pages: i Signer(s) Other Than Named Above. Capacity(ies) Claimed by Signer Signer's Name i ❑ Individual .Top of thumb here 1, ❑ Corporate Officer—Title(s). i ❑ Partner—❑Limited ❑General ❑ Attorney in Fact 1 ❑ Trustee ❑ Guardian or Conservator i i, ❑ Other: f Signer Is Representing 0 1997 National Notary Association•9350 De Soto Ave,P 0 Box 2402•Chatsworth,CA 91313-2402 Prod No 5907 Reorder Call Toll-Free 1.800-876-6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Orange On 04112104 before me, Arturo Ayala, Notary Public Date Name,Title of Officer-E.G."Jane Doe,NOTARY PUBLIC" personally appeared Daniel Huckabay NAME(S)OF SIGNER(S) Q 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 within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by w ARTURO AYALA his/her/their signature(s) on the instrument COMM. *1336239N the person(s), or the entity upon behalf of NOTARY PUBLIC-CALIFORNIA 14 which the person(s) acted, executed the ORANGE COUNTY -a instrument. MY COMM. EXP. DEC. 23. 2005 WITNESS my nd and off' ' I seal SIGNATURE OF NOTARY 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 ❑ INDIVIDUAL ❑ CORPORATE OFFICER Bid Bond TITLE OR TYPE OF DOCUMENT TITLE(S) ❑ PARTNER(S) ❑ LIMITED One ❑ GENERAL NUMBER OF PAGES © ATTORNEY-IN-FACT ❑ TRUSTEE(S) 04/12104 ❑ GUARDIAN/CONSERVATOR DATE OF DOCUMENT ❑ OTHER: SIGNER(S)OTHER THAN NAMED ABOVE SIGNER IS REPRESENTING: NAME OF PERSON(S)OR ENTITY(IES) No. 0000654 ICw'GROUP Power of Attorney Bond No. ICW-448 Insurance Company of the West The Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West,a Corporation duly organized under the laws of the State of California,The Explorer Insurance Company,a Corporation duly organized under the laws of the State of Arizona,and Independence Casualty and Surety Company,a Corporation duly organized under the laws of the State of Texas,(collectively referred to as the"Companies").do hereby appoint RALPH EIDEN1,JR.,DANIEL HUCKABAY,ARTURO AYALA,PATRICIA KNAPP their taste and lawful Attorneys)-in-Fact with authority to date,execute,sign,seal,and deliver on behalf of the Companies,fidelity and surety bonds,undertakings, and other similar contracts of suretyship,and any related documents. In witness whereof,the Companies have caused these presents to be executed by its duly authorized officers this 16th day of January,2001. E�pYPAMY�A, tNSU� INSURANCE COMPANY OF THE WEST Aso eron�f �s� MN �•• THE EXPLORER INSURANCE COMPANY �•�� FO L !�O/ P,pi �V ., e INDEPENDENCE CASUALTY AND SURETY l SEAL � ,; '3( ,r > i '4ecx,.Of' �'`„►'9. .�::ty `?\ COMPANY John H.Craig,Assistant Secretary John L.Hannum,Executive Vice President State of California } ss. County of San Diego On December 5,2003,before me,Mary Cobb,Notary Public,personally appeared John L.Hannum and John H.Craig,personally known to me to be the persons whose names are subscribed to the within instrument,and acknowledged to me that they executed the same in their authorized capacities,and that by their signatures on the instrument,the entity upon behalf of which the persons acted,executed the instrument. Witness my hand and official seal. MARY COBS COMM.#132134t A V NOTARY PU8L.C•CALIFORNIA C � V e' MyyAC aE�ionOExp res i SEPTEM9ER 20 2005 Mary Cobb,Notary Public RESOLUTIONS This Power of Attorney is granted and is signed,sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: "RESOLVED: That the President,an Executive or Senior Vice President of the Company,together with the Secretary or any Assistant Secretary,are hereby authorized to execute Powers of Attorney appointing the person(s)named as Attomey(s)-in-Fact to date,execute,sign, seal,and deliver on behalf of the Company,fidelity and surety bonds,undertakings,and other similar contracts of suretyship,and any related documents. RESOLVED FURTHER: That the signatures of the officers making the appointment,and the signature of any officer certifying the validity and current status of the appointment,may be facsimile representations of those signatures.and the signature and seal of any notary,and the seal of the Company,may be facsimile representations of those signatures and seals,and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping,printing,typing,or photocopying." CERTIFICATE I,the undersigned,Assistant Secretary of Insurance Company of the West,The Explorer Insurance Company,and Independence Casualty and Surety Company,do hereby certify that the foregoing Power of Attorney is in fiill force and effect,and has not been revoked,and that the above resolutions were duly adopted:•v the respective Boards of Directors of the Companies,and are now in full force. IN WITNESS WHEREOF,I have set my hand this 12th day of April 2004 John H.Craig,Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1-800-877-1111 and ask for the Surety Division. Please refer to the Power of Attomey riumter, the above named individual(s)and details of the bond to which the power is attached. For information or filing claims,please contact Surety Claims,IC IN Group, 11455 El Camino Real,San Diego,CA 92130-2045 or call(858)350-2.100. ` � d fire'•",•.' 5.�.• .. s..� _M . ; A, ; . _ . '!.._ 'st j`a. M�.. y'.._.ft'�PN'f` `9.'. "l�p:y} q$' ,Y •V'h•,L) ... t . .. , y3�7�.0 ,,, !'.Zvi�.. y,Y o ;e:-g"�'.:s`��wM�£+4�.c ^4�.d. y��ii.'4 Nr'Y�f=y"kn�u1.'`}�"rs�.`,.,i•�1i',� .Y%,.i y1!:v"•�;e''a.`..`'��"•,° s.G, .�.,:. ;t¢ _ 4 $ ty,, t�nr. � rF.•�_ f •q :4., t �'`c-` -`' .'A .*Y_w'=• `,`L`..s�:M:.- `r� `a��".;' y�;xr�r `S3S4:.. ALLIANCE STREETWORKS, INC. 3873 E.Eagle Drive Anaheim,CA 92807 a ago Mq►�, s� f s�CoAa F/tor 64 �S SFAI F� � a 161Jnojij, S�. Q.��na�. — CG lIg add h001 ALLIANCE STREETWORKS, INC. 3873 E.Eagle Drive City of Huntington Beach Anaheim,CA 92807 Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax(714) 374-1573 ADDENDUM NUMBER _ For MAGNOLIA STREET REHABILITATION, CC 1153, STPL 5181 144 HAMILTON AVENUE REHABILITATION, CC-1155, STPL 5181 143 AND YORKTOWN AVENUE REHABILITATION, CC-1156, STPL 5181 149 April 5,2004 Notice To All Bidders: Please note the following clairification to the Project Plans, Specifications,and Special Provisions: The existing Federal Wage Rates (GENERAL DECISION: CA20030035, Dated: 03/0512004)within the subject projects' specifications shall be replaced with the attached Federal Wage Rates (GENERAL DECISION: CA20030035, Dated: 04/02/2004) and are included with this addendum No. 1., (see attachment). Attachment: Federal Wages Rates (GENERAL DECISION: CA20030035, Dated:04102/2004) This is to acknowledge receipt and review of Addendum Number one, dated April 5,2004. ALLIANCE STREETWORKS, INC. �o - 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 Larry Taite at(714)536-5590. � 4aM e�ORKS, INC.ECTION C EFgaDriv Anaheim,CA 9?.807 PROPOSAL for the construction of I. MAGNOLIA STREET REHABILITATION-CC 1153 FRO1,I ATLANTA AVENUE TO INDIANAPOLIS AVENUE II. HAM ILTON AVENUE REHABILITATION- CC 1155 FROM BUSHARD STREET TO SAN TA ANA RIVER I11. YORKTON N AVENUE REHABILITATION- CC 1156 FROM BUSHARD STREET TO BROOKIIURST STREET in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF TIIE 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 75 working days, starting from the date of the Notice to Proceed_ BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and CI Will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may,at the AGENCY'S option,be considered null and void. Accompanying this proposal of bid, find r� in the amount of$ 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. Datefleceivtd Bidder's Si nature c2 ALLIANCE STREM WORKS, INC. SECTION C PROJECT BID SCHEDULE Magnolia Street, CC-1153, STPL- 5181 (144) Hamilton Avenue, CC-1155, STPL- 5181 (143) Yorktown Avenue, CC-1156, STPL- 5181 (149) PROJECT BID: TOTAL AMOUNT LUMP SUM BID IN FIGURES: TOTAL AMOUNT LUMP SUM BID IN WORDS: cUe v+ H L n 4- - F e w (�I k err (AL-11 boll (w 2eva cf&Js . /G /( `d 1 ' C-2.1 AWANCE STREEMORKS, INC. .MAGNOLIA STREET REHABILITATION IMPROVEMENTS CC NO, 1153 STPL - 5181 (144) C-2.2 AWANCE STREETWORKS, INC. MAGNOLIA STREET(CC-1153) PROJECT BID SCHEDULE -ITEM, .ESTIMATED- +.ITEM WITH-UNIT PRICE_WPJTT.EN_1W.-Ii UNIT'PRICE. ,EXTENDED r...4`�.•s rc.�: ORD$.._ ..-� _ , ;- _�:•�•�-..Y;,.--i- •- -:AMOUNT.: 1 1 Mobilization $1JT $ L.S. Tee ��4��H� Dollars 2 rr a Cents 2 1 Traffic Control Plan $_7,_0o L.S. @ Dollars —7 t r s Cents 3 1 Furnish Prof cr Traffic Control $0 $./Is ton L.S. (m `'rwrh T yti t 110100.) Dollars 2 r o Cents 4 48.644 Cold Milling &Header Cutting $`� $ . E30 S.F. @ ?"a Dollars pn Cents 5 1,232 Unclassified r-7 vati n $ oC.Y. @ Tr,.,rn _ Dollars Cents 6 5,418 Construct Asphalt Concrete(Overlay, Full Depth, Ton etc.) t7t. f Dollars zir, Cents 7 571 Pavement Reinforcement fabric&Route and $ $ S.Y. Seat of Cracks Dollars Z e. Cents $ 5 Adjust SewedStorm Drain Manhole to Grade U2.6, 5 Each @ �I4y� � � '�G Dollars Zero Cents 9 7 Adjust Water Valve to Grade $ -` Each @ _4d S1x _ Dollars ZZPPo Cents 10 1 TraffLStriping LS. @� ?Q t4 `t-�+oas r,�� Dolfars ZL'r'n Cents 11 20 Traffic Loop $ O Each @ Dollars 29 Cents 12 32 RemoVeconstruct Curb & Gutter L.F. Doilar5 $ $@ r. Cents 13 8 Surve Monumentation Each @ P v f Dollars Cents Sub Total BEd Amount.Bid In Figures:$ SSuub Total Bidi Amou t,Bid in ords:rt 1 C { L^ {1 1 het i , „ !rh I ,5L( r1tr P 611(j `•�. r, tl(r C-2.3 ALIJANCE STREETWCRKS, INC. HAMILTON AVENUE REHABILITATION IMPROVEMENTS CC NO. 1155 STPL - 5181 (143) G2.4 . ' ALLIANCE STREETWORKS, INC. HAMILTON AVENUE(CC-1155) PROJECT BID SCHEDULE ITEM. ESTIMATED ,., r. ITEM WITH UNIT PRICE WRITTEN IN - ' . 'UNIT.PRICE= .:EXTENDED-- NO.; QUANTITI' WORDS =AMOUNT:-': 1 1 Mobilization �} $ 10400 $ L.S. Dollars Z 1 ra Cents 2 1 Traffic Control Plan n $ Soo o $ L.S. @ �v c 7 k a�.1 c�X Dollars Z 1 r Cents 3 1 Furr Lis,_h Pro' t Traffic Control $ S $ L.S. @ lwr.+d:;:k Qgf 7k0(.J,_,_PDollars 'Z t►o Cents to 4 38,920 Cold Milling& Header Cutting $_Q�_� $ S.F. @ --2.erlv Dollars Cents 5 274 Unclassified E cavatio $ D $ C.Y. @_ } w,n n _ Dollars ? r Cents 6 3,059 Construct Asphalt Concrete(Overlay, Full Depth, $ $ Ton etc.) -Dollars 2 Cents 7 669 Pavement Reinforcement Fabric& Route and $ $ S.Y. Seal of Cracks \ Dollars r r� Cents 8 17 Adjust SewertStorm Drain Manhole to Grade $ u v Each @ Oo_q,JreA woe Fi(/B_ Dollars Zao Cents 9 17 Adjust Water Valve to Grade $ �� $ i Each @:22o Ni..�dw _ S_� Dollars Cents 10 8 Adjust Monitoring Well to Grade $ $ Each @ TL'k V-1r„n,1P P't S; Dollars Cents 11 1 Traffic Striping L.S. @ SP-tte^ "�n�a.r n�� Dollars Cents 12 31 Traffic Loop ,(' $ — $ Each @ CLAP, N.•� P1A l V eJ,, Dollars 2P 7�Cents 13 7 Remove& Re oc�r struct A cess Ramp $ o ea $ Each @ `� r� Dollars Cents 14 1 Remove& Install Traffic Pull Boxes, Includes $ q�0.-- $ L.S. Conduit R Wiring Modifications Dollars ZP Cents C-2.5 ,ANCE STREETWORKS, INC. • ITEM ESTMATED . .ITEM WlTttuNJT-PRICE WRITTEN.-iN UNIT PRICK EXfEKDED No- QUEt 1 TIT WORDS = `A UNT 15 4 Survey Monumentation $ ° $ 7') Each @ "- Pmljrfj Dollars 2 PJ` Cents Sub Total Bid Amount, Bid in Figures $ 011 Sub Total Bid Amount, Bid in W rds. o P I H �1 v r. l t - C-2.V AWANCE STREETWORKS, INC. YORKTOWN AVENUE REHABILITATION IMPROVEMENTS CC NO. 1156 STPL - 5181 (149) C-2.7 AWANCE STREETWORKS, INC. YORKTOWN AVENUE(CC-1156) PROJECT BID SCHEDULE ITEM- ESTIMATED -. ._ :ITEM WITH UNIT PRICE WRITTEN IN UNIT:PRICE -EXTENDED NO: CIUANTITY `� WORDS 1 1 Mobilization h $ 0 ► $ L.S. Dollars Cents 2 1 Traffic C ntroI PI n $"a $ L.S. @� : vt �,d� j,..,,� Dollars fro Cents 3 1 Furnish Proj ct Traffic Control �1 $ an $ L.S. @" o r,r R��X _Dollars Za�� Cents 4 48,358 Cold Milling& Header Cutting $ $ S.F. 2-leto Dollars '1zJ0'.' Cents 5 324 Unclas Tfied Exc vation C.Y. @ It h Dollars i Cents 6 2,915 Construct Asphalt Concrete (Overlay, Full Depth, Ton etc.) @ �—t'L 14� _ __Dollars 'Z fro Cents 7 569 Pavement Reinforcement Fabric& Route and $ t_ $ S.Y. Sea!of Cracks 1 @ _ C ; �� _ _ Dollars Cents 8 13 Adjust Sewer/Storm Drain Manhole to Grade $ ° Each Wo wJteJ -Go eJ:X r,J� Dollars ze-0 Cents 9 18 Adjust Water Valve to Grade $ $ IEach @ 7243 44. r T Dollars I Cents 10 1 Traffic Striping L.S. @ j�+ 1 ,gr� Dollars Sprb Cents 11 20 Traffic Loop 1 $ .d Each @_�;p yI,&eJ /�I;n�i'r�,• Dollars ZP ! -Cents 12 67 Remove $ Re nstruct Curb&Gutter $ o $ L.F. @ `�'� 4 Dollars Cents 13 W3 Remove& F construct Sidewalk $ $ S.F. V.r. Dollars '2.r e" Cents 14 8 Remove& Reconstruct Acgess Ramp $ $ Each @ `-L t' �C'1��_t,1c.„� Dollars 2 a r Cents C-2.8 ALLIANCE STREETWORKS, INC. ITEM 'ESTIMATED: ",:.;ITEM WITH UNIT PRICE WRITTEN-IN UNIT PRICE_ ,EXTENDED.: :NO. ='QUANTITY _ .WORDS ,* "AMOUNT 15 9 Survey Monumentation $� �'� $ � Each @ QA e- Elf-AATlwsr %n�k v Dofiars C-D w — Cents Sub Total Bid Amount, Bid in Fi ures: $ IdLIS S Sub Total id (Amount, Bld l Words: 1 I} 'nl �1 '^) 71 �L/ I�t Yrt� tr !� l)tw. t .i �4ILJ,r ��� lLly lDo14, C-2.9 "LLIANCE STREETWORKS, INC. 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. P.ordan ltfarae-and Addreiv a,--SVbCarxttra+ctor u f3'o�^k :. Nrember n Sur e c c El ` CI>rh e ?CL iDVI- A"%4tP-? 6&ACAde z ` So,J� GI14% �ecdr', «' t C By submission of this proposal,the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-3 ALLIANCE STREETWORKS, INC. NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of Orange RaNuid P. &rAler , being first duly sworn, deposes and says that he or she is Pre s,deg f of ALLIANCE STREETWORKS, INC. 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. ALLIANCE STREETWORKS, INC. Name of Bidder r Signature of Bidder 60c64nQP, c,;J44 i ALLIANCE STREETWORKS, INC. 3873 E.Eagle Drive * 92807- Address o Subscribed and sworn to before me this day of , 200_ NOTARY PUBLIC S (, �D NOTARY SEAL C-4 ALLIANCE STREETWORKS, INC. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California ss. County of On 1" �10 , before me, GORDON D.KLiNE,JR.,NOTARY PUBUG Ogle Name end Tt/b�of olfiow(.Q..'Jaw Om.Nwry Public') personally appeared R o n�IcC_ (r►� Cr�nQ!, f 6_S:d oJ— , rumsts)Of sgwfs) personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Islare subscribed to the within Instrument and GOPZON DICE KUNE Jll acknowledged to me that helshelthey executed COHKN13b0290 :the same in his/her/their authorized NOTAAr Loa AMXE CouNTv �r9 capacity(ies), and that by his/herliheir IgCann�E�1m .= signature(s)on the instrument the person(s),or thle entity upon behalf of which the person(s) acted, executed the Instrument. WITNESS my hand and official seal, Pbd Notary Seal Abu" spnat,Ma Of Notjwy Puorc 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 Dale: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Clalmed by Signer Signer's Name: ❑ Individual Top of 9HrnW Here ❑ Corporate Officer—Title(s): ❑ Partner—❑Limited ❑General ❑ Attorney In Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other. Signer Is Representing: 0 1997 National Nolery Assodstnn-9350 Da Soto Ave..P.O.Box 2402•Chatsworth CA 9013.2402 grad.No.5907 Re~..cal Too-Free 1-8o0.am-aaz7 ALLIANCE STREETWORKS, 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 IMPROVEMENTS, (l)(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 ofexperience or instruction, rs familiar with the operation to be performed and the hazards invoked." 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. ALLIANCE STREETWORKS, INC. Contractor & A�L �. By Title Date: A Ll C-5 ALLIANCE STREETWORKS, INC. DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section I4310.5, the Bidder shall complete, under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes No If the answer is yes,explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 ALLIANCE STREETWORKS, INC. 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. ALLIANCE STREETWORKS, INC. Contractor i By ?DAC%1d P Title Date: Ll 3 Aq I c7 ALLIANCE STREETWORKS, INC. UNDERGROUND SER`'ICE 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 1-8004224133 a minimum of two working days before scheduled excavation. Dig Alert Identification Number: URcM AWANCE STREETWORKS, INC. Contractor By &"Id 6ndne4 Prag a:n�- Title Date: Note: This form is required for every Dig Alen Identification Number issued by U.S.A. during the course of the Work Additional forms may be obtained from the AGENCY upon request. C-8 �LIANCE STREETWORKS, INC. BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: ALLIANCE STREETWORKS, INC. Bidder Name 3873 E.Eagle Drive Anaheim,CA 92807 Business Address City, State Zip (9/q) 688- al j� Telephone Number g►aga � ,4 State Contractor's License No. and Class 9/00L Original Date Issued 9Ay Expiration Date The work site was inspected by &rjan V-I i n of our office onAprJ 8 200_q. ff The following are persons, firms, and corporations having a principal interest in this proposal: ALLIANCE STREETWORKS, INC. 6,2r)n Qom, PlusUeA r , �e('- lTtft�il C-9 The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. ALUANCE STREETWORKS, INC. Company Name /QV-'V ignature of-Bidder Ro11n J l Um AVP Printed or Typed Signature Subscribed and sworn to before me this day of ,200`. NOTARY PUBLIC SF ATM( P6) NOTARY SEAL Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past two years: 1. S rE- --- 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 tr10 AWANCE STREETWOAKS7 INC. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT 'State of California ' ss. County of n On l�y , before me, , (%QRDW Q F_�„NOTARY PUBLIC " , Dete Nome era T..o oRcer(e 9-,•Jerw Doe.Notary PuWic') personally appeared ---�Ae%j A l�e�C�n P�. P e<JAA�_ mete)osgnule) personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Islare subscribed to the within Instrument and GotlDO 4 DALE KUNE PL acknowledged to me that he/shelthey executed Colin NI36t M lop LOS H7ARYKSUCCAUF011NA9 .ihe - same in his/her/their authorized ANGESCoUeM capacity(ies), and that by his/her/their ftc0"mEx;Lw"9'2W6 signature(s)on the instrument the person(s), or tqe entity upon behalf of which the person(s) a�fo, executed the Instrument. ` WITNESS my hand and official seal. ' Plau Nd�ry Sw Aewe . .. synawre a Pwec 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 forum to another document. Description of Attached Document 7itte or Type of Document: Document Date: Numbe?of Pages: Signer(s) Other Than Named Above: Capacity(fes)Claimed by Signer Signer's Name: _ ❑ Individual ' Top o1 d%xnb here ❑ Corporate Officer—Title(s): ❑ Partner—❑Limited ❑General ❑ Attorney In Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: _ � h 0 1997 NeGon l Ndary AnodmUon-93SO a Soto Ave..P.O.Baas 2402•CMtawrortN CA 91313.2402 Prod.No.5907 Reorder.Cam Tog-Free 1.a00-em-aa27 A4&LUAncE ALLIANCE STREPWORKS. INC La I M3 LVITI=I;Qg=j i N c o R e O R A T E D 3973 E.Eagle Drive.Anaheim,CA 92807•Tel:(714)688-7165•Fax:(714)_68&7195•Lic.N 912921 STATEMENT OF EXPERIENCE 1. Job: Street Reconstruction Brompton&Acacia Value: S 91,955.00 Completion Date: December 2002 Agency: City of Bell 6330 Pins Ave. Bell, CA 90201-1291 Contact: Luis Ramirez(323)588-6211 ext. 22 2. Job: Pavement Resurfacing Value: $ 191,144.00 Completion Date: December 2002 Agency: City of Yorba Linda 4845 Casa Loma Ave Yorba Linda, CA 92886 Contact: Fernando Saldivar(714) 961-7170 3.Job: Left Turn Pockets Improvements Value: $ 167,800.00 Completion Date: April 2003 Agency: City of Laguna Niguel 27791 La Paz Rd. Laguna Niguel,CA 92677 Contact: Nicholas Renn(949)362-4341 4.Job: Hacienda Blvd. Value: $ 336,784.00 Completion Date: May 2003 Agency: Los Angeles County Dept.of Public Works 900 S. Fremont Ave. Alhambra, CA 91803-1331 Contact: Joseph Rhyu (626) 300-4729 5.Job: Saturn Ave. Street Improvements Value: $ 199,500.00 Completion Date:May 2003 Agency: City of Huntington Park 6550 Miles Ave. Huntington Park, CA 90255 Contact: Pat Fu (323) 584-6253 1 ALLIANCE STREETWORKS, INC. r CITY OF HUNTINGTON BEACH BIDDERS LIST All Bidders/proposers are required to provided the following information for all DBE and non- DBE contractors, who provide a proposal, bid, quote,or were contracted by the proposed prime. This information is also required from the proposed prime contractor,and must be submitted with their bid/proposal. The City of Huntington Beach will use this information to maintain and update a"Bidder's"list to assist in the annual DBE goal setting process. Firm Name: At i-iANCE STREETWORKS, INC.Phone:'I/zf �l� A — ��65 3873 E.Eagle Drive ^ Address: Anaheim,CA 92807 Fax: 6 )_6-e— ;v q5- �^ Contact Person:&t\ (.-,nfjnel' No. of years in business Is the firm currently certified as DBE under 49 CFR Part 26? YES Type of work/services/materials provided by firm? Pr, -p— an /0 10 l' What was your firm's Gross Annual receipt's for last ear? ❑ Less than $1 Million Less than $5 Million ❑ Less than$10 Million o Less than$15 Million ❑ More than$15 Million This form can be duplicated if necessary to report all bidders(DBEs and non DBEs) information. C-11 Loral Assistance Procedures Manual ALLIANCE STREETWORKS, INC. EzT 12-E • N&E Checklist Instructions �Attachment C • (THEBIDDERSEXECU770NONTHE SIGNATUREPOR77ON OFTHISPROPOSAL SHALL ALSO COMTII7TTEANENDORSEMNTAND EXECUTION OF THOSE CERTIFICAIYONS WMCHAREA P.4RT OF THISPROPOSAL) EQUAL EMPEOY3MMNT OPPORTUNITY CLRT MCATION ALLIANCE STREETWORKS INC. The bidder ; ,proposed subcontractor .hereby certifies that he has has not participated in a previous contract or subcontract subject to the equal opportunity clauses,as required by Executive Orders 10925, 11114,or 11246,and that,where required,he has filed with the Joint Reporting Committee,the Director of the Office of Federal Contract Compliance,a Federal Government contracting or administering agency,or the former President's Committee on Equal Employment Opportunity,all reports due cinder the applicable filling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor(41 CFR 60-1.7(b)(1)),and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are'set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of$10,000 or under are exempt.) Currently,Standard Form 100(EEO-1)is the only report acquired by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1)prevents the award of contracts and subcontmas unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Mighway Administration or by the Director,Office of Federal Contract Compliance,U.S.Department of Labor. C-12 Page 1245 Lora!Assistance Procedures Manual EXHIBIT 12-E ' •• PS&E Checklist Instructions Attachment G DISCLOSURE OF LOBBYING ACTIVITIES ' Complete this form to disclose Iobb in activities ursaant to 31 U.S.C. 1. Type of Federal Action: 2. Status of Federal Action: I ReportType: ❑ a contract ❑ a bidlaf erlappilcaffon ❑ a. Initial d 1 IL tniflal award a material du nge G aoaperadre aQearwo c. pon awarti For Material Change On ban . year of last �tY' C a ban quartnw qu date m—p;rt ban bs,aarca - _ 4. Na and Adress of Reporting Entity: S. If Reporting Entity in No-4 Is Subawardes.Enter Prittt8 13 Subawardee Name and Address of Prime: Tier ,if knot+r. Congressional District. 11known: Congressional District, ifknown: B. Federal DepartmentlAgency: T. Federal Program NameMescription: CFDA Number, Mappflcable S. Federal Acton Number, ifknow7r 9. Award AmouM,Eknowrr S 10. a. Name and Address of Lobbying Entity b. tndividuals Performing Services grxWIng address y (ff lrrdrvidu'l,last name,first name,MO: dMersrd Irom No.1Qa) past name,ffrstname,Mq: A&Vel (alach CorWhuafion Sheets)Inecessary) 11. Amount of Payment(check all that apply): 13. Type of Payment(check all that apply) S actual ❑ planned a retainer IL Form of Payment(check all that apply): a one-time fee 14 a cashcommission 8 b, In4&4 specify: nature e. defcon Beni fee value f. other,sped r 14. Brief Description of Serrates Performed or to be performed and Date(s)of Service,IncludIng ofiicer(s), amployes(s),or marnber(s)contacted,for Payment Indicated In Item 11: 41-4 (attach Continuation She' ) lfnecessary) 15. Continuation Sheets)attached: Yes No Is. btamadw mqmW Craugh Ina bm is&Mwtmd by Title 31 U.S.C.SecOrn $ignatdJrB: � 1352.This dhdosue of bWpm actfrfQas 1s a m&wW mp wra6on of ran I d GtT 1�/r Pl upwi wtwo wdtaace wo Owed by ft krabore whm ft rswraoa was Print Name: n� made or eeund bb.1h's dkdosae is mgjkW pnnr wK fo 31 US.C.= L This hf ..som A be mpomed b he Co+rWm semF wj*and wi be ride: 2C t On 7 eraeebie for pubae i,mecdan Any wzw wW tads loft Me m%*ed ftdoaue !'�� ow be$Asa 13 a era 9mufh of not Ms rM 310.0w and not Mort Iwn Telephone No� �,/4� �.,L /t 4 ate: C�y sloo,000 for oxh rch Wkm Federal Use Only: AUUV%W for tocai 1tap,oa<,cdan . , Suns d rbrm w.Pw-01-MOS C-13 Page 12-55 February 1,1998 EXHIBIT 12-E Local Assistance Procedures Manual Attachment G ME Checklist Instructfons LNSTRUC 7ONS FOR CQ�LETION OF SF LL1,, ALEIANCE STREETWQRKS, IN{ DISCLOSURE OF LOBBYING ACITVrIUS This disclosure form shall be completed by the reporting entity,whether subawardee or prime Federal recipient, at the initiation or receipt of covered Federal action or a material change to previous filing pursuant to title 31 U.S.C.Section 1352. The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency,a Member of. Congress an officer or emploj ee of Congress or an employee of a Member of Congress in connection with a covered Federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. I. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence,the outcome of a covered Federal action. 2. Identify the status of the covered Federal action 3. Identify the appropriate classification of this report If this is a follow-up report caused by a material change to the infonnation previously reported,enter the year and quarter in which the change occurred, Enter the date of the last,previously submitted report by this reporting entity for this covered Federal action. 4. Enter the full name,address,city,State and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee,e.g.,the first subawardee of the prime is the first tier. Subawards include but are not limited to subcontracts,subgrants and contract awards under grants. 5. If the organization filing the report in Item 4 checks"Subawardee"then enter the full name,address, city,State and zip code of the prime Federal recipient. Include Congressional District,if known. 6. Enter the name of the Federal agency making the award or loan commitment. Include at least one organization level below agency name,if known. For example,Department of Transportation,United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action(item 1). If known,enter the full Catalog of Federal Domestic Assistance(CFDA)number for grants,cooperative agreements, loans and loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identification in item I (e.g.,Request for Proposal(RFP)number,Invitation for Bid(IFB)number,grant announcement number,the contract grant.or loan award number,the application/proposal control number assigned by the Federal agency). Include prefixes,e.g.,"M-DE-90-00 " 9. For a covered Federal action where there has been an award or Ioan commitment by the Federal agency, enter the Federal amount of the award/loan commitments for the prime entity identified in item 4 or 5. 10. (a)Enter the full name,address,city,State and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influenced the covered Federal action. (b)Enter the full names of the individuals)performing services and include full address if different from 10(a). Enter Last Name,First Name and Middle Initial(1Vil). 11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity(item 4) to the Iobbying entity(item 10). Indicate whether the payment has been made(actual)or will be made (planned). Check all boxes that apply. If this is a material change report,enter the cumulative amount of payment made or planned to be made. I2. Check the appropriate box(es). Check all boxes that apply. If payment is made through an in-kind contribution,specify the nature and value of the in-kind payment. 13. Check the appropriate box(es). Check all boxes that apply. If other,specify nature. Page 12-54 C-14 Local Assistance Procedures Manual Err 12-3: PS&E Checklist Instructions Attachment G" . 14. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s)of any services rendered. Include all preparatory and related activity not just time spent in actual contact with Federal officials. Identify the Federal officer(s)or employee(s) contacted or the officer(s)employees)or Member(s)of Congress that were contacted. 15. Check whether or not a continuation sheet(s)is attached. I6. The certifying official shall sign and date the form,print his/her name title and telephone'umber. Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time for reviewing instruction,searching existing data sources,gathering and maintaining the data needed,and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information,including suggestions for reducing this burden;to the Office ofManagement and Budget;Paperwork Reduction Project(0348-00461 Washington,D.C.20503. C-15 Page 12-55 ;, j& CITY OF HUNTINGTON BEACH T 2000 MAIN STREET CALIFORNIA 92648 OFFICE OF THE CITY CLERK 2004 To: ZL! ��cA7-- (//cc e4- .� �L9 -/boo Enclosed please find your original-bid bond issued by �/� % AMAIC117IJ for i Joan L. Flynn City Clerk JF:pe Enclosure g.-/fol lowup/cashcont'retumbidbond.dcc (Telephone:714-536-5227) PREMIUM: NIL Bond No. 3419068 GtE W AB FRIG-W INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS, that we, ELITE BOBCAT SERVICE, INC. as principal, and the GREAT AMERICAN INSURANCE COMPANY, a corporation existing under the laws of the State of Ohio, having its Administrative Office at 580 Walnut Street, Cincinnati, Ohio 45202, as surety, are held and firmly bound unto, CITY OF HUNTINGTON BEACH as obligee, in the penal sum of TEN PERCENT OF AMOUNT BID DOLLARS ($ 10% ), lawful money of the United States of America, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. SIGNED,sealed,and dated this 5TH day of APRIL 2004 WHEREAS, the said principal is herewith submitting a proposal for MAGNOLIA STREET REHAB CC-1153, HAMILTON AVENUE REHAB CC-1155 AND YORKTOWN AVENUE REHAB CC-1156 NOW, THEREFORE, the conditior of this obligation is such that, if the said principal shall be awarded the said contract, and shall within sixty ( 60 ) days after receiving notice of such award enter into a contract and give bond for the faithful performance of the contract, then this obligation shall be null and void otherwise the principal and surety will pay unto the obligee the difference in money between the amount of the principal's bid and the amount for which the obligee may legally contract with another party to perform the work, if the latter amount be in excess of the former;but in no event shall the liability hereunder exceed the penal sum hereof. ELITE BOBCAT SERVICE INC. BY: "exk. Joseph A. Nanci-Preside n 5x—Principal GREAT AMERICAN INSURANCE COMPANY BY��� MATTHEW P. FLAKE Attorney-in-Fact F.9116K-(3/82)(BID FORM) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF RIVERSIDE On 4/13/04 before me, Sarah D. Shaw — Notary Public personally appeared Joseph A. Nanci personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. sllRlltl D.SPAw Comb in *1437422 �% noa�►rue�c-cdlroma �_ SO..of No Public 0-si lde County Mly COIOID.Dow Sep 2. OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document acid-could prevent fraudulent reattachment of this form. DESCRIPTION OF ATTACHED DOCUMENT Bid Bond TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES 1 DATE OF DOCUMENT 4/5/04 CAPACITY CLAIMED BY SIGNER INDIVIDUAL �X CORPORATE OFFICER President/ Secretary TITLE(S) PARTNER(S) ATTORNEY-IN-FACT TRUSTEE(S) OTHER: SIGNER IS REPRESENTING: Elite Bobcat Service,Inc. NAME OF PERSON(S)OR ENTITY(S) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of orange On 4-05-04 before me, Lexie Sherwood - Notary Public DATE NAME,TITLE OF OFFICER-E.G..'JANE DOE.NOTARY PUBLIC' personally appeared Matthew P. Flake NAMES)OF SIGNER(S) ® 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 within instrument and ac- knowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their r LEXIE SHERWOOD� signature(s) on the instrument the person(s), NOTARY COMM BLIC-CAI IFORNIA In or the entity upon behalf of which the ORANGE COUNTY 0 COMM.©cP,JULY 27,zoos person(s) acted, executed the instrument. WITNESS my hand and official seal. SIGNATURE OF NOTARY 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 ❑ INDIVIDUAL ❑ CORPORATE OFFICER BID BOND TITLE OR TYPE OF DOCUMENT TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL 1 Q ATTORNEY-IN-FACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: 4-05-04 DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSONS)OR ENTITY(IES) N/A GREAT AMERICAN INSURANCE COMPANY SIGNER(S)OTHER THAN NAMED ABOVE S 959D(4194) GREAT AMERICAN INSURANCE COMPANYv Administrative Office: 580 WALNUT STREET a CINCINNATI,OHIO 4522 a 513-359-5000 a FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than FIVE No.a 14191 PON EROFATTOR.tiEl 1--NONVALL MEN BYTHESE PRESENTS:That the GREAT AMERICAN INSURANCE COMPANY,a corporation organized and existing under and by virtue of the laws of the State of Ohio,does hereby nominate,constitute and appoint the person or persons named below its true and lawful attorney-in- 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 limit stated below. Name Address Limit of Power DAVID L. CULBERTSON RICHARD A. COON ALL OF ALL CHARLES L. FLAKE ' LEXIE SHERWOOD ANAHEIM, UNLIMITED MATTEEW P. FLAKE CALIFORNIA This Power of Attorney revokes all previous powers issued in behalf of the anomMsrin-fact famed above. W UTMESS WHEREOF the GREATAMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 24 th day of November, 2003. Attest GREAT AMERICAN INSURANCE COMPANY STATE OF OMO,COUNTY OF HANULTON-ss: On this 24th day of November, 2003 ,before me personally appeared DOUGLAS R.BOWEN.to me known, being d•1l;sworn,deposes and says that he resides in Cincinnati,Ohio,that he is the Divisional Senior Vice President of the Bond Division of Great American Insurance Company,the Company described in and which executed the above instrument,that he knows the seal ofthe said Company;that the seal affixed to the said instrument is such corporate seal;that it was so affixed by authority of his o ffice under the By-Laws of said Company,and that he signed his name thereto by like authority. This Power ofAttomey is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated March 1.1993_ RESOLVED: That the Division President,the several Division Vice Presiden►s and.assistant Vice Presidents.or any one of them,be and hereby is authori ed.from time to time,to appoint one or more Attornevs-in-Fact to execute on behaljof the Company,as sure v,any and all bonds.undertakings and contracts ojsuretyship,or other written obligations in the nature thereof-to prescribe their respective duties and the respective limits of their authoriy,:and to revoke am such appointment at any time: R£SOL FED FURTHER: That the Company seal and the signature of any of the aforesaid officers and am Secretary or Assistant Secretary of the Compa,Cv may be affixed byjacsimile to any power of attorney or certificate of either gi yen for the execution of any bond.undertahng,contract orsuretrship.or other%7inen obligation in the ncture thereof,such signature and seal when so used being herebyedopted by the Company as the original signature ofsuch 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 I,RONALD C.HAYES.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 revoked and are now in full force and effect. Signed and scaled this 5TH day of APRIL 2004 r 5 toa Tntcor INC. ELITE BOBCAT SERVICE ■ GENERAL ENGINEERING 1320 E. SIXTH, SUITE 100•CORONA, CA 92879-1700 Tel: (909)279-6869•FAX: (909)279-6832 City of Huntington Beach City Clerk Second Floor 2000 Main Street Huntington Beach,Ca 92648 "Sealed Bid for Magnolia St. Rehab CC-1153, Hamilton Ave. Rehab CC-1155, Yorktown Ave Rehab CC-1156 DO NOT OPEN WITH REGULAR MAIL" CITY OF HUNTINGTON BEACH MAGNOLIA ST.REHAB CC-1153, HAMILTON AVE. REHAB CC-1155 YORKTOWN AVE REHAB CC-1156 Rine! 4-13-04 no 2:00 P.M. SECTION A NOTICE INVITING SEALED BIDS for I. MAGNOLIA STREET REHABILITATION- CC 1153 FROM ATLANTA AVENUE TO INDIANAPOLIS AVENUE I1. HAAIILTON AVENUE REHABILITATION- CC 1155 FROM BUSIIARD STREET TO SANTA ANA RIVER III. YORKTOWN AVENUE REHABILITATION- CC 1156 FROM BUSILARD STREET TO BROOKIIURST STREET 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 April 13, 2004. Bids will be publicly open in the Council Chambers unless otherwise posted. Copies of the Plans, Specifications, and contract documents are available from the Office of the Director of Public Works, 2000 Main Street, Huntington Beach, CA 92648, upon payment of a $45.00 nonrefundable fee if picked up,or payment of a$65.00 nonrefundable fee if mailed. This is a Davis-Bacon project and the Federal Regulations will be enforced. Any contract entered into pursuant to this notice will incorporate the provisions of the Federal Labor Standards, which are on file at the office of the Director of Public Works,2000 Main Street, Huntington Beach, CA 92648. 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 Isubstitut4 an escrow holder surety of equal value to the retention in accordance with the A-1 SECTION C PROPOSAL for the construction of I. MAGNOLIA STREET REHABILITATION-CC 1153 FROM ATLANTA AVENUE TO INDIANAPOLIS AVENUE II. HAMILTON AVENUE REHABILITATION- CC 1155 FROM BUSHARD STREET TO SANTA ANA RIVER 111. YORKTOAVN AVENUE REHABILITATION-CC 1156 FROM BUSHARD STREET TO BROOKHURST STREET in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND 14IEIMBERS OF THE COUNCIL OF HUNTINGTOti 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 75 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees,etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and C-1 r will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts,and words shall govern over figures. If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may,at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find in the amount of$ 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-2 SECTION C PROJECT BID SCHEDULE Magnolia Street, CC-1153,STPL-5181 (144) Hamilton Avenue, CC-1155,STPL-5181 (143) Yorktown Avenue, CC-1156, STPL-5181 (149) PROJECT BTD: TOTAL AMOUNT LUMP SUM BID IN FIGURES: S -T cp 6,larT ct. TOTAL AMOUNT LUMP SUM BID IN WORDS: '1 C-2.l z MAGNOLIA STREET REHABILITATION IMPROVEMENTS CC NO. 1153 STPL - 5181 (144) C-2.2 MAGNOLIA STREET(CC-1153) PROJECT BID SCHEDULE 'ITEM. ..ESTIMATED- WITH UNIT PRICE WRITTEN_ .IN'`.,z'-Y'-, :UNIT PRICE: ;'EXTENDED NO. QtlANT1Tl(' `;, :�,,;~-:sue. ,• �VVORDS:- = ; � •:•:;,: �: :,,,. - �::AlblOUNT:': 1 1 Mcbifization L.S. @S�4'P_ C�4Y�k)r� -Prve �,1 .t1 dLo Dollars ?-le Cents 2 1 Traffic Control Plan L.S. @:M ree Dollars 2�Vb Cents 3 1 Fumish Project Traffic Control L.S. @ 441, Inij-,A Ylrf __-_Dollars Cents 4 48,644 Cold Milling& Header Cutting S.F. C= _--ponars Cents 5 1,232 Unclassified Excavation $�I• $ 3 �.`' C.Y. @ 1, Dollars Cents 6 5,418 Construct Asphalt Concrete(Overlay, Full Depth, $ - Ton etc.) LJc Dollars Cents 7 571 Pavement Reinforcement Fabric&Route and $ S.Y. Seal of Cracks @ n, Dollars Y Cents 8 5 Adjust Sewer/Storm Drain Manhole to Grade Each @ r i.1 IIJ_Zfl ft Dollars ���-Cents 9 7 Adjust Water Valve to Gra�e $ 55-= $ { 1.7 Each @-bNN1A41yyt+f d - 41 V P ^Dollars zer'D J Cents 10 1 Traffic Striping __{&k.t]� $1 L. $ - LS. @CkVen - Vxz[yhl Ne h irdell< liars ley D Cents 11 20 Traffic Loop $ $L'aco " Each @ Dollars Cents 12 32 Remove &, Reconstruct Curb &Gutter LF. @ Dollars Cents 13 8 Survey Monvmentation • ' i $ Q= $ Each @ lVO �YP S;, Dollars -7 Y Cents Sub Total Bid Amount,Bid In Figures: $ Sub Total Bid Amount,Bid In Words:ftrce 1Utlare d j i jr-�-vvu i%'1VU5a Vf' u reci r C-2.3 ALLIANCE STREETWORKS, INC. HAMILTON AVENUE REHABILITATION IMPROVEMENTS CC NO. 1155 STPL - 5181 (143) C-2.4 HAMILTON AVENUE(CC-1155) PROJECT BID SCHEDULE ITEM ESTIMATED: ;.ITEM WITH UNIT PRICE WRITTEN IN ;UNIT PRICE°. `EXTENDED_; NO: -QUANTITY= ==+ =WORDS � =' Y'' 't" `AMOUNT- 1 1 Mobilization L.S. P_f'] bfu'_:!1( . Dollars Cents 2 1 Traffic Control Plan L.S. @ o 4 f jpll, � tle_ hu �p Dollars _Utr . Cents 3 1 Furnish Project Traffic Control L.S. : l 6 h J rVr( Dollars Zr rn Cents 4 38,920 Cold Milling&Header Cutting S.F. @ Dollars Cents 5 274 Unclassified Ex ation $�' . — $ 4 C.Y. @ - )Y Dollars Y Cents 6 3,059 Construct Asphalt Concrete(Overlay, Full Depth. $ $ 1 Ton etc.) @ Dollars Cents 7 669 Pavement Reinforcement Fabric& Route and $ 15. $�0 S.Y. Seal of Cracks @• lxa.0 Dollars Cents 8 17 Adjust Sewer/St rm Drain Man le to Grade $ �D_`�`' $ 509D Each @ Dollars Cents 9 17 Adjust Water Valve to Gr de $a55. $4y5. Each @ V le, Dollars Cents 10 8 Adjust Monitoring Well lo Grade $a Each ��{� t' 11L Dollars mob. Cents 11 1 Traffic Striping L.S. @_CVW-V1 I 1AS%ld Dollars Cents 12 31 Traffic Loop $ Each @ 0nw lvnd q? Dollars Cents 13 7 Remove & Reconstruct Access Ramp $ � $1- 1 Each 0- [�1'1� nuSC1a1 r h1. 4Y1��Pl� Tttollars 4XV-D Cents 14 1 Remove& Install Traffic Pull Boxes, Includes $T• — $�i•(3 L.S. Conduit.&Wiring Modifications @ 01X Aw'?_'wq d _ Dollars Ivy Cents C-2.5 -ITEM. -ESTIMATED :,ITEM WITH UNIT PRICE WRITTEN IN__ UNIT.PRICE ,EXTENDED =NO. :QUANTITY =rWORIJS` ' ` AMOUNT- ` 95 4 Survey Monumentation Each .fit ildK i , - Dollars 5 -C Cents Sub Total Bid Amourt, Bid in Figures: S Q . 'K� Sub Total Bid Amourt.Bid in Words: jwo 11uRLiirec[ nfM e4') 0 1X c i CQ tS 1110Ao C-2.6 YORKTO«'N AVENUE REHABILITATION IMPROVEMENTS CC NO. 1156 STPL - 5181 (149) C-2.7 YORKTOWN AVENUE(CC-1156) PROJECT BID SCHEDULE ITEM. .ESTIMATED n,_ ::ITEM WITH UNIT-PRICE WRITTEN IN_; :�r:- UNIT•PRICE= --EXTENDED; --NO. QUANTITY ` `y -WORDS AMOUNT" 1 1 Mobilization $ L.S. @ per h Dollars Cents 2 1 Traffic Control Plan L.S. @±�J 4 VIOL(5ILL'1rj J3 j� b Added Dollars Cents 3 1 Furnish Project Traffic Control L.S. @ e{a t 11d(PriDollars Cents 4 48,358 Cold Milling& Header Cutting $ Qo $ S.F. @ 0 Dollars RI Cents 5 324 Unclassified Exc ation $ • — $ C.Y. @ Dollars Cents 6 2.915 Construct Asphalt Concrete (Overlay. Full Depth. $ Ton etc.) @ Dollars Cents 7 569 Pavement Reinforcement Fabric& Route and S.Y. Seal 9fracks @ E1 Dollars e C Cents 8 13 Adjust Sewer/S arm Drain Manhole to Grade $ a — $ atpol Each Dollars Cents 9 18 Adjust Water Valve to ��Yi' $ $ Each @ m lnu VY'�YRi Dollars Cents 10 1 Traffic Striping L.S. @ 1N 41(A -(WfA3 AVY!K! d Dollars Y Cents 11 20 Traffic Loop Each @ Y Dollars -Z-#'Y A J Cents $ 12 67 Remove& Reconstruct Curb &Gutter L.F. @ Dollars Cents 13 503 Remove&.Reconstruct Sidewalk S.F. @ -Pi V e Dollars Cents 14 8 Remove & Reconstruct Access Ramp Each @ f `do�ars ZGY Cents C-2.8 r .ITEM. -ESTIMATED _ _ .ITEM WITH UNIT PRICE_ WRITTEN IN _ ,.`: :UNIT PRICE --EXTENDED.= =NO:'= QUANTITY.: WORDS - = = '='AMOUNT:r- 15 9 Survey Monumentation $aaLL- $ Each @ Dollars Y 0 j Cents Sub Total Bid Amount. Bid in Figures: $ o? I c,�v Sub Total Bid a�,mmount, Bid in Words: 0 h Vf[t tYt�CVi au�aclr� ni+t�e hunt `4jbAd,4--fbL0 r(offo m and si Cants C-z.9 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 Aame and Address-of Subcontractor State License '. Class of Work : -Number e(ec `rYaffi Ldtps Cracg� l 1 i i iP 5DcT 5(0 ' -v G non YeWD iltrfo Q � W/A xv Cass (O�hC( Xve nc� �55� t >� ramurez col s on (�S3 a41 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. G3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss.County o v'&L _ zs" A. nah .,j, being first duly sworn, deposes and says that he or she is Rhasid a / Sec _ of Elite Bobcat Service, 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. Elite Bobcat Service, lire. Name of Bidder ort'�Zz Signature Bi e Ite bokat serVILC, IIIL. 1320 E. Sixth St., Suite 100 Corona,CA 92879-1700 Address of Bidder Subscribed and sworn to before me this�t� day of 200 wdw Q.MIS Ca�nn+wan�/Tpl� NOTARY PUBLIC �"r�1C°�► C-4 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the IMPROVEMENTS, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal-OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Elite Bobcat Service, Inc. Contractor By Joseph A. Nadel-Presider Title Date: APR 13 200fi�' C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 14310.5, the Bidder shall complete,under penalty of perjury,the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes No X)' If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Elite Bobcat Service, inc. Contractor By Joseph A. Nand-Preside Title Date:APR 13 2004 C-7 • UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBER (To be completed only by the awarded Contractor prior to excavation) No excavation will be permitted until this form is completed and returned to the AGENCY. Section 4216/4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number, call Underground Service Alert at 1-8004224133 a minimum of hvo working days before scheduled excavation. Dig Alert Identification Number: Elite Bobcat Service, Inc. Contractor By Joseph A. Nand-President Title Date: APR 13 200k Note: This form is required for every Dig Alert Identification Number issued by U.S.A. during the course of the Work Additional forms may be obtained from the AGENCY upon request. C-8 BIDDER'S INFORMA PION BIDDER certifies that the following information is true and correct Bidder Name Elite Bobcat Service Inc 1320 E Sixth St Suite 100 Corona CA 92879-1700 Business Address Qlt State Zip OL Telephone Number ! ()I /k State Contractor s License No and Class 3/ Iq Original Date Issued Y 3 I / 0 Expiration Date The work site was inspected by C)ru)-e RaWyAJS of our office on 200� The following are persons firms and corporations having a principal interest in this proposal Joseph A Nanci Presiden-/uc— C9 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. Elite Bobcat Service, Inc. Company Name z1-�., Signature of Bidder Joseph A. Nand-Presiden.6er— Printed or Typed Signature ARAM D.!l1A1N C n n**m N 14374U Subscribed and sworn to before me this�L day of / , 200 Co MVComm.6gpkft!Z 2, 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. ( Oea� (A+a 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-10 Elite Bobcat Service Inc. Reference List - Public Auency Address Contact Phone No. Pre ect DmTi tlon Contract Amoun City of Anaheim P.O.Box 3222 Chuck Smith (714)765-5176 2000/2001 CDBG Improv. 109,939.00 Anaheim.CA 92803 City of Fontana 8353 Sierra Ave. Don Gilbertson (909)330.6659 Mango and Miller St.Improv. 240,238.00 Fontana,CA 92335 City of Garden Grove 11222 Acacia Pkmy Dai C.Vu (714)741-5189 Safe Routes to Schools 189,392.00 Garden Grove,CA 92842 City of Highland/ 650 Hospitality Ln.#400 Larry D.Brown (909)386-0200 2002 Concrete&Street Repairs 171,406.58 Willdan San Bernardino,CA 92408-3317 City of Moreno Valley 14177 Frederick St. Chris Wibcrg (909)413-3135 CDBG Sidewalk Improv. 122,437.25 Moreno Valley,CA 92552 City of Riverside 3900 Main Street Phillip Hannah (909)926-5341 Riverside Plaza Street Improvements 278,343.85 Riverside,Ca 92522 City of Laguna Beach 505 Forest Avenue Mike Branch (949)497-3311 Temple Hills Pedestrian Path 310,631.74 Laguna Beach,Ca 92651 City of Santa Ana 20 Civic Center Plaza Bill Albright (714)647-5029 Omnibus Repairs#1814 268,473.95 Santa Ana,CA 92701 City of Irvine P.O.Box 19575 Doug Da%idson (949)724-6675 Dumpster Enclosures 41,000.00 Irvine,Ca 92623-9575 City of Temecula 43260 Business Park Dr. Bruce Levy (909)694-6411 Construct Nov Sidcw-alk 50,550.00 Temecula,CA Los Angeles County P.O.Box 1460 Ray Green (626)4584933 Westminster Ave.,Vicinity of Long Beach 502,859.36 Alhambra,CA 91802-1460 Bonding Insurannc Culbertson Insurance Services,Inc. Sherman Parent Insurance Brokers,LLC 5500 E. Santa Ana Canyon Road,Suite 201 4770 Campus Drive,Suite 100 Anaheim,CA 92807 Newport Bcach,CA 92660 Dave Culbertson (714)921-0530 Bob Parent (949)660-3700 CITY OF HUNTINGTON BEACH BIDDERS LIST All Bidders/proposers are required to provided the following information for all DBE and non- DBE contractors,who provide a proposal,bid, quote,or were contracted by the proposed prime. This information is also required from the proposed prime contractor,and must be submitted with their bid/proposal. The City of Huntington Beach will use this information to maintain and update a"Bidder's"list to assist in the annual DBE goal setting process. Firm Name: Elite Bobcat Service, Inc. Phone: cl 09- -,4-11- %0 Address: 1,9M E, Sbe.44-) im Fax: 905- :r7 ri- -!1 Contact Person: No. of years in business 1 Q Is the firm currently certified as DBE under 49 CFR Part 25? YES &-O�) Type of work/ser%ices/materials provided by firm? (' vim � So - w�,rK What was your firm's Gross Annual receipts for last ear? u Less than$1 Million o Less than$5 Million c i Less than$10 Million Less than$15 Million More than$15 Million This form can be duplicated if necessary to report all bidders(DBEs and non DBEs) information. C-11 • Local Assistance Procedures Manual L)MMIT I2_E • PS&E Checklist Instructions Attachment C (=BIDDER'S=CUT70N OiV 7M SIGaVATURE PORT70N OF THIS PROPOSAL SHALL ALSO C04VSTI =ANENDORSFJIENTAND EXECUH?ONOFTHOSE CERTIFICATIONS FFMCHAREA PART OFTTI FRDPOSAL) EQUAL MI IPLOYMI M OPPORTUNITY CERTWICATION The bidder Elite Bobcat Service, Ing. _ :proposed subconiractor _ ,hereby certifies that he has not .participated in a previous contract or subcontract subject to the equal opportunity clauses,as required by Executive Orders 10925, 11114,or 11246,and that,where required,he has filed with the Joint Repotting Committee,the Director of the Office of Federal Contract Compliance,a Federal Government contracting or administering agency,or the former President's Committee on Equal Employment Opportunity,all reports due under the applicable filling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor(41 CFR 60-1.7(b)(1)),and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-15. (Generally only contracts or subcontracts of$10,000 or under are exempt.) Currently,Standard Form 100(EEO-1)is the only report required by the Executive Orden or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not fsled the required reports should now that 41 CFR 60-1.7(b)(1)prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Eghway Administration or by the Director,Office of Federal Contract Compliance,U.S.Department of Labor. i2-4-" C-12 Page 12-45 Local Assistance Procedures Manual EXH BIT 12.E PS&E Checklist Instructions Attachment G DISCLOSURE OF LOBBYING ACTIVITIES Complete this form to disclose lobbying activities pursuant to 31 U.S.C. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: &ooatraa ElQdlal& bldlotferlapplkaeon ❑ & hk in award b. mat ial change r. -award In ForMaterial Change Only: loan Ire �of last reW quaftr- L kan 4. Name end Adress\Re S. R Reporting Entity In No. is Subawardae.Enter Primee Name and Address of Prime: ,fkr;own Congressional Di Congressional District, if known: S. Federal Department/Agency: T. Federal Program Name/Description: CFDA Number, tfapplkatle S. Federal Action Number, Yknowrr. 9. Award Amount,(known: s 10. a. Name and Address of Lobbying Entity b. lndMduals Performing Services (frntuding address I (d indviduat last name,first name,A11): dl Mrd from No.10a) past name,firstname,ul): (attach Corftlr usffon Sheets) cessary) 11. Amount of Payment(check all that apply): 13. Type o ent(check a that apply) S13actual planted a m 12. Form of Payment(check all that apply): b• on a tee e a cash C. commi ' n d. contrtgen b. i hind;specify: nature e. deferred value E cther,spedfy: 14. Brief Description of Services Performed or to be performed and Dates)of Service,lncludtng o cer(s), employee(s),at member(s)contacted,for Payment indicated in Rem 11: (attach Continuation Sheets) lfnecessary) 15. Continuation Sheets)attached: Yea 11 No D IS- kdamadon requested two this bm is&Martted by Tale 31 U.S.C.Swoon SignaWe: `AA, 1=T?ft dhdmn of k beylnq a2vmes Is a mcerw Mpresa="of fact q=aft cb mdove an Dowd by N W above whm ttrls bww5w was Print Name: merle a entu+ed Mb.Thk dtscJoar+a is ragarlred pursuant r U S t:13.2 Tuts krormason we be rapoAed b the Canpnst amt amwty and wu be Title C avaiabte kr pudic kspedk n Any person ift fail to 1k the rw*ed dtsdoare .,_ii ,H CA be subject to a&I penalty or not less I=$10.000 and na more than Telep to= � Date:- I sroaaoo ttrrreau,war taw.. Federal Use Only: AWartnadtrWcWRep1DOXOM SUndard Farm 1.11 Rm 01m.a5 C-13 Page 12-55 February 1,1998 EXMIT 12-E Local Assistance Procedures Manual Attachment G PS&E Checklist Instructions - INSTRUCTIONS FOR COMPLETION OF SF LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity,whether subawardee or prime Federal recipient, at the initiation or receipt of covered Federal action or a material change to previous filing pursuant to title 31 U.S.C.Section 1352. The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency,a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered Federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report: Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence,the outcome of a covered Federal action. 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported,enter the year and quarter in which the change occurred. Eater the date of the last,previously submitted report by this reporting entity for this covered Federal action. 4. Eater the full name,address,city,State and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee,e.g.,the first subawardee of the prime is the first tier. Subawards include but are not limited to subcontracts,subgrants and contract awards under grants. 5. If the organization filing the report in Item 4 checks "Subawardee"then enter the full name,address, city,State and zip code of the prime Federal recipient. Include Congressional District,if known. 6. Enter the name of the Federal agency making the award or loan commitment. Include at least one organization level below agency name,if known. For example,Department of Transportation,United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action.(item 1). If known,enter the full Catalog of Federal Domestic Assistance(CFDA)number for grants,cooperative agreements, loans and I=commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identification in item 1 (e.g.,Request for Proposal(RFP)number,Invitation for Bid(IFB)number,grant announcement number,the contract grans,or loan award number.the application/proposal control number assigned by the Federal agency). Include prefixes,e.g.,"RFP-DE-90-001" 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the awardlloan commitments for the prime entity identified in item 4 or 5. 10. (a)Enter the full name,address,city,State and zip code'of the lobbying entity engaged by the reporting entity identified in item 4 to influenced the covered Federal action. (b)Enter the full names of the individual(s)performing services and include full address if different from 10(a). Enter Last Name,First Name and Middle Initial(MI). 11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity(item 4) to the lobbying entity(item 10). Indicate whether the payment has been made(actual)or will be trade (planned). Check all boxes that apply. If this is a material change report,enter the cumulative amount of payment made or planned to be made. 12. Check the appropriate box(es). Check all boxes that apply. If payment is made through an in-kind contribution,specify the nature and value of the in-kind payment. 13. Check the appropriate box(es). Check all boxes that apply. If other,specify nature. Page 12-54 C—I4 Local Assistance Procedures Manual EXHIBIT 12-E ,,, PS&E Checklist Instructions Attachment G 14. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s)of any services rendered, Include all preparatory and related activity not just time spent in actual contact with Federal officials. Identify the Federal officer(s)or employee(s) contacted or the officer(s)employees)or Member(s)of Congress that were contacted. 15. Check whether or not a continuation sbeet(s)is attached. 16. The certifying official shall sign and date the form,print his/her name title and telephone number. Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time for reviewing instruction,searching existing data sources,gathering and maintaining the data needed,and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collectioa of information, including suggestions for reducing this burden;to the Office of Management and Budget Paperwork Reduction Project(034&0046),Washington,D.C.20503. C—ZS Page 12-55 s • City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax(714) 374-1573 ADDENDUM NUMBER ONE For MAGNOLIA STREET REHABILITATION, CC 1153, STPL 5181 (1441 HAMILTON AVENUE REHABILITATION, CC-1155, STPL 5181 143 AND YORKTOWN AVENUE REHABILITATION, CC-1156, STPL 5181 149 April 5,2004 Notice To AA Bidders: Please note the follovAng clairification to the Project Plans, Specifications,and Special Provisions: The existing Federal Wage Rates (GENERAL DECISION: CA20030035, Dated:03/0512004)within the subject projects'specifications shall be replaced with the attached Federal Wage Rates (GENERAL DECISION: CA20030035, Dated: 04/0212004) and are Included with this addendum No. I., (see attachment). Attachment: Federal Wages Rates(GENERAL DECISION:CA20030035, Dated:0410212004) This is to acknowledge receipt and review of Addendum Number one, dated April 5,2004. Elite Bobcat Service,In, Joseph A. Nartci-PresidenySo- Company Name By APR 13 200V Date s All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please cafl Lary Taite at(714)536-5590. CITY OF HUNTINGTON BEACH 2000 MAIN STREET CALIFORNIA 92648 OFFICE OF THE CITY CLERK 2004 To: 62Z—Olj b - T ! 3:3 Enclosed please find your original bid bond issued by , l�C/ES ;►�-�'V v 00 for I/S3 CCIITJ_, Joan L. Flynn City Clerk JF:pe Enclosure g:/followvp/cashcont/retumbidbond.doc (Tell ohone:714-53R-57771 BID BOND Conforms with The American Institute of Architects,A.I.A.Document No.A-310 KNOW ALL BY THESE PRESENTS,That we, ORION CONTRACTING, INC. as Principal,hereinafter called the Principal, and the WESTERN SURETY COMPANY of 2355 EAST CAMELBACK ROAD,SUITE 500, 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 as Obligee,hereinafter called the Obligee, in the sum of TEN.PERCENT OF GREATER AMOUNT BID Dollars(S 107, _ ) ,for the payment of which sum well and truly to be made,the said Principal and the said C,Ir'ty hind nllrgeIvrc.nur heirs_executors.administrators,successors and assigns,jointly and severally,firnsly by these presents. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No M93 State of CALIFORNIA ��OPTIONAL SECTION�� CAPACITY CLAIMED BY SIGNER County o. SAN DIEGO Though statute does not nmAre the Notary to tilt In the data betow,doing so may prove Invaluable to persons re►ying on the document. On 4/12/2004 before me, DEBORAH D. DAVIS, NOTARY PUBLIC ❑INDIVIDUAL DATE --- NAME.TITLE OF OFFICER-E.G.,:LANE DOE.NOTARY PUBLIC' El CORPORATE OFFICER(S) personally appeared KENNETH A. .WEIR, KAREN JEAN HALL PRESIDENT NAME(S)OF SIGNER(S) TITLE(5) ®personally known to me-OR-❑ proved to me on the basis of satisfactory evidence ❑PARTNER(S) LIMITED to be the person(s) whose name(s) is/are a GENERAL subscribed to the within instrument and ac- 0 ATTORNEY-IN-FACT knowledged to me that helsheAhey executed ❑TRUSTEE(S) DEBORAH D.DAVIS the same In his/her/their authorized GUARDIAWCONSERVATOR COMM-#i1412744 Ca acit IeS y NOTARYttUBLIC-MiFORNIA P y( ), and that b his/her/their SAN DIEGO COUNTY signature(s) on the instrument the person(s).. OTHER' My Comm.Exp AFRIL21.2007 or the entity upon behalf of which the person(s)acted,executed the instrument. SIGNER IS REPRESENTING: WITNESS my hand and official seal. NAME of PERSON(s)OR ENTmr(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 mattachmert of this form. SIGNER(S)OTHER THAN NAMED ABOVE S-00SAiGEEF 12,00 FRP Western Surety Company POWER OF ATTORh-EY APPOL\'TnG INDIVIDUAL ATTOMEY-LN-FACT Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organi2ed 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 teal herein affixed haeby make,constitute and appoint Helen Maloney,John G.Maloney,Mark D Iatarola,Karen Jean Hall,Individually of Escondido.CA,its true and lawful Attorneys)-in-Fact with full power and authority hereby conferred to sign,sal 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 instrvrnents 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 R9tness Whtreof,WESTERN SURELY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 25th day of November,2003. aa � W ESTERNSURETY - COMPANY Paul eamflat,Senior Vice President State of South Dakota ss County of Minnehaha On this 25th day of November,2003,before me personally came Paul T.Bruflat,to me known.v•ho,being by the 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 to and which executed the above instrument;that he Imows the seal ofsaid corporation;that the sal affixed to the said instrument is such corporate real;that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his tame therew pursuant to litre authority,and sclmowledges same to be the act and deed of said corporation. My Commission expires +rti�r�MrtirrtiMrtitiMti��� r D.KRELL f November 30,2006 i(RHOTARY PUSUC i Fit SOUTH DMOTA RL + ♦r�r�r�r��rrtititirr�ti�•rtiti i D.Krell,Notry Public CERTIFICATE 1,L Nelson.Assistant Secretary of%%T:S'fERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove act forth is stilt in force,and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testim my whereof 1 have herc=w subscribed my name and affixed the seat of the said corporation this 32th day of APRRTL 2004 � '►o WESTERN SURETY COMPANY =t a0044 Yt 4+r„ L.Nelson,Assistant Secretary Form F4120-01-02 Authorizing By-Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer,or any Vice President, or by such other officers as the Board of Directors may authorize. The President,any Vice President,Secretary,any Assistant Secretary,or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds,policies,or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings,Power;of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. NOTICE In accordance with the Terrorism Risk Insurance Act of 2002, we are providing this disclosure notice for bonds and certain insurance policies on which one or more of the Writing Companies identified below is the surety or insurer. To principals on bonds and insureds on certain insurance policies written by any one or more of the following companies (collectively the "Writing Companies") as surety or insurer: Western Surety Company, Universal Surety of America, Surety Bonding Company of America, Continental Casualty Company, National Fire Insurance Company of Hartford, American Casualty Company of Reading, PA; The Firemen's Insurance Company of Newark, NJ, and The Continental Insurance Company. DISCLOSURE OF PREMIUM The premium attributable to coverage for terrorist acts certified under the Act was Zero Dollars ($0.00). DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM LOSSES The United States will pay ninety percent (90%) of covered terrorism losses exceeding the applicable surety/insurer deductible. Forth F7310 3� aT .s`�'• �K �l*° �'�_-« sc;:• k 9. 'Iv � `'r' .�,� . .". � - •'s •�� �- ''y +„"k i..i,•z '` A �." ��='yt ,. - '" r _ 't; . -' 4 t _•fin .t 1..,^ � e 1 .7c" ` •'. ' µ'� ': y '-y�-�y��� .,'�F'�r ,�� .{ T '%S'; '.�='}�*�"`"'�>:3iN'ri�, §'�?'� t1�- ��•_ t!±tat%.-i _;•.4� y. ^E�*r� T-.{.'':i .�_. r - o-�Cd. Gld.�7- �C I l•s� C t C T Y tifti F� HUNTI';GI CS BEACH, CA Mill 13 P t Ic. r JO All"► 1r-,,-04/13/2004 10:08 7143741573 CHB ENG PAGE 01/23 . City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax(714) 374-1573 ADDENDUM NUMBER ONE For MAGNOLIA STREET REHABILITATION CC 1153, STPL 55181 (144) HAMILTON AVENUE REHABILITATION, CC-1155, STPL 5181 (143) AND YORKTOWN AVENUE REHABILITATION, CC-1 156, STPL 5181 149 April 5,2004 Nofice To All Bidders: Please note the following dairification to the Project Plans,Specifications,and Special Provisions: The existing Federal Wage Rates(GENERAL DECISION: CA20030035, Dated:03/0512004)wlthin the subject projects'specifications shall be replaced with the attached Federal Wage Rates(GENERAL DECISION: CA20030035, Dated: 04/0212004) and are Included with this addendum No. 1., (see attachment). Attachment: r Federal Wages Rates (GENERAL DECISION:CA20030035, Dated:0410212004) This is to aduawfedge receipt and review of Addendum Number one,dated April 5,2004. Company Name 0 By �'7` r Date F f AI)bidders must acknxwledge the receipt of tss Addendum with your bid proposal. Should you have any questions regarding this Addendum,please call Larry Taite at(714)536-5M9 SECTION C PROPOSAL for the construction of I. MAGNOLIA STREET REHABILITATION-CC 1153 FROM ATLANTA AVENUE TO INDIANAPOLIS AVENUE H. HAMILTON AVENUE REHABILITATION- CC 1155 FROM BUSHARD STREET TO SANTA ANA RIVER III. YORKTOWN AVENUE REHABILITATION- CC 1156 FROM BUSIIARD STREET TO BROOKIIURST STREET in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUN'TINGTON 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 75 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and C-1 Y will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option,be considered null and void. Accompanying this proposal of bid, find 4 n the amount of$ '0%OF BAD which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond", as the case may be). Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bid ' Si nature C-2 1 1 SECTION C PROJECT BID SCHEDULE Magnolia Street, CC-1153, STPL-5181 (144) Hamilton Avenue, CC-1155, STPL- 5181 (143) Yorktown Avenue, CC-1156, STPL- 5181 (149) PROJECT BID• TOTAL AMOUNT LUMP SUM BID IN FIGURES: $ 0 `4 & . 6L TOTAJL AMOUNT L SUM BID IN WORDS: o i l ti i C-2.1 r MAGNOLIA STREET REHABILITATION IMPROVEMENTS CC NO. 1153 STPL - 5181 (144) C-2.2 MAGNOLIA STREET(CC-1153) PROJECT 810 SCHEDULE ITEM. ESTIMATED:.; ' ITEM 1NITH.UNIT_PRICE�WRITTEN.IN'F .= ti .UNIT PRICE'.;:IJCTENDED'� Nt3.. 0ilANT1TY; .•^>s. ,__.; °t::.'vyORDS -�. .-'• . - AMOUNT:` 1 1 Mobilization LS. ��11.':Yt Ak_fj� Dollars 4t P1ry Cents 2 Traf lcl�� $ •� $ L.S. @ Dollars / Cents 3 1 Fu Project rF $ ? OarTa LS. @ o 17LO-, -�-� Dollars •a-✓u Cents 4 48,644 Cold Milling& Header Cihfinq $ O $ S.F. @ Dollars Cents 5 1,232 Unclassified Excavation $ r $ C.Y. Dollars Cents 6 5,418 Construct Asphalt Concrete(Overlay, Full Depth, ka1z. $ Ton etc.) - � /1�(v30. @ Dollars -✓0 Cents 7 571 Pavement Reinfo ment Fabric&Route and $_ $ 5 . S.Y. Seal of Cracks @ Dollars Cents 8 5 Adjust Sewer/Storm in WQhole to Grade $ $ D a71 Each @ Dollars 4 Cents 9 7 Adjus ater alve to Gfafle $ Each Dollars Cents 10 1 Tratfi Striping $ D $ U a-�• LS. @ Dollars Cents 11 20 Traffic Loop $ $ Each @ Q,J�.� Dollars 429 Cents 12 32 Remove 8 ct urb &Gutter $ $ LF. c@ Dollars Cents 13 8 Survey Monumentati $ $ .roe OV Each @ -+�-�•f� Dollars Cents Sub Total Bid Amount.Bid in Figures: S Sub Total Bid oust, id In Words: . •�L r )�hwtaa, . C-2.3 HAMILTON AVENUE REHABILITATION IMPROVEMENTS CC NO. 1155 STPL - 5181 (143) C-2.4 HAMILTON AVENUE(CC-1155) PROJECT BID SCHEDULE ITEM ESTIMATED ITEM WITH UNIT PRICE WRITTEN_ IN ',_ UNIT-PRICE_ :.EXTENDED <-NO: @UANTITY - '" 'WORDS ' :, _� =° OUNT 1 1 Mob'tizatio 6'tl- L.S. Dollars Cents 2 1 Traffic Co trol PLA, $ 7i• $ L.S. @ Dollars I 12 Cents 3 1 Fun' h P oject Traf c ntrol $ $ L.S. �-�•- Dollars Cents 4 38,920 Cold Milling& Header Obtfing is ak $ S.F. @ Dollars •ot0 Cents 5 274 UncJagsified Excavation $ $ C.Y. @ :A� Dollars Cents 6 3,059 Construct Asphalt Concrete Jovemay, Full Depth, $ $ 'a Ton etc.) @ Dollars Cents 7 669 Pavement Reinforcement Fa c& Route and $. S.Y. Seal of Cracks @ Dollars l Cents 8 17 Adjust S wer/Sto Drain Marthole to Grade $ $' Each —rwl Dollars Cents 9 IT Adjust Water V the to`Grade �'- U_ Each Dollars Cents 10 8 Adjust Monitorinj ell to Gr de Each @ Dollars Cents 11 1 Tra2&4A Striping $ $ D LS. @ � _ _ Dollars Cents 12 31 Traffic Lao $ 02av ^' $ Each @ Dollars Cents 13 7 Rem e&Reco ruct Ac ss Ramp Each Dollars Cents 14 1 Remove& Install Traffic Fyull Boxes, Includes $ 0TV L.S. Condu t&Wiring difications @ Dollars Cents C-2.5 -ITEM ESTIMATED, ;::..:-=ITEM WITH UNIT PRICE WRITTEN IN _ UNIT PRICE :EXTENDED NO.`. ":-QUANTITY'` v = `-WORDS=' - e - ' - OUNT: 15 4 Surv99 Monum tation $ �- Each @ Dollars Cents Sub Total Bid Amount, Bid in Fi tires: S Sub Total Bid Alnount, ' in Words:� C-2.S YORKTOWN AVENUE REHABILITATION IMPROVEMENTS CC NO. 1156 STPL - 5181 (149) C-2.7 YORKTOWN AVENUE (CC-1156) PROJECT BID SCHEDULE .-ITEM- ESTIMATED ;ITEM WITH,UNIT PRICE_ WRITTEN IN UNIT-PRICE _ .EXTENDED NO. -QUANTITY ``' WORDS - - AMOUNT- 1 1 Mobi atio $ b, L.S. @ Dollars Cents 2 1 Traffic Qontrol Pla $ ' $ L.S. @ Dollars Cents 3 1 Fumi h Pr ject Traffic Coro L.S. @ —AVO Dollars Cents 4 48,358 Cold Milling&Header Cutt' $ $ S.F. @ Dollars Cents 5 324 Unclas ified Excavation $ $ C.Y. @ Dollars Cents 6 2,915 Construct Asphalt Concret (Overlay, Full Depth, $ $ 70,0 Ton etc.) @ Dollars Cents 7 569 Pavement Reinforcement Fa c& Route and $ $ S.Y. Seal of Cra s @ Dollars Cents 8 13 Adjust ewer/Sto Drai Manhole to Grade $ ` $ Each Dollars IT- Cents 9 18 Adjust Vyater Valve,&o Grge $ $ Each @ rs Ce is 10 1 TraFfi Striping $ G $ 0 UVU• L.S. @ Dollars Cents 11 20 Traffic Loo $ $ 0" Each @ Dollars Cents 12 67 Remove econstruct C utter $ $ 3 ` L.F. @ Dollars Cents 13 503 Remove N.Reconstruct Side $ . " $ S.F. @ Dollars ;iZ Cents 14 8 Remoye& Re nstruc ccess Ramp $ Each @ r-► _ Dollars Cents C-2.8 ITEM ESTIMATED = ,:.5 ITEM WITH_UNIT PRICE WRITTEN IN-.,, UN:T PRICE, =EXTENDED :QUANTITY :'�- }`'= 1NORDS r AMdUNT 15 9 Survey onumePtion $ $ �• Each @, _ � „�eC.,�-G*�� Dollars Cents Sub Total Bid Amount, Bid in Fi ures: $ Sub T al Bid Afflount, Bid in o ds: �t�L.� Giti•>v C¢� , C-2.9 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 C. 7 yor 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 famished by subcontractor for this project. C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California S.S. County of Orange KENNETH X WFJR being first duly sworn, deposes and says that he or she is PRE51fl_ _ of DR= CONTRACTING, 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 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No.sre3 State of- CALIFORNIA._ _ ��OPTIONAL SECTION CAPACITY CLAIMED BY SIGNER County of SAN DIEGO Though statute does not require the Notary to fill in the data below,doing so may prove Invaluable to persons relying on the document. DEBORAH D.DAVIS NOTARY PUBLIC INDIVIDUAL �n DATE 016 before ma, NAME,TITLE OF OFFICER E.G.,JANE DOE.NOTARY PUBLIC' KENI3ETH A. WEIR ®CORPORATE OFFICER(S)personally appeared PREkIDENI NAME{S]OF SIGNER(S) TITLES) ID personally known to me-OR- proved to me on the basis of satisfactory evidence ❑PARTNER(S) LIMITED to be the person(s) whose name(s) is/are ❑GENERAL subscribed to the within instrument and ac- ❑ATTORNEY-IN-FACT knowledged to me that helshefthey executed ❑TRUSTEE(s) DEBORAH D.DAVIS the same in hislher/their authorized GUARDIAN/CONSERVATOR COMM.#1412744 ` T capacity(ies), and that by his/her/their NOTARY PU$t�C1;ALIFORNiA � �OTHER; SANDIEGOCOUNTY signature(s) on the instrument the person(s), My Comm.Exp. APRIL21.2007 or the entity upon behalf of which the person(s)acted,executed the instrument. SIGNER 1S REPRESENTING: WITNESS my hand and official seal. NAME of FERSM(S)OR ENT17YUESi SIGNATURE OF NOTARY OPTIONAL SECTION THIS CERTIFICATE MUST BE ATTACKED TO TITLE OR TYPE OF DOCUMENT THE DOCUMENT DESCRIBED AT RIGHT: NUMBER OF PAGES DATE OF DOCUMENT Though the data requested here is riot required by low, It could prevent fraudulent reattachment of this form. SIGNER(S)OTHER THAN NAMED ABOVE UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTOti BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the IMPROVEMENTS, (l)(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 ofexperience or instruction, is famillar 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 undersized 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. _k�Toff CONTRACTING, ]NC. Contractor — _k_ZA_ Q�==. — By PRESIDENT Title Date: a G5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 14310.5, the Bidder shall complete, under penalty ofpedury,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. i Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 • COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. ORION CONTRACTING, INC. Contractor By PKM ENT Title Date: d C-7 UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBER (To be completed only by the awarded Contractor prior to excavation) No excavation will be permitted until this form is completed and returned to the AGENCY. Section 4216/4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number, call Underground Service Alert at 1-800-422-4133 a minimum of mo working days before scheduled excavation. Dig Alert Identification Number: ON Ct3*1TRACT Il`lS, INC, Contractor By 'MMIDENT Title Date: Note: This form is required for every Dig Alert Ident(cation Number issued by U.S.A. during the course of the Work. Additional forms may be obtained from the AGENCY upon request. G$ BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: ORION CONTRACTING, INC. Bidder Name 806. E. AVE. PICO, SUITE 1 #337 Business Address SA�N CCE�AFNITE. PA C1I)f;7? City, State Zip ((M)�61-9493 Telephone Number A77.7839 State Contractor's License No. and Class Orig al Date Issued Expirati n Date -� The work site was inspected by of our office onA Y 200 The following are persons, firms, and corporations having a principal interest in this proposal: TM,, YACKM SECRETARY/TREASURER KENNM A.WEIR, PRESIDENT C-9 The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. MM C NTRACTiNGs INM Company Name (��aA C�A' Signature of Bidder KENNETH X WEIR Printed or Typed Signature Subscribed and sworn to before me this tpday 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 workwithin the past two years: b V- 1. Name and Address of Public y Name and Telephone No. of Project� er: Contract Amount Type oMVork Date Completed 2. Name and Address of Pubic Agency Name and Telephone No. oRoject Manager: Contract Amount of Work Date Completed 3. Name and Address of Public Agency ti Name and Telephone No. of Pro&W, anager: 01 Contract Amount T jfJ�Waa ork Date Completed ®b C-10 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No 5193 State of CALIFORNIA OPTIONAL SECTION CAPACITY CLAIMED BY SIGNER County of SAN DIEGO Though statute does not require the Notary to fill In the data below, doing so may prove A4 Invaluable to persons relying on the document On o 0 d before me, DEBORAH D. DAVIS, NOTARY PUBLIC INDIVIDUAL DATE( NAME,TITLE OF OFFICER-E G,"JANE DOE,NOTARY PUBLIC" CORPORATE OFFICER(S) personally appeared KENNETH A. WEIR PRESIDENT NAME(S)OF SIGNER(S) TITLE(S) ®personally known to me-OR -❑ proved to me on the basis of satisfactory evidence PARTNER(S) LIMITED to be the person(s) whose name(s) is/are GENERAL subscribed to the within instrument and ac- ❑ATTORNEY-IN-FACT DEBORAH D.DAVIS knowledged to me that he/she/they executed ❑TRUSTEE(S) R COMM.#1412744 the same in his/her/their authorized � GUARDIAN/CONSERVATOR a» NOTARY PUBLIC-CALIFORNIA N capacity(ies), and that by his/her/their i SAN DIEGO COUNTY OTHER: C.•,�pN� My Comm.Exp APRIL 21,2007 signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. 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, SIGNERS OTHER THAN NAMED ABOVE It could prevent fraudulent reattachment of this form. ( ) ORION CONTRACTING, INC REFERENCES 212003 AMOUNT La Paz Rd Stabilization City of Laguna Niguel Nick Renn 949-362-4437 $170,000 May-o1 Various Streets Reconstruction City of Laguna Niguel Nick Renn 949-362-4437 $166,000 Jul-01 io5th Street Reconstruction L.A.County Dept.of Public Works Public Works Dept. 626-458-5100 $328,000 Sep-ot Street Realignment Hunt Club Homeowners Assoc. DMA Contracting 714-665-1995 $200,000 Mar-oi Concrete Work Disneyland Hotel DMA Contracting 714-665-1995 $58,000 Mar-oi Animal Shelter Demolition City of Long Beach Gillis Monroe 562-570-5167 $228,440 Aug-ot Lambert Road Improvements L.A.County Dept.of Public Works Jamie Engler 626-458-51 oo $449,483 Apr-02 Encinal Canyon Road L.A.County Dept.of Public Works Tony Assume 626-651-2782 $1,107,728 May-02 Avenidas Montalvo&Lobiero City of San Clemente Gary Voborsky 949-361-6132 $84,359 Apr-02 Citywide AC Overlay City of Westminster Kevin Sinn 714-898-3311 $736,000 May-02 Bastanchury Road Improvement _City of Yorba Linda Pat Guzik 714-961-7170 $399,381 Jul-02 Del Obispo Median Project City of Dana Point Bob Schoettle 949-248-3554 $729,574 Dec-02 Ocean Ave.&Main Sewer Rehab City of Santa I4Moaica Mick Fuller 714-428-4515 $618,n8 Apr'03 Vista Pacifica City of San Clemente Pat Sullivan 61g 682 3889 $1,250,000 May'03 El Morro School Improvement Laguna Beach Unified School District Carl Neuhausen 949 497 7700 $284,500 Jun'03 Northwood HS Aquatic Facility Inzne United School District Datidd Eaves 909 907 9944 $642,428 Jul'03 Yale Ave Rehab City of Irvine Mark Stowell 949 724 7543 $728,68o Nov'03 Western Ave Rehab City of Stanton Bob Doss 949 379 9222 $283,694.70 Jan'04 Myrtle Area City of Hermosa Beach Curtis Baker 320 9914472 $418,305 Jan'04 CITY OF HUNTINGTON BEACH BIDDERS LIST All Bidders/proposers are required to provided the following information for all DBE and non- DBE contractors,who provide a proposal, bid, quote, or were contracted by the proposed prime. This information is also required from the proposed prime contractor, and must be submitted with their bid/proposal. The City of Huntington Beach will use this information to maintain and update a"Bidder's"list to assist in the annual DBE goal setting process. Firm Name: ORM ACT-l",Rom. Phone: (Mg)3614M3 Address: Fax: r D3 806 E. AVE. PICO, SUITE f #337 SAN CLEWNTE, CA 92672 Contact Person: IMNNE'TH x SNEIR No. of years in business jr Is the firm currently certified as DBE under 49 CFR Part 26? YES NO Type of work/services/materials provided by firm? AT U What was your firm's Gross Annual receipt's for la9t year9 ❑ Less than $1 Million X Less than $5 Million ❑ Less than $10 Million ❑ Less than $15 Million ❑ More than $15 Million This form can be duplicated if necessary to report all bidders (DBEs and non DBEs) information. C-11 CITY OF HUNTINGTON BEACH BIDDERS LIST All Bidders/proposers are required to provided the following information for all DBE and non- DBE contractors,who provide a proposal, bid, quote, or were contracted by the proposed prime. This information is also required from the proposed prime contractor, and must be submitted with their bid/proposal. The City of Huntington Beach will use this information to maintain and update a"Bidder's"list to assist in the annual DBE goal setting process. Firm Name: �! G u'Y�fJ1, .�� Phone C/ Address: Fax: 1. �� 3 3 art Q� Contact Person: No. of years in business Is the firm currently certified as DBE under 49 CFR Part 25? ES NO Type of work/services/materials provided by firm? What was your firm's Gross Annual receipt's for lastyear? ❑ Less than $I Million 9 Less than $5 Million o Less than V 0 Million ❑ Less than $15 Million ❑ More than $15 Million This form can be duplicated if necessary to report all bidders {DBEs and non DBEs} information. C-11 CITY OF HUNTINGTON BEACH BIDDERS LIST All Bidders/proposers are required to provided the following information for all DBE and non- DBE contractors,who provide a proposal, bid, quote, or were contracted by the proposed prune. This information is also required from the proposed prime contractor,and must be submitted with their bid/proposal. The City of Huntington Beach will use this information to maintain and update a"Bidder's"list to assist in the annual DBE goal setting process. S Firm Name: Phone: Address: G Fax: 3 S3 Contact Person: No. of years in business 02-� Is the firm currently certified as DBE under 49 CFR Part 26? Type of work/services/materials provided by firm? What was your firm's Gross Annual receipt's for last ear? o Less than$1 Million Less than$5 Million Less than$10 Million o Less than $15 Million o More than$15 Million This form can be duplicated if necessary to report all bidders (DBEs and non DBEs) information. C-1 i a CITY OF HUNTINGTON BEACH BIDDERS LIST All Bidders/proposers are required to provided the following information for all DBE and non- DBE contractors,who provide a proposal, bid, quote, or were contracted by the proposed prime. This information is also required from the proposed prime contractor,and must be submitted with their bid/proposal. The City of Huntington Beach will use this information to maintain and update a"Bidder's"list to assist in the annual DBE goal setting process. IFirm Nam Address: `7" Fax:— . Contact Person: No. of years in business Is the firm currently certified as DBE under 49 CFR Part 26? NO Type of work/services/materials provided by firm? Ltr�eo (�Gc• /-� What was your firm's Gross Annual receipt's for last ear? o Less than $1 Million Less than $5 Million o - Less than$10 Million o Less than$15 Million o More than $1 S Million This form can be duplicated if necessary to report all bidders (DBEs and non DBEs) information. C-1 I CITY OF HUNTINGTON BEACH BIDDERS LIST All Bidders/proposers are required to provided the following information for all DBE and non- DBE contractors,who provide a proposal, bid,quote, or were contracted by the proposed prime. This information is also required from the proposed prime contractor, and must be submitted with their bid/proposal. The City of Huntington Beach will use this information to maintain and update a"Bidder's"list to assist in the annual DBE goal setting process. r Firm Name: Phone: D -- Address: Fax: Contact Person: Y of.No ears in business Is the firm currently certified as DBE under 49 CFR Part 26? YES Type of work/services/materials provided by firm? A-t' Y7 What was your firm's Gross Annual receipt's for last ear? a LeF than $1 Million a ss than $5 Million Less than$10 Million a Less than $15 Million o More than $15 Million I This form can be duplicated if necessary to report all bidders(DBEs and non DBEs) information. C-I 1 Local Assistance Procedures Manual FJOMIT 12-E PS&E Checklist Instructions Attachment C (THE BIDDER'S EXECUMN ON THE SIGNATURE POR77ON OF THIS PROPOSAL SHALL ALSO CONSTl171IEAMENDORSEMENTAND EXECUTIONOFTHOSE CERTIFICATIONS WMCHAREA PART OF THIS PROPOSAL) EQUAL 2UPLOYIVIENT OPPORTUNITY CERTIFICATION The bidder 1QN CONTRACTING, INC. ,proposed subcontractor ,hereby certifies that he has 4, has not .participated in a previous contract or subcontract subject to the equal opportunity clauses,as required by Executive Orders 10925, 11114,or 11246,and that,where required,he has filed with the Joint Reporting Committee,the Director of the Office of Federal Contract Compliance,a Federal Government contracting or administering agency,or the former President's Committee on Equal Employment Opportunity,all reports due under the applicable filling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor(41 CFR 60-1.7(b)(1)),and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of$10,000 or under are exempt.) Currently,Standard Form 100(EEO-1)is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1)prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director,Office of Federal Contract Compliance,U.S.Department of Labor. 124-6 C-12 Page 12-45 1 Local Assistance Procedures Manual E7K Mrr 12-E ' PS&E Checklist Instructions Attachment G DISCLOSURE OF LOBBYING ACTNRIES Complete this form to disclose lobbying activities pursuant to U.S.C. 1. Type of Federal Aeon: Z Status of Federal Action: YForMategal e: IL oo TW 11 a bWotierlappOmdwt W tL intfal award l dwge e C00 8� a post-award Chan a Ona ben . g ly: fosn puxs,a+� last repo t ffoan tnaramwe 4. Name and Adress of Reporting Entity: 5. If Repo ng Entty 1n No.4 is Subawardee.Enter 13 Prime E3 Subawardee Na and Address of Prime: Tier ,Yknown Congressional District. Jfknowr Congressional District, ffkaowm B. Federal Department/Agency: T. Federal Program Name/Description: � V/ CFDA Number, N'appllcabfe 8. Federal Action Number, fkrr wn 9. Award Amount.Yknowrr: \/V $ 10. s. Name and Address of Lokwg 0 tlty b. Individuals Performing Services (fnchrding address I (d irrdiv ust,last name, name, differerg from No. 10a) (fast name,itrstneme,JVJ. (attach t:orrtfntretion Sheets)ifnec+essary) t i. Amount of ymant(check all that apply): 11 Type of Payment(check all that apply) S actual planned a. retainer 1L Fo of Payn,iettt(check all that apply): b. one-time fee a. cash c. commission *arrd:specify: nature e. contingent fee b. in FAY . deferred value [ other,specify: 14. Brief Descrlptlon of Services Performed or to be performed and Dates)of Service,triciuding ofticer(ab amployee(s),or members)contacted,for Payment lndkcatrd In Item 11: (aW Cortinnuairon Sheet(s) lfnecessary) 15. Continuation Sheets)attached: Yes 0 No IS- „,err fea„,t,ed sllti„all nft b rm Is offeutmd by Me 31 U.S.C.Sedbn Skgnaxrre: 1=Thk mwom orrobWn;a:d, Is e e nwW mpw km of W KENNETH A.WUR Upon Vith MIN"wt Ono by ft wr bow when eat tans�was Print Name: made or enwW fn&?ht df*am is nq.*vd Porno t b 31 u.S.G t= 7bW lrmaftn wfffm r gxWb ne conpusoff4ev *VW rrtie: MSIDENT araQ+%br r Arty pmson WW roes b fay ew raguM dust+=n c,ae be eufYjett 4 s due penally of not bu frw+sr O.MO end not awn elan Telephone Date: sim mo boruch rich taWI Federal Use Only: "'�`twd1wUnsgma gIUMOiaon snndard Form ui Rely.ob-M95 C—�.3 Page 12-55 February 1,1998 • EXHMrr 12-E Local Assistance Procedures Manual Attachment G PS&E Cbeckiist Instructions INSTRILMMONS FOR COMPLETION OF SF•LLL, DISCLOSURE OF LOBBYING ACITVITTES This disclosure form shall be completed by the reporting entity,whether subawardee or prime Federal recipient, at the initiation or receipt of covered Federal action or a material change to previous filing pursuant to title 31 U.S.0 Section 1352. The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency,a Member of. Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered Federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report, Refer to the implementing guidance published by the Office of Management and Budget for additional information. I. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence,the outcome of a covered Federal action. 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported,ester the year and quarter in which the change occurred. Enter the date of the last,previously submitted report by this reporting entity for this covered Federal action. 4. Enter the full name,address,city,State and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee,e.g.,the first subawardee of the prime is the first tier. Subawards include but are not limited to subcontracts,subgrants and contract awards under grants. S. If the organization filing the report in Item 4 checks "Subawardee"then enter the full name,address, city,State and zip code of the prime Federal recipient. Include Congressional District,if known. 6. Enter the name of&.e Federal agency making the award or loan commitment. Include at least one organization level below agency name,if known. For example,Department of Transportation,United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action(item 1). If known,enter the full Catalog of Federal Domestic Assistance(CFDA)number for grants,cooperative agreements, loans and Ioan commitments. S. Enter the most appropriate Federal identifying number available for the Federal action identification in item 1 (e.g.,Request for Proposal(RFP)number,Invitation for Bid(IFB)number,grant announcement number,the contract grant.or loan award number,the application/proposal control number assigned by the Federal agency). Include prefixes,e.g., "RFP DE-90-001" 9. For a covered Federal action where there bas been an award or loan commitment by the Federal agency, enter the Federal amount of the award/loan commitments for the prime entity identified in item 4 or S. 10. (a)Enter the full name,address,city,State and zip code'of the lobbying entity engaged by the reporting entity identified in item 4 to influenced the covered Federal action. (b)Enter the full names of the individual(s)performing services and include full address if different from 10(a). Enter Last Name,First Name and Middle Initial(MI). 11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity(item 4) to the lobbying entity(item 10). Ind icaw whether the payment has been made(actual)or will be made (planned). Check all boxes that apply. If this is a material change report,enter the cumulative amount of payment made or planned to be made. 12. Check the appropriate box(es). Check all boxes that apply. If payment is made through an in-kind contribution,specify the nature and value of the in-kind payment. 13. Check the appropriate box(es). Check all boxes that apply. If other, specify nature. Page I2-54 C-14 L,ocaI Assistance Procedures Manual EXMIT 12-E • PS&E Checklist Instructions Attachment G 14. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s)of any services rendered. Include all preparatory and related activity not just time spent in actual contact with Federal officials. Identify the Federal officer(s)or employee(s) contacted or the officers)employee(s)or Member(s)of Congress that were contacted. 15. Check whether or not a continuation sheet(s)is attached. 16. The certifying official shall sign and date the form,print his/her name title and telephone number. Public reporting burden for this collection of information is estimated to average 3 0 minutes per response, including time for reviewing instruction,searching existing data sources,gathering and maintaining the data ,needed,and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden;to the Office of Management and Budget,Paperwork Reduction Project(034MO46),Washington,D.C.20503. C-15 Page 12-55 CITY OF HUNTINGTON BEACH IT- 2000 MAIN STREET CALIFORNIA 92648 OFFICE OF THE CITY CLERK 2004 To: LIB iV L.ntiG rid- 9i0�.�,4 Enclosed please find your original bid bond issued by 4a— Joan L. Flynn City Clerk JF:pe Enclosure g•/followup.'cashcont/retumbi dbond.doc (Telephone:714-536-5227) Bond No. Bid Bond BID BOND The American Institute of Architects, AIA Document No.A310(February, I970 Edition) KNOW ALL MEN BY THESE PRESENT'S,that we . PALP Inc.dba Excel Paving Company as Principal hereinafter called the Principal,and Federal insurance Company a corporation duly organized under the laws of the state of Indiana as Surety, hereinafter called the Surety, are held and 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 (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. WH]✓REAS,the Principal has submitted a bid for Ntaanolia Street(CC 1153):Hamilton Avenue(CC 1155);and Yorktown Avenue(CC 1156) �~ 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 Docurnents 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 arnoum specified in said bid and such larger arnount 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 hull and void,otherwise to retrain in full force and effect. Signet}and scaled this 30th day of March 2004 th �� � r/�J PALP Inc.dba Excel Paving Company Witness , Principal (Seap MICHELE E.DRAKULICH,ASST. SECRETARY By:— A O.P. BROWN,PRESIDENT Nametritle Federal Insurance Company Surety (Seal) Witness B ,4" " Doy-1 s A.Rapp Attorney-in-Fact ORSC 21329(5197) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Y 7s State of California County of ORANGE 55. On r1AR 3 0 2004 , before me, CMUSTOPHER J. COATS, NOTARY PUBLIC , Date Name end T,Ue d Ofliew(e.g..'Jane Doe.Notary Nbhc') personalty appeared DOUGLAS A. RAPP Wms(s)d SV*gs) r tX personally known to me ❑ proved to me on the basis of satisfactory evidence OFFICIAL SEAL to be the person(s) whose names) islare Y' NOTARY CHRISTOPHE CR J.COFO S 0) subscribed to the within instrument and PUBcoMmISSION# 1267699 C acknowledged to me that helshelthey executed „N ORANGE COUNTY the same in his/her/their authorized My Commissan W.July 15,2044 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. WITNESS my h nd official seal. Platte Notary seal Abort olary P �c OPTIONAL Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent hauduleni removal and reattachment ofthiq 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 Signer's Name: ❑ Individual - Top of tKM here ❑ Corporate Officer—Title(s). ❑ Partner--p Limited 0 General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: r4 h aIngMm WMmoyU*xkaan•9MDsSmAre.,Po.8aw24W•ChVft9rV%CA01213,242 wn AaWnWorW&C FredNa5 W Pot~CalTo$-Fna1a0047t-d8V Chubb POWER Federal lnsuranoe Company Attn: Surety Department Ic Sure OF Vigilant Insurance Company 15 Mountain View Road ATTORNEY Pacific Indemnity Company Warren,NJ 07059 r--ww All by These Presents.TM FEDERAL INSURAMM COMPANY.sn i xkm oaporatiom,V$GaJ IT PrAMAtK*COMPANY,a Newlbrk oogK rditn, and PAC=INOFJMr Y COMPANY.a Wisconsin corpwatiom4 do each hereby mate and appoFd Douglas A. Rapp or Linda D. Coats of .Laguna Hills, California-----------------------------_--- each as their true and iawfuf Attnmey-in-Fad to amcule under wch designaboo in their names and to aft their corpora*seals to aid deliver for and on their behalf as surely thereon or otherwise,bonds and undertatungs and other writings obig ocy in the nature Chereof(other than ball bands)gkw or exearted In the course of business.and any insburnernts amending or arty ring the same.and consents to Cie modification or alteration of any irstruriant referred to In said bonds or obrrgadons. In Witrhess Wbereof,Bald FEDERAL INSURANCE COMPANY.MLAK INSURANCE COMPANY.and PACIFIC INDEMNrrY COMPANY have Bads executed and attested these presents and affixed dwlr corporate seals on ChFs 2 2 nd daY d January, 2004 - 0 jj'—'� =tee&�Lezlzz A-4 .. It-., 5P tcenrmM C.Wendel,Assistant Secretary E.Robertson,Am Avri'll: STATE OF NEW.IEMEY—L as. County of Somerset on au 2 2 nd wy a January, 2004 .bofmo me.a roo"Pubic d N&w J&cmy. y cai.Kennet G WadK tb en bvm b be Assistant Secretary of FMML INSURANCE COMPANY.VIGILANT PES"ACE COWAW and PACtF1C fNDEWM CaMPA W fw om"iles W*:h eocrded ttw t weyolrg Power e(Anomey,and f►e said KemeM C.V&rsW bOv by me dug swan,dd depose and say that tie its A Seemwy d F1rDE3m INSURANCE CowANY, VIGq ANT INSURANCE COMPANY,and PACIFIC INDOhN[TY COMPANY and knows 1M0 ootM2%seats frered,that fro seals affixed b Ste V Poww of Attarnry are auch corporate seats and were thereto atCuced byauft0ly d the Bya.sws d said Coepanim and feat he signed said Poww d A xney m Assistant Seomtary d said ew pwa a by Flee aahatty;and that he is acquainted with Frank E.Robertson,and bwm Mm 10 be We Prer,,ident of said Conp irks and Prat to si yu re d Frank E Aabarteon, sub wrlbed to said Power olAnuney Is In the! handwAtiny of Frank F-R&"Imo%and was t welo absorbed by aulhortty of saki%,Lm and In deponarft pwserx s. Notarial sear Kees/L H-ce R, NTTPu5fc Stine of New Jersey- ra-k a�_ _t- �'ct•s Rio.23 i64'T Notwhmc of FEDERAL INSURANCE COMPANY,VIGa.ANT VMRANCE COMPANY,and FACM INDEMrrr COMPANY: `Ale attorney for aid on behalf of the Company may and shalt be executed In the name and on behalf of the Company,ether by t a C tWmvan or the President or a Vies President or an Assistant Vice Prudent,jointly wish the Secretary or an Assistmi Secretary,under their respective designations. The s%padme of such officers may be engraved.primed or WKWaphed. The sipnatzrre of each d fine k6ow bg ours: Chalrman,President,any Vice President.any Assistant Vice President.cry Seaemry,;any Assistant Secretary and the seal of Ilia C m emir may be affixed by facsimile to any power of attorney or to any CerafweA mlati g Vw nko appointing Assistant SamUries or Attorneys-in-Fact for purposes ony of executing and attesting bands and undwWdrigs and other writings o*pixy in the nature thereof.and any such poorer of attorney or certificate beartng such facsimile signAire or facsimrie a"aha11 be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be►raid and binding upon the Company with respect to any bad or Lnkr aidng to whits it is atbsdoe I,KBnneMC:Wendel.Assistant S. rydFEDERALfNs MNCE COMPANY vGNLAJWuSURANCFCOMPANY.&dPACFicP4DEMN1TYaoa+AW (the T"ripanies7 do hereby certNy that () the foregoing extract of the SyAaws of the Companies Is true and correct. (-P) the Companies are duly Scensed and auftrUM to transad surety business in d 50 of the United States of America and Cie Pict of Columbia and are authorized by the U.S.Treasury Department further.Federal and VgLvd are rrc>ansed in Puerto Rico and the U.S. virgin! ,and Federal is rrcensed in American Samoa,Guam,and each of the Provinces of Canada except Prince Edward warted:and no the foregoing Power of Attorney is true,correct and in fud force and effect. Given tinder my hand and seal d said Companies at Warner,NJ this 1 day of_ Ntitdi, 2fl04. Kenneth C.WerKK 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 908 903,1656 e4ml: surety0chubb.com Form 15.1 o M red.s•")CONSIDr PALP, INC. DBA EXCEL PAVING COMPANY n 22 ,LEMON AVENUE LONG BEACH, CA 90806 C\v P.No Giclo%-0 - 06T LIAO f ' Wo � ' . City of Huntington Beach Public Works Department 2000 Main Street Tel. (714)536-5431, Fax (714) 374-1573 'APR 7 2004 ADDENDUM NUMBER ONE For MAGNOLIA STREET REHABILITATION, CC 1153, STPL 5181 144 HAMILTON AVENUE REHABILITATION CC-1155, STPL 5181 143 AND YORKTOWN AVENUE REHABILITATION CC-1156, STPL 5181 149 April 5,2004 Notice To Ail Bidders: PIease note the following claidfication to the Project Plans, Specilications,and Special Provisions: The existing Federal Wage Rates (GENERAL DECISION: CA20030035, Dated:0310512004)within the subject projects'specifications shall be replaced with the attached Federal Wage Rates (GENERAL DECISION: CA20030035, Dated: 0410212004) and are included with this addendum No. I., (see attachment). Attachment: Federal Wages Rates (GENERAL DECISION: CA20030035, Dated:0410212004) This is to acknowledge receipt and review of Addendum Number one,dated April 5,2004. PALP. INC.06A EXCEL PAVING COMPANY Company Name By C,p. BR0,1►N,FRESIDEHT Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Larry Taite at(714)536-5590. SECTION C I PROPOSAL for the construction of 1. MAGNOLIA STREET REHABILITATION-CC 1153 FROM ATLANTA AVENUE TO INDIANAPOLIS AVENUE 11. HAMILTON AVENUE REHABILITATION- CC 1155 FROM BUSHARD STREET TO SANTA ANA RIVER III. YORKTO%i,'N AVENUE REHABILITATION-CC 1156 FROM BUSHARD STREET TO BROOKIIURST STREET 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 75 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc.,and will be guaranteed for a period of sixty days from the bid opening date. if at such time the contract is not awarded, the AGENCY will reject all bids and C-1 will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within I0 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. 