Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
UNSUCCESSFUL BIDS - CC-1214 - 2005-01-01
�, CITY OF HUNTINGTON BEACH 2000 MAIN STREET CALIFORNIA 92648 OFFICE OF THE CITY CLERK JOAN L. FLYNN CITY CLERK Q y ^)TE 43 Enclosed please find your original bid bond issued by F/A42.V7y ' 5 S/T CA for /Z)y Joan L. Flynn City Clerk JF:pe Enclosure g::fo:lo%eup'cashcont:ctu•.tbSdbond.doc (Telephone:7 1 4.536.5227 ..`v.�'xat��t-titti7`ti'C��'w.=•T''�:?'�'��� :;jj'.::�•.fc:..'"��=i' ;4_+ypfy.''�:e'�•i'"'F-•f• :'�s`.�i -W-:a:r'y��•. _ - _p ��`+L' ��'�:._�' ter. .: .P:s^ _ ��„ �.i. .4.- ..;� "-k:.'^.s K•r':� �4. ;�"'enw.a ? '`k..' Pr _ - r-��'7� ,� �`;r�lt-.� ��s,�*. _ s ;:i�„` : "s-•,_` !,5;i.:'..:�- ti� xC�? yr. .+;:�r� 'St'[•,-�e�• A+.� .�!�y�,h��_ ` •C •�••• x, :w�- �`:,;:y�',`al.;;' s}:4^- . �'- ,� ;..'.•_'•v��i��'¢a.'5,�%r��;'r�$�:w�:r���'�'wfi-�.� `'.� ot2s. �c�3:�,%!. ;�i; � � •-a MIRE IRLCNgSOHS,INC. , �Er='r� -Y - s�� 9316 ngerm Street � ; :;'�� 4-� :, ,� :,: �.. h�h' ; •.,,� F- y - _ South El Monte,CA 91733 �.f: �(gF ; .' :-.�-- - '�.,'. =•Y 'Igg�i- '[•�'i `?k� __ `: t Y,^��S,i��.fr�F�,c��;r'Fe��'•�x'S#. �: r .�" •v"' ' !`si'C�t^ - :i'=S'i Ali••-: :..• w �•iF 3�R: �' ` ",,. Tic^�� r•�� _�.. - _ To: CITY OF HUNTINGTON BEACH �, 3•-� _ .��. :M-:�1 � DEPARTMENT OF PUBLIC' NVORKS 7\,l� ;\S nn 1� �{ ;. .� sC+'a'e• tii' e`ilsl Street _ "ti37 }S,,;s. � d"•'��wSn#.. - ` .wx.' d ', !. � ,�•�;�iF"-`;i"K' ,Jyjn--i i '� �• :� Huntinuton Beach. CA 92648 'h:�`����.:� y . .' ��*;ir - ...- . .•rw .-'�RE.. _- ..-•^ .,'.s::...ti:w.�:";d,r:r.:4:3s`:ti,-[,-sue_ . . �'r�^- �•x•_^�:-c:_?tr�L���'r'S%w��_lR- .._- �r'.�'•. ;a:-'stir " " .4w.r Y ALABANIA STREET STORM DRAIN I N1PR0VE_N-1F •I•S HUM- 1 JOL LET AVENUI'TO OLIVE AVENUE ',09:27/2004 06:30 8163485472 L A XCESS PAGE 01/01 FidelityDepositand POST OFFICE BORIC 1227 OFMARYLAND BAL1TMORE MD 21243-1227 BID BOND Bid Dar;October J.IDtH KNOW ALL MEN BY THESE PRESENTS: That we,Mike Prllth&Sons.Inc..9316 KUy1Reaman Avenue,South EI Monte.CA_91733 as Principal,(hereinafter called the "Principal'), and the FIDELITY AND DEPOSIT C12MPAn OF M YLAND- P-O. Box 1227, Baltimore, Maryland Z1203. 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 H"tineton Bea,Sh. 2000 Main Street. Huatinztori Beach.CA 92646 Obligee(hereinafter called the"Obligee"),in the sure of Ten Percent Of Total Amount RW DoDollars 1 % for the payment of which sure 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. WHIEREAS,the Principal has subrrti.tted a bid for Alabama St.Storm Drain Improvements Joliet Ave-to Olive Ave. NOW, THEREFORE, if the ObUgcc 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 f 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 eater into such contract and give such bond or bonds, if the Principal shall pay to the Obligec 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 pasty to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect. Signed and sealed this 23nd day of_ Sevternber A.D-,2QQ4 Mike Pylich&So ----------- -------------------------------witness Principal Michael A.FrUch,Fresidgl*t • Title FIDELITY AND DEPOSIT COMPANY OF AR AND C.Michael Hculey,ItWrney in Fact Ulsf-soM.7-12 13074 GArm,to Mxrinn fostitute of Ardktm Dowers 0•l10 ["NJ lets felons 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 PAUL C.ROGERS,Vice President,and T.E. SMITH,Assistant Secretary,in pursuance of authority granted by Article Vl, Section 2, of the By-Laws of said Company,w set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof d s t4 nate,constitute and appoint C.Michael HENLEY,of Canoga Park,California, its true a e A n-Fact,to make, execute,seal and deliver,for, and on its behalf as surety,and a d undertakings,and the execution of such bonds or undertakings in purs o ent g upon said Company, as fully and amply,to all intents and purposes,a e IM wledged by the regularly elected officers W of the Company at its office in ., ni ' ns. This power of attorney revokes that issued on behalf of C.Michae01 an The said Assistant o 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 W 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 15th day of April, A.D. 2003. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND '�0 pflf vps�. 0 4 Y.a lY By: Y T. E. Smith Assistant Secretary Paul C. Rogers Vice President State of Maryland 1 ss: City of Baltimore f On this 15th day of April, A.D. 2003, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PALL C. ROGERS. Vice President, and T. E. SMITH, 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. Sandra Lynn:Mooney Notary Public My Commission Expires: January 1,2004 POA-F 012-4874 P EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article Vl, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I,the undersigned,Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the I Oth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seal of the said Company, this day of Assistant Secretary ' 4 r r 3F 1 1 �F v/ 11 Y Y State of California County of Los Angeles i On, I-Z-3—UL before me, Veronica Lynn Sognallan, Notary Public, personally appeared C.Michael Henley who proved to me on the _ basis of satisfactory evidence to be the person whose name is subscribed F' to the within instrument and acknowledged to me that he executed the some 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. I Veronica L So alian Notary Public A� �Y- �ri Jun YrRaNIr.AL iNis+oclua.uw commlwlon#R 129ma : Notary Public-CaI&Mla l..aa Angelae County ' t'.#yComm.EV!m9 MW22,2005 R N f, i Y.1 ti State of California County of Los Angeles pn 1 (3' 1 � , 2004 , before me, Gregg Arden Alfvegren, Notary Public personally appeared, Michael A. PrUch personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the sme in his authorized capacity, and that by his signature on the instrument the person or ttie entity upon behalf of which the person acted, executed the instrument. NvITNESS my hand and official seal. Ore*�6pAlfvegren, Notary Public GREGG ZDEN ALFVEGREN COMMIUion# 1492817 si Notary Kok•CaMmuo Los�4 OWN County MY Comm.Exp6ee Mpy 3�.2008 09/24/2004 15:01 71437-11573 CH13 ENG PAGE 01/30 FAX COVER SHEET '6 CITY OF HUNTINGTON BEACH Public Works Department 2000 Main Street P.O. Box 190 Huntington Beach, CA 92649 FAX(714)374-1573 ` ANA TO- DATE: September 24,2004 COMPANY. Mike Priich Sons FAX NO: (626)350-3195 NUMBER OF PAGES INCLUDING COVER SHEET: 30 FROM: Doug Erdman,Associate Civil Engineer PROJECT NAME:ALABAMA STREET STORM DRAIN IMPROVEMENTS PROJECT NUMBER-CC 1214 PLEASE NOTIFY ME 1MMFT)IATELY AT(714)536-5259 TF ALL PAGES ARE NOT RECEIVED PROPERLY. ADDENDUM NUMBER ONE For ALABAMA STREET STORM DRAIN IMPROVEMENTS CC 1214 CONTACT.PERSO`; Doug Erdman, Associate Civil Engineer/Project.Manager,(714)374-1735 I y t 4addednu n fax 1 i39/24i�aa4 15;01 7143741573 ChH ErIG PAGE 02/30 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 636-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For ALABAMA STREET STORM DRAIN IMPROVEMENTS, CC 1214 September 24, 2004 Notice To All Bidders: Please note the following revision to the Project Plans. Specifications, and 'Technical Provisions; Revised Title Sheet with rebid due state as October 12,2004 Section A with revised Bid Opening date, EPA required MBEANBE"Fair Share"Goals Addition of Water-tight Joint specification for HOPE Pipe Updated federal wage rates This modification does not change the Engineer's Estimate for this project. This is to acknowledge receipt and review of Addendum Number one,aatedplembe,14, 2004 _ MIKE P_RLICH AND SONS INC. Company Name By MICHAEL A. PRLICH PRESIDENT Date Al' bidders must acknowledge the receipt of this Addendum with your bid proposal Should you have any questions regarding this Addendum, please call Douglas A. Erdman at(714) 374-1735. S S ' ter SECTION C PROPOSAL for the AL ABAMA STREET STORIM DRAIN IMPRO'k—T IENTS From JOLIET AVENUE TO OLIVE AVENUE CASH CONTRACT No. 1214 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 100 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 guaranry accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 r If a,.varded 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 propem? of the AGENCY and this bid and the acceptance hereof may, at the AGE'vTCTS option, be considered null and void. Accompanying this proposal of bid, find E>w n t3%,-0 in the amount of S j u d b 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 signifiT receipt of all Addenda here, if any: ' Addenda No. Date Received Bidder's Si narure 71- i S i� l C-2 PROJECT BID SCHEDULE Ce[n:. :Estimatedtem:Wit uniti:pr.�ce..:=:.:.: xtet, e ti. .::'. :Qtiuntity ::: :: ::: �itritten�n words. Ln'ri Price :Ambudt:':':: 1 1 Mobiiizat:on L.S. s .��,2'r-f- Fad a Th-tsa5,"a Dol;a:s g 4 o0b s W o6D Cents Per L.S. 2 l Tra:nc Control L.S. C. Dol.a-s S 00D 14— - N 06 --- Cents 7 o ad 7 u u z� "C-- Per L.S. 3 1 Slnoring&Bracing s L.S. @ ��So6T1 Mu dollars j N Cc-ts Per L.S. 4 216 Instaa 24"HDPE Storm Drain Laterals / a3,7Ga L.F. l)t"( V%-a n11,"t7 j`�t�a Dollars S I l o S -Nu Cents Per L.F. 3 3675 Install 42'HDPE Storm Drain Main L.F. is a�.3 y}� ,a�RR.lp tj'df bar;a-s S �]U g f{o ! 9L O 1J Cents Per L.F. 6 I Const.-Lct]unction.Structize,Type D EA. r Oti1-`c to'+Set,, D Dollars S I Dn0 g 000 Cants Per EA. 7 1 Construct Concrete Collar EA. @ T1*fL6'F— H V IIJ 04 f0 Dollars g 3oo g 300 Cents Per EA. 8 8 Construct Catca Basin&Local Depression. EA. @ E%V G TYM-'>SA.10 Dollars 04 S� f�r tiles - Cents 4f 0� �� M Per EA. 9 905 Remove&Replace Curb,Gurer&Sidewalk 1) L.E. @ �n 4 n -ift- Dollars $ `4 3 T s 3Q 1p 1.5 _ N Cents Per L.F. 14 1 Remove and Replace Existing Handicap Ramp EA. @ n aSN K> u Dollars Z5 C Cents Per EA. C-1s YitUJEc t lilll bUlILDULE Qsudamnatittey: rariwteit -u pwtfl.pt dr;s , ., unt xten.e : : : : rtniri : . Frice::::: A�riaunt.. 11 76 P:ofec:Replica Existing Utility Service Latera:s EA. n3'r Do:la-s S ^^ S -76 " N t- Cens Per EA. 12 2 Remcve Interfering Porions of 1 azze-Line,construct lnvered sichoa assern-biv EA. �l"x n titi$!1^+�Y] Dollars S 16boo 5 I Z 000 isd Cents IPer EA. 13 1 Remote Interfering Potions aEWate.L ne,construct Siphon assembly Ea. •Sr►-- Dollars s 7 7-0 b s 12,0 0 7ba o t-4 v a 1-.N(4 -D —N L' - Cents Per EA. 14 5 Remove and Relocate Interfering Portions of Sewer Line EA. .@_ r=P J'2 S-� Dollars S Li oC o $ ZO, 0111 1- U Cents Per EA. 15 2 Insta,AirA acuum Release per Ciry Standards EA. 0 v so." r L 6clT Dollars 5 -L$ oo S 5b I'll �o I�TC1 Cents Per EA. 16 108620 Slurry Seal,Type 1,full width of traveled way on A:abama St- I .ZOI b-3 S.F. @ ' N� Dollars S + 5 �11 l,TE rEf" Cents Per S.F. I7 I Repiace Ex-sting Pavement Striping per City S:anards LS r S 1 k TYM V I - ''D Dollars $ fp 0 0 0 S fo n 0 O tIIrLI Cents Per LS Project Signage(8'x 4')Verbage to be Bete.-pined at a later date 18 2 (Samples:n specifications) EA. @ --O-V-ICT tb Dollars S 0 S Z z.0 a Cents Per EA. Total Amount Bid in Figures: S o Total Amount Bid in Words: .....................................................................................•..................•... ........................................................................................................................................................... p C-%%L-L ,v 'ramL xf-.r—, -t (`zsva— T"6j o R"+J p.ag'o '1t't fLr-t _ f-,16�4�i C-2s 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 ; C?f worA- _Yuffiher R11-6 i i CA-9 Od .i By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds fuunished by subcontractor for this project. NONCOLLU SIO� AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of Orange MICHAEL A. PRUCH PRESIDENT- eing first duly, sworn, deposes and says that he or she is Of M IK,E RRLICH AN D SOMS I NC-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. MIKE PRUCH AND SONS INC• Name of Bidder Signature of Bidder MIKE PRUCH & SONS INC. 9316 KLINGERMAN ST. 90. EL MONTE, CA 91733 323-283-7852 FAX 626-350-3195 Address of Bid er Subscribed and s,kkom to before me this day of—OCA— , 200_q . NOTARY PUBLIC NOTARY SEAL State of California County of Los Angeles Ott 11 , 2004 , before me, Gregg Arden Alfvegren, Notary Public personally appeared, Michael A. Prlich 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. Gregg 1ATegren, Notary Public GREGG ARDEN ALFVEGREN Commission#► 1492817 Notary PubQC•COWW40 Los Angeles County My Comm.Expires May 31,2008 t UTILITY AGREEMENT HO1\OR-AME NIAYOR AND CITY COU:ti'CIL CITY OF HUNTINGTON BEACH, CALIFOR\I_A Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, kno,�Nn as the ALABAMA STREET STOR-W MAIN INIPROV-7EMENTS. (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 1700, 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. MIKE PRLICH AND SONS INC. Contractor By MICHAEL A. PRLICH PRESIDENT Title Date: 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 XNO If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-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 requires 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. MIKE PRLICH ANDSONSINC. Contractor By MICHAEL A. PRLICH PRESIDENT Title Date: C-7 TM 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 Sen-ice Alert at 1-800-422-41.33 a minimum of mo w-orking clays before scheduled excavation. Dig Alert Identification .Number: DIKE PRLICH AND SONS INC. Contractor �La— - By MICHAEL A. PRLICH PRESIDENT Title Date: Dote: 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 fi•oni the AGEATCY upon request. C-8. 7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder Name 9316 KLINGERMAN ST. 60. EL MONTE, CA 91733 323-283-7852 FAX 626-380-3198 LIC# 760474 A Business Address City, State Zip Telephone Number MIKE PRLICH & SONS INC. 9316 KLINGERMAN ST. SO. EL MONTE. CA 91733 32§-&j8�-7Fi52 cwX 826 9593T4S State Contractor's License No. and Class LiC# 760474 A --2, .-3f,- - 9 Original Date issued 3- 3b — o �J Expiration Date MICHAEL A. PRUGH The work site was inspected by PRESIDENT of our office on d Lk" , 200y The following are persons, firms, and corporations having a principal interest in this proposal: MICHAEL A. PALICH PRESIDENT C-4 t 7 ' The undersigned is prepared to satisA, 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. MIKE PRLICH AND SONS INC. Company Name Signature of Bidder MICHAEL A. PRLICH Printed or Typed Signature Subscribed and s kN-orn to before me this �1 day of , 200 NOTARY PUBLIC NOTARY SEAL Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past two years: 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 State of California County of Los Angeles On a — 2004 , before ine, Gregg Arden AINegren, Notary Public personally appeared, Michael A. PrUch 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. 7Gre4a �. r Iftegren, Notary Public GREGG ARDEN ALFVEGREN Gommltibn*1492817 T i 1rotGuy PulDlk-COMMIa l�Angeles county My Comm.E�hes May 31,2008 r BIDDER'S CERTIFICATION* HOLSD G AND URBAN DEVELOPMENT.ACT OF 1968 AS A_MIIENDED IN 199Z SECTION 3 TITLE 24, Code of Federal Regulations, Part 135* Economic Opportunities for Low and Very Low-Income Persons The bidder, under penalty of perjury, certifies that except as noted below, any person associated therewith in the capacity of owner. partner. director. officer, or manager (initial the applicable selections): Will ensure that 10% of all new hires as a result of this project shall meet all requirements of Section 3 of CFR Part 135 of the HUD Act of 1968; or Will hire no new employees in conjunction with this project. Will award 10% of its sub-contracts to Section 3 businesses. This certification shall apply to the prime contractor's sub-contracts related to this project. MIKE PRLICH AND SONS INC. Contractor: Contact Person: Contact Phone: PRESIDENT Signed: Date: *Note: The above certification is required by the Department of Housing and Urban Development (24 CFR 135 and Subtitle A et a6 and must be submitted by the bidders and proposed sub-contractors only in connection with contracts and subcontracts which are subject to Section 3 of the 1968 Housing and Urban Development Act, as amended in 1992 (HUD). Previous non-comliliance with Section 3 could result in dis ualification. _ ._...- G11 MIKE PRUCH AND SONS, INC. (Completed within the fast 3 years) ENTITY NAME PURPOSE OF CONTRACT TOTAL COST YEAR CONTACT PERSON City of Los Angeles raster Ave.Sewer Relief S 3,674,245.00 1999 Harry-Ba!aise 200 N.Spring Sr- 12 000 L-F.30"VCP (213)847-1 196 Los A igeles,CA 90012 City of Los Angeles Western.Ave.Stonn Drain S 1,394,701.50 2000 Robert Vega 200 N.Spring St. W.O.H400023 (322)342-1575 Los Atigeles,CA 90012 Los AilbeleS County Holmes-Willowbrook Relief S 956,192.00 2001 Mike Selna Sanitation District Sewer-Contract No.3782 (552)699-7411 1955 Workman Mill Rd. File No. 1.10.06-31 Whittier,CA 90601.1415 City of Pico Rivera Vestar Site Sewer 1n:provements S 224,000.00 2002 Michael Moore P.O.Box 1016 (562)801-4389 Pico Rivera,CA 90660 OrangC County Emergency Force plain Repair S2,000,000.00+ 2001 Sid Kirk San iation District Force Main Repair and Ocean (714)593.7342 10844 Ellis Ave. Siphon Repair,2000 L.F. P.O.Box 8127 Hobas Pipe Lining,Diversion Fountain Valley,CA Of Sewer Siphon under Santa Ana 92728-8127 River. City of Pico Rivera Sares-Regis Sewer Improvement S 235,294.88 200 Michael Moore 6615 C'assons Blvd. (562)801-4389 Pico Rivera,CA 90660 City of Rosemead Ralph Street and Olney Storrs S 483,321.61 2002CKRukavina 99838 C.Valley Blvd Drain 6 56 -2151 Rosemead,CA 91770 City of Los Angeles Emergency Sewer Repair S 204,444.46 2002 Rory:ShLLw200 N.Spring St. W.O.SATC000129 (2137 88f Los AngcleS,CA 90012 1 City of Los Angeles Garwood Place Emergency S 43,013.37 2002 Alfredo Magallenes 200 N.Spring St. Storm Drain-W.O.SZ81121 1 (213)847-4844 Los Angeles,CA 90012 Cily of Glendale San Fernando Road Sewer S 763,000.00 2002 Steve Walker 613 E.Broadway Capacity (318)548-2]40 Suite 120 Glendale,CA 91206 Orange County Abandonment of A'srbase Tnmk S 699,500.00 1002 Todd Haynes 10844 Lllis Are. (714)593-7304 P.O.Box 8127 Fountain Valley,CA 92728 City of Los Angeles Toluca Lakc-Moarpark Sturm S 221.769.00 2003 Tosn kilmer 200 N.Spring St. Drain...W.O.SZS11 198 (213)847-5170 Los Angeles,CA 90012 Vallecitos Water Land Owfall Manhole Rehabit. 5 122,156.00 2003 Chuck Reuck District (760)744-2738 201 Vallecitos De Ora San Marcos,CA 92069-1453 Orange County Los Alamitos Lateral S 16,156.84 2002 (:::(714) erry Krie Sanitation District 593-7348 10844 Ellis Ave. 11.0.Box 8 12 7 Fountain Valley,CA 92728-8127 City of Los Angeles Emergency Seiner Itepair S 289,435.00 2002 Rory Shaw ` 200 N.Spring Street Temporary Sewer between {213)847-8431 Los Angeles,CA the Pacific Coas!Hghuy and 90012 Via De Las Uns. W.O.SWC 00141 C;(y of Santa Monica Protect 014 $3,400,000.00 2003 Eagenia Chusid 1695 Main Street (310)458-8%95 Santa Monica,CA 90402-2200 City of Garden Grove Garden Grove Sewer S 344,731.00 2003 Mark Uphus 11222 Acacia Parkway Improvements (714)741-' 1 P.O.Box 3070 Proi.No.7800 Garden Grove,CA 94842 [LAID& CITY OF HUNTINGTON BEACH 2000 MAIN STREET CALIFORNIA 92648 OFFICE OF THE CITY CLERK JOAN L. FLYNN CITY CLERK To: TV4.,-L71d+� ). ado nl,4 G4 Enclosed please find your original bid bond issued by /u2/[ ,� l/y S771 --e 7-407c74 for eoanL. Flynn City Clerk ]F:pe Enclosure gltol!o%%up.lcazhcont!retumhfdboid-doc (Telephone:714-536-5227) Beador Construction Company.. Inc _ 26320 Lester Circle Corona, CA 92883 C'H' V r1 THE AMERICAN INSTITUTE OF ARCHITECTS 1 AIA Document A310 Bid Bond BOND#NIA KNOW ALL MEN BY THESE PRESENTS, that we BEADOR CONSTRUCTION COMPANY, INC. 26320 LESTER CIRCLE CORONA,CA 82883 (Here insert full name,and address or legal title of Contractor) as Principal, hereinafter called the Principal, and HARTFORD FIRE INSURANCE COMPANY ONE POINTE DRIVE BREA,CA 92822-2333 (Here insert full name,and address or legal title of Surely) a corporation duly organized under the laws of the State of CONNECTICUT as Surety, hereinafter called the Surety, are held and firmly hound unto CITY OF HUNTINGTON BEACH 2000 MAIN STREET HUNTINGTON BEACH,CA 92648 (Here insert full name,and address or legal title of Owner) as Obligee, hereinafter called the Obligee, in the sum of TEN AND 00/100 PERCENT------------------------------------------ Dollars { $ 10 % ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for ALABAMA STREET STORM DRAIN (Here insert full name,address and desi dplion of project) NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another patty to perform the Work covered by said bid then this obligation shall be null and void,otherwise to remain in full force and effect. Signed and sealed this 8th day of October 2004 B A O STRUCTIO COMPANY. INC nci al) (= (Witness) (Title} HARTFORD IREeZ NSURANCE COOPANY (S ety) (Sea!) (witness) (Title) YUNG T. M !_I , Attorney-in-Fact AIA DOCUMENT A310 BID BOND AIA a FEBRUARY 1970 ED THE AMERICAN INSTITUTE OF ARCHITECTS.1735 N.Y.AVE..N.W.WASHINGTON,D.C. 2006 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA ) COUNTY OF ORANGE } On before me, JENNIFER C. GIBONEY NAME OF NOTARY PUBLIC personally appeared, YUNG T. MULLICK 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 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. ENNI1rER C.GISONEY ri) COMM.#1470955 a WITNESS my hand and official seal. Ccemmy Navvy Public California ORANGE COUNTY Comn Expires February 17,20M C (SEAL) NOTARY PUBLIC SIGNATURE OPTIONAL INFORNIATION TITLE OR TYPE OF DOCUMENT DATE' OF DOCf;MEN—I' r V V■ UR OF ATTORNEY HA.RTFORD PLkZA HARTFOPD,C0t4i4aC'nGUT 051,S Hartford Fire Insurance Company Twin City Fire Insurance Company L i Hartford Casualty Insurance Company Hartford Insurance Cornpamy of Illinois F—� Hartford Accidenl and lndemni'y Company Hartford insurance Company of tf-e i : J Hanford l-ln erwrite�s lrsorancte Company Hartford Insurance Company o1 ,lTe cktLnheast KNOW ALL PERSONS BY THESE PRESENTS THAT the Hartford Fire Insurance Company, Hartford Accidenr and moon:f:1n;' Company and Hartford Undefwriiers Insurance Company,corporations duly organized under the laws of the State of Connecucul: Iliarrik-ac Insurance Company of Illinois, a corporation duly oT. anized under the laws of the Slate of Illinois; Hartford Casually Insurance Cumpam? Twin Ciry Fire Insurance Company and Hartford Insurance Company of the Midwest, corporations duly organized under Ine IFA-s Dt Ll.: Stave of Indiana; and Hartford Insurance Company of the 5outheasf, a corporation duly organized under the laws of the S a;e Of Floricia. having their home office in Hartford, Cronne'A1cu;, (hereinafof collecrjvely refermt is as the"Companies", d-o hesen m3lrlfC. appoint, up to the amount of urltmlted: James W. Moilanen, Yung T. Mullick, Jennifer C. Giboney, Frances Lefler of Laguna Hilts, CA 1,neir true and lawful Attomey(syin-Fact, each in their separate capacity if more than one is named above, to s)gn its name as surery(ies) only as delineated above by E, and to execute, seal and acknowledge any and all bonds, undertakings, eortracis and other wri:;er, instruments in the nature thereof, on behalf of the Companies In their buslness of guaranteeing the fidelity of persons, guaranteeing the perionnance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedi gs allowed by taw. In Wttna3s3 Whereof,and as authorized by a Resolution of the Board of Directors of the Companies on September ',an. 2000. the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto axed• duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the'Ccmaan es nerec; affirm arrm that they are and will be bound by any mechanical y applied signatures applied to tthis Power of Fttomey. to#� � 4 1 R`i �t 1�>t4 w ♦ S � x • S Ij f �•►IyYi Paul A.Bergemhoitz,Assistani Secretary John P.Hyland,Assistant Vi a Pres-ben' STATE OF CONNECTICUT ss. Hertford COUNTY OF HARTFORD On this 19'h day of September, 20OD, before me personally came John P.Hyland, to me known,wno being by are daily sworn,die!. depose and say'tha;he resides in the County of Hartford. Stale of Connecticut;that he is the Assistant Vice President of Vie Gcr�pamiEs. the corporations described in and which executed the above instrument; that he knows the sears of the said corpora ions: that tine se-ois affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boafcs of Dieemors or said- c.^.;n'rauons Bmd that he signed his name thereto by like authu-sity. • Jean i-.,.wazr.;a,: CERTt CATL t!a any PuL'liC r` My Gommiss:on Expires Jure sG.ICJ' 1, the undersigned,Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above an^:foredo: g is a i ue ar,a correct copy of the Power of Attorney executed by said Companies,which is still'ln full iome effective as cf OCTOBER 8, 2004 -'Signed and sealed at the City of Hartford. levy �y F ,�a,u,w�1; H►�ar i L 71 `Y 7 9 f\\3 r ' 1� Cot;een Maslrcianni,�s :,?a:,t':S s Pr•2si ^I SECTION C PROPOSAL for the ALABA.MA STREET STORtiI DRAIN IMPROVEMENTS From JOLIET AVENUE TO OLIVE AVENUE CASH CONTRACT No. 1214 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 Mork within 100 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 aw-ard; BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the Contract. the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER,the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find BI D B )#JD u3 the amount of which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond", as the case may be). Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received I A. k I Bidder's Signature G-2 o4 i c-z � PROJECT BID SCHEDULE tern :. stlmate .: :. .:: tem.wit :unitprice. :::::.:. xten ad:. No.... uai�an written in words :: 'nit Pricer: :: :: mount 1 1 Mobtliza:ion FIF L.S. 2 'tir ua" Dollars S 110,060 96 Cents Per L.S. 2 1 TramicContro! Dora..5 s5 S9.6o S5115710 Cents Per L.S. 3 1 S tGri.g d Bracing L.S. ,a: Dol:ws $ 50oD s OL) Curs PCr L.S. 4 216 1.-s:all?�'H�D`PE Storm Drair.Latera:s L.F. ti (1/UL�Q - _ - Dollars r .D Cents Per L.F. 5 367-5 1.sta1142"RDA Storm Draiin.Nfta-it.L.F. Dollars S // 150 r S5Sl,zS0 Cents Per L.F. 6 13 Constrict Jcnc:ior.Structure,,T�ype/DfjvA'?-rAni'-na;;�7 /�j EA. �C�[/( Dollars $ 1250 Cents Per Era. 7 1 Construct Concrete Collar EA. $ 15607 S / 0 Cuts Per EA. 8 8 Cons:uct Catch Basir.&Local De cession EA. r Dollars S 4'aSO SJW Cents Per EA. 9 905 Retnore&Replace Curb,Gutter&Sidewalk L.F. Dollars S 7,5 47875 Cents Per L.F. 61 10 1 Retrove and Repiace Existing Handicap Ramp _ EA. A.4V6tZ4 IMDollars $ 7500 $750 0 Cents Pe: EA. PROJECT BID SCHEDULE tem::: 111 5t� JCe. tem wtt uRiC:.vice::: tended' No. :: Quaeaty: ::: written in voids tinirTri Arnourit 11 76 Protec,;'Reo:ace Existing Uiihty Service Laterals q EA. Dollars S S O �66Q 626 Cenu Per EA. 12 2 Remove Interfering Porions of Water Live,construct Inverted siphon assembly EA. CYI f�"U/•K3. Dollars S o�4660 SgODO0 Cents Per EA. 13 1 Remove InterferingPortions f Water Une,constru::Siphon assembly EA. '-'D Doilan S OZM6~ S X560 Cer.:s Per EA. Cl 14 5 Remove and Re!oca: nce enn.&Portions of Sewer Line �n e� EA. (a? vL�U Dollars S 5,Z6 $Z7506 Cents Per EA. 15 2 Instal!Air/Vacuum Release per City Standards EA. �u Doi:ars S laooa- SX606 Cents Per EA. 16 108620 Slurry Seal,Type:,full wtic:a of trave'.ed way on Alabama St. S.F. @ Do:la:s $ • !7 s6465.40 Cents Per S.F. 17 1 Replace Existing P,aven cn t iping per Ciy St .ards LS + U V/ ' ^.^ Dollars S 7�6� _ S 706 6 Cents Per LS Project Signage(8'r 4')Verbage to be de:ennned a:a later date 18 2 (Samples in Specifica.' ns) r EA. /.t1`f5 Dollars Cents Per EA. Total Amount Sid in Figures: $ 1 195, 7 Total Amolu�t Bid in Words: -�Yt ....... ... .: .........ILLb C-2s / LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor. Portion Name and Address of Subcontractor State License Class o Work a'Vumber i I By submission of this proposal,the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of Orange AVl A A - BEA DO(Z . bein first duly sworn, deposes and says that heir-she is F'S 1 1)Z IQ I of MA DOR (6 STRVM0k3 COthe party malting the foregoing bid that the bid is not made in the interest of. or on the behalf of any undisclosed person, partnership; company, association, organization. or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded. conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof. or the contents thereof.or divulged information or data relative thereto. or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. DEUID Name of 31irmer Signs e o Bidder 2r �52o L- �'ST� f� C112CL-IF CQe DK) A , CA Address of Bidder Subscribed and sworn to before me this 2TN day of OCT 200-4 JUDITH L.BEADOR COmmission# 1396781 r e Notary Public-Catilomia Orange County r / My Comm.Expires Jan 28,2007 NOTARY PUBLI NOTARY SEAL C.a UTILITY AGREEMENT HONOR4BLE KAYOR AND CITY COUNCIL CITY OF HLNTIIIIGTON BEACH, CALIFORXIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the ALABAIIIA STREET STORM DRAIN 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. BF- A M C0rJS'F9UCT10k) Cb Co racto By P OS DENT Title Date: O = C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 14310.5, the Bidder shall complete, under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes ®'No If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-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 requires 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. (l Cou1s TRL)c .F aJ C. Contractor By PR Es 10 F-rTF Title Date: 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 4216i4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number, call Underground Service Alert at 1-800-422-4133 a minimum of two working days before scheduled excavation. Dig Alert Identification Number: Contractor By Title Date: �r � Note: This form is required for every Dig Alert Identification Number issued by U-S.A. during the course of the Work. Additional forms may be obtained from the AGENCY upon request. C-8 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: EECMP CaIJSFWQC -1Div _-C-OMPAU /, TrvC Bidder Name T 2 G 32 0 LCS T r2 C 12rL Business Address C01200A C/A 9 28 8 3 City, State Zip (qS 1 ) 6-74- 731S Z Telephone Number Stare Contractor's License No, and Class Original Date Issued 7--131 -D .67 Expiration Date The work site was inspected by DAulb (3C-AW>of our office on t 0 -- , 200-' The following are persons, firms, and corporations having a principal interest in this proposal: �EP+W CD"S7EOr l0ru Co Yvl PA �J V T-N c DAO ID A . (31EA DOTL - W€ >/ SECT~& IFRS P- g. M C a- , 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. f3EA DCT C-0VUST UC-F1Q1sJ CDM PPVrJ V TW C Comp y Signat re id r bAOI D /, . BEADoi2 Printed or Typed Signature Subscribed and sworn to before me this 1Zday of�-Ta5E-P , 2oo4. JUDITH L.BEADOR Commiuion#F 1396781 •i Notary Public•California Orange County My Comm.Expires Jan 28,2007 NOTARY PUBLICS NOTARY SEAL Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past two years: � 1. Name and Address of Public Agency Name and Telephone No. of Project Manager; Contract Amount Type of Work Date Completed 2. ' Name and Address of Public Agency ' Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed 3. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed C-10 r BIDDER'S CERTIFICATION* HOUSING AND URBAN DEVELOPMENT ACT OF 1968 AS ANF-MENDED IN 1992, SECTION 3 TITLE 24, Code of Federal Regulations; Part 135*" Economic Opportunities for Low and Very Low-Income Persons The bidder, under penalty of perjury, certifies that except as noted below, any person associated therewith in the capacity of owner,partner, director, officer. or manager(initial the applicable selections): A,9) Will ensure that 10% of all new lures as a result of this project shall meet all requirements of Section 3 of CFR Part 135 of the HUD Act of 1968; or Will hire no new employees in conjunction with this project. Will award 10% of its sub-contracts to Section 3 businesses. This certification shall apply to the prime contractor's sub-contracts related to this project. Contractor: ELM?— CM)S i 12Uc'-T 1 t0_k,, COW P/'° V/, �-uC Contact Person: A pa Contact Phone: S Lie=lr -7 Sz Signed: LAN - Date: 10 1 -- *Note: The above certification is required by the Department of Housing and Urban Development (24 CFR 135 and Subtitle A et al) and must be submitted by the bidders and proposed sub-contractors only in connection with contracts and subcontracts which are subject to Section 3 of the 1968 Housing and Urban Development Act, as amended in 1992 (HUD). Previous non-compliance with Section 3 could result in disqualification. C-11 ' City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For ALABAMA STREET STORM DRAIN IMPROVEMENTS, CC 1214 September 24, 2004 Notice To All Bidders: Please note the following revision to the Project Plans, Specifications, and Technical Provisions: Revised Title Sheet with rebid due date as October 12, 2004 Section A with revised Bid Opening date. EPA required I IBEIWBE "Fair Share"Goals Addition of Water-tight joint specification for HDPE Pipe Updated federal wage rates This modification does not change the Engineer's Estimate for this proje This is to acknowledge receipt and review of Addendum Number ne d ed eptember 24, 2004. 6EADc)P— (_C*JS'r2ucT-10k) Co Company Name By J< o - t2 — 0-4 Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Douglas A. Erdman at(714) 274-173.5_ Beador Construction Company, Inc -1 7`AC H M�107 MAJOR CONSTRUCTION PROJECTS I COMPLETED Revised:6/15/2004 PHONE NUMBER PROJECT MGR PROJECT SUPT CONTRACT DATE PROJECT NAME 0I4WER CONTACT PERSON PHONE NUMBER PHONE NUMBER AMOUNT COMPLETION Orange-Chapman Ave. County of Orange Stan VanderMay David Beador Robert Hinojosa $175.000 May-98 Seismic Retrofit 714 567-7832 949-724-0264 949-279-0386 Los Angeles-10 CalTrans David Njoya David Beador Robert Hinojosa $635,000 May-98 Approach&Departure Slabs 310 577-9605 949-724-0264 949-279-0386 Long Beach CalTrans Dat Pham David Beador Robert Hinojosa $146,000 Jun-98 Treat Bridge Decks 714 556-1746 949-724-0264 949-279-0386 Long Beach-Westminster Ave L.A.County-DPW Neil Munaweera David Beador Robert Hinojosa $380,000 Dec-97 Rem/Rep Overhang Sidewalk 626 458-3122 949-724-0264 949-279-0386 Baldwin Park-Merced Ave. City of Baldwin Park Anne Garvey David Beador Robert Hinojosa $460,000 Sep-97 Bridge Widening 6269604011 949-724-0264 949-279-0386 Irwindale-Irwindale Ave. CalTrans Ernie Ardales David Beador Robert Hinojosa $250.000 Aug-97 Pavement Rehab. 909 305-1250 949-724-0264 949-279-0386 Long Beach-DelAmo Blvd, L.A.County-DPW Neil Munaweera David Beador Robert Hinojosa $750,000 Sep-98 Seismic Retrofit 626 458-3122 949-724-0264 949-279-0386 Carson-213th Street L.A.County-DPW Neil Munaweera David Beador Robert Hinojosa $160.000 Sep-98 Bridge Seismic Retrofit 626 458-3122 949-724-0264 949-279-0386 Downey-Firestone Blvd. CalTrans John Vassiliades David Beador Robert Hinojosa $180,000 Sep-98 Modify ON-Ramp 562 401-3333 949-724-0264 949-279-0386 San Juan Capistrano City of San Juan Cap. Brian Perry David Beador Robert Hinojosa $119.000 Oct-96 City Bridge Repairs 949 443-6353 949-724-0264 949-279-03BG Garden Grove-Beach Blvd. CalTrans Leida Neidecker David Beador Robert Hinojosa $370.000 Feb-99 On-Ramp Improvements 714 556-8202 949-724-0264 949-279-0386 Irvine-Michelle Drive Griffith Company Allen Perkovich David Beador Robert Hinojosa $260,000 Feb-99 Bridge Widening 714 549-2291 949-724-0264 949-279-0386 Newport Beach County of Orange Raymond Douglass David Beador Robert Hinojosa $90.000 Aug-99 Coyote Basin Repairs 949-262-2427 949-724-0264 949-279-0386 Spring Valley-Bancroft Drive CalTrans Gustavo Dallarda David Beador Robert Hinojosa $930,000 Sep-99 Bridge Widening 619-462-0662 949-724-0264 949-279-0386 Oceanside CalTrans Jeff Brown David Beador Robert Hinojosa $129.000 Oct-99 Slope Erosion Control 8584674088 949-724-0264 949-279-0386 San Onofre State Park California Department of Greg Kania David Beador Robert Hinojosa $85,000 Oct-99 Outlet Repairs Parks&Recreation 949-366-B598 949-724-0264 949-279-0386 Carson-Avalon Avenue CalTrans Massod Akbadan David Beador Robert Hinojosa $200,000 Nov-99 Replace Approach Slabs 310-516-4140 949-724-0264 949-279-0386 Long Beach-Trinidad Lane County of Orange Mike Reetz David Beador Robert Hinojosa $160,000 Oct-99 Bridge Seismic Retrofit 714-567-7821 949-724-0264 949-279-0386 Colton Avenue CalTrans Manny Yagarajah David Beador Robert Hinojosa $160,000 May-99 Repair Steel Girders 909-949-3095 949-724-0264 949-279-0386 Cerritos CalTrans Kelvin Tran David Beador Robert Hinojosa $268,000 May-99 Construct Infiltration Basin 562-940-4276 949-724-0264 949-279-0386 San Bernardino Department of Water Bob Ross David Beador Robert Hinojosa $106,000 Jul-99 Surge Chamber Seismic Retrofit Resources B05-946-1024 949-724-0264 949-279-0386 Los Angeles CalTrans Reza Jahromi David Beador Robert Hinojosa $498.000 Mar-99 Replace PCC 310-609-0264 949-724-0264 949-279-0386 Ontario City of Ontario Fahim Boulos David Beador Robert Hinojosa $308.000 Sep-99 Seismic Retrofit-3 Bridges 909-931-9331 949-724-0264 949-279-0386 Anaheim-Kraemerl91 California Private Fahim Boulos David Beador Robert Hinojosa $612,000 Jan-00 Bridge Widening Transportation Company I 9M 931-9331 1 949-724-0264 949-279-0386 PHONE NUMBER PROJECT MGR PROJECT SUPT CONTRACT DATE PROJECT NAME OWNER CONTACT PERSON PHONE NUMBER PHONE NUMBER AMOUNT COMPLETION Los Angeles-Century Blvd. Carfrans Mohamad Pasebani David Beador Robert Hinojosa $175.000 Mar-00 Bridge Repair 310 SM0272 949-724-0264 949-279-0386 Pomona CalTrans Billy Rojas David Beador Robert Hinojosa $618,000 Jun-00 Median Barrier 909 305-1284 949-724-0264 949-279-0386 Riverside CalTrans Ray Stokes David Beador Robert Hinojosa $169,000 Jun-00 Bridge Repair 08-493104 909 275-0211 949-724-0264 949-279-0386 Los Angeles CalTrans Joseph Tehrani David Seador Robert Hinojosa $173,000 Jun-00 Glare Screens 310 768-1704 949-724-0264 949-279-0386 Route 60-Repl PCC Pave CalTrans Kelvin Tran David Beador Robert Hinojosa $530.000 Nov-00 Atlantic Blvd. 07-4G7304 562 401-3333x239 949-724-0264 949-279-0386 Irvine CalTrans Nahid Baghbanian David Beador Robert Hinojosa $191,000 Nov-00 Construct Check Slam 17-071304 714 632-2535 949-724-0264 949-279-0386 Long Beach CalTrans Mashur Ali David Beador Robert Hinojosa $920.000 Nov-00 Repi PCC Pave 310 609.0264 949-724-0264 949-279-0366 Long Beach CalTrans "ad Obeid David Beador Robert Hinojosa $1,515.000 Mar-01 Collector Road&Bridge 07-IM04 552 401-3333 949-724-0264 949-279-0387 Downey Ortiz Tom Meyer David Beador Robert Hinojosa $56,250 Mar-01 Construct Barrier 07-195704 949 753-1414 949-724-0264 949-279-0389 Vernon ACTA Paul Buckley David Beador Robert Hinojosa $4,343.000 Jun-02 Bridge Widening C0099 323 526-7051 949-724-0264 949-279-0390 Fountain Valley Caimans Dat Pham David Beador Ran-Oro Acevedo $560.000 Jun-01 Widen Ramp 12-OA5204 714 556-9425 949-724-0264 '949-279-0057 Long Beach&Signal Hill CalTrans Massod Akbarian David Beador John Brink $333,000 Apr-01 Hwy&App Slabs Replaced 07-144614 310-516-4140 949-724-0264 949-279-3676 Garden Grove CalTrans Xavier Avila David Beador Ramiro Acevedo $405.000 Dec-00 Wden Ramp at Valley View 12-OA5004 714 632-2539 949-724-0264 949-279-0057 Rancho Cucamonga So Cal underground Jim Jackson David Beador Ramiro Acevedo $305,000 Apr-01 Deer Creek Bridge Widening 310 639-2257 949-724-0264 949-279-0057 San Diego Hazard Construction I David Beadof Ramiro Acevedo $24.408 Jun-01 Median Barrier Car trans 858 587-3600 949-724-0264 949-279-0057 710 Freeway Excel Paving Will Harris David Beador Ramiro Acevedo $1,613.700 Feb-04 Barrier Rail 562 599-5841 949-724-0264 949-279-0057 Costa Mesa GCI Tom Taylor David Beador Ramiro Acevedo $133.000 Sep-02 Calvary Chapel Bridge 714 957-0233 x22 949-724-0264 949-279-0057 Ludlow I CarTrans Frank Lozano David Beador John Brink $700,000 Feb-02 Repair Earthquake Damage to Bridge 08-496004 760 256-7316 949-724-0264 949-279-3676 Colton CalTrans Mario Savala David Beador Robert Hinojosa $180,000 May-02 Mt.Vernon Traffic Signal 08-427204 909 519-2422 949-724-0264 949-279-0399 San Diego CalTrans Hassan Mustafa David Beador John Brink $220,000 Dec-01 Install CDS Unit 11-172864 619 957-4604 949-724-0264 949-279-3676 Riverside County of Riverside Dick Cfelland David Beador John Brink $1.300,000 Febr02 Median Barrier on Van Buren Blvd. 909 826-5889 949-724-0264 949-279-3676 Los Angeles County of Los Angeles Tony Hui David Beador Robert Hinojose $500,000 Feb-02 Sierra Madre Dam Bridge Replacement 626 458-4954 949-724-0264 949-279-0402 Walnut City of Walnut Jason Welday David Beador John Brink $133,000 Dec-03 Lemon Creels Outlet Structure 909 594-9702 949-724-0264 949-279-3676 San Bernardino Yeager Construction At Artega David Beador John Brink $483.000 Dec-02 Barrier rail on 30 Freeway 909 721-9746 949-724-0264 949-279-3676 Santa Ana City of Santa Ana Tyrone Chesanaek David Beador John Brink $2,744.000 May-03 Bristol Street Bridge Widening 714 647-5045 or 29 949-724-0264 949-279-3676 Playa Vista Playa Capital Cliff Ritz David Beador Ramero Acevedo $1.981.700 Feb-04 Perimeter Landscape&Retaining Wall 714-345-6941 949-724-0264 949 279-005/ PHONE NUMBER PROJECT MGR PROJECT SUPT CONTRACT DA TE PROJECT NAME OWNER CONTACTPERSON PHONENUMBER PHONE NUMBER AMOUNT COMPLETION LaJolla CalTrans Gary Le Vine David Beadof Terry Brown $1,732,700 Jun-03 Construct Median Barrier 11-243704 760 73"021 949-724-0264 949 279-0385 710 Freeway Excel Paving Will Harris David Beador John Brink $1,738,700 Feb-04 Construct median barrier 07-1384U4 592 591-7485 949-724-0264 949-279-3676 Rainbow Rainbow Water Dist. Ken O'Connor David Beador John Brink $346.000 Jan-03 Construct water main 760 942-0366 X15B 949-724-0264 949 279-3676 San Bernardino County CalTrans Ali AI Saadoon David Beador John Brink $1,300,D00 Feb-03 Metal Beam Guard Rail 08-477904 909 682-1715 949-724-0264 949-279-3676 Palos Verdes Estates City of Palos Verdes Wendy Force David Beador John Brink $1,010,000 Sep-02 Construct Storm Drain 93 310 378-0383 949-724-0264 949-279-3676 Beaumont-Marshall Cr"k City of Beaumont John Wilder David Beador John Brink $672,000 Mar-02 Flood Control Channel 909 769-8520 949-724-0264 949-279-3676 Laguna Hills City of Laguna Hills Ken Rosenfield David Beador John Brink $490,000 Apr-03 Turtle Mitigation Plan 949 707-2655 949-724-0264 949-279.3676 Los Angeles CalTrans Simon Wang David Beador John Brink $377.000 Sep-02 Slope Repair 8 Irrigation 07-4H5404 213 620_2039 x209 949-724-0264 949-279-3676 Downey CalTrans Wale Alois David Beador John Brink $203,000 Oct-02 Install Bridge Deck Storm Drains 07-4G3804 562 401-3333 x261 949 714-0264 949 279-3676 Southgate City of Southgate A B Fakhouri David Beador John Brink $2,190,300 In progress Reconstruct 7101Firestone Interchange 310-592-1829 949-724-0264 949-279.3676 Oceanside City of Oceanside Gary Kellison David Beador John Brink $150,000 May-03 Install Storm Drain 760 435-5112 949-724-0264 949-279-3676 Corona CalTrans Ali Fathi David Beador John Brink $171,000 Aug-03 Drainage Improvements 08-467104 909 232-7259 949-724-0264 949-279-3676 County of L A. L.A.County Chandra McCloud David Beador John Brink $108,000 Sep-03 Box Replacement Line A FCCODO0692 626 450-4967 909 674.7352 949 279-3676 Temecula Eastern Municipal Water Arlen Nielson David Beador John Brink $435,300 In progress First Street Sewer District Project 867S 909 298-3777 909 674-7352 949 279-3676 Long Beach Port of Long Beach Alex Reus David Beador John Brink 154,300 Not Started Storm Drain Pump Station 28 562 590-4173 909 674-7352 949 279-3676 San Juan Capistrano CalTrans Andy MyDounig David Beador Ramero Acevedo $1,380.300 Nov-03 Stonehill Drive median barrier 12-OA4004 714 556.1334 909 674-7352 949 279-0057 Laguna Nigel CalTrans Kifah Ramadan David Beador John Brink 14303.300 In progress Repair slope erosion&moclify drainage 12-OF3W4 714 418-5004 909 674-7352 949 279-3676 LA I Redondo Beach CalTrans Wendell Davidson David Beador John Brink $331,300 Feb-04 Install metal beam guard rail 07-4G50D4 213 798-6048 909 674.7352 949 279-3676 Highland CalTrans brad Abu Gharbieh David Beador John Brink $407.300 Dec-03 Remove&reconstruct bridge railing 08-437204 9D9 390-4503 909 674-7352 949 279-3676 Live Oak Spreading Ground Three Valleys Municipal Thomas Bayles David Beador John Brink $319,3DO In progress Imported water connection Water District 626 357-0588 909 674-7352 949 279-3676 Riverside County of Riverside Hugh Smith David Beador John Brink $331,300 In progress Traffic signal @ Van Buren&Jurupa 909 955-6885 909 674-7352 949 279-3676 Torrance City of Torrance Steve Finton David Beador John Brink $979.600 Nov-03 234 Street channel improvements 310 618.2975 909 674-7352 949 279-3676 Fullerton CalTrans James Decker David Beador John Brink $207,300 Jan-04 Euclid Street Undercrossing 12-OF8304 714 688-1951 909 674-7352 949 279-3676 City of Carlsbad City of Carlsbad David Beador John Brink $435.300 Not Started El Camino Real Sewer Line Contract#38911 1 909 674-7352 949 279-3676 County of Orange County of Orange Bob Parsons David Beador John Brink $1,732.700 1 In Progress Tustin Avenue Widening IER 08930 714-567-7834 909-674-7352 949-279-3676 tj, CITY OF HUNTINGTON BEACH 2000 MAIN STREET CAL.IFOFINIA 92648 OFFICE OF THE CITY CLERK .LOAN L. FLYNN CITY CLERK To:. EA)(c l)-42�Ahifflm- 3L t�2� U Enclosed please find your original bid bond issued by �� 6fL ice__ for O .. Joan L. Flynn City Clerk JF:pe Enclosure gAdloaup/cashcondretumbidbond.doc lTalaphone:77 4-53fi-52271 V 1 1 ENGINEERING, ING. 3578 E. Enterprise Dr. Anaheim, CA 92807 Tel (714) 630-2480 l Fax (714)630-2484 ` _ 1 y City Clerk City of Huntington Beach 2000 Main Street, 2°d Floor Huntington. Beach, CA 92648 "Sealed Bid" For Alabama Street Storm Drain Improvements City of Huntington Beach DO NOT OPEN WITH REGULAR MAIL October 12, 2004 @ 2:00 PM J Bond No.