1�PERCENT OF AMOUNT SIDE 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: a - Addenda No. Date Received 'Bidder's Signature C2 SECTION C PROJECT BID SCHEDULE Magnolia Street, CC-1153,STPL-5181 (144) Hamilton Avenue, CC-1155, STPL-5181 (143) Yorktown Avenue, CC-I 156, STPL- 518I (149) PROJECT BID: TOTAL AMOUNT LUMP SUM BID IN FIGURES: S TOTAL AMOUNT LUMP SUM BID IN WORDS: C-2.1 MAGNOLIA STREET REHABILITATION IMPROVEMENTS CC NO. 1153 STPL - 5181 (144) C-2.2 MAGNOLIA STREET(CC-1153) • PROJECT BID SCHEDULE `ITEM ESTIMATI=D:- �: �,=.I.TEM 1N1TH.UNIT PRICE_WR1T"�EN.IN ; �' : -UNIT:P.JCE= :EXTENDED. uar<rrir�r7: :.:r woR>?s==:r -. : ,- :._.s ,,._� :�..:::.,,,- "AMv�iv:' 1 1 Mobilization $ $ L.S. @ Dollars UO Cents 2 1 Traffic Co trol Plan $-5- M.^ $ L.S. @ AJ 0 Dollars W Cents 3 1 Famish Project Traffic Control LS. 4"ata ';ttt ktw-1"Dollars �+ Cents 4 48,644 Cold Milling& Header Cutting $ S.F. @ Dollars Cents 5 1,232 Unclassified Excavation $ .� $ S tiLO• C.Y. Dollars Cents 6 5,418 Construct Asphalt Concrete(Overlay, Full Depth, $ $ Ton etc.) @ '[�6V►Y GW - Dollars 03 Cents 7 571 Pavement Reinforcement Fabric&Route and $ $ 599T- S.Y. Seal of Cracks @ �K1 s Dollars Cents 8 5 Adjust Sewer/Storm Drai Manhole to Grade $ $�L Each @ t+JO Uhl Dollars Cents 9 7 Adjust Water Valve to Grade $ $ Each Q gJJO + 54%A- Dollars CO Cents 10 1 Traffic Striping $ $ LS. a ezedut. - -- Dollars Cents 11 20 Traffic Loop $ $ Each @ W ,. - Dollars Cents 12 32 Remove & R�aconstruct Curb 8 Gutter $ $ LF. @ 1Cc(411 # -r'r'w _Dollars Cents 13 8 Survey Monume tation $ $ Each @ & ��► Dollars Cents Sub Total Bid Amount.Bid in Figures:$ Sub Total Bid Amount, Bid In Words: yms C-2.3 HAMILTON AVENUE REHABILITATION IMPROVEMENTS CC NO. 1155 STPL - 5181 (143) C-2.4 HAMILTON AVENUE(CC-1155) • PROJECT BID SCHEDULE ITEM ,ESTIMATE©, ITEM WITH UNIT PRICE WRITTEN IN_ -.UNIT PRICE: =EXTENDED NO: ' QUANTITY AMOUNT 1 1 Mobilization r /} $ L.S. @ Dollars Cents 2 1 Traffic Control Pan -- nn $ $ L.S. @ Sl ollars Cents 3 1 Furnish Project Traffic Control $ $ L.S. @ : ut 41Q + qj Dollars 00 Cents 4 38,920 Cold Milling& Header Cutting $ $ , S.F. @00 Dollars it Cents 5 274 Unclassified Excavation'$ L $ C.Y. nkhYh W Dollars Tom' J CD Cents 6 3,059 Construct Asphalt Concrete(Overlay, Full Depth, $ $ Ton etc.) @ Dollars Rew Cents 7 669 Pavement Reinforcement Pabric& Route and $ $ S.Y. Seal of Cracks @ elck-N Dollars Cents 8 17 Adjust Sewer! torm Drain Manhole to Grade $ r $ Each @,Tub hddaA_ _Dollars W Cents 9 17 Adjust Water alve to Grade $ $ Each @T;A& L W-1 Put Dollars 4= 11Cents 10 8 Adjust Monitoring W I1 to Grade Each @ U�D f C Dollars _ UV Cents 11 1 Traffic Striping �y _ -__� ee L.S. @'�i�x.ltx� J0�-d _Dollars 00 Cents 12 31 Traffic Lop $ $ sou Each @ 8AL� Dollars Cents 13 7 Remove& l3econstruct Access Ramp $ $ 1770 Each @4[Y� f! _4LgZ Access Dollars M Cents 14 1 Remove&Install Traffic Pull Boxes, Includes $ $ L.S. Conduit&W' •ng Modifications f - �. - Dollars VD Cents C-2.5 -ITEM- tESTIMATED. :ITEM WITH UNIT PRICE-WRITTEN IN - :UNIT.PRICE .:EXTENDED NO_`' `.QUANTITY - WORDS-` AMOUNT: - 15 4 Survey Monuments ion $ $ Each @ r Dollars Cents Sub Total Bid Amount, Bid in Fi ures: Sub Total Bid Amount, Bid in Words: 11�m 0,, 9w Ail C-2.6 T YORKTONVN AVENUE REHABILITATION IMPROVEMENTS CC NO. 1156 STPL - 5181 (149) C-2.7 YORKTOWN AVENUE (CC-1 156) PROJECT BID SCHEDULE zITEM ESTIMATED J" „-:ITEM WITH UNIT PRICE WRITTEN IN,- -UNIT-PRICE -EXTENDED- "}QUANTITY 0 1 1 Mobilization L.S. @ rl S&4mk%aj -Dollars ft Cents 2 1 Traffic Control Plan L.S. @ 4t4f H.Q —Dollars Go Cents 3 1 Fumish Project Traffi Control $ 14ODD, L.S. @. 15?� � Dollars 00 Cents 4 48,358 Cold Milling& Header Cutting Wk_ $JV�03 S.F. @ 00 Dollars 4UAA�h Cents L& 5 324 Unclassified Excavation $ C.Y. @ iriw.' Dollars Cents 6 2,915 Construct Asphalt Concrete(Overlay, Full Depth, ...... -Z $ Ton etc.) Dollars 13b Cents 7 569 Pavement Reinforcement Fabric& Route and S.Y. Seal of Cracks @ Dollars Cents 8 13 Adjust Sewer/Storm brain Manhole to Grade Each (a)SM tIMi Dollars Cents 9 18 Adjust Water Valve o rade $_i�UL_ Each Oki —Dollars U I Cents 10 1 Tra c Stripi L.S. cy 1� J!��ollars I Cents 11 20 Traffic Loog- Each "IXUA) � Dollars !]SJ Cents 12 67 Remove& Reconstruct Qurb&Gutter L.F. @ h Ads& Dollars LE Cents 13 503 Remove& Reco_ostruct Sidewalk S.F. Dollars L6 OW-1— - Cb Cents 14 8 Remove& econstruct Access t Each @ Dollars W Cents L C-2.8 ITEM ESTIMATED. _ :;ITEM,WITH UNIT PRICE WRITTEN_INri' : UNIT PRICE =EXTENDED ' NO. 'QUANTITY =1NOROS j'<_ , 'Y;:: - _ `'=AMOUNT,- 15 9 Survey Monument tion $ $ Each @ u- Dollars OD Cents Sub Total Bid Amount, Bid in Fi ures: $ Sub Total Bid Amount. Bid in Words: e[Wp pp .s. C-2.9 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 If"ork Number = J411 pitS �7.1 N •A Sr 15G935Z Cd►M*Ctl C.C.. W(k1A 1 ou W-G 04 ra%t qP 7 22 TL C. of lr S G-&S�) k 92�a� W Z q� ADS. A" wr-L [ram E SAS 0& 4083 241 CA M �p ipID N• G U.C . Wrrn1 to$ JU jv;juy 3Ljc,aRs" By submission of this proposal,the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-3 NONCOLLUSION AFFIDAVIT . ' TO BE EXECUTED BY BIDDER AND SUBMITTED NVITH BID State of California ss. County of Orange C P BAOII<fN , being fiftt'_dulyas :arn, deposes and says that he or she is PAMIQEKI` of EXCEL PA':!NG COMPANY the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. PALP.INC-OSA EXCEL PA'.i,""yG C01APARY Name of Bidder Signature of Bidder C.P.BROWN,PHESIOENT 2230 LEM014 AVENUE LONG BEACH, CAS0006 Address of Bidder Subscribed and sworn to before me this day OP 200_. n -f NOTARY PUBLIC NOTARY SEAL Cal CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of LOS ANGELES ss. APR 13 200 . On , before me, CELESTE A. GRAHAM, NOTARY PUBLIC Dale Name and TAN of Offrw(e 9..'Jane Doe.Wary PuNW) personally appeared PALP INC. DBA EXCEL PAVING COMPANY BY C.P. BROWN PRESIDENT Naff*oj of swwte) lX personally known to me ❑ proved to me on the basis of satisfactory evidence CELESTE A. G+�;�E�,�1,� to be the person(s) whose name(s) is/are o v'if�; COMM. #1312118 o subscribed to the within instrument and 0 �I- NOTARYPOUC•GA:J-OaN:A acknowledged to me that he/shelthey executed LCSA CELESCou'.N']y 0 the same in his/her/their authorized MV COMmission Expires Jufy 3o, 2CJ5 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. WITNSS my hand and oftcl I seal. Puce Notary Seal Above S.pnature of Notary Pud.e 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 hate: Number of Pages: Signer(s)Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: ❑ Individual Top of Ihurnp hgrt} ❑ Corporate Officer—Title(s): ❑ Partner—❑Limited ❑General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other. Signer Is Representing: 0 t8ae Nauarl Notary Anopaeon•M a SobAw.,P.0-Boa 24W•CmawaeL CA e1313-24M•ww AmnolrwAnap Prod W.%07 PA~..C 0 Toll-Fne 1-e048754W UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF IYUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the IMPROVEMENTS, (n(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 oferperience or instruction, it 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. PALP.INC.pBA EXCEL.P„'-%.'G COMPIIT`IY Contractor (- � - UAA,� By C•P. BROWN.PRESIDENT Title Date:tpp, 13 20-M C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 14310.5, the Bidder shall complete, under penalty of perjury,the following questionnaire. QUESTIONNNAIRE 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 QINo If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION hNSURA INCE CERTIFICATE • Pursuant to Section I861 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. PALP.INC.OSA EXCEL PA`::,G COMPANY Contractor . Ktm-� By C.P. BROWN,PRESIDENT Title Date: APR 13 2004 C-7 • . UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBER (To be completed only by the awarded Contractor prior to excavation) No excavation will be permitted until this form is completed and returned to the AGENCY. Section 4216/4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number, call Underground Service Alert at 1-8004224133 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 Mork. Additional forms may be obtained from the AGENCY upon request. C-8 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: PAWBidder Name MIA EXCEL PAVING COMPANY 2230 LEMON AVENUE ;.ONG AEAr,H CA 90RITF- Business Address City, State Zip Telephone Number STATE LIC. W659 W State Contractor's License No. and Class Original Date Issued Vj-51-CA Expiration Date The work site was inspected by of our office on_ y1-'1-0� , 200_. The following are persons, firms, and corporations having a principal interest in this proposal: CUM 115 F. WNW PRESIDENT&CHIEF OPERATING OFRCa `rAROLY 1.1 BROWNrS629 ky:ONEF �NANCIAL OWE! GEORGE R.McRAE,SENIOR VICE PRESIDENT DENT BRUCE E RATT,VICE PRESIDENT MWWE •DFAXUMW.ASSISTANT SECRETARY C-9 The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth PALP INC DBA EXCEL PA'.iNG COMPANY Company Name C Signature of Bidder C.P. BROWN,PRESIDENT et Printed or Typed Signature Subsc a&a—nd sworn to before me this_day o0JJ 1 3 2004 ,200_ NOTARY PUBLIC SUATTACNED 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 SEEATTACHED 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-10 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT �::G'<_':C�?C'�'�?G'�':CrQ�':G•�:�Gl':C�'�::L`'�':G�:�'�CS�'�?`�?c�':L�'s'�'�'�'�:�'��':{�'�- State of California County of LOS ANGELES ss. 1 � Z4 ,�,Pr� �J� On , before me, CELESTE A. GRAHAM, NOTARY PUBLIC [Wo Name and Me d ptf.car log.'Jens Doe.Notary Pu6lrc-] personally appeared PALP INC. DBA EXCEL PAVING COMPANY BY C.P. BROWN PRESIDENT Nome(l)of spnertal 9 personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Ware CELESTE A.GRAHAIA subscribed to the within instrument and r01„m1. #`1 31211$ o acknowledged to me that helshelthey executed 0 NOTMYROBIC CnL1FCFraIN a the same in hislherltheir authorized LCSR.1Ge.ES0=M capacity(ies), and that by his/her/their rty Commissicn Expires July 30.2C45 signature(s)on the Instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITIJFSS my hand and official seal J ' Plana Notary S"ADore S-Vwh"of Notary PLMIC 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 Signer's Name: ❑ Individual Top of Inulrb Here ❑ Corporate Officer—Title(s): ❑ Partner--❑Limited ❑General ❑ Attorney in Fact ❑ Trustee . ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 0 1999 NOWW tk"AteoHaeon•2W Do Solo Ave,P 0.Box 2402•Caele.arat.CA 913*2402.w m rofiwarnorery we Prod Flo.5907 Raerdtr.Go TO-Froo 1-0004764W CITY OF HUNTINGTON BEACH BIDDERS LIST All Bidders/proposcrs are required to provided the following information for all DBE and non- DBE contractors, who provide a proposal, bid, quote, or were contracted by the proposed prime. This information is also required from the proposed prime contractor,and must be submitted with their bid/proposal. The City of Huntington Beach will use this information to maintain and update a"Bidder's"list to assist in the annual DBE goal setting process. Firm Name: PALP-, INC- DRAEXrFl PAVImrroMPANY Phone: 562 599 841 2M L€AON AVENUE Address: 'ONr li;°ACH, CA 9080f Fax: FAX(562)591.M Contact Person: N6n r� No. of years in business } Is the firm currently certified as DBE under 49 CFR Part 26? YES NO Type of work/services/materials provided by firm?A% pA _�L0)!sh&rAv4' What was your firm's Gross Annual receipt's for last ear? o Less than $1 Million ❑ Less than $5 Million ❑ Less than $10 Million o Less than $15 Million More than $15 Million This form can be duplicated if necessary to report all bidders(DBEs and non DBEs) information. C-11 Local Assistancc Procedures Manual EXIMIT 12,t • PS&E Checklist Instructions Attachment C • (THE BIDDER'S EXECUTION ONTHE SIGNATURE PORTION OF THIS PROPOSAL SHALL ALSO COjVST1TTa "EMM SEHENTAND=CUTION OF THOSE C,ERTIFICATTO,VS WHICHAREA PART OF 27MPROPOSAL) EQUAL EMPLOYIMIENT OPPORTUNITY CERTIFICATION PACP.INC.DBA The bidder FXCFt P,A,+;,11r3C'(WPA#NY .proposed subcontractor _ _ w _ _ r _ _;hereby certifies that he has has not .participated in a previous contract or subcontract subject to the equal opportunity clauses,as required by Executive Orders 10925, 11114,or 11246,and that,where required,he has filed with the Joint Reporting Committee,the Director of the Office of Federal Contract Compliance,a Federal Government contracting or administering agency,or the former President's Committee oa Equal Employment Opportunity,all reports due under the applicable filling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor(41 CFR 604.7(b)(1)),and must be submitted by bidders and proposed subcontractors only in connection with coatracrs and subcontracts which an subject to the equal_opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of$10,000 or under are exempt) Currently,Standard Form 100(EEO-1)is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1)prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Mtghway Administration or by the Director,Office of Federal Contract Compliance,U.S.Department of Labor. 12�.59 C-12 Page 1245 Local Assistance Procedures Manual EXHIBIT 12-E PS&E Checl'11st Instructions Attachment G DISCLOSURE OF LOBBYING ACTMTIES Complete this form to disclose lobbying actMtes pursuant to 31 U.S.C. 1. T of Federal Action: 2. Sta s of Federal Action: �ZL rt Type: i a.Dldloftlapp0cadon nlual tx Van b Inttla!award maueial change r-ODopfa Y° a postnartl d.ban for Material Change Only* - ang t ban quara d t ban Yaura= ate of lest re arrt mcs 4. Name d Adress of Reporting Entity: S. If Reporting Entity In No.4 Is Subawardee.Enter e Subz*-&dee Name and Address of Prime: 2 Ti_.irknow,� ALP, INC. DBA EXCEL PAYING,COMPANY 230 LEMON AVENUE ONO BEACH, CA 90806 Congressional District,1knowrr Congressional District; lfknown: 6. Federal Department/Agency: T. Federal Program NameMescdpdon: CFDA Humber, tlappAcable 8. Federal Action Number, It known 9. Award Amount,Yknown: S 10. a. Name and Address of Lobbying Entity b. Individuals Performing Services (including address I (d individual,last name,first name,MO: different ham No. 10a) Clasp name,1W name,W (alach Cor>dwatioa Sheegs)finecessary) i 1. Amount of Payment(check all that apply): 11 Type of Payment(check all that apply) $ 13 actual 0 planned a. fewer 12. Form b. one-time fee of Payment(check all that applyx c. commission Ba `� d. contingent fee b. 14dnd;specify: nature e. defened value L other,epeafy: 14. Brief Descrlption of Services Performed or to be performed and Dates)of Service,including officer(s), employee(s),or member(s)contacted,for Payment Indicated In Kom 11: (attach Conftaffon Sheep ) rTnece=M 15. Continuation Sheet(s)attached: Yas 13 No Er 16. ltdama w nrpftW ftwO eds form Ys stuewrhad by MW 31 U.&C-Sadm S772tt= 1352.This di�da:,,.of bberhq actvidea is a mmrstartai mYprasenott�on of tact uvorr,r,parr.nee,�pra�ad or n,.ra�a�,..tmerr rm�tar�arror+.,, Print Name: C.P. B19O N.PRESIDENT male or enwid ift ThM ftdmn is wmhsd pursnm b 31 U.S.C.1= This IW&maesn wN be mpwW b IN Corgm semi ama*and wa ba fie: erabWtoptM> L AnnW=wholardaAaewrmuWftdb:ra. (562)rJ99-584t 2 nun bs simt W a a eve prWy or not Ass than f 10.000 and ed1 mare man Telephone No.: Date F � 3 3?M.M01W@ach wch blurs. Federal Use Only: AX*=dbrLm*Repv*xbam Standard Form UL tta.M-03-95 C-13 Page 12 55 February 1,1998 .EXMrr 12-E Local Assistance Procedures Manual Attachment G PS&E Checklist Instructions • . INSTRUCTIONS FOR COMPLETION OF SF LLL, DISCLOSURE OF LOBBYIlr'G ACTIVITIES Ibis disclosure form sh211 be completed by the reporting entity,whether subawardee or prime Federal recipient, at the initiation or receipt of covered Federal action or a material change to previous filing pursuant to title 31 U.S.C. Section 1352. The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency,a Member of. Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered Federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. I. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence,the outcome of a covered Federal action. 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported,enter the year and quarter in which the change occurred. Enter the date of the last,previously submitted report by this reporting entity for this covered Federal action. 4. Enter the full name,address,city,State and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee,e.g.,the first subawardee of the prime is the first tier. Subawards include but are not limited to subcontracts,subgrants and contract awards under grants. 5. If the organization filing the report in Item 4 checks'Subawardee"then enter the full name,address, city,State and zip code of the prime Federal recipient Include Congressional District,if known. 6. Enter the name of the Federal agency making the award or loan commitment, Include at least one organization level below agency name, if known. For example,Department of Transportation,United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action(item 1). If known,enter the full Catalog of Federal Domestic Assistance(CFDA)number for grants,cooperative agreements, loans and loan commitments. S. Enter the most appropriate Federal identifying number available for the Federal action identification in item 1 (e.g.,Request for Proposal (RFP)number,Invitation for Bid(IFB)number,grant announcement number,the contract grant.or loan award number,the application/proposal control number assigned by the Federal agency). Include prefixes,e.g.,'RFP DE-90-001" 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the awardlloan commitments for the prune entity identifed in item 4 or S. 10. (a)Enter the full name,address,city,State and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influenced the covered Federal action. (b)Enter the full names of the individuals)performing services and include full address if different from 10(a). Enter Last Name,First Name and Middle Initial(Ml). 11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity(items 4) to the lobbying entity(item 10). Indicate whether the payment has been made(actual)or will be made (planned). Check all boxes that apply. If this is a material change report,enter the cumulative amount of payment made or planned to be made. 12. Check the appropriate box(es). Check all boxes that apply. If payment is made through an in-kind contribution,specify the nature and value of the in-kind payment. 13. Check the appropriate box(es). Check all boxes that apply. If other,specify nature. Page 12-54 C-14 Local Assistance Procedures Manual EXHIBIT 12-E PS&E Checklist Instructions Attachment C 14. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s)of any services rendered. Include all preparatory and related activity not just time spent in actual contact with Federal officials. Identify the Federal officer(s)or employee(s) contacted or the officer(s)employee(s)or Member(s)of Congress that were contacted. 15. Check whether or not a continuation sheet(s)is attached. 16. The certifying official shall sign and date the fora,print hislher name title and telephone number. Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time for reviewing instruction,searching existing data sources,gathering and maintaining the data needed,and completing and reviewing the collection of information- Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden;to the Office of Management and Budget,Paperwork Reduction Project(0348-0046),Washington,D.C.20503. C-15 Page 12-55 Local Assistance:Procedures Manual ENMIT 12-E PS&E Checklist Instructions Attachment L LOCAL AGENCY BIDDER-DBE INFORMATION This information may be submitted with your bid proposal. If it is not,and you are the apparent low bidder or the second or third low bidder,it must be submitted and received by the administering agency no later than the time specified in the special provisions. COJRTEJP.M.: BIDDER'SNAME?ALP, INC. DSA EXCEL PAYING CbwPANY CONTRACT NO.: ADDRESS: "`' ` " LONG {J1V BID AMO :S • i,,A guovc BID'OPENING DATE:�fwr_n y ���• DBE GOAL FROM CONTRACT �% 1" VH• rIFM OF WORK AND DESCRIPTION NAIVE OF DBE" DOLLAR PERCENT CONTRACT OF WORK OR SERVICES TO BE (Name of DBEs,Certiflca ion Number. AMOUNT +•` rM%4 NO. SUBCONTRACTED OR MATERIALS and Telephone Number) '•* DBE TO BE PROVIDED DBE 11� 11,11 4r&#!l c. Iqup�t tk�G 0iw `t ) 1510 ou &V-,-L Gensr Q�q FIr AN sr t]fi1��i s Uitr�Awi 5140 2. cr 2-ftl1 .'1'` rtx Ga%e rtk,- (c U)0413s1 ti�• `�•� Total Claimed $lootl. Participation L % I * if t00%of item is not to be performed or furnished by DBE,describe exact portion,including planned location of work to be peff ormed,of item to be performed or furnished by DBE *• DBEs must be certified by Caltrans on the date bids Are opened. Subcontractors and suppliers certified state>fvndcd only cannot be used to meet goals on fedcrally funded contracts. •'• Credit for a DBE supplies,who is not a manufacturer is limited to 6001*of the amount paid to the supplier. (See Section "Disadvantaged Business"(DBE)of the special provisions) DIPORTANT: Names of DBE subcontractors and their respective item(s)of work listed above should be consistent with the name and items of work in the"List of Subcontractors"submitted with your bid pursuant to the Subcontractors Mfing Law. C)E 22.nA I 1 Signature of Bidder Date (Area Code)tel.No. C.P.BROWN,PFIESIDENT Person to Contact (Please type or print) Di=''btmm for NES Projects: (1)0rigind4Ca1a=DLAE ibr NITS Pwimm R)Copy-fxd Agency pmjea file Distribudon for non-NM Pmjtm: (1)Original Load Agency project we DEPT.OF TRANS"RTA7702N (FED DBE)MODIFIED DC-OE-19(REV 09-18A5) C-16 Page 12-67 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT '�'�`��•L`'r�4•r��.'.�'��`4�`:�'�'S:r�L'f`•C�`,�1`C'l`�4"'�`•4(Y4'l`�'Silo'4�4r'�:�•4't`4�?4'�':4Y''G�'4�''.�i•�..'L'C'�'�'�.'�'4'�'�•:Lt'�"i..S.'�. 'Y• State of California County of LOS ANGELES ss. On APR 13 2DO4 , before me, Celeste A. Graham Notary Public Dele Nome w4 Us of 00-cw p Q-,Jww Dm.Notary PWK) personally appeared C.P. BROWN, PRESIDENT b MICHELE E. DRAKULICH, ASST. SECRETARY N■ma{a)ofSq-H o) :)personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are F. CELESTE A.GRAHAM t subscribed to the within instrument and o COMM. 131211 B O acknowledged to me that he/shelthey executed 0 L{ram-fit t,C;A9YFUr.UC-CAtrrFCP,,',IA o the same in h[sther/their authorized CCS MIMES COUNTY capacity(ies), and that by his/her/their !,ty Cornrris5icn Expires July 30, 2CO5 signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official s I. Pleoe Nolary Seal Atowe s9mak"Of Nolary Pubk 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 Signer's Name: ❑ Individual Top of thumb here ❑ Corporate Officer—Title(s): ❑ Partner—❑Limited ❑General ❑ Attomey In Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: O IM N@OmW NMq A"wa*n-MD De 9oroAve.PD-8w 2/02•CTabwom.CA P$31}2WQ-r rMomhoW►ory Prod NO.007 FMwhr.CAN TolTme 14IM97645W ;EXCEL PAVING COMPANY P.O. BOX 16405 A GENERAL ENGINEERING CONTRACTOR LONG BEACH, CA 90806-5195 • STATE LICENSE NO. 688659A (562) 599-5841 FAX (562) 591-7485 C.P. Brown, President: 33 years experience working for other general contractors with the past 22 years being self- employed in own general engineering contracting business. INCUMBENCY AND $I0NATUR11 CERTIFICAT5 OF PALP, INC. The undersigned, Carolyn J. Brown, being the duty elected and Incumbent feretary of PALP, Inc. dba Excel Paving Company, a Callfortsla Corporation (the 'eorporation!), herauy :.::1;;:: ;!:tt the Parsons named below are, on and as of the date hereof, the duty qualified, elected anJ meting Officars of the Corporation holding the office set forth opposite their names below, such officers being authorized to sign, In (he name, of and on behalf of the Corporation. Curtis P. Brown President and Chief Operating Officer Carolyh J: Brown Secretary and Chief Financial officer . Qearge R. McRae Senior Vice President JCurtis-P. Brown Ill Vice President ` Bruce Q. Platt Vice President a Assistant Secretary Mlohole 10. Prokulldh Assistant Secretary IN WITH1088 WHHRBQP, the, undersigned has executed th19 Cortlflasts an of the date set forth below. 100tet Novomber 13, 2001 t • AROLYN . offKja, aratary ;. ."CELL PAVING COMPANY P.O. so. A GENERAL ENGINEEFUNO COl'Y1'ftACTOR LONG MCH, CA 9Qf • ' STATE UCEN38 NO. 688659A 4562 E', FAX (569) 5'. • CREDIT APPLICATION Excel Paving Company 2230 Lemon Avenue P.Q. Bout 18405 Long Sesch, CA 9d806 TelWone: 662.6M66A1 Fax: 602-6M3670 Typo of 13n9ine4c Garora! -0^-!n-r0n Conlractors Contrectoro Lbense* 688669A Fed I.D.0 95.50720U Excel Paving Company 19 a Corporallon CMner, Palp,Inc. 2230 Lenwn Avenge Long Beach, CA 00600 In buslne,ss since Goober 1981 Same location since October 18t31 Property owned by Brown dk hulls Financial mUng with Dun & Bradstreet: Rating 3A2, SIC# 1611 ,US tBa lk,2033 Cherry Ave., Signal Hill,CA 00808 Account Repmmnte0ve; Uz Acres or Cellne Gonzalez Telephone: 6624M2066 or 662-400-2079 Ch"Wng Account#1634-9193 8009 TRAQE REFERENCES: comwny EMU Vulcan M erlals 3268-2777 3J 3 28d-8102 Silvia edondo R.E.H.Tivoldnp 94Q-B9Ia71 DOM91-0606 Gina Mendlola Blue Uawond Materials . 714-1578-9607 714-449-2631 Jetty EestetwaOCi Urals Equipment 600.223-2473 94M52-8607 Mona Covingtvn. SRISCIAL BILLING REQUIREIIOMT8: Straw Job number on Invokes Io exWlts p€rymenl. ' I contra+thafthe above Information Is true and correct, and that we can and W3 comply W11i your terms. G.P. @ o in Date �ret�Idant ;,EXCEL. PAVING COMPANY P O. W) A GENERAL. ENGiNEEAANG CONTRACTOR LONG BFACH, Cal 901k STATE LICENSE NO. 688659A FAX (562)sp 69 44i%r tn.t T.t#f A5 of ht BY.2000 1. City oi'Long Heath 333 West Ocean Boulevard Long Beach CA 90802 Gillis Munroe,Chief Construction Inspector (362) 370-5161 2. Burbank-Glendale-Pasadena Airport Authority 2627 Hollywood Way Burbank CA 91503 Dank Feger, P.L. (318) 840-9416 Or (9I8) 940-9840 I Loa Angeles County PubUo Works 900 8 outh Fremont Avenue Alhambra CA 91803 08ry HWloy,Comtructlon Divislon (626) 458.3I00 EXCEL PAVING COMPANY P.O. BOX 16405 - - A GENERAL ENGINEERING CONTRACTOR LONG BEACH, CA 90806-5195 _ STATE LICENSE NO. 688659A (562) 599-5841 FAX (562) 591-7485 BONDING AGENT: RAPP SURETY SERVICES 23461 SOUTH POINTE DRIVE SUITE 345 LAGUNA HILLS, CA 92653 CONTACT: DOUGLAS A. RAPP OFFICE: 949/457-1060 FAX: 949/457-1070 SURETY: FEDERAL INSURANCE COMPANY C/O SURETY DEPARTMENT 801 SOUTH FIGUEROA STREET 23RD FLOOR LOS ANGELES, CA 90017 OR P.O. BOX 30127 LOS ANGELES, CA 90030-0127 INSURANCE CARRIER: THE WOODITCH COMPANY ONE PARK PLAZA SUITE 400 IRVINE, CA 92614 CONTACT: WILLIAM WOODITCH OFFICE: 949/553-9800 FAX: 949/553-0670 EXCEL PAVING COMPANY OPEN JOBS 2003 ESTIMATED % BACKLOG JOB FINAL WORK WORK REMAINING NO. PROJECTIOWNERIAGENCY INCOME COMPL. 3369 ONE OCEAN TRAILS DR., 187,017 100.0% 0 3589 MEDICI. LOS ANGELES 1,300.961 100.0% 0 3637 12015 HARBOR BLVD.. GARDEN GROVE 292,022 100.0%v 0 3704 TAXIWAY D L.B.AIRPORT 3.698,591 100.0% 4 3714 PIER T. PORT OF LB 14,292,378 100.0% 191 3716 710 FWY PCH TO 405 19.243,795 98.2% 349,155 3721 IMPERIAL Nvr LOSAIVOELES 1,0317.537 99.9% 676 3723 INDIANA&WA VERNON 158,522 86.2% 21,908 3737 4341 E.WASHI COMMERCE 4,354,077 100.0% 0 3742 HENRY FORD, LA 2,700,058 100.0% 0 3747 WEST& EAST ALAMEDA 7,215,816 100.0% 0 3807 OVERLAND AV LOS ANGELES 2,014,005 100.0% 0 3833 GRAND CANA LOS ANGELES 690,359 100.0% 1 3834 GATES 3&4 L.B.AIRPORT 434,826 100.0% 0 3835 SECURITY GA L.B.AIRPORT 350.251 100.0% 0 3836 BELLFLOWER LONG BEACH 587,385 99.8% 1.323 3837 PARKCREST LONG BEACH 576,440 100.0% 0 3838 COLLEGE PAR LONG BEACH 129,620 100.0% 0 3839 VARIOUS STR LONG BEACH 1.414,033 100.0% 0 3841 MANUAL INTE PORT OF LA 10,946,975 1.5% 10.779,418 3843 LAUREL CYN LOS ANGELES 722,540 100.0% 23 3844 SHADY CYN P IRVINE 134,818 100.0% 0 3853 MISSION BLVDPOMONA 1,933.686 100.0% 0 3855 21ST ST., HERMOSA BEACH 93,674 94.9% 4,740 3860 54TH ES, LOS ANGELES 372.883 100.0% 0 3862 VARIOUS ST 0 RANCHO PALOS VERDES 1,335,586 100.0% 0 3865 2627 HOLLYW BURBIGLENIASRP 153,295 99.5% 737 3866 HARDING AVE LA 1,272,458 99.9% 1,897 3867 SAN FERNANDLA 241,369 100.0% 0 3875 ORANGE AVE. LONG BEACH 1,075.722 100.0% 0 3876 PARTHENIA, LA 1,068,233 . 100.0% 31 3880 BERTH 212-22 POLA 5,249,813 99.9% 2,864 3881 BROADWAY LA 2,570,101 97.0% 72,224 3882 RTE 110 LOS ANGELES "13,878 1.0% 13,743 3888 2001-2002 AN BEVERLY HILLS 1,071,191 100.0% 0 3891 DODSON MS LA 417,115 100.0%4 0 3893 CHERRY AVE LONG BEACH 47,332 49.5% 23,893 3894 ROWAN AVE LA 529,889 100.0% 1 3895 PIER S PORT OF LONG BEACH 11,152,520 99.4% 62,192 3898 1200 GETTY C LOS ANGELES 83,066 98.1% 1,5442 ' 3900 CENTURY PK LOS ANGELES 769.641 160.0% 1 3904 ST. JOHNS HL SANTA MONICA 307.699 100.0% 0 3906 ROUND MEAD HIDDEN HILLS 481,337 100.0% 0 3907 ADDAMS ES LONG BEACH 298.607 100.0% 0 3908 13652 CANTA LOS ANGELES 351.000 100.0% 0 3909 AMGEN CTR THOUSAND OAKS 904,004 100.0% 0 3910 AMGEN CTR THOUSAND OAKS 181,997 100.0% 0 3912 GRAND AVE EL SEGUNDO 285,134 87.0% 36.969 3914 ALLEYS- 13TH SEAL BEACH 1.176.425 100.0% 0 3915 OVERLAND ES LOS ANGELES 412.000 100.0% 0 3916 JOHN MUIR M LOS ANGELES 346,489 100.0% 0 3919 AVENIDA MAZ SANTA MONICA 10,370 100.0% 0 3922 BELLAGIO&N LA 1,274,420 67.1% 418,912 3923 OLYMPIC BLV BEVERLY HILLS 1,093,192 100.0% 0 3925 DIAMONDICRE LAGUNA BCH 266.863 100.0% 0 EXCEL PAVING COMPANY OPEN JOBS 2003 ESTIMATED % BACKLOG JOB FINAL WORK WORK REMAINING NO, PROJECTIOWNERIAGENCY INCOME COMPL. ======_ ______-___-_--_= 3926 KENNETH VILLGLENDALE 934.377 100.0°% .0 3927 BUS CENTER, INGLEWOOD 1.228,113 97.9°% 25.627 3929 OLYMPIC BLV LOS ANGELES 501.589 99.7% 1.734 3931 PCH&ADMIR SUNSET BEACH 161,473 99.9% 217 3933 CORONA AVE LOS ANGELES 420,114 100.0% 0 3934 ROSCOMARE BELL 491,620 98.4% 8.016 3937 1730 CORONA LONG BEACH 3.800 100.0% 0 3939 GLENNEYRE SLAG UNA BCH 408,063 100.0% 0 3940 HARDING E.S.,SYLMAR 634,037 100.0°% 0 3941 SOUTH MEE LONG BEACH 334.371 100.0% 0 3943 SOMERSET BLBELLFLOWER 322,468 100.0% 0 3945 CAMINO CAPI SAN JUAN CAPISTRANO 299.287 100.0% 0 3947 TUSTIN AVE., ANAHEIM 3.655,000 62.1°% 1.460,824 3948 PALISADES C LOS ANGELES 209.154 60.0°% 83.625 3949 2300 E.PCH, WILMINGTON 110,062 100.0°% 0 3950 PV.DR/SCHO RANCHO PALOS VERDES 27.036 100.0°% 0 3951 2401 E.WARD LONG BEACH 399,700 100.0% 0 3952 DOWNEY HOS DOWNEY 22,784 36.0°% 14.593 3953 PLAYA DEL RE LAUSD 468,728 100.0% 0 3954 505 N.FIGUER LOS ANGELES 106,331 100.0°% 0 3959 SANTA MONIC LOS ANGELES 42,569,000 19.8°% 34,156,524 3961 YACHT HARBOR, 157,908 95.4% 7,247 3962 S.MACLAY AV SAN FERNANDO 412,397 100.0% 0 3963 EL DORADO P LONG BEACH 156,007 100.0°% 0 3964 LONG BEACH LONG BEACH 343,141 99.8°% 762 3966 13652 CANTA PANORAMA CITY 50,000 15.8°% 42.091 3967 5722 DAIRY A LONG BEACH 5,500 100.0% 0 3967 5722 DAIRY A LONG BEACH 5,500 100.0°% 0 3969 BERTH 2O6-20 PORT OF LA 3,147,023 90.6°% 296,867 3971 VARIOUS&W CULVER CITY 1,178,796 99.7% 3.879 3972 633 W.STH ST L.A 10,760 100.0°% 0 3973 LOS ROBLES THOUS OAKS 311.907 44.1°% 174.453 3976 EXCESLIOR D NORWALK 357,193 100.0% 0 3977 ROSECRANS, NORWALK 200.532 100.0°% 0 3978 WARDLOWICL LONG BEACH 721,029 100.0°% 0 3979 WARDLOWIPV LONG BEACH 786.368 100.0°% 0 3982 ROSECRANS COMPTON 33,650 100.0% 0 3983 18349 FIGUER LOS ANGELES 10.759 100.0% 0 3984 CADILLACNE LOS ANGELES 585,293 63.6°% 213.296 3985 TOWN CENTER HALL 143,281 100.0% 0 3986 ,2627 HOLLYW BURBANK 291,290 99.8% 556 3987 RAMSDELL AV LA CRECENTA 130,702 100.0°% 0 3988 VARIOUS ST R SEAL BEACH 161.607 68.5% 50.980 3969 SEE JASON MARTIN 0 100.0°% 0 3990 OCEAN BLVD LONG BEACH 1,284.138 90.9°% 116,899 3991 ROSECRANS NORWALK 91,835 100.0% 0 3992 NEWPORT BLVDIVICTORIA 279,603 90.6°% 26,341 3993 108016TH RANCHO CUCUMONGA 301.499 100.0% 30 3995 ALICIA PKWYIPASEO DE ALICIA 246.473 100.0% 0 3996 SEE JOB#3984 0 100.0°% 0 3998 COLLEGE PK SEAL BEACH 6,600 100.0°% 0 3999 LILO PKG LOT ANAHEIM 181,180 100.0% 0 4000 HOLLYWOOD WAY OFF RAMP 46,240 100.0% 0 4001 BRISTOLIHEMLOCK 24,140 100.0°% 0 4002 170TH ST.ARTESIA 82,489 6.7% 76,941 4003 710 FRWY/ANAHEIM 312,757 42.3°% 180.578 4004 GREEN VALLY CIRCLE CULVER CITY 1,118.606 98.2% 20,436 4005 CATALINA LANDIND LB 1,400,000 85.7°% 200,181 _ EXCEL PAVING COMPANY OPEN JOBS 2003 ' ESTIMATED % BACKLOG ,JOB FINAL WORK WORK REMAINING NO. PROJECTIOWNERIAGENCY INCOME COMPL. 4006 LB AIRPORT P L.B. 178,897 100.0% 0 4007 LB AIRPORT PWI07104 32,010 100.0% 0 4009 HAVEN ST, RNCHO CUCAMONGA 371,360 99.3% 2,780 4010 MAPLE AVE MONTEBELLO 118.886 100.0%Q 0 4011 BURBIGLEN/PASA AIRPORT 271,638 98.8% 3,223 4012 CAMELLA ES N. Hv^LL`rwrOOD 154,652 60.8% 60,578 4013 FILBERT AVE SYLMAR 36,253 100.0% 0 4014 CANTEBURY AVE ES 471.227 99.7% 1,501 4015 MCCOY CLEAR VW DR 6,500 100.0% 0 4016 STEVENSON/JOHNSON 400.000 91.2% 35,194 4017 POLA BERTH 210-211 1,093.039 2.5% 1,066,079 4018 MT SAC 1,368,000 96.3% 50,968 4021 INGLEWOOD AVE 180,463 100.0% 0 4023 GARDENDALE DOWNEY 146,398 100.0% 0 4024 UCLA KINROSS 1,900,000 35.4% 1,227.856 4025 SANTA MONICA ES 8,880 100.0% 0 4026 GAGE& COMPTON 321,776 89.4% 34,258 4027 BEVERLY HILLS 3RDICIVIC 27,170 100.0% 0 4028 CALIF/BURNETT SIGNAL HILL 80.600 80.2% 15,950 4029 MANCHESTER BLVD. BUENA PARK 107,900 100.0% 0 4030 CAMINO LAS RAMBLAS 227,391 0.8% 225,607 4031 BARTONBURCH/PR1SK 436.139 89.4% 46,364 4032 DORLANDINORWALK 83,009 95.1% 4,109 4033 LB AIRPORT VARIOUS 65,851 100.0% 0 4035 MAINT ST &MACARTHUR 522,995 0.7% 519,177 4038 RE GRP 190TH GARDENA . 19,199 100.0% 0 4039 NO VLY OCC CENTER 419,323 76.1% 100,190 4040 HATH DIN ANTON BLVD 90,000 100.0%D 0 4041 HARVARD AVE. IRVINE 1,076,979 12.3% 944,394 4042 TUDOR WESTWOOD PLAZA 752,500 0.5% 748,617 4043 LAS BRISAS 37,540 87.1% 4,836 4044 BELLI33RD ST MAN. BCH 58,660 0.7% 58,269 4045 5 FRWY, OR.CO 148.290 1.4% 146,241 4047 DAPPLEGRAYIR.H.E. 394,473 85.9% 55,483 4048 4100 RPV SO RPV 350,000 36.6% 221.879 4049 TOWN CENTS COSTA MESA 36,000 100.0% 0 4050 CRENSHAW B LACPW 1,174,657 0.5% 1,168,453 4051 BLDG M-4 NORTHROP GRUMAN 290,000 79.0% 60,872 4052 BAKE PKWY IRVINE 26,900 75.5% 6,588 4053 340 LOMA L.B. 4,200 12.8% 3,664 4055 L.B. AIRPORT L.B. 15,317 100.0% 0 4057 PALO VERDE UCI 574,000 0.5% 570,863 4059 MARK TWAIN LA 600,000 0.7% 595,620 4060 1100 N. GRAN WALNUT 1,170,197 0.6% 1,163.170 4061 PANKOW BLD M.B. 627,000 0.0% 627,000 4063 190 MARINA D LB TRANSIT 94,900 0.5% 94,400 4064 WALGROVE E. L.A. 719,719 0.7% 714,B96 4065 LA CITY COLL LA 322,000 68.3% 102,134 EXCEL PAVING CO. CLOSED JOBS 2003 Year of 2003 -----------------=====i=--=-_________-__--_- --- FINAL=-= JOB INCOME NO. PROJECT NAME AMOUNT 3498 9425 PENFIELD AVE, CHATSWORTH 524,427 3607 BRISTOL ST., SANTA ANA 8,891,538 3662 777 PAULING DR., THOUSAND OAKS 246.729 3666 555 W. TEMPLE ST., LOS ANGELES 833,768 3669 23388 MULHOLLAND, WEST HOLLYWOOD 2,166,833 3672 SHADY CYN/SAND CYN, IRVINE 11,156,694 3693 11847 W. GORHAM AVE. LOS ANGELES 181,777 3720 2699 PALOMA ST., PASADENA 109,929 3732 GARVEY& CORP CTR, MONTEREY PARK 2,292,779 3745 WARNER AVE., SANTA ANA 2,645,776 3752 PIER 400 ICTF, !A 6,718,112 3764 BERTH 230-232 POLA 2,259,075 3768 ERRINGER AVE SIMI VALLEY 520,781 3788 PALO VERDE AVE LONG BEACH 488,074 3796 VARIOUS LOCATIONS SIM1 VALLEY 2,021,101 3797 GOMPERS ELEM SCH LONG BEACH 526,406 3812 2627 HOLLYWOOD WY, BURBANK 3,659,178 3814 PIER 400 LEAD TRK, POLA 3,013,620 3817 PORTSHEAD RD., MALIBU 154,668 3818 BERTH 115 SAN PEDRO 1,603,575 3821 MACARTHUR BLVD. IRVINE 364,009 3829 COMPTON AVE LA COUNTY 1,335,672 3840 CALIFORNIA REHAB GLENDALE 289,022 3846 42ND &ANGELES MESA E.S. LOS ANGELES 626,703 3847 STRT REHAB -GLENDALE 1,967,209 3848 SANTA MONICA MUNICIPAL POOL SANTA MONICA 4,900 3852 BANDERA RD. LA 232,256 3857 9521 DALEN ST, DOWNEY 41,478 3858 VON KARMAN & MAIN, IRVINE 122,403 3859 OLD TOWN WEST, LOS ALAMITOS 848,052 3863 E. PKG LOT AVIATION, REDONDO BCH 434,879 3869 SEPULVEDAIPCH MALIBU 41,910 3870 CRENSHAW BLVD., LA 1,301,618 3871 CARSON:& HELMS CULVER CITY 910,143 3872 TAFT ES, LOS ANGELES 371,367 3874 SYLMAR HS, LOS ANGELES 452,900 3877 LONG BEACH AIRPORT LONG BEACH 28,500 3883 15 AVE SCHOOL LOS ANGELES 245,632 3884 DANA MIDDLE SCHOOL LOS ANGELES 631,459 3885 PIER W PORT OF LONG BEA 385,401 3886 PKG LOTS D & E LONG BEACH 341,042 3889 74TH ST ES LOS ANGELES 270,412 . 3892 CLEVELAND HS 98,100 f r , CLOSED JOBS 2003 Year of 2003 FINAL JOB INCOME NO. PROJECT NAME AMOUNT 3896 FISHBURN AVE ES LOS ANGELES 304,115 3897 2100 AMGEN CTR DR, THOUSAND OAKS 113,884 3899 LOCAL ST REHAB LAWNDALE 348,148 3901 VIEWLINE DR SIMI VALLEY 319,900 3903 LEXINGTON & BURTON BEVERLY HILLS 139,610 3905 RTE 5/60 AT SOTO, LOS ANGELES 7,233 3911 SUPER BLOCK PKG SANTA ANA 208,478 3917 UCLA CAMPUS LOS ANGELES 135,323 3918 MULHOLLAND HWY LA 16,629 3921 BOLSA CHICA& RANCHO HUNTINGTON BCH 25,078 3930 EL CAMINO REAL, LOS ANGELES 373,649 3935 GAULT ST. E.S., LOS ANGELES 594,379 3936 EL MORRO ES, LAGUNA BCH 29,900 3938 DORSEY H.S., LOS ANGELES 159,454 3942 LONG BEACH AIRPORT LONG BEACH 16,022 3944 DANA POINT HARBOR DANA POINT 383,919 3946 2021 E. ROSECRANS, EL SEGUNDO 2,500 3955 WASH & INDIANA, VERNON 150,698 3956 8111 VENTURA, PANORAMA CITY 13,497 3957 SOUTH BEACH IMPVTS, SANTA MONICA 19,250 3958 PIER T GDR XING, PORT OF LONG BEA 77,912 3960 UCLA CAMPUS, LOS ANGELES 47,499 3965 2670 HOLLYWOOD WAY, BURBANK 59,560 3966 13652 CANTARA, PANORAMA CITY 0 3968 OCEAN PK, SANTA MONICA 198,605 3970 CABRILLO AVE ES, SAN PEDRO 375,255 3972 633 W. 5TH ST, LOS ANGELES 10,760 3974 DISCOVERY WELL PK, SIGNAL HILL 57,625 3975 2401 E. PCH, WILMINGTON 7,147 3980 7100 SANTA MONICA LOS ANGELES 4,361 3994 3333 SKY PK DR TORRANCE 5,029 4008 MOOG WESTERN AVE 128,302 4019 GRAND ST, LQ 1,996 4020 PIPE CON PCH 3,800 4022 BOEING PLANT 42 PLMDL 305,399 4034 OSO PARKWAY 53,354 4036 WHITT3ER SCHOOLS 41,231 4037 33RD/ORANGE SH 15,489 4046 LINCOLN/JEFFERSON L.A. 16,011 4054 WORLD WAY WEST L.A. 8,676 4056 2300 PCH L.B 3,400 4058 SANTA MONICA/HILLCREST B.H. 1,550 �l� NS�11 *. ' . Nans a or5ubcontra is Firm: Phone: Address: Fax: ICQLI Z Type of worklserviceslmaterials provided: Number of years in business: Contact Person: -r Is the firm currently certM d's a DBE under 49 CFR Check the box below for the firm's Part 26? 0 Yes p!No annual cross recel is last ear. O Less than SI million U ❑Less than 55 million 0 Aju than S10 million Less than S15 million ❑More than$15 million List tidder's InWnialion for each Subcontractor that bid - subcontracts Inciuding'both DBEs , t Name of Subcontrxctor'a Firm: Phone: -15(f JCM Address: l�00 E t4%41 ST Fax: �&eme.- Q.4 Culls !!Mn lite Type ofwork/servtces/materials provided: Number of years in business: As t, Contact Person: Is the firth currently certified at a DBE under 49 CFR Check the box below for the firm's Part 26? O Yes li'No annual gross receipts Iasi ear. ❑ Less than$1 million Gp10�3-,br, ❑ Less than$5 million ❑ Less than$10 million ❑ ss than S15 million More than S15 million List Hidticr's 1hrormation for cach Subcontractor that hid or quote sub"intracts on DOT-as-iisted projects. In.cluctin' both DBEs anti non-DHEs, is helher succes%ful or unsuccessful in their aftenipts to olyfain cum Name ol Subcontract is irm: .� Phone: Vr"ISI'M Andress: O(VT1 �� Far: (OM 3 Type of work/ser-w•ices/materiais proAded: Number of years in business: eAL PUN ? Contact Person:.0 Is the firm currently certified as a DBE under 49 CFR Check the box below for the firm's Part 26? ❑ Yes yr o annual gross receipts last year. Cljen than SI miWon LA L fuluf%VV Less than S5 million ❑ Less than S10 million [7 Less than SiS mission 0 More than S15 million C;o1�l M;ll Name of C be ntlact W Phone:0-0 (All ZZ�p Address: 5ikk UO. 111MV*a� ,n V Fax: (Sva &OJ-1 ?.d 3cI LA W,(O\ CA Il Type of work/services/materials provided: Number of years in business: (1�'d Mill Contact Person: Is the firm currently cent a DBE under 49 CFR Check the box below for the firm's ana:zal gross receipts last Lear. 0 Less than $1 million than S5 million 0 Less than S10 million ❑Less than SIS million 0 More than S15 million List : • DBEs . t , obtain cont icts.1 I Name of Subcontractor's Firm: Phone: ( ) Address: Fax: ( ) Type of work/services/materials provided: Number of years in business: Contact Person: Is the firm currently certified as a DBE under 49 CFR Check the box below for the frm's Part 262 0 Yes 0 No annual gross receipts last year. ❑ Less than$1 million ❑ Less than$S million ❑ Less than S10 million O Less than S15 million O More than S15 million List Ridder's 1hrormation for cach Subcontractor that bid or clunto subcontracts on DOT-assilited projects. ln'clutlln� both DIM% and non-DBE%, %hethcr succc%%ful or unsucccs%ful in their attempts to obtain contract4. Name of Subcontractor's Firm: Phone:( } Address: Fax: ( } 'Tape of vrork/services/materl2b prodded: Number of years In business: Contact Person: Is the firm currently certified as a DBE under 49 CFR Check the box below for the firm's Part 26? ❑ Yes ❑ No annual 1gross recei is last year. 0 Less than $1 million 0 Less than SS million 0 Leas than SIO million 0 Less than$15 million 0 More than S15 million ��tC�+G4L list Bidder's 14oinwiion Nr each Stibesintravlor that I)i(i or clumv sulpeontraci% on . - Name of nbcontractor's Firm: Phone:(Tq Address: ��AA(9, QVPYW1 krr Fax: W %{e Z LOS V% Type of work/services/materials proi•lded: Number of years in business: Ir ` Contact Person: • uv\ Is the firm currently certified�A►s a DBE under 49 CFR Check the box below for the firm's Part 26? Q Yes 0'No annual gross receipts last X.-sr. ❑Less than St miiliou U 5501 �3 d Less than S5 million 0 than S10 million Less than SIS million ❑More thaw S15 m11 ion List i 1cr's Inibimation rarSubcontractor r — or quotesubcontracts1 1cct&.Inciudin I g both DBEs and r i 1 obtain contracts. Name of Subcontractor's Firm: Phone: Address: It,5tt, I1�...i Ail, � Fax: ejO -101 A ldl Y1 q f\Uit'"'��S++��--�C Oj tqo Lp Type of work/services/materials provided: Number of years in business: �QGut CM Contact Person: Is the firm currently certified as it DBE under 49 CFR Check the box below for the f rm's Part 26? El Yes C]No annual gross receipts last year. ❑ Less than $I million �.1C� G�10-�5gj ❑ Less than$5 million ❑ ess than S10 million ess than$15 million ❑ More than$15 million List Bidder's 10formation bid or quate subcontracts on POT-IsSIS14.11 1 and non-DRE%. obtain contracd. Name of Subcontractor's Firm- Phone: (711) Address: sl t . 0 , Paiwo rG Avu Fax: (149 Bgl 10181 Lps An t (A q QV4 Type ofRork/senices/materials provided: Number of years in b siness: Tot Contact Person: ,,` Is the firm currently certified s a DBE under 49 CFR Check the box below for the firm's Part 267 ❑ Yes No annual gross recei is last year. ❑Less than Sl million L i c ,*:. \101,11--13 D Less than S5 million ❑ Less than $14 million O Len than SIS million Mon than$15 million U Name of Subcontract is Flan: Phase: . L Ayk 3'11 qZ.o2 Address: Lk(A 13 . S 1k%1-0 PtVU Fax: Qn 7i�� UfM& CA 00,4550 Type of work/serflces/materials proNlded: Number of years In business: to�., t1r; L, Contact Person: Us Is the firm currently ce ied as a DBE tender 49 CFR Check the box below for the firm's Part 26? d Yes TRIO annual gross receipts last year. O Less than S1 miltion LSL O Less than $5 million O Less than S10 million O Less than S15 million More than$15 million List Bidder's InWnjalion for each Subcontr2clor thil bid or quote subcontracts on I)OT-a.%-,-l.-,Icd projects.Including both DBEs : Name of Subcontractor's Firm: I Phone: ov qcn qs% Sm 1 Address: kR7j$ �.�� Pry Fix: (itJ CM el-SQI(A Type of work/services/materials provided: Number of years in business: In k Contact Person:Tom Sin cm S ev% Is the firm currently certified��ass a DBE under 49 CFR Check the box below for the firm's Part 26T O Yes LINO annual oss recet is last ear. ❑ Less than $1 mWion O Less than SS million ss than Sio million 0 Less than S15 million 0 More than$15 million attempts Name of Subcont etor's Firm- Phone:(114 �0 i S �r r.1'' Q.1 C.r Address: a�t� S . G-t�i O d Sr vas: h"0 5Z0 4OZ. r TSO!A Type of work/services/materlals provlded: Number of years in business: 1,0 k :-:JC� Contact Person: G v Is the flan currpeently certified as a DBE under 49 CFR Check the box below for the firm's Part 26? Q'Yes O No annual ross receipts last year. O Less than$1 million O than$5 million Leas than$10 million ❑Lisa than $15 mlWon 0 More than$15 milllon Name of ubcontractoLff Firm: Phone:UD CU-11 MCI Address: -IZI)b SC. Mt" A- Cl Fax: (5W aZ-1 3 1 n CIOW I Type of work/sers"ices/materith provided: Number of years in business: L,L J� E(t f.TV'i(hV Contact Person: -m) SIMOAS Is the firm currently certified as a DBE under 49 CFR Check the box below for the firm's Part 26? 0 Yes 2"f10 annual gross rccci is last year. 0 LRss than S1 million Uc- 1tb 0 Less than$5 million 0 Less than SIO million PIAW than$15 million 0 More than SIS million List Bidder's lnfb�rnationfor each Subcontractorbid or quote1 1 / projects. 1 both : s and non-t)BEs.i%licther succc%%rul1 1 obtainr Name otSuhcontractor'R Faun: K,Q S-� n`� Phone: (7N OZ 14tS Address:Uoa E CprGY1a-d0 ST Fax: h"B f03Z IBS" N'YL&W Type of worktservices/matertals provided: Number of years in business: Contact Person: Q�n n Is the firm currently ce 5e a DBE under 49 CFR Check the box below for the Frm's Pan 26? 0 Yes la annual gross receipts last year. ❑ Less than Sl million 2�' l A - 10 0 Less than S5 million L q1� `�t 0 Less than$14 million O Less than S15 million More than S15 million List Bidder's InrormationSubcontractor 1 projects. 1 1 obtain contracti. Name of Subcontractor's Firm: I Phone:( ) Address: Fax: ( } Type of work/senicestmaterials pro`lded: Number of years in business: Contact Person: Is the fum currently certified as a DBE under 49 CFR Check the box below for the rwm's Part 26? ❑Yes ❑No annual gross receipts last year. 0 Less than S1 million 0 Less than SS million 0 Less than S10 million 0 Less than S15 million 0 More than$15 million STY( t` obtain Call + Name of ubcontractor's Firm: Phone: � h 1) e13 CeT3 Address: ,cal Vika.tnAj" ID%— Fax: h1q 013 Oa45 UMMiA CA Type of work/services/materlals provided: Number of years In business: VAI Contact Person: Is the firm cur, ntly certified as a DBE under 49 CFR Check the box below for the firm's Part 26? EYYes 0 No annual gross reccl is last ycar. ❑Less than 51 miWon LA `-�5~'1 CJ�y 0 than $5 million Less than S10 million ❑Less than$15 million 0 More than$ly million Lis Biddees Infoiniation for each Subcontractor that bid or quote subcontracts on VOT-asONted projects.Including; both D : : Name of Subcontractor's Firm: Phone: h"f 8q3 5telL QUEWU�A Address: r&V E. OAA J I- � f Fax: l P4 N$ 514 r"`iX1YtW% CA Rt?)' Type of work/serviCtSIM terfals provided: Number of years In business: l5 Contact Person: &OA Is the firm currently certified as a DBE under 49 CFR Check the box below for the firm's Part 26? 0 Yes ❑No annual gross receipts last year. ❑ Less than $1 million ❑ Less than S5 million EFL-ess than S10 million ❑ Less than Sly million ❑More than S15 million projecm Usi Bidder% Inflormatio-n roreach Subcontractor that hid or quote subcontracts an I)OT-assisled Name of Subcontractor's Firm: Phone: fW O(W f09"10 Address: ,52p( Fax: (401 qW 0220 0nTwflD Gx . Ott-7tcl Type of o� rk/serti�i_ce;Imaterials provlded: Number of gars In business: emu. , C ow- ST r� e- Contact Person: �� M Is the firm currently certified��ss a DBE under 49 CFR Check the box below for the firm's Part 26? 0 Yes 590 annual gross recel is last year. O thaa$l miWon LtG -W --I2Z1 Less than S5 million 0 Leas than$10 million 0 Less than$15 mlWon 0 More than SI5 million List HiddWs lnfarnmtion For each Stibriviaractior that Wd fir quiple NOW111111-act.. fill Mime of Subcoa ctor's plum: Phone:(J►) tOIA 4550 pl n Address: 1S3 Q. Fax: la341 ihii* c1 G; � a1Vdb Type of work/sersices/materials provided: Number of years In business: 31 �- TY•i A f1 Contact Person: DOUG PL4 Is the Clan currently certified as a DBE under 49 CFR Check the box below for the firm's Part 26? 0 Yes PIN& Annual gross receipts last year. 't ❑Less than$1 million LtG 3��O006 HIM than S5 million 0 Less than SIO million 0 Less than$15 million ❑More than$15 million List Bidder's r on rSubcontractorbid or quoter on , projects. , both DBESSInd non-DBEs. or to Naate of Subcontractor's Firm; Phone: (RU q t0Z 50-1 Ll fK :P n Address: 11'L'L AU S A q Fax: (bit) e)i q SOS t�. Co�►�na ar�ao Type of worklservices/materiahprovided: Number of years in business: tYi P n Contact Person: Is the firm currently certified}�s a DBE under 49 CFR Check the box below for the firm's Part 26' 0 Yes G'No annual gross receipts last year. 0 Less than$1 million 0 Xass than S5 million R'Less than SIa million 0 Less than S15 million 0 More than$15 million projects. induding both Mirs and non-DHEs,i%liel her succesi%ful or unsuccessful in their attenipts to r + Nance of Subc ntraetor's Firm: Phone: Aa Address: ,w Toaq WAV Fax: Cal &S ~1 s a 6M UNA, Ohn Type of work/senices/materials provided: Number of years In business: Contact Person: j R Is the firm currently certifiedP�as a 15BE under 49 CFR Check the box below for the firm's Part 26? 