-08560208 IFidelity and Deposit Comp any POST orF.ICE Box 1227 OF MARYLAND BAL7 MORE. MD 21203 BID BOND KNOW AI-L MEN 13Y 3a3ESE PRCSENTS: That we, .. ...SRD ENGINEERING., INC. ------- ---------- ...............----- ------------------------------------------, as Principal, (hereinafter called (lie "PrinCtpai '1. and the FIDELITY AND DFPOS[T COMPANY OF MARYLAND, P.O. Box 1227, Baltimore, Maryland 21203, a corporation duly ,organized under the taws of the State of Maryland, as Surety, (hereinafter called the "Surety"). are held and firmly bound unto........ CITY.OF HUNTINGTON_BEACH_ ----- - ...................----------------- -------------------------------------------as Obligec, (hereinafter called the "Obligee' ), in the sun] of TEN PERCENT OF AMOUNT BID Dollars (S10% — — 1 for the payment of which sum well and truly to be made,the said Principal and the said Surety,bind ourselves, our heirs, executors, adrttinfstrators, successors and assigns, jointly and severally, firmly by these presents. W1iEKEAS, the Principal has submitted a bid for....ALABAMA..STREET STORM DRAIN..IMPROVEMENTS FROM JOLIET AVE. TO OLIVE AVE. CASH CONTRACT NO. 1214 --- -------------------------------------------------------------------------------------------------------------------------- ------------------------------ ------ - ------- -- --------------------------------- ----------------------------------------- --------------•-----------------------------------------------------------------------------------------•------------------- ---- ------------------------------------------ --------- -------------••----- -------------------------------------------------------------------------------------------------------------------------------------------------------------- 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(lie 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 Obligec 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 fai(h contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signcd and scaled this-.-......--30TH-- -------------------------- --_day of_-SEPTEMBER ----A-D.,20 04- -------SED-.ENGINEERING,--- NC-------- -- -- - --- --(SEAL) Principal L{�irners �S r�<�i t3Y Title FIDELITY AND DEPOSIT COMPANY Of- MARYLAND SIlrCly ..... .................................._----- By.. . . _ (Si-M.) (t'er�icss R4,6 D A. C00 Title ATTORNEY-IN-FACT CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF ORANGE On 9--30-04 before me, LEXIE SHERWOOD - NOTARY PUBLIC personally appeared RICHARD A. COON 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 . o LEXIESHERWppp� r COMM.# 1311304 (� NOTARY PUBLIC-CAL)FORNIA 0 ure Notary Public COMRANm. j O N 7Q05� 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. DESCRIPTION OF ATTACHED DOCUMENT BID BOND TITLE OR TYPE OF DOCUMENT NVXRER or PAims r%TS OF DOCUMENT 9-30-04 CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER (S) ® ATTORNEY-IN-FACT ❑ TRUSTEE (S) ❑ OTHER: SIGNER IS REPRESENTING: FIDELITY AND DEPOSIT COMPANY OF MARYLAND NAME OF PERSON S► OR ENTITY(S) 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 PAUL C. ROGERS, Vice President,and T. E. SMITH, Assistant Secretary, in pursuance of authority=ranted by Article VI, Section 2,of the By-Laws of said Company, wh I� set forth on the reverse side hereof and are hereby certified to he in full force and effect on the date hereof.d sl�?+�'nate,constitute and appoint Richard A.COON, Karen CHANDLER,Charles L. FLAKE IRp4 L'lI R Matthew P. FLAKE and Lexie SHERWOOD,all of Anaheim,California, EA C -+.t i rid rr t -in-Fact, to make, execute. seal and deliver, I'm, and on its behalf as suruty �n 5I s i� an �������-a{� onds and undertakings,and the execution of such hands or undertakiti tiwlplr�i e'rfb11ll trc as hinding upon said Company, as fully and amply,to all intents and pu ,ust llfts�j had J � ii c and acknowled-ed by the regularly elected officers of the Company at ils�l�f� ur►�Ba ;i re, IcE�i[t 9ggjr iti►�p�oper persons. The said Assistanl��cittar .dcxtS il;i rrtff that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2.of the By-1_�1i _ -1 c 4n anv,and is now in force. IN WITNESS Wi O_R'_i6F. the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of ilic said FIDEI-ITY AND DEPOSIT COMPANY OF MARYLAND, this 23rd day of April. A.D. 2004. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND 'gyp otpa r/o _ PAID �a a ; t y Bv: 7'. E. ,Smill? Assistant Secretary- Paul C, Rogers Vice President State of Maryland SS: City of Baltimore On this 23rd day of April, A.D. 2004, bciore die subscriber, a Notary Public of the State of Maryland. duly commissioned and qualified, can►c PAUL C. ROGERS. Vice President. and T. E. SMITH, 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 sanic, and bein- by me duly sworn,severally and each for hinisell 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. aa�S q H! 04' i �RVPl1a` Derirris R. Ilai•derr rVntrrrr Ptrhlir My Commission Expires: February I.2005 POA-F 012-4150H EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2.The Chairman of the Board,or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of.judgements, decrees, mortgages and instruments in the nature of mortgages....and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1440. RESOLVED: "That the facsimile or mechanically reproduced seat of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made: heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF. I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 30TH day of SEPTEMBER 2004 Assisraw 5ecrerwy r - SECTION C PROPOSAL for the ALAB-N-MA STREET STORM DRAIN IMPROVEMENTS From JOLIET AVENUE TO OLIVE AVENUE CASH CONTRACT No. 1214 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MENIBERS 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 100 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 FR0M THE CONTR:-kCT. 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 rids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 It 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. c� o Accompanying this proposal of bid, find 6&�O in the amount of S /0 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 � der's Signature f � C-2 PROJECT BID SCHEDULE .:.Estimated :: :::::::.:::: tern:wlt :unit R.cice.� : xtended: :.. Qttannty: K'ritten in wards. 2ti7h Price .. Amai>nt 1 1 1 vlobilization dt L.S. U —Dollars S )A= $ ` Per L.S. 2 1 raffl,c Zroi 00 L.S. Ca .+�r Irk)0 a4r.l, Dollars $ r��p -- S_Noco r4o Cents Per L.S. 3 1 Shoring&Bracmr ao 00 L.S. @- FF'T' 66 1 140 J 1sk,r5 Dollars $ , 000 $ 15 d Cents cr L.S. 4 216 Install 24"HDPE Sto Drain Laterals 0 co 0 L.F. �w E` J�o1c � tH Do:lar $ �� S 38t 88 N D Cents Per L.F. 5 3675, Install;2•'HDPP StCVTn Drain 31ai L.F. !ci, � � ,—, '�TDollars $_ S /�Z,950 Cents Per L.F. 6 13 Constrict Junction S[-uc:um,Type D Qo EA. F.F t!r4l2IfGuSA-r!OJE�J d"d? llars 5 3,�1ao $ A too' �! Cents Per EA. 7 1 Constn:c-Concrete Collar EA. Q arc 0_#fwSAee5 r� iA.0 L—CO Daltars `� �J zoo S �r 7Ao.oD ' /0 Cents Per Ea. 8 8 Construct Catch Basin.&Local Depression .fA EA. Dollars S S�floo S 40,D00 ' Y—f Cents Per EA. 9 905 Remove&R=w__1 Curb,Gutter&Sidewalk �00 L.F. ,J6 Dollars $ s S ` 0 7-T 0 Cents Per L.F. 10 1 Remove and Replace Existing Handicap Ramp l _ � .A.. .00 .co EA. _ K_ zV9 S +� Dollars S 6 ODDS G,000 0 vf l 4 0 Cents Per EA. PROJECT BID SCHEDULE stlrnate :. tem w0t :unit price sten e : \o. :Q[xaittitd: :written in woe :�init Prue::. :Airaunt 11 76 ProtecUReplace Existing Utility Service Later l EA. ag- oaS —J0 awn D406ezo`.lars S II Ti4 S 9j Z ' "l Cents Per EA. 12 2 Rertovesptertring Port;ons o[W r Line,construct[everted siphon assembly EA. ^ l'u~1F ,4 r tfD,r 5^.47 Dcl:ars S�6,000 S 1 a 0 0 Cents Per EA. 13 1 Removed�±eying Porions�r Line_consmwc-Sip'ror.assembly EA. @ 4"` Er-,.+ /4bJSA,40 Doila-s �/�ooa s /S .Do Cents Per EA. 1$ 5 Remove andRelocate Irter:ring PorioiIs of Sewer Line e EA. a �T,J 1-FD Sa-XQ Dollars $ 7,pr>0 00 S Z D Cents Per Ea. 15 2 Instal:Aii-N=c'.nan Release per City Standa-ds EA. u �_•jE -1t-40J5,4.A Dollars S 5000 S 10100b' —rlsk Cents Per EA. 16 108620 Slurry Seal,Type 1,full width of traveled way on Alabama St. S.F. /-JO Ddlars S •Z� S 2� 7x�. W -r� Cents Per S.F. 17 1 Replace Existing Pavement Striping per City Sara-ds L$ � _[(Q1.tT I i-FDJSr+.�Q Dolars $ S 1 ow 11I0 Cents Per LS Project Signage(S'x a'}Verbage to be detennined at 3 later date 18 2 (Sampies in SDsrifcations 'L ( EA. 41n (i f oa5,4.-+D Dollars 5 Zj 000.nJ S T 000•00 v Cents Per Ea. CPO Total Amount Bid in Figures: S Total Amount Bid in Wards: lu,Q,� l�ti J,,8 It rf[c-r — .................................................... ...... ...............................�.......1 Lf ..............,. .A .'..... ..�....... C 1-s LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor. Portion Name and Address of Subcontractor State License i Class i Of Work i Arumber j � I AC o4 ►2. yA, � � o lax Zzz� Go�a�k eA! z67073 j Sc.ua�� 5 92878 I I i I l 1 i � E I G i l R By submission of this proposal, the Bidder certifies: I. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California SS. County- of Orange Sca)'{DsK h , being first duly sworn, deposes and says that he or she is PY",;We of s.r r> 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 anvone 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 breakdovvn 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. SRD 47Aig ;na-c>',%ig�_�.��. Name of Bidder 1p: NANCY BEMENT Commission# 1410413 PiO*PUbiiC-CaUfornia �Counry 14CWdLb aApr11.2007 Signature of Bidder Address of Bidder Subscribed and sworn to before me this day of 200Z. NOTARY PUBLIC ?/"Vw C7&7� NOTARY SEAL T C-4 UTILITY AGREEMENT HONORABLE INL&YOR AND CITY COL-NCIL CITY OF HUNTINGTON BENCH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the ALABA_NIA STREET STORM DRAIN 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 ha:ards 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 leK7 Title Date: /��•x�' C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 143)10.5, the Bidder shall complete, under penalty- of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal. State or local government project because of a violation of law or a safety regulation? ❑ Yes ® No If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION LTSURANCE 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 33700 of the Labor Code, which requires 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. S.R a A--N4 e- G✓ti+4r IvtG Contractor By f resi�e�tT Tide Date: 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: Contractor By Title Date: Note: This form is required for every Dig Alert Identification Number issued by U.S.A. during the course of the Work. Additional forms may be obtained from the AGENCY upon request. C-S BIDDER'S INFORvIATION BIDDER certifies that the following information is true and correct; Bidder Name Business Address �^ —zl.11e 1-t:4 City, State Zip 630- � y80 Telephone Number State Contractor's License No. and Class ^^^ /9p/ Original Date Issued _3� oS Expiration Date The work site was inspected by, of our office on 200Y. The following are persons, firms, and corporations having a principal interest in this proposal: --5 -a TT Pe-, 4 N / l ax i-C/a rf T C-9 The undersigned is prepared to satisfy the Council of the Cite of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. s a :TN c. Company N.ame Signature of Bidder Printed or Typed Signature Subscribed and sworn to before me this /z day of Ufa 6 t , 20O V. NANCY BENENT Commission N 1410413 Nctary Pubbc-Cadbrnia orange C0un1Y NOTARY PUBLIC �MVC0WM8"WApr 11,2007 NOTARY SEAL Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past two years: Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed 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,\o. of Project Manager: Contract Amount Type of Work Date Completed C-10 BIDDER'S CERTIFICATION* HOUSING AND URBAN DEVELOPMENT ACT OF 1968 AS A:1 MENDED lti 1992. SECTION 3 TITLE 24, Code of Federal Regulations, Part 135" Economic Opportunities for Low and Very. Low-Income Persons The bidder, under penalty of perjure-, certifies that except as noted below, any person associated therewith in the capacity of owner, partner, director, officer, or manager(initial the applicable selections): Will ensure that 10% of all new hires as a result of this project shall meet all requirements of Section 3 of CFR Part 135 of the HUD Act of 1968: ar Will hire no new employees to conjunction with this project. Will award 10% of its sub-contracts to Section 3 businesses. This certification shall apply to the prime contractor's sub-contracts related to this project. Contractor: S2C) Contact Person: Contact Phone: Signed: Date: /o 0 *Note: The above certification is required by the Department of Housing and Urban Development (24 CFR 135 and Subtitle A et al) and must be submitted by the bidders and proposed sub-contractors only in connection with contracts and subcontracts which are subject to Section 3 of the 1968 Housing and Urban Development Act, as amended in 1992 (HUD). Previous non-eom liance with Section 3 could result in disqualification. C-11 PROPOSAL Projects Completed Project: Edinger Ave. Widening Between Red Hill &Jamboree Rd. Owner: City of Tustin/Excel Paving Co. Engineer: Dave Garrett, Project Manager Telephone: 562-599-5841 Contract Amount: S704,711 Date Completed: June 2002 Project: Pressure Regulating Station #55 Owner: City of Anaheim Engineer: David Entsminger, Principal Water Engineer Telephone: 714-765-4165 Contract Amount: $58,280 Date Completed: July 2002 Project: Various Improvements to 5 Catch Basins in Downtown Huntington Beach Owner: City of Huntington Beach Engineer: Steve Krieger, Asst. Civil Engineer Telephone: 714-536-5259 Contract Amount: $65,236 Date Completed: October 2002 Project: Urban Runoff Diversion Project, CC #1181 Owner: City of Huntington Beach Engineer: Joseph Dale, Contract Administrator Telephone: 714-536-5915 Contract Amount: $77,800 Date Completed: November 2002 Project: Pointe Vicente Interpretive Center Storm Drain Owner: City of Rancho Palos Verdes Engineer: Nicole Jules, Senior Engineer Telephone: 310-544-5252 Contract Amount: $298,055 Date Completed: January 2003 PROPOSAL Projects Completed Project: Alicia Parkway Baffle Box Structure/Cash Contract No. 02-13 Owner: City of Laguna Niguel Engineer: Nicholas Renn, Sr. Civil Engineer Telephone: 949-362-4341 Contract Amount: $105,624 Date Completed: June 2003 Project: Citywide Catch Basin Replacement Project Owner: City of Palos Verdes Estates Engineer: Wendy Proulx Telephone: 310-378-0383 Contract Amount: $65,800 Date Completed: August 2003 Project: Reconstruct Storm Water Filter System Owner: State of California Department of Transportation Engineer: Jose L. Berrios, Resident Engineer Telephone: 714-556-3869 Contract Amount: $2,835,640 Date Completed: January 2004 Project: Ellis Avenue Drainage and Street Rehabilitation— CC #1220 Owner: City of Huntington Beach Engineer: David Verone, Civil Engineer Assistant Telephone: 714-375-8471 Contract Amount: $76,863 Date Completed: March 2004 Project: Western Avenue Storm Drain Owner: City of Stanton Engineer: Robert H. Doss, City Engineer Telephone: 714-379-9222 Ext. 204 Contract Amount: $385,830 Date Completed: April 2004 • City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For ALABAMA STREET STORM DRAIN IMPROVEMENTS, CC 1214 September 24: 2004 Notice To All Bidders: Please note the following revision to the Project Plans, Specifications, and Technical Provisions: Revised Title Sheet with rebid due date as October 12, 2004 Section A with revised Bid Opening date. EPA required MBE/WBE "Fair Share" Goals Addition of Water-tight joint specification for HDPE Pipe Updated federal wage rates This modification does not change the Engineer's Estimate for this project. This is to acknowledge receipt and review of Addendum Number one, dated September 24, 2004. -5/T D _Z:- I !Ft '!I e-e-Y,�J X-, -2�-e. — :f 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 Douglas A. Erdman at(714) 374-1735. SECTION A NOTICE INVITING SEALED BIDS for the ALABAMA STREET STORM DRAIN IMPROVEMENTS CASH CONTRACT No. 1214 in the CITY OF HL-TINGTON 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 P.M. on Tuesday, October 12, 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 $25.00 nonrefundable fee if picked up, or payment of a$35.00 nonrefundable fee if mailed via U.S. Postal Service, FedEx, UPS or any other delivery service. 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. The AGE-NCY will deduct al0%retention from all progress payments. The Contractor may substitute an escrow holder surety of equal value to the retention in accordance with the provisions of the California Government Code, Section 4590. The Contractor shall be beneficial owner of the surety and shall receive any interest thereon. The AGENCY hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion in any consideration leading to the award of contract. r No bid shall be considered unless it is prepared on the approved Proposal forms in conformance with the Instructions to Bidders. The bid must be accompanied by a certified check,cashier's check, or bidder's bond made payable to the AGENCY for an amount no less than 10%of the amount bid. The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractor's License Class at the time of the bid opening. The successful Contractor and his subcontractors will be required to possess business licenses from the AGENCY. A-1 The AGENCY reserves the right to reject any or all bids,to waive any irregularity and to take all bids under advisement for a maximum period of 60 days. BY ORDER of the CITY COUNCIL of the CITY OF HLN1TLNGTON BEACH, CALIFORN`IA, The 17th day of November 2003. Attest: Joan L. Flynn _ CITY CLERK OF THE CITY OF H NTINGTON BEACH A-2 . XP-96910601 -0 Page 4 Administrative Conditions I. An interim Financial Status Report (FSR), Standard Form 269A (Rev. 7i97), covering the period from "project/budget period start date" to September 30 of each calendar year shall be submitted to the Grants Management Office, PMD-7, no later than December 31 of the same calendar year. The initial FSR is due December 31, 2005. The FSR covering the entire project period shall be submitted within 90 days after the end of the project period (40 CFR Part 31.23(b)). 2. The recipient shall comply with the Single Audit Act and the reporting requirements set forth in OMB Circular A-133. 3. The recipient agrees to complete and submit to the Grants Management Office, PMD-7, a MBEIWBE Utilization Report (EPA Form 5700-52A), within 30 days after the end of the Federal fiscal year, i.e., by October 30 of each calendar year. Negative reports are required. 4. In accordance with EPA's Program for Utilization of Sma'l, Minority and Women's Business Enterprises in procurement under Federal assistance programs, the recipient agrees to: a) Accept the applicable FY 1999 "fair share" goals negotiated with EPA by the CA State Water Resources Control Board, as follows: MBE WBE Construction 22% 6% Supplies 17% 9% Services 17% 22% Equipment 18% 24% If the recipient does not want to rely on the applicable State's MBEIWBE "fair share" goals, the recipient agrees to submit proposed MBEIWBE "fair share" goals based on availability of qualified minority and women-owned businesses to do work in the-: relevant market for construction, services, supplies, and equipment. "Fair share" objectives must be submitted to Joe Ochab, PMD-1 , within 30 days of award and approved by EPA no later than 30 days thereafter. b) Ensure to the fullest extent possible that at least the applicable "fair share" objective {see a) above} of Federal funds for prime contracts for supplies, construction, equipment or services are made available to organizations owned or controlled by socially and economically disadvantaged individuals, women and historically black colleges and universities. c) Include in its bid documents applicable "fair share" objectives {see a) above) and require all of its prime contractors to include in their bid documents for subcontracts the negotiated fair share percentages. d) Follow the six affirmative steps stated in 40 CFR Section 30.44(b), Section 31.36(e), Section 35.3145(d), or Section 35.6580(a), as appropriate. e) In the event race and/or gender neutral efforts prove to be inadequate to achieve a fair share objective for MBENVBEs, the recipient agrees to notify EPA in advance of any race and/or gender conscious action it plans to take to more closely achieve the fair share objective. f) Until the recipient has completed its fair share negotiations with EPA, it agrees to apply the main State agency's fair share objectives. Once the recipient has completed its fair share negotiations with EPA, it will apply those objectives. The recipient also agrees to include in its bid documents the applicable FY-1999 "fair share" objectives and require all of its prime contractors to include in their bid documents for subcontracts the applicable FY 1999 "fair share" percentages and to comply with paragraphs (c) through (e) above. 5. The cost principles of OMB Circular A-87 are applicable to this award. Since there are no indirect costs included in the assistance budget, they are not allowable under this Assistance Agreement. 6. The recipient agrees to comply with Title 40 CFR Part 34, New Restrictions on Lobbying . The recipient shall include the language of this provision in award documents for all subawards exceeding $100,000, and require that subrecipients submit certification and disclosure forms accordingly. In accordance with the Byrd Anti-Lobbying Amendment, any recipient who makes a prohibited expenditure under Title 40 CFR Part 34 or fails to file the required certification or lobbying forms shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such expenditure. 7. Pursuant to EPA's annual Appropriations Act, the chief executive officer of this recipient agency shall require that no grant funds have been used to engage in lobbying of the Federal Government or in litigation against the United States unless authorized under existing law. As mandated by this Act, the recipient agrees to provide certification to the award official via EPA Form 5700-53, Lobbying and Litigation Certificate, or in a written statement. The Lobbying and Litigation certification and final Financial Status Report shall be submitted within 90 days after the end of project period. Recipient shall abide by its respective OMB Circular (A-21, A-87, or A-122), which prohibits the use of federal grant funds for litigation against the United States. Any Part 30 recipient shall abide by its respective OMB Circular (A-21 or A-122), which prohibits the use of Federal grant funds to participate in various forms of lobbying or other political activities. s. Pursuant to EPA Order 1000.25 and Executive Order 13101, the recipient agrees to use recycled paper for all reports which are prepared as a part of this agreement and delivered to EPA. This requirement does not apply to Standard Forms. These forms are printed on recycled paper as available through the General Services Administration. Recipient shall comply with the requirements set forth in Section 6002 of the Resource Conservation and Recovery Act (RCRA) (42 U.S.C. 6962). Regulations issued under RCRA Section 6002 apply to any acquisition of an item where the purchase price exceeds $10,000 or where the quantity of such items acquired in the course of the preceding tiscal year was $10,000 or more. RCRA Section 6002 requires that preference be given in procurement programs to the purchase of specific products containing recycled materials identified in guidelines developed by EPA. These guidelines are listed'in 40 CFR 247. 9. Effective October 1 , 1994, the recipient agrees to ensure that all conference, meeting, convention, or training space funded in whole or in part with Federal funds complies with the Motel and Motel Fire Safety Act of 1990. 1o. Payment to consultants. Per 40 CFR Part 31.360), EPA will limit its participation in the salary rate (excluding overhead) paid to individual consultants retained by recipients or by a recipient's contractors or subcontractors to the maximum daily rate for a GS-18, which is equivalent to level 4 of the Executive Schedule, to be adjusted annually. As of January 1 , 2004 the daily salary rate is $524.72. 11 The recipient shall fully comply with Subpart C of 40 CFR Part 32, entitled "Responsibilities of Participants Regarding Transactions." The recipient is responsible for ensuring that any lower tier covered transaction, as described in Subpart B of 40 CFR Part 32, entitled "Covered Transactions," includes a term or condition requiring compliance with Subpart C. The recipient is responsible for further requiring the inclusion of a similar term or condition in any subsequent lower tier covered transactions. The recipient acknowledges that failing to disclose the information required under 40 CFR 32.335 may result in the delay or negation of this assistance agreement, or pursuance of legal remedies, including suspension and debarment. The recipient may access the Excluded Parties List System at httg:I/epis.arnet.gov. This term and condition supersedes EPA Form 5700-49, "Certification Regarding Debarment, Suspension, and Other Responsibility Matters." Programmatic Conditions P1. This grant may be terminated if any portion of the schedule for the protect beiow is not met, unless a written waiver of the schedule has been obtained from the EPA Water Division. If EPA determines that approval is not warranted far any of the items that require EPA approva', that item must be resubmitted by the date specified by EPA, or the grant may be terminated. This schedule in no way relieves the grantee of the obligation to comply with the requirements of its NPDES permi-t(s), Aquifer Protection Permit(s), and' other permit(s). a. The grantee shall notify EPA in writing that Project has phyically started construction within 30 days of physical activity start. b. The grantee shall notify EPA in writing when the construction of the project is completed within 30 days of physical complet;on. c. The "plan of operations" shall be completed ar:d submitted to EPA by the time construction of the Alabama storm drair•, catch bas;n and associated facilities is 50 percent complete. This plan should include a list of procedures that shall be followed when construction is complete and operation begins. For more guidance on Plans of Operations, please see the EPA Document Construction Grants198(CG-85) d. The "operations and maintenance manuals" s"all be completed and submitted to EPA by the time construction of titre Alabama storm crai-,, catch basin and associated facilities is 90 percent cornp!eze. The manual should contain a!l necessary information concerning the running and upkeep of the protect. More detailed information on operation anc maintenance manuals is included in CG-8:,. e. The grantee shall notify EPA in writing wren the protect has i�,;t;ated operation within 30 days of initiation of operation. f. A performance certif caticn will be necessary one year after the project has initiated operation. To certify the project, the grantee (or its designate) will inspect the construction site to determine if the project is operating as designed, and is meeting design standards. The follow;^.g self-certification shall be submitted to EPA. As required by special condition in EPA Grata No. XP-959106-01 -0 we ((,rartee) certiry that the pro,iect built and upgraded under EPA Grant No. XP-959106.01-0 (does/does not) meet the design specifications and all other project performance standards. (Grantee) Signature and Title of Date Authorized Representative g. EPA (or its designate) may inspect the construction project to ensure timely completion and expenditure of allowable costs. P2. The grantee shall prepare and submit progress reports which document activities conducted for the construction, repairs & upgrades, and operation of the project (as funded by this grant). The reports, at a minimum, shall include the current project schedule updated to reflect percent complete of each activity and a description of activities conducted during the reporting period, any reason for slippages, and expenditures. Each report is due on the 30th day after the end of each quarter; October 30, January 30, April 30, and July 30 for the life of this grant. P3. The grantee shall acquire and maintain any flood insurance made available to it under the National Flood Insurance Act of 1968, as amended, for property in the project location. This condition shall not be applicable if the project location is outside the boundaries .of a special food hazard area delineated on a Flood Hazard Boundary Map or Flood Insurance Rate Map which has been Issued by the Department of Housing and Urban Development, Federa: Insurance Administration. This condition shall not be applicable if the Iota' value of improvements insurable under the National Flood Insurance Act is less than $10,000. P4. The grantee will comply with Federal Executive Orders 11988 and 11990, concerning floodplain management and protection of wetlands, respective!y. P5. 3y December 31, 2004, the grantee shall post signage at the project s`te (et al), in accordance with EPA Administrataive Order 1015.113 (J.:jly 29, 1975) which requires that a sign be displayed at the sitess of projects which are sponsored by EPA. HDPE Storm Drain Pipe - Generic Specification Water Tight Applications Corrugated H.D.P.E. pipe and fittings shall have bell and spigot joints, smooth interior complying with AASHTO Designation M-252 (4"-10"), M-294 (12"-36") Type S or MP6-95 (42"&48") Type S or D . The pipe and fittings shall be made of virgin H.D.P.E, compounds conforming to the requirements of cell classification 32440C . Pipe and fittings shall be installed in accordance with ASTM D-232 l and the project specifications. All pipe shall be joined with a bell and spigot type of rubber gasketed joint. All fittings shall utilize rubber gasketed joints. All rubber gaskets shall meet the requirements of ASTM F-477. Where H.D.P.E. storm drain lines are shown on a radius, the contractor shall furnish elbows or short lengths, or a combination of both. The maximum allowable angle is 45 degrees. The maximum allowable horizontal deflection at a joint without an elbow is 3 degrees. Smooth interior type S and Type D High Density Polyethylene Pipe shall be ADS N-12 storm drain pipe or approved equal. Construction Notes Native material to be used for backfill in the pipe trench shall be examined for suitability of intended use by the geotechnical consultant prior to any trench backfill. Compaction test for each lift shall be obtained at the discretion of the engineer. The engineer or geotechnical consultant shall decide the exact location at which the compaction tests are obtained. At all times pipe materials shall be handled with care to avoid damage. Whether moved by hand, forklift, or hoists, material shall not be dropped, bumped, or allowed to impact on itself. Double strapping should be used with all lifts. Whenever possible, in distributing the pipe at the job site, it shall be unloaded adjacent to or near the location where it is to be installed. WAIS Document Retrieval Page 1 of 20 GENERAL DELISICN: CA20030035 06/27/2004 CA35 Date: A-_-cost 2 7, 2C.04 General Decision Nu_nber. CA20030035 08/2"/20C4 S-rperseded Genera- Ce^_s_on \.:r:.ber. CKC20035 State. Cali-ornia Cons_ruczic- Iypes: Suildi g, Heavy 'Healy, and Dre g_ng, and Higs:wav County: Orance County in Ca-it"crria. BGI_D_NG CO\S'IRJ1'_'I1N =:ROJECTS; DREDG-_\1G PR 7--CCS ',does not i----L'Ge hopper dredge sc {i ; E{B7' Y CCXS—_R-_CT_ON PROjECTS 'does not include .:a_er na-� dr,-�i c' ; �IC :,.AY CCNSTRL'CTION PROJEC_3 rodi_icazicr_ Number Publication Cate 0 C6/13/2003 i 0_/30/2CC4 2 03/03/200 3 04/02/2004 4 05/21/201C4 5 07/16/2004 6 08/27/2004 AS3ECO-05-CO2 01/01/2304 Rates =r-,ges Asbestos Workers/:Insulator Includes the applicatior or all insulating mazer-als, protective coveri:igs, coating~, and finis'—es to a:-1 types cf nec"ra--'cal syster.s. . . . . . . . . .$ 32.56 9. BCI-.Cu92-003 01/01/2C04 Rates Fringes Boilermaker. . . . . . . . . . . . . . . . . . . .$ 32.84 15. 61 ---------------------------------------------------------------- BRCACOC4-ClO C3/01/2003 Rates Fringes Bricklaver BRIC IA`_-_R; M.A;�B-_E YAS,\. . . .$ 29.96 3. 90 ---------------------------------------------------------------- BRCA0018-0C7 06/C1/2003 Rates Fringes Marble Finis-er. . . . . . . . . . . . . . . .$ 1-9.90 4 .56 i_-e F-nis'er. . . . . . . . . . . . . . . . . .$ 16. 65 3.86 --i-e -,aver. . . . . . . . . . . . . . . . . . . . . 26.5C 8 .40 http://fnvebgate.access.gpo.gov/egi-bin/getdoe.cgi"dbname=Davis-Bacon&docid=CA200... 9/23/2004 WA15 Document Retrieval Page 2 of 20 ---------------------------------------------------------------- ERCACoie--C_C 09/01/2C•C3 Races Fringes Terrazzo Finisher. . . . . . . . . . . . . . $ 21.38 6. 94 Terrazzo worker. . . . . . . . . . . . . . . . $ 28.27 6. 811. ---------------------------------------------------------------- CARFOK9-0C1 C7!1/2CO3 Rates Fringes Carpenters: ^-r. enz Installer, :ns:_anion Installer, Hardwood Floor Worker and acous7lcal installer. . . . . . . . . . . . . . . . . . . $ 29.6C 7. 38 (2) Millwright. . . . . . . . . . . . . .$ 3C.30 7. 38 (3) P_ledrL er/'err_ck Eargema_,, Bridge or mock Carpenter, Heavy Framer. . . . .$ 29. 93 . . 38 (4) Bridge Carpenter, Rock Bargeman or Scowm':an, Rockslinger, Shin;ler (Commercial) . . . . . . . . . . . . . . . .5 29.93 7 .38 (5' Fn eunaz_c Nailer, Power Stapler. . . . . . . . . . . . . . .S 3C.C5 7 . 36 (6) Sawfiler. . . . . . . . . . . . . . .$ 29.86 7. 3C (7) Scaffold Builder. . . . . . .$ 23.70 7.38 (8) Table Power Saw Operator. . . . . . . . . . . . . . . . . . . $ 29. 90 7 .39 FC07NO7E: Work of forming in t_,e construction of open . uz sewers or storm drains, an operations in which horizontal lagging is used in conjunction with steel Beams driven or placed in pre-- drilled holes, for that portion of a lagged trench against which concrete is poured, namely, as a substitute for back forms ,:tih_c a work is perfcrmeo by piledrivers) : 0.13 per hour additional. Certified :;elder - $1.00 per hour premium. ---------------------------------------------------------------- CARP0409-002 07/01/2003 Rates Fringes Diver (1) Wet. . . . . . . . . . . . . . . . . . . . .$ 526. 88 7 .38 (2) Standby. . . . . . . . . . . . . . . . .$ 263.44 7 .39 A Tender. . . . . . . . . . . . . . . . . .$ 255. 44 7 .38 KC`='?: Amounts in "Razes" column are per day ---------------------------------------------------------------- CARPC409--003 07/01/2003 Rates Fringes Drywall (1) Work on wood framed conszruczion of single http:!!frwebgate.access.gpo.gov:'cgi-bin'getdoe.egi?dbname=Davis-Bacon&doeid=CA200... 9/23/2004 VX'AIS Document Retrieval Page 3 of 20 family residences, anart-enzs or condominiums under 4 stories INS ALLERS. . . . . . . . . . . . . . . . . 5 19.00 5.i8 STOCKER/SCRAPPER. . . . . . . . . . .S 10.0C 5.27 (2) All other work INSTAILERS. . . . . . . . . . . . . . . . .S 29.8C 7 .38 STOCKER/SCRAPPER. . . . . . . . . . .S -C.CC 5 .2' ---------------------------------------------------------------- � CrR?G4G9-C;�B C70 1 Gl..,3,; Rates Fringes Modular Furninure Ynstaller (1) Mobile Filing System Installer. . . . . . . . . . . . . . . . . . .5 13.76 3.80 (2) Modular Furni ure Installer. . . . . . . . . . . . . . . . . . .$ 14 .36 5.80 ( ) Full Wall 7echnician. . . .S 20.47 5.80. ------�-----------/------------------------------------------------ ELECUG,--006 12 t/l ACC! Rates Fringes Communicat=cns Sysce:7� Instu-ler. . . . . . . . . . . . . . . . . . .S 22. 13 3% + 4 . 40 Technician. . . . . . . . . . . . . . . . . . $ 23. 93 3% + 4 . 40' SCOPE OF WORK: Installation, tes=-nC, service and maintenance of systems utilizing the cransmiss-on and/or transference of voice, sound, vision and digital for commercial, educational, security and entertainment purposes for the following: TV monitoring and surveillance, bacigrcu d-Foreground music, intercom and telephone i__=ercorr_ec_, inventory ccnnrc- systems, microwave transmission, multi-media, rule=Ulex, nurse call systems, radio pace, school intercom and sound, burglar alarms, fire alarm (see last paragraph below) and low voltage master clock systems in commercial buildings. Communicatior. Systems 4hat transmit or receive informazion and/or control systems that are intrinsic no the above listed systems; inclusion or exclusion of terminations and testings of conductors determined by their _function; excluding all other data systems or :multiple systems which include control Function or power supply; excluding installa_'-cr_ of raceway systems, conduit systems, line voltage work, and energy management systems. ---------------------------------------------------------------- ELEC0441-OCI 12/01/2003 Rates Fringes Cable splicer. . . . . . . . . . . . . . . . .$ 33.18 3%+1C .23 Electrician. . . . . . . . . . . . . . . . . . . .$ 31.72 3%+10 .23 ---------------------------------------------------------------- ELEC1245-SCI 06/01/2004 Rates Fringes hupalfr1vebgate.access.gpo.gov/cgi-bin/getdoe.cgi?dbname=Davis-Bacon&docid=CA20O... 9/23/2004 WAIS Document Retrieval Page 4 of 20 Line Construction (1) Lineman; Cable splicer. .$ 35.01 4%-8 . 93 (2) Equipment specialist ,opera:es crawler tractors, ..Tmerv_.G_ motor vesicles, hackhoes, trenchers, cranes (50 tons and below) , and overhead and o__4ergrc;1nd distribution line equipmenn; . . . . . . . . . . . . . . . . . .$ 29.70 4%-8 .25 (3) GroLndman. . . . . . . . . . . . . . .$ 22.76 A-8.25 (4) Po::derman. . . . . . . . . . . . . . .$ 33.27 4%,8 .29 ---------------------------------------------------------------- E--. CA-01 09/15/202- Rates Fringes Elevator Mechanic. . . . . . . . . . . . . .$ 33.695 7 .455 FOOTNOTE: Vacation Pay: 8% wiQ 5 or more years of service, 6% for 6 months to 5 years service. Paid Holidays: New Years Day, Memorial Day, independence Day, Labor Day, 7hanksc'vin, Day and Friday a==er, and Chris mas Day. ---------------------------------------------------------------- EyG_0012-0O3 C7/01/2CO3 Rates Fringes Power equipment operator - cranes 1 _pedr=virg, hciszing GROUP -. . . . . . . . . . . . . . . . . . . .$ 29.30 13.20 GROUP 2. . . . . . . . . . . . . . . . . . . ..C, 30.06 13.20 GROUP 3. . . . . . . . . . . . . . . . . . . .$ 30.37, 13.2C GROG 4 . . . . . . . . . . . . . . . . . . . .$ 30.51 13.2C GROUP 5. . . . . . . . . . . . . . . . . . . .1 30.73 13.20 GROUP 6. . . . . . . . . . . . . . . . . . . .$ 30.84 13.20 GROUP 7. . . . . . . . . . . . . . . . . . . .$ 30. 9E 13.2C Won 8. . . . . . . . . . . . . . . . . . .S 31.13 13.20 GROUP 9. . . . . . . . . . . . . . . . . . . .S 31.30 13.20 GROUP 10. . . . . . . . . . . . . . . . . . . .S 32.30 13.20 GROUP 11. . . . . . . . . . . . . . . . . . . .$ 33.30 13.20 GROUP 12. . . . . . . . . . . . . . . . . . . .$ 34 .30 13.20 GROU= 13. . . . . . . . . . . . . . . . . . . $ 33.30 13.210 Power equipment operator - tunnel work GROUP 1. . . . . . . . . . . . . . . . . . . .$ 30.58 13.20 GROUP 2. . . . . . . . . . . . . . . . . . . .$ 30.87 13.20 GROUP 3. . . . . . . . . . . . . . . . . . . .5 31.01 13.20 GROUP 4. . . . . . . . . . . . . . . . . . . .5 31.23 13.20 GROOF 5. . . . . . . . . . . . . . . . . . . .$ 31.34 13.20 GROUP 6. . . . . . . . . . . . . . . . . . . $ 31.46 13.20 GROG_ 7. . . . . . . . . . . . . . . . . . . .$ 31.76 13.20 Posner equipment operators: GROUP 1. . . . . . . . . . . . . . . . . . . .5 27.9- 13.20 GROUP 2. . . . . . . . . . . . . . . . . . . .S 28.73 13.20 GROUP 3. . . . . . . . . . . . . . . . . . . .S 29.02 13.20 GROUP 4 . . . . . . . . . . . . . . . . . . . .$ 30.5-_ 13.20 httpOnNabgate.access.gpo.gov&gbbin/getdoc.cgi?dbname=Davis-Bacon&docid=CA200... 9/23/2004 W IS Document Retrieval Page 5 of 20 GROUP .0 31. 61 13.20 GROC'_ o. . . . . . . . . . . . . . . . . . . $ 30. 3 13.20 GROUP :. . . . . . . . . . . . . . . . . . . .$ 31.83 13.20 GROUP 8. . . . . . . . . . . . . . . . . . .$ 30.94 13.2C GROUP 9. . . . . . . . . . . . . . . . . . . $ 31 .94 13.20 GROUP 10. . . . . . . . . . . . . . . . . . . S 30.96 13.20 GRCO- --. . . . . . . . . . . . . . . . . . .$ 32.06 13.20 GROUP 12. . . . . . . . . . . . . . . . . . .S 31 .13 13.2 GROUP 13. . . . . . . . . . . . . . . . . . . $ 31.23 13.20 GROUP - . . . . . . . . . . . . . . . . . . . . .$ 31.26 13.20 GROUP 15. . . . . . . . . . . . . . . . . . . .S 31.34 13.20 GROUP K. . . . . . . . . . . . . . . . . . . .S 31.4E 13.2C GROUP 17. . . . . . . . . . . . . . . . . . . .1 31. 63 13.2C GR0::_ 18. . . . . . . . . . . . . . . . . . . .S 31. 13.2C GR07 19. . . . . . . . . . . . . . . . . . . . S 31.84 13.23 GROUP 20. . . . . . . . . . . . . . . . . . . .S 31. 96 13.20 GROUP 21. . . . . . . . . . . . . . . . . . . .a 32. 13 13.20 GROU? 22. . . . . . . . . . . . . . . . . . . .5 32.23 13.2C GROUP 23. . . . . . . . . . . . . . . . . . . .S 32.34 13.20 GROUP 24 . . . . . . . . . . . . . . . . . . . .S 32.46 13.23 GROUP 25. . . . . . . . . . . . . . . . . . . .S 32. 63 13.20 FOOTNOTES: PR-t?=UM PAY of s3.C3 Per tour shall he paid on all power equipment operator work at Camp Pendle on, Point Arguello, and Vandenburg AF3 Workers required to suit up and work in a hazardous material environment: $1.CO per hour additional. Combination mixer and compressor operator on cun_te ;pork shall be classified as a concrete mobile mixer operator. POWER EQUIPMENT OPERATORS C_,ASSIFT-CATIONS GROUP 1. Bargeman; Brakeman; Compressor operator; Z tch Witch, .tii_h seat or similar type equipment; Elevator operator-inside; Engineer Oiler; ForkLifn operator (includes loed, !oil or similar types under 5 terns; Generator operator; Generator, pump or compressor plant operator; Pump operator; Signalman; Switchman GRCUP 2: Asphalt-rubber plant operator (nurse tank operator! ; Concrete mixer operatcr-ski_ type; Conveyor operator; Fireman; Forklift operator ;includes 'toed, lull or similar types over 5 tons; Hydrostatic pump operator; oiler crusher (asphalt or concrete plant) ; Pe_romaz laydcwn machine; PJU site dum _ac{; Screening and conveyor machine ceprator (or similar types) ; Skip_oader (wheel type up to 3/4 yd. winto z attachment) ; Tar pot fireman; Temporary heating plan4 operator; Trenching machine oiler GROUP 3: Asp:halz-rubber blend operator; 3cbcat or similar type (side steer) ; Ecuipmenn creaser (rack) ; Ford Ferguson (with dragtype attachments) ; feel i c _ ter radioman 1c=ound) ; Stationary pipe wrapping and cleaning machine operator GROUP 4 : Asphalt plant fireman; Backhce operator (mini-max or similar type; ; 3oring machine operator; Bcxman o, mixerman (asphalt or concrete) ; Chip spread_. , machine operator; Concrete cleaning decontamination machine operator; Concrete Pump Operator (smallportable) ; Drilling mac"ine http:8a*abgate.access.gpo.gov/egi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CA200... 9023/2004 WAIS Document Retrieval Page 6 0120 operator, small auger types ('T_•exoma super economasic or similar types - Hughes 100 or 200 or similes_ _ypes - dY_-ling depth of 35' maximum; , Equipment greaser (grease truck) , Guar: rail post driver operator; 4ig;line cableway signalman; Horizontal Directional Drilling Machine; Hyira-hammer-aero stomper; Micro Tunneling (above ground tunnel) ; ?owe?ower concrete coring machine operator; Power concrete saw operator; Power-driven Jumbo form se`ze operator; Rorer sweeper operator; Roller operator (compacting) ; Screed operator (asphalt or concrete) ; Trenching machine operator (up to E fz ) , Vacuum or much truck GROUP 5. Equipment Greaser (Grease Truck/Flulci Jh__ , . GRCU? 6: Articulating material hauler; Asphalt plant engineer; Balch slant operator; Bit sharpener; Concrete ow-._ machine cperat^r Wanal and similar type) ; Concrete planer operator; Dandy digger; Deck engine operator, Derrickman (oilfield type) ; Drilling machine operator, bucket or auger types (Calweld 100 bucket or similar types - Watson 100 auger of similar =ypes - _'exoma .3.3C, 50 or 60 auger or similar types - drilling depth of 45 ' maximum) ; Drilling machine operator Uncluuing water wells) ; Hydrograph.ic seeder machine operator (straw, pulp or seed) , Jackson track maintainer, or similar type; Kalamazoo Switch tamper, or similar type; Machine tool operas.,_, Mag_nn-_ =nternal full Kab vibrator, _:ec^anical erg., curb or gusser;concrete or asphalt) ; Mechanical finisher operator (concrete, Clary-Johnson-Bidwell or similar) ; Micro tunnel system (below ground) ; Pavement breaker operator (truck mounted; ; Road oil mixing machine operator; Roller operator (=-sprat_ or finish) , rubber-sired earth'_ roving equip enz (sing-e engine, up to and incl�ding 25 yds. struck) ; Self-propelled tar pipelining machine operator; Skiploader operator (crawler and wheel type, over 3/4 yd. and up to and including 1-112 yds. ) ; Slip form pump operator '^ .•:er :riven hyv_aulic lifting device for concrete forts; , Tractor operator-bulldozer, camper-scraper (single engine, •up to 100 h.p. flywheel and similar types, up to and including D-5 and similar types) ; Tugger hoist operator 11 drum) , Ultra high pressure waterjet cutting too- system. operator; Vacuum blasting :Lachine operator GROUP 7. Welder - General GROUP 8: Asphalt or concrete spreading operator (tamping or finishing) ; Asphalt paving machine operator (Barber Greene or similar type) ; Asphaii-rubber distribution operator; Backhoe operator (up no and including 3/4 yd. ) , small ford, Case or similar; Cast-in-place pipe laying machine operator; Combination mixer and compressor operator (gun_te work) ; Compactor operator (self-propelled) ; Concrete mixer operator .',paving) ; Crushing plant pera o r; Drill Doctor; Drilling machine operator, Bucket or auger types (Calweld 150 bucket or similar types - Wasson 1500, 2000 2500 auger or similar types - Texoma 100, 800 auger or similar types - drilling depth of 60' maximum) ; Elevating grader operator; Grade checker; Gradall operator; Grouting machine operator; Heavy-duty repairman; Heavy equipment robotics operator; http://fm.?ebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CA200... 9/23/2004 w Ai a liocument Ketrievat loge / of !U Kalamazoo balliste regulator or similar type; Kolmar bait loader and similar type; le '_curnean lob c:mpac_or or similar type; Loader operator Athey, _uc--d, Serra and similar types; ; Ozzie gadder or similar types; P.C. s_ct saw; Pneumatic concrete placing machine operator (Hackley-_=ess:•rell or similar type! ; P•umperete gun operator; Rotary drill operator ,excluding caisson type; ; Rubber-_-red ear h-noving equipment operator 0ingle engine, caterpillar, Euclid, _-they wagon and similar milar types with any and all attachments over 25 yds. up to and including 5C cu. yds. struck`. , Rshber-tired earth-roving equLp ent operator ;multiple engine up cc and including 25 yds. struck); Rubber- Lred scraper operator (self-lcadin.; paddle wheel type-John Deere, 1040 and similar single unit) , Self- propelled curb and gutter machine operator; Sh=Le buggy, Skiploader operazor ;crawler and wheel type over 1-112 yds. up tc and including 6-1/2 yds. , ; Sol! re_ned;ation plant operator; Surface heaters and planer operator; Tractor compressor drill combination operator; Tractor operator ;any type larger than D-5 - _C0 flywheel h.o. and over, or similar-bulldozer, camper, scraper and push tractor single engine; ; Tractor oper_mo ;boo-.. attachments) , Traveling pipe wrapping, clearing and pendng machine operator; Trenching machine operator (over 'c fr. depth capacity, manufacturer' s rating) ; Ultra high pressure watervet cuttingtoo! system mechanic; Water pull (compaction) operator GROUP Heavy Duty Repairman GROUP 10: Drilling machine operator, 3ucket or auger types (Cal weld 20C 3 bucket or similar types-Natscn 3000 cr 5002 auger or similar types-'_'exams 900 wager or similar types-drilling depth of 103' maximum) ; 'Dual drum mixer, dynamic compactor LDC350 ;or similar types; ; Monorail locomozive operator (diesel, gas or electric) ; Mctor patrol-blade operazor ;single engine) ; Multiple engine tractor operator Juclid and similar type-except Quad 9 cat. ) ; Rubber-tired earth-moving equipment operator (single engine, over 5C yds. szruc{) ; Pneumatic pipe ramming tool and similar types; Prestressed wrapping machine c•perancr; Rubber-tired earth-mcv-ng equipment operator (single engine, over 5C yds. struck) ; Rubber tired earth moving equipment operator (multiple engine, Euclid, caterpillar and similar over 25 yds. and up to 50 yds. struck! , Tower crane repairman; Tractor loader operator ;crawler and wheel type over 6-1/2 yds. ) , Woods mixer operator land similar PugTill equipment) GROUP 11. Heavy Duty Repairman. - Welder Combination, Welder - Certified. GROJ 12: Auto grader operator; Automatic slip form operator; Drilling machine operator, bucket or auger types (Calweld, auger 2C0 CA or similar types - Watson, auger 6OCC or similar types -- Hughes Super Duty, auger 20C or similar types - drilling depth of 175' maximum) ; Hoe ram or similar with compressor; Mass excavator operator less nha 750 cu. yards; Mechanical finishing machine operator; Mobile form traveler operator; Motor patrol operator (multi-engine) , http://fnvebgate.access.gpo.gov,/cgi-bin/getdoc,cgi?dbname=Davis-Bacon&docid=CA?00... 9/23/2004 WAIS Document Retrieval Page g Mu Pape .Mobile machine operator; Rubber-tired earth- moving equipment operator (mulm'-ple entire, Euclid, Caterpillar and similar type, over 50 cu. yds. str::ck) , Rubber-tired self- loading scraper operator - aidle-.._peel auger type self-loading, - two (2; or more units, GROUP 13: Ru der-tired earth-moving equipment operator operating equipmenn with push-pull system (single engine, up to and -ding 25 yds. struck) GRO32 14 : Canal liner operancr, Canal zrimmer opera"_. Remote- control earth-_no.-ir_g equipmens operator (operating a second piece of equipment: 51.00 per hour additional) ; Wheel excavator operator (over 150 cu. yds. ) Gam.;U= 15. Robber -red earzh-Eoving equipme^_ o:erazor, opera zing equip en_ +t'1`_!i push-pull syste= (single engine, Caterpillar, Euclid. ..they Wagon and similar types wish any and all attachments over 25 yds. and up to and including 50 yds. struck; ; Rubber-tire^ earth-moving equipment operator, operating equipment with pus_t-pu_i system (multiple engine-op to and including 25 yds. st-_ck) GROUP , 6: Rubber-tired earnh-moving equ-omen operator, operating equipment with push-pull system (single .engine, over 50 yds. struck) ; Rubber-tired earth-moving equipment operator, operating equipment :with puss:-pull system (m.ulniple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck; GROUP 17: Rubber-tired earth-moving equipment operator, operating equipment with pus: -pull system (multiple engine, Euclid, Caterpillar and similar, over 50 cu. yds. struck) ; ^pandem tractor" operator !operating crawler type tractors in tandem - Quad 9 and similar type, GROUP 18 : Robber-mired earth-moving equipment operator, operating in tandem (scrappers, belly dumps and similar types in any combination, excluding compaction units - single engine, op to and: including 25 yds. struck) GROUP 19: Rotex concrete belt operamor (or similar types) , Rubber tired earth-mc;-ing equipment operator, operaming in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, Caterpillar, luclid, Athey Wagon and similar types with any and all attachments over 25 yds.and up to and including 50 caw. yds. struck; ; Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - multiple engine, up to and including 25 yds. struck) GROUP 20: Rubber-tired earth-mov-ng equipment operator, operating in vandem ,scrapers, belly dumps and sin-law types in any combination, excluding compaction ,.:sits single engine, over 50 yds. struck) ; Rubber-tired earth-moving equipment operator, operating in tan dear. (scrapers, belly dumps, and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up no 50 http:;lfrwebgate.access.gpo.govlcgi-bin/getdoc.egi?dbname=Davis-Bacon&docid=CA200... 9/23/2004 vrr110 Uucuii VIt MCLI- Crai rage V ut zv yds. struck' GROUP G_. Rubber-tire: earth-moving eg_-Cmer 4 operator, r, operating in tandem ;scrapers, belly dumps and similar types in any cambination, excluding co pacni oc units - mul ziple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck] GROUP 22: Ru bber-zired earth-mc u-- _ equipment operazor, operating eu •i_man_ with the tandem push-puLl sysserr. (single engine, up to and including 25 yds. struck; GROUP 23: Rubber-tired earth-moving equipment operator, operating equipment with the Lander push-pull system (s___,-e engine, Cater_ -llar, Euclid, Azhey Wagon and 7 similarwis h i h G:_`'� and al- attachments over 25 yds . .and up no and including yr yds. s..-. cki ; libber-tired earth-moving equipment operator, operating with the tandem push-null system (multiple engine, up to and including 25 yds. snruc:{; GROW? 24: Rztber-t'-red earn---moving equipment operat r, operating ecu-pmenm with the tandem pus:-pull system (single engine, over 50 yds. struck) ; Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (multiple engine, Euclid, Caterpillar and simi-a_', over 25 yds. and up =c 50 yds . struck) GROUP 25: Concrete pump_ operator-truck :mounted; Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (multiple engine, Euclid, Caterpillar and similar type, over 3C cu. yds. struck CRANES, P=LVDR: I\G AND HC=STING EQUIPMEtC CLASSIFICATIONS GROUP 1 : Engineer oiler; Fork lift operator (includes _oed, lull or similar types) GROK? 2: Tru O crane oiler GROUP 3: A-frame or winch truck operator; Ross carrier operator (jobsite) GROUP 4 : ridge-type unloader and turntable Aerator; Helicopter rc_st operator GROUP 5: Hydraulic boom: truck; Stinger crane (Austin-Western or similar Vype) ; Tugger hoist operator (1 drum) GROUP 6: 5ridge crane operator; Cretor crane operator; Hoist operator (C::icago boom: and sit:_lar type) ; lift mobile operator; Lift slab :machine operator (Vagtborg and similar types) ; Material host and/or _nanli=t operator; Polar gantry crane operator; Self Climbing scaffold (or similar type) ; Shovel, backhoe, dragline, clamshell opera_or (over 3/4 yd. and up to 5 cu. yds. mrc) ; Tugger hoist operator GROUP I. Pedestal crane operator; Shovel, backhce, cragline, clamshell operator (over 3 cu. yds. mrc) ; Tower crane http://f vvebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CA200... 9/23/2004 Vvr.IJ lJ0CUIIICrll metrleval rage tv ut z-u repair; Tugger :joist operator (< drum'; GROUP 5 : Crane operator (up to and including 25 tor. capacity) , Crawler transporter operator; Derrick barge operator _ cc and including 25 :on capacity` ; hoist operator, stiff legs, Guy derrick or similar type up no and including 23 ton capacicy) ; Shovel, backhoe, dragline, cl,amstell otieracor (over . cu. yds., H.R...) GRO;.:P 9: Crane op ranor Neer 25 tons and up cc and including 50 tors mrc) ; Derrick barge operator {over 25 tons up to and including 30 tors mrc) ; Hi ghiine cableway operator; Ecist operator, sniff legs, Gay derrick or similar ..ype (over 25 cons up cc and including 50 tons mrc) ; K-crane cperacor; Polar crane operator; Self erecting toiler crane cperacor maximum lifting capacity ten cons G_,C.; tu: Crane operator (over 5C tons and up t., and including 100 tons ::arc) ; Derrick barge operator (over 50 tons up to and including 100 tons :arc) , Hcist coerator, sniff legs, Guy derrick or similar type (c e= 5C ions up to and including 130 cons mrc) , Fcoi_e tower .sane operator (over 30 tors, up to and including 100 tons M.R.C. ) ; Tong crane operator and tower ganory GRCvP 11. Crane operator (over 100 tons and up to a= including 200 tons mre) , Derrick barge oper_nor (over 10C tons up cc and including 200 cons mrc) ; :foist operator, sniff legs, Guy derrick cr similar =ype ,over 100 ..cns up_ to and including 20" cj , � o�:: upe tons nr.., f.cb--e tower crane racer (over 100 tons up no and including 200 tons mrc GRU;._ 12: Crane operator (over 200 cons up to and including 300 tons mrc) ; Derrick barge operator (over 27 tons up to and including 300 tons mrc) , Hoist operator, stiff legs, Guy derrick or similar type (over 20C tons, up to and including 300 cons mrc; ; Mcb _e tower crane operator (over 200 tons, up to and including 30C tons ?Tire) GROU? 13: Crane operator (over 330 tons; ; Derrick barge operanox ;over 300 cons) ; HeLLcop7er p__ot, ac_sc cp=ratcr, sniff legs, .Guy derrick or similar type !over 30C tors; Mobile tower crane operator (over WO cons) TUNNEL CLASSIF:CAT7CNS GROUP 1: Skiploader (wheel type up to 3/4 yd. without attachment) GROUP 2: Power-driven jumbo form setter cperacor GROUP 3. b_nkey locomotive or mocorperson (up to and including 10 cons) GROUP 4 : Bit sharpener; Equipment greaser (grease truck) ; Slip fors: pump operator (power-driven hydraulic lifting device for concrete forms) ; `hugger hoist cperanor (_ drum) ; Tunnel locomotive ooeracor Over 10 and up no and including 30 tons) http://fnvebgate.access.gpo.gov/cgi-bin/getdoe.cgi?dbname=Davis-Bacon&docid=CA200... 9/23/2004 YYI110 1JVL.UL11L.11L LWUICVal r G6C 11 VL 4,V GRO:JP 5: Backhoe operator (up tc and including 3/4 yd. ) ; Small Ford, Case or similar; Drill doctor; Grousing machine operator; Heading shield perav r; 1ea y-du..y repairperson; Loader opera=.._ ;rthey, Euclid, Sierra ant similar yes. ; Mucking machine operator (1/4 yd., rubber-=cared, rail or track type) ; Pneumatic concrete placing machine operator (Fackley-Presswell or similar type) ; Pneuma=ic heading shield lzonnel. , Pw perete gun operator, Tractor compressor drill co hinat_on opera=o;; _ogger _Foist operator (2 vrun) ; Tunnel lcccmot_ve oiler==or (over 30 tons) GROUP 6. Heavy Duty Repairman GRCUF 7unnel ::pole boring machine cperaEor ---------------------------------------------------------------- ENG-C 12-004 08/ 1/2003 Rates Fringes Power e:uipmenn operators: C.ID`I N G: (1) le.Terrman. . . . . . . . . . . . . . . 5 34 . 93 13.22 (2) Dredge dozer. . . . . . . . . . . S 32.24 13.22 (3) Deck.mate. . . . . . . . . . . . . . .S 31.37 13.22 (4) [tiinc:^ operator (stern winch on dredge) . . . . . . . . . . . $ 30.92 13.22 (5; Fireman; Deckh_nd and Bargeman. . . . . . . . . . . . . . . . . . . $ 30.29 13.2C (6) Bane Maze. . . . . . . . . . . . . $ 30. 89 13.22 ----------------------------------------------------------------- IRONOOOI-019 C7/01/2002 Rates Fringes Ironworkers : Fence erector. . . . . . . . . . . . . . .$ 25. 97 15.29 Crnamenzal, reinforcing and struc u ral. . . . . . . . . . . .$ 26.8E 15.29 ---------------------------_------------------------------------- 1 BO03CO-CCI C7/01/2C04 Rates Fringes Brick Tender. . . . . . . . . . . . . . . . . . .$ 21.60 11_72 ----------------------------------------------------------------- LABC3300-003 0 /01/2004 Rates Fringes Laborer: Gun_te GROUP 1. . . . . . . . . . . . . . . . . . . . . $ 22.84 -.. . - GROUP 2. . . . . . . . . . . . . . . . . . . . $ 21.99 15 .71 GROUP 3. . . . . . . . . . . . . . . . . . . . $ 18.35 15.71 Laborer: Tunnel GROUP 1. . . . . . . . . . . . . . . . . . . . $ 23.57 12 .19 GROUP 2. . . . . . . . . . . . . . . . . . . . $ 23.89 12 .19 GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 24 .35 12 .19 GROUP 4 . . . . . . . . . . . . . . . . . . . . .$ 25.04 12 .19 Laborers: GROUP 1. . . . . . . . . . . . . . . . . . . . .S 2C. 6C 12 .13 http:!Ifrwebgate.access.gpo.gov/cgi-bin/getdoe.cgi?dbname=Davis-Bacon&docid=CA200... 9123/2004 VVIA13 UuCuillCIIL rage i z or nu GROUP 2 . . . . . . . . . . . . . . . . . . . . .S 21. 15 12. 13 GROUP 3 . . . . . . . . . . . . . . . . . . . . .S 21.7C 12. 13 GROUP 4 . . . . . . . . . . . . . . . . . . . . . S 23. 25 =2. 13 GR0 P 3. . . . . . . . . . . . . . . . . . . . . $ 23. 6C 12. 13 FOOTNOTE: GUNITE FREM13M FAY: Workers working from a Bosn'n's Chair or suspended from a rope or cable shall receive 40 cents per t u_ above the foregoing applicable classification rates. Workers doing cut_te ana o shotcrete work in a tunnel shall receive 35 cents per hod_ above the foregoing applicable classification rates, paid on a portal-to--portal basis. Any work performed on, in or above any smoke stack, silo, storage elevator or similar type of st__. o.:re, when such structure is in excess c_ 5' 2" above ,rase level and which work must be perf=^'"C'.':e^ in whole or in part ::are _r.an 75'-0" above base _ever, teat work perforr~ed above he 15'-J" level shall be compensated for at 35 cents per hour above the applicable classification wage rate. LA=OR_R CIASSIFICA7ICKS GROUP 1: Cleaning and handling of panel forms; Concrete screedinc for rough strike-off; Concrete, water curing; Cemoliticn laborer, the cleaning of prick if performed by a worker performing any other phase cf demoLi=ion work, and the cleaning of lumber; Fire watcher, limber, brush loader, piler and debris handler; Flag person; Gas, oil and/or water pipeline laborer; Laborer, asphalt-rubber material loader; Laborer, general or construction; Laborer, general clean-up, Laborer, landscaping; Laborer, _et..ing; Laborer, ret:porary water and air 'fines; Material hose operator (walls, slabs, floors and decks; , Plugging, filing of s:_ee bolt holes; Dry packing of concrete; Railroad maintenance, repair track person and road beds; Streetcar and railroad construction _rack laborers; Rigging and signaling; Scaler; Slip form raiser; Tar and mortar; Tool crib or tool house laborer; _raffia control by any ...ezho•d; ',•undow cleaner; Wire mesh polling - all concrete pouring operaiLons GROUP 2: Asphalt shoveler; Cement dumper (on 1 yd. or larger mixer and handling bulk cement); Cesspool digger and installer; Chucktender; Chute handler, pcurir_g concrete, the handling of the chute frog:. readymix _rucks, suet as wall_, slats, decks, floors, foundarion, focoings, curbs, gutters and sidewalks; Concrete curer, impervious membrane and form oiler; Cutting torch operator (demolition) ; Fine grade,, highways and street paving, airport, runways and similar type heavy ccr_structior.; Gas, cK and/or water pipeline wrapper - pain render and form person_; Guinea chaser; aeadewboard person. - asphalt; laborer, packing rod steel and pans; Membrane vapor barrier installer; Power broom sweeper (small) ; Riprap stonepaver, placing stone or wet sacked concrete; Rotc scraper and tiller; Sandblaster (pc= tender) ; Septic tank digger and insta_ler(lead; , Tank stealer and cleaner; Tree climber, faller, chain saw operator, Pittsburgh chipper and similar type brush shredder; Underground laborer, including caisson bellower GROJF 3: Buggymobile person; Concrete cutting torch; Concrete http://f vebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CA200... 9/23/2004 ., ate... ._...- ��... «�...�.... .wb.. ... ... .-.. pile cutter; Driller, jackhaumer, 2-1/2 ft. drill steel or longer; Dr--pak-it machine; Gas, cil and/or water pipeline wrapper, ry 6-i n. _ ipe and over, by any method, inside and .o ; High sca !including drilling o same) , Hydro seeder and similar type; Impact wrench multi-plate; Nett-e person, pot person and workers applying asphalt, lay-kold, creosote, lime caws is and similar type materials ("applying" means applying, dipping, brushing or handling of such materials for pipe wrapping and waterproofing) ; Operator c: pneumatic,eumatic, gas, elecoric tcKs, vibrating machine, pavemenz wreaker, air biasing, come-alongs, and similar mechanical tools not separately classified herein; Pipelayer's backup person, coating, grouting, making of joints, sealing, caulking, diapering and including rubber casket joln7s, pointing and any and all other services; Roc{ sling r; Rotary scarifier or multiple head ccncre e chipping scarifier; Stec! header board and guide-line set er; Tamper, :arko, Wacker and similar type; 7rencl=n; machine, hand--propelled GROUP 4 : Asphalt raker, lute person, ironer, asphalt dump person, and asp _a__ spreader boxes ,ate_ types); •.,c :rote core cutter (',palls, floors or ceilings; , grinder or sander; Concrete saw person, cunning walls or flat work, scoring old or new concrete; Cribber, shorer, lagging, sheeting and trench bracing, hand-guided lagging hammer; Head rock sl-nger; laborer, aspha rubber diszributcr boot person; Laser pees.; in connection with lab.crers' work; Cversize ccncretc vibramor operator, 0 lbs. and over; ripe-aver performing all services in the laying and installation of pipe from the point of receiving pipe in the ditch until completion of operation_, including any and all forms of tubular material, nether pipe, _meta--ic or ncn-::Leta!-ic, conduLz ant any other stationary type of tubular device used fog ,.:e conveying of any substance or element, :::nether Water, sewage, solid gas, air, or other product whansoeve r and without regard to the nature of material from which the tubular material is fabricated; plc-joint pipe and stripping of same; Prefabr'-cared manhcie =nsta_ler; sandblaster (nozzle person! , water blasting, ?crta Shct-_laSt GROUP : Blaster powder, all work of loading :voles, _ lac_-_ and blasting of all powder and explosives of whatever type, regardless of method used for such loading and placing; Driller: All power drills, excluding jackhammer,miler, whether core, diamond, wagon, -rack, _ ul,-pie .snit, and any and all of her types of mechanical dril-s wizh _t regard to ^.e form of motive power; Toxic waste removal TUNNEL LABORER CLASSIFICATIONS GR03P 1; Batch plan- laborer; - ll gang nucker, track person; Changehouse person; Concrete crew, including ro er add spreader; Dumpperson; Dump person ;outside) ; 5wamper (brake person and switch person on tunnel work) ; Tunnel materials handling person GROUT 2: Chuc{tender, cabletender; Loading and unloading a,itazo cars; Nipper; lot _ender, .:sing mastic or coher materials ifor example, DLit not ty way of limitation, http://fnvebgate.access.gpo.gov!cgi-bin/getdoc.egi?dbname=Dav is-Bacon&docid=CA200... 9/23/2004 WAl5 Uocument Ketrieyal Age 14 of 20 shoncre:e, etc. ) ; Vibrator person, tack hammer, pneumatic tools (except doilLer) GRCUP 3: Blaster, driller, ponder person; Chemical grout ;et person; Cherry picker person; Grout gun person; Grout mixer person; Grout pump person; Jackleg miner; Jumbo person; Kemper and ether pneumatic ic, concrete pacer operator; Miner, rvnneL ;;and or machine; ; Nozzle person, Operating o troweling an&cr grouting machines; Powder person (primer house) ; Primer person; Sandblaster; Sho-c-ete person; Stee- forn raiser and setter; Timber person, ret_mber person., wood or steel; Tunnel Concrete finisher GROUP 4 . Ciamond driller; Sandblasmer; Shaft and raise worn GUNTTE LA30RER ._,LASSIE_CA`fOFS GROUP 1: Nozzle person and nod person: GROUP 2: Guru person GR07F 3: Rebound person ---------------------------------------------------------------- * LAB00300-005 08/04/2004 Rates Fringes Flasterer tender. . . . . . . . . . . . . . .S 23.29 12. 11 ---------------------------------------------------------------- LAB00882-002 01/01/2004 Rates Fringes Asbestos Removal Laborer. . . . . . .5 22.00 9.20 SCOPE OF WORK: Incldes site mobilization, initial site cleanup, site preparation, removal of asbestos-containing mazer'-a1 and rox'_c waste, encapsulation, enclosure and disposal of asbestos- containing_ materials and toxic waste by hand or it:^ ,eq ipmenn or machinery; scaffolding, fabricaticn of _emporary wooden barriers and assembly of decontamination stations. ---------------------------------------------------------------- LABO1184-001 07/01/2CC4 Rates Fringes Laborers: STRIPING/SLURRY SEAL GROUP 1. . . . . . . . . . . . . . . . . . . .$ 22 .16 10.39 GROUP 2. . . . . . . . . . . . . . . . . . . .$ 25.41 1C.39 GROUP 3. . . . . . . . . . . . . . . . . . . .S 25.34 1C.39 GRO F 4 . . . . . . . . . . . . . . . . . . . .$ 27 .0- 10. 39 LABORERS - STRIPING CLASSIFICATIONS GROUP 1. F,otec,ive coating, pavement sealing, including repair and filling of cracks by any me-.hod on any sur=ace in parking lots, game courts and playgrounds; carstops; operation or all related machinery and equipmenn; equipment http:/:'frwebgate.access.gpo.goy/cgi-bin/getdoe.cgi?dbname=Da-'is-Bacon&docid=CA200... 9/23/2004 WAIF Document Ketneval rage 13 of zu V repair technician GRC39 2: Traffic surface abrasive blaster; pot tender - removal of all traffic lines and markings by any method (sandblas=_ny^, r;a=erblasting, grinding, e c ) and preparation of surface for coatings. Traffic control pe_so-_. cor..roll ing and directing traffic ohrough boo-. conven__onal and movi.ng lane clos:.res, operation of all related machinery and equipment GROUP 3: Traffic delineating device applicator: Layout and ap•plica=ion of pavement markers, delineating signs, rumble and =raffia wars, adhesives, guide markers, oVer traffic delineaz_ng devices including =raffia contr _. This category includes all =ra_fic relased surface preparation on (sandblasting. waterblasting, grinding) as cart of he application process. Traffic protective delinea=ing system .installer: removes, relocates, ins=a--s, permanenzly affixed roadside and parking delineation barricades, fencing, cable anchor, guard rail, reference signs, monument markers; operation of all related machinery and equipment; power broom sweeper CRO:._ 4 . Striper. layout and application of traffic strives and markings; hot zhe_Tc clastic; tape traffic stripes and markings, including traffic control; operation of all related machinery and equipment ---------------------------------------------------------------- FAIN0036-Col C1/C1/20C4 Razes Fringes Pain.ers: (1) Repaint including Lead khatement. . . . . . . . . . . . . . . . . . .S 22.25 6. 64 Q All Other Work: . . . . . . . . .$ 25.52 6.64 R=PAIN7 cf any struc ure r-i.th the exception of work involving the aerospace indus=ry, breweries, commercial recreational fac- lioies, he=q_s which cperaze commercia= establishments as part of Moe! service, and s o its fac__inies, tenant improvemer--= work not included in con4uncnion with _he construction of t o building and all repainting of tenant improvement projects. ---------------------------------------------------------------- PA-NC:C&-008 01/01/2004 Rates Fringes Drywall Finisher. . . . . . . . . . . . . . .S 26.63 5.23 ---------------------------------------------------------------- * PAINOC36-ClS 06/01/2004 Rates Fringes ges Glazier. . . . . . . . . . . . . . . . . . . . . . . .S 3C.20 10.35 F007NOTE: Additional S1. 23 per hour for work in a condo, from the zni:d (3rd) floor and V_ Additional $1.25 per hour for work on the outside of the Milding from a swing hnItYRoTbgme.acca&gpo.goWegi-bin/getdoe.cgi?dbname=Davis-Bacon&docid=CA200... 9/23/2004 ry-u3 uocumens minevai rage lb or �u state or any suspended con rivance, from the ground up ---------------------------------------------------------------- PAIN1247-0.2 01/01/20C4 Rates Fringes Soft Fic r layer. . . . . . . . . . . . . . . . 27.45 6. 55- PLAS0200-009 08/07/2002 Rates Fringes Plasterer. . . . . . . . . . . . . . . . . . . . . .$ 26.77 6.76 ---------------------------------------------------------------- Pl a05C0-CC2 C7/ /200i3 Rates Fringes Cement Mason. . . . . . . . . . . . . . . . . . .$ 24.00 13.25 ----_------------------------------------------------------------ PLUMCK E-001 07/C-/2003 Rates Fringes PREY.be /Pipet=tier (1) Work on strip Taws, liyh_z commercial, tenant improvement and remode= work: . . . . . . . . . . . . . . . . . . . . .$ 23.5 . EAC (2; Work cn new additions and remodeling of bars, restaurant. stores and co= ercial buildings nc_ to exceed 5, 030 sc. ft. of floor space. . . . . . . . . . . . . . . . .; 29.42 10 -23 (3) Landscape and Irrigaticn work: . . . . . . . . . . . .$ 23. 62 10.2= (4) Sewer and Storm Drain work: . $ 2C. 49 10.45 (5) A1- ct~er worK: . . . . . . . . .S 30.41 10.80 ---------------------------------------------------------------- PLUMC25C-CC2 09/01/2002 Rates Fringes Rerr_ceraticn Mechanic REFRIGERATION FITTER. . . . . . . .S 33. 1C 1C.40 ---------------------------------------------------------------- PIUM0345-001 C7/C1/2CO3 Fates Fringes Landscape & _rr_ga ion __vie. 0 23. 62 1C .21 ---------------------------------------------------------------- RCCFC036-002 03/31/2003 Rates Fringes Roofer PRE PARTR UpJ/froxbgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CA200... 9/23/2004 Duties limited =c the t fcllcw i nc: Roo` removal of any type of roofing or roofing material; or studding, or sweeping, and/or clean-up; and/or preload in, or in preparing the roof for application ..i roofing, damp and/or waterproofing materials. . . . . . . . . . . . . . . . . .$ 26. 17 C.BC ROOFER. . . . . . . . . . . . . . . . . . . . . .$ 25. 17 6.0� FOC='NOTE: Fizc= prer__r-... Work on wnict employees are exposed to pitch tch fumes or required to handle pitch, pitch base or pitch impregnated products, or any material containing coal tar pitch, t"e entire roofing crew shall receive S1. 5 her hour tor: premium" may. ---------------------------------------------------------------- SFCA0669-006 01/01/20C4 DOES X07 :NCIUDE SAN C-EMENTE IS=AND, THE CITY OF SANTA AND 1HA7 PART OF ORANGE COUNTY .:ITH=N 25 MILES OF T7 C LIMITS OF LOS ANGELES: Rates Fringes Sprinkler Fitter, Fire. . . . . . . . . $ 26.75 10.93 ----------------------------------------------------------------- SFCA070-30 0/01/20C4 SAN CLEMENTE :SAND, THE CITY OF SANTA ANA, AND THAT PART OF ORANGE COUNTY (THIN 25 MILES BEYOND THE CITY *_HITS OF LOS ANGELES: Rates Fringes Sprinkler Filter, Fire. . . . . . . . $ 31.23 14 .10 ---------------------------------------------------------------- SHEE0103-00.3 02/C1/2C04 INYO, KERN (Ncr=heast part, Eas_ of Hwy 395) , LOS ANGELES (IncLnd_ng Pomona, Claremont, Catalina island, -on_~ SeacN and -_area South of imperial , way and East o, the Los Angeles River) , MONO ORANGE, RIVERS=DE, AND SAN BERNARDINO COUNTIES Rates Fringes Sheet metal worker (1) Commercial - New Construction and Remoiel work. . . . . . . . . . . . . . . . . . . . . . . .$ 29.79 13.45 (2) Industrial work including air pollution control systems, noise abatement, hard rails, guard rails, excluding aritechtural sheet metal work, excluding A-C, heating, ventilating htnp:';'frwebgate.access.gpo.gov.!cgi-bin;'getdoc.cgi?dbname=Davis-Bacon&docid=CA200... 9/23/2004 7r CIiJ LJV4U1l1L11L 1\4 L114 YQ1 1 Q'C lU U1 nu systems for human comfor_. . .$ 26. 45 17.09 ---------------------------------------------------------------- TEAMCOII-004 C /C1/2003 Rates Fringes truck drivers. GROUP -. . . . . . . . . . . . . . . . . . . .S 22. 34 12.84 GROUP 2 . . . . . . . . . . . . . . . . . . . .S 22. 49 12.64 GROUP 3. . . . . . . . . . . . . . . . . . . . $ 22. 62 12.84 GROUP 4 . . . . . . . . . . . . . . . . . . . .$ 22.81 12.84 GROUP 5. . . . . . . . . . . . . . . . . . . .$ 22.75 12. 94 GROUP 6. . . . . . . . . . . . . . . . . . . .$ 22.6-7 12.84 Gawp 1. . . . . . . . . . . . . . . . . . . .$ 23. 12 12.84' GROUP 8. . . . . . . . . . . . . . . . . . . .$ 23.37 12. 84 GR03P 9. . . . . . . . . . . . . . . I . . . . $ 23.57- 12.84 GROUP _C. . . . . . . . . . . . . . . . . . . .$ 23. 87- 12.84 GROUP 11. . . . . . . . . . . . . . . . . . . .$ 24 .3-7 12.84 TRUCK DRIVER CLASS-EICATIO\S GRCU 1. _ruck driver GROUP 2. :giver of ve~icle or combination of vehicles - 2 axles; Traffic control pilot car excluding moving heavy equipmeno permi_ load; Truck-mcur_ted broom GROUP 3: Driver of vehicle or combination of vehicles - 3 axles; Boot person; Cement mason distribution ruck; Fuel truck driver; Waner __..ck - 2 axle; Dump truck, less nhan 16 yds. rater level; Erosion control driver GR :._ 4 . Driver cf trans_.. -six truck, under 3 yds . ; Dumucrete truck, less than. 6-1/2 yds. ;saner level GROUP 5: Water truck, 3 or more axles; Truck greaser and tire person ?$0.50 additional for tire person:? ; Pipeline and utility working ,.ruck driver, including winch _ruck and plastic fusion, limined to pipeline and utility work; Slurry truck drive; GRCUT 6: Transin mix track, 3 yds . or more; O•umperete truck, 6-1/2 yds. water level and over; Vehicle or combination of vehicles - 4 or more axle; Oil spreader truck; Dump truck, 16 yds. to 25 yds. water level GROUP A =rare, Swedish crane or similar; Fcr'klifz driver; Ross carrier driver GROUP 8 : Dump trick, 25 yds. no 49 yds . eater level; Track repair person; Water purl - single engine; Welder GROUP 9: Truck repair person/welder; Lour: bed driver, 9 axles or over GROUP 10: Gump truck - 50 yds . cr more water level; Water poll - single engine with annachment GROUP 1-. Waner pull - train engine; Water puLl - twin engine with atnachwents; Winch nruck driver - 31.25 add___cr_a_ when operani ng winch or similar special annachmer_ns ---------------------------------------------------------------- hap:/if vebgate.access.gpo.govicgi-bin/getdoc-egi?dbname=Davis-Bacon&docid=CA200... 9/2'V2004 WELDERS - Receive rate prescribed for craft performing cperavi on to which welding is incidennal.. Unliscec classifica:ions needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CER 5. 5 (a) ; (= ) ) . ---------------------------------------------------------------- In the listing above, the "SY designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose Yates have been determined to be prevailing. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1. ) Has tFere been an initial decision in =he matter? 7his can be: an eKs0 g published wage deterninat_on a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a :gage determi.na_ion matter a ccnfcrC"!ance !additional classification and rate) ruling on survey related Eat=ers, initial contact. 1!"i:.luding re ::es's for summaries of surveys, s':cl:ld be with he :;'age and our Regional Office for the area in which the survey was condo led because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is nc= satisfactory, then the process described in 2 . and 3. ) should be followed. With regard _o any other matter not yet rice for the formal process described here, initial contact should be with the Branch of Construction Face Determinazions. Write to: Branch: of Ccnstrzczi on :':age Ce_erminat_ons Wage and Hoer Division U.S. Departmen7 of Labor 20C Constitution Avenue, N.W. Washington, DC 20210 2. ) if the answer =c the question in 1 . ) is yes, then an inz erested party (t'cse affected by the a r_cn; can request review and reconsideration from. zhe Page and -our Administratcr (See 29 CFR far.. 1. 6 and 29 CFR :art . Write to: Wage and Hour Administrator U.S. Departmen= of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 ;'re request should be accompanied by a _..__ statement of the hap://fhvebgate.access.gpo.goy/cgi-bin/getdoc.cgNbname=Davis-Bacon&docid=CA200... 9/23/2004 •.:u.� LVV Ulaab LaL LtLu14•'ua - - --- -1 Cl�'4 �.V Vl LU interested parry's position and by any information (wage payment data, project description, area practice material, etc. ) that the requestor considers relevant to the issue. 