0 Yes 9190 annual gross receipts last •ear. 0 Less than$I million UlcC� than$5 million 0 Leas than$10 million 0 Less than$15 million 0 Afore than S1S wHUon P��� Name of S beontmetoes Firm: Phone: � B101 $1 Address: k�� F1t' {XD Fu: " biq 7ASIA Type of work/senices/materiak provided: Number of years In business: Contact Person: Srv-V6 �ea� Is the firm currently certified as a DBE under 49 CFR Check the box below for the firm's Part 26? Yes 0 No annual gross receipts last year. 0 I.w than S1 million O Less than$5 million than S10 million 0 Las than S1S million 0 More than$15 mlfllon List Bidder's into;n3ationfor each Subcontractorbid or 1tc subcontraction DOT-a%sistcd projects.including11 DBEs + or unsuccessful in their aticnipts to obtain 1 Name or Subcontractor's Firm: Phone: ( ) � OS0 r + {►, `i Address: VO lbt , %UA Fax: U,A&► (A- Type of work/services/materials provided: Numberotyears in business: kr $N� Contact Person: tFA Is the firm currently certified as a DIYE under 49 CFR Check the box below for the firm's Part 26? O Yes VNo annual gross recel is last year. ❑ Less than Sl million O Less than SS million �.t O I.Ass than S18 million s than S15 million 0 More than$15 million List lliddcr's Information for each Subcontractor flint hid or quote subcontracts ass DOT-assisted I 4 both DREs and non-DREs, attempts obtain1 Name of Subcontractor's Firm: Phone: ( ) Address: Fax: ( ) Type ofwork/senices/materials provided: Number of years in business: Contact Person: + Is the Elm currently certified as a DBE under 49 CFR Check the box below for the firm's Part 26? ❑Yes 0 No annual gross recel is last year. 0 Less than$1 million D Less than SS million 0 Less than S10 million 0 Less than$15 m1won 0 More than 515 million I fWJV -a 1 - Urt�.�TICS Name of Subcontractor's Firm: Phone: S '� Address: ck�00 123t�rtj . .� F:uc: I CiW Type of work/senices/materlals prodded: Number of years in business: 2 Contact Person: `` . . JDk-z Is the Tian currently certffl de�s a DBE under 49 CFR Check the box below for the firm's Part UT 0 Yes 8'ir'o annual gross receipts last year. •Less thou S1 minion + e— A;t-- l2 0 Less than SS million �•l `'t J • Lcss than S10 mWion 0 Less than S15 million ore than S1S miLion List Z +cr"s infoiniationror cach Subcontractor bid or quote1 an f projects. 1 both DHEs and non-DBE,%. 1 1 obtain 1 Name of Subcontractor's Firm: Phone: (42Q C{(gJ &numCo-%=cm Address: (* G. sma �i g%o t 0 Fax: ((tYd a 46 - i -- CA Type of work/services/materials provided: Number of years in business: Contact Person: AYT ' Is the firm currently certified as a DBE under 49 CFR Check the box below for the firm's Part 25? 901'es ❑No annual goss recei is 1as#year. Q JAss than $1 million U1 {� (��32r�► Less than$5 million ❑ Less than$10 million ❑ Less than $15 million ❑ More than$15 million Ust Bidder's Information 1 i bid or quate subcontracts on DOT-asshled projects. Inclu V11 1 1 Name of Subcontractor's Firm: Phone:( } Address: Fax: ( ) Type of worlc/senices/materials provided: Number of years in business: Contact Person: Is the firm currently certified as a DBE under 49 CFR Check the box below for the fcrm's Part 261 ❑ Yes 0 No annual gross receipts last year. 0 Less than$1 w1won 0 Less than$S million D Less than S10 million 0 Less than S13 m1Wou 0 More than$15 million Name of Subcontractor's Firm: Phone: r (A Address: 103S W. C,4 Scant: Sr Fax: (eV 55q 511 A'LUS4 CA ArioS Type of srork/services/materfafs provided: Number of years in business: Contact Person: ti L ' Is the firm currfatly certified as a.DBE under 49 CFR Check the box below for the firm Is Part 25? G'Yes D i:o annual rocs receipts last year. 0 Less than Sl mlllion U V17/2, D Less than 55 million than$10 million D Lass than S15 million 0 more than SlS MUH00 List eidder's Inroiniation for cach Subcontnctur that bid or quote . DOT-assisted projects,. Includiiigboth rc Name of Subcontractor's Firm: Phone: to)32.4 J it4 I Address: `lt5, � C"S� lau,y�, -. F Fax: (svo 3 ;5A m.i Ya CA a01`V(F Type ofsvorktservices/materfals provided: Number of years In business: Contact Person: 1, _ vu Is the firm currently certified�s a DBE under 49 CFR Check the box below for the firm Is Part 26? ❑Yes Lq'�I0 annual gross receipts last year. ❑ Less than $1 million lrt c :kV- Mej�A ❑ Less than $5 million D Less than S10 million ess than S15 million i]More than S15 mlllion List Didder's Inrormation for vich Subrontrictor that hid or quote subcontracts on DOT-as5isled ptojects. Inclu ing both 011F.'s and non-MIrs,ii hether successful or unsucccssrild In their attempts to obtain Name of Subc ntractor's Firm: ; : Phone: 1 Address: 0 0� 6161 Fax: (bea -1&* -'722$ $ti tJ Type of w ork/services/materials provided: Number of years to business: Contact Person: Wl Is the firm currently certifiWINS s a DBE under 49 CFR Check the box below for the firm's Part 16? ❑ Yes o annual gross receipts last year. 0 Less than$1 million d Less than SS million L.t D Less than$10 mWion than S1S Million 0 Mort than$15 million Name of Sa oatractoel!JF1rp3:m Aad Phone: Address: 748 1J. POP kv- S; Fax: d1fV8 fg31 6MA — w Type of work/ser-wiceslmaterials provided: Number of years in business: AO t- Contact Person: 1s the firm curry�ntly certified as a DBE under 49 CFR Check the box below for the firm's Part 26? OTes 0 No annual gross recel is last year. 0 Less than S1 million UC, i�-- V4201a than S million ❑ Less than S10 million ❑ Ltas than$15 million ❑More than S15 million List Bidder's lntb�niation for each Subcontractor that bid or quate subcontracts on DOT-a%sf%tcd DBEs a Name ofSubcontractor's Firm: I Phone: (lot) 4142,Amen ctyp Z5�7 Address: PO &7A 4100-7 Fax: Q,J PA2, brw C T�•pe of w orklserviceslmaterials provided: Number of years in business: Contact Person: D4LIt J out S Is the firm currently certified as a DBE under 49 CFR i Check the box below for the firm's Part 26? 0 Yes 0 No 2nna2l ross receipts last year. 0 Less than S1 million 0 Less than S5 million U6 -tt-- (033OUD Less than S10 million 0 Less than S15 million 11 More than S15 million List Bidder's nformition for cach Subcontractor that bid or quotr subcontracts tin DOT-aWslcd obtain con�tracls.l Name of Su ontractor'a irm: Phone:(?" (pZ7, 2Z� Address: OAS I S. EaSr CviA A�* Fax: MP Z 300 LOMM)�. et 6� it u(l Type of v+orh/services/materials provided: Number of years In business: Id r Contact Person: UqGS Is the fum curpatly certified as a DBE under 49 CFR Check the box below for the firm's Fart 26? VYes 0 No annual gross receipts last year. 0 Less than$1 million ❑ Less than$5 million�j pus than$10 million 0 mess than$15 million 0 More than$15 million ♦ Name of Suhtontract U Ft Phone:f 7OV 6243 _9q 4 a 1 111.50-.1 M NWAddress: 1010 N. &TMll fk Fax: (11T We Type of work/services/materlals provided: Number of years In business: Contact Person: LW4CA S F, Is the firm currently certffled As a DBE under 49 CFR Check the boa[below for the firm's Par;26? 0 Yes 1no annual ross receipts last year, 0 Less than S1 million a Less than s5 mWion U ''t s dean S10 minion ❑ Len that$15 million 0 Moue than 515 mil ion or both DBEs . j or Name of Subcontractor's Firm: Phone: { Address: Fiv ( j Type of worktservices/materfab provided: Number of years In business: Contact Person: Is the firm currently certified as a DBE under 49 CFR Check the box below for the firm's Part 26? 0 Yes ❑No annual gross receipts lost year. ❑ Less than S1 mWion 0 Less than S5 million 0 Less than$10 million 0 Less than$15 million 0 More than$15 million List Bidder nformation for each Subcontractor Mat bid or illiole %ubcontracts an DOT-as-d-Jed Name of Subcontractor's Firm: Phone:( j Address: Fax: ( j Type of work/services/matertals proAded: Number of years in business: Contact Person: Is the firm currently certified as a DBE under 49 CFR Check the box below for the firm's Part 26? 0 Yes ❑No annual igross receipts last year. 0 Less than$1 million 0 Lcss than S5 mUou 0 Leas than $10 million ❑Less titan $15 tnlWon 0 More than$15 million LAW S cec Name of Subcontractor's lqnn,. Phone: CQ -101 (AII E �Ii f Address: 2SI0 el 4JOIAUT Sr- Fax: �Pyy qq -1 (f4 Type of work/services/materials provided: Number of years In business: C.A11 DSCA K 2 t IY(L kVk. WirmAl 1P1VA11j4 Contact Person: Cam} Is the firm currently certified as a DBE under 49 CFR Check the box below for the firm's Part 267 0 Yes R( o annual gross recei is last tar. O than SI million Less than S5 million O Less than SIO mllllon O Less than SI5 million 0 More than$15 m[llion List 1cr*s Inroritiationfor cach Subcontractorbid or quotc1 { projects,.lncludir�gg both DBEs and non-OBEs.mlietber1 Name of Subc utracto 's Firm: Phone: ( Q Address: 90 piC 5M371 Fax: (SW p CAType of worktsenices/materials provided: Numberof years in business: , Contact Person: Is the firm currently certified,aass a DBE under 49 CFR Check the box below for the firm's Part 26? ❑Yes C�NO annual gross receipts Iasi year. ❑Less than $1 million u(, Jor- (CeR51,q i WUss than SS million 0 Less than SID million 0 Less than SIS million i7 More than$15 million List 11idder"s Inrormation { ! hid or projects. both 1 Name olS,T to actor's Fi : s� 1 ph°nt`h►`�) 0i'� ogo3 MM- Address: PO * ?sleo Fax: h,� (A.I OJO OrMC L CA Type of work1sersiceslmaterials proAded: Number of years in business: 10 fi.. r . Contact Person: is the firm currently c rti#lPN4Nicol a DBE under 49 CFR Check the box below for the fcrm's Part 26? 0 Yes annual gross receipts last year. 0,14M than$1 million Ef Less than$5 million W, V—r- (-OSIAW�p 0 Less than$10 million ❑ Less than SIS million n Mart than S15 million Name ofSubc tmetor's FYrm: Phone;(Jq 612. 1gI1D Address: ke)%J GkAVICO Fax: (hq 512 1%41Z Type of work/services/materlais provided: Number of years iu business: Contact Person: Is the firm cur�ently certified as a DBE under 49 CFR Check the boi below for the firm's Part 26? t+ Yca 0 No annual gross receipts last year. ❑ Less than$1 mtliiou 1 0 Less than S5 million Less than S10 million ❑Las than S15 million ❑More than$15 million List tSubcontractoron DOT-a%shtc projects.Including hoth DBEs t or unsuecc%srul In their alicnipis to Name Mabcontmetor' Firm; Phone: j �2i OA O S C4 PC Address: ,, /o.L Fix: qP a&!Y-! � Yr s Type of work(services/materials provided: Number of years in bhkiness: tot. Contact Person: 0 W.) Is the firm currently certified as a DBE under 49 CFR Check the box below for the firm's Part 26? Q Yes 0 No annual gross receipts last year. ❑ Less than S1 milllon 1 ❑Less than SS million ❑ Uss than S10 million ss then S15 million ❑ More than$15 million List Bidder's furartnation for each Subcontractor that bid or quote subcontracts an DOT-a-i-iisted projects. Mcluding both DIMs and non-DRE%. ulidlirr -successful or timucccs%ful In their aftempts to obtain contracts.I Name of M oatractor's Firm: Phone: 3-3 002,3 Address: Was 5ctM,h t.c O, Fax: tO 313 QO�tp VO-A A U j4 S Type of work/services/materials provided: Number of years in b siness: CoataMFerson: Is the firm currently certified as a DBE under 49 CFR Check the box below for the firm's Part 26? 0 Yes 8'No annual gross receipts last year. 0 Less than S1 million 0 Less than SS million Leas than S10 million 0 Less than S15 million n More thsa S1S million CITY OF HUNTINGTON BEACH 2000 MAIN STREET CALIFORNIA 92648 OFFICE OF THE CITY CLERK 2004 , 06, Enclosed please find your original bid bond issued by C-72/ 11,4%o ` 0 T Aeo;4 i EZ%S for (2!j/,5�3 11sz- Joan L. Flynn City Clerk JF:pe Enclosure g:/followup/cashcont/returnbidbond.doc 1 Telephone:714536-52271 Bond No. Bid Bond BID BOND The American Institute of Architects, AIA Document No.A310(February, 1970 Edition) -KNOW ALL MIT BY IME PRESEN'1�,that we -Sequel Contractors,Inc. as Principal hereinafter called the Principal,and Federal Insurance Company a corporation duly organized underthe 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 (S I 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 Maeolia Street(CC 1153):Hamilton Avenue(CC 1155):and Yorktown Avenue(CC 1156) . NOW,'IEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Coils 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 firmished in the prosecution thereofy or in the event of the faihrsr 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 v6hich the Obligee may in good faith contract with another party to perform the Work covered by said bid,then ibis obligation F shall be null and void,otherwise to remain in full force and effect. Signed and sealed this Ist day of April 2CO4 'Sequel Contract nc. _ Wimss Y" � SP.�iG�Pr}� Namell'itie Federal Insurance Company . Surety (Seal) ct. I Witness By' Attorney-in-Fact Douglas .Rapp ORSC 21328(5197) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -y I' I I• State of California ss. County of ORANGE I On APR 0 1 2004 , before me, CHRISTOPHER J. COATS, NOTARY PUBLIC I Date Name and Title of Officer(e.g.'Jane Doe,Notary Public") ( personally appeared DOUGLAS A. RAPP Name(s)of Signer(s) A personally known to me r proved to me on the basis of satisfactory (, evidence to be the person(s) whose name(s) is/are I subscribed to the within instrument and OFFICIAL SEAL acknowledged to me that he/she/they executed TAR PUBLIC-CALIFORNIAJ.COAM y the same in his/her/their authorized NOTARY PUBLIC- LIFOR .� I' COMMISSION#1267699 C capacity(ies), and that by his/her/their ORANGE COUNTY ' signature(s)natures on the instrument the person(s), or • 141y Commission Exp.July 16�2004 9 ( ) P ( ), (' the entity upon behalf of which the person(s) I, acted, executed the instrument. I WITNESS y hand ydoffic' eal. I I' Place Notary Seal Above ' S na of Notary Public f• ( 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 thiq form to another document. Description of Attached Document I. Title or Type of Document: Document Date: Number of Pages: I Signer(s)Other Than Named Above: .I ( Capacity(ies) Claimed by Signer r' Signer's Name: ( ❑ Individual e - ( I, El Corporate Officer—Title(s): Top of thumb here .I ❑ Partner—❑ Limited ❑General I ❑ Attorney in Fact r I' ❑ Trustee ❑ Guardian or Conservator ❑ Other: I t I Signer Is Representing: I I• 0 1999 National Notary Association•9350 De Soto Ave.,P.O.Box 2402•Chatsworth.CA 91313-2402•x .nahonWnotary.org Prod.No.5907 Reorder:Call Toll-Free 1.800-876.6827 Chubb POWER Federal Insurance Company Attn: Surety DeparUnent OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren,NJ 07059 KnOW AC by These PnesGerhts.That Fir=DEIiALWSURANC E COMPANY,an indrana Corporation,VIGULAW R+ E RANM COMPANY.a NewYo k o xporador4 and PACIFIC INDEM'WrY COMPANY,a Wisconsin corporatioq,do each hereby c xxmuw and appoint Douglas A. Rapp or Linda D. Coats of%Laguna Hills, California----------------------------------- each as!heir true and lawful Attorneyari Act fo execute under such des%ration in their names and to aft their corporate soaks to and deriver for and on their beW as surety thereorh or otherwise,bonds and undertakings and other wrr"brgs obfigabry In the galore thereof(oilier than bat bonds)given or executed In the course of busness.and any k*trurnernts amendrrg or altering the same,and eonserds to the modification or alteration d any Insummwd referred to in said bonds or obrodorm in Witness Whereof.said FEDERAL INSURANCE COMPANY.VOLAKT INSURANCE.COMPANY,and PAMC INDEMWN COMPANY have each executed and attested these pmsents and affixed Garr corporate seals on Chas 2 2nd day d January, 2004 Fcenneth c.wander.Assistant SecnErtary E.kobenson. STATE OF NEW JERSEY j . ss. County of Somerset ahtry 22ndwor January, 2004 ,beingvw.amftYP&bkdNvwJNNY.Pwwr„lycw*KwvmmrG%WdKaarkKW to be AwlsW t Secretary of FEDEM tr,A Fir 4M COMPAW.V1GtLMf T PSth1A M COMPAW and PACM 14HAffTY COMPiWY,the cnmpranles wgdi pra*d 1v foregoing Power or Attorney,and ft Said Karrmdi C.Wendel bekg by me duy&won did depose rind my"he h Mrlst mt Secretary d FEDERAL FWAANM CowAw. VIGRAt4r Rr4URANCE COMPAW.and PACIFIC WDE3r WN COMPAW&W!snows ttw corporals sears lserod,list the seals asbmd to lie iomg&V Pow arAnxney era sucfroorp=Wseats and weretwoba►lfrredtysurhorfydaria&j-tawsdsWdCamparkr aid fWhestgnW"dPowwofAb meyssAssrstmUSeem(myasWCampanies by Ike aufiany;and that he is acxfuabded with Fm*E.Etc+wbon,srd bows him to be Vice President of said CarparAsm and to the Ar ak"of Frank E.iiabararrr, subacribed to said Power d Attorney Is Into pemik*handwrltirg of Frank E.Mbeds*%and was hereto w1wat ed by atatiarhy d said Bylaws and in depwwirs row Nota!w seat • Kamm A.Pke _ Notq pubric SbLe of New Jersey • a-( u &t& No.22311647AV - - - r4otary Pubic ����G w F`•��i; t1C.nrr+ ., ne TiON of FEDERAL W A RANCE COMPANY,ViGLAM INSURANCE COMPANY,and PACIFIC NDOANrf Y COMPANY: "As attorney for and on beW d the Company may and shalt be exn+urted in the name and on behalf of the Company,either by Cie Chairman or the Presidennt or a Vice President or an Assistant Vice PresideM jointly wfCs the Sea fry or an Assistant Sew",under their ay be engraved,pbAed a(Itographed. The o(each of the"owing officem Chairmam P Ww President.anyAssistad V ow Pmsidwi.any Secretary.any Sew�the"W othee Coypvy may be affixed by facsimile to any power of attorney or to dry 0"Wk:a1e relating!hereto appointing Assent secretaries orftorn ys in-Fad for purposes only of executing and attesting bonds and undertaidrgs and other writings obligatory In the nature themot,and any such power d attorney or earbkzte bearing such dac*n1e signab"or facsimle seal alias be void and Wndmg upon the Company and any such power to executed anid certified by such facemile signature and f=kriie seat abaft be Vafrd and bkhdrng upon the Company with respect to any bond or undertaking to which it is attached.` f,Kenneth C.Wender,Assistant Seaetaryd FEDERAL.MURANCE COMPANY.VtGL ANT INSURANCE COMPANY.wW PACM NNDEMV(TYCOMr'W (the-Cv?pmjes-)do hereby certify that . m the foregoing extract of the sy-Laws of the C4npanles Is true and r (g, the Companies are duty icensed and arrftea:ed to trwrod surety business in as 50 of the!fitted States of Arnedca and the Disbid of Columbia and are authortzed by Cie U.S.Treasury Department;further.Federal and Ygitara are ioonsed in Puerto Rico and the U.S. Virgin Istands,and Federal is icensed in American Samoa.GLmn%and each dthe Provinces of Canada except Prince Edward Isla 4 and (a) the foregoing Power of Attorney is true.comet!and In fret force and effect GNen order my hand acid seats of said Coniparriies at Warren,lid fLiis 1 s t day of April, 2004 �DlAltt'• �iS 1s 4'k *4'fiY YQ�# Kenneth C Wendel,Assistant Secretary IN THE EVEN'YOU WISH TO NOTIFY US Or A CLAIM,VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER,PLEASE CONTACT US AT ADDRESS US I ABOVE,OR BY Telephone 9DB 903-3485 Fax (908)903,%% e-nol: s=ty0chubboom CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California Ss. County of i3OS _A_NSE FC__ On AN 0 t . before me, MICHAL%L A.MAHLER,NOTARY PMIC Dare Name and race a officer to g.,Jan-Doe.Notary pub K") personally appeared Thomas S.Pack.Praat•i4„+ �'�`"�s'of syvgs) - p� ersonally known to me ❑ 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 helshelthey executed a the same in his/her/their authorized ' '�'o •AY�'�--nor + capacity(ies), and that by his/her/their c:.,-� •-' Los ANGELrs ca.Mr Y toy cormnGP NV 13.2WS +� signature(s)on the instrument the person(s),or 44; the entity upon behalf of which the person(s) acted, executed the instrument. NESS my hand and official seal. F1aoe Noisy sear Above svnah"of H«ry P+ac OPTIONAL though the information befow 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(les) Claimed by Signer Signer's Name: ❑ Individual Top a thumo h 0 • Corporate Officer-719e(s): ❑ Partner—❑Limited ❑General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator C3 Other_ Signer Is Representing: iC 1937 Nat�ww Notary A%sociabon•93!W De Seto Ati-.,P O.69x 2'02•f.ha4*oah.CA 913t3-2402 Prod No.5907 Reader CO Tel-Fro*1.900-S76-R27 4 shG w. �.. .:,. ... �.d.... .....:.:... ...... ... .�^'. a••. r.. .` '.''s.n�,'` ;to;;' JN .: :mow.1., :�:,'/. •.�YK :e•°; ,}''k. .:�• ... : K.. � . .. i.i ....:,(�LI Y LL�...�._. r.:.•!.:� Y�', n.Ai:F.:t ..}.>. .i +��:%Y. �l.Y +-k - TRN 546 Im I Hwy. S n ►. 3' Santa Fe prl gs,'`CA IM7.0 §. Lop; -EA L'I:J). .. 3PI' 3 : 13546 Imperial Hwy.Santa Fe Springs,CA 90670 SEALED? Wn E1� I r.i F I lwv F^�7 e � 'r City of Huntington Beach Public Works Department 2000 Maln Street Tel. (714) 536-5431, Fax (714) 374-1573 .ADDENDUM NUMBER ONE For MAGNOLIA STREET REHABILITATION. CC 1153, HAMILTON AVENUE REHABILITATION. CC-1 155, STPL 5181 AND YORKTOWN AVENUE REHABILITATION, CC-1156, April 5,2004 Notice To All Bidders: Please note the Kmving tfalritication to the Project Plans, Specifications,and Special Provlslons: The existing Federal Wa;je Rates(GENERAL DECISION: CA20030035, Dated:0310512004)within the subject projects' specifications shall be replaced with the attached Federal Wage Rates (GENERAL DECISION: CA20030035, Dated: 0410212004) and are Included with this addendum No. 1., (atee attachment). Attachment: Federal Wages Rags (GENERAL DECISION:CA20030035,Dated:0410212004) This Is to acknowledge rec.alpt and review of Addendum Number one,da April 5,2004. SEQUEL CONTRACTORS, INC. Company Name mas k,0 Rsidwe, Sao t 3 M Date All bidders must admowlec Ige the receipt of this Addendum with your bid proposal. Should you have any ques ions regarding this Addendum, please tali Lary Telte at(714)536-5590. . s •'. SEQUEL CONTRACTORS, INC. SECTION C PROPOSAL for the construction of I. MAGNOLIA STREET REHABILITATION- CC 1153 FROM ATLANTA AVENUE TO INDIANAPOLIS AVENUE 11. HAMILTON AVENUE REHABILITATION- CC 1155 FROM BUSHARD STREET TO SANTA ANA RIVER III. YORKTO11'N AVENUE REHABILITATION- CC 1156 FROM BUSHARD STREET TO BROOKHURST STREET in the CITY OF IIUIN'TINGTON 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 75 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. a : 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 ai rHE 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 G1 SEQUEL CONTRACTORS, INC. 7 . will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts,and words shall govern over figures. If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may,at the AGENCY'S option,be considered null and void. Accompanying this proposal of bid, find IRIDOS" .8o the amount of$ 1070 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"Biddces Bond", as the case maybe). Bidder shall signify receipt of all Addenda here, if any. Addenda No. Da4e Received •Bidder'sAl re C-2 t " s SEQUEL CONTRACTORS, INC. t SECTION C PROJECT BID SCHEDULE Magnolia Street, CC-1153,STPL-5181 (144) Hamilton Avenue, CC-1155,STPL- 5181 (143) Yorktown Avenue, CC-1156, STPL-5181 (149) PRO-TECT BID: TOTAL AMOUNT LUMP SUM BID IN FIGURES: S -7 TOTAL AMOUNT LUMP SUM BID IN WORDS: ►ter Yp t �( 41WU4tMkd --�U C-2.1 ' SEQUEL CONTRACTORS, INC. � s .f MAGNOLIA STREET REHABILITATION IMPROVEMENTS CC NO. 1153 STPL - 5151 (144) G21 ` SEQUEL CONTRACTORS. INC. MAGNOLIA STREET(CC l!153) PROJECT BID SCHEDULE -ITEM: 'ESTIMATED };; _:.ITEM WI t.INiT.PRICE�WRITTEN.iN':�' ;°� `U�tIT PRICES ':EXTENDED; HO . {flUANT1TY" ,.r_ _:{s . ifVORUS �� �.. - s:AMOUNT: .;. 1 1 Mobil $ 1— $ LS. @ r Dollars Cents 2 1 Traffic C I Pla $ $ — LS. @ �) 00 Dollars Cents 3 1 1 Furnish Project Traffic Control $ LS. @ Dollars - Cents 4 48,644 ColdM'1' g cter C ting $ $ S.F. @ Dollars Cents 4 5 1,232 Unclassif Cav ion $ $ C.Y. @ f Dollars Cents 6 5,418 Construct Asphalt Concrete(Overlay, Full Depth, $ $� �d Ton etca— @ l L Dollars L1'1 Cents 7 571 Pavement Reinforcement Fabric&Route and $ -� $ ~� S.Y. Seal of Cracks Dollars Cents 8 5 Adjust Sew Drai a le� rade $ $ @Each Dollars Cents 9 T Adjust Water ve to de $ $ Each @ 7L�� 11�,(�� Dollars Cents 10 1 Traffic S, LS. @ ( Dollars Cents 11 20 Traffic Loop�� $ $ Each @ let f Dollars Cents 12 32 RemqteV& Reqbnstruct Curb &Gutter LF. @ Dollars Cents 13 8 Surve onume tatio $ $ Each @ 1/� Dollars Cents Sub Total Bid Amount.Bid In Figures: $ •Za Sub Total Bid Amount,Bid In Words: C-2,3 . :.' SEQUEL CONTRACTORS, INC. HAMILTON AVENUE REHABILITATION IMPROVEMENTS CC NO. 1155 STPL - 5181 (143) C-2.4 t SEQUEL CONTRACTORS, INC. 4 HAMILTON AVENGE(CC-1155) PROJECT BID SCHEDULE ITEM ESTIMATED. _._ :ITEM WITH UNIT PRICE WRITTEN IN ' _'- ;UNIT.PRICE._ EXTENDED; N4: 'QUANTITY-.- WO S- _ - AMOUNT. I 1 Mobilizaii $ $ Z.S. @ Dollars Cents 2 1 Traffic Dyftrol PI $ $ L.S. @ llJr Dollars Cents T P 3 1 Furnish Project Traffic Control $ $ 3 L.S. @ Dollars Cents 4 38.920 Cold Milling & Header Cutting $ + $ S.F. @ Dollars Cents U 5 274 Unclassifie atio2�4& $ $ C.Y. @ Dollars Cents 6 3,059 Construct Asphalt Concrete{Overlay, Full Depth, $ Ton .T @ o q oj CI 0` lk-S �Dollars Cents 7 669 Pavement ReAforcemenl Fabric&Route and $ - $ S.Y. Seal of Cracks Dollars Cents 8 17 Adjust Sew orrn rain Manhole to Grade $ $ Each @ _ �CCr?_ 'UA� Dollars Cents 9 17 Adjust WatSLYafye to Ave""1l $ $ Each @ &LfAA Dollars d /� Cents 10 Each @1u� ng�e1�i1��!2"J J $ $ A Dollars Cents 11 1 Traffic Stri ' $ $ L.S. @ZV61WDollars Cents 12 31 Traffic LoQR1 r,� $ $ Each @ dl� A 0� Dollars Cents 13 7 Remove ons ct cces� RaJnp $ $ Each @ / Dollars Cents 14 1 Remove& Install Traffic Pull Boxes. Includes $ $ L.S. Conduit&Win'n9c &Wifi ns @_ f /il Ot Dollars Cents C-2.5 SEQUEL CONTRACTORS, INC. JTEM ESTIMATED ITEM WITH UNIT PRICE WRITTEN IN UNIT PRICE: -'EXTENDED NO. ."QUANTITY WORDS :AMOUNT, 15 4 Survey MqAwnenthtfon wv/0 Each @ moffip Dollars Cents Sub Total Bid Amount, Bid in Figures: $ Sub Total Bid Amount, Bid in Words: -Mb �Qvd)aed -bocw �.���(� ! �� of Luc s -4�r � (-� � C-2.6 SEQUEL CONTRACTORS, INC. YORKTOWN AVENUE REHABILITATION IMPROVEMENTS CC NO. 1156 STPL - 5181 (149) C-2.7 SEQUEL CONTRACTORS, INC. YORKTOWN AVENUE(CC-1 156) PROJECT IBIDSCHEDULE ITEM ESTIMATED . -:-.-­.-ATEM WITH UNIT.PRICE WRITTEN UNIT-PRICE '_'.EXTENDED,= -QUANTITY DS MOUNT 1 Mobilizat $ L.S. @ Dollars Cents 2 1 Tra54 ntrol Plan-ly" L.S. @ 1 —Dollars Cents 3 1 Furnish Project Traffic Control $35 k(�00 $—a L.S. @ Dollars Cents 4 48,358 Cold Milling& Header Cutting $ 0 $ 45a S.F. @ Dollars Cents 5 324 Unclassified Exell ati $ C.Y. V., Dollars Cents 6 2,915 Construct Asphalt Concrete(Overlay, Full Depth, $ Ton etc.) z-Zt 3 Rd T-.56 @ Dollars Cents 7 569 Pavement Reinforcement Fabric& Route and S.Y. Seal of Cracks Dollars Cents 8 13 Adjust Sewed.94etm D vaotiole-to0radeEach @ /1110 1V)9,�—Dollars Cents 9 18 AdjusM[veA G $ Each Dollars Cents 4 4 10 1 Traffic Strip- q_,-­- L.S. @ X-4 Dollars 7— Cents 11 20 Traffic Loop-,-- Each @ Dollars Cents 12 67 Rm—o-veq AaWcon ct Curb Gutter $ L.F. '40 Dollars Cents 13 503 Remove& Re nstrVct)Bldewalk S.F. Q F/61 14f Dollars Cents 14 8 Remove z constru Access Ramp Each @ l Dollars Cents C-2.8 '=QUEL CONTRACTORS, INC. ITEM. ' ESTIMATED ITEM WITH UNIT PRICE WRITTEN IN UNIT PRICE EXTENDED-. NO. QUANTITY WORDS AMZNT. 15 9 Survey aumen ation $ - $ . Each @ �!_�� Dollars Cents T Sub Total Bid Amount, Bid in Figures: $ Sub Total Bid Amount, Bid in Words: n C-2.9 —rQUEL CONTRACTORS, INC. 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 Ae Pny Wr-6rltn, ConaW, �24A S-0 Uvtoof ,r P 6) o6i Sea I, Kt%m l VrA �-h�►� �� -SIT, . By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-3 1 h'0. COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of Orange Thomas S. Pack , being first duly sworn, deposes and says that he or she is fdf Nga PRESIDENT ofSEQUEL CONTRACTORS. 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. SEQUEL CONTRACTORS INC. Name of Bidd r der Th mas S. Pack, TP res �e.•�- 13546 IMPERIAL HWY. SANTA FE SPRINGS, CALIF.90670 Address of Bidder S pTTACHED Subscribed and sworn to before me this day of ,200` NOTARY PUBLIC S A'�ACHEfl NOTARY SEAL C4 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of LOS ANGELES ss' On APR 1 3 VW , before me, MICHAEL A. MAHLER,NOTARY PUBLIC Dote Nerve 8M TMe d arm..(0.9..'J"o-.Naar PUN-0 personally appeared Thomas S.Pack,President Nerve"a s to B'personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose narne(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed miL,. the same in his/her/their authorized Corgi.#13aas7 capacity(ies), and that by his/her/their p� N TAAY C_JU1FQWA �OSANGEUSCOL Y signature(s)on the instrument the person(s),or Py CMM LV.rLV 13.200S �' the entity upon behalf of which the person(s) acted, executed the instrument. ESS my hand and official seal. G Plop Naary Seat Above S"tum a1 Naery Pubk OPTIONAL Though the infomration below is not required bylaw it may prove valuable to persona 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(les) Claimed by Signer Signer's Name: D Individual Top of vxmo rwe ❑ Corporate Officer—Title(s): ❑ Partner—❑Limited 0 General ❑ Attorney In Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other. Signer is Representing: 0 f997 N wrw Natary'A"w mrt-0350 oe Soto Aw.,P.O.eax 2.902-ChabMortP,CA 013f3.2402 Prod.No.SX7 Re~GR U4-F»e f.800.8'Y8.6827 1 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 IMPROVEMENTS, (l)(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. SEQUEL Ca ACTORS, INC. Contractor , B Thomas S. Pack, Preside.+- Titic ti Date: MR 1 3 MX C-5 SEQUEL CONTRACTORS, INC. 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 2(No If the answer is yes,explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE + Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. SEQUEL C NTRACTORS. INC. Contractor y Thomas S. Pack, pCer,A1 0�- Title Date; OR t 3 490E G7 UNDERGROUND SERVICE ALERT IDENTIFICATION 'UMBER (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 1-8004224133 a minimum of two working days before scheduled excavation. Dig Alert Identification Number. SEQUEL CO TRACTORSINC. Contractor Y Te Thomas S. Pack, Title Date:, APR 3 Mi Note: This form is required for every Dig Alert Identification Number issued by U.S.A. during the course of the Work. Additional forms may be obtained from the AGENCY upon request. C-8 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: SEQUEL CONTRACTORS, INC. Bidder Name 13546 IMPERIAL HWY. SANTA FE SPRINGS. CALIF. 90670 Business Address City, State Zip ( ) (562) 802-7227 Telephone Number 610600A State Contractor's License No. and Class .ianuary 31, 1991 Original Date Issued January 31,2005 Expiration Date The work site was inspected by Thomas S. Pack of our office on APR 1 o R19 2200_. The following are persons, firms, and corporations having a principal interest in this proposal: Thomas S. Pack, V dr c40- ABEL MAGALLANES, VICE PRESIDENT f Secr��ur� C-9 The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in ; accordance with the plans and specifications set forth. SEQUEL CATRAC-TDRS, INC. Company N r o omas S. Pack, r dg f Printed or Typed Signature Subscribed and sworn to before me this dai# ATSAGN200 NOTARY PUBLIC SEE AAGN 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 ATTACH® 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-10 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT � y State of California County of ss. On APR 1 3 2 , before me, WIICHAEt A. FAAHLER,NOTARY PUBLIC Dre Name rd Too or Officer to 9-.*Jam Do*.Notary Pudic) personally appeared Thomas S.Pack,PreskioM Nrngs,(A personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that he/shelthey executed r.104 Me.A.►MM IX the some in his/her/their authorized c'm''7.01304M7 capacity(ies), and that by his/her/their N'XART PtRLIGOUFORNIA signature(s)on the instrument the person(s),or t cs A,14CEU5 COMM MyCWM EQ.KIV11.= N the entity upon behalf of which the person(s) acted, executed the instrument. ESS my hand Jand �official seal. Pt ee Notary S"Abora S910"of Notary Pubnc 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: Capactty(tes) Claimed by Signer Signer's Name: ❑ Individial Top of Intxnt)we • Corporate Officer—Title(s): ❑ Partner—❑Limited ❑General ❑ Attorney in fact O Trustee ❑ Guard'an or Conservator ❑ Other: Signer Is Representing: 0 t99r Nabonat Notary Association•9350 Do Soto ave. P.O.Boa 2402•chatsrrortk CA 91313.2402 Pr A No.5907 ieorder,Cad Tod•Frae VGO"rif-6827 SEQUEL CONTRACTORS, INC. ST,LIC#61 WMA 13546 RMPERIAL HIGHWAY SANTA FE SPRINGS, CA 90670 FAX(562) 802.7499. OFFICE (562)802-7227 STATEMENT OF EXPERIENCE 1. OWNER: CITY OF ANAHEIM ADDRESS: 200 S.ANAHEIM BLVD. ANAHEWL CA 92805 PHONE NO: (714)765-5776 CONTACT: CHUCK SMITH PROJECT: KATELLA AVE BEAUTIFICATION PHASE 11 PROJECT AMOUNT: S 17,500,000.00 COMPLETION DATE: MARCH 2O01 2. OWNER CITY OF ANAHEIM ADDRESS: 200 S.ANAHEIM BLVD. ANAHEIM,CA 92805 PHONE NO: (714)765-5776 CONTACT: CHUCK SMITH PROJECT: KATELLA AVE BEAUTIFICATION PHASE I PROJECT AMOUNT: S19,941,735.00 COMPLETION DATE: JUNE 24,1999 3. OWNER JOHN WAYNE AIRPORT ADDRESS: 3151 AIRWAY DRIVE COSTA MESA CA 92643 PHONE NO: (714)252-2570 CONTACT: DAVE McMILLER PROJECT. ANNUAL MAINTENANCE ' PROJECT AMOUNT: S 1,000,000.00 ANNUALLY COMPLETION DATE: JULY OF 1996, 1997, 1998, 199$2001 is f 4. OWNER: CITY OF BEVERLY HILLS 4 206 ADDRESS: 455 RMORD DRIVE BEVERLY HILLS,CA 90210 PHONE NO: (310)285-2511 CONTACT: CMUS THEISENIROB BESTS PROJECT: BURTON WAY PROJECT AMOUNT: S 3,585,560.00 COMPLETION DATE: SEPTEMBER 1999 5. OWNER: PORT OF LOS ANGELES ADDRESS: 425 S.PALOS VERDES ST SAN PEDRO CA 90733 PHONE NO: (310)732-3654 CONTACT: SAL ZAMBRANO PROJECT: ANNUAL PAVING CONTRCT PROJECT AMOUNT: S 5,550,000.00+ COMPLETION DATE: ONGOING 6. OWNER: CITY OF LAGUNA HILLS ADDRESS: 25201 PASEO DE ALICIA LAGUNA HILLS,CA 92653 PHONE NO: (949)707-2655 CONTACT: KEN ROSENFIELD PROJECT: OSO PARKWAY RESURFACING &MEDIAN IMPROVEMENTS PROJECT AMOUNT: S 1,714,973.00 COMPLETION DATE: MAY 5,2000 7. OWNER: CITY OF CULVER CITY ADDRESS: P.0 Box 507 CULVER CITY,CA 90232 PHONE NO: (310)253-5760 CONTACT: MARGARET LIU PROJECT: WASHINGTON BLVD. PROJECT AMOUNT: S 4,342,937.00 COMPLETION DATE: SEPTEMBER 1998 8. OWNER: CITYOF SANTA ANA ADDRESS: 20 CIVIC CENTER PLAZA, SANTA ANA,CA 92701 PHONE NO: (714)647-5045 CONTACT: TYRONE CHESANEK PROJECT: SANDPORS TE NEIGHBORHOOD PROJECT AMOUNT: S 1,249,807.00 COMPLETION DATE: OCTOBER 2001 9. OWNER: LACDP W ADDRESS: 900 S.FREMONT AVE. ALHAMBRA,CA 91803 PHONE NO: (626)458-3197 CONTACT: SAM ASSOUM PROJECT: OLYMPIC BLVD. PROJECT AMOUNT: $2,242,000.00 COMPLETION DATE: APRIL 2002 10. OWNER: CITY OF BEVERLY HILLS ADDRESS; 455 N.REXFORD DRIVE BEVERLY HILLS,CA 90210 PHONE NO: (310)285-2511 CONTACT: CHRIS TYSON PROTECT: VARIOUS LOCATIONS PROJECT AMOUNT: $ 1, 150,000-00 ` COMPLETION DATE: JUNE 2002 11. OWNER: CITY OF SAN GABRIEL ADDRESS: 425 SOUTH MISSION DRIVE SAN GABRIEL,CA 91776 PHONE NO: (626)308-2800 EXT.715 CONTACT: BRUCE MATTERN PROJECT: ROSES RD. PROJECT AMOUNT: S 970,000.00 COMPLETION DATE: MAY 24,2002 12. OWNER CITY OF HAWTHORNE ADDRESS: 4455 W 120 STREET HAWTHORNE,CA 90250 PHONE NO: (310)970 7959 CONTACT: AKBAR FAROKHI PROJECT: WASHINGTON AVE. PROJECT AMOUNT: S 535,000.00 COMPELTION DATE: SEPTEMBER 2001 CITY OF HUNT INGTON BEACH BIDDERS LIST All Bidders/proposers are required to provided the following information for all DBE and non- DBE contractors,who provide a proposal,bid, quote, or were contracted by the proposed prime. This information is also required from the proposed prime contractor,and must be submitted with their bidlproposal. The City of Huntington Beach will use this information to maintain and update a`Bidder's"list to assist in the annual DBE goal setting process. Firm Name:SE=-:L CONTRACTORS,INC. Phone: (562) 602-7227 _ Address: 135A61MPFRIALHWY, Fax: (562) 802-7499 SANTA FE SPRINGS, CALM=. 90670 Contact Person: Thomas S. Pack No. of years in business Is the firm currently certified as DBE under 49 CFR Part 26? YES Type of worUser iceslmaterials provided by firm? 610600A What was your firm's Gross Annual receipts for last ear? ❑ Less than$1 Million ❑ Less than$5 Million ❑ Less than$IO Million ❑ Less than $15 Million More than $15 Million This form can be duplicated if necessary to report all bidders(DBEs and non DBEs) information. C-11 Local Assistance Procedures Manual EXMrr 12-E ' . tPS&E Checklist Instructions Attachment C (THE BIDDER'S EXECUTION ON TM SIGNATURE PORTION OF THIS PROPOSAL SHALL ALSO CONSTITUTE ANENDORSEMENTAND EXECUTION OF THOSE CERTIFICAMNS WMCHAREA PART OF THHS PROPOSAL) EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The bidder SEQUEL CONTRACTORS, INC. ,proposed subcontractor ,hereby certifies that he has X,, has not ,participated in a previous contract or subcontract subject to the equal opportunity clauses,as required by Executive Orders 10925, 11114,or 11246,and that,where required,he has filed with the Joint Reporting Committee,the Director of the Office of Federal Contract Compliance,a Federal Government contracting or administering agency,or the former President's Committee on Equal Employment Opportunity,all reports due under the applicable filling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor(41 CFR 60-1.7(b)(1)),and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of$10,000 or under are exempt.) Currently,Standard Form 100(EEO-1)is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1)prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director,Office of Federal Contract Compliance,U.S.Department of Labor. IZ 4-89 C-12 Page 1245 - 1 Local Assistance Procedures Manual EXHIBIT 1h�� PS&E Checklist instructions Attachment G DISCLOSURE OF LOBBYING ACTIVITIES Complete this form to disclose lobbying activities pursuant to 31 U.S.C. 1. Type of Federal Action: L Status of Federal Action: 3. Report Type: a contract a bidlotkrlappMon a initial n g" b inu award E mawlai drange . dd.emovibe r C. -award For htaterfal Change Only: a ban pwrantee year quarter L ban buCsrrq date of last ne w 4. Name and Adress of Reporting Entity: 5. If Reporting Entity In No.4 Is Subawardee.Enter Pane 13Subawardee Name and Address of Prime: Tier ,i1known Congressional District, if known: Congressional D hict, ff b m m 6. Federal DepartmentfAgency: T. Federal Program NametDescription: CFDA Number, Yapplkabfe 8. Federal Action Number, lfknowe: 9, Award Amount,ifknowrr S 10. a. Name and Address of Lobbying Entity b. Individuals Performing Services (lnchrding address f rind vlduaf,last name,llrst name,MO: dlffer9rd hum No. 10a) Past name,tlrstname,A40: (attach ConHimtfon Sheet(s)Inscessary) f 11. Amount of Payment(check all that apply): 11 Type of Payment(check all that apply) $ actual planned a retainer 12. farm of Payment(check all that apply} b. one-wmfnls fee a cash a camrr�ss>an b. IrWnd;speafyr. naturee.d. can detBenifee value i. Omer,speGSy: 14. Brief Descrlptlan of Services Performed or to be performed and Date(%)of Service,including oftfeer(e), employee(s),or member(s)contacted,for Payment Indicated In tram if: (attach Cor6madon shad(s) lfnecessary) 15. Ccrrdnuatlon Sheets)attached: Yes No 18. wwnsmm regrre�ted nrouo is brm is arrlhartaed by Tie m U.S C.salon 5igrta 1=Thb d>sdom alifft np Wevftsla a msnWW revesantalon of fact upon Which Norm+yes pteoed ay"eer abon when ft resection was Prin k made or wruad lns>_This ftdmn is wp*ed pursrum lc 31 tt ZI13M � REPENT TNs ftffnswo vAl be reported b]he Congas sendamrrraly and m7 be ormum far Prbrk i Any Pawn VW fails In Ile re required dtcdmn tbal to suoted b a chi penalty of nol less Bran s10.W0 and rot more crap Telephane tO 62 pyate: APR 1 3 W 1100.000 for ueft suM faiue. Authoraed br Ucal Repodur,Yiom Federal Use Only: , standard Form t.11 Rm%43-95 C-13 Page 12-55 February 1,199E SEQUEL CONTRACTORS, INC. E U 12-E Loci$:Aistance Procedures Manual Attachment G ,, 'i S&E Checklist Instructions INSTRUCTIONS FOR COMPLETION OF SF i DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity,whether subawardee or prime Federal recipient, at the initiation or receipt of covered Federal action or a material change to previous filing pursuant to title 31 U.S.C. Section 1352. The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency,a Member of. Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered Federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. I. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence,the outcome of a covered Federal action. 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported,enter the year and quarter in which the change occurred. Enter the date of the last,previously submitted report by this reporting entity for this covered Federal action. 4. Enter the full name,address,city, State and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee,e.g.,the first subawardee of the prime is the fast tier. Subawards include but are not limited to subcontracts,subgrants and contract awards under grants. 5. If the organization filing the report in Item 4 checks "Subawardee"then enter the full name,address, city, State and zip code of the prime Federal recipient. Include Congressional District,if known. 6. Enter the name of the Federal agency making the award or loan commitment. Include at least one organization level below agency name, if known. For example,Department of Transportation,United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action(item 1). If known,enter the full Catalog of Federal Domestic Assistance(CFDA)number for grants,cooperative agreements, loans and loan commitments. S. Enter the most appropriate Federal identifying number available for the Federal action identification in item 1 (e.g.,Request for Proposal(RFP)number,Invitation for Bid(IFB)number,grant announcement number,the contract grant.or loan award number,the application/proposal control number assigned by the Federal agency). Include prefixes,e.g., "RFP DE-90-001." 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award/loan commitments for the prime entity identified in item 4 or 5. 10. (a)Enter the full name,address,city, State and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influenced the covered Federal action. (b)Enter the full names of the individual(s)performing services and include full address if different from 10(a). Enter Last Name,First Name and Middle Initial(Ml). 11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity(item 4) to the lobbying entity(item 10). Indicate whether the payment has been made(actual)or will be made (planned). Check all boxes that apply. If this is a material change report,enter the cumulative amount of payment made or planned to be made. 12. Check the appropriate box(es). Check all boxes that apply. If payment is made through an in-kind contribution, specify the nature and value of the in-kind payment 13. Check the appropriate box(es). Check all boxes that apply. If other, specify nature. Page 12-54 C-14 SEQUEL CONTRACTORS. INC. "I Assistance Procedures Manus/ EXMIT 12_E ' PS&E Checklist Instructions Attachment G 14. Provide a speck and detailed - zription of the services that the lobbyist has performed or will be expected to perform and the datc(s)of any services rendered. Include alI preparatory and related activity not just time spent in actual contact with Federal officials. identify the Federal officer(s)or employees) contacted or the officers)employee(s)or Member(s)of Congress that were contacted. 15. Check whether or not a continuation sheets)is attached. 16. The certifying official shall sign and date the form,print his/her name title and telephone number. Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time for reviewing instruction,searching existing data sources,gathering and maintaining the data needed,and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information,including suggestions for reducing this burden;to the Office of Management and Budget;Paperwork Reduction Project(0348-00461 Washington,D.C.20503. C-15 Page 12-55 f' ,.Local Assistance Procedures Manual E?RIBIT 12-E PS&E Checklist Instructions Attachment L LOCAL AGENCY BIDDER-DBE INFORMATION This information may be submitted with your bid proposal. If it is not,and you are the apparent low bidder or the second or third low bidder,it must be submitted and received by the administering agency no later a= the time Mecified in the s ecial rovisions. COJRTEJP2VL: BIDDER'SNAA E:SEQUEL CONTf�ACIQ$ INC. CONTRACT NO.: ADDRESS: 1226 Impygi l N11t/Y BID AMOUNT:S _SANTA FE SERINGS, CAI E, 0670 BID'OPENLNG DATE: Am t 3 W DBE GOAL FROM CONTRACT % ITEM OF WORK AND DESCRIPTION NAME OF DBE•• DOLLAR PERCENT CONTRACT OF WORK OR SERVICES TO BE (Name of DBEs,Certification Number, AMOUNT ••' TMM NO. SUBCONTRACTED OR MATERIALS and Telephone Number) ••• DEE TO pX PROVIDED DBE T9,13JI714 pj/,- W(- 1AZ 1P1t� GL6 14J m,n O cuG ;�t1bS5' Total Claimed 55Z Vp ' I Participation • if 100•/•of item is not to be performed or furnished by DBE,describe exact portion,including planned location of work to be performed.of item to be perfbmed or famished by DBE '• DBEs must be certified by Calumu on the date bids are opened. Subcontractors and suppliers certified state-funded only cannot be used to meet goals on federally funded contracts. '•' Credit for a DBE supplier,who is not a manufacturer is Limited to 60%of the amount paid to the supplier. (Sce Section 'Disadvantaged Business"(DUE)of the special provisions) IMPORT : Names of DBE subcontractors and their respective item(s)of work listed above should be coasis t with tb ame and items of work in the"List of Subcontractors"submitted with your bid ursu o the S extractors Listing Law. APR 13 562 sot 7227 "'Ifgnu idder Date (Area Code)tel.No. �p Thomas S. Pads. Person to Contact (Please type or print) Ihtriburzon 6x NHS Pro o= (1)originals DIRE for NHS Pra;eas,(2)Copy-Laval Agency pwj=Me Mb*utlon for=M-mm Projects: (1)Original Low Agency pmjcct file DEFT.OF TWNSPORTATIO OW DBE)MODIFIED DC-OE-19(REV 09-19-95) C-16 Page I2-67 t • � V City of Huntington Beach [OLD INTER-DEPARTMENT COMMMUNICATION HUNnNGTON BEACH TO: THOSE LISTED HEREON FROM: Joseph Dale DATE: February 7, 2005 SUBJECT: Retention Release Payment Company Name: R.J. Noble Address: 15505 E.Lincoln Avenue City, State and Zip Code: Orange,California 92856 Phone Number (714) 637-1550 Business License Number.Ao05420 Local Address: Same as above Notice of Completion Date:September 13,2004 Contract Purpose: Release remaining 10%money to contractor from Cash Contract 1153.1155,1156 The conformed copy of the Notice of Completion for the above contract has been fled. The thirty-five (35) day waiting period has elapsed or will elapse before payment is made. Processing of the retention payment is recommended so long as no stop notices or outstanding invoices are on file with the City. I certify that no stop notices are on file on the s c gat to time. 7- Ib 1 Gs Date VPdul E ery, A ng Public Works Director 1 certify that there are no outstanding invoices on file. 2-z.3 -os Date Sh F d enrich, City Treasurer I certify that no stop notices are on file on the subject contract, and that a guaranty bond has been filed with this office. 6 _ -a- JLe� 'Datef Jon VlynirCit Vlerk Reten.Release 2171200511:11 AM c - CONTRACTOR'S BONT TRAVELERS CASLIO'TY AND SURETY COMPANY OF AMERICA • • FOR FAITHFUL PERFG...IANCE l .#+rtford,Connecticut D6183 BOND NUMBER 83 SB 104239131 BCM KNOW ALL MEN BY THESE PRESENTS: rJr,_-EXECUTED IN DUPLICATE That we, R. J. Noble Company as Principal, and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, a corporation organized under the laws of the State of Connecticut and duly authorized under the laws of the Slate of California to become sole surety on bonds and undertakings, as Surely, are held and firmly bound unto City of Huntington Beach as Obligee, in the full and just sum of Sever:hundred seven thousand four hundred twenty-nine and sixty cents Dollars, ($ 707.429.60 ), lawful money of the United States of America, to be paid to the said Obligee, successors or assigns; for which payment, well and truly to be made, we bind ourselves, our heirs. executors, successors, administrators and assigns,jointly and severally, firmly by these presents. Sealed with our seals and dated this 18"' day of May , 2004. THE; CONDITION OF THE ABOVE OBLIGATION is such that whereas the said Principal has entered into a contract or is about to enter into a contract with the said Obligee for Magnolia Street, Hamilton Avenue and Yorktown Avenue Street Rehabilitation Projects: Cash Contract Numbers 1153, 1155 and 1156 as is more specifically set forth in said contract, to which contract reference is hereby made. NOW, THEREFORE, if the said Principal shall well and truly do the said work, and fulfill each and every of the covenants, conditions and requirements of the said contract in accordance with the plans and specifications, then the above obligation to be void, otherwise to remain in full force and virtue. Provided, However, that this bond shall guarantee said workmanship for a period of one (1) year after the obfigee's acceptance of work and filing of the Notice of Completion. Oler- R J. Noble Ca any BY; —" /;�CHAEL CARVER, PRESIDENT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA t3y ROSEPIARY STANDLEY Attorne n-Fact f-F61 tiEY . V CAI !l=ORNIA ALL-PURP06 ACKNOWLEDGMENT SFate Of CALIFORNIA County Of RIVERSIDE a ����14� _ before me, MICHAEL D. STONG DATE NAME.TITLE OF OFFICER.E.G..'JANE DOE.NOTARY PUBLIC- personaliy appeared ROSEMARY STANDLEY , NAME(S)OF SIGNER(SI 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 within instrument and ac- knowledged to me that he/she/they executed the same in his/her/their authorized 6 capacity(ies), and that by his/her/their COMM.