3. ) If L e decisi„__ of Me A minisrratcr is noz favorable, an interested party mz appeal direazly e she ='.dmznistrative Review 3oard (- rmar_y the age Appeals Board) . Write to: Administrative Review Board U.S. Department of labor 200 CcnstiZution Avenue,.:,e, N.W. G':as} ngzcn, DC 2010 4 . ) _.__ decisions by _^e Adminl5trative Revie:•. 3oa-d are final. END OF GENERAL DECISION hap:hThvebgate.access.gpo.govicgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CA200... 9!23/2004 jo CITY OF HUNTINGTON BEACH U�U 2000 MAIN STREET CALIFORNIA 92648 OFFICE OF THE CITY CLERK JOAN L. FLYNN CITY CLERK 1 - 1z - os To: 24U kA(A) Enclosed please find your original bid bond issued by /- .b&Y.,/Y SiT for Joan L. Flynn City Clerk JF:pe Enclosure g;follo%%upicashcondretcmb:dbond.doc (Telephone:714-536-5227) �► Q Construction Co., Inc. License# 771279 Glass A 5102 Gayhurst Avenue AO it Baldwin Park, CA 91706-1814 Office: (626) 960-T787 t ! �� Fax: (626) 960-7897 MB4e O www.bubato.com v"Ott G info@bubalo.com City of Huntington Beach 2000 Main Street Huntington Beach, CA 92648 Proposal For: Alaba ma St. Storm raien Joliet Ave. to Olive Ave. Cash Contract No. 1214 Bid Opening: DO NOT OPEN BEFORE October 12, 2004 09/23/2004 07:01 8183485472 L A XCESS PAGE 01/02 Fidelity and Deposit Company POST OFFICE BOX 1227 OF MARYLAN,D BALITMORZ MD 21203-1227 AID BOND Rid Dole: KNOW ALL MEN BY THESE PRESENTS: That we, Mitre Hubalo Construction Co,, Inc.. 5102 Gavhurat Ayrnue. Bddwln Park. CA 91706 as Principal, (hereinafter called the "Principal', and the YWELITY POI OMP Y OF YL AP.O. ox 1227,_Paltimote. Mlt yllgd 21203, a corporation duty organized under the laws of the State of Maryland, as Surety, (hereinaRer called the "Surety'), art: held and firady bound unto City of Hantington Beach. 2000 Main St eh lira b A 92fdg Obligee(hvreine called the"Obligee'), in the sum of Ten.1'ercent Of 1-0-W 9MgUnt HA Dollars (314%] 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 Alabama St.Storm Drain improvements Joliet Ave.to Olive Ave. 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 shaU 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 retrain in full farce and effect. Signed and sealed this 23nd day of SIMrnber A.D-,2004 ilce B Inc. --------------------—---—----------------Witness Ptincipat David Sorel.Vlce ?resident Title FID LI U AND DEPO COMP 5 r r - � --------------------------------- --witms - - li {r - - C. AG el Henley,Attvrn�ey in Fact [tlif-Sin.1•!2 tlili4 Colo mt to Amnion Wim d Arcb'IMM segment k310 ►tb+�ury NT0 E6ken 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 PAUL C. ROGERS,Vice President,and T. E. SMITH,Assistant Secretary, in pursuance of authority granted by Article VI,Section 2,of the By-Laws of said Company, w i set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof d s K* 'nate,constitute and appoint C.Michael HENLEY,of Canoga Park,California, its true a e A o�n-Fact,to snake, execute, seal and deliver, for, and on its behalf as surety,and : a d undertakings,and the execution of such bonds or undertakings in puts o enjA, g upon said Company,as fully and amply, to all intents and purposes,a wledged by the regularly elected officers of the Company at its office in ,!n ns. This power of attorney revokes that issued on behalf of C. Michae dgle�YJan The said Assistan2c o t the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2,of the By- y,and is now in force. IN WITNESS W 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 15th day of April, A.D. 2003. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND w By: T. E_ Smith Assistant Secretary Paul C. Rogers Vice President State of Maryland 1 f ss. City of Baltimore On this 15th day of April, A.D. 2003, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and T. E. SMITH, 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. rw Sandra Lynn Mooney Notary Public My Commission Expires: January 1, 2004 POA-F 012-4874 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I,the undersigned,Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 1 Oth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether trade heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this day of t41 Assistant Secretary 4 i 4.1 State of California County of Los Angeles K rr� r On, before me, Veronica Lynn Sognallan, Notary Public, personally app ared C. Michael Henley who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the some 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 s the instrument. ae WITNESS my hand and official seal. a f r eronica Lyn onlri Notary Public k F' VERON'ICAL Nei!# Cnrnmis-,lnn r7 1238050 ;- r- Ncdary Public-Cal fom:a 2: Loe Angerea Cou n!y r� �i - CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California ss. County of Los Angeles On October 12, 2004 , before me, Anton Brkic, Notary Public, personally appeared Dave Sorem, 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. ------------ ANION BRKIC COMM.#14esm NOTARY PUBLIC,CALIFORNIA LOS ANGELE8 COUNTY My COMM.EvIn.ruW9,24DB nton Brkic, Notary Public SECTION C PROPOSAL for the ALABA IA STREET STORM DRAIN IMPROVEMENTS From JOLIET AVENUE TO OLIVE AVENUE CASH CONTRACT No. 1214 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MENIBERS OF THE COUNCIL OF HU:NTIN GTONT 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 Iabor, 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 100 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 andor 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 �Ndll be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvenise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-t If awarded the Contract, the undersigned agrees that in the event of•the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGEN CY'S notice of award of contract to the BIDDER,the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option. be considered null and void. Accompanying this proposal of bid, find a Lcr'�64 in the amount of S 46 Qwhich 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 Sin re C-2 PROJECT BID SCHEDULE :Estimated. Extended:-:. .Vo.... �l tinntti written iri<wot-ds :::Gnit:Price :A 11u t: 1 1 Mobilization L.S. C. NF_ HIJObab TAOU5APL Dcllars 5 Sl O O Ze9_0 Cents Per L.S. 2 l T rai*-k Control L.S. :,T Tln16NTI TIAOUSAt-JO Do:lers SA0,000 SZ06 ID ZERO Cents Pe: L.S. 3 1 Sao:ing&Bracing L.S. :a• Tµ tfLrY THoUSA+aD Do!!ars S 0.ow S 30,0b o- ZEID- Cents i Per L.S• ! 4 216 Instal 24"HDPE Store Drain Laterals L.F. DOG NuNbRAFD Jaj4 jj J6NT I Dollars S Lr� - - S ZE2D Cents Per L_F. - 5 3675 Instaa 42"HDPE Szonn Drain Main L.F. 0, TWD kr%alrcd &'AfCCV) Dollars $ 24---Q Cents Per L.F. 6 13 Construct Junction Structure,Type D EA. "m 1 DUJHOu5m ____ Dollars $ yZ9,00 S_172000 ZeQp Cents Per EA, 7 1 Construct Concrere Colla: EA. r One TRw,--a0.8 Dollars S 4O 0 S 4900 ?P—Q.o Cents Per EA, $ 8 Construct Catch Basin&Local Depressicn EA, Ca Sty, ThousGir.�i DO:1 s 5 4P,00 S err? Zep-0 Cents Pe: EA. 9 905 Remove&Replace Curb,Gutter&Sidewalk L.F. @ TWewY �Iqg Dollars S�� - S 2Z2 Cents Per L.F. 10 1 Remove and Replace Exist;ng Handicap Rama EA. r Fuc.TV)otiscrid Doilars s 600 s 5606 _ zIGqo Cents Per EA. C-1 s Yi,UJt: _T Bill bf—HEDULL Estimated tetra:ate antt price:.:. : ]Extended:::,. :Nd ::: .Quannfv :: :r then�n=tivor�s ::a;nilPrtce ..::4maunt. 11 76 Protec::Repllaac�e Exisring Utility Service:.atera'.s S EA. Ey� I Vobeeb Dollars s DD $55 Cents Per EA. 12 2 Remove Inter:ering Porions of'.ya:er Line.construct Inverted siphon assernbly EA. E19jeo Thousand Dollars S ZZt0O ZERO Cems Per EA. 13 1 Remove Interfering Portions of Water Line.construct Siphon assernbh_- EA. �: Teo TI cu_cAA Doi:ar3 S av S` o0 �� Cents Per EA. — 14 j Remme and Relocate:rlerfering Portions of Sewer Line EA. a �1y� T1'iwsar1� Doliars S S d d0 Cenu Per EA. lfi 2 Install A;rNacuum Re:ease per City Standards EA. ThouSarul TWO 000DDE0 Do:iars ZERO Cens Per EA. if 108620 <:t:rry Seal:Type 1.fu:i wridth of traveled way on Alabama S:. S.F. ZER'D Doi:ars $ Q, S y �✓� Cents Per S.F. 17 1 Replace Existing Pavement Striping per City Starards LS @ Tc n T ioozsa m Dollars s A9,OQO S10, 600 ZEQ O Cents Per LS Project Signage(8'x 4'1 Verbage to be due-n:ined at a later date 18 2 (Samples in Specifications) Eq. q Ord 1 hDt-rta,,d Dollars $ OOO Cem.s Per EA. Total Amount Bid in Figures: S 1 a S2 I DO D D Total Amount Bid in Words: ONE NI I[..L1 of J TWo/4�rJD2ED AnJD Fycry TwD .................................................•................................•..............................................................................................................................•......•..•............................................ THOUSAND ONE HUNDRED LOLL kS ANb 2620 OZWT.S C-2s LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor. Portion Name and Address of Subcontractor State License Class o ZYork . ? Number 14- trb P K SI�v Ali�+e•i-4x Avholf. coae"J'� 6A 'fZ�i s zz'`1 d'Y 4 i ii J i 1 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 fuunished by subcontractor for this project. G3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of Dxangc—1-c-,AkCjF-c.-Fs i)t�lV]�:- SU-E\K-A . being first duly sworn. deposes and says that he or she is of ,ALn CQgSL. co . the parry making the foregoing bid that the bid is not made in the interest of. or on the behalf of any undisclosed person, partnership, company, association; organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any oche: bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner; directly or indirectly, sought by agreement. communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization; bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Name of Bidder Signature of Bideer f5r Oo2 6Ay t-IUCST /iUE�. !�A LZV r N p. -QZ, Address of Bidder CA -. q/70(0 Subscribed and sworn to before me this �2 day of Qi� , 200-4. ra.; . ANTON BRKIC COMM.#14M0015 . NOTARY PUBLIC,CALIFORNIA LOS ANOELE8 COUNTY My Cam m.expires July 2.20M I`OTARY P[,YBLIC ' NOTARY SEAL C-4 UTILITY AGREEMENT HONORABLE NL-kYOR AND CITY COUNCIL CITY OF 111U-N-TINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the ALABAMA STREET STORM DRAIN 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'?700, as follows: "Qualified Person: A person it-ho, by reason of experience or instruction, is familiar tivith 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. D C o NC. Contract By S e Title Date: 2 /0 4 C-s DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 1431M. the Bidder shall complete, under penalty- of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation:' ❑ Yes IA 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. 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 requires 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. u Co sT_ . 1 N C . Contract r By S6CQ-E Title Date: 10 /I a./O 9- C-, UNDERGROUND SERVICE ALERT IDENTIFICATION \�L;VIBER (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 Men Identification Number, call Underground Service Alert at 1-800-422-4133 a minimum of nN.-o working days before scheduled excavation. Dig Alert Identification .Number: Tp BF, D IEJEL �I QF-D Co QST- Co .+ ! PC. Contr r _ By Title Date: (O/1a /O Note: This form is required for every Dig Alert Identification JVIImber issued by [".S.A. during the course of the Work. Additional forms may be obtained/torn the AGENCY upon request. C-8 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: LA k)LSh-U—b4 O C,O N ST9—Q C.T 1 o N GO • . 1 N C Bidder Name Business Address City, State Zip OUD - grgr7 Telephone-Number r1 f — S State Contractor's License'No. and Class l l / /C1(5� Original Date Issued o /n Expiration Date The work site was inspected by pave ,So1 [u, of our office on Dom-. _c , 2004. The following are persons, firms, and corporations having a principal interest in this proposal: 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. STD tom Co . !NC-• Comp � am Signature of Bidder V E SOLE►mil Printed or Typed Signature Subscribed and sworn to before me this hl— day of aLAw ` , 200 . ANTON BRKfC COMM.#1496305 'OTARY PUMIC,CALIFORNIA L OS ANGELF5 COUNTY MY;Comm,Expires July 2,2008 NOTARY PUBLIC NOTARY SEAL Listed below are the names, address and telephone numbers for three public agencies for tivhich the bidder has performed similar work within the past two years: e;0'e- 416 cl't J k 1. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed 2. _ Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed 3. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed BIDDER'S CERTIFICATION* HOUSNG ANID URBAN DEVELOPMENT ACT OF 1968 AS A-N[MENDED IN 1992, SECTION 3 TITLE 24, Code of Federal Regulations. Part 135* Economic Opportunities for Low and Ven,Low-Income Persons The bidder, under penalty of perjury, certifies that except as noted below, any person associated therewith in the capacity of owner. partner, director, officer, or manager(initial the applicable selections): Will ensure that 10% of all new hires as a result of this project shall meet all requirements of Section 3 of CFR Part 135 of the HUD Act of 1968; or Will hire no new employees in conjunction with this project. Will award 10% of its sub-contracts to Section 3 businesses. This certification shall apply to the prime contractor's sub-contracts related to this project. Contractor: LA I V E _?)Q6A(.0_ C_D u S I. Co., t tyC. Contact Person: -�)p,v e SOQ_Et--A Contact Phone: to Signed: Date: '"Note: The above certification is required by the Department of Housing and Urban Development (24 CFR 135 and Subtitle A et al) and must be submitted by the bidders and proposed sub-contractors only in connection with contracts and subcontracts which are subject to Section 3 of the 1968 Housing and urban Development Act, as amended in 1992 (HUD). Previous non-compliance with Section 3 could result in disqualification. C-1 l Statement of Qualifications Co ra Fulfil men Mike Bubalo Construction Co., Inc. has the ability to perform the contract in a timely, competent and acceptable manner, including, but not limited to, having available and committed to performance of the contract: a. Adequate Financial resources; b. Necessary licenses, organization, experience, accounting controls and operational controls; C. Sufficient personnel with the necessary expertise and technical skills; d. Necessary production, construction, and technical equipment and facilities; and e. Contracts or other binding arrangements with responsible subcontractors to do all work not to be performed by the prime bidder. History of Contract Performance: Mike Bubalo Construction Co., Inc. has a record of satisfactory performance on contracts for the life of the firm, and by their officers, including, but not limited to: a. No suspension or revocation of any relevant professional license,or significant fines or penalties, for failure to comply with substantive licensing requirements; b. No termination for default of any contract, nor significant failure to perform timely or in accordance with the proposal, pans and/or specifications; C. No significant failure to comply with labor laws and regulations, including, but not limited to, laws pertaining to timely payment of wages, payment of prevailing wages, sexual harassment, child labor and timely payment of all obligations to subcontractors, vendors, suppliers and truckers; d. No significant disregard for the personal safety of employees, other personnel on construction sites, or the public (repeated or multiple failures to comply with safety rules, regulations, or requirements can be considered as significant); e. No significant violation of Workers'Compensation laws; f. No significant failure to comply with laws and regulations prohibiting discrimination or promoting equal employment opportunity; and Q. No significant violation of local, state o federal environmental protections laws, rules, regulations, or requirements including those related to the unauthorized or un- permitted discharge of pollutants, including wastewater. Record_of Ethics and Business Practice: Mike Bubalo Construction Co., Inc. has a satisfactory record of integrity and business ethics for the life of the firm and by their officers, including, but not limited to: a. No conviction of a crime involving bidding upon or performance of a local, state or federal government contract; D. No conviction of a crime involving serious moral turpitude, a fundamental lack of integrity, or the knowing disregard of the law; and Subcontractor Relations: Mike Bubalo Construction Co., Inc. has a proven record of appropriate business ethics toward subcontractors, including, but not limited to, the following: a. Demonstrated knowledge of and compliance with federal, state and City of Los Angeles laws and regulations pertaining to utilization of subcontractors and business practices toward subcontractors; b. Demonstrated commitment to practices of good faith and fair dealing toward subcontractors; and C. Demonstrated record of satisfactory performance of contractual obligations owing to subcontractors, including timely payment. The following subcontractors have performed satisfactory work on our previous projects: Subcontractor Firm Work Performed PCI, Inc. Pavement Delineation Toomey Industries Traffic Control Maintenance Cut Core Demolition Saw cutting West Coast Concrete Cutting Saw cutting LnA Concrete Concrete Structures/Flatwork All American Asphalt Asphalt Paving Lowers Welding Welding Barney's Hole Digging Auger Drilling BDK Trucking Trucking Bonding &Insurance: Mike Bubalo Construction Co., Inc., has not failed to submit all required bonds and insurance documents upon notifications of award of the contract by the awarding agency and in the time frame designated in the bid documents. Bidding History: Mike Bubalo Construction Co., Inc., has not failed to submit requested, additional information by the date and time specified by staff after receipt of bids or proposals but prior to the award of the contract. Mike Bubalo Construction Co., Inc. Company History: Mike Bubalo Construction Co., Inc. began work under its present organization as a corporation in 1999. Presently we have 7 projects with government agencies. Mike Bubalo, owner, and Dave Sorem, General Manager, have extensive underground construction experience. Mike Bubalo Construction Company has been in business since 1974 as an individual general contractor and performing construction services for Steve Bubalo Construction Co., Inc. prior to incorporation. Key Personnel.• Mike Bubalo was General Superintendent for Steve Bubalo Construction Co., Inc. whose responsibilities included supervision of construction projects that ranged in cost from $500,000 to $14,000,000. Mike Bubalo has owned and operated his company since 1974. Dave Sorem is General Manager of Mike Bubalo Construction Co., Inc. Dave was also employed by Steve Bubalo Construction Co. Inc. as Project Manager from 1992 to 1999. His responsibilities included project management, estimating and engineering duties for all construction projects. Prior to employment with Steve Bubalo Construction Co., Inc. Dave Sorem worked for the Los Angeles County Department of Public Works, Design Division from 1982 to 1992 as a Civil Engineer III/Section Head. Anton Brkic is Project Coordinator for Mike Bubalo Construction Co., Inc. Anton was also employed by Steve Bubalo Construction Co. Inc. as Project Coordinator from 1993 to 1999. His responsibilities included project scheduling, permit review, submittals, loss control and procurement for all construction projects. Technical QualificaYons- Mike Bubalo Construction Co., Inc. has the unique ability to perform all of the required elements for a successful and prompt construction project"in-house". We have the ability to provide civil engineering tasks that include: Shoring design CPM Scheduling (Suretrak 3.0) SWPPP Preparation Utility conduit design Dewatering & Bypass Design Traffic Control Detour Plans Underground structure design Site specific safety plans In addition to these skills, we have assisted utility owners in liaison coordination and permit review. Emergency repairs that might require participation from agencies outside of the Owner's control will penefit from our experience with various federal, state and local agencies. Current Manpower Resources; Mike Bubalo Construction Co., Inc. is signatory to the Operating Engineers Union and Laborers Union. All of our current field personnel have a minimum of 10 years experience. We have supervisory and field personnel trained and certified to work in hazardous material zones (HAZWOPR certified). Field Supervision/Foreman Steve Bubalo, Nick Bubalo DAVID D. SOREM, P.E. EDUCATION University of Southern California, Los Angeles, CA 8/84 to 5/85, graduate courses, Advanced Steel and Concrete Design California State University of Los Angeles, Los Angeles, CA 4/83 to 12/83, graduate courses, Engineering Application of Computers and Advance Structural Analysis. Forth Dakota State University, Fargo, ND Bachelor of Science, Civil Engineering, 11/81 Moorhead State University, Moorhead, MN Pre-engineering, 8/77 to 8/80 EXPERIENCE Mike Bubalo Construction Co., Inc. 1/00 to present Manager and Partner of Mike Bubalo Construction Co., Inc. Responsibilities include management, estimating, engineering and general operation of the corporation. Steve Bubalo Construction Co., Inc. 6/92 to 12/99 Project Manager Responsibilities include staff support and estimating for the construction of sewers, storm drains and water lines. Los Angeles County Department of Public Works (formerly Los Angeles County Flood Control District), Alhambra, CA 4/89 to 6/92 Section Head — Design Division, Contracting Section Responsibilities include the supervision of engineering staff for the preparation of plans and specifications for Public Works projects, the review and selection of consultants and negotiating contracts for their engineering services. Additional responsibilities include providing technical assistance to County Counsel and the presentation of projects to County Administration and other agencies. Total construction dollar amount- $90 million. 4/88 to 4/89 Unit Head — Design Division, Contracting Unit Same responsibilities listed above as Section Head. Total construction dollar amount- $20 million. 8/87 to 4/88 Project Engineer— Design Division,Technical Support section Act as the Department's Project Engineer/Manager for the planning and design of drainage and roadway projects. Encompasses instructing and advising Consultants that prepare construction drawings for the Department, Processing change orders and seeing that the overall project is on schedule. Partial list of projects as Project/Manager include: -Lincoln-Pico-Kanter Low Flow Bypass Department's portion ( $430,000) -Harbor City Relief Drain ($8,300,000) 11/85 to 8/87 Project Engineer/Civil Engineer 1 —Design Division. Worked both in Structural Analysis Group and Technical Support Section. Same responsibilities as described previously in Project Engineer— Design Division. Technical Support Section with additional tasks of the Structural Analysis Group, which include analysis and preparation of construction drawings and specifications for Public Works projects. Worked as structural consultant to other Divisions and Administration within the Department. Performed structural review of permit submittals from private companies and public agencies. Partial list of projects as Project Engineer include: -Adams Blvd. Drain, Unit 1 and 2 ($6,200,000) -Poplink Drain, Unit 1 ($2,600,00) -Adams Blvd. Drain, Unit 3 ($6,250,000) -No. Torrance Relief Drain Concept Report -Adams Blvd. Drain, Unit 4 Concept Report -Little Tujunga Wash Bridge Stabilizer($490,000) -White Canyon Road; Phase 1 ($5,300,000) 12/83 to 11/85 Senior Civil Engineering Assistant, promoted to Civil Engineer 1, 2/85— Design Division, Structural Analysis Group. Same responsibilities as described above for the Structural Analysis Group 7/83 to 12/83 Senior Civil Engineering Assistant— Design Division, Project Design Section Performed design work for flood control projects. Typical assignments consisted of alignment, grading, hydraulic and structural analysis for storm drains, channels, debris basin and other flood control facilities. 2/82 to 7/83 Civil Engineering Assistant, Operation and Maintenance Division. Responsibilities included engineering for the maintenance and repair of dams, debris basins, spreading grounds, channels, and debris disposal areas. LICENCE State of California, RCE No. 38784 Project History 99-1 51h Street Interceptor Sewer, Broadway Trunk Sewer Replacement/Rehabilitation $792,091.21 Owner: City of Long Beach Water Department contract#WD-2350 Descriplion: 2,317 feet of 21"to 18"VCP Sewers Date Completed.' 6/00 Perrenr Completed: 100% Contact: Robert Villanueva, Project Engineer (562) 570-2340 1800 East Wardlow Road Long Beach, CA 90807-4994 99-2 Kagel Canyon Waterline to West Tank $209,070.00 Owner: Los Angeles County Department of Public Works Contract# 1985 Desmplian: 1,415 feet of 12"DIP and Steel pipe waterlines Date Completed: 3/00 Percent Completed: 1aa% contact: Ms. Angela George, Project Engineer (626) 458-4575 P.O. Box 1460 900 South Freemont Avenue Alhambra, CA 91802-1460 00-1 Kendall Drive Storm Drain $105,000.00 Owner: City of San Gabriel 425 S, Mission Drive San Gabriel, CA 91778-0130 (626) 308-2800 Engineer: Norris-Repke, Inc., 600 N. Tustin Avenue, Suite 250, Santa Ana, CA 92705-3736 (714) 973-2230 Descrip0n: 500 feet of 36", 24"& 18" RCP Storm Drain and appurtenant structures Expected Date Completed: 8/00 Percent Completed.' 100% Contact.' Douglas Benash, P.E., Senior Civil Engineer (626) 308-2800 00-2 Joint Outfall "C" Unit 4C Replacement Trunk Sewer, Section 1 $4,832,000.00 Owner: County Sanitation Districts of Los Angeles County Desorption: 5,169 feet of 54" RCP Sewers Date Completed., 4/03 Percent Completed., 100% Contact.' Jim Hansen, Resident Engineer (310) 830-8050 24501 South Figueroa Street Carson, CA 90745 00-3 Pump Station SD-13 Emergency Repair $35,600.00 Owner: City of Long Beach Water Department Description: Repair of 36" RCP Inlet Structures Date Completer- 5/00 Percent completed, 100% contact, Robert Villanueva, Project Engineer (562) 570-2340 1800 East Wardlow Road Long Beach, CA 90807-4994 00-4 12" Private Wastewater Sewer $130,000.00 Owner: Platinum Dyeing & Finishing, Inc. 355 North Vineland Avenue City of Industry, CA 97146 Design/Build Contractor: Mike Bubalo Construction Co., Inc. Description: 550 feet of 12" DIP Wastewater Sewer fine and appurtenant structures Date Completed: 7/00 Percent Completed, 100% Contact.' Mr. Young S. Hwang, President (626) 336-5161 00-5 Project 9037 Unit 2 Storm Drain $117,720.00 Owner and Engineer; Los Angeles County Department of Public Works Contract Description: 815 feet of 24" RCP Storm Drain Date Completed: 7/00 Percent Completed- 100% Subcontract For., Andrew Papac & Sons 00-6 Project 9037 Unit 2 Maine Ave Sewer Replacement $115,000.00 owner and Engwxw.- Los Angeles County Department of Public Works Contract Descrrprfon; 800 feet of 8"VCP Storm Drain Date Completed., 8/00 Percent Completed: 100% Subcontract For.- Andrew Papac &Sons 00-7 Cryogenic Oxygen Plant Sewer Replacement $165,000.00 Owner: County Sanitation Districts of Los Angeles County Descrrpton; 649 feet of IS"VCP Seaver Date Completed.- 09/00 Percent Completed; 100% Contact.' John Joyce, Resident Engineer (310) 830-8050 24501 South Figueroa Street Carson, CA 90745 00-9 S-12 Force Main, Belmont Shores/Heights Trunk Relief Sewer $2,165,181.00 owner: City of Long Beach Water Department Description: 3,724 feet of 2,V VCP and 4,289 feet of 12"DIP Sewers Date completed.- 04/02 Percent Completed., 100% conractl Robert Villanueva, Project Engineer (562) 570-2340 1800 East Wardlow Road Long Beach, CA 90807-4994 01-01 Spring &Temple Emergency Sewer Repair $33,711.16 owner: City of Long Beach Water Department Description: Emergency repairs to 120 feet of 8"VCP Date completed., 02/01 Percent Completed.' 100% CDntaeb' Robert Villanueva, Project Engineer (562) 570-2340 1800 East Wardlow Road Long Seach, CA 90807-4994 01-02 Vista Metals Foundation Excavation $143,648.23 owner: Vista Metals Corporation John McGovern 13425 Whittram Avenue, Fontana, CA 921335 (909) 823-4278 Prime Contractor: UDC Corporation. Description: Design and installation of a 47 foot deep by 20 foot square foundation shaft. Date Completed., 04/01 Percent Completed: 100% Contact: UDC Corporation Kenny Dougher, Project Engineer (909) 737-8580 1041 Kraemer Place Anaheim, CA 92806 01-03 151h Street Waterline Replacement $187,000.00 Owner: Los Angeles County Department of Public Works Tony Tagalli, Project Engineer 900 South Freemont Avenue Alhambra,CA 91802-1460 (562)904-6157 Description: 1,325 feet of 8"DIP Waterline and appurtenant structures. Date Completed.- 6/01 Percent Completed: 100% 01-07 21't Street Storm Drain $190,664.00 Owner: City of Manhattan Beach 3621 Bell Avenue Manhattan Beach,CA 90266 (310) 802-5358 Description: 960 of 18"to 48"RCP and appurtenant structures Date Completed: 11/01 Percent Completed: 100% Contact- Ed Kao, Project Engineer City of Manhattan Beach 3621 Bell Avenue Manhattan Beach, CA 90266 (310) 802-5358 01-08 Live Oak Springs Canyon Drain Unit II $2,166,260.00 Owner: Los Angeles County Department of Public Works Contract 900 South Freemont Avenue Alhambra, CA 91802-1460 (626)458-3144 Description: 890 feet of RCS, 1,400 of 18"to 48"RCP and appurtenant structures Date Completed.. 03/02 Percent Completed: 100% Contact- Los Angeles County Department of Public Works Contract Mark Bruschaber, Project Inspector 900 South Freemont Avenue Alhambra,CA 91802-1460 (626)458-3100 01-09 Figueroa Street Trunk Sewer $1,748,667.00 Owner: County Sanitation Districts of Los Angeles County 1955 Workman Mill Road, Whittier CA (562) 369-7411 Desrnpban: 6,150 feet of 10"to 27"VCP and appurtenant structures Date Completed: 09/02 Percent Completed.- 1000/0 Contact., Alex Manesh, Project Engineer Carson Field Office, 24501 Figueroa Street Carson, CA 90745 (310)830-8050 02-01 Limekiln Invert Access Repair $230,500.00 Owner: Los Angeles County Department of Public Works Contract 900 South Freemont Avenue Alhambra, CA 91802-1460 (626)458-3144 Desrnotion: 320 feet of Invert Access ramp and road/driveway. Date Completed.- 09/02 Percent Completed- 1000/0 Contact.. Chandra McLoud, Office Engineer Los Angeles County Department of Public Works Contract 900 South Freemont Avenue Alhambra, CA 91802-1460 (626)458-3100 02-02 Dominguez Gap Barrier Casing $68,000.00 Owner: Los Angeles County Department of Public Works Contract 900 South Freemont Avenue Alhambra,CA 91802-1460 (626)458-3144 Prime Contractor., Beylik Drilling, Inc. 5555. Harbor Blvd. La Habra, C4 90631 (562)691-0903 Description: 160 feet of steel casing pre-installed for future jacking. Date Completed: 08102 Percent Completed: 100% Contact: Bob Beylik Beylik Drilling, Inc. 559 5. Harbor Blvd. La Habra, C4 90631 (562)691-0903 02-03 Hermosa Avenue Storm Drain $2,065,020.00 Owner: City of Rancho Cucamonga 10500 Civic Center Drive P.O. Box 807 Rancho Cucamonga, CA 91730 (909)477-2700 Description: 1,200 feet of Reinforced Concrete Box and Pipe and related structures. Date completed., 12/02 Percent Completed., 1000io Contact: Richard Carillo, Sr. Inspector City of Rancho Cucamonga 10500 Civic Center Drive P.O. Box 807 Rancho Cucamonga,CA 91730 (909)477-2700 02-04 Charter Oak Invert Access Repair $119,496.00 Ownei: Los Angeles County Department of Public Works Contract 900 South Freemont Avenue Alhambra,CA 91802-1460 (626)458-3144 Des-npbon• 270 feet of Invert Access ramp and road/driveway. Date Completed: 10/02 Percent Completed: 100% Contact., Jaime Engler, Sr. Assistant Engineer Los Angeles County Department of Public Works Contract 900 South Freemont Avenue Alhambra, CA 91802-1460 (626)458-3100 02-05 Hollyhills Drain Unit 7 $6,998,871.00 Owner: Los Angeles County Department of Public Works Contract 900 South Freemont Avenue Alhambra, CA 91802-1460 (626)458-3144 DescripP6n.• 10,438 feet of RGRCP Pipe and related structures (18"0 to 90"0) Date Completed.' 6/04 percent Completed: 100% Contact Hector Hernandez, Office Engineer Los Angeles County Department of Public Works Contract 900 South Freemont Avenue Alhambra, CA 91802-1460 (626)458-3100 02-06 City of Industry Misc. Transfer Drain Storm Drain Clean Up $250,000.00 owner: City of Industry 15651 E Stafford St. Industry, CA 91744 (626)333-2211 Description. Cleanup and repair of various storm drains in preparation for transfer of responsibility to the LACDPW. Expected Date Completed' 10/04 Percent Completed., 70% Contact: Richard Walker, Project Engineer CNC Engineering 255 N Hacienda Blvd., Suite 222 Industry, CA 91744 (626)333.0336 03-02 Hollyhills Drain Unit 8A $5,990,130.00 Owner: Los Angeles County Department of Public Works Contract 900 South Freemont Avenue Alhambra,CA 91802-1460 (626)458-3144 Descrrpdon: 1,423 feet of RC Box Storm Drain and related structures (18"0 to 108"0) Expected Date Completed.• 08/04 Percent Completed.• 92% contact., Sam Assoum, Office Engineer Los Angeles County Department of Public Works Contract 900 South Freemont Avenue Alhambra, CA 91802-1460 (626)458-3197 03-04 TABC Bldg. 1A COTR-2 Press Installation $491,961.00 Owner: TABC, Inc. Established as a Toyota company in 1974 PO Box 2140 Long Beach, CA 90801-2140 Prime Contractor: UDC Corporation. Desrrip6on: Design and installation of a 23 foot deep, 4,500 square foot foundation pit. Expected Dote Completed.• 1/04 Percent Completed.- 100% Contact: UDC Corporation Chris Brown, Project Engineer (909) 737-8580 . 1041 Kraemer Place Anaheim, CA 92806 03-06 20t'' Street/ Walnut Ave. Pollution Trap $409,925.00 Owner: City of Long Beach Public Works, (562) 570-6289 333 W. Ocean Blvd. Long Beach, C4 90802 Desrriptron: Installation of a 27 foot deep, storm drain pollution trap manhole. Date Completed.' 7/04 Percent Completed: 100% Contact.' Tony Arevalo, Project Engineer (562) 570-6289 333 W. Ocean Blvd. Long Beach, CA 90802 03-09 Linden Avenue Storm Drain $1,202,725.00 Owner: San Bernardino County Flood Control District (909) 387-7920 825 East 3rd Street Room 147 San Bernardino, CA 92415-0835 Description: Installation of Reinforced Concrete Box Storm Drain and related structures. Expected Ddte Completed.• 12/04 Percent Completed.' 0% Contact.' John Burrows, Project Engineer (909) 387-7920 825 East 3rd Street Room 147 San Bernardino, CA 92415-0835 03-10 Santa Fe Springs Road Widening $35,020.00 Owner: City of Santa Fe Springs (562) 868-0511 11710 E. Telegraph Rd. Santa Fe Springs, C4 90670 Subcontract work for R. 3. Noble Company Description: Installation of reinforced concrete pipe storm drain and related structures. Oate Camp/etfd 1/04 Percent completed.' 100% contact: Cara Thomas, Project Foreman R. 3. Noble Company (600) 339-0362 PO Box 620 Orange, CA 92856 03-11 The Retreat Phase 3 Recycled Water Main. $844,880.00 Owner: Empire Land, LLC (909) 387-7788 3536 Concourse Street, Suite 300 Ontario, CA 91764 Description: Installation of Recycled Watermain and related structures for Lee Lake Water District Expected Date Completed., 8/04 Percent completed: 60% Contact- Dave Zamiski, VP of Construction (909) 277-1205 22355 Forest Boundary Road Corona, CA 92883 04-01 Storm.Drain Rehab Various Locations $32,360.00 Owner: City of Costa Mesa (562) 868-0511 77 Fair Drive. Room 101. Costa Mesa, California 92626.3 77 Fair Drive Costa Mesa, CA 92626 Subcontract work for R. J. Noble Company Description.• Installation and repairs of reinforced concrete pipe storm drain and related structures. Date Completed; 3/04 Percent completed: 100% contact: Cara Thomas, Project Foreman R. J. Noble Company (800) 339-0362 PO Box 620 Orange, CA 92856 04-02 The Retreat Water Booster Pump Station $1,850,335.00 Owner: Empire Land, LLC (909) 387-7788 3536 Concourse Street, Suite 300 Ontario, CA 91764 Desorption; Installation of a booster pump station and related structures for Lee Lake Water District Expected Date Completed.• 11/04 Percent completed: 30% contact.- Dave Zamiski, VP of Construction (909) 277-1205 22355 Forest Boundary Road Corona, CA 92883 04-03 Eastvale MDP Line C Storm Drain $1,168,965.00 Owner: D. R. Horton d.b.a. Western Pacific Housing (909) 442-6199 16755 Von Karman Avenue, Suite 200 Irvine, C4 92606 Description: Installation of a reinforced storm drain and related structures for Riverside County Transportation Dept. Date Completed- 6/04 Percent Completed.• 100% contact., w Scott Clark, VP of Operations (909) 442-6199 16755 Van Karman Avenue, Suite 200 Irvine, CA 92606 04-05 Carson & Normandie Pavement Repair $50,000.00 Owner: County Sanitation Districts of Los Angeles County 1955 Workman Mill Road, Whittier CA (562) 369-7411 Description: Removal and replacement of PCC pavement and CMB subgrade. Date Completed.• 07/04 Percent Completed.- 1000/0 Contact., Jim Hansen, Project Engineer Carson Field Office, 24501 Figueroa Street Carson, CA 90745 (310) 830-8050 Li CITY OF HUNTINGTON BEACH V--4J 2000 MAIN STREET CALIFORNIA 92648 OFFICE OF THE CITY CLERK JOAN L. FLYNN CITY CLERK To: c'p 2.4. . 6 Enclosed'please find your original bid bond issued bytC4ii1 �i�Sr77uT ���S.C1fr-T�J for - Joan L. Flynn City Clerk JF:pe Enclosure gINlouup/cashcontfrcwmbidbond.doc (Telephone: 714-536-5227) PA LP, INC. DBA EXCEL PAVING COMPANY 221n LEMON AVENUE t C]1'r REACH, CA 9480E ql�jGk �� z' -- Bond No. Bid Bond BID BOND The American Institute of Architects, AIA Document No. A310 (February, 1970 Edition) KNOW ALL MEN BY THESE PRESENTS,that we PALP Inc. dba Excel Paving Company as Principal hereinafter called the Principal, and Federal Insurance Company a corporation duly organized under the lays of the state of Indiana as Surety, hereinafter called the Surety, are held and firmly bound unto City of Huntington Beach as Obligee. hereinafter called the Obligee, in the sum of Ten percent of the total amount of the bid Dollars ($ l 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 Alabama Street Storm Drain NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof. or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void. otherwise to remain in full force and effect. Sinned and sealed this 23rd day of September 2004 PALP Inc.dba Excel Paving Company Witness , Principal) (Seal) "tea ?-- _t i 1 Name/Title Federal Insurance Company Surety (Seal) Witness By: Douglas A. Rapp Attorney-in-Fact ORSC 21328(597) CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California Comiy of Orange On SEP Mm before me, A.P. Coats, Notary Public NAME,TITLE OF OFFICER personally appeared Douglas A. Ra NAME 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 acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) A.P COATS acted, executed the instrument. COMM...1498145 n U NOYAAV PUBLIC-CALIFORNIA 0RANGm effn ExE July 2, 1 WITNESS hand and official seal. My term ExU.July 2,201t8 A D O b s �ac.p.q.apq r (SIGNATURE OF VOTARY) 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 ❑ INDngDUAUOWNER ❑ CORPORATE OFFICER TITLE(S) TITLE OR TYPE OF DOCUMENT ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL NUMBER OF PAGES ❑ ATTORNEY-IN-FACT ❑. TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S)OR EN-I=(IES) Chubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurances Company 15 Mountain View Road Sure#]/ ATTORNEY Pacific Indemnity Company Warren, NJ 07059 Know All by These Presents,That FEDERALINSURANCE COMPANY,an Indiana corporation,VIGILANT INSURANCE COMPANY,a New York corporation, and PACIFIC INDEMNITY COMPANY,a Wisconsin corporation,do each hereby constitute and appoint Douglas A. Rapp or Linda D. Coats of Laguna Hills, California---------------------------------- each as their true and lawful Attorney-in-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise,bonds and undertakings and other writings obligatory in the nature thereof(other than ball bonds)given or executed in the course of business,and any instruments amending or altering the same,and consents to the modification or alteration of any Instrument referred to in said bonds or obligations. In Witness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affoced their corporate seals on this 2 2 nd day of January, 2004 Kenneth C.Wendel,Assistant Secretary /bran E.Robertson, ' Pre nt STATE OF NEW JERSEY ss. County of Somerset on this 2 2 ndlay of January, 2004 ,before me,a Notary Public of New Jersey,personally came Kenneth C.Wendel.to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY,the compaNes which executed the foregoing Power of Attorney,and the said Kenneth G.Wendel being by me duty swum,did depose and say that he IsAsslstant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof,that the seals affixed to the foregoing Power of Attorney are such corporate seats and were thereto affixed by authority of the By-taws of said Cunpanlw,and liat tie stgr*d said Power at Attorney as Assistant Secret w of said Companies by like authorh.and that he Is acquainted with Frank E.Robertson,and knows him to be vice President of sold Companies:and that the signature of Frank E.Robertson, subscribed to said Power of Attorney Is In the genuine handw l ft of Frank E.Robertson,and was thereto subscribed by authority of said By-Laws and In deponenrs prasence. Notarial Seal Karen n. Pl'1�� R,� Public State of New Jersey C1 N� rdi �`�o: 21.317 Notary Public ;.CERTIFICATION E xtract' of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY. `Ali p v attorney for and on behalf of the Company may and shall be executed It the name and on behalf of the Company,eflher by the Chairman or the President or a Vice President or an Assistant Vice President,jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved,printed or lithographed. The signature of each of the following officers: Chairman,President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any Stich power of attorney or certificate bearing such facsimile signature or lacsimle seal shah be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seat shall be valid and binding upon the Company with respect to any bond or undertaking to which it Is attached." I,Kenneth C.Wendel,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY (the"Companies")do hereby cortffy that (1) the foregoing extract of the By-laws of the Companies is true and correct, (ii) the Companies are duty licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S.Treasury Department further, Federal and Vigilant are licensed in Puerto Rico and the U_S. Virgin Islands,and Federal is licensed in American Samoa,Guam,and each of the Provinces of Canada except Prince Edward Island:and (iii) the foregoing Power of Attorney is true,correct and in full force and effect. Given under my hand and seals of saki Companies at Warren, NJ this 23xd day of September 2004 �D101" r Mf n��M iNFw �+! Kenneth C.Wendel,Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone(908)903-3485 Fax (908)903-3656 e-mail: surety@chubb.com CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California ss. ' County of Las Angeles OCT - 5 �Q , On LJ�.iT , before me, C: Phillips, Notate Public , Data Name and Title of Officer(e-g.,'Jana Doe,Notary f ublIC) ' personally appeared PALP DBA EXCEL PAVING CO. By C.P.Brown, President I { Name(s)of Signer(g) I r K) personally known to me I PHri y pc C proved to me an the basis of satisfactory �; � '. ., COMM�lss:o1).a�4Gz82� evidence , r i:0lary PL-.i:i .r..ri 4cfriid Cn I �..L I_OS Arge!es Co.m;;, Mr Crtrm.izpli, Mgt 31,?9 : to be the person(s) whose name(s) is/are subscribed to the within instrument and ' acknowledged to me that helshelthey executed the same in his/her/their authorized , capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS m officiat seal. Place Notary Seal Above Signatur of otary public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document" Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: ❑ Individual Tco of thump here C Corporate Officer—Title(s): ❑ Partner—C Limited D General C Attorney in Fact Trustee C Guardian or Conservator J Other: Signer Is Representing: 0 1999 Notional Notary Aaaocimit n•9350 De Sam Ave_P.O-Bo:2402•ehatawaM,CA 6 t 313-2402•www nehonalnatary.erg Prod-No.5907 Reorder,Call ToA•1=roe 1-600-E7E fl8?: 09/24/2004 14:55 7143741573 CMB ENG PAGE 01/30 FAX COVED SHEET J CITY OF HUNTINGTON BEACH Public Works Department 2000 Main Street P.O. Box 190 Huntington .Beach, CA 92648 FAX(714)374-1573 �' h I TO: DATE: September 24.2004 COMPANY: Excel Paving Co FAX NO: (562)597.7485 NUMBER OF PAGES PVCLUDTNG COVER SHEET:30 FItOM: Doug Erdman,Associate Civil Engineer PROJECT NAME: ALABAMA STREET STORM DRAIN IMPROVEMENTS PROJECT NUMBER: CC 1214 PLEASE NOTIFY ME IMMEDIATELY AT(714)536-52591F ALL PAGES ARE NOT RECEIVED PROPERLY. ADDENDUM NUMBER ONE For ALABAMA STREET STORM. DRAIN IMPROVEMENTS, 9C 1214 CONTACT PERSON: Doug Erdman,Associate Civfl Engineer/Proicet Manager, (714)374-1735 1214addednvrn fwx 09I2412004 14:55 7143741573 CHB ENG PAGE 02/30 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For ALABAMA STREET STORM DRAIN IMPROVEMENTS, CC 1214 September 24, 2004 Notice To All Bidders: Please note the following revision to the Project Plans, Specifications, and Technical Provisions: Revised Title sheet with rebid due date as October 12,2004 Section A with revised Bid Opening date. EPA required MBEANBE"Fair Share"Goals Addition of Water-tight joint specification for HOPE Pipe Updated federal wage rates This modification does not charge the Engineer's Estimate for this project This is to acknowledge receipt and review of Addendum Number one, dated September 24, 2004. PALP. INC,. 0BA I GEL pq\,11NG COMPANY0-2, 1 Company Name By C.P. BROWN,PRESIDENT OCT I 2004 pate All bidders must acknowledge the receipt of this Addendum with your bid proposal. Shauid you have any questions regarding this Addendum,please call Douglas A. Erdman at(714)374-1735. SECTION C PROPOSAL for the ALABAINIA STREET STORM DRAIN IMPROVEMENTS From JOLIET AVENUE TO OLIVE AVENUE CASH CONTRACT No. 1214 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR A1V"D NIENIBERS 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 100 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-t If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER,the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. UNT Accompanying this proposal of bid, find in the amount of S '?EN PERCENT whilff BID" 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: OiA j Addenda:Vo. E Date Received Bidder's Si nature C-P. BROWN C-2 PROJECT BID SCHEDULE Extended::, - ���:�:�Vu... �<. �QluatiCirv.� ���:�:�:�::� :�.�:��:� ��������:writtien�in��orr3s ..::..�::��:�: _ .run'srPi•iee����:�:�.:�►iiiat�nt.:�:� 1 i Mobilization L.S. a Doiiars $ f $ " L� t' Cents Per L.S. 2 1 Tra?ic Control L.S. @ e(h RT TEtZALM'(b tU&Wt0 R FA-/Dailers S wq)o Cents Per L.S. 3 l Shoring&Bracing L.S. TL E41TV 'ram 1 tWQW3 Dollars yD�+oJ Ceas Per L.S, 4 216 Instal_4"HDAC Storm Drain Laterals L.F. :: ASENIM &I Doilars $ ncyQ- W1,ikn Cents Per L.F. 5 3675 Install 42' HDPE Storm Drain-lain L.F. a. TU D L'j11 V$j56 J l t Dollars $ IQ S Cents Per L.F. 6 13 Consta:ct Junction.Structure,Type D £A. •RUC TI QMli..r) —" Dollars S60M _ S (D � CIDA m Cents Per EA. 7 1 Construct Concrete Collar EA. C 1WEE [,ctl ldh+sb Dollars S �1 I 0J Cents Per EA. 8 8 Construct Catch Bassr.&Local Depression EA. ova 5 5,16z4 1-h3Z!aAln r - Dollars 5-1CM S 5ia�x* �yv 05--- Cents Per EA. 9 905 Remove&Replace Curb,Gutter&Sidewalk L.F. ab� r Dollars S 40-- S Cents Per L.F. 10 1 Remove and Replace Existing Handicap Ramp r-� EA. a,�I� "IftL�SM S�`am x"YC'�y Q_Dollars ! S�! $ 31S0 CC Cents Per EA. C-I s rMUjhC l'lily ,(: IEDULE Item.,::::::: stimate :::<::: tem:►rtt :upitpaceExtended::: :.rtio. .. :Qustauty: :::. written zn words.......... .- E;nit Prtee` Airiaunt.:. 11 76 Protec:Repiace Existing Udl:ty Se;vice Laterals EA. ? r1 UCJ ' Dollars S Cents Pe EA. 12 2 Remove lnterfenng Portions of Weter)LArn. -Construct Inverted siphon asser..'Diy ^� EA. -:R D Kfi An� � Dol:a.s $�U�1 S� Cents Per EA. eel.lan� 13 1 Remo•e I� nmrt'eri^ �M ns or%Fate,Line,construct Siphon assemr:•: 1r�'S sJ�.14 Tl EA. M Doi:ars S Celts Per Era. 14 ] Remove and Relocate',rterfe-mg Portions of Sewer Line �� ��--yy p�� Ea. a _ 1�Y'.L, SI�Az Dollars S ROW- S 45cZ� ��„___Certs Per EA. 15 2 Instal;Air,Vacu::m Release per City Standards EA. a° V o:iars 5 5`L�y�l- S CA Cents Per EA. 16 108620 Slurry Seal,Type 1,;ul!width of traveled way on Alabama St. BE S.F. @00 ^Doi:ars 5 0. ly f�.1/M�o�tV f a Cents Per S.F. 17 1 Replace Existing Pavemert Str-ping per City S-.anares LS kMh<kL<''} Ipr tXA Dollars S n3&� $ ,0),AT— Cems Per LS Project Signage(8'x 4')Verbage to be determined a.,a later date 18 2 (Samples in Specifications) r EA. 4 OnQ Dada:s $ ,km S T M co)` Cents Per EA. Total Amount Bid in Figures: S 3 90 ota . Bid in Words: 44.. .(1 �. .Qlrl..... ]1 .... lr'-a( . . . ...�a�.`�................ mount C-2s 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 ' anse and Address of Subcontractor ! State License Class of Work Number Steep+y4 SuD po.'�p,Q., CO •L(\C- t 9.1 AAAn `rl5 3lv f I 4 , 1 i I By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California SS. County of Oranae C.P. BROWN , being first{duly;swgrn, deposes and says that he or she is PRESIDENT of EXCEI PAV1Nr rQ9APANV the party malting the foregoing bid that the bid is not made in the interest of. or on the behalf of, any undisclosed person. partnership, company, association; organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof. or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership; company association, organization, bid depository-, or to any member or agent thereof to effectuate a collusive or sham bid. PALP. INC.DBA EnCEL PAVING COMPANY Name of Bidder C- Signature of Bidder 0,P. SHOWN.PRESIDENT 2230 LEMON AVENUE ._I ONr_ RFAf'N r-A-AWS Address of Bidder Subscribed and sworn to before me this day ofCT - 2004, ,)00� NOTARY PUBLIC NOTARY SEAL C-4 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT • ,'�r�'S:_G'r�_4Y'_S"�'�L�'�-4'�'_S4'r•C"ti.:-.ti.'�:4Y:�:G'�.'4'r:G'S:�:G'�'•S'i.':L�:Crct4'.r_4Y'_4�:4'r:S'�:'G'r4��.:4�:L�:4�:G'r_C4'(`•4'r4�'�'�':4���_4`�':4'�'�_G`,� State of California ss. County of LngAngsles I On OCT — ���� before me. C 1yhi1jipg_,__Not;ary_Pub1ic fete Name and Tire of Off.ter f e-g-.',lane Doe.Notary Public-; I� personally appeared PALP DBA EXCEL PAVING CO. By C.P.Brown, President l I. Name($)of Signer[9j tr X7 personally known to me Co C proved to me on the basis of satisfactory PHILUDS _1 nmiss:cn.k 492824 1. Q.; ;1 tlot r Public-Caiitorlia � evidence LOS M1 Comm_tlip.res May 31.N I to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that helshelthey executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNE III=6nndofficial seal. •I Place Notary Seal Abcve Sign t .tr of Nctary Public OPTIONAL Though the information below is not required by fak,-. 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: h Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer Signer's Name: I71 Individual � C Corporate Officer—Title(s): ?. D Partner--�] Limited General , C Attorney in Fact �i Trustee -�D Guardian or Conservator C Other: I I Signer Is Representing: 0 1999 Nalionel Notary A69oclatior.•9350 00 Solo Ave-,P 0 03x 2402•Cha!9wnnh,CA 91313-2402•www r aliarAlnotary.org Prod-No.5907 Reordo•:Cali Toll-Free 1-800-976-692` tiTILITY AGREEMENT HONORABLE NLjkYOR AND CITY COU\CIL CITY OF HU\TINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the w-ork specified in the contract, known as the ALABAMA STREET STOR11 DRAIN IMPROVEMENTS, (17(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 faniliar 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. 1N!C. DBA EXCEL PAV;NG COMPANY Contractor C P t.vv-J By ;.y- SROWN PRESQ)ENIF Title Date: OCT - 2004 C-5 DISQUALIFICATION QUESTIOtiINAIRE 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' J ❑ Yes I.�No If the ansiver 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 requires 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. 'ALP. INC. DBA EXOF.L PAVING COMPANY Contractor By r G-Pz MOWN,PRESIDEN7 Title Date CT - 5 2004 C-7 UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBER (To be completed only-by-the-a,%N arded-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 Nmnher: Contractor By Title Date: Note: This form is required for every Dig Alert Identification ] umber issued by U.S.A. during the course of the Work. Additional forms may be obtained from the AGE.1`CY upon request. C-8 BIDDER'S INFORMATION BIDDER certifies that the following information is tme and correct: PALP. INC. DBA EXCEL-PAVING COMPANY Bidder\ame 2230 LEMON AVENUE LONG BEACH, CA 90806 Business Address Cin, State Zip (562)599-5841 Telephone Number STATE LIC. 688659 W State Contractor's License No. and Class -kvga Original Date Issued Expiration Date F, 1 The work site was inspected by of our office on O. L,)A . 200 The following are persons, firms, and corporations having a principal interest in this proposal: CURTIS P.BROWN,PaESIDEW t CHIEF OPEWINGOFFICLER N j.`1 Q Af1M,W,REIAV i C1UEF FINANCIAL 0MCIR GEORGE FL McRAE,SENIOR VICE PRESIDENT G _ RRtJQE I-RA1T,VICE POW MICHELE E.ORAKLIUCH,ASSISTA"WAm C-9 The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its abilivy. financially or othenvise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. 40- iN(;. DBA cv;ri PAilm�COMPANY Company Name C-� , \kA-4-11 --/ Signature of Bidder C,eP. BROWN. PRESIDENT ^ Printed or Typed Signature Subscribed and sNNorn to before me this_ day off'T — ??'14 , 200_ . NOTARY PUBLIC SEEATTACHED 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: SMATTACHEp 1. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed 2. Name and Address of Public Agency Dame and Telephone No. of Project Manager: Contract Amount Type of`Fork Date Completed 3. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed GIU CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT - 'r4•r�"�4YC"r...4`.r.'G�-��_4r'_G'rtCr'G�.'4`.�:4Y::Gr:G'r.Sr`r:4'`:4't:4"r:Gr:G'�:�i�':G'�:c4�.':4{:4�(`•4Y`'SY:'4'r_4�:G'�.�:����:4'r'�'f'_G�ir�r�..:4�:C>`'�'- State of California ss. County of L I I On �`_ �� before me. C. PhiNm � _il lNota Ory Public Dale l le.g,-Jane Doe,Nola-7 Pab.i['s Ppersonally appeared PALP DBA EXCEL PAVING CO. By C.P.Brown, President: I Names!of Signer{s; IN ' w. �I�U�S K. personally known to me : x 'r'-� COMM-ssior�. 1492524 D proved to me on the basis of satisfactory l ; Ir "�ota,y,�1. ,_•C I:i�r�1a gn evidence If .G� m; Expirts MAY 11.2�`... - to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized , capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS d an official seal. l U Pla;.e Notary Seal Above 5qr alur p jclary Publlc OPTIONAL Though the information holop 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: 1 Document Date: Number of Pages: Signer(s) Other Than Named Above: Capaclty(fes) Claimed by Signer Signer's Name: 0 Individual Corporate Officer—Title(sl: rcp o' n•�m❑her? j1 C Partner-0 Limited General Attorney in Fact C Trustee 71 Guardian or Conservator C Other: 1 Signer Is Representing: I C 1999 Naticial Note i Ass000lmon 935^De Sold Ave..RC An 2402•Chs'Bwcll.CA 91919-2402•~.nalinia r•Try ora Fm^-Nn Fa" Re=•dsr:Ca I Toll-F-so 1-8CC-6'8.562' BIDDER'S CERTIFICATION* HOUSrNG ADD URBAN DEVELOPMENT ACT OF 1968 AS A.'v[IMENDED Iiti 1992. SECTION 3 TITLE 24, Code of Federal Regulations. Part 135* Economic Opportunities for Low and Very-Low-income Persons The bidder, under penalty of perjury, certifies that except as noted below, any person associated therewith in the capacity of owner. partner, director, officer. or manager (initial the applicable selections): Will ensure that 10%of all new hires as a result of this project shall meet all requirements of Section 3 of CFR Part 135 of the HUD Act of 1968; or CWill hire no new employees in conjunction with this project. Will award 10% of its sub-contracts to Section 3 businesses. This certification shall apply to the prime contractor's sub-contracts related to this project. PALP. INC. DBA Contractor: EXCEL PAVING COMPANY Contact Person: Aw Contact Phone: i562)599.5841 _ 1 BROWN Signed: G.P. Date: OCT-_- 5_2004 *Note: The above certification is required by the Department of Housing and Urban Development (24 CFR 135 and Subtitle A et al) and must be submitted by the bidders and proposed sub-contractors only in connection with contracts and subcontracts which are subject to Section 3 of the 1968 Housing and Urban Development Act, as amended in 1992 (HUD), Previous non-compliance with Section 3 could result in disqualification. C-11 .EXCEL PAVING COMPANY P.O. sox 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 SIGNATURE CERTIFICATE OF PALP, INC. The undersigned, Carolyn J. Brown, being the duly elected and Incutnbent Secretary of PALP, Inc. dba Excel Paving Company, a California corporation (the "Corporation"), hereby certifies that the persons named below are, on and as of the date hereof, the duly qualified, elected and acting Officers of the Corporation holding the office set forth opposite their names below, such officers being authorized to sign, in the name of and on behalf of the Corporation. Curtis P. Brown President and Chief Operating Officer Carolyn J. Brown Secretary and Chief Financial Officer George R. McRae Senior Vice President Curtis-P. Brown III Vice President Bruce E. Flatt Vice President & Assistant Secretary Michele E. Drakullch Assistant Secretary IN WITNESS WHEREOF, the undersigned has executed this Certificate as of the date set forth below. Date: November S, 2001 t AAROLYN/ B , ®cretary . .EXCEL PAVING COMPANY P.O. BOX 1640 A GENERAL ENGINEERING CONTRACTOR LONG BEACH, CA 90806-519 STATE LICENSE NO. 688659A (562) 599-594 FAX (562) 591-743 CREDIT APPLICATION Excel Paving Company 2-230 Lemon Avenue P.O. Box 16406 Long Beach, CA 90806 Telephone: 562-599-5841 Fax: 562-599-3679 Type of Business: General Engineering Contractors Contractors license# 688659A Fed I.D.#W3672914 Excel Paving Company is a Corporation Owner: Palp, Inc. 2230 Lemon Avenue Long Beach, CA 90806 In business since October 1981 Same location since October 1981 Property owned by Brown & Mills Financial rating with Dun & Bradstreet: Rating 3A2, SIC# 1611 US Bank, 2633 Cherry Ave., Signal Hill, CA 90806 Account Representative: Liz Acres or Cellne Gonzalez Telephone: 562-490-2088 or 562-490-2079 Checking Account#1534-9195 8689 TRADE REFERENCES: Company Phone Fax Contact Vulcan Materials 323-258-2777 323-254-6102 Silvia Arredondo R.E.H. Trucking 909-591-0871 909-591-0506 Gina Mendiola Blue Diamond Materials 714-578-9507 714-449-2831 Jerry Easterwood Savala Equipment 800-223-2473 949-552-8597 Mona Covington SPECIAL BILLING REQUIREMENTS: Show job number on Invoices to expedite payment. I certify that the above information is true and correct, and that we can and will comply with your terms. C.P. Brown Date President EXCEL PAVING COMPANY P.O. BOX 1640. A GENERAL ENGINEERING CONTRACTOR LONG BEACH, CA 90806-51% STATE LICENSE NO. 688659A . (562) 599-594 FAX (562) 591-748 Reference List As of May, 2000 1. City of Long Beach 333 West Ocean Boulevard Long Beach CA 90802 Gillis Munroe, Chief Construction Inspector (562) 570-5161 2. Burbank-Glendale-Pasadena Airport Authority 2627 Hollywood Way Burbank CA 91505 Dan Feger, P.E. (818) 840-9456 Or (818) 840-8840 3. Los Angeles County Public Works 900 South Fremont Avenue Alhambra CA 91803 Gary Hartley, Construction Division (626) 458-3100 .EXCEL PAVING COMPANY P.0- BC)X 164¢; r A GENERAL ENGINEERING CONTRACTOR LONG BEACH, CA 90806.519! STATE LICENSE NO. 688659A (562) 599-584: FAX (562) 591-748I Bonding Agent: Rapp Surety Services 23461 South Pointe Drive Suite 345 Laguna Hills CA 92653 Contact: Douglas A. Rapp Office: (714)457-1060 Fax: (949) 457-1070 Surety: Federal Insurance Company CIO Surety Department 801 South Figueroa Street 23"d 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: (714) 553-9800 Fax.. (714) 553-0670 I EXCEL PAVING COMPANY EST.FINAL % JOB OPEN JOBS, 2nd. Quarter of 2004 INCOME WORK BACKLOG NO. PROJECTIOWNERIAGENCY AMOUNT COMPL. 3704 TAXIWAY D L.B. AIRPORT 3,711,120 99.9% : 4,14fi 3714 PIER T, PORT OF LB 14,292,378 100.0% 3716 710 FWY PCH TO 405 20,012,148 100.0% : 127 3723 INDIANA &WASHINGTON, VERNON 311,000 90.7% : 28,975 3747 WEST& EAST ALAMEDA 7,2151816 100.0% : 3807 OVERLAND AVE LOS ANGELES 2,100,951 100.0% 3833 GRAND CANAL CRT LOS ANGELES 690,359 100.0% 3834 GATES 3 &4 L.B. AIRPORT 434,826 100.0% : 3835 SECURITY GATES L.B. AIRPORT 350,251 . : 100.0% 3843 LAUREL CYN BLVD. LOS ANGELES 722,540 100.0% 3865 2627 HOLLYWOOD, BURB/GLEN/AIRP 191,975 99.1% : 1,805 3875 ORANGE AVE., LONG BEACH 1,027,298 100.0% 3876 PARTHENIA, LA 1,068,233 100.0% 3880 BERTH 212- 225 POLA 5,249,813 100.0% 3881 BROADWAY LA 2,353,009 100.0% 3895 PIER S PORT OF LONG BEACI : 11,152,520 100.0% : 5,128 3904 ST. JOHNS HLTH CTR SANTA MONICA 307,699 100.0% 3906 ROUND MEADOW RD HIDDEN HILLS 488,500 100.0% 3909 AMGEN CTR THOUSAND OAKS 919,974 99.2% : 7,360 3915 OVERLAND ES LOS ANGELES 415,238 100.0% 3922 BELLAGIO &NEWCOMER CENTER LA 1,380,044 100.0% 3923 OLYMPIC BLVD., BEVERLY HILLS 1,093,191 100.0% 3931 PCH &ADMIRALTY, SUNSET BEACH 161,473 98.6% : 2,288 3934 ROSCOMARE RD. E.S., BELL 523,685 96.5% : 18,229 3941 SOUTH STREET, LONG BEACH 330,350 100.0% 3947 TUSTIN AVE., ANAHEIM 4,010,000 87.7% : 494,462 3950 PV. DR/SCHOONER, RANCHO PALOS VERC: 27,036 100.0% 3952 DOWNEY HOSP., DOWNEY 22,784 36.0% : 14,593 3953 PLAYA DEL REY ES, LAUSD 477,833 100.0% 3959 SANTA MONICA, BLVD., LOS ANGELES 35,480,000 36.8% : 22,429,833 3961 YACHT HARBOR, 175,000 90.3% : 16,968 3969 BERTH 2O6-209 SITE, PORT OF LA 3,466,947 100.0% 3973 LOS ROBLES ME:D CNTR, THOUS OAKS 355,736 100.0% 3976 EXCESLIOR DR. REHAB, NORWALK 360,283 . 100.0% 3977 ROSECRANS, NORWALK 213,811 100.0% 3978 WARDLOW/CLAR/BELLF, LONG BEACH 752,621 96.1% : 29,069 3979 WARD LOW/PV/STUDEBAKER, LONG BEACH 866,151 100.0% 3969 PCH/ADMIRLTY SUNSET BCH 45,000 75.9% : 10,854 3990 OCEAN BLVD LONG BEACH 1,321,929 100.0% 3992 NEWPORT BLVD/VICTORIA 276,069 : 100.0% ; 3995 ALICIA PKWY/PASEO DE ALICIA 239,506 : 94.6% : 12,881 4002 170TH ST, ARTESIA 82,489 100.0% 4004 GREEN VALLY CIRCLE CULVER CITY 1,118,606 : 100.0% I EXCEL PAVING COMPANY EST.FINAL % JOB OPEN JOBS, 2nd. Quarter of 2004 INCOME WORK BACKLOG NO. PROJECT/OWNER/AGENCY AMOUNT COMPL. 4005 CATALINA LANDIND LB .1,402,514 99.5% : 6,702 4012 LAMELLA ES N. HOLLYWOOD 153,074 100.0% 4013 FILBERT AVE SYLMAR : 26,192 100.0% 4016 STEVENSON/JOHNSON 406,156 100.0% 4017 POLA BERTH 210-211 1,069,540 99.0% : 10,478 4018 MT SAC 1,356,922 100.0% : 506 4024 UCLA KINROSS 2,075,000 73.7% : 546,570 4025 SANTA MONICA ES 8,880 100.0% 4026 GAGE &COMPTON 439,852 100.0% : 4028 CALIF/BURNETT SIGNAL HILL : 99,284 82.9% : 16,952 4030 CAMINO LAS RAMBLAS 227,391 0.7% : 225.706 4033 LB AIRPORT VARIOUS 74,730 100.0% 4035 MAINT ST&MACARTHUR 485,148 94.6% : 26,301 4039 NO VLY OCC CENTER 449,762 100.0% 4041 HARVARD AVE. IRVINE 1,117,033 : 99.9% : 583 4042 TUDOR WESTWOOD PLAZA 752,500 : 0.6% : 748,245 4043 LAS BRISAS 701545 100.0% : 4045 5 FRWY, OR, CO 148,290 8.3% : 135,969 4047 DAPPLEGRAY/STRAWBRY R.H.E. 392,350 100.0% 4048 4100 RPV SO RPV 399,060 94.8% : 20,889 4050 CRENSHAW BLVD LACPW 1,353,023 57.8% : 571,612 4057 PALO VERDE HSG UCI 613,000 87.4% : 76,973 4059 MARK TWAIN MS. LA 675,900 95.9% : 27,665 4060 MT SAC ATH FLDS WALNUT 1,333,196 82.9% : 227,527 4061 PANKOW BLDRS M.B. 649,000 58.1% : 272,097 4062 SANTA MONICA BLVD.- MWD LA 7,089,000 12.9% : 6,172,974 4064 WALGROVE E.S. L.A. 719,719 22.6% : 557,005 4065 LA CITY COLL LA 320,640 100.0% 4067 DEL AMO BLVD LONG BEACH : 395,897 93.2% : 26,739 4069 MCCLAY MS PACOIMA : 283,114 : 81.3% : 52,881 4070 VARIOUS LOC HUNTINGTON BEACH 179,486 100.0% 4071 SHERBOURE CEDARS-SINAI : 122,050 100.0% 4072 VAR ST. LOC MONTEBELLO 133,116 100.0% 4075 7100SANTA MONICA L.A. 680,715 89.6% : 71,078 4076 JESSE OWENS PK INGLEWOOD 622,770 98.7% : 7,938 4077 CHAPMAN/ST COLL FULLERTON 130,000 42.6% : 74,601 4080 SKYLINE FULLERTON 29,190 99.5% : 141 4081 BURBANK AIRPORT BURBANK 202,575 100.0% 4083 HARBOR BLVD FULLERTON 125,400 36.6% : 79,463 4084 SAND CANYON IRVINE 6641740 81.5% ; 122,824 4,087 03-04 ST, RESURF GLENDALE 584,251 88.1% : 69,361 4,088 ANNUAL RD RESURF DANA POINT 1,344,316 100.0% I EXCEL PAVING COMPANY EST.FINAL % JOB OPEN JOBS, 2nd. Quarter of 2004 INCOME WORK BACKLOG NO. PROJECTIOWNER/AGENCY AMOUNT COMPL. ; 4089 20263 WESTERN TORRANCE 16,000 18.3% : 13,076 4090 CORBY AVE. ARTESIA 133,833 99.9% : 153 4091 DALEN ST. DOWNEY : 501500 6.7% : 47.136 4093 SAN FERN VLY LA 1,280,336 18.1% : 1,048,420 4096 SUNSET BLVD BEV. HILLS 40,050 62.4% : 15,073 4097 SUNFLOWER COSTA MESA : 19,052 96.6% : 656 4098 BLEND E.S LA 248,797 0.7% : 247,165 4099 03 ST IMPRV INGLEWOOD 580,085 68.7% : 161,291 4100 SEPULVEDA BLVD EL SEGUNDO 2,448 0.0% : 2,448 4101 MILTON AVE WHITTIER 187,232 100.0% : 45 4102 DENA E.S. LA 174,306 1.1% : 172,401 4103 HOWLAND CNL CRT LA 280,950 9A% : 255,310 4104 MOULTON PKWY CO OF ORANGE 494,885 0.5% : 492,262 4105 IMPERIAL&VISTA 149,600 3.8% : 143.949 4106 PIER S BRTH S102-S110 LONG BEACH 3,886,139 13.8% : 3,348,887 4108 HARBOR/CHAPMAN FULLERTON 144,026 100.0% 4109 VARIOUS STS REDONDO BEACH 738,060 0.7% : 732,993 4110 PIONEER/CARSON HAWAIIAN GRDNS 55,600 0.5% : 55,303 4111 1465 E. 3RD ST LOS ANGELES 9,500 100.0% 4112 BELMONT PIER LONG BEACH 488,358 12.8% : 425,791 4113 NO LONG BEACH LONG BEACH 1,732,631 0.5% : 1,723,692 4114 VARIOUS STS GARDEN GROVE 931,828 0.6% : 926,434 4115 WASHINGTON BLVD CULVER CITY 619,214 26.4% : 455,543 4117 VANUYS AIRPORT VAN NUYS 533,167 0.2% : 532,177 4119 WORLD WAY WEST AMER, AIR 5,800 91.0% : 524 4120 SOUTHGATE HS LOS ANGELES 673,350 0.7% : 668,656 4121 BUENA VISTA BURBANK 2,900 100.0% 4123 ANAHEIM ST LONG BEACH 3,072,342 0.5% ., 3,056,372 4124 POLICE STATION GARDENA 40,420 0.7% : 40,145 4125 BRAYTON ST SIGNAL HILL 6,800 93.2% : 461 4126 UNIVERSITY AVE RIVERSIDE 2,013,837 0.6% : 2,002,016 4127 UNION STATION LOS ANGELES 300,377 0.0% : 300,377 4129 MT. SAC WALNUT 729,800 0.7% : 724,595 4130 ALAMEDA CORR LONG BEACH 409,000 99.9% : 409,000 4131 DISNEYLAND ANAHEIM 32,404 : 93.4% : 2,161 4132 EAGLETON ST AGOURA HILLS 14,600 2.5% : 14,228 4133 SAN CANYON RD SANTA CLARTfA 120,310 : 0.5% : 119,657 4134 DURFEE/EXLINE EL MONTE 31,720 0.0% : 31,720 4135 PIONEER HS WHITTTIER 633,698 0.0% : 633,698 EXCEL PAVING COMPANY 2,004 FINAL JOB CLOSED JOBS 7st. &2nd. Quarters Only INCOME NO. PROJECT NAME AMOUNT 3369 ONE OCEAN TRAILS DR. 187,017 3589 MEDICI, LOS ANGELES 1,300,961 3637 12015 HARBOR BLVD., GARDEN GROVE 292,022 3721 IMPERIAL HWY., LOS ANGELES 1,037,837 3737 4341 E. WASHINGTON COMMERCE 4,354,077 3742 HENRY FORD, LA 2,700,058 3787 VARIOUS LOC SANTA MONICA 3,570,324 3789 PARAMOUNT AVE LONG BEACH 549,948 3790 WILLOW ST LONG BEACH 471,575 3836 BELLFLOWER BLVD. LONG BEACH 587,385 3837 PARKCREST LONG BEACH 576,439 3836 COLLEGE PARK DR. LONG BEACH 129,619 3839 VARIOUS STR LONG BEACH 1,414,032 3844 SHADY CYN PHASE 1B IRVINE 134,618 3853 MISSION BLVD., POMONA 1,933,686 3855 21ST ST., HERMOSA BEACH 93,674 3860 54TH ES, LOS ANGELES 373,083 3862 VARIOUS ST OVERLAY, RANCHO PALOS VERDES 1,335,586 3866 HARDING AVE, LA 1,272,458 3867 SAN FERNANDO MISSION BLVD. LA 241,389 3882 RTE 110 LOS ANGELES 13,878 3888 2001-2002 ANNUAL MAINT, BEVERLY HILLS 1,071,191 3891 DODSON MS LA 421,387 3893 CHERRY AVE OFF RAMP LONG BEACH 47,332 3894 ROWAN AVE LA 529,889 3898 1200 GETTY CTR LOS ANGELES 83,066 3900 CENTURY PK WEST LOS ANGELES 769,641 3907 ADDAMS ES LONG BEACH 299,430 3908 13652 CANTARA ST LOS ANGELES 351,000 3910 AMGEN CTR THOUSAND OAKS 181,997 3912 GRAND AVE EL SEGUNDO 285,134 3914 ALLEYS - 13TH SEAL BEACH 1,176,425 3916 JOHN MUIR MS LOS ANGELES 346,489 3919 AVENIDA MAZATLAN SANTA MONICA 10,371 3925 DIAMOND/CRESTVIEW, LAGUNA BCH 266,863 3926 KENNETH VILLAGE/GRANDVIEW GLENDALE 934,377 3927 BUS CENTER, INGLEWOOD 1,249,275 3929 OLYMPIC BLVD., LOS ANGELES 501,589 3933 CORONA AVE ES, LOS ANGELES 418,314 3937 1730 CORONADO, LONG BEACH 3,800 3939 GLENNEYRE ST., LAGUNA BCH 408,063 EXCEL PAVING COMPANY 2,004 FINAL JOB CLOSED JOBS let. &2nd. Quarters Only INCOME NO. PROJECT NAME AMOUNT 3940 HARDING E.S., SYLMAR 634,037 3943 SOMERSET BLVD., BELLFLOWER 322,468 3945 CAMINO C4PISTRANO, SAN JUAN CAPISTRANO 299,287 3948 PALISADES CHARTER HS, LOS ANGELES 209,209 3949 2300 E. PCH, WILMINGTON 110,062 3951 2401 E. WARDLOW, LONG BEACH 399,700 3954 505 N. FIGUEROA ST., LOS ANGELES 106,331 3962 S. MACLAY AVE, SAN FERNANDO 412,397 3963 EL DORADO PK, LONG BEACH 156,007 3964 LONG BEACH BLVD., LONG BEACH 343,141 3966 13652 CANTARA PANORAMA CITY 37,776 3967 5722 DAIRY AVE LONG BEACH 5,500 3971 VARIOUS &WASH BLVD., CULVER CITY 1,178,796 3982 ROSECRANS &710 FRWY COMPTON 33,850 3983 18349 FIGUEROA LOS ANGELES. 10,758 3984 CADILLAC/VENICE LOS ANGELES 587,759 3985 TOWN CENTER HALL 143,281 3986 2627 HOLLYWOOD WAY BURBANK 291,290 3987 RAMSDELL AVE. LA CRECENTA 130,700 3988 VARIOUS ST REHAB SEAL BEACH 161,607 3991 ROSECRANS AVE NORWALK 91,835 3993 10801 6TH RANCHO CUCUMONGA 301,499 3998 COLLEGE PK WEST SEAL BEACH 6,600 3999 LILO PKG LOT ANAHEIM 181,180 4000 HOLLYWOOD WAY OFF RAMP 43,997 4001 BRISTOL/HEMLOCK 24,140 4003 710 FRWY/ANAHEIM 342,255 4006 LB AIRPORT PW107013 L.B. 178,897 4007 LB AIRPORT PW107104 32,010 4009 HAVEN ST, RNCHO CUCAMONGA 353,002 4010 MAPLE AVE MONTEBELLO 118,886 4011 BURB/GLEN/PASA AIRPORT 257,707 4014 CANTEBURY AVE ES 471,227 4015 MCCOY CLEAR VW DR 6,500 4021 INGLEWOOD AVE 180,462 4023 GARDENDALE DOWNEY 146,398 4027 BEVERLY HILLS 3RD/CIVIC 27,170 4029 MANCHESTER BLVD. BUENA PARK 107,900 4031 BARTON/BURGH/PRISK 437,910 4032 DORLAND/NORWALK 83,009 4038 RE GRP 190TH GARDENA 19,199 EXCEL PAVING COMPANY 2,004 JOB CLOSED JOBS 1st. & 2nd. Quarters Only INCOME N0. PROJECT NAME AMOUNT 4040 HATH DIN ANTON BLVD 106,854 4044 BELL/33RD ST MAN. BCH 53,660 4049 TOWN CENTER DR COSTA MESA 36,009 4049 TOWN CENTER DR COSTA MESA 36,009 4051 BLDG M-4 NORTHROP GRUMAN 286,164 4052 BAKE PKWY IRVINE 26,900 4053 340 LOMA L.B. 4,200 4055 L.B. AIRPORT L,B. 15,317 4055 L.B. AIRPORT L.B. 15,317 4063 190 MARINA DR. LB TRANSIT 94,900 4066 M-4 SO PKG LOT NORTHROP 443,972 4068 WILMINGTON REFI WILMINGTON 79,954 4073 ROOSEVELT ES LYNWOOD 12,448 4074 FLORENCE PL BELL GARDENS 108,950 4078 CALIF/BURNElT SIGNAL HILL 1,000 4079 OHIO/HILLISTAN SIGNAL HILL 2,600 4082 ADAMS LA 1,227 4085 ALAMEDA/HOLLYWOOD BURBANK 2,262 4086 NAVAJO PL PV EST 12,780 4092 IMPERIAL HWY DOWNEY 5,286 4095 CEDAR BROOK ALISO VIEJO 1,494 4107 LANDFILL PUENTE HILLS 13,809 4116 FAIRFAX HS 2,428 4122 RAILROAD ST INDUSTRY 4,600 4128 MAGNOLIA BURBANK 16,785 EXCEL PAVING CO. CLOSED JOBS 2003 Year of 2003 FINAL JOB INCOME N0. 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 CYNISAND 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, LA 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 SIMI 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 3,013,820 3817 PORTSHEAD RD., MALIBU 164,668 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 3885 PKG LOTS D & E LONG BEACH 341 ,042 3889 74TH ST ES LOS ANGELES 270,412 3892 CLEVELAND HS 98,100 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 3965 WASH & INDIANA, VERNON 150,698 3956 8111 VENTURA, PANORAMA CITY 13,497 3967 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 WHITTIER SCHOOLS 41,231 4037 33RD/ORANGE SH 15,489 4046 LINCOLNIJEFFERSON 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 r CONTRACTOR'S NAME PALP INC. DBA EXCEL PAVING COMPANY A COMPANY EXPERIENCE-(REFERENCE 1.05 OF THE RESPONSIBILITY STATEMENT)FOR ALL PROJECTS WHICH INVOLVE CONSTRUCTION WORK WITH A VALUE IN EXCESS OF $2,000,00000MPLE-TEDWIffiNSEg LAST FIVE YEARS AND OPERAlIONAL FOR AT LEAST ONE YEA8 PROVIDE THE FOLLOWING INFORMATION PROJECT NAME: PIER T MARINE TERMINAL PROJECT DESCRIPTION: DEMO, ASPHALT CONCRETE, CRUSHED MISC. BASE, ELECTRICAL, STRIPING BATHROOMS, SIGN STRUCTURES, UNDERGROUND, CONCRETE FOR THE PIER T MARINE TERMINAL, LONG BEACH LOCATION: PIER T DATE OF OCCUPANCY BY OWNER: CONSTRUCTION VALUE: $33,481,910.00 PROJECT DURATION - PER CONTRACT 6/98 &NW�OM THRU 12/99 IF YOUR WORK WAS PERFORMED AS A SUBCONTRACTOR: N/A INITIAL SUBCONTRACT VALUE: FINAL SUBCONTRACT VALUE: ARCHITECT: PORT OF LONG BEACH GENERAL CONTRACTOR INFORMATION NAME: PALP INC. DBA EXCEL PAVING COMPANY CONTACT:' BRUCE:..FLAT.T TELEPHONE: 562/59;2»5aA l OWNER INFORMATION NAME: _ -pDRT OF LONG BEACH CONTACT: .GARY CARDAMONS TELEPHONE:' 562/590-4172 DOLLAR AMOUNT OF CLAIMS SUI tAITTED ALL CHANGES ARE RUTUALLY AGR INITIAL TO AND TYPICALLY AGENCY GENE SETTLEMENT PERCENT COMPLETE: % COPY ADDITIONAL PAGES AS NEEDED - l� CONTRACTOR'S NAME PALE INC. DBA EXCEL PAVING .COMPANY A COMPANY EXPERIENCE-(REFERENCE 4.05 OF THE RESPONSIBILITY STATEMENT)FOR ALL PROJECT. WHICH INVOLVE CONSTRUCTION WORK WITH A VALUE IN EXCESS OF $2,000,000 C�OMELETED WITHIN YH LAST FIVE YEARS AND OPERATIONAL:FOR AT LEAST ONE YEAR PROVIDE THE FOLLOWING INFORMATIOP PROJECT NAME: OCEAN BLVD. EAST AND WEST RECONSTRUCTION PROJECT DESCRIPTION: SEWER WATER STORM DRAIN GRADE CHANGE, CMB, A/C, STRIPING, SIGNALIZATION . LOCATION: OCEAN BLVD. EAST AND WEST DATE OF OCCUPANCY BY OWNER: CONSTRUCTION VALUE: $11 ,290,045.00 PROJECT DURATION - PER CONTRACT 6/99 A)PTVAll THRU 12 99 IF YOUR WORK WAS PERFORMEb AS A SUBCONTRACTOR: N/A INITIAL SUBCONTRACT VALUE: FINAL SUBCONTRACT VALUE: ARCHITECT: PORT OF LONG BEACH GENERAL CONTRACTOR INFORMATION NAME: P►4LP INC. DBA EXCEL PAVING COMPANY CONTACT:' BRUCE FLATT TELEPHONE: 562/599-5841 OWNER INFORMATION NAME: PORT OF LONG BEACH CONTACT: GARY .CARDAMONS TELEPHONE'-56'2(590-4'127 (COLLAR AMOUNT OF CLAIMS SUBMITTED ALL CHANGES ARE MUTUALLY A TO AND TYPICALLY AGENCY GE INITIAL SETTLEMENT PERCENT COMPLETE: % COPY ADDITIONAL PAGES AS NEEDED. 14 CONTRACTOR'S NAME PULP INC. -DBA EXCEL FAVIN COMPANY A COMPANY EXeERIENCE-(REFERENCE 1.06 OF THE RESPONSIBILITY STATEMENT)FOR ALL PROJECTS WHICH INVOLVE CONSTRUCTION WORK WITH AVALUE IN EXCESS OF$2.000,000 COMPLETED W ITHIN THE AST FIVE YEARS AND OPER6TIONAL EOR6j LEAST ONE YEA PROVIDE THE FOLLOWING INFORMATION: PROJECT NAME: THE PORT OF LONG BEACH PROJECT DESCRIPTION: PIER J SITE IMPROVEMENTS RAILROAD. WHARFS, FENCE, ELECTRICAL, STRUCTURES, LANDSCAPE, ASPHALT CONCRETE, CRUSHED MISC. BASE LOCATION: PER J HARBOR SCENIC DATE OF OCCUPANCY BY OWNER: CONSTRUCTION VALUE: $9,1 iB. 146-00 PROJECT DURATION --PER CONTRACT 4/98_ _ LM THRU 3100 IF YOUR WORK WAS PERFORMEb AS A SUBCONTRACTOR: N/A INITIAL SUBCONTRACT VALUE: FINAL SUBCONTRACT VALUE: ARCHITECT: PORT OF LONG BEACH GENERAL CONTRACTOR INFORMATION NAME: PALP INC. DBA EXCEL, PAVING COMPANY CONTACT.' BRUCE FLATT TELEPHONE: 5621599--5,841 _ OWNER INFORMATION NAME: THE PORT OF LONG BEACH CONTACT: GARY CART?AI•IONE TELEPHONE: 56,2/590-+1.27 DOLLAR AN40UNT OF CLAIMS SUBMITTED ALL CHANGES ARE MUTUALLY AGR INITIAL TO AND TYPICALLY AGENCY GENE SETTLEh.1ENT PERCENT COMPLETE COPY ADDITIONAL PAGES AS NEEDED Iq _ CONTRACTOR'S NAME PALP INC. DBA EXCEL PAVINC COMPANY A. COMPANY EXPERIENCE (REFERENCE 1.05 OF THE RESPONSIBILITY STATEMENT) PROVIDE THE FOLLOWING INFORMATION FOR ALL PROJECTS WHICH INVOLVE CONSTRUCTION WORM WITH AVALUE IN EXCESS OF $2,000,000 PRESENT YUNDER!gONSTRVCTIO,N•. PROJECT NAME: PIER S NORTH FILL PROJECT DESCRIPTION: tNSTALLATION OF SEWER, WATER, STORM DRAIN, ELECTRICAL COMMUNICATION, LIGHTING, CONDUIT G VAULTS, MSE WALL CONSTRUCTOR, GRADING, CHE LOCATION: BRRTHS 8102-3110 CONSTRUCTION VALUE: $10,425,708.00 IF YOUR WORK WAS PERFORMED AS A SUBCONTRACTOR: N/A INITIAL SUBCONTRACT VALUE: FINAL SUBCONTRACT VALUE: ARCHITECT. PORT OF LONG BEACH GENERAL, CONTRACTOR INFORMATION NAME: PALP INC. DBA EXCEL PAVING COMPANY CONTACT: BRULE FLk -_ TELEPHONE: 562/599-5841 - OWNER INFORMATION NAME: PORT OF LONG BEACH CONTACT: GARY BAKER BUTCH MCBLAINE TELEPHONE: 562/432-1778 DOLLAR AMOUNT OF CLAIMS SUBMITTED ALL Ct-U�NGES ARE MUTUALLY A( INITIAL TO AND TYPICALLY AGENCY GEt SETTLEMENT PERCENT COMPLETE; COPY ADDITIONAL PAGES AS NEEDED 13 CONTRACTOR'S NAME-- PALF INC. DBA -EXCEL PAYING- COMPANY A. COMPANY EXPERIENQE-(REFERENCE 1.05 OF THE RESPONSIBILITY STATEMENT)FOR ALLPROJECTS WHICH INVOLVE CONSTRUCTION WORK WITH AVALUE IN EXCESS OF$2,000,000 COMPLETE LASI FIVE YEARS AND OPE TIONAL FOR AT LEAST ONE YEAF3 PROVIDE THE FOLLOW ING INFORMATION: PROJECT NAME: 1997-98 & 1998--99 ANNUAL INFRASTRUCTURE PROJECT PROJECT DESCRIPTION: ELECTRICAL, STRIPING, SLURRY SEAL, CONCRETE LOCATION: VARIOUS LOCATIONS, SANTA CLARITA DATE OF OCCUPANCY BY OWNER: CONSTRUCTION VALUE: $4,092.472.00 _ PROJECT DURATION - PER CONTRACT 7198 R THEU 12 9 8 IF YOUR WORK WAS PERFORMEb AS A SUBCONTRACTOR: INITIAL SUBCONTRACT VALUE: N/A FINAL SUBCONTRACT VALUE: ARCHITECT: SANTA CLARITA GENERAL CONTRACTOR INFORMATION NAME: PALP INC. DBA EXCEL PAVING COMPANY CONTACT:- B$UCE FLATT TELEPHONE: _562/599-5841 OWNER INFORMATION NAME: CITY OF SANTA CLAAITA CONTACT: _ F&M BXER -- _ TELEPHONE: 805/255-4 984 DOLLAR AMOUNT OF CLAIMS SUBMITTED ALL CHANGES ARE MLITUALLY AGF INITIAL. TO AND TYPICALLY AGENCY GENT SETTLEMENT PERCENT COI,:IPLETE: %o COPY ADDITIONAL PAGES AS NEEDED 14 CONTRACTOR'S NAME PALP INC. DBA EXCEL PAVING COMPANY A. COMPANY 9XPERIELIQE-(REFERENCE 1.05 OF THE RESPONSIBILITY STATEMENT)FOR ALL PROJECT WHICH INVOLVE CONSTRUCTION WORK WITH A VALUE IN EXCESS OF$2,000,000 LAgT FIVE YgARS AND OE9R6TI0NAL FOR AT LEAST ONE YEAR PROVIDE THE FOLLOWING INFORMATIOI PROJECT NAME: PARK AND RIDE.LOT PROJECT DESCRIPTION: _ SITE WORK._ BATHROOMS, ASPHALT CONCRETE, CRUSHED MISC, BASE, STRTPTNCU S7 S,--$aRtERS. STRUCTURES, BRIDGE WIDENING LOCATION: 91 FWY 6 405 FWY DATE OF OCCUPANCY BY OWNER: CONSTRUCTION VALUE: $11 ,358, 103.00 PROJECT DURATION- PER CONTRACT 4195 AerXoL I'HRU 8/98 IF YOUR WORK WAS PERFORNIEb AS A SUBCONTRACTOR: N/A INITIAL SUBCONTRACT VALUE: FINAL SUBCONTRACT VALUE: ARCHITECT: CALTRANS GENERAL CONTRACTOR INFORMATION NAME: PALP INC. DBA EXCEL PAVING COMPANY CONTACT:' BRACE'-FLATT TELEPHONE: OWNER INFORMATION NAME: CALTRANS DIST. 7 CONTACT: MURRY MUM TELEPHONE: 213/897-3656 DOLLAR AMOUNT OF CLAIMS SUBMITTED ALL CHANGES ARE MUTUALLY AGF INITIAL TO AND TYPICALLY AGENCY GENE SETTLEMENT PERCENT COMPLETE: % COPY ADDITIONAL PAGES AS NEEDED l4 y CONTRAC70R'S NAME PALP INC. DBA EXCEL PAVING COMPANY A COMPANY EXPERIENCE (REFERENCE 1.05 OF THE RESPONSIBILITY STATEMENT) PROVIDE~THE FOLLOWING INFORMATION FOR ALL PROJECTS WHICH INVOLVE CONSTRUCTION WORK WITH A VALUE IN EXCESS OF $2,000,000 PRESENTLY UUQE13 COtj SIRUQTION. PROJECT NAME: RECONSTRUCTION OF THE BROADWAY SIDEWALK PROJECT DESCRIPTION: SIDEWALK AND BASEMENT STRUCTURAL REPAIR LOCATION: BETWEEN 2ND ST. AND 5TH ST. , LOS ANGELES CONSTRUCTION VALUE: $2,S 14 ,839.00 IF YOUR WORK WAS PERFORMED AS A SUBCONTRACTOR: N/A INITIAL SUBCONTRACT VALUE: FINAL SUBCONTRACT VALUE: ARCHITECT: C/O LOS ANGELES GENERAL CONTRACTOR INFORMATION NAME: PALP INC. DBA EXCEL PAVING COMPANY CONTACT: BRUCE FLATT l'IELEPHONE:562/599-5841 OWNER INFORMATION NAME: CITY OF LOS ANGELES CONTACT: TELEPHOIJE: 213/847-8982 DOLLAR AMOUNT OF CL.AIE;'S SUEh:1ITTED ALL CHANGES ARE MUTUALLY AGRI INITIAL TO AND TYPICALLY AGENCY GENE] SETTLEMENT PERCENT COFr1PLETE: `''c COPY ADDITIONAL PAGES AS NEEDED 13 CONTRACTOR'S NAME PALP INC. DBA EXCEL PAVING COMPANY A- COMPANY EXPERIENCE (REFERENCE 1.05 OF THE RESPONSIBILITY STATEMENT) PROVIDE THE FOLLOWING INFORMATION FOR ALL PROJECTS WHICH INVOLVE CONSTRUCTION WORN WITH A VALUE IN EXCESS OF $2,000,000 PRESENTLY UNDER COtI$TRUCTION. PROJECT NAME: TUSTIN AVE. , STREET IMPROVEMENT PROJECT DESCRIPTION: A/C PAVE, CMB, RAMP WIDENING, CURB 6 GUTTER, STRIPING K-RAIL, DEMO, RETAINING WALLS, BRIDGE ABUTMENTS, IRRIGATION SIGNALIZATION LOCATION: TUSTIN AVE. AT SR-91 FWY. , ANAHEIM CONSTRUCTION VALUE; IF YOUR WORK WAS PERFORMED AS A SUBCONTRACTOR: N/A INITIAL SUBCONTRACT VALUE: FINAL SUBCONTRACT VALUE: ARCHITECT: _ C/O_A14AKEIM GENERAL CONTRACTOR INFORMATION NAME: PALPI-ING' DBA EXCEL PAVING COMPANY CONTACT: BUCK FLAM -- TELEPHONE: 562/599-5841 OWNER INFORMATION NAME; CITY OF ANAHEIM CONTACT: RALPH HARP TELEPHONE: 714/762-5162 DOLLAR AMOUNT OF CLAIMS SUBMITTED ALL CHANGES ARE MUTUALLY AG' INITIAL TO AND TYPICALLY AGENCY GEN SETTLEMENT PERCENT COMPLETE: % COPY ADDITIONAL PAGES AS NEEDED 13 CONTRACTOR'S NAME FALP INC. DBA EXCEL SAYING COMPANY A. COMPANY EXPERIENCE (REFERENCE 1.05 OF THE RESPONSIBILITY STATEMENT) PROVIDE THE FOLLOWING INFORMATION FOR ALL PROJECTS WHICH INVOLVE CONSTRUCTION WORK W ITH A VALUE IN EXCESS OF $2,000,000 PRESENTLY U D R CONSTRUCTION. PROJECT NAME: BERTH 212-225 BACKLAND IMPROVEMENTS PROJECT DESCRIPTION: CONSTRUCT 15 FOUNDATIONS F R 100' RELOCATE ELECTRICAL CONDUIT AND WATERLINE FOR RMPS AND RELOCATE 15 IMS, CONSTRUCT 16,000 LF OF CRANE CONC. RUNWAY. CONSTRUCT 3 SUBSTATIONS, LOCATION: CONSTRUCTION VALUE: $4,297,540.00 IF YOUR WORK WAS PERFORMED AS A SUBCONTRACTOR: N/A INITIAL SUBCONTRACT VALUE: FINAL SUBCONTRACT VALUE: ARCHITECT: PORT OF LOS ANGELES GENERAL CONTRACTOR INFORMATION NAME: CONTACT: BRUCE FLATT TELEPHONE: 562/599-5841 OWNER INFORMATION NAME: PORT OF LOS ANGELES CONTACT: JACK CHANG TELEPHONE: 31 DOLLAR AMOUNT OF CLAIMS SUBMITTED ALL CIiAPIGES ARE MUTUALLY AG INITIAL TO AND TYPICALLY AGENCY GEN SETTLEMENT PERCENT COMPLETE: COPY ADDITIONAL PAGES .KS NEEDED 13 CONTRACTOR'S NAME PALP INC. DBA EXCEL PAVING COMPANY A. COMPANY EXPERIENCE (REFERENCE 1.05 OF THE RESPONSIBILITY STATEMENT` PROVIDE THE FOLLOWING INFORMATION FOR ALL PROJECTS WHICH INVOLVE CONSTRUCTION WORN WITH A VALUE IN EXCESS OF $2,000,000 PRESENTLY UNDER CONSTRUCTION. PROJECT NAME; SANTA MONICA TRANSIT PARKWAY PROJECT PROJECT DESCRIPTION: UNDERGROUND$ RETAINING WALLS, FWY. ON RAMPS,__ A/C PAVE, SIDEWALK, CURB & GUTTER, SIGNALIZATION, LANDSCAPING LOCATION: FROM 405 FWY. TO BEVERLY HILLS CITY LIMIT, LOS ANGELES CONSTRUCTION VALUE: ----$34,455_, 152.00 IF YOUR WORK WAS PERFORMED AS A SUBCONTRACTOR: NIA INITIAL SUBCONTRACT VALUE: FINAL SUBCONTRACT VALUE: ARCHITECT: C/O LOS ANGELES GENERAL CONTRACTOR INFORMATION NAME: PALP INC. ABA EXCEL PAVING COMPANY CONTACT: _BRUCE FLAT'T TELEPHONE: 562/599-5841 OWNER INFORMATION NAME: CITY OF LOS ANGELES CONTACT: CARL NELSON TELEPHONE, 2131847-6613 DOLLAR AMOUNT OF CLAIMS SUBMITTED ALL CHANGES ARE,MUTUALLY AG TO AND TYPICALLY AGENCY GEN INITIAL SETTLEMENT PERCENT COMPLETE: COPY ADDITIONAL PAGES AS NEEDED 13 CITY OF HUNTINGTON BEACH 2000 MAIN STREET CALIFORNIA 92648 OFFICE OF THE CITY CLERK JOAN L. FLYNN CITY CLERK To- �L On1 Tt / 3.3 Enclosed please find your original bid bond issued by //d EZI C?SiT mf}xS for -- oan L. Flynn City Clerk .fF:pe Enclosure g:lfottox%u,.'ca hcont're:�mbidbond.doc (Telephone:714-536-5227) ANDREW PAPAC AND SONS - Papac Construction Co., Inc. 2030 Santa Anita Avenue South El Monte, CA 91733 To: CITY CLERK CITY OF HUNTINGTON BEACH 2000 Main Street, 2nd Floor Huntington Beach, CA 92648 "SEALED BID" for ALA$AHA STREET STORM DRAIN IMPROVEMENTS in the CITY OF HU TINGTON BEACH DO NOT OPEN VITH REGULAR MAIL Bond No.--BRSU-------------------- Fidelity and Deposit Company HO AfE OFFICE OF MARYLAND BALTIM ORE, MD. 21203 it i i) B O N D KNOW ALL MEN BY THESE PRESENTS: That we.....ANDREW--PAPAL--AND_-SONS ----------------------•- ------------------------------------------------------------------------------..