#1466011 L D.STONG signature(s) on the instrument the person(s), COMM. - - or the entity upon behalf of which the RIVERSIDERRS1DE COUNTY ul Comm Ex iresJan.27.20C8 person(s) acted, execrated the instrument. WITNESS my hand and official seal. ATURE OF NOTARY OPTIONAL Though the data below is not required by faw,it may prove valuable to persons retying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITL£IS1 ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY-IN-FACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAWCONSERVATOR ❑ OTHER: DATE OF DOCUMENT SIGNER 1S REPRESENTING: NAME OF PERSONISI OR ENTITY(IESI SIGNER(S)OTHER THAN NAMED ABOVE B0-1133 3f94 01993 NATIONAL NOTARY ASSOCIATION-8236 Remmel Ave.P.Q.Box 7184-Canoga Park.CA 91309.7184 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No 5901 State of CALIFORNIA County of ORANGE On MAY 18, 2004 before me, JENNIFER DE IONGH, NOTARY PUBLIC DATE NAME TITLE OF OFFICER-E G JANE DOE NOTARY PUBLIC personally appeared MICHAEL J. CARVER, PRESIDENT, R.J. NOBLE COMPANY NAME(S)OF SIGNER(S) 7 personally known to me - to FAe en the basis of satisfactory evidence to be the person) whose name(,$) Is/aye subscribed to the within Instrument and ac- knowledged to me that he/sheAhey executed JENNIFER DE IONGH the same in his/fter thgti- authorized NOTARY PUBLIC CALIFORNIA LA capacity(ies), and that by his/'-->,�`,hetr- y • COMMISSION#1448237 c ORANGE COUNTY signatureN on the instrument the personN, My Comm Exp October 28,2007 or the entity upon behalf of which the personN acted, executed the instrument. WITNESS my hand and official seal I SIGNATURE O NOTARY OPTI A Though the data below Is not required by law, It may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLE(S) ❑ PARTNER(S) ❑ LIMITED El GENERAL El ATTORNEY-IN-FACTNUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S)OR ENTITY(IES) SIGNER(S)OTHER THAN NAMED ABOVE Lac m;P a::-D;; 01993 NATIONAL NOTARY ASSOCIATION•8236 Remmet Ave,P 0 Box 7184•Canoga Park CA 91309-7184 CONSENT OF SUREI D REDUCTION IN OWNER ❑ OR PARTIAL RELEASE OF RETAINAGE ARCHITECT ❑ CONTRACTOR ❑ ALA Document G707A SURETY ❑ BOND NUMBER 83 SB 104239131 BCM (Instructions on reverse side) OTHER ❑ TO OWNER: ARCHITECT'S PROJECT NO.: (Naive and address) CITY OF HUNTINGTON BEACH 2000 MAIN ST. CONTRACT FOR: MAGNOLIA STREET, HAMILTON AVE. HUNTINGTON BEACH, CA 92648 AND YORKTOWN AVE. STREET REHABILITATION PROJECTS; CASH CONTRACT NUMBERS 1153,1155 &1156 PROJECT: CASH CONTRACT NUMBERS 1153,1155, CONTRACT DATED: MAY 3, 2004 (Name and address) 1156 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above,the (Insert name and address of Surety) TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA 21688 GATEWAY CENTER DRIVE .DIAMOND BAR, CA 91765 SURETY, on-bond of (Insert name and address of Contractor) R.J. -NOBLE COMPANY 15505 •E. LINCOLN ORANGE, CA 92856 , CONTRACTOR, hereby approves the reduction in or partial release of retainage to the Contractor as follows: 10% The Surety agrees that such reduction in or partial release of retainage to the Contractor shall not relieve the Surety of any of its obligations to (Insert name and address of Owner) CITY OF HUNTINGTON BEACH 2000 MAIN ST HUNTINGTON BEACH, CA 92648 OWNER, as set forth in said Surety's bond. IN WITNESS WHEREOF,the Surety has hereunto set its hand on this date: DECEMBER 10, 2004 (huert in writing the month followed by the numeric date and pearj TRAVELERS CASUALTY AND .SURETY COMPANY OF AMERICA (Surety (Sfgwture of authorized representatii w) Attest: (Seal):; SHAWN BLUME, ATTORNEY-IN-FACT (Printed name and title) 1 , CAUTION: You should sign an original AIA document that has this caution printed in red. -An original assures that changes will not be obscured as may occur when documents are reproduced. See Instruction Sheet for Limited License for Reproduction of this document. AIA DOCUMENT G707A • CONSENT OF SURETY TO REDUCTION IN OR PARTLAI.RELEASE OF 'RETAINAGE• 1994 EDITION •'AIA• 01994•THE AMERICAN INSTITUTE OF ARCHITECTS,1735 `• NEW YORK AVENUE,NW,WASHING'rON,D.C.2M-5292•WARNING:Unlicensed photocopying G707A-1994 violates U.S.copyright laws and will subject the violator to legal prosecution. } ' , 1 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California ss. County of RIVERSIDE I � On ia' 1610 L� , before me, R. CISNEROS Date Name and Title of Officer(e.g.,'Jane Doe,Notary Public') personally appeared SHAWN BLUME Name(s)of Signer(s) ® personally known to me ❑ proved to me on the basis of satisfactory evidence to be the erson whose name Is/are- 9 R.CISNEROS p .�'� COMM.#1488731 subscribed to the within instrument and NOTARY PUBLIC-CALIFORNIA acknowledged to me that he/s�te�t#ey executed RIVERSIDE COUNTY the same in his/i�fMTer authorized M Comm. fires June 7,2008 capacity(.iw4, and that by hisllhefFt4-e signature4&yon the instrument the person*, or the entity upon behalf of which the-person(e acted, executed the instrument. WITNESS my hand and official seal. ?�_- etililq&� 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 Signer's Name: ❑ Individual - ' Top of thumb here ; ❑ Corporate Officer—Title(s): ❑ Partner—❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: , I. Signer Is Representing: 0 1999 National Notary Association•9350 De Soto Ave.PO.Box 2402•Chatsworth,CA 91313-2402•www.natlonalnotary org Prod.No.5907 Reorder:Call Toll-Free 1.800.876.6827 TRAVF CASUALTY AND SURETY COMPANY C IERICA /ELERS CASUALTY AND SURETY COW­ FARMINGTON . _ l FARMINGTON CASUALTY COMPANY Hartford,Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)AN-FACT KNOW ALL PERSONS BY-THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Michael D. Stong, Shawn Blume, Susan C. Monteon, Rosemary Cisneros, of Riverside, California, their true and lawful Attomey(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attomey(s)-in-Fact, pursuant to the authority herein given,are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is fried in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary,or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in.his or her certificate or their certificates of authority or by one or more Company officers pursuant to-a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed)under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice 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 Resident Vice Presidents,Resident 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 in the future with respect to any bond or undertaking to which it is attached. (05-04)Unlimited 02/06/2005 23:46 71437/- ^73 CHB ENG PAGE 02/03 R.J. NOBLE COMPANY ASPHALT PAVING • ENGINEERING CONTRACTORS LIC A-782908 FEBURARY 7, 2005 City of Huntington Seachi Department of Public Works 2000 Main Street/P.O. Box 190 Huntington Beach, CA 92M Subject: Certification of Compliance with Title VII of the Civil Rights Act and Equal Employment Opportunity Act of 1972 Gentlemen: The undersigned, contractor on: CC 1153 MAGNOLIA STREET REHAB Project No. 77t/e hereby certifies that all laborers, mechanics, apprentices, trainees, watchmen and guards employed by him or by any subcontractor performing worts under the contract on the project have been paid wages at rates not less than those required by the contract provisions, and that the work performed by each such laborer, mechanic, apprentice or trainee conformed to the classifications set forth in the contract or training program provisions applicable to the wage rate paid. (Slgnetura and 77t/e) STAN HILTON, SECRETARY APPROVED AS TO PoRM IE Il*�R McC3RATH,C.ttYAti�y S. Saik u�C.:Atboeaay FAX (714) 637-6321 ORANGE' 15 � °BOX 620.ORANGE, CALIFORNIA 92856-6620• (714)637-1550• 02/06/2005 23:46 7143- 573 CHB ENG PAGE 03/03 DECLARATION OF SATISFACTION OF CI AIMS r I, R.J. NOBLE COMPANY , State: (Name of Contractor) 1. I am the general contractor for the City of Huntington Beach, as to the project more fully described in the public works contract entitled: MAGNOLIA STREET REHAB, CC 1153 and dated MAY 3, 2004 2. All workers and persons employed, all firms supplying materials, and all subcontractors for the above-mentioned project have been paid in full. 3. The following are eiiher 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: (if none, state "NONE") NONE I declare under penalty of perjury that the foregoing is true and correct. Executed at ORANGE on this 7TH day of FEBRUARY 20 OS (Location) ' (Sinsture contractor) STAN HIL ON, SECRETARY A PPROvFj>,s TO F0RM ; NTPER M,01tATH,Cfh►Atramy g:falowup%caShconilaashcon2_doc .rA Sutton sty Ck Attv=7 02/06/2005 23:46 71437 773 CHB ENG PAGE 02/03 R.J. NOBLE COMPANY ASPHALT PAVING• ENGINEERING CONTRACTORS LIC A-782908 r FEBURARY 7, 2005 City of Huntington Beach Department of Public Works 2000 Main Street/P.O. Box 190 Huntington Beach, CA 82648 Subject: Certification of Compliance with Title Vil of the Clvil Rights Act and Equal Employment Opportunity Act of 1972 Gentlemen., The undersigned, contractor on: CC 1155 HAIAILTON AVENUE REHAB Project No. 77t/e hereby certifies that all laborers, mechanics, apprentices, trainees, watchmen and guards employed by him or by any subcontractor performing work under the contract on the project have been paid wages at rates not less than those required by the contract provisions, and that the work performed by each such laborer, mechanic, apprentice or trainee conformed to the classifications set forth in the contract or training program provisions applicable to the wage rate paid. (Signatift and Title) L STAN HILTON, SECRETARY APPROVED AS T4 FORM ;JZ IxBR Ma0RA'K City S"Sulion I 4ly CityAttomw �3 ORANGE: 1 no !1NIA&SOX 620.ORANGE,CALIFORNIA 92856-6620•(714)637-1550• FAX (714)637-6321 02/06/2005 23:46 714? '573 CHB ENG PAGE 03/03 DECLARATION OF SATISFACTION OF CLAIMS t I, R.J. NOBLE COMPANY , state: (Name of Contractor) 1. I am the general contractor for the City of Huntington Beach, as to the project more fully described in the public works contract entitled: HAMILTON AVENUE REHAB, CC 1155 and dated MAY 3, 2004 2. All workers and persons employed, all firms supplying materials, and all subcontractors for the above-mentioned project have been paid in full. 3. The following are ellher 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- (if none, state "NONE") NONE I declare under penalty of perjury that the foregoing is true and correct. Executed at ORANGE _ on this 7TH day of FEBRUARY Z0 05 (Location) ' (Signature ontractor) STAN HILTON, SECRETARY APpROVWA,c,TO FORM ; NiFER M.GRATH.ClgAtt mq g fo11owuplcashconfim9hccn2.dcc Arab Suttea if f r0 3 , 02/015/2005 23:46 71437' 773 CHB ENG PAGE 02/03 ® R.J. NOBLE COMPANY ASPHALT PAVING • ENGINEERING CONTRACTORS LIC A-782908 r FEBURARY 7, 2005 City of Huntington Beach Department of Public Works 2000 Main Street/P.O. Box 190 Huntington Beach, CA 92648 Subject: Certification of Compliance with Title Vll of the Civil Rights Act and Equal Employment Opportunity Act of 1972 Gentlemen: The undersigned, contractor on: CC 1156 YORKTOWN AVENUE REHAB Project No. Title hereby certifies that all laborers, mechanics, apprentices, trainees, watchmen and guards employed by him or by any subcontractor performing work under the contract on the project have been paid wages at rates not less than those required by the contract provisions, and that the work performed by each such laborer, mechanic, apprentice or trainee conformed to the classifications set forth in the contract or training program provisions applicable to the wage rate paid. --- e-1 10�� -1 9 - (SIgneture and title) STAN HILTON, SECRETARY APPROVED AS TO PORN 1a IPBR McGIZATK Ktey Amy S.ah Sulu �h+City Att+o�aey �Z f�f ORANGE. 1 0 tOX 620.ORANGE, CALIFORNIA 92856-6620•(714)637-1550• FAX(714) 637-6321 02/06/2005 23:46 714? 573 CHB ENG PAGE 03/03 IDECLAIRATICN OF SATISFACTION bF CLAMS I, R.J. NOBLE COMPANY , state: (!Verne of Contractor) 1. 1 am the general contractor for the City of Huntington Beach, as to the project more fully described in the public works contract entitled: YORKTOWN AVENUE REHAB, CC 1156 , and dated MAY 3, 2004 2. All workers and persons employed, all firms supplying materials, and all subcontractors for the above-mentioned project have been paid in full. 3. The following are ellher 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: (if none, state "NONE") NONE I declare under penalty of perjury that the foregoing is true and correct. Executed at ORANGE on this 7TH day of FEBRUARY 20 05 r (Signature O(C-dnf►aefOr) STAN HILTON, SECRETARY APPROVF.DAS TO FORM V NIPER Mc©RATH,ChyAhowq g:followupk shconAceshcon2_doc s SVH'M tL ttY Cite Ate% 111 ti 0/9/3-7- PLEASE COMPLETE THIS INFORMATION RECORDING REQUESTED BY: Recorded in Official Records, Orange County Tom Daly, Clerk-Recorder 111111111111111111111111111111111111111111111111111111111111111111111111111 NO FEE AND WHEN RECORDED MAIL TO: 200500008764101:54pm 02/03/05 213 110 N12 1 WHEN RECORDED MAIL TO: 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 CITY OF HUNTINGTON BEACH 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 R.J. Noble Company who was the company thereon for doing the following work to-wit: MAGNOLIA AVENUE REHABILITATION IMPROVEMENTS,STPL-5181 (144); CC-1153 That said work was completed September 13, 2004 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 13,2004, per City Council Resolution No.2003-70 adopted October 6,2003. That upon said contract Fidelity and Deposit Company of Maryland was surety for the bond given by the said company as required by law. This document is solely for the official business of the City of Huntington Beach, as contemplated under Government Code Section 6103 and should be recorded free of charge. Dated at Huntington Beach,California,this February 2,2005 Q Direc or of ubl c Works or CilrEngineer City of Huntington Beach,California STATE OF CALIFORNIA) County of,Orange )ss: City of Huntington Beach ) I, the undersigned, say: I am an Agent of the City of Huntington Beach, owner in fee, in the foregoing NOTICE OF COMPLETION. I have read said NOTICE OF COMPLETION and know the contents thereof; the same is true of my knowledge. I declare under penalty of perjury that the foregoing is true and correct, and that said NOTICE OF OMPLETION was duly and regularly ordered to be recorded in the Office of the County Recorder of Oran County. Dated at Huntington Beach,California,this February 2,2005. Director of Public Works or City Engineer City of Huntington Beach,California THIS PAGE ADDED TO PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION (Additional recording fee applies) b nee_TITI C DA!_C ID7/DSl AZ,91.3 �L PLEASE COMPLETE THIS INFORMATION RECORDING REQUESTED BY: Recorded in Official Records, Orange County Tom Daly, Clerk-Recorder �IIIIIIlllllilllllllilllllllllllllllllllllllllillllllllllllilllllllllllllll NO FEE AND WHEN RECORDED MAIL TO: 2005000087642 01:54pm 02/03105 213 110 N12 1 WHEN RECORDED MAIL TO: 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 CITY OF HUNTINGTON BEACH 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 R.J. Noble Company who was the company thereon for doing the following work to-wit: HAMILTON AVENUE REHABILITATION IMPROVEMENTS,STPL-5181 (143); CC-1155 That said work was completed September 13, 2004 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 13,2004,per City Council Resolution No.2003-70 adopted October 6,2003. That upon said contract Fidelity and Deposit Company of Maryland was surety for the bond given by the said company as required by law. This document is solely for the official business of the City of Huntington Beach, as contemplated under Government Code Section 6103 and should be recorded free of charge. Dated at Huntington Beach,California,this February 2,200 Dire or of Public Works or City Engineer City of Huntington Beach,California STATE OF CALIFORNIA) County of Orange )ss: City of Huntington Beach ) I, the undersigned, say: I am an Agent of the City of Huntington Beach, owner in fee, in the foregoing NOTICE OF COMPLETION. I have read said NOTICE OF COMPLETION and know the contents thereof; the same is true of my knowledge. I declare under-penalty of perjury that the foregoing is true and correct,and that said NOTIC COMPLETION was duly and regularly ordered to be recorded in the Office of the County Recorder of Ora a County Dated at Huntington Beach,California,this February 2,2005 Director of Public Works or City Engineer City of Huntington Beach,California THIS PAGE ADDED TO PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION (Additional recording fee applies) �w..-..rrr r nwn_e In-need */9/3 PLEASE COMPLETE THIS INFORMATION RECORDING REQUESTED BY: Recorded in Official Records, Orange County Tom Daly, Clerk-Recorder liillllli111111111111llll11111111111111111111111111111111111111111111111111 NO FEE AND WHEN RECORDED MAIL TO: 2005000087643 01:54pm 02103/05 2'13 110 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 WHEN RECORDED MAIL TO: CITY OF HUNTINGTON BEACH _ 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 R.J. Noble Company who was the company thereon for doing the following work to-wit: YORKTOWN AVENUE REHABILITATION IMPROVEMENTS,STPL-5181 (149); CC-1156 That said work was completed September 13, 2004 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 13,2004,per City Council Resolution No.2003-70 adopted October 6,2003. That upon said contract Fidelity and Deposit Company of Maryland was surety for the bond given by the said company as required by law. This document is solely for the official business of the City of Huntington Beach, as contemplated,under Government Code Section 6103 and should be recorded free of charge. Dated at Huntington Beach,California,this February 2,2005.`(� ; I-A V Director of Public Works or City Engineer City of Huntington Beach,California, STATE OF CALIFORNIA) County of Orange )ss: City of Huntington Beach ) I, the undersigned, say: I am an Agent of the City of Huntington Beach, owner in fee, in the foregoing NOTICE OF COMPLETION. I have read said NOTICE OF COMPLETION and know the contents thereof;•the same is true of my knowledge. I declare under penalty of perjury that the foregoing is true and correct, and that said NOTICE O OMPLETION was duly and regularly ordered to be recorded in the Office of the County Recorder of Orange County. Dated at Huntington Beach,California,this February 2,2005. hector of Public Works or City Engineer City of Huntington Beach,California THIS PAGE ADDED TO PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION (Additional recording fee applies) 001.059-TITLE PAGE(R7/95) RECEIVED BY: CITY CLERK RECEIPT COPY v Retum DUPLICATE to th. �oyo_ City Clerk's Office (Name-)-,,,, after slgningldi!qng v (Dare) G -Z — CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION TO: Shari Freidenrich, City Treas rer FROM: DATE: G, — Lo 5� SUBJECT: Bond Acceptance I have received the bonds for AAOAL6�:- (company//Naa/me) Faithful Performance Bond No. Labor and Material Bond No. Monument Bond No. Maintenance Bond No. )P4yMe,rJT <:�" iF3 Z6 /oY-a 39i.31 A6 C/"'1 Re: Tract No. / CC No. i MSC No. Approved :I-/3 0 Agenda Item No. � (Counc01 il Approval ) City Clerk Vault No. r. .i i #27 g:/follomp/bondletlferxioc Council/Agency Meeting Held: .r 4 Deferred/Continued to: Approved 0 Conditionally Approved ❑ Denied lup C' Clef le k's r gnat r Council Meeting Date: May 3, 2004 Departm t 1D mber: PW 04-031 CITY OF HUNTINGTON BEACH REQUEST FOR ACTION SUBMITTED TO: HONORABLE MAYOR AND CITY COUNCIL MEMBERS =-4 SUBMITTED BY: WILLIAM P. WORKMAN, Acting City Administrator B� `�' - PREPARED BY: ROBERT F. BEARDSLEY, Director of Public Works SUBJECT: Award Construction Contract for the Magnolia Street CC-1153,' Hamilton Avenue CC-1155 & Yorktown Avenue CC-1156 Rehabilitation Improvements. Fs-�te ment of Issue,Funding Source,Recommended Action,Alternative Action(s),Analysis,Environmental Status,Attachments) 11 Statement of Issue: On April 13, 2004, bids were received for the Magnolia Street, Hamilton Avenue and Yorktown Avenue Rehabilitation Improvements, CC-1153, CC1155 & CC-1156, respectively. Staff recommends award to R.J. Noble, 15505 E. Lincoln, Avenue, Orange, CA 92856, as the lowest responsive and responsible bidder. Funding Source: Sufficient project funds have been budgeted in the Gas Tax, Arterial Rehabilitation, Street Improvements Account No. 20790008.82300. Grant funds in the amount of$272,533 are included in the budgeted funds. The engineer's preliminary estimate is $704,408. Recommended Action: 1. Accept the lowest responsive and responsible bid submitted by R.J. Noble, in the amount of $707,429.60 for Magnolia _Street, Hamilton Avenue and Yorktown Avenue Rehabilitation Improvements, CC-1153, CC-1155 & CC-1156 respectively; and 2. Authorize the Mayor and City Clerk to execute a construction contract in substantially the same form as the attached sample contract. Alternative Action(s): Reject all bids and direct staff to readvertise or abandon the project. Abandonment of the project would result in the loss of$272,533 in grants funds. L) REQUEST FOR ACTION MEETING DATE: May 3, 2004 DEPARTMENT ID NUMBER:PW 04-031 Analysis: In 2000, the Public Works Department applied for funding under the Orange County Transportation Authority (OCTA) Arterial Highway Rehabilitation Program for various street rehabilitation projects. The City was awarded funds for a total of fourteen street rehabilitation projects over three fiscal years, including Magnolia Street, CC-1153 (Atlanta Avenue to Indianapolis Avenue), Hamilton Avenue, CC-1155 (Bushard Street to Santa Ana River), and Yorktown Avenue, CC-1156 (Bushard Street to Brookhurst Street). The following table reflects the funding breakdown of awarded federal dollars and City matching funds required for the construction contract. Contingency costs and supplemental expenses are additional to the City matching funds. Street Protect# Limits Award City Match (Gas Tax) Magnolia CC1153 Atlanta to Indianapolis $117,107 $180,882.80 Hamilton CC1155 Bushard to S.A. River $ 89,227 $115,865.70 Yorktown CC1156 Bushard to Brookhurst fib 199 �138 148.10 Total Project Cost: $272,533 $434,896.60 Rehabilitation of the roadways generally includes pavement crack sealing, grinding, selective pavement reconstruction and asphalt overlay. This project also includes placing new signing/striping, new traffic detection loops and adjustments of existing water valves, manholes and similar appurtenances to the new wearing surface. Pavement rehabilitation work of this nature will increase the life of the arterial streets by approximately 10 years. Bidding Contractor Bid Amount 1. R.J. Noble $707,429.60 2. All American Asphalt $735,657.02 3. Sequel Contractors $738,043.80 4. Orion Contracting Inc. $846,014.69 (Corrected to: $749,203.40) 5. Alliance Street Works $755,205.00 (Corrected to: $755,205.80) 6. Elite Bobcat Service Inc. $765,079A0 7. Palp, Inc., (Excel Paving Co.) $779,991.40 The reference check for R.J.: Noble provided acceptable responses from past clients. Therefore, staff recommends that the City Council accept the bid from R.J. Noble, the lowest responsive and responsible bidder. Public Works Commission AQproval: The Public Works Commission recommended that City Council authorize the Director of Public Works to advertise the project for bids on May 21, 2003, by a vote of 5-0-2 (Absent Commissioners: Gartland and Johnson). Environmental Status: These projects are categorically exempt pursuant to the California Environmental Quality Act, Section 15301 (C). GAR C A12004104-031 May 3 Lee(Arterial Road Rehab CC1153 CC1155&CC1156).doc -2- 4/13/2004 5:15 PM U REQUEST FOR ACTION U MEETING DATE: May 3, 2004 DEPARTMENT ID NUMBER:PW 04-031 Attachment(s)• City Clerk's Page Number No. Description I. Location Maps (Magnolia, Hamilton & Yorktown) 2. Sample Federally Funded Construction Contract RCA Author. Duncan Lee:jg G:1R C A12004104-031 May 3 Lee(Arterial Road Rehab CC1153 CC1155&CC1156).doc -3- 411312004 5:15 PM ATTAC H M E N T # 1 . Gip •;�,r Nzl i Q' BOLSA AVE. NVb N � » NTS Mc FADDEN JAVE. \�`� J F-: V) �� \ ' z �' EDINGER o N AVE.* z V) Ln o o z HEILm a N ¢ a AVE. 0 ui 0 w a WARNER of 0 AVE. �. \ SLATER AVE. TALBERT AVE. ELLIS JAVE. GARFIELD AVE. o En tn � YORKTOWN AVE. 3 ADAMS z AVE. N O� �t Z INDIANAPOLIS o AVE. o _ 0 X.; ATLANTA AVE. 0° m D m PROPOSED PROJECT HAMILT N AVE. APPROX. 1/2 MILE •'y�Ly BANNING AVE. MAGNOLIA STREET; CC- 1153 LOCATION MAP 1A � CITY OF HUNTINGTON ."BEACH DEPARTMENT OF PUBLIC WORKS = {/� �P BOLSA AVE. '\ NTS J• v~i c~n u~i v~i `�� ' Q Mc. FADDEN AVE. �t U z En v EDINGER AVE. , z z cn W o �� �1 O Q' > `.\ f 0 z HEILm x . V) Q y ¢ AVE. m m 0 U7 0 W N 1\ m J W 0 O 1 N Q WARNER o AVE. SLATER AVE. TALBERT AVE. PACMC J �'•` ELLIS AVE. GARFIELDIY I AVE. YORKTOWN a AVE. ADAMS g z AVE. N V`O w w mot` z D INDIANAPOLIS AVE. o ATLANTA N AVE. 0° m D m •HAMILTON AVE. PROPOSED PROJECT �. AVE. APPROX. 1/2 MILE HAMILTON AVENUE; CC- 1155 LOCATION. MAP CITY OF HUNTINGTON BEACH DEPARTMENT OF PUBLIC WORKS - BOLSA AVE. NTS V) V) (n J a Mc FADDEN AVE. z U EDINGER o v~i AVE. z z N N o ��\ o a w 3 4 mot_ 0 o HEILm N Q ¢ AVE. m z x m c� c� w o 0 \ a WARNER 0 AVE. SLATER AVE. f �\ TALBERT AVE. PACIFIC ti. ,\ ELLIS JAVE. GARFIELD AVE. N V) o V) v) m YORKTOWN AVE. 3 ADAMS z AVE. N INDIANAPOLIS AVE. o � `• TLA TA m AVE. m _ m D GCE&.N m HAMILTON AVE. BANN NG PROPOSED PROJECT . AVE. APPROX. 1/2 MILE YORKTOWN AVENUE; CC- 1156 LOCATION MAP F CITY OF HUNTINGTON BEACH DEPARTMENT OF PUBLIC WORKS - ATTACHMENT #2 V u FEDERALLY FUNDED CONSTRUCTION CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND FOR TABLE OF CONTENTS Page No. 1. STATE OF WORK;ACCEPTANCE OF RISK 1 2. ACCEPTANCE OF CONDITIONS OF WORK;PLANS AND SPECIFICATIONS 2 3. COMPENSATION 3 4. COMMENCEMENT OF PROJECT 4 5. TIME OF THE ESSENCE 4 6. CHANGES 4 7. NOTICE TO PROCEED 5 8. BONDS 5 9. WARRANTIES 6 10. INDEPENDENT CONTRACTOR 6 11. LIQUIDATED DAMAGES/DELAYS 6 12. DIFFERING SITE CONDITIONS 8 13. VARIATIONS IN ESTIMATED QUANTITIES 9 14. PROGRESS PAYMENTS 9 15. WITHHELD CONTRACT FUNDS,SUBSTITUTION OF SECURITIES 10 16. AFFIDAVITS OF SATISFACTION OF CLAIMS 10 17. WAIVER OF CLAINMS 11 18. INDENLNMCATION, DEFENSE,HOLD HARMLESS 11 19. WORKERS' COMPENSATION INSURANCE AND EMPLOYER'S LIABILITY INSURANCE 12 20. INSURANCE 12. 21, CERTIFICATES OF INSURANCE;ADDITIONAL INSURED ENDORSEMENTS 13 22. NOTICE OF THIRD PARTY CLAM 14 23, DEFAULT&TERMINATION 14 24. TERMINATION FOR CONVENIENCE 14 25. DISPOSITION OF PLANS,ESTIMATES AND OTHER DOCUMENTS 15 26. NON-ASSIGNABILITY 15 27. CITY EMPLOYEES AND OFFICIALS 15 28. STOP NOTICES; RECOVERY OF ADMINISTRATIVE COSTS 15 29. NOTICES 16 30, SECTION HEADINGS 16 31. IMI MIGRATION 16 32. LEGAL SERVICES SUBCONTRACTING PROHIBITED 17 FEDERALLY FUNDED CONSTRUCTION CONTRACT I V TABLE OF CONTENTS,continued Page No. 33. ATTORNEY'S FEES 17 34. INTERPRETATION OF THIS AGREEMENT 17 35. GOVERNING LAW 18 36. DUPLICATE ORIGINAL 18 37. CONSENT 18 38. CALIFORNIA FAIR EMPLOYMENT AND HOUSING ACT 18 39. CALIFORNIA PREVAILING WAGE LAW 18 40. CALIFORNIA EIGHT-HOUR LAW 19 41. PAYMENT OF TRAVEL AND SUBSISTENCE ALLOWANCE 20 42. EMPLOYMENT OF APPRENTICES 20 43. PAYROLL RECORDS 20 44. FEDERAL PARTICIPATION 21 45. DAVIS-BACON ACT 21 46. DISCRIMINATION,MINORITIES,ALIENS 21 47. EQUAL EMPLOYMENT OPPORTUNITY 21 48. COPELAND"ANTI-KICKBACK"ACT 22 49. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT 23 50. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT 23 51. ENERGY CONSERVATION 24 52. HOUSING AND URBAN DEVELOPMENT 24 53. ENTIRETY 24 2 u u .. LP FEDERALLY FUNDED CONSTRUCTION CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND FOR THIS AGREEMENT ("Agreement") made and entered into this day of 20 , by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as "CITY," and 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 _ in the City of Huntington Beach; and CONTRACTOR has been selected to perform said services, NOW, THEREFORE, in consideration of the promises and agreements hereinafter made and exchanged,the parties covenant and agree as follows: I. 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 be encountered in the prosecution of agmefbanVfederal 4-20 I V 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; 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 Forks Construction, published by Builders'News, Inc., 1080I National Boulevard,Los Angeles, CA sgme1fbnTWfedem14-20 2 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 CONTRACTOTs 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 "DPW"), and CONTRACTOR shall not attempt to resolve or adjust the discrepancy without the decision of DPW, save only at its own risk and expense. Should there be any conflict between the terms of this Agreement and the bid or proposal of CONTRACTOR, then this Agreement shall control and nothing herein shall be considered as an acceptance of the terms of the bid or proposal which is in conflict herewith. 3. COMPENSATION CITY agrees to pay and CONTRACTOR agrees to accept as full compensation for the faithful performance of this Agreement, subject to any additions or deductions made under the provisions of this Agreement or the Contract Documents, a sum not to exceed agme1fbmW redcm14.20 3 V Dollars (S ), 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 (_ ) consecutive from the day the Notice to Proceed is issued by DPW,excluding delays provided for in this Agreement. 5. TIME OF THE ESSENCE The parties hereto recognize and agree that time is of the essence in the performance of this Agreement and each and every provision of the Contract Documents. COIN"TRACTOR 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 agreelfoffWfedmi 4-20 4 V 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 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 Agreement 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. S. 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 Agreement price to guarantee the CONTRACTOR's faithful performance of the work, and one in the amount of one hundred percent of the Agreement price to guarantee payment of all claims for tabor and materials furnished. In addition, CONTRACTOR shall submit to CITY a bond in the amount of one hundred percent(I00°/a)of the final Agreement price, including all change orders, to warrant such performance .greelformsiTcdeml 4-20 5 for a period of one(1)year after CITY's acceptance thereof within ten(10) days of filing of the Notice of Completion. 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. 1NDEPENDENT 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, the sum of Dollars {$ ) per day for each and every working day's delay in completing the work in excess of the number of Agmelrorm9rea=1 azo 6 V 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 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. agreelfornwfedeml 4-20 7 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 a result of such conditions, an equitable adjustment shall be made and the agreement modified in writing accordingly. D. 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. sUceIfomWfcdcmI 4-20 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 Agreement 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. 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 DPAV, 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, ,gm-rromWreacmr 4-20 9 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 Agreement price shall not be considered as a acceptance of any part of the work. 15. ZVITHHELD CONTRACT FUNDS, SUBSTITUTION OF SECURITIES At the request and at the sole cost and expense of CONTRACTOR, who shall retain beneficial ownership and receive interest, if any thereon, CITY shall permit the substitution and deposit therewith of securities equivalent to the amount of any monies withheld by CITY to ensure performance under the terms of this Agreement. 16. AFFIDAVITS OF SATISFACTION OF CLAMIS 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 ZVithhold, 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. agmefbffWfcdcm14-20 10 L V 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 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. 1VORKERS' 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 maintain workers' compensation and employer's Iiability 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 agmdformsrfeaerat 4-20 11 Furnish to CITY a certificate of waiver of subrogation under the terms of the workers' compensation and employer's liability insurance and CONTRACTOR shall similarly require all subcontractors to waive subrogation. 20. INSURANCE In addition to the workers' compensation and employer's liability insurance and CONTRACTOR's covenant to 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 CONTRACTOWs 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: ADDMONAL NSURED ENDORSEMENTS Prior to commencing performance of the work hereunder,CONTRACTOR shall furnish to CITY certificates of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverages as required by this Agreement;the certificates shall: I. provide the name and policy number of each carrier and policy; &Smt bmWfedem14-20 12 U U 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 provisions for indemnification of CITY by CONTRACTOR under the 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. 23. DEFAULT AND TERhIMATION 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 ,greefams1te&-ra?.ago 13 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 23 and any damages shall be assessed as set forth in Section 23. 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 plus seven and one-half percent(7 '/2 %) for overhead and profit less all such payments already made. 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. agree/fonns/federal 4-20 14 U U 26. NONASSIGNA131LITY 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 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 I 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, by notice given hereunder, may designate different addresses to which subsequent notices,certificates or other communications will be sent: agn-dromis Wffal 4-20 15 U TO CITY: TO CONTRACTOR: City of Huntington Beach ATTN: 2000 Main Street Huntington Beach,CA 92648 30. SECTION HEADINGS T1:e 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 masers included or excluded from such provisions, and do not interpret, define, limit or describe, or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement. 31. IMMIGRATION CONTRACTOR shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of United States Code Section 1324a regarding employment verification. 32. LEGAL SERVICES SUBCONTRACTING PROHIBITED CONTRACTOR and CITY agree that CITY is not liable for payment of any subcontractor work involving Iegal 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 Iegal counsel for CITY; and CITY shall not be liable for payment of any legal services expenses incurred by CONTRACTOR. a &Sme1fomWfedcm14-20 16 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 and 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 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, taw, 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. GOVERNNG 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 ■Vedfb=Vfedm14-20 17 l,� U 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. 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 consentlapproval to any subsequent occurrence of the same or any other transaction or event. 38. CALIFORNIA FAIR EMPLOYMENT AND HOUSING ACT CONTRACTOR agrees to comply with all requirements and utilize fair employment practices in accordance with California Government Code Sections 12900 et seg. 39. CALIFORNIA PREVAILING WAGE LAW. A. The CITY has ascertained from the Director of Industrial Relations of the State of California the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime work in the locality in which the work is to be performed for each craft or type of work needed to execute this Agreement,and the same has been set forth by resolution on file in the office of the City Clerk of CITY. CONTRACTOR and any subcontractor under it shall pay not less than said prevailing wage rates to all workers employed on this public works Agreement,as required by California Labor Code Sections 1771 and 1774. In accordance with the provisions of Section 3700 of the California Labor Code,CONTRACTOR agrees to secure payment of compensation to every employee. B. Pursuant to this Agreement and in accordance with Section 1774 and 1775 of the California Labor Code,CONTRACTOR shall, as penalty to CITY,forfeit mcnty-five dollars($25) for each calendar day or portion thereof for each .gme.rronTWrcdcmi ago 18 worker paid(either by CONTRACTOR or any of its subcontractors) less than the prevailing wage rate established for that particular craft or type of work. 40. CALIFORNIA EIGHT-HOUR LAW A. California Labor Code,Sections 1810 et seq, shall apply to the performance of this Agreement;thereunder,not more than eight(8)hours shall constitute one day's work and CONTRACTOR and each subcontractor employed by its hereunder,shall not require more than eight(8)hours of labor per day or forty (40)hours per week from any one person employed by it hereunder,except as stipulated in California Labor Code Section 1815. CONTRACTOR and each subcontractor employed by it hereunder shall, in accordance with California Labor Code Section 1812,keep an accurate record,open to inspection at all reasonable hours,showing the name and actual hours worked each calendar day and each calendar week by each worker employed in connection with the PROJECT. B. Pursuant to this Agreement and in accordance with California Labor Code Section 1813,CONTRACTOR shall, as a penalty to CITY,forfeit twenty-five dollars(S25) for each worker employed hereunder by CONTRACTOR or any subcontractor for each calendar day during which such worker is required or permitted to work more than eight(8)hours in any one(1)calendar day or forty (40)hours in any one(1)calendar week in violation of California Labor Code Section 1815. 41, PAYMENT OF TRAVEL AND SUBSISTENCE ALLOWANCE Section I773.8 of the California Labor Code,regarding the payment of travel and subsistence allowance is applicable to this PROJECT. 19 V 42. EMPLOYMENT OF APPRENTICES Section 1777.5 of the California Labor Code,regarding the employment of apprentices is applicable to this PROJECT. 43. PAYROLL RECORDS CONTRACTOR agrees to keep accurate payroll record showing the name, address, social security number,work classification,straight time and overtime hours worked each day and week,and the actual per diem wages paid to each journeyman,apprentice or worker employed by it in connection with the PROJECT and agrees to require each of its subcontractors to do the same. CONTRACTOR further agrees that its payroll records and those of its subcontractors,if any,shall be available at all reasonable times to the CITY,and the employee or his representative,and the Division of Labor Standards Enforcement and the Division of Apprenticeship Standards,and to comply with all of the provisions of California Labor Code Section 1776,in general. 44. FEDERAL PARTICIPATION The PROJECT pursuant to which the work covered by this Agreement is being executed is being assisted by the United States of America. Several Agreement provisions embodied herein are included in this Agreement in accordance with the provisions applicable to such federal assistance. As f.-deral funds are financing all or part of this work,all of the statutes,rules and regulations promulgated by the Federal Government and applicable to the work will apply,and CONTRACTOR agrees to comply therewith. 45. DAVIS-BACON ACT CONTRACTOR agrees to pay and require all subcontractors to pay all employees on said PROJECT a salary or wage at least equal to the prevailing rate of per diem wage as determined by the Secretary of Labor in accordance with the Davis-Bacon Act(44 USC Section 176a,el seq.)for each craft or type of worker needed to perform this Agreement. CONTRACTOR agrees to comply B&mc/formVfed=I 4-20 20 W U with all applicable federal labor standards provisions;said provisions are incorporated herein by this reference. 46. DISCRD,t I ATION. MNORITIES, ALIENS CONTRACTOR shall not discriminate nor allow its employees, agents,principals,or subcontractors to discriminate against any employee or applicant for employment on the basis of race, religious creed,national origin or sex. CONTRACTOR shall take affirmative steps to hire local qualified minority individuals when job opportunities occur and utilize local business firms when possible. 47. EQUAL EMPLOYMENT OPPORTUNITY The CONTRACTOR will comply with all provisions ofExecutive Order 11246, entitled"Equal Employment Opportunity," and amended by Executive Order 11375,and as supplemented in Department of Labor regulations(41 CFR part 60). CONTRACTOR is required to have an affirmative action plan which declares that it does not discriminate on the basis of race,color,religion,creed,national origin,sex or age to ensure equality of opportunity in all aspects of employment. Section 503 of the Rehabilitation Act of 1973 (29 USC Section 701,et seq.)prohibits job discrimination because of handicap and requires affirmative action to employ and advance in employment qualified handicapped workers. Section 402 of the Vietnam Era Veterans Readjustment Assistance Act of 1974(38 USC Section 219 et seq.)prohibits job discrimination and requires affiuTnative action to comply and advance in employment(1)qualified Vietnam veterans during the first four(4)years after their discharge and(2)qualified disabled veterans throughout their working life if they have a thirty percent (30%) or more disability. sgrcdfomulfedemI 4-20 21 L L) To ensure compliance with these requirements, the CONTRACTOR shall provide the CITY its written affirmative action plan prior to commencement of work. The CONTRACTOR is required to provide the CITY with a listing of its subcontractors together with a completed affirmative action program from each subcontractor when applicable. 48. COPELAND "ANTI-KICKBACK"ACT CONTRACTOR and its subcontractors shall comply with the provisions of the Copeland"Anti-Kickback"Act(18 USC Section 874),as supplemented in Department of Labor regulations,which Act provides that each shall be prohibited from including,by any means, any person employed in the construction,completion,or repair of public work, to give up any part of the compensation to which he is otherwise entitled. 49. CON-MACT WORK HOURS AND SAFETY STANDARDS ACT The CONTRACTOR shall comply with the provisions of Section 103 and 107 of the Contract Work Hours and Safety Standards Act(40 USC 327 et seq.)as supplemented by Department of Labor regulations(29 CFR,part 5). Under Section 103 of the Act each CONTRACTOR shall be required to compute the wages of every mechanic and laborer on the basis of a standard workday of eight(8)hours and standard workweek of forty(40)hours. Work in excess of the standard workday or workweek is permissible provided that the worker is compensated at a rate of not less than 1-112 times the basic rate of pay for all hours worked in excess of eight(8) hours in any calendar day or forty(40) hours in the workweek. Section 107 of the Act is applicable to construction work and provides that no taborer or mechanic shall be required to work in'surroundings or under working conditions which are unsanitary,hazardous,or dangerous to his health and safety as determined under construction,safety and health standards promulgated by the Secretary of Labor. These requirements do not apply to the purchase of supplies or materials or articles ordinarily available on the open market or contracts for transportation. aSmufonnVadnaz 4-23 22 50. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT. A. CONTRACTOR stipulates that all facilities to be utilized in the performance of this Agreement were not listed,on the date of Agreement award,on the United States Environmental Protection Agency(EPA)List of Violating Facilities, pursuant to 40 CFR 15.20. B. The CONTRACTOR agrees to comply with all of the requirements of Section 114 of the Clean Air Act and section 308 of the Federal Water Pollution Control Act and all regulations and guidelines listed thereunder. C. The CONTRACTOR shall promptly notify the CITY of the receipt of any communication from the Director,Office of Federal Activities,EPA,indicating that a facility to be utilized pursuant to this Agreement is under consideration to be listed on the EPA List of Violating Facilities. D. The CONTRACTOR agrees to include or cause to be included the requirements of paragraph(a)thorough(d)of this section in every nonexempt subcontract, and further agrees to take such action as the Government may direct as a means • of enforcing such requirements. i 51. ENEROYCONSERVATION Agreements with federal participation shall recognize mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act(42 USC Section 6201,et seg.). .gmdroftWredcmi 4-20 23 52. HOUSING AND URBAN DEVELOPMENT CONTRACTOR agrees to comply with any and all rules,regulations,guidelines, procedures and standards of the United States Department of Housing and Urban Development and complete any and all reports and forms that may be required in accordance therewith. 53. ENTCRETY The foregoing, and Exhibit "A" attached hereto, set forth the entire Agreement between the parties. No waiver or modification of this Agreement shall be valid unless in writing duly executed by both parties. The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arm's length negotiations, 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, promise,agreement,warranty, fact or circumstance not expressly set forth in this Agreement. N WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized offices the day,month and year first above written. agrWtbn kdmI4-20 24 V l� CONTRACTOR CITY OF HUNTINGTON BEACH,a municipal corporation of the State of California Mayor By: ATTEST: pint name ITS: (circle one)Chairman/President/Vice President City Clerk AND APPROVED AS TO FORM: By: City Attorney print name YTS: (circle one)Secretary/Chie£Financial Officer/Asst. Secretary-'£reasurer INITIATED AND APPROVED: REVIENVED AND APPROVED: Director of Public Works City Administrator agmelfonWfederal 4-20 25 U RCA ROUTING SHEET INITIATING DEPARTMENT: PUBLIC WORKS SUBJECT: Award Construction Contract for Arterial Street improvements CC1153, CC1155 & CC1156 COUNCIL MEETING DATE: 1 May 3, 2004 RCA ATTACHMENTS STATUS Ordinance (w/exhibits & legislative draft if a licable Not Applicable Resolution wlexhibits & legislative draft if applicable) Not Applicable Tract Map, Location Map and/or other Exhibits Attached Contract/Agreement (wlexhibits if applicable) (Signed in full by the City Attome Attached Subleases, Third Party Agreements, etc. (Approved as to fomn by City Attome Not Applicable Certificates of Insurance (Approved by the CM1 Attome Not Applicable Financial Impact Statement Unbud et, over$5,000 Not Applicable Bonds If applicable) Not Applicable Staff Report If applicable) Not Applicable Commission, Board or Committee Report If applicable) Not Applicable Findings/Conditions for Approval and/or Denial Not Applicable EXPLANATION FOR MISSING ATTACHMENTS REVIEWED RETURNED FORWARDED Administrative Staff Assistant Ci Administrator Initial Ci Administrator Initial City Clerk ( } EXPLANATION FOR RETURN OF ITEM: Only)(Below Space For City Clerk's Use 1 RCA Author Duncan Lee REQUEST FOR ACTION MEETING DATE: May .484 DEPARTIVOID NUMBER: PW 04-031 .0 3 -AQ-9,,:e-N,f Analysis: In 2000, the Public Works Department applied for funding under the Orange County Transportation Authority (OCTA) Arterial Highway Rehabilitation Program for various street rehabilitation projects. The City was awarded funds for a total of fourteen street rehabilitation projects over three fiscal years, including Magnolia Street, CC-1153 (Atlanta Avenue to Indianapolis Avenue), Hamilton Avenue, CC-1155 (Bushard Street to Santa Ana River), and Yorktown Avenue, CC-1156 (Bushard Street to Brookhurst Street). The following table reflects the funding breakdown of awarded federal dollars and City matching funds required for the construction contract. Contingency costs and supplemental expenses are additional to the City matching funds. Street Project# Limits Award City Match (Gas Tax) Magnolia CC1153 Atlanta to Indianapolis $117,107 $180,882.80 Hamilton CC1155 Bushard to S.A. River $ 89,227 $115,865.70 Yorktown CC1156 Bushard to Brookhurst 66,199 $138,148.10 Total Project Cost: $272,533 $434,896.60 Rehabilitation of the roadways generally includes pavement crack sealing, grinding, selective pavement reconstruction and asphalt overlay. This project also includes placing new signing/striping, new traffic detection loops and adjustments of existing water valves, manholes and similar appurtenances to the new wearing surface. Pavement rehabilitation work of this nature will increase the life of the arterial streets by approximately 10 years. Bidding Contractor Bid Amount 1. R.J. Noble $707,429.60 2. All American Asphalt $735,657.02 3. Sequel Contractors $738,043.80 4. Orion Contracting Inc. $846,014.69 (Corrected to: $749,203.40) 5. Alliance Street Works $755,205.00 (Corrected to: $755,205.80) 6. Elite Bobcat Service Inc. $765,079.40 7. Palp, Inc., (Excel Paving Co.) $779,991.40 The reference check for R.J. Noble provided acceptable responses from past clients. Therefore, staff recommends that the City Council accept the bid from R.J. Noble, the lowest responsive and responsible bidder. Public Works Commission Approval: The Public Works Commission recommended that City Council authorize the Director of Public Works to advertise the project for bids on May 21, 2003, by a vote of 5-0-2 (Absent Commissioners: Gartland and Johnson). Environmental Status: These projects are categorically exempt pursuant to the California Environmental Quality Act, Section 15301 (C). G:\R C A\2004\04-031 May 3 Lee(Arterial Road Rehab CC1153 CC1155&CC1156).doc -2- 4113/2004 5:15 PM T N A CITY OF HUNTING O BEACH MAGNOLIA ST., CC-1153, HAMILTON AVE., CC-1155 & YORKTOWN AVE., CC-1156 REHABILITATION BID DATE: APRIL 13, 2004 TIME: 2:00 PM ENGINEER'S ESTIMATE: $704,408 BID LIST No. BIDDER'S NAME RANK TOTAL BID AMOUNT 1 All American Asphalt 2 $735,657.02 2 Alliance Street Works 4 $755,205.00 3 Chrisp Company 4 Elite Bobcat Service Inc. 5 $765,079.40 5 Excel Paving Co. 6 $779,991.40 6 H. Roberts Construction Inc. 7 LA Signal 8 Moore Electrical 9 Orion Contracting Inc. 7 $846,014.69 10 Pavement Recycling Systems 11 R.J. Noble 1 $707,429.60 12 Ruiz Engineering Company 13 Sequel Contractors Inc. 3 $738,043.80 14 Shawnan 15 Silvia Construction Inc. 16 Sterndahl Enterprises 17 TNF Architectural Signage Inc. 18 19 20 21 22 23 24 file: Bid List CC-1153-1155-1156.xls i U CITY OF HUNTINGTON BEACH MAGNOLIA ST., CC-1153, HAMILTON AVE., CC-1155 & YORKTOWN AVE., CC-1156 REHABILITATION BID DATE: APRIL 13, 2004 TIME: 2:00 PM ENGINEER'S ESTIMATE: $704,408 BID LIST No: BIDDER'S NAME RANK TOTALBID AMOUNT 1 All American Asphalt —2 p 2 Alliance Street Works-lc_ Ofl 3 Chdsp Company MIA 4 Elite Bobcat Service Inc. 47 (v5 0'�. o 5 Excel Paving Co. 6 H. Roberts Construction Inc. IJ o- 7 LA Signal 8 Moore Electrical 0- 9 Orion Contracting Inc. 10 Pavement Recycling Systems — o-- 11 R.J. Noble 12 Ruiz Engineering Company 13 Sequel Contractors Inc. 14 Shawnan 15 Silvia Construction Inc. 16 Stemdahl Enterprises 17 TN Architectural Sig nage Inc. 18 19 20 21 22 23 i24i file: Bid List CC-1153-1155-1156.xls I �D CITY CLERK Cl FY OF HUNTINGTON BEACH, CA 2004 APR 13 P I. 5q C= C= 10 :Z cl E I 8dV 4001 mc>t M _0 �'= VO 'HOV32 NO19NIINnH JO A113 y NOTICE INVITING SEALED BIDS Z//g/0� for CC-1153, CC-1155 & CC-1156 Notice is hereby given that sealed bids will be received by the City of Huntington Beach at the office of the City Clerk at City Hall, 2000 Main Street, Huntington Beach, CA 92648, until the hour of 2:00 PM on April 13,2004, at which time bids will be opened publicly and read aloud in the Council Chambers for the MAGNOLIA ST. CC-1153, HAMILTON AVE. CC-1155 & YORKTOWN AVE. CC-1156 REHABILITATION IMPROVEMENTS in the City of Huntington Beach. A set of plans, specifications, and contract documents may be obtained starting March 25, 2004 at City Hall, Department of Public Works upon receipt of a non-refundable fee of$45.00, sales tax included, if picked up or$65.00 if mailed. Each bid shall be made on the Proposal Form provided in the contract documents, and shall be accompanied by a certified or cashier's check or a bid bond for not less than 10% of the amount of the bid, made payable to the City of Huntington Beach. The Contractor shall, in the performance of the work and improvements, conform to the Labor Code of the State of California and other Laws of the State of California applicable thereto, with the exception only of such variations that may be required under the special statutes pursuant to which proceedings hereunder are taken and which have not been superseded by the provisions of the Labor Code. Preference to labor shall be given only in the manner provided by law. No bid shall be considered unless it is made on a form furnished by the City of Huntington Beach, Department of Public Works, and is made in accordance with the provisions of the proposal requirements. Each bidder must be licensed and also prequalified as required by law. The City Council of the City of Huntington Beach reserves the right to reject any or all bids. By order of the City Council of the City of Huntington Beach, California the 16th of June 2003. Connie Brockway City Clerk of the City of Huntington Beach 2000 Main Street. (714) 536-5431 NISB-CC-1153-1155-1156(2) City of Huntington Beach Project Name: MAGNOLIA STREET (CC-1153) Public Works Department Bid Openning: April 13, 2004 @ 2:00 p.m. 2000 Main Street, P.O. Box 190 Engineer's Estimate: $300,758.00 Huntington Beach, CA 92648 Cash Contract# : CC-1153 BID SUMMARY R.J.Noble All American Asphalt Sequel Contractors Inc. Bidder 1 Bidder 2 Bidder 3 Item Contract Unit Unit unit No. Description QuantityUnit Price Amount Price Amount Price Amount 1 Mobilization 1 L.S. $7,900.00 $7,900.00 $4,500.00 $4,500.00 $10,000.00 $10,000.00 2 Traffic Control Plan 1 L.S. $1,500.00 $1,500.00 $2,300.00 $2,300.00 $3.000.00 $3,000.00 3 Fumish Project Traffic Control 1 L.S. $7,000.00 $7,000.00 $4,300.00 $4,300.00 $3.000.00 $3,000.00 4 Cold Milling&Header Cutting 48644 S.F. $0.20 $9,728.80 $0.21 $10,215.24 $0.20 $9,728.80 5 Unclassified Excavation 1232 C.Y. $14.00 $17,248.00 $32.00 $39,424.00 $25.00 $30,800.00 6 Construct Asphalt Concrete(Overlay, Full Depth,etc.) 5418 Ton $42.00 $227,556.00 $41.75 $226,201.50 $43.70 $236,766.60 7 Pavement Reinforcement Fabric&Route and Seal of Cracks 571 S.Y. $8.00 $4,568.00 $9.50 $5,424.50 $6.00 $3,426.00 8 Adjust Sewer/Storm Drain Manhole to Grade 5 Each $225.00 $1,125.00 $550.00 $2,750.00 $200.00 $1,000.00 9 Adjust Water Valve to Grade 7 Each $260.00 $1,820.00 $165.00 $1,155.00 $200.00 $1,400.00 10 Traffic Striping 1 L.S. $11,500.00 $11,500.00 $11,500.00 $11,500.00 $10,000.00 $10,000.00 11 Traffic Loop 20 Each $175.00 $3,500.00 $180.00 $3,600.00 $200.00 $4,000.00 12 Remove&Reconstruct Curb&Gutter 32 L.F. $52.00 $1,664.00 $27.50 $880.00 $30.00 $960.00 13 Survey Monumentation 8 Each $360.00 $2,880.00 $575.00 $4,600.00 $400.00 $3,200.00 14 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 15 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 16 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 17 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 18 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 19 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 20 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 21 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 22 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 23 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 24 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 25 0 0 0 $0.00 $0.00 $0.00 $0.0011 $0.00 $0.00 Total Bid: $297.989.80 $316,850.24 $317,281.40 Page 1 • tl T1 City of Huntington Beach Project Name: MAGNOLIA STREET (CC- Public Works Department P Bid Openning: April 13, 2004 @ 2:00 p.m. Ll 2000 Main Street, P.O. Box 190 Engineer's Estimate: $300,758.00 Huntington Beach,CA 92648 Cash Contract# : CC-1153 BID SUMMARY Orion Contracting Inc. Alliance Street Works Elite Bobcat Services Inc. Bidder 4 Bidder 5 Bidder 6 Item Contract Unit Unit Unit No. Description Quanta Unit Price Amount Price Amount Price Amount 1 Mobilization 1 L.S. $10,000.00 $10,000.00 $10.000.00 $10,000.00 $7,500.00 $7,500.00 2 Traffic Control Plan 1 L.S. $5,000.00 $5,000.00 $5,000.00 $5,000.00 $3,000.00 $3,000.00 3 Furnish Project Traffic Control 1 L.S. $42,000.00 $42,000.00 $25,000.00 $25,000.00 $10,000.00 $10,000.00 4 Cold Milling& Header Cutting 48644 S.F. $0.20 $9,728.80 $0.20 $9,728.80 $0.20 $9,728.80 5 Unclassified Excavation 1232 C.Y. $17.00 $20,944.00 $20.00 $24,640.00 $31.00 $38,192.00 6 Construct Asphalt Concrete(Overlay, Full Depth,etc.) 5418 Ton $35.00 $189,630.00 $40.00 $216,720.00 $43 00 $232,974.00 7 Pavement Reinforcement Fabric&Route and Seal of Cracks 571 S.Y. $5.00 $2,855.00 $8.00 $4,568.00 $15.00 ' $8,565.00 8 Adjust Sewer/Storm Drain Manhole to Grade 5 Each $200.00 $1,000.00 $225.00 $1,125.00 $220.00 $1,100.00 9 Adjust Water Valve to Grade 7 Each $250.00 $1,750.00 $260.00 $1,820.00 $255.00 $1,785.00 10 Traffic Striping 1 L.S. $10,000.00 $10,000.00 $8,000.00 $8,000.00 $11.150.00 $11,150.00 11 Traffic Loop 20 Each $200.00 $4,000.00 $190.00 $3,800.00 $185.00 $3,700.00 12 Remove&Reconstruct Curb&Gutter 32 L.F. $50.00 $1,600.00 $50 00 $1,600.00 $30.00 $960.00 13 Survey Monumentation 8 Each $200 00 $1,600.00 $180.00 $1,440.00 $360 00 $2,880.00 14 10 0 0 $0.00 $0.00 $0.00 $0.00 $0 00 $0.00 15 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 16 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 17 0 0 0 $0.00 $0.00 $0.00 $0.00 $0 00 $0.00 18 0 0 0 $0.00 $0.00 $0.00 $0.00 $0 00 $0.00 19 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 20 0 0 0 $0.00 ' $0.00 $0.00 $0.00 $0.00 $0.00 21 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 22 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 23 0 0 0 $0.00 • $0.00 $0.00 $0.00 $0 00 $0.00 24 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 25 0 0 0 $0 00 $0.00 $0.00 $0.00 $0.00 $0.00 Total Bid: $300,107.80 $313,441.80 $331,534,8011 Page 2 of City of Huntington Beach •1153) Public Works Department . 2000 Main Street, P.O. Box 190 Huntington Beach, CA 92648 BID SUMMARY Excel Paving Co. Company 8 Bidder 7 Bidder 8 Item Contract Unit Unit No. Description Quanti Unit Price Amount Price Amount 1 Mobilization 1 L.S. $5,000.00 $5,000.00 $0.00 $0.00 2 Traffic Control Plan 1 L.S. $5,500.00 $5,500.00 $0.00 $0.00 3 Furnish Project Traffic Control 1 L.S. $2,500.00 $2,500.00 $0.00 $0.00 4 Cold Milling&Header Cutting 48644 S.F. $0.23 $11,188.12 $0.00 $0.00 5 Unclassified Excavation 1232 C.Y. $30.00 $36,960.00 $0.00 $0.00 6 Construct Asphalt Concrete(Overlay, Full Depth,etc.) 5418 Ton $44.00 $238,392.00 $0.00 $0.00 7 Pavement Reinforcement Fabric&Route and Seal of Cracks 571 S.Y. $10.50 $5,995.50 $0.00 $0.00 8 Adjust Sewer/Storm Drain Manhole to Grade 5 Each $225.00 $1,125.00 $0.00 $0.00 9 Adjust Water Valve to Grade 7 Each $275.00 $1,925.00 $0.00 $0.00 10 Traffic Striping 1 L.S. $12,000.00 $12,000.00 $0.00 $0.00 11 ITraffic Loop 20 Each $200.00 $4,000.00 $0.00 $0.00 12 Remove&Reconstruct Curb&Gutter 32 L.F. $80.00 $2,560.00 $0.00 $0.00 13 Survey Monumentation 8 Each $375 00 $3,000.00 $0.00 $0.00 14 0 0 0 $0.00 $0.00 $0.00 $0.00 15 0 0 0 $0.00 $0.00 $0.00 $0.00 16 0 0 0 $0.00 $0.00 $0.00 $0.00 17 0 0 0 $0.00 $0.00 $0.00 $0.00 18 0 0 0 $0.00 $0.00 $0.00 $0.00 19 0 0 0 $0.00 $0.00 $0.00 $0.00 20 0 0 0 $0.00 $0.00 $0.00 $0.00 21 0 0 0 $0.00 $0.00 $0.00 $0.00 22 0 0 0 $0.00 $0.00 $0.00 $0.00 23 0 0 0 $0.00 $0.00 $0.00 $0.00 24 0 0 0 $0.00 $0.00 $0.00 $0.00 25 10 0 0 $0.00 $0.00 $0.00 $0.00 Total Bid: $330,145.62 $0.02jj Page 3 •J City of Huntington Beach Project Name: HAMILTON AVENUE (CC-1155) Public Works Department Bid Openning: April 13, 2004 @ 2:00 p.m. 2000 Main Street, P.O. Box 190 Engineer's Estimate: $208,926.00 Huntington Beach, CA 92648 Cash Contract# : CC-1155 BID SUMMARY R.J.Noble All American Asphalt Sequel Contractors Inc. Bidder 1 Bidder 2 Bidder 3 Item Contract Unit Unit Unit No. Descri lon Quanta Unit Price Amount Price Amount Price Amount 1 Mobilization 1 L.S. $7,900.00 $7,900.00 $4,500.00 $4,500.00 $10,000.00 $10,000.00 2 Traffic Control Plan 1 L.S. $1,500.00 $1,500.00 $2,300.00 $2,300.00 $3.000.00 $3,000.00 3 Furnish Project Traffic Control 1 L.S. $7,500.00 $7,500.00 $4,300.00 $4,300.00 $3,000.00 $3,000.00 4 Cold Milling&Header Cutting 38920 S.F. $0.20 $7,784.00 $0.21 $8,173.20 $0.20 $7,784.00 5 JUnclassified Excavation 274 C.Y. $24.00 $6,576.00 $32.00 $8,768.00 $25.00 $6,850.00 6 lConstruct Asphalt Concrete(Overlay, Full Depth,etc.) 3059 Ton $42.00 ; $128,478.00 $41.75 $127,713.25 $43.70 $133,678.30 7 Pavement Reinforcement Fabric&Route and Seal of Cracks 669 S.Y. $6.30 $4,214.70 $9.50 $6,355.50 $5.00 $3,345.00 8 Adjust Sewer/Storm Drain Manhole to Grade 17 Each $226.00 $3,825.00 $550.00 , $9,350.00 $200.00 $3,400.00 9 Adjust Water Valve to Grade 17 Each $260.00 $4,420.00 $165.00 $2,805.00 $200.00 $3,400.00 10 Adjust Monitoring Well to Grade 8 Each $260.00 $2,080.00 $165.00 $1,320.00 $200.00 $1,600.00 11 Traffic Striping 1 L.S. $11,300.00 $11,300.00 $11,300.00 $11,300.00 $10,000 00 $10,000.00 12 Traffic Loop 31 Each $175 00 $5,425.00 $180 00 $5,580.00 $200.00 $6,200.00 13 Remove&Reconstruct Access Ramp 7 Each $1.550 00 $10,850.00 $1.680.00 $11,760.00 5' S00 00 $10,500.00 14 Remove&Install Traffic Pull Boxes, Includes Conduit&Wiring 1 L.S. Modifications $1,800.00 $1,800.00 $5,160.00 $5,160.00 110.000.00 $10,000.00 15 Survey Monumentation 4 Each $360.00 $1,440.00 $575.00 $2,300.00 $400.00 $1,600.00 16 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 17 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 18 0 0 0 $0 00 $0.00 $0.00 $0.00 $0.00 $0.00 19 10 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 20 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 21 0 0 0 $0 00 $0.00 $0.00 $0.00 $0.00 $0.00 22 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 23 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 24 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 25 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Total Bid: $205,092.70 $211,684.95 $214,357.30 Page 1 •J� City of Huntington Beach Project Name: HAMILTON AVENUE (CC- . . . Public Works Department Bid Openning: April 13, 2004 @ 2:00 p.m. 2000 Main Street, P.O. Box 190 Engineer's Estimate: $208,926.00 Huntington Beach,CA 92648 Cash Contract# : CC-1155 BID SUMMARY Orion Contracting Inc. Alliance Street Works Elite Bobcat Services Inc. Bidder 4 Bidder 5 Bidder 6 Item Contract Unit Unit -Unit No. I Descri ion Quantity Unit Price Amount Price Amount Price Amount 1 Mobilization 1 L.S. $10.000.00 $10,000.00 $10,000.00 $10,000.00 $7,000.00 $7,000.00 2 Traffic Control Plan 1 L.S. $5,000.00 $5,000.00 $5,000.00 $5,000.00 $2,500.00 $2,500.00 3 Furnish Project Traffic Control 1 L.S. $42,000.00 $42,000.00 $25.000.00 $25,000.00 $6,500.00 $6,500.00 4 Cold Milling&Header Cutting 38920 S.F. $0.20 $7,784.00 $0.20 $7,784.00 $0.20 $7,784.00 5 Unclassified Excavation 274 C.Y. $25.00 $6,850.00 $20.00 $5,480.00 $26.00 $7,124.00 6 Construct Asphalt Concrete(Overlay, Full Depth,etc.) 3059 Ton 0 $35.00 $107,065.00 $40.00 $122,360.00 $43.00 $131,537.00 7 Pavement Reinforcement Fabric&Route and Seal of Cracks 669 S.Y. $5.00 $3,345.00 $8.00 $5,352.00 $15.00 $10,035.00 8 Adjust Sewer/Storm Drain Manhole to Grade 17 Each $200.00 $3,400.00 $225.00 $3,825.00 $220.00 $3,740.00 9 Adjust Water Valve to Grade 17 Each $250.00 $4,250.00 $260.00 $4,420.00 $255.00 $4,335.00 10 Adjust Monitoring Well to Grade 8 Each $250.00 $2,000.00 $260.00 $2,080.00 $255.00 $2,040.00 11 Traffic Striping 1 L.S. $10,000.00 $10,000.00 $7.000.00 $7,000.00 $11,000.00 $11,000.00 12 Traffic Loop 31 Each $200 00 $6,200.00 $190 00 $5,890.00 $175.00 $5,425.00 13 Remove&Reconstruct Access Ramp 7 Each $2.000.00 $14,000.00 $2.000 00 $14,000.00 $1.450.00 $10,150.00 Remove&Install Traffic Pull Boxes, Includes Conduit&Wiring 14 Modifications 1 L.S. $3,000.00 $3,000.00 $9,000.00 $9,000.00 $9,000.00 $9,000.00 15 Survey Monumentation 4 Each $200.00 $800.00 $180.00 $720.00 $360.00 $1,440.00 16 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 17 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 18 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 19 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 20 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 21 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 22 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 23 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 24 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 25 10 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Total Bid: $225,694.00 $227,911.00 $219,610.00 Page 2 •J City of Huntington Beach •1155) Public Works Department . 2000 Main Street, P.O. Box 190 Huntington Beach,CA 92648 BID SUMMARY Excel Paving Co. Company 8 Bidder 7 Bidder 8 Item Contract Unit Unit No. Description Quantity Unit Price Amount Price Amount 1 Mobilization 1 L.S. $5,500.00 $5,500.00 $0.00 $0.00 2 Traffic Control Plan 1 L.S. $2,100.00 $2,100.00 $0.00 $0.00 3 Fumish Project Traffic Control 1 L.S. $5,000.00 $5,000.00 $0.00 $0.00 4 Cold Milling&Header Cutting 38920 S.F. $0.26 $10,119.20 $0.00 $0.00 5 Unclassified Excavation 274 C.Y. $31.00 $8,494.00 $0.00 $0.00 6 Construct Asphalt Concrete(Overlay, Full Depth,etc.) 3059 Ton $43.50 $133,066.50 $0.00 $0.00 7 Pavement Reinforcement Fabric&Route and Seal of Cracks 669 S.Y. $10.50 $7,024.50 $0.00 $0.00 8 Adjust Sewer/Storm Drain Manhole to Grade 17 Each $225.00 $3,825.00 $0.00 $0.00 9 Adjust Water Valve to Grade 17 Each $265.00 $4,505.00 $0.00 $0.00 10 Adjust Monitoring Well to Grade 8 Each $265.00 $2,120.00 $0.00 $0.00 11 Traffic Striping 1 L.S. $12,000.00 $12,000.00 $0.00 $0.00 12 Traffic Loop 31 Each $180.00 $5,580.00 $0 00 $0.00 13 Remove&Reconstruct Access Ramp 7 Each $3,200 00 $22,400.00 $0.00 $0.00 Remove&Install Traffic Pull Boxes, Includes Conduit&Wiring 14 Modifications 1 L.S. $3.100.00 $3,100.00 $0.00 $0.00 15 Survey Monumentation 4 Each $325.00 $1,300.00 $0.00 $0.00 16 0 0 0 $0.00 $0.00 $0.00 $0.00 17 0 0 0 $0.00 $0.00 $0.00 $0.00 18 0 0 0 $0.00 $0.00 $0.00 $0.00 19 0 0 0 $0.00 $0.00 $0.00 $0.00 20 0 0 0 $0.00 $0.00 $0.00 $0.00 21 0 0 0 $0.00 $0.00 $0.00 $0.00 22 0 0 0 $0.00 $0.00 $0.00 $0.00 23 0 0 0 $0.00 $0.00 $0.00 $0.00 24 0 0 0 $0.00 $0.00 $0.00 $0.00 25 0 0 0 $0.00 $0.00 $0.00 $0.00 Totat Bid: $226,134.20 $0.00 Page 3 eJ J City of Huntington Beach Project Name: YORKTOWN AVENUE (CC-1156) Public Works Department Bid Openning: April 13, 2004 @ 2:00 p.m. 2000 Main Street, P.O. Box 190 Engineer's Estimate: $194,723.50 Huntington Beach, CA 92648 Cash Contract# : CC-1156 BID SUMMARY R.J.Noble All American Asphalt Sequel Contractors Inc. Bidder 1 Bidder 2 Bidder 3 item Contract Unit Unit Unit No. Descrl tion Quantity Unit Price Amount Price Amount Price Amount 1 Mobilization 1 L.S. $7,900.00 $7,900.00 $4,500.00 $4,500.00 $10,000.00 $10,000.00 2 Traffic Control Plan 1 L.S. $1,500.00 $1,500.00 $2,300.00 $2,300.00 $3,000.00 $3,000.00 3 Furnish Project Traffic Control 1 L.S. $7,000.00 $7,000.00 $4,300.00 $4,300.00 $3,000.00 $3,000.00 4 Cold Milling&Header Cutting 48358 S.F. $0.20 $9,671.60 $0.21 $10,155.18 $0.20 $9,671.60 5 JUnclassified Excavation 324 C.Y. $22.00 $7,128.00 $32.00 $10,368.00 $25.00 $8,100.00 6 Construct Asphalt Concrete(Overlay, Full Depth,etc.) 2915 Ton $42.00 $122,430.00 $41.75 $121,701.25 $43.70 $127,385.50 7 Pavement Reinforcement Fabric&Route and Seal of Cracks 569 S.Y. $7.10 $4,039.90 $9.50 $5,405.50 $6.00 $3,414.00 8 Adjust Sewer/Storm Drain Manhole to Grade 13 Each $225.00 $2,925.00 $550.00 $7,150.00 $200.00 $2,600.00 9 Adjust Water Valve to Grade 18 Each $260.00 $4,680.00 $165.00 $2,970.00 $200.00 $3,600.00 10 Traffic Striping 1 L.S. $12,000.00 $12,000.00 $11,800.00 $11,800.00 $10.000.00 $10,000.00 11 Traffic Loop 20 Each $175.00 $3,500.00 $180.00 $3,600.00 $200.00 $4,000.00 12 Remove&Reconstruct Curb&Gutter 67 L.F. $42.00 $2,814.00 $27.50 $1,842.50 $30.00 $2,010.00 13 Remove&Reconstruct Sidewalk 503 S.F. $6.20 $3,118.60 $4.80 $2,414.40 $8 00 $4,024.00 14 Remove&Reconstruct Access Ramp 8 Each $1,550.00 $12,400.00 $1,680.00 $13,440.00 $1,500.00 $12,000.00 15 Survey Monumentation g Each $360.00 $3,240.00 $575.00 $5,175.00 $400.00 $3,600.00 16 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 17 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 18 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 19 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 20 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 21 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 22 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 23 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 24 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 25 0 0 0 $0.00 $0.00 0011 $0.00 $0.00 Total Bid: $204,347.10 $207,121.83 $206,405.10 Page 1 • City of Huntington Beach Project Name: YORKTOWN AVENUE (C1 J Public Works Department p Bid Openning: April 13, 2004 @ 2:00 p.m. . 2000 Main Street, P.O. Box 190 Engineer's Estimate: $194,723.50 Huntington Beach, CA 92648 Cash Contract# : CC-1156 BID SUMMARY Orion Contracting Inc. Alliance Street Works Elite Bobcat Services Inc. Bidder 4 Bidder 5 Bidder 6 Item Contract Unit Unit Unit No. Description Quantity Unit Price Amount Price Amount Price Amount 1 Mobilization 1 L.S. $10.000.00 $10,000.00 $10,000.00 $10,000.00 $7,000.00 $7,000.00 2 Traffic Control Plan 1 L.S. $5,000.00 $5,000.00 $5,000 00 $5,000.00 $2,500.00 $2,500.00 3 Furnish Project Traffic Control 1 L.S. $42,000.00 $42,000.00 $20,000.00 $20,000.00 $8,500.00 $8,500.00 4 Cold Milling&Header Cutting 48358 S.F. $0.20 $9,671.60 $0.20 $9,671.60 $0.20 $9,671.60 5 Unclassified Excavation 324 C.Y. $25.00 $8,100.00 $20.00 $6,480.00 $32.00 $10,368.00 6 Construct Asphalt Concrete(Overlay, Full Depth,etc.) 2915 Ton $35.00 $102,025.00 $40.00 $116,600.00 $43.00 $125,345.00 7 Pavement Reinforcement Fabric&Route and Seal of Cracks 569 S.Y. $5.00 $2,845.00 $8.00 $4,552.00 $15.00 $8,535.00 8 Adjust Sewer/Storm Drain Manhole to Grade 13 Each $200.00 , $2,600.00 $225.00 $2,925.00 $220.00 $2,860.00 9 Adjust Water Valve to Grade 18 Each $250.00 ' $4,500.00 $260.00 $4,680.00 $255.00 $4,590.00 10 Traffic Striping 1 L.S. $10.000.00 $10,000.00 $8,000.00 $8,000.00 $11,500.00 $11,500.00 11 Traffic Loop 20 Each $200.00 , $4,000.00 $190.00 $3,800.00 $185.00 $3,700.00 12 Remove&Reconstruct Curb&Gutter 67 L.F. $35.00 $2,345.00 $30.00 $2,010.00 S30.00 $2,010.00 13 Remove&Reconstruct Sidewalk 503 S.F. $5.00 $2.515.00 $5 00 $2,515.00 $5 00 $2,515.00 14 Remove&Reconstruct Access Ramp 8 Each $2.000.00 $16,000.00 $2,000 00 $16,000.00 $1.450.00 $11,600.00 15 Survey Monumentation 9 Each $200.00 $1,800.00 $180.00 $1,620.00 $360.00 $3,240.00 16 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 17 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 18 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 19 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 20 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 21 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 22 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 23 0 0 0 $0 00 $0.00 $0.00 $0.00 $0.00 $0.00 24 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 25 0 0 0 $0.00 $0,00 $0.00 $0.00 $0.00 $0.00 Total Bid: $223,401.60 $213,853.60 $213,934.60 Page 2 •J City of Huntington Beach -1156) Public Works Department 2000 Main Street, P.O. Box 190 Huntington Beach,CA 92648 BID SUMMARY Excel Paving Co. Company 8 Bidder 7 Bidder 8 Item Contract Unit Unit No. Descri ion Quantity Unit Price Amount Price Amount 1 Mobilization 1 L.S. $5.000.00 $5,000.00 $0.00 $0.00 2 Traffic Control Plan 1 L.S. $2,000.00 $2,000.00 $0 00 $0.00 3 Furnish Project Traffic Control 1 L.S. $4,000.00 $4,000.00 $0.00 $0.00 4 Cold Milling&Header Cutting 48358 S.F. $0.26 ! $12,573.08 $0.00 $0.00 5 jUnclassified Excavation 324 C.Y. $35.00 ' $11,340.00 $0.00 $0.00 r11 6 Construct Asphalt Concrete(Overlay, Full Depth,etc.) 2915 Ton $44.00 $128,260.00 $0.00 $0.00 7 Pavement Reinforcement Fabric&Route and Seal of Cracks 569 S.Y. $10.50 $5,974.50 $0.00 ` $0.00 8 Adjust Sewer/Storm Drain Manhole to Grade 13 Each $225.00 $2,925.00 $0.00 $0.00 9 Adjust Water Valve to Grade 18 Each $265.00 $4,770.00 $0.00 $0.00 10 Traffic Striping 1 L.S. $12.400.00 $12,400.00 $0.00 $0.00 Traffic Loop 20 Each $200.00 $4,000.00 $0.00 $0.00 12 Remove&Reconstruct Curb&Gutter 67 L.F. $30 00 $2,010.00 $0 00 $0.00 13 Remove&Reconstruct Sidewalk 503 S.F. $8 00 $4,024.00 $0.00 $0.00 14 Remove&Reconstruct Access Ramp 8 Each $2,700.00 $21,600.00 $0.00 $0.00 15 Survey Monumentation 9 Each $315.00 $2,835.00 $0.00 $0.00 16 0 0 0 $0.00 $0.00 $0.00 $0.00 17 0 0 0 $0.00 1 $0.00 $0.00 $0.00 18 0 0 0 $0.00 $0.00 $0.00 $0.00 19 0 0 0 $0.00 $0.00 $0 00 $0.00 20 0 0 0 $0.00 $0.00 $0.00 $0.00 21 0 0 0 $0.00 $0.00 $0.00 $0.00 22 0 0 0 $0.00 $0.00 $0.00 $0.00 23 0 0 0 $0.00 $0.00 $0.00 $0.00 24 0 0 $0.00 $0.00 $0.00 $0.00 25 0 0 0 $0.00 $0.00 $0.00 $0.00 Total Bid: $223,711.58 $0.00 Page 3 U L) K City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax(714) 374-1573 ADDENDUM NUMBER ONE For MAGNOLIA STREET REHABILITATION, CC 1153, S...TPL 5181 HAMILTON AVENUE REHABILITATION, CC-1155, S,_ TPL 5181 1�43� AND YORKTOWN AVENUE REHABILITATION, CC-1156, STPL 5181 149 April 5,2004 Notice To All Bidders: Please note the following clairifrcation to the Project Plans, Specifications,and Special Provisions: The existing Federal Wage Rates (GENERAL DECISION: CA20030035, Dated: 0310512004)within the subject projects' specifications shall be replaced with the attached Federal Wage Rates (GENERAL DECISION: CA20030035, Dated: 04/0212004) and are Included with this addendum No. 1., (see attachment). Attachment: Federal Wages Rates (GENERAL DECISION: CA20030035,Dated:0410212004) This is to acknowledge receipt and review of Addendum Number one,dated April 5,2004. R.J. NOBLE COMPAITY Company Name By MICHAEL J. CARVER, PRESIDENT APRIL 7, 2004 Date All bidders must admwledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum,please call tarry Taite at(714)536-5590. �x SECTIflN C �- . PROPOSAL for the construction of I. MAGNOLIA STREET REHABILITATION-CC 1153 FROM ATLANTA AVENUE TO INDIANAPOLIS AVENUE It. HAMILTON AVENUE REHABILITATION- CC 1155 FROM BUSHARD STREET TO SAN TA ANA RIVER I1I. YORKTOWN AVENUE REHABILITATION- CC 1156 FROM BUSHARD STREET TO BROOKIIURST STREET in the CITY OF HUtiTINGTON BEACH TO THE HONORABLE IVIAYOR 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 75 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely -for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and G1 V U will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER,the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may,at the AGENCY'S option,be considered null and void. 10 Z BIDDER'S Accompanying this proposal of bid, find BOND in the amount of S----------- 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 afore 1 APRIL 7 2004 eel CHAEL J. CARVER PRESIDENT C2 SECTION C PROJECT BID SCHEDULE Magnolia Street, CC-1153,STPL-5181 (144) Hamilton Avenue,CC-1155, STPL-5181 (143) Yorktown Avenue, CC-1156,STPL-5181 (149) PROJECT BID: TOTAL AMOUNT LUMP SUM BID IN FIGURES: 707,429.60 TOTAL AMOUNT LUMP SUM BID IN WORDS: SEVEN HUNDRED & SEVEN THOUSAND FOUR HUNDRED TWENTY NINE DOLLARS ANDSIXTY ENTS C-2.1 MAGNOLIA STREET REHABILITATION IMPROVEMENTS CC NO. 1153 STPL - 5181 (144) C-2.2 MAGNOLIA STREET(CC-1153) PROJECT BID SCHEDULE `ITEM.. ESTIMATED... '-''-: -.-.ITEM WITH UNIT RRICE.WRITTEN_!N . ' :r :UNIT PRICE' `EXTENDED: :,..:. . z �- . .. `?Y a -:•M`�a�+ ;{... `.. ... .ter -.r-.•i�-.� :;J-.i.�\':..r: �.: �-..,..;i.:• '-1 •-Y::.• `IVo {`QU,ANXITY' ; ...1NORDS_ ._: �: -�..,._ -.:.. .;.,:. ;,. _ t-,AlUloilNlT 1 i Mobilization $ 7.90r!_c�0 L.S. @ SEVEN THOUSAND NINE HUNDRED Dollars NO Cents 2 1 Traffic Control Plan $ 1,500.00 $1,500.00 L.S. @ ONE THOUSAND FIVE HUNDRED Dollars Cents 3 1 Furnish Project Traffic Control $ LS. @ SEVEN THOUSAND _ Dollars NO Cents 4 48,644 Cold Milling &Header Cutting $ 0.20 $ 9.728.80 S.F. @ NO Dollars Gents 5 1,232 Unclassified Excavation $14.U U $ .2411-01 G.Y. a@ FOURTEEN Dollars NO Cents • 6 5,418 Construct Asphalt Concrete(Overlay, Full Depth, $42.00 $ 22.E 556. )0 Ton etc.) @ FORTY TWO Dollars NU Cents 7 571 Pavement Reinforcement Fabric&Route and $ S S.Y. Seal of Cracks @ EIGHT Dollars NO Cents 8 5 Adjust Sewer/Storm Drain Manhole to Grade $ 25.00 $1,125.00 Each @ TWO HUNDRED TWENTY FIVE Dollars NO Cents 9 7 Adjust Water Valve to Grade $ $ Each @ TWO HUNDRED SIXTY Dollars NO Cents 10 1 Traffic Stri in $11,500.0 $ 11,500.0 L.S. @ ELEVEN �HOUSAND FIVE HUNDRED Dollars Cents 11 20 Traffic Loop Each @ one hundred seventy five _ Dollars no Cents 12 32 Remove& Reconstruct Curb&Gutter $52.00 $ 1,664.00 LF. @ FIFTY TWO Dollars NO Cents 13 8 Survey Monumentation $ Each @ THREE HUNDRED IXTY Dollars NO Cents Sub Total Bid Amount,Bid in Figures: S 297,989.80 Sub Total Bid Amount,Bid In Words:RREHUMS%;YEIEKTYT ZTRq§Al1D NINE HUNDRED EIGHTY C-2.3 HAMILTON AVENUE REHABILITATION IMPROVEMENTS CC NO. 1155 STPL - 5181 (143) C-2.4 U u HAMILTON AVENUE(CC-1155) PROJECT BID SCHEDULE ITEM . -ESTIMATED _ :ITEM WITH UNIT PRICE WRITTEN IN= ;;__ UNIT;PRICE;. EXTENDED N4:_� 'QUANTITY- WORDS " : `` �• AMOUNT 1 1 Mobilization L.S. @ SEVEN THOUSAND NINE HUNDRED Dollars N0 Cents 2 1 Traffic Control Plan $1,500.00 $1,500.00 L.S. @ ONE THOUSAND FIVE HUNDRED Dollars 0 Cents 3 1 Fumish Project Traffic Control $ $ L.S. @ srym ?HnrnSAun FTVF HimnRFn Dollars NO Cents 4 38,920 Cold Milling& Header Cutting S.F. @ NO Dollars TWENTY CENTS Cents 5 274 Unclassified Excavation $24.00 $6.576.00 C.Y. @ TWENTY FOUR Dollars NO Cents 6 3,059 Construct Asphalt Concrete (Overlay, Full Depth, $ $ 0 Ton etc.)FORTY TWO @ Dollars NO Cents 7 669 Pavement Reinforcement Fabric& Route and $6.30 $4,Z t L 0 S.Y. Seal of Cracks @ SIX Dollars THIRTY Cents 8 17 Adjust Sewer/Storm Drain Manhole to Grade $225.00 $3,825.00 Each @ TWO HUNDRED TWENTY FIVE Dollars NO Cents 9 17 Adjust Water Valve to Grade $-76T $ Each @ TWO HUNDRED SIXTY Dollars NO Cents 10 8 Adjust Monitoring Well to Grade $20,0 $2.080.00 Each @ two hundred_ sixth _ _ _Dollars no Cents 11 1 Traffic Striping sil,300-OC $ 11.300.0 L.S. @ eleven thousand three hundrecbollars no Cents 12 31 Traffic Loop $ $ 5,425.00 Each @ one hundred seventy five Dollars no Cents 13 7 Remove& Reconstruct Access Ramp Each @ one thousand five hundred fifOgllars no Cents 14 1 Remove& Install Traffic Pull Boxes, Includes $ 1.800.00 $1,800.00 L.S. Conduit&Wiring Modifications @ one thousand eight hundred Dollars no Cents C-2.5 :ITEM ESTIMATED ---.-ITEM WITH UNIT PRICE WRITTEN UNIT.PRICE ;-EXTENDED __ ­- No. 'QUANTITY =AMOUNT. 15 4 Survey Monumentation $ 360.00 $1,440.0 Each @ three hundred sixty Dollars no Cents Sub Total Bid Amount Bid in Figures: $_ZU5,092.7u Sub Total Bid Amount Bid in Words:MENYPET KIVE THOUSAND AND NINTY TWO DOLLARS AND C-2.6 YORKTOWN AVENUE REHABILITATION IMPROVEMENTS CC NO. 1156 STPL - 5181 (149) C-2.7 • YORKTOWN AVENUE(CC-1156) PROJECT BID SCHEDULE -ITEM ESTIMATED . a- :.ITEM WITH UNIT PRICE_ WRITTEN IN UNIT:PRICE: %EXTENDED NQ 'QUANTITY Y" w - WORDS - =` AMCUNT 1 1 Mobilization $ 7_ z900.00 $ 7,9000_0 L.S. @ seven thousand nine hundred Dollars no Cents 2 1 Traffic Control Plan $ 1,500.00 $1,500.00 L.S. @ one thousand five hundred Dollars no Cents 3 1 Fumish Project Traffic Control $ $ L.S. -seven thousand - Dollars no Cents 4 48,358 Cold Milling & Header Cutting S.F. @ no Dollars twenty cents Cents 5 324 Unclassified Excavation $ 22.00 $7,128.00 C.Y. @ twenty two Dollars no Cents 6 2,915 Construct Asphalt Concrete(Overlay, Full Depth, $ $1 ZZ,4JU• 0 Ton etc.) @ forty two Dollars no Cents 7 569 Pavement Reinforcement Fabric& Route and $ 7. 10 $4 -a0 S.Y. Seal of Cracks @ seven Dollars ten Cents 8 13 Adjust Sewer/Storm Drain Manhole to Grade $_ $ Each @ Dollars no Cents 9 18 Adjust Water Valve to Grade $ $ Each @ two hundred sixty Dollars no Cents 10 1 Traffic Striping $ 12LOOO.03 $12,00_0. L.S. @ twelve thousand Dollars no Cents 11 20 Traffic Loop $ ) 75.00 $ 3,500.0( Each @ ONE,HUNDRED SEVENTY FIVE Dollars Cents 12 67 Remove& Reconstruct Curb&Gutter $ $ L.F. @^forty two _ _ _ _Dollars no Cents 13 503 Remove& Reconstruct Sidewalk $ 6.20 $3.118.60 S.F. @ six Dollars twenty Cents 14 8 Remove& Reconstruct Access Ramp $_11550.00 $12,400.0 Each @ one thousand five hundred fif&fllars no Cents C-2.8 ITEM_ ESTRMATER, ITEM WITH UNIT PRICE WRITTEN IN",, . -. ,UNIT PRICE: -EXTENDED: NO "QUANTITY-j -' VORDS-­' AMOOK.— .% . .. 15 9 Survey Monumentation $360.00 $—L2AQQO Each @ three hundred sixty Dollars no cents Sub Total Bid Amount, Bid in Figures: $ 204,347.10 Sub Total Bid Amount Bid in Words: 'iwu HUNDRED FOUR THOUSAND THREE HUNDRED FORTY SEVEN DOLLARS AND TEN CENTS C-2.9 LIST OF SUBCOWRACTORS 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 reader 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 Fyork Number R & R DAMON CONSTRUCTION, 8851 WATSON STREET A-2 0588 A CONCRETE CYPRESS, CA 90630 ELECTRICAL TRAFFIC LOOPS & CRACKFILLING, INC. 652965 G10 946 S. EMERALD ST., ANAHEIM, CA 92804 C 3�L- AD.I. RAMIREZ CONSTRUCTION C- UTILITIES 656 E, SAN BERNARDINO RD. COVINA, CA 9I723 MILLING PAVEMENT RECYCLING, P.O. BOX 1266 569352 A RIVERSIDE, CA 925021 STRIPINC ORANGE COUNTY STRIPING, 183 N. PIXLEY k-1013ZORANGE CA 928 8 346095 SURVEY CASE LAND SURVEYING 1010 N. BATAVIA STE D. 5411 LS 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 Iisting. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bands furnished by subcontractor for this project. C-3 . NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of Orange MICHAEL J. CARVER , being first dulyy sworn, deposes and says that he or she is PRESIDENT f R.J. NOBLE COMPANY the ply making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization,bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. R.J. NOBLE COMPANY Name of Bidder Si ture of Bidler MICHAEL J. CARVER, PRESIDENT 15505 E. yIHCOLN_aE. . QBMQE. CA 92a65 Address of Bidder IONGH Subscribed and sworn to before me this 13 th day of APRIL NOTARY PUBLIC ECALIFORNIA y COMMISSION*144a237 r- ORANGE COUNTY Comm.E><u.October 2E,2W NOTARY PUBLIC JEIWFE DE IONGH NOTARY SEAL C-4 UTILITY AGREEMENT IIO`'ORABLE 'L%IAYOR 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 IMPROVEMENTS, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700,as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal-OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. R.J. NOBLE COMPANY Contractor zjzm�- By M EL J. ARVER PRESIDENT Title Date: APRIL 13, 2004 C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 14310.5, the Bidder shall complete, under penalty of perjury,the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes ID No If the answer is yes,explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 U l.a 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. R.J. NOBLE COMPM Contractor $ CFtA CARVER PRESIDENT Title Date: APRIL 13 2004 C-7 UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBER (To be completed only by the awarded Contractor prior to excavation) No excavation will be permitted until this form is completed and returned to the AGENCY. Section 4216/4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number, call Underground Service Alert at 1-800-422-4133 a minimum of two working days before scheduled excavation. Dig Alert Identification Number: R.J. NOBLE COMPANY Contractor By ICHA CARVER PRESIDENT Title Date: APRIL 13, 2004 Note: This form is required for every Dig Alert Identification Number issued by U.S.A. during the course of*the Work. Additional forms may be obtained from the AGENCY upon request. C-8 BIDDER'S Ii TFORNIATION BIDDER certifies that the following information is true and correct: R.J. NOBLE COMPANY Bidder Name 15505 E. LINCOLN AVENUE Business Address ORANGE, CA 92865 City, State Zip (14 )_ 637-1550 .. _ Telephone Number A-782908 State Contractor's License No. and Class AUGUST 14, 2000 Original Date Issued AUGUST 31, 2004 Expiration Date The work site was inspected by STEVE MENDOZA of our office on APRIL 7, .200 4. The following are persons, firms,and corporations hawing a principal interest in this proposal: MICHAEL J. CARVER, PRESIDENT STAN HILTON, SECRETARY CRAIG ROTH, ASSISTANT -SECRETARY C-9 The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. R.J. NOBLE COM. PPM Company Name _::�a?'Oz000' :�Z� Signa a of Bi r MICHAEL J. CARVER, PRESIDENT Printed or Typed Signature Subscribed and sworn to before me this 13tWay of APRIL , JENNIFER DE 101vGH NOTARY PU8UC-CAUFORNIA •r` COMMISSION i 1"8237 a ORANGE COUNTY NOTARY PUBL1 Comm.- October-- 28,2007 r J NN ER DE IONGH NOTARY SEAL Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past two years: 1. CITY OF IRVINE, P.O. BOX 190, IRVINE, CA 92713 Name and Address of Public Agency Name and Telephone No. of Project Manager: MARK STOWELL 949-724-7543 $781,150.00 ANNUAL STREET PAVING MAINTENANCE- DEC. 2003 Contract Amount Type of Work Date Completed 2, CITY OF RIVERSIDE, 3900 MAIN STREET, RIVERSIDE, CA 92522 Name and Address of Public Agency Name and Telephone No. of Project Manager: STEVE KIM, 909-826-5312 $987,118.00 REHABILITATION OF ARTERIAL STREETS NOV 2003 Contract Amount Type of Work Date Completed 3. CITY OF COSTA MESA, 77 FAIR DRIVE,: COSTA MESA, CA 92626 Name and Address of Public Agency Name and Telephone No. of Project Manager: TOM BANKS 714-754-5029 $1,765,068.00 REHABILITATION OF ARTERIAL STREETS NOV 2003 Contract Amount Type of Work Date Completed C-10 ' CITY OF HUNUNGTON BEACH BIDDERS LIST All Bidderslproposers are required to provided the following information for all DBE and non- DBE contractors,who provide a proposal, bid, quote, or were contracted by the proposed prime. This information is also required from the proposed prime contractor,and must be submitted with their bid/proposal. The City of Huntington Beach will use this information to maintain and update a"Bidder's"list to assist in the annual DBE goal setting process. Firm Name: R.J. NOBLE C0"tPANY Phone: 714-637-1550 Address: 15505 E. LINCOLN AVE. , Fax: 714-637-6321 ORANGE, CA 92865 Contact Person: MICF.AEL J. CARVER PRESIDENT No. of years in business54 YEARS Is the firm currently certified as DBE under 49 CFR Part 26? YES NO Type of work/services/materials provided by firm? ASPHALT PAVING, ASPHALT AVAILABLE FOR PURCHASING, GENERAL ENGINEERS What was your firm's Gross Annual receipt's for last ear? o Less than $1 Million o Less than$5 Million ❑ Less than $10 Million ❑ Less than S15 Million 5 More than S15 Million This form can be duplicated if necessary to report all bidders (DBEs and non DBEs) information. C-11 CITY OF HUNTINGTON BEACH BIDDERS LIST All Bidders/proposers are required to provided the following information for all DBE and non- DBE contractors, who provide a proposal, bid, quote, or were contracted by the proposed prime. This information is also required from the proposed prime contractor, and must be submitted with their bid/proposal. The City of Huntington Beach will use this information to maintain and update a"Bidder's" list to assist in the annual DBE goal setting process. Firm Name: ALL AMERICAN ASPHALT Phone: 909-736-7600 Address: P.O. BOX 2229 Fax: 909-739-4671 CORONA, CA 92878 .Contact Person: DICK OWENS No. of years in business 35 YEARS Is the firm currently certified as DBE under 49 CFR Part 26? YES NO Type of work/services/materials provided by firm? PAVING, GRADING, CONCRETE What was your fum's.Gross Annual receipt's for last year? ❑ Less than$1 Million ❑ Less than $5 Million ❑ Less than$10 Million ❑ Less than $15 Million ya More than $15 Million This form can be duplicated if necessary to report all bidders (DBEs and non DBEs) information. C-11 CITY OF HUNTINGTON BEACH BIDDERS LIST All Bidders/proposers are required to provided the following information for all DBE and non- DBE contractors,who provide a proposal, bid,quote, or were contracted by the proposed prime. This information is also required from the proposed prime contractor,and must be submitted with their bid/proposal. The City of Huntington Beach will use this information to maintain and update a`Bidder's"list to assist in the annual DBE goal setting process. Firm Name:. r IIr� , Phone: 5 (D) wcys- a8�o Address: 10�J�$ ��. l ,y� . Fax: qqo - --ro lnryl , CA 20t .Contact Person: er No. of years in business Is the firm currently certified as DBE under 49 CFR Part 26? YES NO Type of work/services/materials provided by film? �-}►� AJ(I LP I i(Y10�S What was your firm's Gross Annual receipt's for lastyear? a Less than$1 Million a Less than $5 Million o Less than$10 Million m/ Less than$15 Million o More than $15 Million This form can be duplicated if necessary to report all bidders (DBEs and non DBEs)information. C-11 CITY OF HUNTNGTON BEACH BIDDERS LIST All Bidders/proposers are required to provided the following information for all DBE and non- DBE contractors, who provide a proposal, bid,quote, or were contracted by the proposed prime. This information is also required from the proposed prime contractor, and must be submim-d with their Wdlproposal. The City of Huntington Beach will use this information to maintain and update a`Bidder's"list to assist in the annual DBE goal setting process. Fi mName:C.L. CONCRETE Phone:626-334-2357 Address: 1035 W. GLADSTONE ST FaX: ^ 26-334-3517 _ AZUSA, CA 91702 .Contact Person: CAMILO LOPEZ No. of years.in business 35 YEARS . Is the firm-currently certified as DBE under 49 CFR Part 26? YE NO Type of worklse+•vices/materials provided by firm?, CONCRETE, CURB, GUTTER_, SIDEWALK What was your fi m's Gross Annual receipts for last a.*? o Less than S 1 Million Less than$5 Million a Less than 510 Million a Less than S15 Million ❑ More than S15 Million This form can be duplicated if necessary to report all bidders (DBEs and non DBEs)information. C-11 CITY OF HLNTINGTON BEACH BIDDERS LIST All Bidders/proposers arc required to provided the following information for all DBE and non- DBE contractors, who provide a proposal, bid, quote, or were contracted by the proposed prime. This information is also required from the proposed prime contractor, and must be submitted with their bid/proposai. The City of Huntington Beach will use this information to maintain and update a`Bidder's"list to assist in the annual DBE goal setting process. Firm Name: CASE LAND SURVEYING,_INC._ Phone: • 714-628-8948 Address: 1010 N. BATAVIA STREET STE.,D Fax: 714-628-8905 ORAI`CE, CA 92867 .Contact Person: LARRY CASE No. of years_in business 18 YEARS Is the firm currently certified as DBE under 49 CFR Part 26? YES NO Type of work/services/materials provided by firm? SURVEY SERVICES What was your fi m's Gross A Lml recei is for last ar? Of Lew than$I NUllon r a Less than$5 Million ❑ Less than$10 Million ❑ Less than S 15 Million ❑ More than $15 Million This form can be duplicated if necessary to report all bidders (DBEs and non DBEs) information. C-11 CITY OF HLNTINGTON BEACH BIDDERS LIST All Bidders/proposers an required to provided the following information for all DBE and non- DBE contractors,who provide a proposal, bid,quote, or were contracted by the proposed prime. This inforrriation is also required from the proposed prime contractor, and must be submitted with their bid/proposal. The City of Huntington Beach will use this information to maintain and update a`Bidder's"list to assist in the annual DBE goal setting process. Firm Name: CALIFORNIA PROFESSIONAL ENG., Phone: 626-452-8658 Address: 9316 MABEL AVE. , Fat: 626-448-0470 S. ELMONT£, CA 91733 .Contact Person: VAN NGUYEN No. of years.in business 3 YEARS Is the firm currently certified as DBE under 49 CFR Part 26? YE5 NO Type of worklsenriceslmateriah provided by fire? ELECTRICAL What was your fam's Gross Annual receipt's for last ar? 10 Less than S I NMon a Less than$5 Million ❑ Less than$10 Million ❑ Less than S 15 Million c3 More than$15 Million This form can be duplicated if necessary to report all bidders (DBEs and non DBEs)information, C-11 CITY OF HUNTIINGTON BEACH BMDERS LIST All Bidders/proposers are required to provided the following information for all DBE and non- DBE contractors, who provide a proposal, bid,quote, or were contracted by the proposed prime. This information is also required from the proposed prime contractor, and must be submitt;d with their bid/proposal. The City of Huntington Beach will use this information to maintain and update a'Tidder's"list to assist in the annual DBE goal setting process. Firm Name:, DID C-fl nS i 1' (tj Phone: N D —J34 - �Nl [ Address: `T 55^G2601] PIR Fax:_ _2510 — 5,R�_`. .Contact Person: MAW Q Yi Ret_ No. of years in business J�J Is the firm currently certified as DBE under 49 CFR Part 26? YES EO) ���� .. Type of work/services/Materials provided by firm? 1ffiE L _ Lkffi . . .. _ _ What was your firm's Gross Annual rec.-i is for lastyear? ❑ Less than S1 Million ❑ Less than$5 Million a Less than S 1 a Million- V Less than$15 Iv ion ❑ More than S 15 Million This form can be duplicated if necessary to report all bidders (DBEs and non DBEs) information. C-11 1 ' CITY OF HUN E iGTON BEACH BIDDERS LIST All Bidders/proposers are required to provided the following information for all DBE and non- DBE contractors,who provide a proposal,bid, quote, or were contracted by the proposed prime. This inforration is also required from the proposed prime contractor, and must be submitted with their bid/proposal. Ile City of Huntington Beach will use this information to maintain and update a`Tidder's"list to assist in the annual DBE goal setting process. Firm Name: GLOBAL ROAD SEALING INC. Phone: --714-893-0845 6341 KLMATH DR., 714-893-0945Address: Fax. WESTMINSTER, CA 92683 Contact Person: TRI No. of years.in business 4 YEARS Is the firm currently certified as DBE under 49 CFR Part 26? YES NO Type of work/services/materials provided by firm?R cRAcx SILT iNr, What was your firm's Gross Annual recei is for Iast are? o Less than 51 Million d Less than$5 Million ❑ Less than$10 Million o Less than$15 Million " ❑ More than $I5 Million This form can be duplicated if necessary to report all bidders (DBEs and non DBEs) information. C-11 CITY OF HUNTNGTON BEACH BIDDERS LIST All Bidders/propos-ars are required to provided the following information for all DBE and non- DBE contractors,who provide a proposal, bid, quote,or were contracted by the proposed prime. This information is also required from the proposed prime contractor, and must be submitted with their bid/proposal. The City of Huntington Beach will use this information to maintain and update a'Bidder'e'list to assist in the annual DBE goal setting process. Firm Name: i V Of Z- Phone: Address: ���� 5 ��' _ Fa:x: M Q (� .Contact Person: _s��JI"IR71 No. of years.in business Is the fum currently certified as DBE under 49 CFR Part 26? NO Type of workfsenrices/materials provided by firm? 06- `�V`r What wms your firm's Gross Annual recei is for last ar? o Less than$1 Million Q,'Less than$5 Million Q Less than S10 Million- ❑ Less than S15 Million o More than$15 Million This form can be duplicated if necessary to report all bidders (DBEs and non DBEs) information. C-11 CITY OF HUMMIGTON BEACH BIDDERS LIST All Bidders/proposers are required to provided the following information for all DBE and non- DBE contractors,who provide a proposal, bid,quote, or were contracted by the proposed prime. This information is also required from the proposed prime contractor, and must be submitted with their bid/proposal. The City of Huntington Beach will use this information to maintain and update a`Bidder's"list to assist in the annual DBE goal setting process. Firth Name: 3EZOWSKI & MARKEL CONTRACTORS, INPhone: 714-978-2222 Address: 748 N. POPLAR ST. Fax: 714-978-6931 ORANGE, CA 92868 .Contact Person: JOHN BENNETT, V.P. EST. No. of years in business 50 YE Rs_ . Is the firm currently certified as DBE under 49 CFR Part 26? YES NO Type of worklservices/materials provided by firm? CEMENT CONTRACTOR What was your firm's Gross Annual recei is for last)Sar? ❑ Less than S 1 Million ❑ Less than S5 Million ❑ Less than$10 Million ❑ Less than$15 Million More than S15 Million This form can be duplicated if necessary to report all bidders (DBEs and non DBEs) information. C-11 CITY OF HUNTINGTON BEACH BIDDERS LIST All Bidders/proposers are required to provided the following information for all DBE and non- DBE contractors,who provide a proposal, bid,quote, or were contracted by the proposed prime. This information is also required from the proposed prime contractor,and must be submitted with their bid/proposal. The City of Huntington Beach will use this information to maintain and update a`Bidder's"list to assist in the annual DBE goal setting process. Firm Name: J & S SIGN COMPANY Phone: . 714-639-4921 Address: 822 W. KATELLA AVE. , Fat: 714-538-2779 ORANGE, CA 92867 .Contact Person: CLINT RIEBER No. of years.in business 23 yEARs „ is the firm currently certified as DBE under 49 CFR Part 26? YES NO Type of work'serviceslmaterials provided by f=? TRAFFIC STRIPING, MARKINGS What was your Erm's Gross Annual receipt's for lastyear? o Less than S1 Million 8 Less than$5 Million a Less than S10 Million in Less than S15 Million - a More than S15 Million This form can be duplicated if necessary to report all bidders (DBEs and non DBEs) information. C-11 CITY OF HUNTNGTON BEACH BIDDERS LIST All Bidders/proposers are required to provided the following information for all DBE and non- DBE contractors,who provide a proposal,bid,q*sote, or were contracted by the proposed prime. This inform, ation is also required from the proposed prime contractor, and must be submitted with their bid/proposal. The City of Huntington Beach will use this information to maintain and update a'Sidder's"list to assist in the annual DBE goal setting process. Firm Name: MANHOLE ADJUSTING Phone: . 