--------------, as Principal, (hereinafter called the "Principal"), and the FIDFLITY Am) Di:1-rT1T ComPANY OF RIARYLAND, of Baltimore, \laryland, 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•QF- HUNTINGTON- BEACH------------------------------------------•-----••----•--•--•-----•--•--------••------•- ..-----•----••----------------- ••--•-•••-•••..............................•------------------------.....-.-......---------------------------•----as Obligee, (hereinafter called the "Obligee"), in the sum of..-_TEN... ERCENT--OF--THE.•TOTAL-AMOUNT--O.F.-THE--BID**-•---.•--_.-•_-Dollars ($.**.-1-Q.X* _..........}, for the payment of wich 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....ALABAMA STREET STORM..DRAIN_ IMPROVEMENTS_. FROMJ01.IET-•AVENLiE--TO OLIVE ---V- -E.............................................................................................................. -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- .-..--••-.-•--•--•------•---------•-•....................•--••---•---•-------------------....•--...-............----......--............................-•-•----•.---...-•--•-••--•-...-••-------- NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the. terms of such bid and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter into such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void,otherwise to remain in full force and effect. Signed and sealed this----------23rd day of SEPTEMBER- a.D. 32904 AND P AC AND ................................. . `........................(SEAL) Principal ---------------------- --------------•----•---------------------......-....-..--•---------- 1 ilness President .-----•------------•--•---------•----.....--•-••----•--•------••----------•------------------- •ille FIDELITY AND DEPOSIT COMPANY OF MARYLAND Surely ........................... By.• (SsAr.) IVintess i�ALL W. ROSE, I:l.c. ATTORNEY—IN—FACT C325d-150M, Approved by The American 111srtate of Ard-:Wt3. AA-A. Document No.A-310 February 1970 Edition. FIDELITY AND DEPOSIT COMPANY OF MARYLAND ROME OFFICE: BALTIMORE, MD. 21203 BID BOND h � L•, z c z PLEASE READ YOUR BOND CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California ss. Countyof Los Angeles On 10/05/04 before me, Olga S. Moore, Notary Public Da:e Name and Title of Offrar(e-a-.'Jane Doe.Notary Publie'1 personally appeared ANDREW G. PAPAC Narnefs)of Spvrertsl K personally known to me :j proved to me on the basis of satisfactory evidence i to be the person(,&) whose name(s) is/ere subscribed to the within instrument and OLGA S.MOORE acknowledged to me that helsweAhay executed Commission#1367215 z the same in hisIMF!lheir authorized Notary Public-Callfomla capacity(iee), and that by his/herftheir Los Angeles County signature(,&]on the instrument the person(s), or lWCnrlrn.Expirm Aug 26,2t906 the entity upon behalf of which the person(e) .�- acted, executed the instrument. WITNESS my hand and official seal. Signature of Notary Pahiio OPTIONAL Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Bid Bond Document Date: Number of Pages: Signer(s)Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: Andrew G. Pa ac C Individual Top of tllumh here X Corporate Officer—Ttle(s): President Partner—E] Limited -1 General i ID Attorney-in-Fact I Trustee Guardian or Conservator I Other: ) Signer Is Representing: ANDREW PAPAC AND SONS 0 1999 Naear,a Notary Aawalatmn•9350 De Sara Ave_PO.Box 2402•Chatsworth.CA 91313.2402•wwe naeonaincary,orq Proa No 5907 �Ruorder,Call Tall-Free I-M 876-61127 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT r�',�(..'.e��cS`.c(',et'_4'F�5�:`��.�'•G'�:4`�'-c^�'-cC`-c�'-c�`ScC�'�'-cf 1e�'-ci"�iY'.eY_'�_'�'-cS`-cCc�'��GK�'��.��__�'�__�-C4'��Y'.cc'.c�`:cc__y�.g.Y I State of California , 1 ss. County of Los Angeles . I: SEP 2 3 2004 � On , before me, Donna Mac Lellan Notary-pbliLc , Claw Name and Title of Officer:e-g,'Jane One,Notary Pub.'') - personally appeared Marshall W. Rose Names)of Signer(s) ?I ;X personally known to me ❑ proved to me on the basis of satisfactory t evidence DONNA MAC LBIAN to be the person(s) whose name(s) is/are I' CommtssTon#t21MI subscribed to the within instrument and Nate M�� ,�I acknowledged to me that he/she/they executed my Comm.Eg*m Doc 21.2004 the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. I� Place Notary Seal Above S:gnalure of Notary Public l• OPTIONAL Though the information below is not required by law, it may prove valuable to persons retying on the document l 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: I� Signers) Other Than Named Above: ( Capacity(ies) Claimed by Signer Signer's Name: _ 0 Individual T P of th.j nb here C Corporate Officer—Title(s): C. Partner-0 Limited C General I KI Attorney in Fact 10 Trustee 3 Guardian or Conservator L. Other: ) Signer Is Representing: S h I 0 19"National Notary Ass i,on•4350 Re Sole Ave.,RO Boa 2402•Chdlaxonn,CA 91313-M2• org Prod N.6907 Re•.rdor Car•ToII Free 1-MI-M6-6e27 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFICE: P.O. BOX 1227, BALTIMORE, MD 21203-1227 Know ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by F. L. BORLEIS, Vice-President, and T. C. JOHNSON, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By-Laws f said Company, which are set forth on the reverse side hereof and are hereby certified to be in ful*Ifornia, and eff the date hereof, does hereby nominate, constitute and appoint Marshall W. ROSE, of Pasaden ,_ e and lawful anent and Attorney-in-Fact. to make, execute, seal and deliver, for, and on its be surety, its act and deed: any and all bonds and undertakings and the execution of such bonds or kings in ance of these presents, shall be as binding upon said Company, as fully and amply, to all intents oses,as had been duly executed and acknowledged by the regularly elected officers of the Company at its n Balti d.,in their own proper persons. The said Assistant Secretary does hereby e that the ct set forth on the reverse side hereof is a true copy of Article Vl,Section 2,of the By-Laws of s ' pany,4R now in force. IN WITNESS WHEREOF, the said esident *`` ssistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the sai LITY DEPOSIT COMPANY OF MARYLAND, this 9th day of.Tune, A.D.2000. ATTEST: FIDELITY AN OSIT COMPANY OF MARYLAND s �. L d, T. C-Johns Assistant Secretary F. L-Borleis Tice-President State of Maryland ss: County Of Harford On this 9th day of June, A.D. 2000, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came F. L. BORLEIS, Vice-President and T. C. JOHNSON, 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. s � PUW_ ' Patricia A. Trombetti Notary Public My Commission Expires: October 9,2002 L1428-012-5096 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, .undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE 1, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Power of Attorney of which the foregoing is a full,true and correct copy, is in full force and effect on the date of this certificate;and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI,Section 2,of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the I Oth day of May, 1990. RESOLVED. "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company,this 23rd day of September 2004 Assistant Secretary ZURICH THIS IMPORTANT DISCLOSURE NOTICE IS PART OF YOUR BOND We are making the following informational disclosures in compliance with T e.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 Avallability 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 Com ao '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; for 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 policyholders. 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, 1. to be an act of terrorism; 2. to be,a violent act or an act that is dangerous to human life,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 surety terrorism disclosure notice-doc SECTION C PROPOSAL for the AL ABAMA STREET STORTM DRAIN IMPROVEMENTS From JOLIET AVENUE TO OLIVE AVENUE CASH CONTRACT No. 1214 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 100 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 andor lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-t If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security- accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find Bidder's Bond in the amount of S1383912.30 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 signitr receipt of all Addenda here, if any: Addenda& Date Received Bidd 's Si nature I i C-2 09/24/2004 14:42 7143741573 CHB EnG PAGE 02/29 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (7141 374-1573 ADDENDUM NUMBER ONE For ALABAMA STREET STORM DRAIN IMPROVEMENTS, CC 1214 September 24, 2004 Notice To Ali Bidders: Please note the following revision to the Project Pians, Specifications, and Technical Provisions: Revised Title Sheet with rebid due date as October 12,2004 Section A with revised Bid Opening date, EPA required MBE WSE"Fair Share"Goals Addition of Watertight joint specification for HDPE Pipe Updated federal wage rates This modification does not change the Engineers Estimate for this protect. This is to acknowledge receipt and review of Addendum Number one, dst ptember 24. 2004. ANDREW PAPAC AND SONS Company Name By September 24, 2004 Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Douglas A. Erdman at(714)374-1735. PROJECT BID SCHEDULE 77-frem. mimate. tern wtt unit;. rice:7:: - - : � �n:��:��::::Qi>;antit�:: :.::::::::�:: �::�: ::��2�w�itten inwards�:�-:':�:���:'<�:�:�:�::�:�:2��::�::�:�:1;nitPriee =�:�:�•:ainaiint 1 1 Mobilization L.S. S Twenty Thousand _ _ Dol:a.s S 20,000.00 $ 20,000.00 No Cents Per L.S. 2 1 TrafEc Con:-ol L.S. . Fifteen Thousand Dollars S 15,000.00 S 15,000.00 No Cents Per L.S. 3 1 Shoring&Bracing L.S. z Thirty Thousand Doila-s S 30,000.00 $ 30^ 000.00 i No Cents Per L.S. 4 216 Instal124"HDPE Storm Drair.Laterals L.F. i Two Hundred Fortj Eight Dollars $ 248.00 S 53,568.00 No Cents Per L.F. 5 3675 Instaa 42'•HOPE Storm Drain Mair. L.F. a Two Hundred Fifty Dollars S 250•00 $918,750.00 No Cents Per L.F. 6 13 Constn ct Junction Structure,Type D Four Thousand Three Hundred EA. Fifty Dollars S 4,350.00 S 56,550.00 No Cents Per EA. 7 1 Const act Concrete Collar EA. (a One Thousand Two Hundred Dollars S 1 ,200.00 $ 1 ,200.0 No Cents Per EA. a 8 Construct Catch Basn&Local Depression EA. Five Thousand Five Hundred Dollars S 5,500.Q0 S 44,000.00 No Cents Per EA. 9 905 Remove&Rep:ace Curb,Gutter&Sidewalk L.F. @ Forty Dollars $ 40.00 S 36,200.00 No Cents Fer L.F. 10 1 Remove and Replace Existing Handicap Ramp EA. Two Thousand Dollars S 2,000.00 $ 2,CO0.00 No Cents Pt EA. C-ls tem4:::: stimam tern : :Qua>�aty. : :�: �rit#e.�iti�wortis :>fJnit:Priee . . . .rtiourit :. 11 76 Protec-dRepiace Existing Va'.xv Service Laterals EA. One Hundred Dollars S 100.00 S 7,600.00 No Cents Per EA. 12 2 Remove Er.ter"e;ira Pono.ns c;Water Lire,construe:inverted slphoa assembly EA. r Seventeen Thousand Six Hundred Dollars S 17,600-.00 5 35,200.00 No Cems Per EA. 13 1 Remove lnter[erirg?oi.iors ofWa,er Liae,cors.iuc.Siphon assetnbl EA C Sixteen Thousand Do;la;s 5 16,000.00 5 163000.00 No Cer.:s Per EA. 14 5 Remove and Re:oca:e Inter.erina Portions of Sewer Line EA. n Twenty One Thousand Two Hundred Dollars $ 21,200.00 $ 106,000.00 No Cents Per EA. 13 2 Install Aial acuu r Re.ease per City Standards EA. Eight Thousand Five Hundred Dollars S 8,500.00 $ 172000.0_00 No Cer.:s Per EA. 16 108620 Slurry Seal,Tyjie 1,fu1;width of trave'.ed way or.Alabama St. S.F. Zero Dollars S •25 S 27,155.00 Twenty Five Cents Per S.F. 17 1 Replace Existing Pavement Smping per City 5tarards LS r One Thousand Five Hundred DoCars S 1 ,500.00 5 1,500.O No Cents Per LS Project Signage(8'x 4')Verbage to be determined at a later date 18 2 (Samp;es in Spect:ications) EA. '@ Seven Hundred Dollars S 700.00 S 1 ,400.0 No Cems Per EA. Total Amount Bid in Figures: S 1,389,123.00 Total Amount Bid in Words: One Mi 11 i on, Three Hundred .Ei ghty Ni ne Thousand r .................. .................................................,............................................................., One Hundred Twenty Three dollars and No Cents C-2s 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. �'ortian Vame and Address of Sribcontractor Stare License Class qf Work i Numher JL SURVEYING, INC. j I Surveying 31206 Camino Lacouague San Juan Capistrano, 0675 ; 5939 j SUOKAHAR COMPANY., INT. 16 & 17 1450 fi.tz-geral d Avenue- . Ri al to, CA 92376 752387 A L N A CONCRETE STRUCTURES Structure 15455 Tern Street Chino Hills, CA 91709 611949 A i I N ,i I i By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-3 ANDREW PAPAC AND SONS CITY OF HUNTINGTON BEACH ALABAMA STREET STORM DRAIN IMPROVEMENTS PROJECT NO. CC 1214 "PROPOSED FAIR SHARE OBJECTIVES" MATERIAL SUPPLIER: CONTRACTOR' S CONSTRUCTION PRODUCTS DBE/WBE CT-026548 8 . 8% SUBCONTRACTORS: SUDHAKAR COMPANY PAVING & STRIPING MBE/DBE # CCA-9398 1 . 8% LNA CONCRETE STRUCTURES STRUCTURES MBE/DBE # CCA--5754 6 . 3% NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SLBMITTED WITH BID State of California ss. County of Or=ge Los Mgeles Andrew G. Papac , being first duly sworn, deposes and says that he or she is President of ANDREW PAPAC AND SONS 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 depositor`, or to any member or agent thereof to effectuate a collusive or sham bid. ANDREW PAPAC AND SONS Name of Bidder Signature of Bidder Andrew G. Papac 2030 Santa Anita Ave. So. El Monte, CA 91733 Address of Bidder Subscribed and sworn to before me this 5th day of October 92004 DLGA S.MOORE LLWCom-nirsion aR 3367215 $ Notgr:. Public-Calftrnia �-,Angshn County sty Stec ,�.EAT ims Aug 26,2006 z NOTARY PUBLI 019a St. Mi4io e NOTARY SEAL C-4 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the ALABAMA STREET STORtii DRAIN IMPROVEMENTS, (I)(w°e)(it) will ernploy 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 necessan, to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. ANDREW PAPAC AND SONS Contractor By Andrea G. Papac President Title Date: October 5, 2004 C-S DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 14310.5. the Bidder shall complete, under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal. State or local government project because of a violation of law or a safety regulation? ❑ Yes 91 No If the answer is ycs, 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. 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 requires 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. ANDREW PAPAC AND SONS Contractor By Andrew G. Papac President Title Date: October 5, 2004 C-7 UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBER (To be completed only by the awarded Contractor prior to excavation) No excavation-Rill 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 vivo 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 T-Vork. Additional forms may be obtained from the AGEACY upon request. C-8 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: ANDREW PAPAC AND SONS Bidder iName 2030 Santa Anita Avenue Business Address South El Nonte, CA 91733 City, State Zip ( 626 } 443-4061 Telephone Number 163001 A & C42 State Contractor's License No. and Class 09/05/56 Original Date Issued 05/31/05 Expiration Date Andrew G. Papac & The work site was inspected by Richard J. Kordich f our office on September 20 , 2004. The following are persons. firms, and corporations having a principal interest in this proposal: Andrew G. Papac - President & Treasurer Richard J. Kordich - Vice President & 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. ANDREW PAPAC AND SONS Company y..-ram 'mature of Bidder And-rev G. Papac Printed or Typed Signature Subscribed and sworn to before me this 5th day of October , 200 4 NOTARY PUBLIC Olga S. Moore 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 Attached Construction History Name and Address of Public Agency Dame and Telephone\o. of Project Manager: Contract Amount Ty pe of Work Date Completed 2. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Ty pe 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 ` ANDREW PAPAC AND SONS 09/01/04 CONSTRUCTION HISTORY COMPLETION DATE OR 96 PROJECT - OWNER OR GENERAL CONTRACTOR CONTRACT PRICE August, 2004 GLENDORA HIGH SCHOOL DRAIN (BONDED) $571,486.00 COUNTY OF LOS ANGELES, DEPARTMENT OF PUBLIC WORKS 900 S. Fremont Ave. Alhambra, CA 91803 J.A. Noyes, Director (626) 458-5100 Ongoing BAY CLUB SITE 11 EMERGENCY STORM DRAIN REPAIR (T&M) Not to Exceed CITY OF LOS ANGELES, DEPARTMENT OF PUBLIC WORKS $100,000.00 650 S. Spring St. Los Angeles, CA 90014 P.L. Richardson (213) 847-8766 W.O. SZS11287 Ongoing EMERGENCY SEWER REPAIRS - BEVERLY BOULEVARD (3300 Block) Not to Exceed (SPOT REPAIRS, VARIOUS LOCATIONS - T & M) $100,000.00 CITY OF LOS ANGELES, DEPARTMENT OF PUBLIC WORKS 650 S. Spring St. Los Angeles, CA 90014 R.M. Shaw (213) 847-8766 W.O. SWC00220 MARCH, 2004 SEWER & STORM DRAIN IMPROVEMENTS (BONDED) $1 ,080,648.00 CITY OF AZUSA 312 E. Foothill Blvd. Azusa, CA 91702 N. Abbaszadeh, City Engineer (626) 812-5261 MARCH, 2004 EMERGENCY SEWER REPAIRS - ASPEN DRIVE (2400 BLOCK) (T&M) $82,120.00 CITY OF LOS ANGELES, DEPARTMENT OF PUBLIC WORKS 650 S. Spring Street Los Angeles, CA 90014 R.M. Shaw (213) 847-8766 W.O. SZC11368 JANUARY, 2004 EMERGENCY SEWER REPAIRS - WILCOX PLACE (1100 BLOCK) (T&M) $61,014.00 CITY OF LOS ANGELES, DEPARTMENT OF PUBLIC WORKS 650 S. Spring Street Los Angeles, CA 90014 R.M. Shaw (213) 847-8766 W.O. SWC00195 SEPTEMBER, 2003 VERMONT AVE. AT CROMWELL EMERGENCY S.D. REPLACEMENT (T&M) $27,686.00 CITY OF LOS ANGELES, DEPARTMENT OF PUBLIC WORKS 650 S. Spring Street Los Angeles, CA 90014 H. Nazemi (213) 847-5076 W.O. SZS11248 JULY, 2003 119 LAKE ST. EMERGENCY SEWER REPAIRS (T&M) $766,813.71 CITY OF LOS ANGELES, DEPARTMENT OF PUBLIC WORKS 650 S. Spring Street Los Angeles, CA 90014 R. Shaw (213) 847-8434 W.O. SWC00159 JULY, 2003 BALDWIN PARK BOULEVARD STORM DRAIN, CIP 818 (BONDED) $2,001,033.97 CITY OF BALDWIN PARK 14403 E. Pacific Ave. Baldwin Park, CA 91706 A. Idnani, Engineering Manager (626) 960-4011 MARCH, 2003 EMERGENCY SEWER REPAIRS - SPOT REPAIRS WINTER 2003 (T&M) $188,476.44 CITY OF LOS ANGELES, DEPARTMENT OF PUBLIC WORKS 650 S. Spring Street Los Angeles, CA 90014 A. Badalian (213) 847-8425 W.O. SWC00147 DECEMBER, 2002 VALMAN DRAIN, UNIT 1 (Reseda) (BONDED) $573,735.00 COUNTY OF LOS ANGELES, DEPARTMENT OF PUBLIC WORKS 900 S. Fremont Ave. Alhambra, CA 91803 J.A. Noyes, Director (626) 458-5100 OCTOBER, 2002 LOS TILOS ROAD EMERGENCY STORM DRAIN REPAIR (T&M) 3,500.00 CITY OF LOS ANGELES, DEPARTMENT OF PUBLIC WORKS 650 S. Spring Street Los Angeles, CA 90014 A. Badalian (213) 847-8425 W.O. SZS11215 ANDREW PAPAC AND SONS JULY, 2002 EMERGENCY SEWER REPAIRS - TRAP MANHOLES AND HOUSE (T&M) 22,449.00 CONNECTION TRAPS IN THE SAN FERNANDO VALLEY CITY OF LOS ANGELES, DEPARTMENT OF PUBLIC WORKS 650 S. Spring Street Los Angeles, CA 90014 A. Badalian (213) 847-8425 W.O. SWC00136 JUNE, 2002 TEMESCAL CANYON SEWER MODIFICATION & EMERGENCY SEWER (T&M) $232,210.00 REPAIR AT LA CIENEGA BLVD. & RODEO ROAD W.O. SZC11254 CITY OF LOS ANGELES, DEPARTMENT OF PUBLIC WORKS 650 S. Spring Street Los Angeles, CA 90014 A. Badalian (213) 847-8425 MAY, 2002 BUSBY DRAIN, Santa Fe Springs/La Mirada (Storm Drain) (BONDED) $2,831,604.00 COUNTY OF LOS ANGELES, DEPARTMENT OF PUBLIC WORKS 900 S. Fremont Ave. Alhambra, CA 91803 H.W. Stone, Director (626) 458-5100 AUGUST, 2001 PROJECT 9037-UNIT 2, Long Beach (Storm Drain) (BONDED) $8,479,341.00 COUNTY OF LOS ANGELES, DEPARTMENT OF PUBLIC WORKS 900 S. Fremont Ave. Alhambra, CA 91803 H.W. Stone, Director (626) 458-5100 JUNE, 2001 BELLAGIO ROAD EMERGENCY STORM DRAIN REPAIR (T&M) $77,215.00 CITY OF LOS ANGELES, DEPARTMENT OF PUBLIC WORKS 600 5, Spring Street Los Angeles, CA 90014 S. Ikbal (213) 847-5028 W.O. SZS11187 MAY, 2001 WARNER AVENUE STORM DRAIN EMERGENCY REPAIR (T&M) $20,200.00 CITY OF LOS ANGELES, DEPARTMENT OF PUBLIC WORKS 600 S, Spring Street Los Angeles, CA 90014 S. Ikbal (273) 847-5028 W.O. 51S1178O OCTOBER, 1999 VERDUCO ROAD PLUMAS STREET EMERGENCY SEWER REPAIR (T&M) $50,927.00 W.O. SZC11202 CITY OF LOS ANGELES, DEPARTMENT OF PUBLIC WORKS 650 S, Spring St., Suite 200 Los Angeles, CA 90014 I.M. Afazali, Associate Engineer (213) 473-6785 OCTOBER, 1999 RIVERCRADE DRAIN PHASE 2, Irwindale (Storm Drain) (BONDED) $1,774,380.00 COUNTY OF LOS ANGELES, DEPARTMENT OF PUBLIC WORKS 900 S. Fremont Ave. Alhambra, CA 91803 H.W. Stone, Director (626) 458-5100 JULY, 1999 EMERGENCY FORCE MAIN REPAIR, HAMPDEN PLACE PUMPING (T&M) $8,900.00 PLANT W.O. SWC00052 CITY OF LOS ANGELES, DEPARTMENT OF PUBLIC WORKS 650 S. Spring St., Suite 200 Los Angeles, CA 90014 J. Lin, Collection Systems (213) 847-8897 MAY, 1999 VENICE BLVD. & OVERLAND DR. - EMERGENCY SEWER REPAIR (T&M) $46,455.00 W.O. SWC00043 CITY OF LOS ANGELES, DEPARTMENT OF PUBLIC WORKS 650 S. Spring St., Suite 200 Los Angeles, CA 90014 L. Pitman, Project Engineer (310) 575-8637 FEBRUARY, 1999 BURNET DRAIN - UNIT 3 Mission Hills (Storm Drain) (BONDED) $4,566,129.00 COUNTY OF LOS ANGELES, DEPARTMENT OF PUBLIC WORKS 900 S. Fremont Ave. Alhambra, CA 91803 H.W. Stone, Director (626) 458-5100 MAY, 1998 NICHOLS CANYON ROAD AT WILLOW GLEN ROAD (T&M) $73,585.68 EMERGENCY STORM DRAIN REPAIR - W.O. E4000256 CITY OF LOS ANGELES, DEPARTMENT OF PUBLIC WORKS 650 S. Spring St., Suite 200 Los Angeles, CA 90014 C. Mills, Stormwater Mgmt. Division (213) 847-8557 MAY, 1997 BALBOA N/O KNOLLWOOD SINKHOLE - EMERGENCY STORM (T&M) $25,050.00 DRAIN REPAIR - W.O. E4000220 CITY OF LOS ANGELES, DEPARTMENT OF PUBLIC WORKS 600 S. Spring St., Suite 600 Los Angeles, CA 90014 A. Santamaria, District Engineer (213) 580-5013 BIDDER'S CERTIFICATION* HOUSING AND URBAN DEVELOPMENT ACT OF 1968 AS AMMENDED IN 1992, SECTION 3 TITLE 24, Code of Federal Regulations, Part 135* Economic Opportunities for Low and Very Low-Income Persons The bidder, under penalty of perjury, certifies that except as noted below, any person associated therewith in the capacity of owner, partner, director, officer, or manager(initial the applicable selections): Will ensure that 10%of all new hires as a result of this project shall meet all requirements of Section 3 of CFR Part 135 of the HUD Act of 1968; or Will hire no new employees in conjunction with this project. Will award 10% of its subcontracts to Section 3 businesses. This certification shall apply to the prime contractor's sub-contracts related to this project. Contractor: ANDREW PAPAc AND SOPS Contact Person: Andrew G. Papac Contact Phone: (626) 43- 61 Signed: Date: October 5, 2004 *Note: The above certification is required by the Department of Housing and Urban Development (24 CFR 135 and Subtitle A et al) and must be submitted by the bidders and proposed sub-contractors only in connection with contracts and subcontracts which are subject to Section 3 of the 1968 Housing and Urban Development Act, as amended in 1992 (HUD). Previous non-compliance with Section 3 could result in disqualification. c-11 CITY OF HUNTINGTON BEACH r� 2000 MAIN STREET CALIFORNIA 92648 r OFFICE OF THE CITY CLERK JOAN L. FLYNN CITY CLERK To: L �(,t,rJTl Ctf CoA.),snu-4-C-720A) D 6 Enclosed'please find.your original bid bond issued by for Joan L. Flynn City Clerk JF:pe Enclosure g:lroito%auplcashcont'retumbidbond-dac (Telephone:714-536.5227 MR[ imn Dounvicimi , truction Co., ! c. C� General Engineering Contractor 1500 W 9"' Street • Uplond, CA 91786 hyr. �_� ,.,� +[fie [ c '�` -g :r � ✓ s < s P '� } r'J"} '+sK L.' � ._. i L'A•~ �..lTr�.�'1r..3 ,,,.Y,.s. 'yam F a '�":eL-c A..'ifl Y... �. ¢�_ #•. ,�. .� City of Huntington Beach tr t 4 :-f Y. , tiY10. �9rx- _� � 'Y^ i �M. '"Ce[' �' v. — ��Y A. .}:^ - ��� a}:_y,.^.. �,. j,,. tp-.i. Y1�..1 - _,,.t - -� 3r' FF �� ,, in Street , ::. . ;ys' .y •�^�� Y �'� t -4�' yi+i \,1 S. .its,�,r:�`.L.�t'-y- s_ i.�-J•%1':r,R.•. : :.�=� _ ��• _ _=�- - _ - s Huntington Beach C 92648 _=���-��_-- =�u��-� •� BID PROPOSAL FOR: Alabama Street .F'�[ •_, �. ' i _ ''. ti ��l.'Y a'.;xe3yR 4 C"1ea�iK�41M� x0il��ft+lt r Drain Improvements ` Y Storm p :�- -�=ram Bid Date: October 12 2004 at � ¢ ,;w"+wt i s.te. .? - - ;ti:....,. i�-. �"a,'FF••�- -+�� %sz: �X�;•*r..a-_..`-l�t 's..t�.. }ei'...�"��„' „4 -e2�� -,�:.�:`,.. --- x.,:-^`:mow ..� .:�� ..,.� _ T.�.r .- -.:�.�.c-..,.a.M�., s;��3. - •..r. - 09/28/2004 14:58 8183485412 L A XCE-6 PAGE dl/01 Fidelityand Dcposit Company POST OFFICE BOX 1227 OF MARYLAND BRLITMORE,MD 1I203-1227 BID BOND Bid Date:Octabcr 5,M KNOW ALL MEN 13Y THESE PRESLYNTS: That we,Kladen Huntich ConstrRctnoa Co.,Inc., 1500 W,9u Street,Upland,CA 91780 as Principal, (hereinafter called the "Principal"), and the FIDELITY DEPOSIT COMPANY OF F.Q. Box 1227 PaltigNie, MNyland 21201a 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 Huntla ton Beach. 200 Main Street. Huntington aeac&CA 92648 Obligee(hereinafter called the"Obligee"),in the sum of Ten Percent Of Total Amount BBid Dollars(S10%). for the payment of which sum well and truly to be trade, 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 Alabama Street storm drain irttproverttents Joliet Ave_to Olive Ave_ 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 Anay 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 xemai,n,in full force and effect. Signed and scaled thislt , day of September A.D.,Z0 c truction 9r.Inc - .--... ------------- ---------------Witness a an J glecNice told Title FIDIELITY AND DEPQSIT Y—LA" .....----------- -------------------—wit"'66 C. c 1 Henley,Attorney in Fact 01S(40m !-f)ImI4 (ado mi u sawiaa Iraft1t 41 4,Njem DetumMt k310 lebyary 1f10 td'Kitn CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT State of California County of San Bernardino On / 20 y before me, S. Rohde, Notary Public, personally pa peared ersonally known to me - or - _proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)�kyare subscribed to the with- instrument and acknowledged to me that( she/they executed the same ii�/her/their authorized capacity(i a and that bther/their signatures on the instrument the person64 or entity upon behalf of which the person(s) acted, executed the instrument. S.ROHDE WITNESS my hand and official seal. --- Commission# 1476682 ' Notary Public—California Los Angeles County M Comm. Ex area r 12, 2fm8 W. -------------------------------------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 Dater Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's name: W4 c✓-,. /_Z,4,_4 Signer's name: _ Individual _ Individual Corporate Officer — Corporate Officer Title(s} k-'ce- _Title(s) Partner Limited _ General _ Partner _Limited _General Attorney-in-Fact _Attorney-in-Fact Trustee _Trustee _Guardian or Conservator Guardian or Conservator _ Other Other Signer is Representing: Signer is Representing: 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 PAUL C. ROGERS, Vice President,and T. E. SMITH,Assistant Secretary, in pursuance of authority granted by Article VI,Section 2,of the By-Laws of said Compan6A��- set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof d slmate,constitute and appoint C.Michael HENLEY,of Canoga Park,California, its true a !Ron -Fact,to make, execute, seal and deliver, for, and on its behalf as surety,and d undertakings,and the execution of such bonds or undertakings in purs o en d Company,as fully and amply,to all intents and purposes,a e arly elected officers 4 of the Company at its office in , 'n� ' �ns. This power of attorney revokes that issued on behalf of C. Michae �, Van The said Assistant c t the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2,of the By- p y,and is now in force. IN WITLESS W R 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 15th day of April, A.D. 2003. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND Im By: T E. Smith Assistant Secretary Paul C. Rogers Vice President State of Maryland I ss: City of Baltimore On this 15th day of April, A.D. 2003, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and T. E. SMITH, 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. Sandra Lynn.gooney Notary Public My Commission Expires: January 1, 2004 POA-F 012-4374 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I,the undersigned,Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article V1, Section 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 1 Oth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seal of the said Company, this �ri�e day of �Y Assistant Secrerary State of California County of Los Angeles On, 0 before me, Veronica Lynn 5ognaiian, Notary Public, persoeally appeared C. Michael Henley who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. . l c Veronica Lyrin S4ndn Notary Public SECTION C PROPOSAL for the ALABAMA STREET STORM DRAIN IMPROVEINIENTS From JOLIET AVENUE TO OLIVE AVENUE CASH CONTRACT No. 1214 in the CITY OF HUN TIN GTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUN'TINTGTON 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 Citv 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 100 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 andior 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 v611 be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTKkCT. It is agreed that the unit and Ior 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 «-ill readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-i 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 TeW Aj9iZ4r in the amount of S Id�o which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash'', "Certified Check", or "Bidder's Bond", as the case may be). Bidder shall signify receipt of all Addenda here. if ,T: Addenda No. Date Received 11 Bidder's Si nature I.24 .o4 3 1 C-2 PROJECT BID SCHEDULE �tlt�# te tem wlf.:�n?11: Xlc :-:: xtcn e ................... .... ...._................. ....... ..... .......... .• ':'::;ptitintitV:�::�:.:::::::.:::.:.:::.:.:.:.:�::�:�:�wfitten�iti�woi�ds=:�:�:�:�:�•�:':�:�:�:�:_:::_:�:�:=:':�:::=:�:LititFri�ee=:�::.:.:=:tLmaiint�:=:� 1 1 Mobilization L.S. (;a Se.�c✓t ; .y_f- :4 n"S, A Dollars $ 1 5gQG> $-7 1;GjQ Cents Per L.S. Z l Traffic Control L.S. C +��,Q Dollars S di D d o O $ K 000 0 � Cents Per L.S. 3 1 Shoring&Bracing L.S. n_k � s F?I �� ,Dollars $ 5oo0e, 5 .50�0 _ --------Cents Per L.S. � 4 216 Install 24'HDPE Storm Drain Laterals L.P. rhs,ra— 1nv,���rc��. vY_ Dollars $Z ._ 5 5H000 Cents Per L.F. 5 3675 Install 42"HDPE Storm Brain Main h k�{+ r L.F. Cur �A IT-k� {�- i.. Dollars $ Z5 D w S L87- h Cents Per L.F. 6 13 Construct Junction Structure,Type D EA. C. VOL,.- F, ZCU _ Dollars $^t•1oO '- $ Sj3 op Cents Per EA. 7 1 Construct Concrete Collar EA. fa; 1nyA� A c�) p^ Dollars S lo � $ lOD -H-- Cents Per EA. 8 8 Construct Catch Basin&Local Depression EA. GQ �C �hn�rt 1 ( r Dollars S SIS00 5 "iy�DDO 40)' Cents Per EA. 9 905 Remove&Replace Curb,Gutter&Sidewalk L.F. Q �1ri ' y Dollars Cents Per L.F. I0 I remove and Repiace Existing Handicap Ramp r ^ EA. fg �-,, ro -}1r p�.S�v, S.e✓t.�+�� Dollars $ �-1 Oa Sc Cents Per EA. C-1 s PROJECT BID SCMDULIE ::::.:::::: xe�?....:: :::.::. .... ::::::: ::::::::wiitten I1 76 Protect/Replace Existing Utility Service Laterals EA. r -'ty� ��••h �,'S-� __ Dollars S 2-50 S rk OOD cents Per £A. 12 2 Remove Interfering Portions of Water Line,construct Inverted siphon assembly EA. @ Dollars S�O'D OOw S Z-OOOt> Cents Fer EA. 13 1 Remove Interfering Portions of Water Line,construe:Siphon assembly £A. @ i L�Z\ -�jp® i..n.�i -- Dollars S 60 D $ ` Cents Per EA. 14 5 Remove and Relocate Interfering Portions of Sewer ine EA. ,ng ��._r —��rvo.l Sawta_ 6lit+ Dol;ars $ R 00 g Z'iso� Cents Per EA. IS 2 Install Air.NVacuum Release per City Standards EA. @ �,.f.l -��nAGr Doiars S H,a3�o S 8(aoa Cents Per EA. 16 108620 Slurry Seal,Type 1,full width of traveled way on Alabama St. b l S.F. @ �• � Dollars S �� S -7 311 Cents Per S.F. 17 1 Replace Existing Pavement Striping per City Stanards LS © Dollars S� O S )Oo D 49)^ Cents Per LS Project Signage(8'x 4')Verbage to be determined at a later date I8 2 f5ample3 in Specifications) EA. Qu i vY���r _ Dollars $ 500w S do0i A— Cents Per EA. Total Amount Bid in Figures: S �5 1 ,q02 19oL — Total Amount Bid in Words: .;oIXf ,t-/...ra.............. C-2s 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 v;'ork or render service to the bidder on said contract in an arriount 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 I State License Class of Work J L"utnher A i I i f i k I k ; i i i � I 1 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. NOTCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of Orange 1-'ILA664 t4W4 being first duly sworn, deposes and says that he or she is __ r[ • Y�'&5►/Qf�1t' of6d,&OW$WT T.[b/N-.the part 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 breakdmxrn 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 a-ent thereof to effectuate a collusive or sham bid. 4I` a B' er S1gna e of B' der 6W W q sL L. bpi 4 CA - 91 7e.p Address of Bidder Subscribed and sworn to before me this day of d�� , 200—Y. S. ROHDE Commission 1f 1476682 Notary Public—California Los Angeles County My Comm. Ex Tres Apr 12. 2( 8 NOTARY PUBLIC NOTARY SEAL UTILITY AGREEMENT HONORABLE ivLAYOR AND CITY COUNCIL CITY OF HLNITLNGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the ALABANUX STREET STORM DRAIN IMPRONTMENTS. (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 fiirther 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. Contr or By Title Date: 1 a'11•D¢ 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. Srate or local government project because of a Violation of law or a safety regulation? ❑ Yes -o If the answer is yes, explain the circumstances in the space provided. Dote: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. w COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been a-varded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code, which requires 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. L dF i Co. ►�� Contra Oak- Title Date: ID•11.O� C-7 UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBER (To be completed only by the a N arded Contractor prior to excavation) No excavatiot,will be permitted until this form is completed and returned to the AGENCY. Section 42-1&4217 of the Government Code requires a Dig Alert Identification dumber be issued before a Permit to Excavate vtizll be valid. To obtain a Dig Teri Identification Number, call Underground Service Alert at 1-800-422-4133 a minimum Of two working days before scheduled excavation. MgAlert Identt cation Arrmlrer: r• Co . Contr to v 1 r,4�rtT Title Date: /D• //-44 Note: This form is required for every Dig, Alert Identification IN'ttmber issued by U.S.A. during the course of the Work. Additional forms may be obtained from the AGENCY up04 request. C-8 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Gil I C GIB GO. /Bidder Name Dame /5inp k( g-Y sr. Business Address City, State Zip c RA ) 120. 7_�_ Telephone Number 53ZGd 4 State Contractor's License No. and Class �e /Q 88 --- --- --- Original Date Issued -4•,:;0-•°<.P Expiration Date The work site was inspected by & *7— of our off ce on 1 b' 'O¢ , 2001. The following are persons, firms, and corporations having a principal interest in this proposal: _MLA & n4! - frS�Aldr+r- The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. Company l' e S' nature of Bi ME Printed or Typed Signature Subscribed and sworn to before me this /f/day of c� , 200Y. S.ROHDE .� Commisslon# 1476682 Notary Public—California Los Angeies County NOTARY PUBLICM Comm. Ex res A r 12, 2008 NOTARY SEAL Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar worse within the past two years: Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed 2. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed 3. Dame and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed C-10 Mladen Buntich Construction Company, Inc. Job References Name of Owner Type of Work Year Work Contract Completed Amount Orange County Water District 10500 Ellis Avenue Fountain Valley, Ca. 92728 170,000 LF Attn: Mr. Mike Markus 714-378.3200 4" — 36" CML&C/DIP Green Acres Reach 1,2 and 3 Reclaimed Water Pipeline 1993 $22,251,282 Orange County Sanitation District P.O. Box 8127 10,000 LF Fountain Valley, Ca. 92728 90" RCP Attn: Mr. John Linder 714-962-2411 12"- 18" VCP Baker-Gisler Sewer Interceptor Sewer Pipeline 1995 $8,810,716 City of Los Angeles 600 S. Spring Street 8,000 LF Los Angeles, Ca. 90014 42" RCP Attn: Mr. Keith Hanks 213-847-8770 Microtunnel- Vicksburgh Avenue Sewer Interceptor Sewer Pipeline 1996 $5,671,015 County of Los Angeles-Department of Public Works 900 South Fremont Avenue 15,000 LF Alhambra, Ca. 91803 12"- 54" RCP Attn: Mr. Keith Lehto 818-458-3104 84"- 104" RCP Project 9050 Storm Drain 1996 $3,762,159 Canyon Storm Drain-Monrovia Storm Drain 1993 $4,149,911 Irvine Ranch Water District 15600 Sand Canyon Avenue Irvine, Ca. 92718 10,000 LF Attn: Mr. Bill Stewart 714-453-5610 24"- 36" CML&C Dyer Road Well Facilities FlowiPump Facilities 1997 $3,292,854 City of San Diego Metropolitan Wastewater Department 9291 Topaz Way San Diego, Ca. 92123 9,200 LF Attn: Mr, Wayne Papac 619-533-5403 12" Ductile Iron Pipe Digested Sludge Pipeline/PIG Station PIG Station/Pipeline 1997 $2,849,000 City of Los Angeles-Department of Water& Power 111 North Hope Street Los Angeles, Ca. 90012 20,820 LF Attn: Mr. Willie V. Dostal 213-367-882B 54" Ductile Iron Pipe East Valley Recycling Project-Phase 1 Water Pipeline 1997 $5,844,215 City of Los Angeles 600 S. Spring Street 6,200 LF Los Angeles, Ca. 90014 99" HOBAS Attn: Mr. Keith Hanks 213-847-8770 Slipliner- MAZE II Interceptor Sewer Sewer Pipeline 1998 $8,746,319 Los Angeles County Sanitation District 1955 Workman Mill Road 2,500 LF Whittier, Ca. 90601 33" HOBAS Attn: Mr. Tommy Sung 562-699-7411 Slipliner- Joint Outfall "C"Trunk Sewer Sewer Pipeline 1998 $3,611,528 Confidential Page 1 10/11/2004 page 2 of 4 Mladen Buntich Construction Co., Inc, Sob References Name of Owner Type of Work Year Work Contract Completed Amount Los Angeles County Sanitation District 1955 Workman Mill Road Whittier, Ca. 90601 5,000 LF Attn: Mr. Tommy Sung 562-699-7411 42"-60" RCP North Long Beach Sewer Sewer Pipeline 1998 $2,694,260 Los Angeles County Sanitation District 1955 Workman Mill Road 3,500 LF Whittier, Ca. 90601 57" HOBAS Attn: Mr. Tommy Sung 562-699-7411 Slipliner- Jpint Outfall "D" Sewer Pipeline 1998 $1,977,824 Los Angeles County Sanitation District 1955 Workman Mill Road 8,000 LF Whittier, Ca. 90601 36" VYLON Attn: Mr.Tommy Sung 562-699-741 1 Slipliner- Distrlct 5 Interceptor Sewer Sewer Pipeline 1998 $2,829,427 City of Los Angeles 600 S. Spring Street Los Angeles, Ca. 90014 6,500 LF Attn: Mr. Keith Hanks 213-847-8770 24" DIP Terminal Island Sewer Pipeline Sewer Pipeline 1998 $1,410,568 Orange County Sanitation district P.O. Box 8127 Fountain Valley, Ca. 92728 11,000 LF Attn: Mr. John Linder 714-962-2411 36"/42" VCP Miller-Holder Sewer Sewer Pipeline 1999 $5,804,592 Callaguas Municipal Water District 2100 Olsen Road Thousand Oaks, Ca, 91360 900 LF Attn: Mr. Steve Figri 805-579-7156 24" CML&C Newbury Park Lateral##2 Water Pipeline 1999 $539,088 Cslleguas Municipal Water District 2100 Olsen Road Thousand Oaks, Ca. 91360 15,000 LF Attn: Mr. Steve Fiori 805-579-7118 8"- 30" CML&CIDIP Recycled Water Transmission System Water Pipeline 1999 $1,969,889 City of Santa Monica 1685 Main Street 3,000 LF Santa Monica, Ca. 90401 24"-42" RCP"DIP Attn: Ms. Susan Lowell 310-458.8721 Microtunnel- Appian Way Influeht Sewer& Force Main Sewer Pipeline 1999 $1,957,762 City of Los Angeles 600 S. Spring Street 1,500 LF Los Angeles, Ca. .90014 24" STEEL/DIP Attn: Mr. Keith Hanks 213-847-8770 Microtunnel- Fries Avenue Forca Main Sewer Pipeline 1999 $3,947,995 City of Los Angeles-Department of Water & Power 111 North Hope Street Los Angeles, Ca. 90012 30,100 LF Attn: Mr. Willie V. Dostal 213-367-8826 54" Ductile Iron Pipe East Valley Recycling Project-Phase 2 Water Pipeline 2000 $9,022,623 Confidential Page 2 101111j2004 Page 3 of 4 Mladen Buntich Construction Co., Inc. Job References Name of Owner Type of Work Year Work Contract Completed Amount West Basin Water District 17140 South Avalon Blvd., Suite 210 Carson, Ca. 90746 12,900 LF Attn: Mr, Paul Cook 310-217.2411 12"-36" DIP RecycledlWater Pipelines Water Pipeline 2000 $4,906834 Las Angeles County Sanitation District 1955 Workman Mill Road Whittier, Ca. 90601 10,000 LF Attn: Mr. Tommy Sung 562.699-7411 72" RGRCP Joint Outfall "B" Interceptor Sewer Sewer Pipeline 2000 $7,022,318 City of Los Angeles 600 S. Spring Street 3,285 LF Los Angeles, Ca. 90014 12"118" VCP Attm Mr. Keith Hanks 213-847-8770 Microtunnel Muskingum Diversion Sewer Sewer Pipeline 2000 $5,898,092 City of Los Angeles 600 S. Spring Street 10,000 LF Los Angeles, Ca. 90014 39"/45" VCP Attn: Mr. Keith Hanks 213-847-8770 Tunnel,Microtunnel Rosewood Interceptor Sewer Sewer Pipeline 200012001 $14,850,550 City of long Beach 1800 East Wardlow Road 12,825 LF Long Beach, Ca. 90807 8"-15"VCP Attn: Ms. Rosemary Hoerning 562-492-9631 Microtunnel Ocean Blvd. Sewer Replacement Sewer Pipeline 2000/2001 $2,585,008 City of Los Angeles 600 S. Spring Street 500 LF Los Angeles, Ca. 90014 12" RCP Attn: Mr. Phillip Wilson 310-575-8387 Ozeta Storm Drain Emergency Repair Storm Drain Pipeline 2001 $77,000 County of I_os Angeles-Department of Public Works 900 South Fremont Avenue 1,600 LF Alhambra, Ca. 91803 24" CML&C Microtunnel Attn: Mr. James Enriquez 626-458-7844 Marina Del Rey Water Line Water Pipeline 2001 $2,227,067 City of Los Angeles 650 S. Spring Street 600 LF Los Angeles, Ca. 90014 12" RCP Attn: Mr. Carl Mills 213-847-6516 Lincoln Avenue Storm Drain Repair Storm Drain Pipeline 2002 $48,000 City of Los Angeles 650 S. Spring Street 575 LF Los Angeles, Ca. 90014 18" VCP Attn: Mr. Carl Mills 213-847-6516 Glencarin Storm Drain Replacement Storm Drain Pipeline 2002 $269,673 City of Los Angeles 600 S. Spring Street 5,300 LF Los Angeles, Ca. 90014 72" HOBAS Attn: Mr, Keith Hanks 213-847-8770 Slipliner- MAZE 3 Interceptor Sewer Sewer Pipeline 2002 $9,435,247 Confidential Page 3 10/1112004 Page 4of4 Mladen Buntich Construction Co., Inc. Job References Name of Owner Type of Work Year Work Contract Completed Amount City of Los Angeles 600 S. Spring Street 15,300 LF Los Angeles, Ca. 90014 42"139" HOBAS Attn: Mr. Keith Hanks 213-847-8770 Slipliner- Hollywood{!!lain Interceptor Sewer Sewer Pipeline 2002 $8,332,724 Capistrano Valley Water District 32400 Paseo Adelanto 26,600 LF San Juan Capistrano, Ca. 92675 24" CML&C Attn: Mr. Mark Butier 714-832-7222 SC-04 South Connectors 1 & 2 Pipeline Water Pipeline 2003 $4,956,741 AMOROSO Construction/city of Los Angeles 275 East Baker Street, Suite "B" 1,800 LF Costa Mesa, Ca. 92626 66" RGRCP Attn: Mr. Roger Schottsr 714-433-2326 66" Sewer Replacement in Maple Street Sewer Pipeline 2003 $2,106,673 Orange County Water District 10500 Ellis Avenue 9,070 LF Fountain Valley, Ca. 92728 42"i20" CML&C Attn: Mr. Mike Markus 714-378-3200 South East Barrier Pipeline Water Pipeline 2003 $3,772,043 Los Angeles County Sanitation District 1955 Workman Mill Road 470 LF Whittier, Ca, 90BOl 54" HOBAS Attn: Mr. Tommy Sung 562-699-7411 Slipliner- South Gate Sewer Repair Sewer Pipeline 2003 $430,209 County of Los Angeles-Department of Public Works 900 South Fremont Avenue 36,100 LF Alhambra, Ca. 91 B03 4"-30" CML&CiHDPE;PVC Attn: Mr. ,lames Enriquez 626-458-7844 Dominguez Gap Barrier Project Unit 76 Water Pipeline 2004 $1 1,960,720 Irvine Ranch Water District 15600 Sand Canyon Avenue Irvine, Ca. 92718 3,500 LF Attn: Mr. Bill Stewart 714-453-5610 30"- 36" CML&C Shady Canyon Pump Station & Pipeline Water Pipeline 2004 $4,827,000 Confidential Page 4 1011112004 BIDDER'S CERTIFICATION* HOUSING AND URBAN DEVELOPMENT ACT OF 1968 AS ANIMENDED IN 1992, SECTION 3 TITLE 24, Code of Federal Regulations, Part 135* Economic Opportunities for Low and Very Low-Income Persons The bidder, under penalty of perjury, certifies that except as noted below, any person associated therewith in the capacity_ of owner, partner, director, officer, or manager (initial the applicable selections); Will ensure that 10% of all new hires as a result of this project shall meet all requirements of Section 3 of CFR Part 135 of the HUD Act of 1968; or Will hire no new employees in conjunction with this project. Will award 10% of its sub-contracts to Section 3 businesses. This certification shall apply to the prime contractor's sub-contracts related to this project. Contractor; 4.4 cz-). c. Contact Person: - Contact Phone: l�Q• 977 Signed: Date: /• *Note: The above certification is required by the Department of Housing and Urban Development (24 CFR 135 and Subtitle A et al) and must be submitted by the bidders and proposed sub-contractors only in connection with contracts and subcontracts which are subject to Section 3 of the 1968 Housing and Urban Development Act, as amended in 1992 (HUD), Previous non-compliance with Section 3 could result in disc ualif cation. C-11 ,j,"je CITY OF HUNTINGTON BEACH 2000 MAIN STREET CALIFORNIA 92648 OFFICE OF THE CITY CLERK JOAN L. FLYNN CITY CLERK To. r 00,v, n?c Lpep ?-. ox Enclosed please find your original bid bond issued by 111 STy72, 0 Aq for (2doa�* Joan L. Flynn City Clerk JF:pe Enclosure g:lroIlowupkashcanVre!umbid bon d_doc (Telephone:714-536-5227) CLARKE CONTRACTING CORPORATION Lic. No. 325884 F.O. Box 519 LawndWe, CA 90260 Q10) 542-7724 Fax (310) 5420188 WPM Ui 1 Y CLERK :00 CIS HON55015N 414 OCT 1 MY of Huntinoton Beach Office of City Clerk 2000 Main Street, 2nd Floor Hunt"StOn Beach, CA 9264.3 Bond No. Bid Pond BID BOND The American Institute of Architects, AIA Document No. A310 (February, 1970 Edition) KNOW ALL MEN BY THESE PRESENTS, that we Clarke Contracting Corporation 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 ($ 10% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Alabama Street Storm Drain Improvements From Joliet Avenue to Olive Avenue NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract -with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 28th day of September 2004 Clarke Contracting Corporation Witness , Principal (Seal) By-, 1 JblVf J. Clarke, Pres, Name.'Title Federal Insurance Company Surely (Seal) Witness Attorney-in-Fact Douglas A. app _ ORSC 21328 (5.97) CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of Orange on S E P 2 8 2004 before me, A.P. Coats, Notary Public NAME,'rrrLE OF OFFICER personally appeared Dnulas A. Rapes NAME 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) istare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the-instrument. V A.P COATS NUAARYQUBLCCCALLIIFORNIA-j WITNESS my hand and official seal ORANGE COUNTY L1 My Term Exp.July 2.2408 (SI NRTUREOFNOTARY) 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/OWNER ❑ CORPORATE OFFICER TITLE(S) TITLE OR TYPE OF DOCUMENT ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL NUMBER OF PAGES ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S)OR EN=(IES) Chubb POWER Federal Insurance Company Attn: Surety Department OF Vlgilant•Ins.urance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 Know All by These Presents,That FEDERALINSURANCE COMPANY,an Indiana corporation,VIGILANT INSURANCE COMPANY,a New York corporation, and PACIFIC INDEMNITY COMPANY,a Wisconsin corporation,do each hereby constitute and appoint Douglas A. Rapp or Linda D. Coats of Laguna Halls, California---------------------------------- each as their true and lawful Attomey-in-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their bahatf as surety thereon or otherwise,bonds and undertakings and other writings obligatory in the nature thereof(other than ball bonds) given or executed in the course of business,and any instruments amending or altering the same,and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 2 2nd day of January, 2004 Kenneth C.Wendel,Assistant Secretary ra E.Robertson,Nfwa pre dent STATE OF NEW JERSEY i County of Somerset On this 2 2 ndAy of January, 2004 ,before me,a Notary Public of New Jam*personally came Kenneth C.Wendel,to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY,the companies which executed the foregoing Power of Attorney,and ale sold Kenneth C.Wendel being by me duty swom,dad depose and say that he Is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof.that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thersto affixed by authority of are By,-Laws of Bald Companls;and that he signed said Power of Attorney as Assistant Secretary of said Compardes by like authority,and that he Is acquainted with Frank E.Robertson,and knows him to be Vice Presklent of Bald Companies,and that the signature of Frank E.Robertson, subscribed to said Power of Attorney is in the genuine handwriting of Frank E Robertson,and was thereto subscribed by authority of said By-Laws and in deponents presence. Notarial Seal Karen A. Pliie etari Public State of New Jersey � 4P N0. 2231',47 Notary Public y .,CERTIFICATION Extract s of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY; "Ali po attorney for and on behalf of the Company may and shall be,executed In the name and on behalf of the Company,either by the Chairman or the President or a Vice President or an Assistant Vice President,jointly with the Secretary or an Assistant Secretary, under their respective designafions. The signature of such officers may be engraved,printed or lithographed. The signature of each of the following officers: Chairman,President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attotneys-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 facsimila seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attaclumLl 1,Kenneth C.Wendel,Assistant Secretary of FEDERALINSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY (the"Companies")do hereby certify that (i) the foregoing extract of the By-Laws of the Cornpanles Is true and correct, (iii) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S.Treasury Department;further,Federal and Vigilant are licensed In Puerto Rico and the U. S. Virgin Islands,and Federal is licensed in American Samoa,Guam,and each of the Provinces of Canada except Prince Edward Island.and (ifr) the foregoing Power of Attorney is true,correct and in full force and effect Given under my hand and seals of said Companies at Warren, NJ this 28th day of September 2004 SuwW two� o�f� yuitAtie � O 7 _ * 't; v, ' +OIANf` llfsltK�k #41, " 1Lf` Y+5 Kenneth C.Wendel,Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OFA CLAIM, VERIFY THE AUTHENTICITY,OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US ATADDRESS LISTED ABOVE, OR BY Telephone(908)903-3485 Fax (908)903-3656 e-mail: surety@chtibb.com Form 15-10-0225(Ed.4-99)CONSENT CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles On Oct. 4, 2004 before me, Ann A. Takahashi Notwy Public , Date Name,Title of Officer(e.g."Jane Doe,Notary Public") personally appeared John J. Clarke Name(s)of signer(s) personally known to me or proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity on behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. ANN A.TAKAHASHI n r COMM.blic-C llf �a+Y Public-CaE#fornia f70 m/f `-~ W , LOS ANGELES COUNTY -+ Signature of Notary My Comm.Exp.Jan.1Z 2005 ---______-----__—_— ------------ OPTIONAL------------------------------ -------------------- Although the information requested below is OPTIONAL,it could prevent fraudulent reattachment of this catifrcate to unauthorized documents. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT INDIVIDUAL City of Huntington Beach X CORPORATE OFFICER Bid Bond Alabama St. Storm Drain Improvements President from Joliet Ave, to Olive Ave. Tale(`) Cash Contract No. 1214 PARTNER(S) LIIv=D GENNERAL TITLE OR TYPE OF DOCUMENT ATTORNEY-IN-FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER: NUMBER OF PAGES DOCUMENT DATE SIGNER IS REPRESENTING: Name of Pazon(s)or Enthy(ies) Clarke Contracting CoMpration SIGNERS)OTHER THAN NAMED ABOVE SECTION C PROPOSAL for the ALABANIA STREET STORM DRAIN INIPROVEMENTS From JOLIET AVENUE TO OLIVE AVENUE CASH CONTRACT No. 1214 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 wort:therein to the satisfaction of and under the supervision of the City Engineer of the Citt.- of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within 100 working days, starting from the dale 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 guaranny 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 AGE\CY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER`S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER;the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find raid Bond in the amount of ' 1 0 0 of Bidvhich said amount is not less than 10% of the aggregate of the total bid price; as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond", as the case may be). Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received idder's Signature 1 9/27/04 C-2 PROJECT BID SCHEDULE tern: . stimated : :: tem_wit .unit price .:: xten e :Qut#nttn written in ivoi ds ._ Ltnir.Priee 1 l Mobiliraftn _ $L.S. 2" U4kh � oars 9� 0 066 / Cents Per L.S. 2 1 Traffic Contro: L.S. .a rrfe^(Peh T—llO_tlS/a-llp� Dalia:s S1S c_ S/] 00 --- Q w4 K U CCents Per L.S. 3 1 S3arin¢&Bracing L.S. _1-X TF/O()SA41 T� Dollars S Co OOL? S 6',000- A ND /VU Certs Per L.S. A l l6 Insta:l 24"HDPE Storm Drain Laterals �1 jJ cr3 a� I.F. tIM �Lj Dal]r,:s $30o S 0.Loa - A/Vj> A.)C] Cents Per L.F. 5 13-6759 Install 42"HDP5 Storm Drain.Lla;r. CT I.F. bo .a TW 0 �'UU!!�l-c1 q 5 Lx- Dollars $ S�5 f Ax> Cents Per L.F. 6 13 Construct Junction SUL.MVne,Type D A. Sl K 7 Dollars S 6 000 v S 7 000!� A AID NU Cents Per EA. 7 1 Constrict Concrete Collar �A. a SE VCN 1A1X1j*,?FD Dollars $ 700 $ 70000 :r•A.e• ^ivD NO Cents Per EA. 8 $ Construct Catch Basir.&Loca:Depression u A. 71'1VVf/l vD Dollars S 7000 19N1D NO Cents Per EA. 9 005 Remove&Replace Curb,Gutter&Sidewalk cn L.F. Ca' Dollars $ Z S L, 53d '0PIA-jD do Cents Per L.F. 10 l Remove and Replace Existing Handicap Ramp oU Oh FA. Dollars St 0�00 S / d 00 — 117VO V0 Cents Per EA. ' C-Is PROJECT BID SCHEDULE tem. :_: snma>e ::: tem:wli uniC:Or>Ice:: :::::.....:.:..: xten.e : wriiien i:i words::::.: := >fmPriee Airiaurtt. 11 76 P:otecr!Replace Existing[-tility Service Laterals EA. @ eq U aAlAr t-b Dollars S 4LV'I— s30"0— T— /17Vi'> /(/U __ Cents Per Ea. 12 2 Rernove Interfering Portions of Water Line,construe-.Inverted siphon assembly EA. 7C/U T&aa5,0 INS Doilars SLOP, p�O° SZO coo Ole'— _f�74/17 -V4 Cents Per EA. —Cents 13 1 Re:ove Interfering Potions of Wate:Lir..e,zonstruct Sip'ror.assembly EA. .�1.�lE7VT� 77*7eSfIAV _Do:Ia.s 52�-040 40 520000 00 10017V)) NC} Cents Per. EA. i 14 5 Remeve and Relocate interfering Portions of Sauer Line OD EA. Do:lxrs SCo,oa0co S3A_ o ^— f9iLl /(JO Cents Per £A. 15 2 Install Air/Vacs-um Release per City Standares EA. C D/!/E %//0 aS17A Q _ Dollars S/ S — fh2/D NU Cents Per EA. 16 108620 Sluiry Seal,Type 1,fL]l width of traveled way on A abama St. S.F. r /V O Dollars S Q S Z►2— AeV 7a Tic/d A/7-7' Cents Per S.F. 17 1 Replace Existing Pavement Striping per City Starards on ao LS @r�.1 U %/}d USfI.cJ��Doi;arts S Z�000 S..1 QUO`+ /%N,79 NO Cer-:s Per LS Project Sig-age(8'x 4')Verbage to be determined at a later date 18 2 (Samples in Specifications) E/4fr/7 /Y )a4f 00 EA. � ��F� Dollars S$r�0 � S /� UO' N 17 Ny Cents Per EA. Total Amount Bid in Figures: }0 Total Amount Bid in Words: C� Mi+l. 6or hu��lrpc� 2;l kree.+� ......................................................................................... ....:............,r..o y r14.^. ...... .....................�......... C-zs 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 senice 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 I State License Class of Work ' Number CA i `Z o�L l�7 � i so�3 O I I i i I i i By submission of this proposal,the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. Courity of 0K Los Angeles John J. Clarke , being first duly sworn, deposes and says that he or she is President of Clarke Contracting Corp. 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. Clarke Contracting Corporation Name of Bidder —John J. Clarke, President Signature o idder 4646 Manhattan Beach Blvd. , Lawndale, CA 90260 Address of Bidder Subscribed and sworn to before me this day of Q Cat_ , 200q . ANN A.TAKAHASHI COMM.1287370 m N ;� .Yt Notary Public-California !A W - , ' LOS ANGELES COUNTY =* ., MY Comm.Exp.Jan. 1Z 2005 NOTARY PUBLIC t NOTARY SEAL C-4 liTILITY AGREEMENT HONORABLE IVLAYOR AND CITY COLT-NCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract. k;0vvn as the ALABAMA STREET STORM DRAIN 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. Clarke Contracting Corporation Contractor 1 —John J. Clarke By President Title Date: 10/6/04 C-5 DISQUALIFICATION QUESTIO\�iAIRE In accordance with Government Code Section 14310.5, the Bidder shall complete, under penalty of perjury, the following questionnaire. QLESTIONIAIRE 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? 0 Yes bI No If the answer is yes, explain the circumstances in the space provided. Dote: 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 a«varded shall sign the following certificate. 1 am aware of the provisions of Section 3700 of the Labor Code, which requires 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. Clarke Contracting Corporation Contractor �� \ i [. -John J. Clarke By, President Title Date: 10/6/04 C-7 T 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 4216,14217 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 umber: Contractor By Title Date: Note: This form is required for every Dig Alert Identification Number issued by U S.A. during the course of the Work. Additional forms may be obtained front the AGE NCY upon request. C-8 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Clarke Contracting Corporation Bidder dame 4646 Manhattan Beach Blvd. Business Address Lawndale CA 90260 Gin-, State Zip ( 310 ) 542-7724 Telephone Number 325884 A, B, and Haz. State Contractor's License No. and Class 9/28/76 Original Date Issued 12/31/04 Expiration Date John J. Clarke and The work site was inspected byMichael S. Clarke of our office on September 27 , 2004 The following are persons, firms, and corporations having a principal interest in this proposal: Clarke Contracting Corporation John J. Clarke Michael S. Clarke 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. Clarke Contracting Corporation Company Dame V � 1A Signature o Bidder `. John J. Clarke, President Printed or Typed Signature Subscribed and sworn,to before me this (o day of c) c-k . , 20 -: ANN A.TAKAHASHI COMM.1287370 m N � Notary Public-California In W LOS ANGELES COUNTY �► My Comm.Exp.Jan.I 2005 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: (SEE ATTACHED) l. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed 3. Dame and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed C-10 CLARKE CONTRACTING CORP. Project Owner/Agency $ Completed Contract Bay Club Drive Low Flow City of Los Angeles $ 321,810.00 12/30/00 213 847-5229 Diversion 433 S.Spring St. 9600 Karman Yuen W.O.E4000227 Los Angeles,CA 90013 Colorado Ave.-Repair of City of Santa Monica $ 5,394,744.00 1/20/00 310 392-6818 Earthquake Damaged Sewer 1685 Main St_ Room 112 Harris&Associates Mains Santa Monica,CA 90407 Richard Huffman Install Continuous CDS Technologies $ 256.838.54 12/17/99 888 535-7559 Deflective Separator(CDS) 16360 So.Monterey Rd. Mark Cuneo Moss Ave.,Santa Monica Morgan Hill, CA 95037 Camrose Drive Slope City of Los Angeles $ 102,725.00 512/00 213 847-4016 Repair 433 S.Spring St. #600 Christopher Regilski Los Angeles,CA 90013 Puente Hills Landfill L.A.Co.Sanitation Dist. $ 1,333,100.00 1015100 626 962-8605 Gas Collection Sys.-2000 1955 Workman Mill Road Paul Perkins Whittier,CA 90607 2950 Mandeville Cyn. City of Los Angeles $ 209,300.00 8/22/00 213 847-4016 Road Repair 433 S.Spring SL 9600 Christopher Regilski Los Angeles,CA 90013 Temescal Gyn.Sewer City of Los Angeles $ 805,009.00 1019/00 310 575-8367 433 S.Spring St. *6W Lee Pitman Los Angeles,CA 90013 El Camino College El Camino College Dist. $ 104.000.00 10/13/00 310 329-1707 Shops Bldg--Storm Drain 16007 Crenshaw Blvd. Bob Gann Renovation Torrance,CA 90506 1-5 Frwy Sewer Relocation City of Anaheim $ 340,769.50 BMM 714 448-3063 Dogwood&La Palma and 200 S.Anaheim Blvd. Glen Davis Fay Lane&Broadway Anaheim,CA 92805 Newport Coast Lift Irvine Ranch Water Dist. $ 80,911.00 3/23/01 949 453-5556 Station Modifications 15600 Sand Canyon Ave. Jeff Staneart Project No.20077 Irvine,CA 92619-7000 Santa Monica/Orthopedic University of California $ 128,800.00 3/23101 Centrex Rodgers/Morley Replacement Hospital at Los Angeles John McCune Sewer Improvments 1060 Vetrans Ave.#125 310 260-2453 EA.103 Los Angeles,CA 90095 Green Valley Circle Sewer City of Culver City $ 115,320.00 4/3101 DMR TEAM Improvement 9770 Culver Blvd. Nassar Shoushtarian Culver City,CA 90232 - 310 338-3440 Ext.16 Sandal Lane City of Los Angeles $ 200,000.00 5/25/01 Kevin Azarmahan Emergency Sewer Repair 650 S.Spring St. 310 575-8534 Los Angeles,CA 90014 Sewer Infrastructure California State Polytechnic $ 1,857,984.00 11/14/01 Jack Siegers Univeristy,Pomona 909 869-4169 3801 W.Temple Ave. Pomona,CA 91768 Misc.Repairs at the City of Santa Monica $ 573,819.00 2119/02 Hy-Corn&Associates Santa Monica Airport 1685 Main St. Kayvan Hazrati Santa Monica,CA 90407 949 474-7344 Install Continuous COS Technologies $ 367,440.00 12/28/01 Mark Cuneo Deflective Separator(CDS) 16360 So-Monterey Rd. 562 424-6334 Branford Spreading Grounds Morgan Hill, CA 95037 Sewer Line Reconstruction City of Manhattan Beach $ 569.750.00 4124102 Chad Browing 1400 Highland Ave. 310 802-5356 Manhattan Beach,CA 90266 Marine Ave.Drain Los Angeles County $ 104.261.50 415102 Tony Tajalli Dept.of Public Works 626 458-2195 900 S.Fremont Ave. Alhambra,CA 91803 COS Units at Caltrans $ 321,087.00 7122/02 E.L.Yeager Caltrans Route 30 in San Dimas 120 S.Spring St. Don Reiter La Verne R Claremont Los Angeles,CA 90012 909 684-5360 ivy Way Storm Drain City of Culver City S 129.425.00 519102 Ken Berkman 9770 Culver City 310 253-5622 Culver City,CA 90232 CDS Units at CDS Technologies $ 254,000.00 1215102 Marc Cuneo Project 450, Project 5104 3950 Long Beach Blvd. 562 424-6334 Line E-1,Long Beach Long Beach, CA 90807 Replace 8"VCP City of Torrance $ 10.940.00 5/31/02 Tom Cook 1329 Crenshaw Blvd. 1329 Crenshaw Blvd 310 781-6900 Torrance Torrance,CA Calabasas Landfill Drainage L.A.Co.Sanitation Dist. $ 719,595.00 10/17/02 Wafter Ackerman Facilities,2002 1955 Workman Mill Road 562 699-7411 Whittier,CA 90607 Storm Water Treatment Unit City of Anaheim $ 173.875.00 9113/02 Mr.Ralph Harp for Pump Station(d Katella Ave. P.0.Box 3222 714 765-5285 Undercrossing Anaheim,CA 92803 CDS Unit for 210 Frwy. San Bernardino Assoc.Gov. $ 150,747.00 819f02 E.L.Yeager SR 30 Seg.3B Completion 444 North Arrowhead Ave. Al Aretaga Rancho Cucamonga San Bernardino,CA 91764 909 684-5360 Temescal Canyon Low Flow City of Los Angeles $ 491,000.00 4124/03 Andy Flores Diversion Project 200 N.Spring St. 213 847-5025 Los Angeles, CA 90012 221 st Street Drain City of Hawaiian Gardens $ 534.345.00 119/04 Elroy Kiepke 21815 Pioneer Blvd. 562 420-2641 Hawaiian Gardens,CA 90716 41st Street Ground Subsidence City of Los Angeles $ 103,075.00 2/17103 Sean Zahedi Between Naomi&Hooper 200 N.Spring St. 213 485-0635 Los Angeles,CA 90012 Install 2 CDS Units at Fiji Way Los Angeles County $ 135.682.69 1/24103 CMA Boat Launch,Marina Del Rey Beach&Harbors (Const.Project Manager) 13483 Fiji Way Trailer 2 Steve Schmucker Marina Del Rey,CA 90292 310 615-4555 Fax 310 615.4538 Holmes Middle Schoof Los Angeles Unified Schoof Dist. $ 58.825.00 1110/03 Jack Blair Repair Sewer lanes 701 W.Cesar Chavez Suite 210 618 256-2918 Los Angeles,CA 90012 Boeing Sewer Pump Station City of Seat Beach S 512,970.00 12/24/03 Mark Vukojevic Reconstruction 211 Eighth Street 562 430-2527 Ext. 318 Project No.49725 Seal Beach,CA 90740 Pacoima Area Upper L.A. City of Los Angeles $ 395.185.96 4/9/04 Andy Flores Watershed 200 N.Spring St. 213 847-5025 Los Angeles,CA 90012 Bay Club Outlet Emergency City of Los Angeles $ 94,489.84 8/13103 Carl Mills Sewer Replacement 200 N.Spring St. 213 B47-6516 Los Angeles,CA 90012 CDS Units 6th& 8th St. City of Manhattan Beach $ 158,700.00 7/8103 Gilbert Gamboa 1400 Highland Ave. 310 802-5000 Manhattan Beach,CA 9026 Fair Ave.Sewer City of Los Angeles $ 103,771.00 811/03 Barbara Sherfey 200 N.Spring St. 818 3744653 Los Angeles,CA 90012 Big Dalton Dam&Reservoir Los Angeles County $ 5,486,160.00 In Jaime Engler Debris Removal Department of Public Works Progress 626 458-4955 900 So.Fremont Ave. Alhambra,CA 91803 Low Flow Diversion at Pulga Los Angeles County $ 328,590.00 5/26/04 Griselda Mitchell Department of Public Works 626 458-3155 900 So.Fremont Ave. Alhambra,CA 91803 Low Flow Diversion At Los Angeles County S 329,570.DD 7/221D4 Griselda Mitchell Westchester Department of Public Works 626 458-3155 900 So.Fremont Ave. Alhambra,CA 91803 Galleria Treatment System City of Redondo Beach $ 246,761.00 10/27/03 Michael Shay 415 Diamond St. 210 318-0661 Redondo Beach,CA 90277 Plaza Del Amo,224th&Avis Ct. City of Torrance $ 16.645.30 1114103 Tom Cook and 421 Cable Mayor 3031 Torrance Blvd. 310 781 6900 Torrance,CA 90509 Vista Industria&Alamada St. Los Angeles County S 23.226.97 2113104 Monroe Williams 900 S.Fremont Ave. 323 233-3330 Alhambra,CA 91803 Beethoven St. City of Los Angeles $ 297,717.50 To Begin Andy Flores Urban Runoff Pollution Removal 200 N.Spring St. in oG-v, 213 847-5025 Los Angeles,CA 90012 Upper L.A. Watershed City of Los Angeles $ 1,249,802.00 To Begin Scott Hare Pollution Removal 200 N.Spring St. in Oct. T 213 847-5228 Van NuysJCanoga Los Angeles,CA 90012 F 213 847-5019 Arlington Relief Sewer City of Los Angeles E 1,576,605.00 In Andrias Badalian 200 N.spring St. Progress 213 847-8425 Los Angeles,CA 90012 Low Flow Diversion at Rose County of Los Angeles $ 499,050.00 S r' Sam Assoum &5th St. Dept.of Public WorKs ter _fc s5 T 626 458-3197 900 S.Fremont Ave. F 626 458-2197 Alhambra,CA 91803 Manchester&Avalon Blvd. City of Los Angeles T&M Robert Nussbaum Emer.Sewer Repair Wastewater Conveyance Eng.Div. 101 213 847-9691 650 S.Spring St. Suite 900 Los Angeles,CA 90014 BIDDER'S CERTIFICATION* HOUSE G AND URBAN DEVELOPMENT ACT OF 1968 AS AIMIMENDED IN 1992, SECTION 3 TITLE 24, Code of Federal Regulations, Part 135* Economic Opportunities for Low and Vert-Low-Income Persons The bidder, under penalty, of perjum certifies that except as noted below, any person associated therewith in the capacity of owner, partner. director, officer, or manager (initial the applicable selections): Will ensure that 10% of all new hires as a result of this project shall meet all requirements of Section 3 of CFR Part 135 of the HUD Act of 1968; or Will hire no new employees in conjunction with this project. Will award 10% of its sub-contracts to Section 3 businesses. This certification shall apply to the prime contractor's sub-contracts related to this project. Contractor: Clarke Contracting Corporation Contact Person: John J. Clarke, President Contact Phone: (1310) 542-7724 Signed: Date: 10/6/04 �. *Note: The above certification -is required by the Department of Housing and Urban Development (24 CFR 135 and. Subtitle A et al) and must be submitted by the bidders and proposed sub-contractors only in connection with contracts and subcontracts which are subject to Section '.3 of the 1968 I-lousing and Urban Development Act, as amended in 1992 (HUD). Previous non-compliance with Section 3 could result in disqualification. C-i t City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For ALABAMA STREET STORM DRAIN IMPROVEMENTS, QQ 1214 September 24, 2004 Notice To All Bidders: Please note the following revision to the Project Plans, Specifications, and Technical Provisions: Revised Title Sheet with rebid due date as October 12, 2004 Section A with revised Bid Opening date. EPA required MBENVBE "Fair Share" Goals Addition of Water-tight joint specification for HDPE Pipe Updated federal wage rates This modification does not change the Engineers Estimate for this project. This is to acknowledge receipt and review of Addendum Number one. dated September 24, 2004, Clarke Contracting Corporation John J. Clarke, President 11 Company Name By + 10/6/04 1 Date Ali bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Douglas A. Erdman at(714) 374-1735. 0,"aff CITY OF HUNTINGTON BEACH 2000 MAIN STREET CALIFORNIA 92648 OFFICE OF THE CITY CLERK JOAN L. FLYNN CITY CLERK To: S& 0, �L L4�S i7' C T?O� J' -LS 100/LF C Enciosed'please find your original bid bond issued by 2,�64-,,7— r- rllLyLJ.� for Joan L. Flynn City Cleric SF:pe Enclosure g:lfol louuplcishconL.retumbidbond.doc (Telephone:714-536-52271 SoCal Pacific Condmction Corp. 2'9885 2nd Sheet Unit H Lab Elsinore,CA 92532 J� , � �� (909)f,741Q3S 2004 OCT 12 P I: 55 !- L U h T I N G i 0 N ;LEA ck„ LI t LJ" Uj _ C> - � t r' Pveno.+-- �a d 0 C cx r1 J� t� BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, SoCal Pacific Construction as Principal.(hereinafter called the"Principal"),and Fidelity And Deposit Company Of Maryland ,a corporation duly organized under the laws of the State of Maryland ,as Surety,(hereinafter called the"Surety"),are held and firmly bound unto City of Huntington Beach as Obligee,(hereinafter called the"Obligee"),in the sum of Ten Percent of the Total Amount Bid Dollars($ 1 Q% ),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 Alabama Street Storm Drain Improvements from Joliet Avenue to Olive Avenue Contract No. 1214 NOW, THEREFORE. if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter into such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect. Signed and sealed this 30th day of September A.D., 2004 SoCal Pacific Construction Corp. rincipal Orness (SEAL) Fidelity And Deposit Company Of Maryland Mh ? (1 urety 8y (SEAL) Estela Saputo Witness Shannon Lopez :frrorr;e�-i+f Fa:r Printed in cooperation%%i[h the American Institute of Architects(AIA)by Fidelity And Deposit Company Of Maryland Fidelity And Deposit Company Of Maryland %ouches that the language in the document wrtfornts exactly to the language used in AIA Dacumenl A-310,February 1970 Edition. BID70000T_7.0701 f , ZURICH THIS IMPORTANT DISCLOSURE NOTICE IS PART OF YOUR BOND We 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 premiurn 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 Availabilitv 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, for 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 policyholders. The Act does not currently provide for insurance industry or United States government participation in terrorism losses that exceed 5100 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: 1. to be an act of terrorism; 2. to be a violent act or an act that is dangerous to human life,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 -0050749.doc CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT State of California County of San Bernardino On September 30, 2004 before me Kathleen Rvan. Notary Public Personally appeared Shannon Lopez --------------------------------------------- [X] personally known to me - O r ' PFOved-to me an the basis of satirsfaetery-evidenee to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. ' KATHLEEN RYAN COMM.#1363196 C1 o -• NOTARY PUBLIC-CALIFORNIA 5AN BERNARDINO COUNTY WITNESS my hand and official seal. ., My Comm.Exp.July 26,2006 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 r 7 INDIVIDUAL CORPORATE OFFICER Bid Bond Title(s) Title or Type of Document [ ] PARTNERS- [ ] LIMITED GENERA [X] ATTORNEY-IN-FACT Number of Pages f ] TRUSTER(S) Lf 1 GU A RDI A ATlf`flA1SFRV A TO [ ] OTHER: September 30. 2004 Date of Document SIGNER IS REPRESENTING: Fidelity& Deposit Co. of Man11and SoCal Pacific Construction Corp. Signer(s) other than Named Above Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFICE: 3910 KESWICK ROAD, BALTIMORE, MD 21211 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 T. E. SMITH, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By-Laws of said Company, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, does hereby nominate, constitute and appoint Shannon LOPEZ, of Redlands,California, its true nd lawful age t and Attomey-in-Fact, to make, execute, seal and deliver, for,and on its behalf as surety, and as its act an : any an onds and undertakings and the execution of such bonds or undertakings in pursuance of these prese all be as g upon said Company, as fully and amply, to all intents and purposes, as if they had been duly a and ac edged by the regularly elected officers of the Company at its office in Baltimore, Md., in their own persons The said Assistant Secretary does hereby certify th xtract se o�on the reverse side hereof is a true copy of Article VI, Section 2,of the By-Laws of said Company,and is orce. IN WITNESS WHEREOF, the said Vice- r ent and t Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FCD AND DIT COMPANY OF MARYLAND, this 2nd day of October, A.D.2001. ATTEST: i FIDELITY AND DEPOSIT COMPANY OF MARYLAND wp 9EPp��f �� O V O� 4..... ` s By. E. Smith Assistant Secretary M. P. Hammond Vice President State of Maryland County of 6altimore ss: On this 2nd day of October, A.D. 2001, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came M. P. HAMMOND, Vice President, and T. E. SMITH, 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 sea] affixed to the preceding instrument is the Corporate Sea] 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. M TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Sea] the day and year first above written. _off�Fqe„ Carol J. Fader ,Votary Public My Commission Expires: August 1,2004 POA-F 012-7658A EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board,or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE 1,the undersigned,Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify th4t the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI,Section 2,of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary,or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 30th _day of September 2004 Assistan!Secretary SECTION C PROPOSAL for the ALAB_A-M A STREET STORINI DRAIN IMPROVE-NIENTS From JOLIET AVENUE TO OLIVE AVENUE CASH CONTRACT No. 1214 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE NIAYOR 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 supen-ision of the City Engineer of the Cinr of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within 100 working days, starting from the date of the Notice to Proceed. v 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 %kill be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract; the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 «working days after the date of the AGENCY'S notice of award of contract to the BIDDER,the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof mav, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find 1310 Qa.4+D in the amount of S10`�0 yc'Q 10 which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Imdtine Scaled Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check". or "Bidder's Bond", as the case may be). Bidder shall signifi-receipt of all Addenda here, if any: Addenda No. Date Received Bidder` i C PROJECT BID SCHEDULE 77 item:.::. snmate(I Item,wtt :unit price :. sten e o. ..Qaantuv. :.•wittn in wdrds ..:::.. :. Unit Prtee-:.. 3iriaunt I 1 Mabifiza:io%, L.S. 1� �� f Dors Per L.S. 2 1 Tratic Conttro, --7 ,/� ^� _ L.S. 1W0f)c:"/f /!7/i""' Dollars S 10a S Cents Per L.S. 3 1 Shoring&Bracing L.S. 3 �J/77u=� Dol:a:s S IQ Dd S fly! DC Cents Per L.S. 4 216 Install 2'4"H,DfPE Storm D.a;n La:erais L.F. rt � Dollars S Cents Per L.F. 5 367 5 Install 42"HDPE Stonn Drain Mair. rA�f '-77 L.F. g Dollars SGZS' sc 6 Cents Per L.F. 6 13 Construct Junction Structure,Tvne D EA. _r1VL� �� Dclla.s S L�J,0d0 S ��,0G16 Cents Per F.A. 7 1 Construct Concrete Collar EA. ^u _ i."'y1GG�11 z� � Dollars s _70d S 760 Cents Per EA. 8 8 Consu actct Catch Basic&Local Depressior. ( � EA. 6�AhAL6 Cents Per EA. 9 905 Remove&Replace Curb,Gutter&Sidewalk ` L.F. _r/R;� //�Ci Dollars S SJ+ S Cents Per L.F. 10 1 Removes and Replace Ex' :ing Handic� amp I n r EA. r .L l�n-'L� �� _ Dollars S `� S r I Cents Per EA. — -- C-1s PROJECT BID SCHEDULE .:.:.:Item:.,. :— stimate < tem:ryit :unit:grlce: <•::.::::: : ::_::::<::::::.._.Extended: e. : .:: written in i'vords: .. 1nitPH6! :: Amount 11 76 P:-otectR.ep1lace Existing Utility Service LateralsLj1 I, rr�� ! EA. �N l � Do:la.s S V a S 1P e Cents Per EA, 1-t 2 Remove Inter-cring Porrtions of Water Line,ccrs:ruct Inverted stphog assetnbiiv 1 !�k��-krt+�/� Dollars II 5 / I EA. r 7 Cents f Per EA. f 13 1 Re pure I::erfenng Portions cf Wate, L-ire,co;s-uct S pno.i assen:'l. EA. r�Z.i[l �(�CP4A Dollars 4 OGu Cents Per EA. 14 5 Remove and Relocat Interfering Por.ioas of Sewer Line EA. SG7/� � Dollars 7,000 $ 60, Cents Per EA. 15 2 Install Air Vacuum Release per /City Standards J �7 EA. 1/ �T G[N�-'"�✓ Dollars s,7 a� S ZOO Cents Per EA. 16 108620 Slurry Sea!,Type 1,fail width of traveled way on Alaharia St. S.F. ra ,..,�E/J`�_ Do'la:s S w� 7 Cents Per S.F. 17 1 Replace EEx�istingg Pavement Str:pt^ per ACiry�tarards `� LS ��__—_Dollars S6 $,1� Cents Per LS Project Sigrage(8'x 4')Veroage to be determined at a later date 18 2 (Samples in Specifications) EA. io if -- Dollars S(yV vv S C/W Cents Per EA. Total Amount Bid in Figures: Total Amount Bid in Words: N�1A1Guars/ � ..•.•..................•.•......•. J.. .. .. ..vr.•...•... .. •. ...•.....•...•.............................• C-2s 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 dorie by such subcontractor. Portion Xame and Address of Subcontractor State License Class qf Worh Number i L1 10 L 14 i i i l 1 i I t i i i I i II i , By submission of this proposal,the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of Orange Anton Anstett , being first duly sworn, deposes and says that he or she is _President _ of SOCAL PACIFIC CONSTRUCTION per' 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. SOCAL PACIFIC CONSTRUCTION CORP Name of Bidder Signature of Bidder 29885 2nd Street Unit J Lake Elsinore, CA 92562 Address of Bidder Subscribed and sworn to before me this !a day of Q i, GEOPr„ANNE K.BEEBE 1304675 -� N,'Ary Public-California i `z �• 1" R verside County + r n, Expires res Jun 14,2005 NOTARY PUBLI NOTARY SEAL C-# UTILITY AGREEMENT HONORABLE NLAYOR 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 ALABANIA STREET STORM DRAIN IMPRON-T- TENTS, (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. SOCAL PACIFIC CONSTRUCTION CORP Contractor By ANTON ANSTETT PRESIDENT Title Date: o- 12-b C-S DISQUALIFICATION QUESTIOivNAIRE In accordance with Government Code Section 14310.5, the Bidder shall complete, under penalnr of perjury, the following questionnaire. QUESTIONN AIRS 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 othenvise prevented from bidding on or completing a Federal. State or local government project because of a violation of law or a safety regulation? ❑ Yes No If the answer is yes, explain the circumstances in the space provided. Note; This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuarit 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 requires event' employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. SOCAL PACIFIC CONSTRUCTION CORP Contractor By ANTON ANSTETT PRESIDENT Title Date: 1 b-1 2-0 4 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 dumber be issued before a Permit to Excavate will be valid. To obtain a Dig _alert Identification Number, call Underground Service alert at 1-800-422-4133 a minimum of two working days before scheduled excavation. Dig Alert Identification Number: Contractor By Title Date: Note: This form is required for every Dig Alert Identification 1Vumber issued by U.S.A. during the course of the Work. Additional forms may be obtained fi•orn the AGE_1A'CY upon request. C-8 BIDDER'S INFORM°T aTION BIDDER certifies that the followins information is true and correct: SOCAL PACIFIC CONSTRUCTION CORP Bidder Name 29885 2nd STREET UNIT J Business Address LAKE ELSINORE CALIFORNIA 92562 City, State ZIP ( 951 ) 674-1030 Telephone Dumber 443117 Stare Contractor's License No. and Class 7-18-83 Oriainal Date Issued 6-30-05 Expiration Date The work site was inspected by Steve Hennes of our office on Sept_ 7 . 2004 . The followin,2 are persons, firms, and corporations having a principal interest in this proposal: ANTON ANSTETT PRESIDENT STEVE HENNES SECRETARY C-9 The undersignec is prepared to satisfy the Council of the City of Huntington Beach of its ability. financially or other vvise, to perform the contract for the proposed work and im-provernents in accordance with the plans and specifications set forth. SOCAL PACIFIC CONSTRUCTION CORP Company�e Signature of Bidder ANTON ANSTETT PRESIDENT Printed or Typed Signature Subscribed and sworn to before me this day of !.3 k-- 20 r - cook,WgNF K.BFFBE Commfss'or!#1304675 z z -g& Notary Puyl a- California Rivers.da County furyC0r.^...