323-558-8000 Address: 9500 BEVERLY 'ROAD FaZ: 323-558-8001 PICO RIVERA, CA 90660 .Contact Person: JOHN CORCORAN No, of years.in business25-YEARS Is the firm currently certified as DBE under 49 CFR Part 26? YES ONO Type of work'services/materials provided by firm? UTILITY ADJUSTMENTS What was your firm's Gross Annual receipt's for lastyear? a Less than S I Million ❑ Less than$5 Million o Less than$10 Million ❑ Less than S15 Million i More than S15 Million This form can be duplicated if necessary to report all bidders (DBEs and non DBEs) information. C-11 •'' �/ y , mow/ CITY OF HUNTINGTON BEACH BIDDERS LIST All Bidderslpropos.-rs are required to provided the following information for all DBE and non- DBE contractors,who provide a proposal,bid,quote, or were contracted by the proposed prime. This information is also required from the proposed prime contractor, and must be submitted with their bidlproposal. The City of Huntington Beach will use this information to maintain and update a`Bidder's"list to assist in the annual DBE goal setting process. Firm Name: OUNCE COUNTY STRIPING, INC. Phone: .714-639-4550 Address: 183 N. PIXLEY STREET Fat: 714-639-6353 ORANGE, CA 92868 4ont2et Person: ROBERT LITCHFIELH No. of years.in business_ 32 YEAEs_ Is the firm currently certified as DBE under 49 CFR Part 26? YES NO Type of worWserviceslmaterials provided by firm? STRIPING ' What was your firm's Gross Annual receipt's for last w? o Less than$I Million a Less than$5 Million ya Less than S 10 Million a Less than S15 Million a More than$15 Million This form can be duplicated if necessary to sport all bidders (DBEs and non DBEs) information, C-11 CITY OF HUNTLNGTON BEACH BIDDERS LIST All Bidders/proposers are required to provided the fallowing information for all DBE and non- DBE contractors, who provide a proposal,bid,quote, or were contracted by the proposed prime. This information is also required from the proposed prime contractor, and must be submitted with their bid/proposal. The City of Huntington Beach will use this information to maintain and update a`Bidder's" list to assist in the annual DBE goal setting process. Firm Name: I- Phone: Address: l[a5 --���I ��. Fat: Cs��� 2�� -- ocf�)q - -- .Contact Person: t����i _ No. of years.in business Is the firm currently certified as DBE under 49 CFR Part 26? YES NO Type of worklse:nzceslmaterials provided by firm? C �� (C.i What was your firm's Gross Annual receipt's for lastyear? a ss than $I Million Less than$5 Million o Less than S I O Million- a Less than$IS Million a More than S15 Million This form can be duplicated if necessary to report all bidders {DBEs and non DBEs}infcrmat cn. C-I I CITY OF HUNTMGTON BEACH BIDDERS LIST All Bidders/proposers art required to provided the following information for all DBE and non- DBE contractors,who provide a proposal, bid, quotee, or were contracted by the proposed prime. This information is also required from the proposed prime contractor, and must be submitted with their bid/proposaL The City of Huntington Beach will use this information to maintain and update a`Bidder's"list to assist in the annual DBE goal setting process. Firm Name: PAVEMENT RECYCLING Phone: 909-682-1091 Address: P.O. BOX 1266 Fax: 909-682-1094 RIVERSIDE, CA 92502 w, Contact Person: DON SANTE No. of years.in business 15 YEARS Is the firm currently certified as DBE under 49 CFR Part 26? YES NO Type of w orklseniccslmaLerials provided by firm? COLD PLANE, PULVERIZING What was your firm's Gross Annual rece` is for lastyear? T3 Less than$1 Million v Less than$5 Million o Less than S10 Million u Less than$l5 Million a More than S 15 Million This form can be duplicated if necessary to report all bidders (DBEs and non DBEs) information. C-I1 CITY OF HUNTINGTON BEACH BIDDERS LIST All Bidders/proposers are required to provided the following information for all DBE and non- DBE cantractors, who provide a proposal,bid,quote, or were contacted by the proposed prime. This information is also squired from the proposed prime contractor, and must be submitted with their bid/proposal. The City of Huntington Beach will use this information to maintain and update a`Bidder's" list to assist in the annual DBE goal setting process. Firm Name: RANCO CORP. , Phone: 714-992-2500 Address: P.O. BOX 9007 Fax: 714-992-2547 BREA, CA 92822 .Contact Person: DALE OR CHRIS JONES No. of years.in business 12 YEARS Is toe fszn currently certified as DBE unde.-49 CFR Part 26? YES NO Type of work/services/materials provided by firm? REMOVE, S REPLACE CONCRETE SAWCUT, TRUCKING, DEMOLITION What wms your fum's Gross Anneal rce' is for last ar? ca Less than$1 MU#on tf Less than$5 Million o Less thm$10 Million a Less than$15 Million O More than$15 ll�i Eon This form can be duplicated if necessary to report all bidders (DBEs and non DBEs) information. C-11 CITY OF HUNTINGTON BEACH BIDDERS LIST All Bidders/proposers are required to provided the following information for all DBE and non- DBE contractors, who provide a proposal,bid,quote,or were contracted by the proposed prime. This information is also required from the proposed prime contractor, and must be submitted with their b;idlproposal. The City of Huntington Beach will use this information to maintain and update a`Bidder's"list to assist in the annual DBE goal setting process. FirinName: RAMIREZ CONSTRUCTION Phone: . 626-967-5790 Address: 656 E. SAN BERNARDINO RD Fax: 626-967-5688 COVINA-i CA 91723 Contact Person: ART BALLIN No. of years in business 10 YEARS Is the firm currently certified as DBE under 49 CFR Part 26? YES NO Type of workAervices/materials provided by firm'jUTILITIES ADJUSTMENTS What was your fern's Gross Annual receipt's for lastyear? o Less than S 1 Million ❑ Less than S5 Million o Less than S10 Million o Less than S15 Million ❑ More than S15 Million This form caa be duplicated if necessary to report all bidders (DBEs and non DBEs) information. C-11 F ' CITY OF HUNTINGTON BEACH BIDDERS LIST All Bidders/proposers are required to provided the following information for all DBE and non- DBE contractors, who provide a proposal,bid,quote, or were contracted by the proposed prime. This information is also required from the proposed prime contractor, and mustbe submitted with their bid/proposzl. The City of Huntington Beach will use this information to maintain and update a`Bidder's" list to assist in the annual DBE goal setting process. FirmNaxne: SMITHS0'N ELECTRIC, INC. Phone: . 714-997-9556 Address: 1938 E. KATELLA AVE., Fax: 714-997-9559 ORANGE, CA 92867 .Contact Person: PATRICK T. SMITHSON No. of years.in business 16 YEARS Is tht fire currently certified as DBE under 49 CFR Part 26? 'YES NO Type of work/services/material.S provided by firm? TRAFFIC LOOPS What was your firm's Gross Annual receipt's for lastyear? o Less than$I Million C4 Less than $5 Miuion o Less thaw S14 Million' a Less than S15 Million ❑ More than$15 Nillion This form can be duplicated if necessary to report all bidders (DBEs and non DBEs) information. C-11 CITY OF HUNTLNGTON BEACH BIDDERS LIST All Bidders/proposers are required to provided the following information for all DBE and non- DBE cent�actors, who provide.a proposal,bid, quote, or were contracted by the proposed prime. This information is also required from the proposed prime contractor, and must be submitted with their Wdlproposal. The City of Huntington Beach will use this information to maintain and update a`Bidder's" list to assist in the annual DBE goal setting Erocess. Firm Name: StDRAYAR COMPANY Phone:, 209-879-2933 Address: I45O FITZGERALD Fax: 909-879-2939 RIALTO, CA 92376 . .Contact Person: STEVE FLEENER No. of years in business 6 YEARS Is th, firm currently certified as DBE undo;49 CFR Part 26? YES NO Type of worklserviceslmaterials provided by firm? ROAD SLURRY, ROAD STRIPING What was your f='s Gross Annual receipt's for lastyear? ❑ Less than$i Million a Less than$5 Million o Less than V0 Million a Less than$15 Million a More than S15 Million This form can be duplicated if necessary to report all bidders (DBEs and non DBEs) information. C-11 CITY OF HUNIUgGTON BEACH BIDDERS LIST All Bidders/proposers are required to provided the following information for all DBE and non- DBE contractors,who provide a proposal,bid, quote, or were contracted by the proposed prime. This information is also required from the proposed prime contractor, and must he submitted with their bidlproposal. The City of Huntington Beach will use this information to maintain and update a"Bidder's"list to assist in the annual DBE goal setting process. Firm Name: STERNDAHL ENT., INC. Phone: •818-834-8199 Address: 11861 BRANFORD STREET Fat: 818-834-8618 SUN VALLEY, CA 91352 .COnt,-ct Person: DENNY STERNDAHL • No. of years in business 21 YEARS . Is the firm currently certified as DBE under 49 CFR Part 26? YES NO Type of worklservices/materials provided by firm? STRIPING What was your firm's Gross Annual receipt's for lastyear? a Less than$1 Million ❑ Less tl=$5 Million gar Less than$10 Million ❑ Less than S15 Million ❑ More than S15 Million This form can be duplicated if necessary to report all bidders {DBEs and non DBEs} information. C-I1 CITY OF HUNTNGTON BEACH BIDDERS LIST All Bidders/proposers are required to provided the following information for all DBE and non- DBE contractors, who provide a proposal, bid,quote, or were contracted by the proposed prime. This information is also required from the proposed prime contractor, and must be submimd with their Wd/proposal. The City of Huntington Beach will use this information to maintain and update —a"Bidder's" list:to assist in the annual DBE goal setting process. Firm Name: LOS 0MCMllM,lrk. Phone:,Cl[q) 520 4021P w Address: Gl A 'Q '' Fax: .Contact Person:_,IZ& M a w-P n. No. of years.in business Is the firm ciurntly certified as DBE und—49 CFR Part 26? YES NO Type of work/services/materia provided by firm? What was your firm's Gross Annual me e' is for lastyear? o Less than S 1 Million Less than S5 Million a Lass than$l D Million a Less than S15 Million c More than $15 Million This form can be duplicated if necessary to report all bidders (DBEs and non DBEs) information. C-11 CITY OF HUNTLNGTON BEACH • BIDDERS LIST All Bidders/proposers are required to provided the following information for all DBE and non- DBE contractors,who provide a proposal,bid,quote, or were contracted by the proposed prime. This information is also required from the proposed prime contractor, and must be submitted with their bid/proposal. The City of Huntington Beach will use this information to maintain and update a`Bidder's" list to assist in the annual DBE goal setting Erocess. Firm Name: TRAFFIC CONTROL ENGINEERING Phone: 714-447-6077 Address: 231 E." IMPERIAL HWY., 5TE 241" Fax: 714-447-6081 FULLERTON, CA 92635 .Contact Pason: DAVID No. of years in business 14 YEARS Is the f rem currently certified as DBE under 49 CFR Part 26? YES NO Type of work/services/materials provided by firm? TRAFFIC CONTROL DESIGN What was your firm's Gross Annual receipt's for lastyear? o Less than S1 MMon iff Less than S5 NEW= c Less than$10 Million" ❑ Liss than S15 Million ❑ More than S15 Million This form can be duplicated if necessary to report all bidders (DBEs and non DBEs) information. C-11 Local Assistance Procedures Manual E.1QIJ Hrr 12-E PS&E Checklist Instructions I N , Attachment C (THE BIDDER'SEXECU170N ON M SIG4VATZTRE POR7TOIV OF TWS PROPOSAL • MALL ALSO COiVSTr=ANEArD0RSEMWTAND MCUITONOF THOSE CERTIFICATIONS WHICHARE A PARS'OF THIS PROPOSAL) EQUAL•EMPLOY"VIENT OPPORTUNTY CERTIFICATION The bidder R.J. NOBLE COMPANY _ ,proposed subcontractor ,hereby certifies;that he has x , has not .participated in a previous contract or subcontract subject to the equal opportunity clauses,as required by Executive Orders 10925, 11114,or 11246,and that,where required,he has filed with the Joint Reporting Committee,the Director of the Office of Federal Contract Compliance,a Federal Government contracting or administering agency,or the former Prtsident's Committee on Equal Employment Opportunity,all reports due under the applicable filling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor(41 CFR 60-1.7(b)(I)),and must be submitted by bidders and proposed subcontractors only is connection with contracts and subcontracts which are subject to the equal opportunity clause. Coatracts and subcontracts which are exempt from the equal opportunity clause are'set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of$10,000 or under are exempt.) Currently,Standard Farm 100(EEO-1)is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1)prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director,Office of Federal Contract Compliance,U.S.Departm=t of Labor, C-12 Page 12-45 Local Assistance Procedarr...,2nual EXHIBIT 12-E ME Checklist Instructions Attachment G DISCLOSURE OF LOBBYING ACTIVITIES Complete this form to disclose lobbying• actsvities pursuant to 31 U.S.C. snrn i. Type of Federal Action: Z Status of Federal Action: 3. Report Type: Ea aonw NONE a. btdfotterlappllceon NONE a Initial NONE b sent b, ln%W award b. maxri'al ctwge C.a °°` a74 C. gost award ka For Material Change Only: Q.loan gua a �r t bn�= data oatre 4. Name and Adress of Reporting Entity: S. g Reporting Entity In No.4 is Subawardea.Enter 11 Prime ElSuba+wardee Name and Address of Prime: Tier ,iifknowm ' NONE NONE Congressional District, 1known Congressional District, if known: B. Federal DepartmentlAgency: 7. Federal Program NamelDessrlption: NONE NONE CFDA Number, ffapplkatte S. Federal Action Number, Yknown: S. Award Amount,Yknown: NONE $ NONE 10. a, Name and Address of Lobbying Entity b. Individuals Performing Services (lnduding address F (threr idusl,iastneme,}iistname,Mo: dMerer>thom No.10s) NONE (last name,firstnam e,Mf): NONE (attach CoMmuation Sheets)f necessary) 11. Amount of-Pa rent(check all that apply): 13. Type of Payment(check all that apply)NN NONE 3 scionl planned a. retainer 1Z Form of Payment(check all that applyr b. ommise fee a arsh n c commission eNONE d. congMent fee S. inAdnd:spedfy: nature e. deferred value tj C other,sperm 14. Brief Description of Services Performed or do be performed and Dabe(s)of Service,Including officer($), emplayee(s),or mernber(s)contacted,for Payment indicated In item 11: NONE (attach Contir:uadon Shed(s) lrnecessaM 15. Continuation Sheets)attached: Ye$ El No El IS- kdoansdon wpiutM through Ids brtn is and oftd by MM 31 O.S.C.Sedan $'�rrallJre: 133Z fiia dtstlxtvt o1 tabl7ir+�avross a ms�r41 repreten�ean of isct CHAEL . CARVER wnkh n►tta�ce eet placed bX tt+e ssr abare rt,en arc taruacla+ras Print Name: made a«road Ina.This&doan Is roq*od pursuant b 31 O.S.C.1= PRESIDENT Chit k*MxWa WE be rePWW b of cow semt-anewlr and Wa be Me: evaU*trputkkmectlamt Arrearso"`"otalsrogoto°°*W&&Surr 714-637-1550 44-13-04 s.t b a dvi v.n�lr a not Mst than lt0.000 and rwt mar �aa Telethon No.. Date: $t OOACo for each rich hiss. AumwMW brLtcaReaadFederai Use Only: , 5bndard Face LU Rev.0143.95 C-13 Page 12-55 Febroary 1,1998 EX UBTT 12-E Loca' ' -sistance Procedures Manual Attachment G ki'S&E Checklbt Instructions WSTRUCTIONS FOR COMPLETION OF SF rLLT, DISCLOSURE OF LOBBYING ACTYVI' US This disclosure form shall be completed by the reporting entity,whether subawardee or prime Federal recipient, at the initiation or receipt of covered Federal action or a material change to previous filing pursuant to title 31 U.S.C.Section 135.2. The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency,a Member of: Congress an officer or employee of Congress or an employee of Member of Congress in connection with a covered Federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence,the outcome of a covered Federal action. 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported,enter the year and quarter in which the change occurred. Enter the date of the Iast,previously submitted report by this reporting entity for this covered Federal action. 4. Enter the full name,address,city,State and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee,e.g.,the first subawardee of the prime is the first tier. Subawards include but are not limited to subcontracts,subgrants and contract awards under grants. S. If the organization filing the report in Item 4 cbecks "Subawardee"then enter the full nacre,address, city,State and zip code of the prime Federal recipient Include Congressional District,if known. 6. Enter the name of the Federal agency making the award or loan commitment. Include at least one organization level below agency name, if known. For example,Department of Transportation,United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action(item 1). If known,enter the full Catalog of Federal Domestic Assistance(CFDA)number for grants,cooperative agreements, loans and loan commitments. S. Enter the most appropriate Federal identifying number available for the Federal action identification in item 1 (e.g.,Request for Proposal(RFP)number,Invitation for Bid(IFB)number,grant announcement number,the contract grant.or loan award cumber,the application/proposal control number assigned by the Federal agency). Include prefixes,e.g.,"RFP DE-90-001" 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award/loan c;ommkments for the prime entity identifed in item 4 or 5. 10. (a)Enter the full nacre, address,city,State and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influenced the covered Federal action. (b)Enter the full names of the individual(s)performing services and include full address if different from 10(a). Enter Last Name,First Name and Middle Initial(MID. 11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity(item 4) 'to the lobbying entity(item 10). Indicate whether the payment has been made(actual)or will be made (planned). Check all boxes that apply. If this is a material change report,enter the cumulative amount of payment made or planned to be made. 12. Check the appropriate box(es). Check all boxes that apply, If payment is made through an in kind contribution,specify the nature and value of the in-kind payment. 13. Check the appropriate box(es). Check all boxes that apply. If other,specify stature. Page 12-54 C-14 Local Assistance Procedures M ual EXHIBIT 12-E ME Checklist Instructions %m.J � Attachment G 14. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s)of any services rendered. Include all preparatory and related activity not just time spent in actual contact with Federal officials. Identify the Federal officer(s)or employee(s) contacted or the officer(s)employee(s)or Members)of Congress that were contacted. 15. Check wheth.-r or not a continuation sheet(s)is attached. 16. The certifying official shall sign and dare the form,print hislher name We and.telephone Bomber. Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time for reviewing instruction,searching existing data sources,gathering and maintaining the data needed,and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information,including suggestions for reducing this burden;to the Office of Management and Budge;Paperwork Reduction Project(0348-0046),Washington,D.C.20503. C 15 Page 12-55 q!� gp'.�i� TRAVELERS CASUALTY AND ^'1RETY COMPANY OF AMERICA Hartford.CL,)ecticut 06193 Bond No. N/A KNOW ALL MEN BY Tr1ESE PRESENTS. That we, R. J. NOBLE COMPANY as Principal, hereinafter called the Principal,and TRAVELERS CASUALTY AND SURETY CO>I,PAh'Y OF A&.5RI1-­A,of Hartford,Connecticut. a corporation duty organized under the laves of the State of Connecticut,as Surety,hereinafter called the Surely,are helot and firmly bound unto CITY OF HUNTINGTON BEACH as Obligee, hereinager Called the Obligee,in the sum of TEN PERCENT OF THE AMOUNT OF THE BID Dollars(S 10% OF BID A%I.T).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 MAGNOLIA ST/HAMILTON AVE S YORK-TOWN AVE REHAB (RE-BID) - (A) MAGNOLIA STREET (CC1153) - (B) HAMILTON AVENUE (CC1155) - (C) YORKTOWN AVENUE (CC1156) NOW,Tr~II;REFORE, if the OSligee shall accept the bid of the Principal and the Principa)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,orin the event of the failure of the Principal to enter such Contract and Hive such bond er bonds,if the Principal shall pay to the Obiigee the difference not to exceed the penalty hereof between t.)e amount specified In said bid and such Iarger amount forwhich the Obligee may In good firth c.^^tram'L th an-_' :sr party tc perform.the Wcrk catered by said bid,then this obligation shall be r?ull and void,otherwise to remain in full force and effect. Signed and sealed this 30thday of MARCH 92004 _ R. J. VOBJZ COMPANY ('P1 r.:�csa) (Prnx+pa+i{Seas) STAN HILTON, SE ETARY TRAVELERS CASUALTY AND SURETY COPAPANY OF AMERICA (Vihness) OA 6orraj4rF&=) MICHAE S 2IG Printed In cooperation with the American Institute of Architects(AIA)by Travelers Casualty and Surety Company of America. The language in this document conforms exactly to the language used In AIA Document A310,February 1970 edition. S-t O-G(0797) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT r' T State of California ss. h County of RIVERSIDE h C� 2 n 7 L 6 before me, R. STANDLEY On - Date Name and Title of Officer tog.'Jane Doe,Notary Public) T fi personally appeared MICHAEL D. STONG Name(s)of Signer(s) personally known to me proved to me on the basis of satisfactory evidence z� to be the person whose name is/wi� subscribed to the within instrument and acknowledged to me that he/she/they executed r' w ` R.STAIMDLEY 9 the same in his/her-&cir authorized t� ?' COMM.#1263272 N capacity(i%-&), and that by his/ha�#e'w a- ;) NOTAFtf PUaLIC•CALIFORNIA si nature on the instrument the person or cc. wvaRs)oe cousTY 9 (� P � My t;amal EKp1�5��ne 7,2o0a the entity upon behalf of which the person(4 acted, executed the instrument. y r,� �5 WI TN S my hand and official seal. S ;5 5 T Place Notary Seal Aoove Signature of Notary •6uc y OPTIONAL t, 6 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. T ti h Description of Attached Document �5 Title or Type of Document: �5 S Document Date: Number of Pages: rS h 5 Signer(s) Other-Than Named Above: 5 S Capacity(ies) Claimed by Signer Signer's Name: n Individual . a Top of thump here ( � 5 _ Corporate Officer—Title(s): ,a L Partner—C Limited -General i t� Attorney in Fact = Trustee I ' h - Guardian or Conservator s7 Other: t h Signer Is Representing: T � T 0 1999 National Notary Association•9350 De Soto Ave.PO Boa 2402•Cha*.Eav7.CA 91313-2402•www nationalnotary org Prod No 5907 Reorder Call Toll-Free 1-800.876.6e27 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No.5907 State of CALIFORNIA County of ORANGE On MARCH 30. 2004 before me, JENNIFER DE IONGH, NOTARY PUBLIC DATE NAME,TITLE OF OFFICER-E.G.,-JANE DOE.NOTARY PUBLIC' personally appeared STAN HILTON, SECRETARY, R.J. NOBLE COMPANY NAME(S)OF SIGNER(S) ® personally known to me - OR ED proved te FRe en the b is of satisfactory evidence to be the personals whose nameW is/aFe- subscribed to the within instrument and ac- knowledged to me that he/SheAhey-executed the same in hishherfthe* authorized JENNIFER DE IONGH cap acity ies , y and that b his/#ems-i; NOTARY PUSUC-CALIFORNIA w sl nature( on the instrument the erso , a COMMISSION OMMI SIO COUNTY 37 g �"/ p M comm.Ex . C Ober28,2007 or the entity upon behalf of which the personas) acted, executed the instrument. WITNESS my hand and official seal. SIGNATURE OF NOTARY 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 ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY-IN-FACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSONS)OR ENTITY(IES) SIGNER(S)OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION-8236 Remmet Ave.,P.O.Box 7184-Canoga Park,CA 91309-7184 ,--.� One Tower Square Travelers Hartford,CT 06183 IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On November 26, 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act"). The Act establishes a short-term program under which the Federal Government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium. Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the Act. The Act further provides that the Federal Government will pay a share of such losses. Specifically,. the Federal Government will pay 90% of the amount of covered losses caused by certain acts of terrorism which is in excess of Travelers' statutorily established deductible for that year. The Act also caps the amount of terrorism-related losses for which the Federal Government or an insurer can be responsible at $100,000,000,000.00, provided that the insurer has met its deductible. Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in your overall premium, and is no more than one percent of your premium. TRAVE S CASUALTY AND SURETY COMPANY OI���IERICA T VELERS CASUALTY A_%D SURETY CONIPA-Y FARNIINGTOv CASUALTY COMPANY Hartford,Connecticut 06I83-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTOR.YEY(S)-iN-FACT KNOW ALL PERSONS BY TIIESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, .TRAVELERS CASUALTY. AND SURETY COMPANY and FAR.11iNGTON' CASUALTY COMPANY, corporations duly organized under the laces of the State of Connecticut, and ha%ing their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Michael D. Stong,Shawn Blume,Susan C. Monteon, Rosemary Standley, of Rii•ersidc, California, their true and lawful Attomgy(s)-in-Fart, with'full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by hisiber sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same %vere signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the authority herein given,are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,rccognizances,contracts of indemnity,and other Writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: an That the Chairn , the President,any Vice Chairman,any Executive Vice President,arty Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or ernployees of this Company,provided that each such delegation is. in writing and a copy thereof is filed in the'ofitce of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or and Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary,or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and scaled be facsimile(mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY C031PANY OF AMERICA, TRAVELERS CASUALTY A-ND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,which Resolution is now In full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, am•Assistant Vice President,any Secretary,any Assistant Secretary,and the scat of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Reside it Vice Presidents.Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obli0toty 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 wid binding upon the Company in the future with respect to any bond or undertaking to which it is attached. r (11-00 Standard) IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President and their corporate seals to be hereto affixed this loth day of February 2003. STATE OF CONNECTICUT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY }SS.Hartford FARMINGTON CASUALTY COMPANY COUNTY OF HARTFORD Sue�,,`C tJ� OSG9 � pASu,�T` MpfiiFORO t a HARTFORD, < 13 1992 o By a CONN. Z C0N" George W. Thompson � ''� `61 ��+a `y • "`' Senior Vice President Mw ' On this 10th day of February, 2003 before me personally came GEORGE W. THOMPSON tome known, who, being by me duly sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. G TET My commission expires June 30, 2006 Notary Public Marie C.Tetreault CERTIFICATE I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority,are no,.,,-in force. Signed and Sealed at the Home Office of the Company,in the City of Hartford, State of Connecticut. Dated this '30r" day of A,,,,, d, . ,20Cq. col Afl J'-tY ANO ,pASU ors7. HARTFORD, < U' 1 9.8 2��' o By CONN.AaD � ,a� Kori M.Johanson Assistant Secretary, Bond t D� FEDERALLY FUNDED CONSTRUCTION CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND FOR , uP 9�7�r THIS AGREEh4ENT ("Agreement") made and entered into this �9&b day of }R-y 2064 by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as "CITY," and `�• � �' Y a California � `�t7 hereinafter referred to as"CONTRACTOR." WHEREAS, CITY has solicited bids for a public works project, hereinafter referred to as "PROJECT," more fully described as.---IVF�MCWH A.,VP—. 5 in the City of Huntington Beach; and CONTRACTOR has been selected to perform said services, NONNI, THEREFORE, in consideration of the promises and agreements hereinafter made and exchanged,the parties covenant and agree as follows: I. 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 be encountered in the prosecution of agree/fomrs/Weral 4-20 1 U 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; 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; f D. The current edition of Standard Spec f cations for Public Works Construction, published by Builders'News, Inc., 10801 National Boulevard, Los Angeles, CA agmelfomis/Weral 4-20 2 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 "DPW"), and CONTRACTOR shall not attempt to resolve or adjust the discrepancy without the decision of DPW, save only at its own risk and expense. Should there be any conflict between the terms of this Agreement and the bid or proposal of CONTRACTOR,then this Agreement shall control and nothing herein shall be considered as an acceptance of the terms of the bid or proposal which is in conflict herewith. 3. COMPENSATION CITY agrees to pay and CONTRACTOR agrees to accept as full compensation for the faithful performance of this Agreement, subject to any additions or deductions made under the provisions of this Agreement or the Contract Documents, a sum not to exceed agreelfomWfcdcn14-20 3 V V WNPf43P 4 -5WR _ VO4 MQ1-�WSPFIPP Dollars (5 7mLlq'60), as set forth in the Tf N- Y-N 1t S 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 }q 146 �V T (19!)-eenseetitiYe- DA•Y a from the day the Notice to Proceed is issued by DPW,excluding delays provided for in this Agreement. 5. TIME OF THE ESSENCE The parties hereto recognize and agree that time is of the essence in the performance of this Agreement and each and every provision of the Contract Documents. 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 tre 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 egreelfonWfcdeml 4-20 4 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 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 Agreement 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 Agreement price to guarantee the CONTRACTOR's faithful performance of the work, and one in the amount of one hundred percent of the Agreement 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 Agreement price, including all change orders, to warrant such performance agree/forms/federal 4-20 5 V U for a period of one (1)year after CITY's acceptance thereof within ten (10) days of filing of the Notice of Completion. 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/DELAY 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, the sum of. F1VT� RUNW-F-D Dollars ($— • 0 } per day for each and every working day's delay in completing the work in excess of the number of agrcdrorms/fe4craf 4-20 6 U 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 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 (I5) days of the commencement of such delay. agreelfomWfedeml 4-20 7 V 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 arc disturbed,notify DPW in writing of: (1) Subsurface or latent physical conditions at the job site differing materially from those indicated in this Agreement or the Contract Documents;or (2) Unknown physical conditions at the job site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent to work of the character to be performed under this Agreement. DPW shall promptly investigate the conditions and if it finds that such conditions do materially so differ and cause an increase or decrease in the time required for performance of any part of the work under this Agreement, whether or not changed as a result of 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. egreefforms/Weral 4-20 8 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 Agreement 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. 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, agreelforms/Wera!4.20 9 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 Agreement 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 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 Aftcr 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. agre0formslfederal 4-20 to U 18. INDEMNIFICATION DEFENSE,HOLD HARMLESS CONTRACTOR hereby agrees to protect, defend, indemnify and bold 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 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 arc applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by CONTRACTOR. 19. 1IVORKERS' 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 maintain 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 Rgmelforms/Weml 4-20 11 furnish to CITY a certificate of waiver of subrogation under the terms of the workers' compensation and employer's liability insurance and CONTRACTOR shall similarly require all subcontractors to waive subrogation. 20. INSURANCE In addition to the workers' compensation and employer's liability insurance and CONTRACTOR's covenant to 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 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; agreelfomWfcdcra1420 12 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 farce 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 provisions for indemnification of CITY by CONTRACTOR under the 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. 23. DEFAULT AND TERMINATION If CONTRACTOR fails or refuses to prosecute the work hereunder with diligence, or fails to complct,. the work within the time specified, or is adjudged bankrupt or makes an assignment for the benef t 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 sgreufomslfcdcm14-20 13 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 23 and any damages shall be assessed as set forth in Section 23. 24. TERMTNATION FOR CONVENIENCE CITY may terminate this Agreement for convenicncc 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 plus seven and one-half percent (7 %_ %) for overhead and profit less all such payments already made. 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. ,gredrwms7eacn1 4-20 14 L 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 OFFICIALa 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 shalt be provided for in the Iabor and materials payment bond required of CONTRACTOR. CITY may charge an administrative fee of One Flundred 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 i hereinabove) or to CITY as the situation shall warrant, or by enclosing the same in a scaled envelope, postage prepaid, and depositing the same in the United States Postal Service,to the addresses specified below;provided that CITY and CONTRACTOR, by notice given hereunder, may designate different addresses to which subsequent notices,certificates or other communications will be sent: agredfomtslrcdem]4-20 15 V V TO CITY: TO CONTRACTOR: City of Huntington Beach F'. '1• libei-ra cdMPM'r ATTN: Fe 'l •MA="NP2— 1 SOS . L^�r1C�1�-1 �►►�!€��11 2000 Main Street Huntington Beach,CA 92648 CFF—. C^ g2865 - 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 arc not representative of maters included or excluded from such provisions, and do not interpret, define, limit or describe, or construe the intent of the parties or affect The construction or interpretation of any provision of this Agreement. 31. INIMIGRATIQN 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 SUBCONTRACTMG 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. agredrbnnVfedcral 4-20 16 U 33. ATTORNEY'S FEES In the event suit is brought by either parry 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 and the prevailing party shall not be entitled to recover its attorney's fees from the non- prevailing party. 34. TNTERPRETATION OF THIS AGREEMENT The language of all parts of this Agreement shall in all cases be construed as a whole, according to its fair meaning,and not strictly for or against any of the parties. If any provision of this Agreement is held by an arbitrator or court of competent jurisdiction to be unenforceable, void, illegal or invalid, such holding shall not invalidate or affect the remaining covenants and provisions of this Agreement. No covenant or provision shall be deemed dependent upon any other unless so expressly provided here. As used in this Agreement, the masculine or neuter gender and singular or plural number shall be deemed to include the other whenever the context so indicates or requires. Nothing contained herein shalt 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 spedfomts/redmi 4-20 17 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. 37. CONSENT `yhere CITY's consentlapproval is required under this Agreement, its consent/approval for one transaction or event shall not be deemed to be conscntlapproval to any subsequent occurrence of the same or any other transaction or event. 38. CALIFORNIA FAIR EMPLOYMENT AND HOUSING ACT CONTRACTOR agrees to comply with all requirements and utilize fair employment practices in accordance with California Government Code Sections 12900 et seq. 39. CALIFORNIA PREVAILING WAGE LAW. A. The CITY has ascertained from the Director of Industrial Relations of the State of California the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime work in the locality in which the work is to be performed for each craft or type of work needed to execute this Agreement,and the same has been set forth by resolution on file in the office of the City Clerk of CITY. CONTRACTOR and any subcontractor under it shall pay not less than said prevailing wage rates to all workers employed on this public works Agreement,as required by California Labor Code Sections 1771 and 1774. In accordance with the provisions of Section 3700 of the California Labor Code,CONTRACTOR agrees to secure payment of compensation to every employee. B. Pursuant to this Agreement and in accordance with Section 1774 and 1775 of the California Labor Code,CONTRACTOR shall,as penalty to CITY,forfeit twenty-five dollars($25) for each calendar day or portion thereof for each sgredfhmWfcdc=14-1.0 18 V worker paid(either by CONTRACTOR or any of its subcontractors)less than the prevailing wage rate established for that particular craft or type of work. 40. CALiFORNiA EIGHT-HOUR LAW A. California Labor Code, Sections 1810 et seq,shall apply to the performance of this Agreement;thereunder,not more than eight(8)hours shall constitute one day's work and CONTRACTOR and each subcontractor employed by its hereunder,shall not require more than eight(8)hours of labor per day or forty (40)hours per week from any one person employed by it hereunder,except as stipulated in California Labor Code Section 1815. CONTRACTOR and each subcontractor employed by it hereunder shall,in accordance with California Labor Code Section 1812,keep an accurate record,open to inspection at all reasonable hours, showing the name and actual hours worked each calendar day and each calendar week by each worker employed in connection with the PROJECT. B. Pursuant to this Agreement and in accordance with California Labor Code Section 1813,CONTRACTOR shall,as a penalty to CITY, forfeit twenty-five dollars ($25) for each worker employed hereunder by CONTRACTOR or any subcontractor for each calendar day during which such worker is required or permitted to work more than eight(8)hours in any one(1)calendar day or forty (40)hours in any one(1)calendar week in violation of California Labor Code Section 1815. 41. PAYMENT OF TRAVEL AND SUBSISTENCE ALLOWANCE Section 1773.8 of the California Labor Code,regarding the payment of travel and subsistence allowance is applicable to this PROJECT. agrcdfoatWrcdm14-20 19 42. EMPLOYMENT OF APPRENTICES Section 1777.5 of the California Labor Code,regarding the employment of apprentices is applicable to this PROJECT. 43. PAYROLL RECORDS CONTRACTOR agrees to keep accurate payroll record showing the name,address, social security number,work classification,straight time and overtime hours worked each day and week,and the actual per diem wages paid to each journeyman,apprentice or worker employed by it in connection with the PROJECT and agrees to require each of its subcontractors to do the same. CONTRACTOR further agrees that its payroll records and those of its subcontractors,if any,shall be available at all reasonable times to the CITY,and the employee or his representative,and the Division of Labor Standards Enforcement and the Division of Apprenticeship Standards,and to comply with all of the provisions of California Labor Code Section 1776, in general. 44. FEDERAL PARTICIPATION The PROJECT pursuant to which the work covered by this Agreement is being executed is being assisted by the United States of America. Several Agreement provisions embodied herein are included in this Agreement in accordance with the provisions applicable to such federal assistance. As federal funds are financing all or part of this work,all of the statutes,rules and regulations promulgated by the Federal Government and applicable to the work will apply,and CONTRACTOR agrees to comply therewith. 45. DAVIS-BACON ACT CONTRACTOR agrees to pay and require all subcontractors to pay all employees on said PROJECT a salary or wage at least equal to the prevailing rate of per diem wage as determined by the Secretary of Labor in accordance with the Davis-Bacon Act(40 USC Section I76a,et seq.) for each craft or type of worker needed to perform this Agreement. CONTRACTOR agrees to comply agreelronn"Weral 4-20 20 with all applicable federal labor standards provisions;said provisions are incorporated herein by this reference. 46. DISCRIMINATION,MINORITIES, ALIENS CONTRACTOR shall not discriminate nor allow its employees,agents,principals,or subcontractors to discriminate against any employee or applicant for employment on the basis of race, religious creed,national origin or sex. CONTRACTOR shall take affirmative steps to hire local qualified minority individuals when job opportunities occur and utilize local business firms when possible. 47. EQUAL EMPLOYMENT OPPORTUNITY The CONTRACTOR will comply with all provisions ofExecutive Order 11246, entitled "Equal Employment Opportunity,"and amended by Executive Order 11375,and as supplemented in Department of Labor regulations(41 CFR part 60). CONTRACTOR is required to have an affirmative action plan which declares that it does not discriminate on the basis of race,color,religion,creed,national origin,sex or age to ensure equality of opportunity in all aspects of employment. Section 503 of the Rehabilitation Act of 1973 (29 USC Section 701,et seq.)prohibits job discrimination because of handicap and requires affirmative action to employ and advance in employment qualified handicapped workers. Section 402 of the Vietnam Era Veterans Readjustment Assistance Act of 1974(38 USC Section 219 etseq.)prohibits job discrimination and requires affirmative action to comply and advance in employment(1)qualified Vietnam veterans during the first four(4)years after their discharge and(2)qualified disabled veterans throughout their working life if they have a thirty percent (30%)or more disability. egrcdfomWfedeml 4-20 21 V V► To ensure compliance with these requirements,the CONTRACTOR shall provide the CITY its written affirmative action plan prior to commencement of work. The CONTRACTOR is required to provide the CITY with a listing of its subcontractors together with a completed affirmative action program from each subcontractor when applicable. 48. COPELAND "ANTI-KICKBACK" ACT CONTRACTOR and its subcontractors shall comply with the provisions of the Copeland"Anti-Kickback" Act(18 USC Section 874),as supplemented in Department of Labor regulations,which Act provides that each shall be prohibited from including,by any means,any person employed in the construction,completion,or repair of public work,to give up arty part of the compensation to which he is otherwise entitled. 49. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT The CONTRACTOR shall comply with the provisions of Section 103 and 107 of the Contract Work Hours and Safety Standards Act(40 USC 327 et seq.)as supplemented by Department of Labor regulations(29 CFR,part 5). Under Section 103 of the Act each CONTRACTOR shall be required to compute the wages of every mechanic and laborer on the basis of a standard workday of eight(8)hours and standard workweek of forty(40)hours. Work in excess of the standard workday or workweek is permissible provided that the worker is compensated at a rate of not less than 1-112 times the basic rate of pay for all hours worked in excess of eight(8)hours in any calendar day or forty(40) hours in the workweek. Section 107 of the Act is applicable to construction work and provides that no laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary,hazardous,or dangerous to his health and safety as determined under construction,safety and health standards promulgated by the Secretary of Labor. These requirements do not apply to the purchase of supplies or materials or articles ordinarily available on the open market or contracts for transportation. egreelronrWfedeml 4-20 22 50. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT. A. CONTRACTOR stipulates that all facilities to be utilized in the performance of this Agreement were not listed,on the date of Agreement award,on the United States Environmental Protection Agency(EPA)List of Violating Facilities, pursuant to 40 CFR 15.20. B. The CONTRACTOR agrees to comply with all of the requirements of Section 114 of the Clean Air Act and section 308 of the Federal Water Pollution Control Act and all regulations and guidelines listed thereunder. C. The CONTRACTOR shall promptly notify the CITY of the receipt of any communication from the Director,Office of Federal Activities,EPA,indicating that a facility to be utilized pursuant to this Agreement is under consideration to be listed on the EPA List of Violating Facilities. D. The CONTRACTOR agrees to include or cause to be included the requirements of paragraph(a)thorough(d)of this section in every nonexempt subcontract, and further agrees to take such action as the Government may direct as a means of enforcing such requirements. 51. ENERGY CONSERVATION Agreements with federal participation shall recognize mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act(42 USC Section 6201,el seq.). .srWromrrcdcmi 4.20 23 52. HOUSING AND URBAN DEVELOPMENT CONTRACTOR agrees to comply with any and all rules,regulations,guidelines, procedures and standards of the United States Department of Housing and Urban Development and complete any and all reports and forms that may be required in accordance therewith. 53. ENTIRETY The foregoing, and Exhibit "A" attached hereto, set forth the entire Agreement between the parties. No waiver or modification of this Agreement shall be valid unless in writing duly executed by both parties. The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arm's length negotiations, and that each has had the opportunity to consult with legal counsel prior to executing this Agreement. The parties also acknowledge and agree that no representations, inducements, promises,agreements or warranties,oral or otherwise, have been made by that party or anyone acting on that parry's behalf, which are not embodied in this Agreement, and that that party has not executed this Agreement in reliance on any representation, inducement, promise,agreement,warranty, fact or circumstance not expressly set forth in this Agreement. W WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their Authorized offices the day,month and year first above written. agrcdronrWfedera!4.20 24 CONTRACTOR CITY OF HUNTINGTON BEACH, a municipal corporation of the State of California R.J. NOBLE COMPANY zi2� Mayor By: ATTEST: MICHAEL J. ARVER, PRESIDENT print name La ITS: (circle one)Chairma residen ice President City Clerk D APPROVED AS TO FORM: By: 02 STAN HILTON, SECRETARY �ity/AtFtornery pn e ITS: (circle on Secret hief Financial Officer/Asst. Secretary-Treasurer INI IATTEEDD AN PPROVED: REVIEWED WAPPROV D: Director of Public Works City A agree/fonns/federal 4-20 25 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No.5907 State of CALIFORNIA County of ORANGE On MAY 18, 2004 before me, JEITNIFER DE IONGH, NOTARY PUBLIC DATE NAME.TITLE OF OFFICER-E.O.,"JANE DOE,NOTARY PUBLIC` personally appeared MICHAEL J. CARVER, PRESIDENT, R.J. NOBLE COMPANY STAB HILTON, CRETARY, R. .E{ TBITT&PANY ® personally known to me - of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and ac- knowledged to me that hefshc/they executed the same in *isfhreTltheir authorized capacity(ies), and that by hssftrr✓r/their JEryNiFER OE IONGIi NOTARYpUBLIC-CALIFORNW signature(s) on the instrument the person(s), �+ COMMiSSION 0 1448237 += in 0 FLANGE COUNTY or the entity upon behalf of which the COT E'r° °cso29 person(s) acted, executed the instrument. WITNESS my hand and official seal. AL SIGNATURE OF NOTARY OPTI NAL Though the data below Is not required by law,R may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL I ❑ CORPORATE OFFICER TITIEcsf TITLE OR TYPE OF DOCUMENT ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY-W-FACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON{S}OR ENTnY(IES► SIGNER(S)OTHER THAN NAMED ABOVE --- - - -- - - --- -- - 01993 NATIONAL NOTARY ASSOCIATION-Me Remmet Ave.,P.O.Box 71 B4-Canoga Perk,CA 91309-7164 ACORDn CERTIFICAT: OF LIABILITY INSUR " NCE OS/18/220004 PRODUCER (949)8S7-4S00 FAX {9�SS7-4800 THIS CERTIFICATE IS MAED AS A MATTER OF INFORMATION Millennium Risk Management & Insurance Services ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE SS30 Trabuco Road HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR [�C,—//S3 //.1 S� //S 6 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Irvine, CA 92620 / , OISD INSURERS AFFORDING COVERAGE INSURED IOC.JCJ 1�+ INSURERX; Liberty Surplus Insurance Corp./CRC R. ]• Noble Co. �� r ,,pp INSURER a: American States Insurance Co. 1S50S Lincoln Avenue CON 'lam INSURERc: Eagle Pacific Insurance Co. P. 0. Box 620 /-�/i AVK cyn&WT INSURER D: Or nge, CA 92865 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REOWREMENT,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. LTA TYPE OF INSURANCE PQLICY NUMBER qT ru[ DATEY MKI D EXPIRATION LIMITS GENERAL LIABILITY EACH OCCURRENCE S 1 O00 X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(Any one Ike) S 50 ,00 CLAIMS MADE QX OCCUR CL S0200108-013 07/01/2003 07/01/2004 MED DIP Wy am Pww) : Excl ud A X Contractual Ltd. PERSONAL&ADV INJURY S 1000 ,00 GENERAL AGGREGATE S 2 000 GEN1 AGGREGATE LIMIT APPLIES PER. - PRODUCTS•COMPIOP AGG S 2,000, POLICY JPE'?T LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT X ANYAITO IE"SCOOMM) ; 3 00(1 ALL OWNED AUTOS BODILY p1.1URY S B SCHEDULEDAUTOS DICE929671 07/01/2003 07/01/2004 (Pww—) X HIRED AUTOS BODILY INJURY : x HONOWNEDAUTOS (ParecdCerlq PROPERTYDAMAGE : (Per•codes) GARAGELWBILRY AUTO ONLY-EAACCIDENT : ANY AUTO R IrD A TO Rhf 1 �AACC GG S OTHER THAN AUTO ONLY: EXCESSLIABOurY JE NI ERMcORATH, 1tyAtwway EACH OCCURRENCE S OCCUR CLAIMS MADE AGGREGATE S S DEDUCTIBLE S RETENTION SVIC S WORKERS COMPENSATION AND X "I I Eft EMPLOYERS'LIABILITY C E.L.EACH ACCIDENT 50302476 07/01/2003 07/01/2004 E.L.DISEASE•EA EMPLOYE : 1,000, E.L.DISEASE.POLICY LIMIT S 1 000 OTHER DESCRIP 10N OF OPERAT NSILOCATIONSIVEHICLE CL IONS AO ED aY ENDOR EMENTISPECIAL PROVISIONS ..erti icate Hol er et al named AAdr tiona�l Insure as respects General Liability per endorsement :G 20 10 11/95; WC Waiver of Subrogation per endorsement WC 04 03 06 IE: RIN Job is 90960, 90961, 9092-Magnolia Street, Hamilton Avenue and Yorktown Avenue Street tehabilitation Projects; Cash Contract Numbers 1153, 2235 and IIS6 e20 day notice of CANCELLATION in the event of 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 WALL XXX)O=MAAL City of Huntington Beath *30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Attn: Risk Management 2000 Main Street Huntington Beach, CA 9264E AUTHORIZED REPRESENTATIVE Leonard Zimlinsk ACORD 25tiS(7197) • - ®ACDCORPORATIONJ988 City of Huntington Beach Certificate issued to City of Huntington Beach 05/18/2004 Millennium Risk Management & Insurance Services 05/18/2004 Additional Insured(s): City of Huntington Beach, its agents, officers and employees IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s),authorized representative or producer,and the certificate holder,nor does it affirmatively or negatively amend,extend or alter the coverage afforded by the policies listed thereon. ACORD 25-S(7/97) Policy Number : EGLB0200108-013 Commercial General Liability THIS ENDORSEMENT CHANGES THE POLICY - PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART: SCHEDULE Name of Person or Organizations: City of Huntington Beach, its agents, officers and employees 2000 Main Street Huntington Beach, CA 92648 RE: RJN Job Vs 90960, 90961, 9092 Magnolia Street, Hamilton Avenue and Yorktown Avenue Street Rehabilitation Projects; Cash Contract Numbers 1153, 1155 and 1156 Any person or organization that the insured is required by written contract to name as an additional insured. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respects to liability arising out of "your work" for that insured by or for you. CG 20 10 11 85 Copyright Insurance Services Office, Inc. 1984 POLICY NUMBER: O'ICE919671 CA 71 3512 93 THIS ENDORSM ENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement,the provisions of the Coverage Form apply unless modified by the endorsement. Endorsement effective 7/1/2003 Named Insured Countersigned b • R.J.Noble Co. c (Authorized Represent e) Schedule City of Huntington Beach, its agents, officers and employees 2000 Main Street Huntington Beach, CA 92648 RE: RJN Job Vs 90960, 90961, 9092 Magnolia Street, Hamilton Avenue and Yorktown Avenue Street Rehabilitation Projects; Cash Contract Numbers 1153, 1155 and 1156 (If no entry appears above, Information required to complete this endorsement will be shown In the Declarations as applicable to this endorsement.) A. Under LIABILITY COVERAGE WHO IS AN INSURED is changed to include as an "insured"the person(s)or organization(s)shown in the Schedule, but only with respect to 'bodily injury`or'property damage"resulting from the acts or omissions of. 1. You: 2. Any of your employees or agents; 3. Any person except the additional Insured or any employee or agent of the additional insured, operating a covered"auto"with the permission of any of the above. B. The Insurance afforded by this endorsement does not apply: To"bodily injury"or"property damage"arising out of the sole negligence of the person(s) or organization(s)shown in the Schedule. CA 71 3512 93 Page 1 of 1 WORKERS COMPENSATION AND ' OLOYERS LIABILfTY INSURANCE POLIr%1 WC 04 03 06 U (Ed.4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT---CALfFORNIA 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 5%of the Cafifomia workers'compensation premium otherwise due on such remuneration. Schedule Person or Organization Job Description WHERE REQUIRED BY WRITTEN CONTRACT, 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. City of Huntington Beach, Its agents, officers and employees 2000 Main Street Huntington Beach, CA 92648 RE: RJN Job ft 90960, 90961, 9092 Magnolia Street, Hamilton Avenue and Yorktown Avenue Street Rehabilitation Projects; Cash Contract Numbers 1153, 1155 and 1156 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 711103 Policy No. 1S0302476 Endorsement No. S Insured R.J. Noble Company Policy Effective Date 7/1l03 Insurance Company Eagle Pacific Insurance Company Countersigned By WC040306 (Ed.4-84) 01998 by the workers'Compensation Insurance Rating Bureau of California.All rights reserved. ( C Kemper. Insurance Companies IMPORTANT NOTICE CONCERNING YOUR RIGHTS UNDER A CUT-THROUGH AGREEMENT NATIONAL INDEMNITY COMPANY Insurance Policy(the"Policy'')to which this notice applies: 1S0302476 Insurer(the'Company'); Eagle Pacific insurance Company Policy Inception Pate: 07/01=03 Policy No.: 1SO302476 Named Insured(the'lnsured"): R.J. Noble Company The Notice Inception Date Is 07/01/2003 For value received, National Indemnity Company(hereinafter referred to as"National Indemnity")agrees that In the event the Company does not pay amounts otherwise payable under the Policy as a result of a court of competent jurisdiction or the state insurance regulatory authority in the Company's domiclpary state('insurance regulatory authorfty") issuing an order finding such Company to be Insolvent or entering an order to the Company which legally prohibits the Company from paying Policy amounts otherwise payable because of the Company's financial condition,then National Indemnity will pay on behalf of the Company 100%of any amount payable by the Company under the Policy that has not been previously paid by the Company,subject always to the other terms, conditions,exclusions and limitations of the Policy. National Indemnity will make such payment directly to the Insured(or to its mortgagees, assignees or loss payees,as their interests may appear)In the event of first-party coverages, or directly to the claimant or claimants to whom the Insured is legally liable in the event of third-party coverages.As a condition of National Indemnity's payment obligation,the Insured,after receiving actual notice of the receivership or insolvency of the Company, shall provide prompt written notloe to National Indemnity, attention: Kemper Cut-Through,at its statutory Home Office as on record w th the National Association of Insurance Commissioners, of any claim or suit for which National Indemnity may be liable by reason of this agreement herein. As a condition precedent to payment hereunder,National Indemnity shall be deemed to have all the rights of the Company and be subrogated to all the rights of the Insured to the extent of such payment. In the case of thlyd-party liability coverages,payment shall be due hereunder only after any one of the following three conditions is met:(1)the claimant obtains a judgment against the Insured or the Company after actual trial by a court of competent jurisdiction;or(2)the claimant enters into a settlement with the Insured or the Company approved by National Indemnity; or(3)the claimant enters into a settlement with the Insured or the Company approved by the Company prior to it being declared insolvent or prohlblted from paying amounts due under the Policy. None of these conditions shall apply to first-party coverages,including but not limited to any state workers' compensation or similar federal compensation coverages that may be provided by the Policy. IL 80 39(Ed.12 02) Page 1 of 2 Printed in U.S.A. Upon the Company being declared Insolvent or being legally prohibited from paying Policy amounts otherwise payable because of the Company's financial condition by a court of competent jurisdiction or insurance regulatory authority or upon any insurance regulator assuming any control over the Company's claims handling process, National Indemnity has the right, but not the duty,to assume any obligation the Company may have to provide a defense to the Insured, 0 such an obligation Is created by the Policy If National Indemnity does not assume such obligation, It will reimburse the Insured for the reasonable cost of such defense to the extent that the Company would have been obliged to pay such cost under its obligation to defend National Indemnity and the Insured will cooperate in the selection of defense counsel at the commencement of litigation.Nothing herein shall make National Indemnity the insurer under the Policy,National indemnity's obligation hereunder Is limited to the Company's obligations under the Policy and shall not include any payment ansmg under claims of bad faith,extra contractual obligations or payments in excess of policy limits, In the event the Notice Inception Date is later than the Policy Inception Date,then this Nobce does not apply to any damages,offense or loss of any nature for which coverage is otherwise provided under the Policy if such damages, offense or loss"commences"In whole or in part prior to the Nonce Inception Date, even If such damages,offense or loss continues, is alleged to continue,or is deemed to continue on or after the Notice Inception Date.For the purposes of this Notice only, "commences"shall mean; (i)first occurs, is alleged to first occur or is deemed to first occur;or(n) incepts, is alleged to incept or Is deemed to incept;or(iii)first manifests,is alleged to have first manifested,or is deemed to have first manifested,"Commence"is the earliest point in time of(7, (il)or(iii). National Indemnity has no liability to make payments or reimburse any person for payments If the payments were Incurred in connection with or were in any way related to such excluded damages,offense or loss, NATIONAL INDEMNITY COMPANY EAGLE PACIFIC INSURANCE COMPANY President Chief Executive Officer IL 80 39(Ed. 12 02) page 2 of 2 Printed in U.S.A Company Profile Q Page 1 of 2 Im CWHorn1 artment of Company Profile Insurance TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA ONE TOWER SQUARE, 4MN TRAVELERS / Mary T. Restelli HARTFORD, CT 06183 877-872-8737 Former Names for Company Old Name: AETNA CASUALTY&SURETY COMPANY OF Effective Date: 07-01-1997 AMERICA Agent for Service of Process JERE KEPRIOS,C/O CT CORPORATION SYSTEM 818 WEST SEVENTH STREET,2ND FLOOR LOS ANGELES,CA 90017 -Unable-jo Locate the Agent for Smice of Process? Reference Information NAIC#: 31194 NAIC Group#: 2 48 California Company 1D ##: 2444-8 Date authorized in California: July 31, 1981 License Status: UNLIMITED-NORMAL Company Type: Property&Casualty State of Domicile: CONNECTICUT Lines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance.For an explanation of any of these terms,please refer to the glossary. AIRCRAFT AUTOMOBILE http://cdins%v%v%v.insurance.ca.gov/pWwu—cO—Prof/id4_co_prof utl.get_eo—prof?p ... 512512004 CITY OF 96NTINGTON BEACH RLS No. REQUEST FOR LEGAL SERVICES Assn To Jennifer McGrath, City Attorney Date Date: Request made by: 1P Telephone: Department: March 25, 2004 Robert A. Martinez x-5423 Public Works INSTRUCTIONS: File request in the City Attorney's Office. Outline reasons for this request and state facts necessary for City Attorney to respond. Please attach all pertinent information and exhibits. TYPE OF LEGAL SERVICES REQUESTED: ❑ Ordinance/Resolution ❑ Opinion ® Contract/Agreement (Allow 5-20 working days)* (Allow 20 working days)* (Allow 15-20 working days)* ❑ General Legal ❑ Document Review Assistance (Ongoing) (Allow 2-10 working days)* *All deadlines are based on the date the City Attorne 's Office receives the RLS. This re 7 7rA ed and a p ve Signattire of Department Head COMMENTS Please identify all attachments to this RLS. Please review and approve "As To Form" the attached Bonds and attached documents from R.J. Noble Company for the Magnolia, Hamilton and Yorktown Street Improvements, Cash Contract Numbers 1153,1155 and 1156. Attached are the following: EC151ifEID 1. Public Works Contract, original copy I-iaY ? 6 1004 2. Faithful Performance Bond,#83 SB 104239131,two sets .:ityOf"U lt'0910n:'eac:, 3. Labor and Materials Payment Bond, #83 SB 104239131,two sets CitvAttorr?v's� `^c 4. Certificate of Liability Insurance, two sets 5. Insurance Company Profile, one set Shaded areas for City Attorneys Office use only. This request for Legal Services has been assigned to Attorney extension His/her secretary is , extension Notes: Date Completed: New RLS form for CC1153,1155,1156.doc 5/25/2004 10:09 AM u ILI] k • R.J. NOBLE COMPANY ASPHALT PAVING• ENGINEERING CONTRACTORS LIC.A-7829M MAY 21, 2004 CITY OF HUNTINGTON BEACH DEPARTMENT OF PUBLIC WORKS P.O. Box 190 HUNTINGTON BEACH. CA 92648 ATTENTION: ROBERT A. MARTINEZ, CONSTRUCTION DIVISION, REFERENCE: MAGNOLIA STREET, HAMILTON AVE, &YORKTOWN AVENUE STREET REHABILITATION PROJECTS; CASH CONTRACTS NO. 1 153.1 155, AND 1 156. ENCLOSED PLEASE FIND THE FOLLOWING DOCUMENTS EXECUTED AND NOTARIZED: CONTRACT 1 ORIGINAL FAITHFUL PERFORMANCE BOND- 2 ORIGINALS LABOR AND MATERIAL BOND 2 ORIGINALS CERTIFICATE OF INSURANCE- 2 ORIGINALS SHOULD YOU HAVE ANY QUESTIONS REGARDING THE ABOVE, PLEASE CONTACT ME AT (714) 637-1550 EXTENSION 311 . SINCERELY, JENNIFER DE IONGH CONTRACT ADMINISTRATOR ENCLOSURES— SET OUT ABOVE JD ORANGE:15505 E.LINCOLN AVE.•P.O.BOX 620.ORANGE,CALIFORNIA 92856-6620•(714)637-1550•FAX(714)637-6321 RECEIVED BY: CITY CLERK RECEIPT COPY Retum DUPLICATE to City Clerk's Office (Name) after signingidating (Date) CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION TO: Shari Freidenrich, City Treas 71e � FROM: Z71 DATE: SUBJECT: Bond Acceptance i have received the bonds for J (Company Naame) a Faithful Performance Bond No. /0�aZ Labor and Material Bond No. Monument Bond No. Maintenance Bond No. Re: Tract No. / CC No. MSC No. Approved . /3 Q Agenda Item No. (Council Approval e) City Clerk Vault No. < /9/s #27 g:foikawuplbondlet<er.don CONTRACTOR'S BOW TRAVELERS CAST' TY AND SURETY COMPANY OF AMERICA FOR FAITHFUL PERFC). .AANCE rtford, Connecticut 06183 BOND NUMBER 83 SB 104239131 BCM KNOW ALL MEN BY THESE PRESENTS: EXECUTED IN D_ U_LATE That we, R. J. Noble Company as Principal, and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, a corporation organized under the laws of the State of Connecticut and duly authorized under the laws of the State of California to become sole surety on bonds and undertakings, as Surety, are held and firmly bound unto City of Huntington Beach as Obligee, in the full and just sum of Seven hundred seven thousand four hundred twenty-nine and sixty cents Dollars, ($ 707,429.60 ), lawful money of the United States of America, to be paid to the said Obligee, successors or assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors, successors, administrators and assigns,jointly and severally, firmly by these presents. Sealed with our seals and dated this 18th day of May , 2004. THE CONDITION OF THE ABOVE OBLIGATION is such that whereas the said Principal has entered into a contract or is about to enter into a contract with the said Obligee for Magnolia Street, Hamilton Avenue and Yorktown Avenue Street Rehabilitation Projects: Cash Contract Numbers 1153, 1155 and 1156 as is more specifically set forth in said contract, to which contract reference is hereby made. NOW, THEREFORE, if the said Principal shall well and truly do the said work, and fulfill each and every of the covenants, conditions and requirements of the said contract in accordance with the plans and specifications, then the above obligation to be void, otherwise to remain in full force and virtue. Provided, However, that this bond shall guarantee said workmanship for a period of one (1) year after the obligee's acceptance of'work and filing of the Notice of Completion. R. J. Noble Co any BY: CHAEL . CARVER, PRESIDENT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA B , Y ROSEMARY STANDLEY Attorne " act ® _:_ AS TO FORM RiU�Ct.�i�ril,tYy YtI�tEY CAL-IFORNIA ALL-PURPO E ACKNOWLEDGMENT Site of CALIFORNIA County of RIVERSIDE On yo Y _ _ before me, MICHAEL D. STONG DATE NAME.TITLE OF OFFICER-E.G.'.LANE DOE.NOTARY PUBLIC' personally appeared ROSEMARY STANDLEY NAMEISI OF SIGNER(S) �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 within instrument and ac- knowledged to me that he/sheAhey executed the same in his/her/their authorized capacity(ies), and that by his/her/their MIGHAEI�.SSOIVG COMM.#1466011 signature(s) on the instrument the person(s), NOTARYPUSUC-CALIFORMA or the entity upon behalf of which the RIVERSIDE COUNTY Afy COMM.E imsJan.27,2M person(s) acted, executed the instrument. WITNESS my hand and official seal. LATURE OF NOTARY 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 ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TtTu(si ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL_ ❑ ATTORNEY-INTACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON{SI OF ENTITYIIESI StGNER(S)OTHER THAN NAMED ABOVE BD-1133 3/94 O093 NATIONAL NOTARY ASSOCIATION-8236 Remmet Ave.,P.O.Box 7184-Canoga Park.CA 91309.7184 U CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No.5907 State of CALIFORNIA County of ORANGE On MAY 18, 2004 before me, JENNIFER DE IONGH, NOTARY PUBLIC GATE NAME.TREE OF OFFICER-EG...MM DOE.NOTARY PUBLC- personally appeared MICIML J. CARVER, PRESIDENT, R.J. NOBLE COMPANY NME(S)OF SIGNER(s) personally known to me - basis of satisfactory evidence to be the personV) whose name) is/-efie subscribed to the within instrument and ac- knowledged to me that heisheAhe executed JENNIFER DE IONGH the, same in hisftterfth•ttl` authorized NOTARY PUBLIC-CALIFORNIA 1448237 H COMMISSION a!1448237 capacity(ias), and, that by histherithei • � . oRaNGE COUNTYIcy Comm.Exp.OcMber28.2007 signature"N on the instrument the person, tober 2 r or:t_he entity upon behalf of which the personN acted, executed the instrument. WITNESS my hand and official seal. SIGNATURE NOTARY OPTI A 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 DE ATTACHED DOCUMENT ❑ INDIVIDUAL ' ❑ CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLES) ❑ PARTNEA(S) ❑ LIMIT€D , ❑ GENERAL ❑ ATTORNEY4N-FACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDWXONSERVATOR ❑ OTHER: DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSONS)OR EYTITY(,ES) SIGNER(S)OTHER THAN NAMED ABOVE 01998 NATIONAL NOTARY ASSOCIATION a 8=Remmet Ave..P.O.Box 7184+Canoga Park.CA 91309-7184 I PAYMENT BOND-PUBLIC WORK TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA ' SECTIONS 3247-3252,CIVIP "!ODE Hartford,Connecticut 06183 (CALIFORNIA) Bond No $3 SB 10A23.9,131 Rrrr KNOW ALL MEN BY THESE PRESENTS: EXECUTED IN DUPLICATE THAT WHEREAS, The City of Huntington Beach has awarded to R. J. Noble Company as Contractor, a contract for the work described as follows: Magnolia Street, Hamilton Avenue and Yorktown Avenue Street Rehabilitation Projects; Cash Contract numbers 1153, 1155 and 1156. AND WHEREAS, Said Contractor is required to furnish a bond in connection with said contract, to secure the payment of claims of laborers, mechanics, materialmen, and other persons as provided by law. NOW, THEREFORE, We the undersigned Contractor and Surety are held and firmly bound unto the State of California in the amount required by law, the sum of Seven hundred seven thousand four hundred twenty-nine and sixty cents ($707,429.60 ) Dollars, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors and assigns,jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That if said Contractors shall fail to pay (1) Any of the persons named in Civil Code Section 3181, (2) amounts due under the Unemployment Insurance Code for work or labor performed in connection with said contract by any such claimant, or (3) any amounts required to be deducted, withheld and paid over to the Employment Development Department from wages of the employees of Contractor and his sub-contractors with respect to such work and labor, pursuant to Section 13020 of the Unemployment Insurance Code, then the Surety or Sureties herein will pay for the same in an aggregate amount not exceeding the sum specified in this bond, and also in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the court, otherwise the above obligation shall be void. This bond shall inure to the benefit of any of the persons named in Civil Code Section 3181 so as to give a right of action to such persons or their assigns in any suit brought upon this bond. This bond is executed and filed to comply with the provisions of the act of Legislature of the State of California as designated in Civil Code, Sections 3247 -3252 inclusive, and all amendments thereto. IN WITNESS WHEREOF, We have hereunto set our hands and seals on this 18th day of May , 2004. R. J. Noble Compa BY: MI EL J ARVER, PRESIDENT Contractor TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA By e ROSEMARY STAND Y Art y-in-Pact .a ossy,'�'(jy-rat CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Sate of CALIFORNIA County Of RIVERSIDE Orl T/g/off before me, MICHAEL D. STONG DATE NAME.TITLE OF OFFICER.E.C..'JANE DOE.NOTARY PUBLIC' personally appeared ROSEMARY STANDLEY , NAMES)OF SICNER(S) G� personalty 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 within instrument and ac- knowledged to me that he/she/they execrated the same in his/her/their authorized MICHAELD.STONG capacity(ies), and that by his/her/their COMM.#1466011 signature(s) on the instrument the persons}, NOTARY PUBLIC•CALIFORNIA or the entityupon behalf of which the RIVERSIDE COUNTY P M4 Comm Expims Jan.27,2w8� person(s) acted, executed the instrument. WITNESS my hand and official seal. IG 'RE OF NOTARY 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 ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY-IN-FACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIANlCONSERVATOR ❑ OTHER: DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S)OR ENTiTYPES) SIGNER(S)OTHER THAN NAMED ABOVE SO-1133 3194 01993 NATIONAL NOTARY ASSOCIATION•8236 Remmet Ave..P.O.Box 7184•Canoga Parts.CA 91309.7164 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No.5907 State of CALIFORNIA County of ORANGE On MAY 18, 2004 before me, JENNIFER DE IONGfl, NOTARY PUBLIC DATE NAME.THE OF OFF CER-E.G.,'AME DOE,NOTARY PUBLIC personally appeared MIcxAEL J. CARVER, PRESIDENT, R.J. NOBLE COMPANY t"E(s)OF SIGNERS) personally known to me - OR El preved te Ffle en th& basis of satisfactory evidence to be the person) whose nameM is/-ete subscribed to the within instrument and ac- knowledged to me that h0sheAhey executed JENMFERDEIONGN the same in his/frerfthetr authorized NOTARY PUBUC-CAUFORNIA 4 COMMISSION 0 1448237 � capacity(ies), and - that by his/heritheif ORANGE COMM My Comm Em October 28,M signature"N on the instrument the personN, or the entity upon behalf of which the personN acted, executed the instrument. WITNESS my h d and official seal. U P VIN IGNATURE OVNdfARY OPTIONAL Though the data below is not required by law,It may prove valuable to persons retying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT VLEM ❑ PARTNER(S) ❑ l.imrmD ❑ GENERAL ❑ ATTORNEY-IN-FACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARD"CONSERVATOR ❑ OTHER: DATE OF DOCUMENT SIGNER tS REPRESEfST NG: UWE OF PERSONS)OR ENTr Y(MS) SIGNER(S)OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION•MW Remrnet Ave.,P.O.Box 7184•Canoga Park.CA 91309-7184 One Tower Square . Har�tord,CT 06783 Travelers IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On November 26, 2002,.President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act'). The Act establishes a short-term program under which the Federal Government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium. Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the Act. The Act further provides that the Federal Government will pay a share of such losses. Specifically,. the Federal Government will pay 90% of the amount of covered losses caused by certain acts of terrorism which is in excess of Travelers' statutorily established deductible for that year, The Act also caps the amount of terrorism-related losses for which the Federal Government or an insurer can be responsible at $100,000,000,000.00, provided that the insurer has met its deductible. Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in your overall premium, and is no more than one percent of your premium. TRAM I`S CASUALTY AND SURETY COMPANY OF 'MERICA VELERS CASUALTY AND SURETY COMPa� FARMINGTON CASUALTY COMPANY Iartford,Connecticut tlbt83-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF A:ti£RICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY CO«PANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Michael D. Stong, Shawn Blume,Susan C. Montcon, Rosemary Standley, of Rivcrside, California, their true and la%%Tul Attorncy(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknoirledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorncy(s)-in-Fact, pursuant to the authority herein given,arc hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies,which Resolutions arc now in full force and effect: VOTED. 7bat the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President, the Treasurer,any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorncys-in-Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and sea!with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,rccognizaace,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a ropy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer, any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and scaled with the Company's seal by a Secretary or Assistant Secretary,or(b)duly executed(under seal,if required)by one or more A:tomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates ofauthority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and seated by facsimile (mechanical or printed)under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF' AItiERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FAR.MINGTON CASUALTY COM ANY,which Resolution is now in full force and effect: ' VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice 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 ccrti[icate relating thereto appointing Resident Vice Presidents,Resident 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 in the future with respect to any bond or undertaking to which it is attached. (11.00 Standard) IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY.CO�.NIPANY have caused this instrument to be signed by their Senior Vice President and their corporate seals to be hereto affixed this loth day of February 2003. STATE OF CONNEC11CUT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA SS.I lartford TRAVELERS CASUALTY AND SURETY COMPANY FARINWNGTON CASUALTY COMPANY COUNTY OF I IARTFORD �F J"Ltr A�.O GA54� . HARTFCFQ s H�RTFOro. 0 19 E 2� D 6Y ".t Coma COMN e = C% r George W.Thompson Senior Vice President On this loth day of February,2003 before me personally came GEORGE W. THOMPSON to me known,irlto,being by me duly sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY C0.11PANY and FARNHNGTON CASUALTY CO,%IPANY, the corporations described in and which executed the above instrument; that hdslie knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals;and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thcrcoL .� My commission expires June 30, 2006 Notary Public Marie C.Tetreault CERTIFICATE 1, ilia undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AIIERICA, TRAVELERS CASUALTY AND SURETY CONIPANY and FAR.IIINGTON CASUALTY COMPANY,stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that ilia Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority,are now in force. Signed and Scaled at the Home Office of the Company,in the City of Hartford,State of Connecticut. Dated this /�df�J day of M0 ,200y. � tryr r4J"`T A&0 & r��5U4�r ° `''� s ►uATFOR9. � � t 9 l I o B y Kod M.Johanson 1 ,��•*� �`�f "tease o- +"+� Assistant Secretary, Bond •.j,"j& CITY OF HUNTINGTON BEACH 2000 MAIN STREET CALIFORNIA 92648 OFFICE OF THE CITY CLERK June 4, 2004 R. J. Noble Company 15505 E. Lincoln Avenue Orange, CA 92865 ATTN: Mr. Michael Carver Re: Street Rehabilitation Improvements—CC-1153, CC-1155 &CC-1156 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 Declaration of Satisfaction of Claims and a Certificate of Compliance 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 536-5432. Sincerely, ,9�- Jirej Joan L. Flynn City Clerk JF:pe cc: Robert F. Beardsley, Public Works Director Enclosures: Copy of Contract including Proposal Copies of insurance/bonds Declaration of Satisfaction Certificate of Compliance Bid Bond (original) g:followup%cashconMwhcon-letter.doc (Telephone:714536-5227) City of Huntington Beacli Department of Public Works 2000 Main Street/P.O. Box 190 Huntington Beach, CA 92648 Subject: Certification of Compliance with Title Vil of the Civil Rights Act and Equal Employment Opportunity Act of 1972 I Gentlemen: The undersigned, contractor on: Project No. Title hereby certifies that all laborers, mechanics, apprentices, trainees, watchmen and guards employed by him or by any subcontractor performing work under the contract on the project have been paid wages at rates not less than those required by the contract provisions, and that the work performed by each such laborer, mechanic, apprentice or trainee conformed to the classifications set forth in the contract or training program provisions applicable to the wage rate paid. (Signature and Title) APPROVED AS TO FORM VSarah GRATH,Cit.Attoraey /rney 12 / g:followup\cashcont\cashcon 1.doc procedure#14 1V DECLARATION OF SATISFACTION OF CLAIMS I, , state: (Name of Contractor) 1. 1 am the general contractor for the City of Huntington Beach, as to the project more fully described in the public works contract entitled: i and dated 2. All workers and persons employed, all firms supplying materials, and all subcontractors for the above-mentioned project have been paid in full. 3. The following are either 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: (if none, state"NONE") I declare under penalty of perjury that the foregoing is true and correct. Executed at on this day of 120 . (Location) (Signature of Contractor) APPROVWAg TO FORM .7EIVIFER M.GRATH,CkAttm w g:followup\cashcont\cashcon2.doc arsb Sutton Z f�Jb 3 procedure#15 ePutY City Aftmey F• �4 J. 6 CITY OF HUNTINGTON BEACH 2000 Main Street P . O . Box 190 Huntington Beach , CA 92648 LETTER OF TRANSMITTAL Fax (714) 374-1573 Attention: Connie Brockway Date: March 18.2004 To: City Clerk's Office Project/C.C.No.: C.C.No. 1153, 1155& 1156 2000 Main Street Regarding Wavnolia St..Hamilton Ave.& Yorktown Ave. Huntington Beach, CA 92648 Rehabilitation Improvements(respectively) ❑ We are sending you: ❑ By Mail ❑ By Fax Mail(Number of pages including this sheet:) ® We are hand delivering: ❑ Attached ❑ Under a separate cover via the following items: ❑ Shop drawings ❑ Prints ❑ Plans ❑ Samples ❑ Specifications ❑ Copy of letter ❑ Change Order ® Other: Notice Inviting Sealed Bids Rem# Copies Pa es Description 1 1 1 Notice Inviting Sealed Bids 2 (Magnolia St. CC-1153,Hamilton Ave. CC-1155& Yorktown Ave. CC-1156 3 4 5 These are transmitted as checked below: ❑ For approval ❑ Approved as submitted ❑ Resubmit copies for approval ® For your use ❑ Approved as noted ❑ Submit copies for distribution ® For your action ❑ Returned for corrections ❑ Return corrected prints ❑ For review/comment ❑ Other: Remarks: On June 16, 2003, the City Council authorized the advertisement of the Magnolia St., Hamilton Ave. & Yorktown Ave. Rehabilitation Improvement projects. Please find attached the Notice Inviting Sealed Bids for advertisement on 3/25/04, 4/1/04 & 4/8/04. The bid opening is scheduled for 4/13/04 @ 2:00 pm. Please contact me at 536-5590 with any questions you may have. c: file By: L i ,Civil Engineering Assistant GACONSMUCnoN COM AMS(CCS)\CC1153\CORRFSP\SEWND ADvErr=mx rr\NISB TRAmmrrALTO CIERx-2.00c e � Ci iY OF HUNTINGTON BEACH MEETING DATE: June 16, 2003 DEPARTMENT ID NUMBER:PW 03-034 Council/Agency Meeting Held: L e 3 Deferred/Continued to: proved O Conditionally Approved ❑Denied City Clerk's Signat Council Meeting Date: June 16, 2003 Department ID Number. PW 03-034 CITY OF HUNTINGTON BEACH REQUEST FOR ACTION _ SUBMITTED TO: HONORABLE MAYOR AND CITY COUNCIL MEMBERS _. SUBMITTED BY: RAY SILVER, City Administrator sed ' REPARED BY: ROBERT F. BEARDSLEY, Director of Public Works SUBJECT: AUTHORIZE ADVERTISEMENT OF ARTERIAL HIGHWAY REHABILITATION PROJECTS; CC-1150 TO CC-1166, CC-1158 & CC-1159 Stow""of Now,Fundlnp Soutoo,1%m mnnndod Acftn.AlbmWw Actlon(s),An*sN.Environms m Stalin,Mwhmont(s) Statement of Issue: Plans and specifications are complete for the following nine (9) Arterial Highway Rehabilitation Projects, and permission to advertise the projects is requested: •Warner Avenue CC-1150 • Hamilton Avenue CC-1155 Q�nloe� • Springdale Street CC-1151 •Yorktown Avenue CC-1156 eK • McFadden Avenue CC-1152 • Graham Street CC-115 q4 a,b _, P o Magnolia Street CC-1153 01 •Warner Avenue CC-115 v reef CC-1154 ��� Fundina Source: A combination of Federal Arterial Highway Rehabilitation Program (AHRP) Grant and Gas Tax Funds will be used. The following breakdown identifies the allocation of funding: Gas Tax $1,448,976 Federal AHRP Grant $1,333,211 Total Project Construction Funding $2,782,187 Project funds in the full amount are budgeted in the Gas Tax, Arterial Rehabilitation, Street Improvements Account No. 20790008.82300. R„gcomnended Action: Motion to: Approve the project plans and specifications and authorize the Director of Public Works to request bids for the Arterial Highway Rehabilitation Projects, CC-1150 to CC-1156, CC-1158 &CC-1159. GAR C A1201=13.034 June 16 Lee(OCTA-AH".doc -2- 5/29/2003 8:11 AM/ / REQUEST FOR ACTION MEETING DATE: June 16, 2003 DEPARTMENT ID NUMBER:PW 03-034 Alternative Action(s): Deny approval of the arterial highway rehabilitation projects and forego the rehabilitation projects and their respective awarded federal funds. Analysis: In 2000, the Public Works Department applied for funding under the Orange County Transportation Authority's (OCTA) Arterial Highway Rehabilitation Program for various street rehabilitation projects. As a result of the applications, the City was awarded funding for fourteen street rehabilitation projects over three fiscal years. The remaining nine streets were awarded funding for Fiscal Year 2002-2003, which are as follows: Street Project# Limits Award City Match 1. Warner CC-1150 Bolsa Chica to Sims $ 82,973 $ 132,849 2. Springdale CC-1151 McFadden to Edinger 230,781 65,270 3. McFadden CC-1152 Goldenwest to 1-405/City Limit 98,947 182,862 4. Magnolia CC-1153 Atlanta to Indianapolis 117,107 183,651 5. Gothard CC-1154 Ellis to Heil 190,923 461,419 6. Hamilton CC-1155 Bushard to Santa Ana River 89,227 119,699 7. Yorktown CC-1156 Bushard to Brookhurst 66,199 128,525 8. Graham CC-1158 Warner to Heil 57,054 95,911 9. Warner CC-1159 Graham to Springdale $400,000 78,790 Total $1,333,211 $1,448,976 Rehabilitation of the roadways generally includes pavement crack sealing, grinding, selective pavement reconstruction and asphalt overlay. The project also includes new curb access ramps, curb, gutter, sidewalk, signs and striping and traffic detection loops, as well as the adjustment of valves and manholes to the new surface. Pavement rehabilitation work of this nature will increase the life of the arterial streets by approximately ten years. The awarded amount is reimbursable to the City for construction and engineering costs. The estimated cost for all nine projects is $2,782,187. The project will be advertised after Caltrans approves the plans, specifications and estimate. Approval is anticipated within the next 60 days. Public Works Commission: The Public Works Commission reviewed and approved this project on May 21, 2003, by a vote of 5-0-2 (Commissioners Gartland & Johnson absent). Environmental Status: These projects are Categorically Exempt pursuant to the California Environmental Quality Act, Section 15301 (C). Attachment(s): NumberCity Clerk's Page . Description 1. Location Map RCA Author: DSL:jm G:\R C A\2003\03-034 June 16 Lee(OCTA-AHRP).doc -3- 5/29/2003 8:11 AM NOTICE MIMING SEM 805 for CC-I 153, CC-11SS i CC-11S6 PROOF OF PUBLICATION otice hereby given thaNt sealed bids will be received by the,City of Huntington Beach at the office of the City Clerk at City Hall, 2000 Main STATE OF CALIFORNIA) Street, Huntington) Beach, CA 92648, until the hour of 2:00 PM on S S• April 13, 2004; at which time bids will be, County of Orange ) opened publicly and read aloud in the Council Chambers for the' MAGNOLIA ST: CC-i 1153,HAMILTON AVE., I am a Citizen of the United States and a cc-IISS JL YORK-; TOWN AVE. CC-1156: resident of the County aforesaid I am REHABILITATION :Ith / PROVEMENTS in the, over the age of eighteen years, and not a I BC It each.of Huntington A set of plans, speci- party to or interested in the below fications, and contract documents may be entitled matter. I am a principal clerk of obtained starting March 25, 2004 at City Hall, the HUNTINGTON BEACH INDEPENDENT, a Department of Puklic Works upon receipt of a er of general circulation printed no5.00, sales tax in- n-refundable fee of newspaper 4 and pu lished in the City of Huntington eluded, picked up or565.00 if mailed. Beach, County of Orange State of Each bid shall be made , �on the Proposal Form in the conact California, and that attached Notice is a d cu�ments,and shallll be accompanied by a eer-t true and complete copy as was printed tified or cashier's check; or a bid bond for not and published in the Huntington Beach less than of the; amount of thhee b bid,made payable to the city and Fountain Valley issues of said Huntington Beach. The- , newspaper to wit the issue of performance of th s) of: Contractor shire work, r the and improvements,1 conform to the Labor Code of the State of March 25 2004 California and other; / Laws of the State of. California applicable' April 1, 2004 thereto, with the ex-. caption only of such at may be April 8, 2004 required ns tunder- the special statutes pursu-' ant to which proceedings hereunder are taken and I declare, under penalty of perjury that ,which have not been isuperseded by the / provisions of the Labor, Code. Preference to the foregoing is true and correct. labor shall be given only in the manner provided by law. No bid shall be Con- sidered unless it is made' Executed on April 8 th 2004 a form furnished by , the City of Huntington Beach, Deartment of at Costa Mesa, California. Pubic Works, and is made in accordance with the provisions of the proposal requirements. Each bidder must be licensed and also prequalified as required by law. i The City Council of the City of Huntington Beach reserves the right to reject any or all bids. By order of the City Signature Council of the City of Huntington Beach, Cali- fornia the 16th of June 2003. Connie Brockway City Clerk of the City of Huntington Beach 2000 Main Street. (714) 536-5431 Published Huntington. Beach Independent March 25, April 1, 8, 2004 034-359 V V CITY OF HUNTINGTON BEACH MAGNOLIA ST., CC-1153, HAMILTON AVE., CC-1155 & YORKTOWN AVE., CC-1156 REHABILITATION BID DATE: APRIL 13, 2004 TIME: 2:00 PM ENGINEER'S ESTIMATE: $704,408 BID LIST No-1 BIDDER'S NAME RANK TOTAL BID AMOUNT 1 All American Asphalt 2 $735,657.02 2 Alliance Street Works 4 $755,205.00 3 Chrisp Company 4 Elite Bobcat Service Inc. 5 $765,079.40 5 Excel Paving Co. 6 $779,991.40 6 H. Roberts Construction Inc. 7 LA Signal 8 Moore Electrical 9 Orion Contracting Inc. 7 $846,014.69 10 Pavement Recycling Systems 11 R.J. Noble 1 $707,429.60 12 Ruiz Engineering Company 13 Sequel Contractors Inc. 3 $738,043.80 14 Shawnan 15 Silvia Construction Inc. 16 Sterndahl Enterprises 17 TNF Architectural Signage Inc. 18 19 20 21 22 23 24 file: Bid List CC-1153-1155-1156.xis CITY OF HUNTINGTON BEACH MAGNOLIA ST. CC-1153, HAMILTON AVE. CC-1155 & YORKTOWN AVE. CC-1156 REHABILITATION BID DATE: APRIL 13, 2004 TIME: 2:00 PM ENGINEER'S ESTIMATE: $704,408 (Magnolia St.: $300,758, Hamilton Ave.: $208,926 & Yorktown Ave.: $194,724) FINAL BID RESULTS Magnolia St., Hamilton Ave., Yorktown Ave., TOTAL BID No. BIDDER'S NAME CC-1153 CC-1155 CC-1156 AMOUNT 1 R.J. Noble $297,989.80 $205,092.70 $204,347.10 $707,429.60 2 All American Asphalt $316,850.24 $211,684.95 $207,121.83 $735,657.02 3 Isequel Contractors Inc. $317,281.40 $214,357.30 $206,405.10 $738,043.80 4 Orion Contracting Inc. $300,107.80 $225,694.00 $223,401.60 $749,203.40 5 Alliance Street Works $313,441.80 $227,911.00 $213,853.00 $755,205.80 6 Elite Bobcat Service Inc. $331,534.80 $219,610.00 $213,934.60 $765,079.40 7 Excel Paving Co. $330,145.62 $226,134.20 $223,711.58 $779,991.40 file: Bid List CC-1153-1155-1156.xis CITY OF HUNTINGTON BEACH MAGNOLIA ST., CC-1153, HAMILTON AVE., CC-1155 & YORKTOWN AVE., CC-1156 REHABILITATION BID DATE: APRIL 13, 2004 TIME: 2:00 PM ENGINEER'S ESTIMATE: $704,408 (Magnolia St.: $300,758, Hamilton Ave.: $208,926 & Yorktown Ave.: $194,724) FINAL BID RESULT ANALYSIS No. BIDDER'S NAME Magnolia St., Hamilton Ave., Yorktown Ave., TOTAL BID BID AMOUNT CORRECTED CC-1153 CC-1155 CC-1156 AMOUNT SUBMITTED DIFFERENCE 1 R.J. Noble $297,989.80 $205,092.70 $204,347.10 $707,429.60 $707,429.60 $0.00 2 All American Asphalt $316,850.24 $211,684.95 $207,121.83 $735,657.02 $735,657.02 $0.00 3 Sequel Contractors Inc. $317,281.40 $214,357.30 $206,405.10 $738,043.80 $738,043.80 $0.00 4 Orion Contracting Inc. $300,107.80 $225,694.00 $223,401.60 $749,203.40 $846,014.69 -$96,811.29 5 Alliance Street Works $313,441.80 $227,911.00 $213,853.00 $755,205.80 $755,205.00 $0.80 6 Elite Bobcat Service Inc. $331,534.80 $219,610.00 $213,934.60 $765,079.40 $765,079.40 $0.00 7 Excel Paving Co. $330,145.62 $226,134.20 $223,711.58 $779,991.40 $779,991.40 $0.00 file:Bid List CC-1153-1155-1156.xls NOTI IIVIIAIO SF M �S53, C 6i«-»S6 H UNTINGTON B EACH. Notice is hereby given that sealed bids will be received by the City of Huntington Beach at the office of the City Clerk INDEPLE-JNDENT at City Hall, 2000 Main Street, Huntington Beach, CA 92648, until the hour of 2-00 PM on April 13, 2004, at which time bids will be opened publicly and read aloud in the Council Chambers for the MAGNOLIA ST. CC- C-I S S A,ON AVE. CC- 155 YORK- TOWN AVE. CC-1156 Client Reference # REHABILITATION IRI- PROVEMENTS in the _ City of Huntington Beach. Huntington Beach Independent Reference #, A set of plans, speci- P — fications, and contract documents may be obtained starting March 25, 2004 at City Hall, Department of Public Works upon receipt of a non-refundable fee of 45.00, sales tax in. cluded, if picked up or$65.00 if mailed. Each bid shall be made on the Proposal Form provided in the contract documents,and shall be accompanied by a cer- tified or cashier's check'ear advertiser. or a bid bond for not less than 10% of the amount of the bid,made payable to the City of Huntington Beach. The Contractor shall, in the performance of the work nclose_d is a clipping of your ad from e First publication, beginning on and improvements, conform to the Labor 3 Z S` and expiring on / Code of the State of Ca ifornia and other Laws of the State of' California applicable thereto, with the ex- you need to make any changes or corrections, please call me at your caption only of such variations that may be Irliest convenience. required under the special statutes pursu. ant to which proceedings hereunder are taken and 2/V{� f which have not been he cost of this ad is superseded by the Provisions of the Labor Code. Preference to labor hmannerbe giprovided hanks for your cooperation and patronage. by law. No bid shall be con- sidered unless it is made on a form furnished by the City of Huntington Beach, Department of;ineerely Public Works, and is made in accordance with the prove of the .0?- nits , + be DSO lIiichael Sletten Legal Advertising 18682 Beach Blvd.,Ste.160,Huntington Beach,California 92646 ` (714)965-3030 Fax(714)965-7174 A Publication of Times Community News •A Division of the 1Tos Angeles(Mimes I NOWE 1NW316 SUB- fNDS for CC-11A ((-1155 i C-1156 PROOF OF PUBLICATION Notice hereby given that sealed bids will-be received by the City of Huntington Beach at the office of the City Clerk STATE OF CALIFORNIA) at City Hall, 2000 Main Street, Huntington Beach, CA 92648, until the hour of 2:00 PM on SS. April 13, 2004, at which time bids will be County of Orange ) opened publicly and read aloud in the Council Chambers for the MAGNOLIA ST. CC- 1153,HAMILTON AVE. I am a Citizen of the United States and a «-1155 & YORK- TOWN AVE. CC-1156 resident of the County /aforesaid• I am REHABILITATION '1the PROVEMENTS in the over,the age of eighteen years, and not a BCit each.., Huntington A set party to or interested in the below fi atons�ianldncontraet entitled matter. I am a principal clerk of documents may be. obtained starting March 25, 2004 at City Hall, the HUNTINGTON BEACH INDEPENDENT, a Department 'of Public Works upon receipt of a newspaper of general circulation printed non-refundable fee of / 45.00, sales tax in- and published in the City of Huntington crude., if picked up or$65.00 if mailed. Beach County of Orange, State of Each bid shall be made / on the Proposal Form roded in the contract California, and that attached Notice' is a documents,and shall be true and complete copy as was printed accompanied by a cer- tified or cashier's check or a bid bond for not and published in the Huntington Beach less than amount of the he b of the bid,made and Fountain Valley issues of said I payable to the city of +I Huntington Beach. They newspaper to wit the issue(s) of: Contractor shall, work, � t performance of the work i and improvements,) conform to the Labor Code of the State of March 25 2004 California and other Laws of the State of April 1, 2004 California applicable thereto, with the ex- ception only of such) A r i l 8 2 0 0 4 variations that may be p i required under the special statutes pursu- ant to which proceedings hereunder are taken and which have not. been I declare, under penalty of perjury, that superseded by' the provisions of the Labor Code: Preference to the foregoing is true and correct. labor shall be given only in the manner provided bylaw: No bid shall be con- sidered unless it is made Executed on April 8 7 2004 Ion a form furnished byl the City of Huntington at Costa Mesa, California. Beach, Department Public Works, and is isi made in accordance with the provisions of thef proposal requirements. Each bidder must bel licensed and also) prequalified'as required) by law. The City Council of the I City of Huntington Beach) (reserves the rig reject to� reject any or all bids. By-order of the-City Signature Council of the City of Huntington Beach, Call- the 16th of June �2003. Connie Brockway City Clerk of the City ofi Huntington Beach 2000 Main Street. (714) 536-5431 Published Huntington, Beach Independent March 25, April 1, 8, 2004 034-359