-Fxsi re-s J ^14,24C5 NOTARY PLBL NOTARY SEAL Listed beiokv are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past two years: 1 CITY OF RIVERSIDE Name and Address of Public Agency Name and Telephone No. of Project Manager: ED LARA 909-826-5561 172, 000 INSTALL CULVERTS ACROSS HIGHWAY 3-04 Con:raet Amount Type of Work Date Completed 2 EASTERN MUNICIPAL WATER DISTRICT Name and Address of Public Agency Name and Telephone No. of Project Manager: JENNIFER MORGENSTERN 9 0 9-9 2 8- 3777 995, 000 2700 ' lf of 18" pipeline 10-04 Contract Amount Type of N ork Date Competed 3 ORANGE COAST COLLEGE Name and Address of Public Agency Narne and Telephone No. of Project Manager: ARDITH RICHEY 71 4-432-51 39 11137 , 000 UTILITY REPLACEMENT SOUTH CAMPUS 10-04 Contract Amount Type of Work Date Completed C-10 BIDDER'S CERTIFICATION* HOUSING AND LRBA`T DEVELOPMENT ACT OF 1968 AS AMMENDED IN 1992, SECTION 3 TITLE 24, Code of Federal Regulations, Part 135" Economic Opportunities for Lowv and Very Low-Income Persons The bidder, under penalty- of perjury, certifies that except as noted below, any person associated therewith in the capacity of owner, partner, director, officer, or manager(initial the applicable selections): Will ensure that 10% of all new lures as a result of this project shall meet all requirements of Section 3 of CFR Part 135 of the HUD Act of 1968: or Will hire no new employees in conjunction with this project. Will award 10% of its sub-contracts t0 Section 3 businesses. This certification shall apply to the prime contractor's sub-contracts related to this project. Contractor: SOCAL PACIFIC CONSTRUCTION CORP Contact Person: ANTON ANSTETT Contact Phone: 951 - -1 03 Signed: Date. 10-12-04 *Note: The above certification is required by the Department of Housing and Urban Development (24 CFR 135 and Subtitle A et al) and must be submitted by the bidders and proposed sub-contractors only in connection with contracts and subcontracts which are subject to Section 3 of the 1968 Housing and Urban Development Act, as amended in 1992 (HUD). Previous non-compliance with Section 3 could result in disqualification. C-11 03'24/2004 15: 57 7143741573 r'H3 E.'"IG PN;3E ?2;30 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For ALABAMA STREET STORM DRAIN IMPROVEMENTS, CC 1214 Septen^ber 24, 2004 Notice To AI? Bidders: Please note the following revision to the Project Plans, Specifications, and Teennical Prov'slors: Revised Title Sheet with rebid due"date-as'Octobdr 12;1004 Section A with revised Bid Opening date. EPA required MBElWBE "Fair Share"Goals Addition of Watertight joint specification for HDPE Pipe Updated federal wage rates This modification does not change the Engineer's Estimate for this project. Th s is to acknowledge receipt and review of Addendum Number one, dated September 24 04. SOCAL PACIFIC CONSTRUCTION CORP . Company Name sy ANTON ANSTETT PRESIDENT 10-12-04 Date All bidders must acKnowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Douglas A. Erdman at(714) 374-1735. CITY OF HUNTINGTON BEACH 2000 MAIN STREET CALIFORNIA 92648 OFFICE OF THE CITY CLERK To: A 3 � lrnclosed'please find your original bid bond issued by j� j f DO n5A-4, A]S R.d Cbr CO . Ore cA for 3oan L. Flynn City Clerk JF:pe Enclosure g:lfo[1o%Nup'cashcondretumb dbond.doc {Telephone:7 t4-536-52271 J A Salazar Construction and Supply Corp 14937 Rayfield Drive La Mirada, California 9063 8 C,1.T Y sU-j. C On N T i h G If C-h IGG4 OCT 12 F-D i2: 10 ............. ......... "SEALED BID FOR" ALABAMA ST. STORM DRAIN IMPROVEMENTS CITY OF HUNTINGTON BEACH, CALIFORNIA OCTOBER 12, 2004 @ 2:00 PM DO NOT OPEN WITH REGULAR MAIL! BID BOND KNOW ALL BY THESE PRESENTS,That we, J.A. Salazar Construction & Supply of 14937 Rayfield Drive, La Mirada, CA 90638 (hereinafter called the Principal), as Principal,and First National Insurance Company of America (hereinafter called the Surety),as Surety are held and firmly bound unto Clty of Huntington Beach- Public Works (hereinafter called the Obligee) in the penal sum of 10% of Bid Amount-------------- ------------------------- ------------------------------------------------------------- Dollars($ 10% of Bid Amount ) for the payment of which the Principal and the Surety- bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That WHEREAS, the Principal has submitted or is about to submit a proposal to the Obligee on a contract for Alabama Street Storm Drain Improvements (CC1214) Cash^Contract#1214 ^ NOW, THEREFORE, If the said Contract be timely awarded to the Principal and the Principal shall, within such time as may be specified, enter into the Contract in writing, and give bond, if bond is required, with surety acceptable to the Obligee for the faithful performance of the said Contract,then this obligation shall be void,otherwise to remain in full force and effect. 1. Signed and seal�his 28th day of September T� 2004 J.A%alaza nstruction &Supply (-Seal) Principal r Witness 'r • � �� �. Title First National Insurance Company of America Witness B v�. Frank Morones Attorney-in-Fact $-0053,•'GEEF 10199 FS A F E C a POWER FIRST NATIONAL INSURANCE COMPANY OF AMERICA OF ATTORNEY PO BOX 34526 FIRST NATIONAL SURETY SEATTLE,WA 98124-1526 PO BOX 34526 SEATPLE,WA 98124-1526 No. 13003 KNOW ALL BY THESE PRESENTS: That FIRST NATIONAL INSURANCE COMPANY OF AMERICA,a Washington corporation,does hereby appoint r..••=a..a..=..a.a.==•.=.=r=..s==s=..s..=r•:raPHIL.IP E.VEGA; FRANK MORONES;Brea,California""*'•"•_*•'••:...*.*_,.*_*.,:..r.,«=.r*... its true and lawful attorney(s)-in-fact,with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business,and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF,FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents this 2nd day of August 2004 M PC , CHRISTINE MEAD,SECRETARY MIKE MCGAVICK,PRESIDENT CERTIFICATE Extract from the By-Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA: "Anicle V,Section 13.-FIDELITY AND SURETY BONDS...the President,any Vice President,the Secretary,and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business-..On any instrument making or evidencing such appointment,the signatures may be affixed by facsimile. On any instrument conferring such authority or an any bond or undertaking of the company,the seal,or a facsimile thereof,may be impressed or affixed or in any other manner reproduced;provided,however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adapted July 28. 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V,Section 13 of the By-Laws,and (ii) A copy of the power-of-attorney appointment,executed pursuant thereto,and (iii) Certifying that said power-of-attorney appointment is in full force and effect. the signature of the certifying officer may be by facsimile,and the seal of the Company may be a facsimile thereof." I,Christine Mead, Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA,do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto,are true and correct, and that both the By-Laws,the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the facsimile seal of said corporation this 28th day of September 2004 �SV1tAMCf�0 s SEAL 192E NO t cf WAS A r • CHRISTINE MEAD,SECRETARY S-10491FNEF 7l98 D A registered trademark of SAFECO Corporation 08.r0212004 PDF CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT State of California County of Orange On _September_28, 2004 before me, _Philip Vega Name and Title of Officer(e.g-,"Jane Doe.Notary PublC) personally appeared Frank Morones Name(s)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 acknowledged to me that helshe/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their PHl1VVEGA signature(s) on the instrument the person(s), or the entity upon Comfasbn#1 1474231 behalf of which the person s acted, executed the instrument. Notary Public-Cawomla orange County WITNESS my h a s 0nMV Comm.Expo Mar 4.2 at a of Notary Public ----------------------------------------OPTION L--nin ---------------- Though the information below is not required by law, it may prove valuable to rso document and could prevent fraudulent removal and reattachment of this fort n . Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ individual ❑ Corporate Officer ❑ Corporate Officer ❑ Titles(s): ❑ Title(s): ❑ Partner-❑ Limited ❑ General ❑ Partner-❑ Limited ❑ General ❑ Attorney-in-Fact ❑ Attorney-in-Fact ❑ Trustee ❑ Trustee ❑ Guardian or Conservator ❑ Guardian or Conservator INFIR, ❑ Other: Top of Thumb here ❑ Other: Top of Thumb here Signer Is Representing: Signer Is Representing: BD-1133 09100 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT '���:�'.crercr�� �5:�'�.�'�:���.ecc•�<cr�����_.��r_crcnc^.�.ercrecer..crcrcre�.cc����y, State of California ss. � County of Los On Oc b 1Z� �� before me, NIe [a .e Pe clue I S /+�O r�a�L Date � Name and Title of officer fe g..'Jailie ice.Nolary P lie) personally appeared l24 r Namo{s)of Signer{s} Jrpersonaliy known to me proved to me on the basis of satisfactory I: 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 rA0 capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or I- MELARIEREWELTAS the entity upon behalf of which the person(s) Commission f 1352571 acted, executed the instrument. Notary Public-California Los Angeles County i @*Ccnvn.ExPiresfiipl,21.200r WITNESS my hand and official seal. I Place Notary Seal Move Srgnatdre 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: I Document Date: Number of Pages: Signer(s) Other Than Named Above: . I- Capacity(ies) Claimed by Signer Signer's Name: _! Individual Top of t�t:mt:here Corporate Officer—Title(s): Partner Limited 1 General Attorney in Fact I ❑ Trustee =. Guardian or Conservator ❑ Other: I Signer Is Representing: I ' I I o lggg National Notary As iatior•9350 De Soto Ave-•P C-[lox 2.02•Craiav nrih CA 91313-2402•www--ce!ionaln tary.org P•od.No.5907 Reader.Cell Toll-Fran I.9W$76-6627 SECTION C PROPOSAL for the ALABAINIA STREET STORM DRAIN IMPRO'VTMENTS From JOLIET AVENUE TO OLIVE ANTNL'E CASH CONTRACT No. 1214 in the CITY OF HUNTItiGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HL�Tni-GTON 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 necessay 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 100 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans. specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract. the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. y Accompanying this proposal of bid, find ` 4, A Lin the amount of S IWI 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 and�� Addenda No. Date 4Veeeiyed Bi !s Signature i 2 p�{ t f PROJECT BID SCHEDULE : tpm: stimate tem wrt unit price.: xten e : :Qi�eitnn written in words :Liitit:Price :::aitibunt 1 l Mobiliza L.S. g ' kv �, A v _,_,_Dollars 5 (2 0,aI..,,, S 6C'yo-e. Cents T� Per L.S. 2 1 Traffic Ccntm \I{1 F� 't"�E °i e L.S. �.7 �r J.S U1,�,ti(� D01!a:s ��q rJ 5Ct%0. Nsv Cents Per L.S. 3 1 Shorm'g&Bracing L.S. ig r_1.J.ia,d Cents Per L.S. $ 216 install'44"HDPE Storm Drain La-era's L.F. oil T1-, L x j Dollars S -zoo c� 5 qlIzo Cents Per L.F. 5 36i, lnstail42"HDP Storr.Drain.Main +o L.F. a: Dollars S 23fo-50 S �3n `f Cents Per L.F. 6 1_ ConsLI"U ,ncror.sttructu:e,Type.D !t EA. C pr.ceu VLo Dollars S 7"'-t S [ u � �& Cents Per Eq. z^ 7 1 Constrict oncrete Col: r c-.1 ee Eq. (a? Dollars S #Qt-lU• S �l7IID ft} n] Cents Per EA. 8 8 Constn:c:Catch Basi�&Local Depression W ti EA. �s�k.lt Dollars Six9t)1_ S �L Cents Per EA. 9 90"; Remove eplace Curb,Gutter&SiCewalk L.F. ^as Dollars 5-Sb. `o S Cents Per L.F. 10 1 Remove and Replace Existing Hand ap Rgmp c EA. ( } ' Dollars $ SZTfl• S S Cents Per EA. C-is PROJECT BID SCHEDULE tem: stlmate :;::.:.:.':.;: ::::m:.:,Ate W'WI :Mt.p.M7.:. .:::: xten e : ... wTittei:i rvflids :: EniPriee o::�: �:Qi�annty� :- 11 76 ProtecvRepiace Es'sting Utility Service Laterals EA. a boa n Do:la-5 S 1c �►.1;� Cents �-�-�=- Per Ea. 12 2 Remove Interfering Porion ai Water Lire,construct Inverted siphon.assembly EA. :�? V Dollars S 20eo+sV S 0,`ri'� y Cents Per EA. i3 1 Rerrove Interfering Pori us of Water Line,construct Sipt.an assemb'.y c1� EA. twt. 5. Doi:ars Cents Per EA. i 14 5 Remove and Relocatg Imerfering Portions of Sewe:tine EA. Dol:ars 0- IJ Ceti s Per EA. 15 2 Install Aiv ' um Releas erC' Standards EA. c !! JS<1•� n Dollars N �^� Cents Per EA. 16 108620 Siurry Seal,Type 1,full width of traveled way on Alabama St. 1 J S.F. �.^u`; Dollars S 1 Cents Per S.F. I"+ I Replace!�rj Paveme [Striping per City S:anards w1 LS r Do:la:s S {'t)D • S 1,9M70 Cents Per LS Project Signage(S',.c 4')Verbage to be determined at a later date 18 2 (Samples in Specificat'.o. ) c' EA. (ja 1EX L Dollars S SQL Cems Per EA. Total Amount Bid in Fi ures: $ 5 , 05 Total Amou t Bid in Words: , ¢ Y.i..... C-2s 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 Nance and Address of Subcontractor State License Class of Work ,Number I' i By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California s Countfof Orang L'2— , bein fir t ul_y sw'o dep se d says that he or she is rc S. of the pare malting the foregoing bid that the bid is not made in t e interest of, or on thVt1zW4f 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. �5r� �Ld rL NameLBr \ Signature of_Bi er r 1 ,4 r Address of Ri der Subscribed and sworn to before me this day of , 200_ NOTARY PUBLIC NOTARY SEAL C-4 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT a t State of California / ss. County of ZZ's ,r d/ On 6 1-411ML IZ, Z44f before me, r•,vr" AVue- ce:e ' Name and Title of c"ieer ie-q-. Jare f]ce Nola- Pr.onc"i personally appeared P.�?Gf` Name[5,or Sigier.:s; l 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 acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their IIREUIRIE REVUELTAS signature(s) on the instrument the person(s), or Commission#1352571 the entity upon behalf of which the person(s) 5 f� Notary Public-California acted, executed the instrument. j Los Angeles County l titYCExpires Apr 21,200ti WITNESS my hand and official seal. l vu P we Nc[e'y Seal Above Zignalwe cf%clay o.ltlk OPTIONAL Though the information below is not required by law. it may prove valuable to persons retying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Titie or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer ? Signer's Name: Individual .Top01 -1L.Mc.1e:e Corporate Officer—Title(s): u Partner—C Limited I—1 General h l Attorney in Pact L� Trustee D Guardian or Conservator Other: Signer Is Representing: C 1%A Nat o^al N�[ary asSOCianur-935••De 8e1c a:e P.C.Box 2402-Cia:s.+orl CA 5'3 19-"ear2•a.,anom rc:ar cr9 Prod Ne.59C' Ranorder.Cali Te-Free 1-800-076.6V7 UTILITY AGREEMENT HONORABLE INIAYOR 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, know-. as the ALABAINIA STREET STORM DRAIN 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 aid subcontractor or subcontractors with the requirements contained herein. C'bAractor r By Title Date: D �- C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Governrnent 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 ;6�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. 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 requires 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 c ntract. actor V ' By Title Date: 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 421614217 of the Government Code requires a Dig AIert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number, call Underground Service Alert at 1-800-422-4133 a minimum of two working days before scheduled excavation. Dig Alert Identification Number: Contractor By Title Date: Note: This form is required for every Dig Alert Ident(cation JYumber issued by US.A. during the course of the Work. Additional forms may be obtained from the AGEA'CY upon request. C-8 BIDDER'S INFORMATION BIDDER certifies that the follow' ' ormation is true and correct: Bidder Name 'Asa] L, I Business Act ss — All City, State Zip Telephone Number State Contractor's License No. and Class Original Dat Jssu Expiration Date The work site was inspected bar 6 �, � -,� of our office on `C3 , 200J The Llwin,.,are�persons, firms, and corporations having a principal interest in this proposal: C-9 The undersigned is prepared to satisfy the Council of the Cite of Huntington Beach of its ability, financially or otherw-ise, to perform the contract for the pro Posed work and improvements in accordance with the plans and specifications set forth, Company I` e 1 Signature of 11 dder 4 A.- Printed or Typed Signature Subscribed and sworn to before me this J--dav of :�� , 200—J. NOTARY PliBLIC 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 venrq: Name and Address of P blic Agency Name and Telephone No. of Project Manager: 37i� ILL- Contract Amount Type of Work Date Completed Name and Address of Public A ncy Name and Telephone No. of Project Manager: 'Lot& 777 Contract Amount Type of Work ffJJyy Date Completed Name an4 Add ess of Public Agency f Name and Telephone No. of Project Manager: �/ � •r ,/'tw,,, -a� lit S V�+r V Contract Amount Type of Work Date Completed C-ta CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT 5 State of California , r Los ��IDS 5S. County of On before me, NIAarle 1�2✓u�� t5. IW7ni Kru6"C Date Name and—itle of CNicer le.o..' re Dce Nctary t.blie". 1 personally appeared 11 - Nar-e{s of Sig^er._s; 'personally known to me proved to me on the basis of satisfactory evidence 3 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(les), and that by his/her/their signature(s) on the instrument the person(s), or 5 MELARIE RERIELTAS the entity upon behalf of which the person(s) Commission#1352571 acted, executed the instrument. Notary Public-California Los Angeles County WITNESS my hand and official seal. i0MYColm,.Ewes Apr 2i,20U6 �6a-ZZZZ-7_ ��c� Place lctary Seal Above O alj•e cf\cta•.P.tbli., OPTIONAL Though the information below is not required by taw. it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: I Document Date: Number of Pages: I i Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer � Signer's Name: 0Z1 r Individual Tcp,I:�,m here I Corporate Officer---Title(s): - Partner— Limited _ General —1 Attorney in Fact 2 Trustee Guardian or Conservator -1 Other: Signer Is Representing: S 0 1999 Na!iona Norary Ass xat on-9350 De Soro Ava-.P 0 30:2402-CratSwn^h CA 91513-2a02-w W P.31 olalnoiaryorg P-oc.No 5907 Raorow.Ca I Toll-Free 1-aa:-a76-6827 BIDDER'S CERTIFICATION* HOUSING AND LRBA'T DEVELOPMENT ACT OF 1968 AS A,'v MENDED IN 1992, SECTION 3 TITLE 24, Code of Federal Regulations, Part 135* Economic Opportunities for Low and Vert' Low-Income Persons The bidder, under penalty! of perjury, certifies that except as noted below, any person associated therewith in the capacin, of owner, partner, director, officer, or manager (initial the applicable selections): 1\ Will ensure that 10% of all new hires as a result of this project shall meet all requirements of Section 3 of CFR Part 135 of the HUD Act of 1968; or Will hire no new employees in conjunction with this project. Will award 10% of its sub-contracts to Section 3 businesses. This certification shall apply to the prime contractor' sub-contracts related to this roject. Contractor: SM'�CC Contact Person: 1_ ':,C %X Contact Phone: ,�21 3 oQ " Signed: e3257 Date: 2 0 *Note: The above certification is required by the Department of Housing and Cuban Development (24 CFR 135 and Subtitle A et al) and must be submitted by the bidders and proposed sub-contractors only in connection with contracts and subcontracts which are subject to Section 3 of the 1968 Housing and Urban Development Act, as amended in 1992 (HUD). Previous non-compliance with Section 3 could result in disqualification. C-11 09/24/2004 16:03 7143741573 G-® ENG PAGE 02/30 ` City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For ALABAMA ST_ REET STORM DRAIN IMPROVEMENTS, CC 1214 September 24,2004 Notice To All Bidders: Please note the following revision to the Project Plans,Specifications,and Technical Provisions: Revised Title Sheet with rebid due date as October 12,2004 Section A with revhted Old Opening date. EPA required MBE1WBE"Fair Share"Goals Addition of Watfor4light joint specification for HI7PE Pipe Updated federal wage rates This modification does not change the Engineer's Estimate for this project. This i9 to a awledge eipt and review Add du Number one,dated mbar 24,2004. A i CAIf Co any a e By 1 \ V Date All bidders must Acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Douglas A.Erdman at(714)374-1735. CITY OF HUNTINGTON BEACH 2000 MAIN STREET CALIFORNIA 92648 OFFICE OF THE CITY CLERK -- // — O tea✓-;L- Enclosed please find your original bid bond issued by for Joan L. Flynn City Clerk JF:pe Enclosure g:/Co!louupi'cashcontlretumbfdbond.doc (Telephone: 714-536-5227) f 011", L l yIfr� .,��Mt,�n. I o •{ +�Tf �.�_�'1.6.'tR 11M�'hX�!}'i`µf�' _���j �_j�� 4' • i �r • A 4t A I� pp+. • ISM. a� r�] � • �r, < � �F'��:rr 7:e'i,ily h r��+t• Y ,Ft,li ,'..t' I. s 1' ! ��14µ, � � 9ipt•t �� t K��J1i I °Y 4 •' , L �,v4A.r r l ii - �� 170 �% dAl.+ � i4 r'n..r�14� �•.lrN'' - ..k� �15 Ct,���{ `V dy{k�L :a<.' � r GREAT AMERICAN INSURANCE COMPANY OHIO Bond No. N/A BID BOND Approved by The Arneri can Institute of Architects,A.I.A.Document No.A310 Fcbtum•y, 1970 Edition KNOW ALL MEN l}Y TIACSL""•PPE:St:NI TS:that we 4--CON ENGINEERING, INC. as Principal,hereinafter called Principal,and GRtiAT AMERICAN INSURANCC COMPANY.a corporar:on duly organized under the laws of tho State ofohio,with. Adauitrisuative Offices at 590 Walnut Sneet,Cincinnati,Ohio 45202.as Surety,hereinafker called the Surety,are held firmly hound unto CITY OF HUNTINGTON BEACH as Obligee,hereinafter u.fled Obligee,in the sum of TEN PERCENT OF AMOUNT BID" Dollars(S 10 o OF BID`" j Fur the payment of which sum well and truly to be made,and the said Principal and the said Surery,bind ourselves,our heirs,executors,administrators,sucee sors autd assigns,jointly and severally,firmly by these presents. WHEREAS,the Principal has sul-mitted a bid for AD-1AMaRA STREET STORM DRAIN IMPROVEMENTS FROM JOLI ET AVENUE TO OLIVE AVENUE 01214) NOW.THEREPORE,if the Obligee shall ac--rpt the hid of the Principal and the Principal shill enter into a Contract with rho Obligee in accordance with the terms or such bid,and give such bond or bonds cs may be.specified in the bidding or Contract Documents with good and suYicicnt stire-v for the faithful aerfurman-c of such Cotutmet and for the prompt payment of lobo;and material funtiahed in the pmwcution thereof,or in the event of the failtu'e of the Principal to cuter such Cortmtct and give such bond or bonds.ifthe Prin,:iha}shall pay to tine Obligee the difference not to exceed the panulry hereof httwecn the amount specified in said bid and siuhi larger arnuunr fur which due Obligee may in good faith cwr•.rract with another Patty to pctfonn the Work coveted by said hid,then this obligation shall be nuli and void, otherwise to rcmain in full force and of -ct. Sign-,d and sealet3 this 71I-I day of OCTOBER 20q'4 In the presence Of: 4--CON EN(3INEERING, INC. {Principal) tt-Vtic � - t^jG�r`.lp��tt:c-•i p,.t-y,-clti.�- GRi A Ah3ERICAN INSURANCi~CONIPA'`Y (5e91) i (Surety) By: i 74 JAN L. MILLER (Atmtrtcy-in-Fact) Hid Bond 1'4630a CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT State of California ` /) SS. County of San Bernardino On October 7, 2004 _ before me, Pamela McCarthy, Notary Public Name and Title of Officer(e.g.,"Jane Doe,Notary Public) Personally appeared Janet L. Miller Name(s)of Signef(s) © personally known to me ❑ proved to me on the basis of satisfactory evidence p c�,Mc�THY to be the person whose name is subscribed to the Gornrnission#135431U within instrument and acknowledged to me that she Notary Public-C811f0r1t9s executed the same in her authorized capacity, Zson r��rmgpr80. 0 ty and that by her 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. Signature or Notary Public OPTIONAL Though the information pelow 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: Capaclty(ies) Claimed by Signer(s) Signer's Name: ❑ Individual Cl Corporate Officer Title ❑ Partner — ❑ Limited ❑ General Topof thumb here x Attomey-in-Fact ❑ Trustee ❑ Guardian or Conservator Other: Signer is Representing: GREAT AMERICAN INSURANCE COMPANY® Administrative Office:580 WALNUT STREET• CINCINNATI,OHIO 45202. 513.369-5000• FAX 513.723-2740 The number of persons authorized by this power of attorney is not more than FOUR No.0 13970 POWER OF ATTORNEY KNOB'ALL MEN BY THESE 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 attorneyin-fact,for it and in its name,place and stead to execute in behalf of the said Company,as surety,any and all bonds,undertakings and contracts of suretyship,or other written obligations in the nature thereof;provided that the liability of the said Company on any such bond,undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power JAY P.FREEMAN ALL OF ALL KELLY A.SAITIMAN ONTAIO, UNLIMITED DONALD R.DES COMBES CALIFORNIA JANET L.MILLER This Power of Attorney revokes all previous powers issued in behalf of the attorney(s)-in-fact named above. W WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 29th day of, JLNIE 2004. Attest ��- GREAT AMERICAN INSURANCE COMPANY = j - STATE OF OHIO,COUNTY OF HAMILTON-ss: DAVID C.KITCHIN (613-369-3811) On this 29th day of JUNE 2004, before me personally appeared DAV iD C.KITCHIN,to me known,being duly 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 of the said Company;that the seal affixed to the said instrument is such corporate seal;that it was so affixed by authority of his office under the By-Laws of said Company,and that he signed his name thereto by like authority. r'�?r - - i�n i s This Power of Attorney 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 Presidents and Assistant Vice Presidents,or any one of them,he and hereby is authorized,from time to time,to appoint one or mare A1larne}s-in-Fac11a execute on behalf of the Campania,as surey,any and all honds,undertakings and contracts of suretyship,or other written obligations in the nature thereof,-to prescribe their respective duties and the respective limits of their nuthorttv;and to revoke any such appointment at any time. RESOLVED FURTHER:That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by jacsimtle to any power of attorney or certificate of either given for the t tecution of any bond,undertaking,con froc t or suretysAip. or other written obligation in the nature thereof such signature and seal when so used being hereby adapted by the Company as the original signaaure of such officer and the original seal of the Company, to be valid and binding upon the Company with the same farce and effect as though manually ofli reel CERTIFICATION 1,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 sealed this 7TH day of, OCTOBER 2004. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California inteloommommm ss. County of San Bernardino On October 12 2004 before me, Cruz R. Borrero, Notary Public Date ame a e o icer e.g..-Jane Doe. PuUiCf' Personally appeared Richard J. Garabedian Name(s)of gner s ® personally known to me ❑ proved to me on the basis of satisfactory evidence to be the personal whose nameW is/are subscribed to the f CRUZ R.eoitRERo within instrument and acknowledged to me that helshoAhoy Qcommission#1337657 z executed the same in his,414@49w4 authorized capacity{eio, Notary Public-California and that by him signatureW on the instrument the san Bernardino County personal, or the entity upon behalf of which the personal MyComm.EXpiM8jan18,Mr acted, executed the instrument. WITNESS my hand and official seal. igna ure ol Notary Kjolic .. J OPTIONAL Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Bid Bond Document Date: October 7, 2004 Number of Pages: 1 Signer(s) Other Than Named Above:Janet L. Miller Capacity(ies) Claimed by Signer(s) Signer's Name: Richard J. Garabedian Signer's Name: NIA ❑ Individual ❑ Individual ® Corporate Officer ❑ Corporate Officer Title(s): President Title(s): ❑ Partner-- ❑ Limited ❑ General ❑ Partner-- ❑ Limited ❑ General ❑ Attorney-in-Fact ❑ Attorney-in-Fact ❑ Trustee ❑ Trustee ❑ Guardian or Conservator OF SIGNER ❑ Guardian or Conservator OF SIGNER ❑ Other: ❑ Other: Top of thumb here Top of thumb here Signer is Representing: Signer is Representing: 4-Con Engineering. Inc. SECTION C PROPOSAL for the ALABAMA STREET STORM DRAIN EMPROlvTMENTS From JOLIET AVENUE TO OLIVE AVENUE CASH CONTRACT No. 1214 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE NNIA 'OR AND MEMBERS OF THE COUNCIL OF HL'NTINGTON 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 100 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule, BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER,the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered.nuil and void. Accompanying this proposal of bid, find in the amount of S 10 td 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 «vL vC �- �.vt+.fj� r.IL�„i �72cSiticl�i" ' PROJECT BID SCHEDULE t - t""j Cnl t7'rj r`k n�rj :. stimate tem wtt unity rtce_::.:::::::.:.:.:::::.. :•:: xten a :•. . . :No.:�: .. •_Quantity: . �tiirritreniri��wot-ds :�:�. . ::f,`nttPric,a :AmaiitFir :�:� 1 ] -Mobilization L.S. .y t' � �C� L��'jl„ettllais" I y 5�,'� Cents Per L.S. 2 1 Traffic Control Fot.rz i 7" s � </ y� L.S. a C Dollars S Uj i C`d Gr} Cents Per L.S. 3 1 Shoring&Bracing �l L.S. r t i{`7'7V VtV - 5&o-d Dollars S �i/ 4-0 S Cents Per L.S. 4 216 instail 2a"HDPE Storm Dra:{Laterals Z L.F. 'may ca 1�-�'C� �t 1 Dolars $ 6 $ / Cents Per L.F. S 3675 Install 42"HDPE Storm Drain Main L.F. l ors Cents Per L.F. 6 13 Construct function Structure,Type D Cj t�JU kl J"'Aa" � £?�. @ t Dollars $ S Cents Per EA. 7 1 Construct Concrete Collar EA. CU _ln -rite- _ Dolla:s �C S"vo.LCJ S S Uu Cents Per EA. B $ Construct Catch �Bmin&Local Depression EA. f �(0 5i 7G ty�fK_ Svwt.� Dollars Cents Per EA. 9 905 Remove&Replace Curb,Gutter&Sidewalk p L.F. tsu r_t ` l_7 L _ _ Dollars S �S S Cents Per L.F. 10 t Remove and Replace Existing Handicap Ramp lv�. G Dana 1,3 S !3 el Cents Per EA. C-1s PROJECT BID SCHEDULE 1-i-t 1)P1 &'M21 tads:::: -: .StltslAte.: .:.:. .'.:::<:.:;' tell yylt u[liC.flrlce.:; .;.;;:;:: >::•:•::::•::.:•:•:::•:::.:: •: Xten.e . ... .::•. :.. .:.• ........ 11 76 Protect/Replace Existing Utility Service Laterals EA. 01-r_ RGL) 'F" E'r Dollars $ 5y $ Cents Per EA. 12 2 Remove Interfering Portions of Water Line,con Mutt Inverted siphon assembly EA. re r_Doilars $_ 1-7i 6Z10 S 3 6 dr Cents Per EA. 13 l Remove Inter:"erirg Portions of Water Line,cons tiet Sip-nor.assembly j�y EA. C Qv ^-� Dollars S 5 ` C/ Cents Per EA. 14 5 Remove and Relocate Interfering Portioi s of Sewer Line .ra EA. !tv aV, Dollars S -7I 566 S 3-1/VO Cents Per EA. 15 2 Install Air-Nacuum Release per City Standards �� G EA. C l f—g"`^_`C r D6ftm S, 671 S E t Cents Per EA. 16 108620 Slurry Seal,Type 1,full width of traveled way on A'.abama St. �j Q S.F. CL� Dollars s-q o s 3� �f u Cents Per S.F. 17 1 Replace Existing Pavement Striping per City Sta ards 'L� L5 C ��O_ft'v'. Dollars S Z/�JUO S - ` 0- Cents Per LS Project Signage(S'x 4')Verbage to be dctertrtined at a later date is 2 (Samples in Specifications) EA. C_ �� o.tm cl-- t Dollars S J"" 4Lr S � Cents Per EA. Total Amount Bid in figures, S Total Amount Bid in Words: f Sy 7 `�33 _..._.......................................J.................J . - - - C-2s y- lonJ�Nb/Nr�l2*N6,r��C LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor. Portion Name and Address of Subcontractor State License Class o iVork Number 66'�'J C -3z 17 �. �r3a-t r OV t nc';S 'TM 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 famished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SLTBMIITTED WITH BID State of California ss. County of Orange 17 �6 r~ being first duly sworn, deposes and says that he or she is pa Cs i-du'vr -- — -- of '-1 t u/�j -rib rA/, �„� 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 share bid. Name of Bidder (6ature-of Bidder r2I CKA r,C4 S- rC"be `,%v ztn 1Y3a) Ai ;a I NL ja r'JC772A/r Address of Bidder �c%r�TcLv�C►` c a q z3�`I-2 Z� � Subscribed and sworn to before me this_1p2 day of OG , 200 . CRU2 R BORRERO _ Commission*1337857 Z Notary Public-California San Qarnardina County My Comm.Fapirw Jan 1 a.M NOTARY PUBLIC NOTARY SEAL C-a UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the ALABAMA STREET STORNI DRAIN VVIPROVEMENTS, (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?700, 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. 4- Contractor Title Date: kx3r-7Z. I ! Z oa C-s DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section I43 10.5, the Bidder shall complete, under penalty of perjury, the following questionnaire. QtiESTIONINAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes @ No If the answer is yes, explain the circumstances in the space provided. Note- This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section -3700 of the Labor Code, which requires every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Contractor By it; trd 5 &6tt<< b t^V1 It E<i gv'1'r Title Date: OcTdt;r/L 1tv-1 C-7 ti"NDERGROLND 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 4216f4217 of the Government Code requires a Dig Alert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number, call Underground Service Alert at 1-800-422-4133 a minimum of two working days before scheduled excavation. Dig Alert Identification Number: Contractor By Title Date: Note: This form is required for every Dig Alert Identification Number issued by U.S.A. during the course of the Work Additional forms may be obtained from the AGENCY upon request. BIDDER'S INFOR1vIATION BIDDER certifies that the following information is true and correct: `f - C ON E�J6/N�FRN(� rrl C Bidder Name / -71 t,./A-01 11J&10N Business Address CA �1z33y-Zzt � City, State Zip Telephone Number z , A State Contractor's License No. and Class 4 - 3 0- 9q Original Date Issued 4 - 36 - o(o Expiration Date The work site was inspected by V(-VL—J ur`ortice on 6cn e7=, 1 200 The following are persons, firms, and corporations having a principal interest in this proposal; .,PIchse S&-E" A7"i`ACl-16�3 L'- _ol= `{- Con1 CNbIN�ILL�JC�sni�. 4Con Engineering, Inc. Name, address, and titles of all officers of the corporation Richard I Garabedian — President 1566 Columbine Way Upland, CA 91786 (909) 949-8846 Dieco I DeAndrade— Vice President 801 W. La Vina Altadena, CA 91001 (626) 794-7337 Cruz R. Borrero — Secretary 557 W. Rosewood Ct. Ontario, CA 91762 (909) 988-5182 Fred E. Ecker— Treasurer 1374 Gardenia Ln. La Verne, CA 91750 (909) 596-2655 (909) 427-1177 License No. 748284. A & B Fax (909) 427-1562 14771 Washington Dr. •P.O. Box 2217 •Fontana. California 92334-2217 BIDDER'S CERTIFICATION* HOUSING AND URBAN DEVELOPMENT ACT OF 1968 AS A_MMENDED 1..' 1992, SECTION 3 TITLE 24, Code of Federal Regulations, Part 135* Economic Opportunities for Low and Very Low-Income Persons The bidder, under penalty of perjury, certifies that except as noted below,any person associated therewith in the capacity of owner, partner, director, officer, or manager(initial the applicable selections): Will ensure that 10% of all new hires as a result of this project shalt meet all requirements of Section 3 of CFR Part 135 of the HUD Act of 1968; or Will hire no new employees in conjunction with this project. Will aivard 10% of its sub-contracts to Section 3 businesses. This certification shall apply to the prime contractor's sub-contracts related to this project. Contractor: - c O&e 1-fQ -n/F.�tzTNl6 ANC. Contact Person: �'c:h��.rt.� �` C��J�U�d �� ✓� Contact Phone: ,. ci°9 z Signed: Date: T-' I *Note: The above certification is required by the Department of Housing and Urban Development (24 CFR 135 and Subtitle A et al) and must be submitted by the bidders and proposed sub-contractors only in connection with contracts and subcontracts which are subject to Section 3 of the 1968 Housing and Urban Development Act, as amended in 1992 (HUD). Previous non-compliance with Section 3 could result in disqualification. T C-11 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, Comp Name gnature of Bidder !2ICht4V4 \T-Get lc, bcf Irat I/ ae5+ci G\A—. Printed or Typed Signature Subscribed and simm to before me this____ day of , 200_ . NOTARY PUBLIC NOTARY SEAL Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past two years: 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 P.O. Box 2217 4-Con Engineering, Inc. Phone (909)427-1177 Fontana, CA 92334-2217 -- Project List- Fax(909)427-1562 JOB i PERCENT' CONTRACT VALUES _ DATES _ No. NAME AGENCY CONTACT PHONE COMPLETED] ORIGINALS FINAL 5TART I FIN[SH PCO01 Lincoln Ave. Coyote Creek Bridge City of Cypress Kamren Dadbeh (714)229-6456 1 100.00%! 175,576 196,755 j 09/03/98 11/04/98 Retrofit _ _ PC002 Edmondson All Reconstruction City of Pasadena IGearge Martinez (626)744-3842 J 100.00%i 19_8,862 211,224 ; 10/02/98 1 12/12/98 PCO03 ,Valencia Park Picnic Area ICity of Fullerton Eliseo Bravo_ (714L738-5348 100.00%I 61,993 63,101 111/02/98 1 12/15/98 PIIowa 4Alley No. 77 Storm Drain Repair& City of Costa Mesa Torn Banks (714)758-5222 100.00%; 99,860 106,913 ' 12/07/98 12/21/98 Street Drain Improvemetreet Improvements Spruce& ;City of Riverside Karl Mosby ! (909)782-5346 I 100.00% 55,734 67,201 11/30/98 01/22/99 _ Blaine_(Schedule A) PC006 On-Site and Off-Site City of EI Monte Kev Tcharkhoutian 1 (626)580-2056 100.00% 173,205 I 209,460 12/07/98 02/01/99 Improvements on Ramona Blvd. and Cogswell Rd. PCO07 San Jose Creek Water (Los Angeles County (Samuel Espinoza j (323)283-0881 100.00% 121,850 ; 122,450 01/12/99 105/20/99 Reclamation Plant-East Stoplog !Sanitation District _ Storage Structure PC00$ Construction of 43 Curb Ramps at City of Fountain Valley ]Bob Kellison (714)593-4517 100.00% 30,837 34,527 02/23/99 103/16/99 Various Locations Throughout the City_ _ PC009 Pepper Street _ ISan Bemardino County !Jerry Ivy. _ _ (909)387-2800 I 100.00%I 83,583 84,797 ! 03/15/99 104/12199 PCO10 Del Amo Blvd. Over Compton L.A. County Dept.of Neil Menuwaria (818)458-4953 100.00E 45,260 41,076 ' 03/25/99 04/07/99 _ Creek _ Public Works J PC011 1Wash Water Recycling Facility ICity of Ontario Dennis N.Watson 909 391-2507 100-00%! 124,969 134,529 04/05/99 105/21/99 PCO13 (Ronald Regan&Heritage Park ICit+ f Diamond Bar Bob Rose (909L60-3195 i 100.00%1 373,378 386,511 04/09/99 107/15199_ PCO14 Garvey Paris Pool Renovation _City of Rosemead__ _Ron Bravo 3( 10)370-6724 1 100.00%1 204,153 - 226,157 104/08/99 07/09/99 PCO15 •City Park Skate Park Facility; City of Corona Jonathan Jones (909)279-2241 I 100.00%' 196,000 223,976 ! 06/08/99 08/20/99 _ Project No.431-8062 _ _ J_ PC016 Hook-East&West Debris Basin L.A. County Dept. of Primo Candia (626)447-5362 i 100.00%1 229,195 1 241,174 07/12/99 09/24/99 Enlargement in Glendora _ 'Public Works PCO17 Franklin Ave. Drian in the City of 1L.A. County Dept. of Primo Candia (626)447-5362 100.00%i 155,815 186,687 09/20/99 12/20/99 Pomona _ -Public Works PCO18 Rehabilitation of the Nature Trail City of Fountain Valley ',Bob Kellison (714)593-4517 I 100.00%1 245,664 302,805 108/16/99 103/24/00_ PCO19 Two Bridge Seismic Retrofit fSan Bernardino County IJerry Ivy I (909)387-2800 100.00%i 112,158 ' 118,249 08/31/99 10/25/99 _ ,Transportation Dept. PCO20 Indian Ave. Overhead Seismic iCity of Palm Sprites Marcus Fuller_ (760)323-5253 I 100.00%1 186,462 i 212,898 10/26/99 01/26/00 PCO21 Terry Road Storm Drain Ici of Laguna Beach ILisa Penna ! (949)497-0711 I 100.00%I 145,208 1 180,521 11/29/99 1 02/08/00 PC 022 Construction of Skatepark at City of Irvine iDouglas Davidson I (949)724-6675 I 100.00%I 642,068 670,761 01/03/00 ! 06/02/00 _ Harvard Athletic Park; CIP 8110 l PCO23 Rio Hondo Parts Rehabilitation City of Pico Rivera Juan Balanay I (562)801-4415 100.00E 82,400 100,077 106/12/00 07/25/00 Site Work _ PCO24 Jaboneria/Shull Park City of Bell Gardens Bill Pagett (562)806-7770 100.00E 587,047 620,686 j 03/06/00 08/22/00 _ Improvements __ _ _ _ _ PCO25 Skate Park at Peterson Park ICity of Diamond Bar -FBab Rose _ (909)860-3195 100.00%1 282,884 1 311,162 04/10/00 107/15/00 PCO26 eH ritage Trail Bikeway Project ICity of Palm Springs iMarcus Fuller P.E. (760)323-5253 100.00E 873,781 1 879,416 i 05/22/00 ! 11/09/00 File: Project List.xls Page 1 of 5 P.O. Box 2217 4-Con Engineering, Inc. Phone (909)427-1177 Fontana, CA 92334-2217 -- Project List— Fax (909)427-1562 JOB 4 I f PERCENT; CONTRACT VALUES_I _ DATES_ _ No. NAME I. AGENCY CONTACT I PHONE COMPLETED' ORIGINAL ' FINAL 1 START I FINISH PCO27 Beverly Blvd. Over San gabriel 'L.A. County Dept. of (Jolene Guerrero i (626)458-3137 100.00% 669,423 707,272 1 07/07/00 02/07/01 River; Cash Contract 8344 _ 'Public Works PCO28 Seismic Retrofit of Brea Blvd. ;Orange County PF&R Gerald Shubert (714)567-7795 100.00%1 411,210 ' 431,606 10/04/00 03/21/01 Bridges 1 &2 (Nos. 55C-0123& !Department _ 55C-0122)Over Brea Creek PCO29 Hermosa Ave. Storm Drain and !City of Rancho lierry Dyer I (909)427-2740 100.00%1 61,326 62,559 10/16/00 11/17/00 Street Improvements _ ;Cucamonga PC030 Dale Page Park Improvements, City of Redondo Beach !Thomas Baldwin (310)318-0661 100.00%1 151,800� 155,657 12/13/00 01/19/01 and Ford and Sneary Parkettes Improvements PC031 Storm Drain Improvements at Holt City of Ontario 'Fe M. Rama i (909)395-2025 100.00%1: 151,157 165,579 01/16/01 03/23/01 _ Blvd. PC032 Construction of Storm Drain and City of La Habra ;Eduardo L. Lanuza (562)905-9700 100.00%I 319,134 320,892 01/17/01 10l04101 Parkway Improvements- Project i No.4-R-00 PC033 Public Works Central Maint.Yard City of Palmdale :Mr.Tim Hughes (661)267-5300 100.00%, 469,6611 468,316 02/19/01 06/07/01 Perimeter Wall Improvements- I ! _ Cash Contract No. 415A f _ PC034 Canada Blvd. &Verdugo Rd. L-A. County Dept.of IMr. Ricardo Gordilio (626)458-3142 100.00% 247,481 286,570 04/02/01 06/26/01 POC at Glendale Community Public Works 1 : _ College-Project ID No. _ _ ! _ PC035 Carmelitos Storm Drain City of Long Beach IMr.Jose M. Rosas (323)890-7086 100.00%I 159,700 15'9,700 07/06/01 108/15/01 _ Imp rovement _.. PC036 McDermott West Park, Village of ICity of Fontana IMr. Harry Foley (909)350-7661 100.00% 1,199,768 1,299,783 05/14/01 01/10/02 Heritage, Fontana; Bid No. SB-43 ' 01 PC037 Hudess Barton Park City of Yorba Linda Mr. Steve Campbell 1 (714 61-7168 1 100.00%1 222,223 1 226,841 1 04/24/01 08/17/01 PC038 Whites Channel Invert Access L.A. County Dept.of iMr. Sumitha Shival (626)458-3137 1 100.00% 251,550 252,530 ' 08/20/01 11102/01 Ramps& Medea Creek Invert Public Works i _ _ Repair-Project No. FCC0000764 PC039 Gene Autry Trail Bikeway, CP99- iCity of Palm Springs Marcus Fuller P.E. (760) 323-5253 1 100.00% 230,604 230,423 108/23/01 ! 09/26/01 14,A4371 PCO40 State Street Sidewalk and ]City of San Jacinto Habib Motlagh (909)654-7337 100.00% 413,000 398,676 09/24/01 01/09/02 Miscellaneous Improvements P_CO4 (City 1 Lemon Park Improvements of.Fullerton IMike Pickens _ (71�38-6391 1 100.00%] 816,951 914.847 109/24/01 07/11/02 PC042 Parking Lot/Landscape 'Corona-Norco Unified Greg Chapman, PCH (909)792-7397 1 100.00% 121,121 144,754 ! 11/08/01 i 03/07/02 Revisions at Anthony Elementary 'School District Architects, LLP, ' School (Project No. F0002-002) I _ Project Manager PCO43 Eastbluff Park Walkway City of Newport Beach Fong Tse (949)644-3340 ; 100.00%^ 113,015 ^ 113,815 12/12/01 ! 01/24/02 Reconstruction, Phase II - -- — - � — — — Contract No_3334 File: Project List.xls Page 2 of 5 P.O. Box 2217 4-Con Engineering, Inc. Phone(909)427-1177 Fontana, CA 92334-2217 Project List - Fax(909)427-1562 - -- JOB I PERCENT I CONTRACT VALUES I DATES _ No. NAME AGENCY CONTACT I PHONE COMPLETED ORIGINAL ! FINAL I-START I FINISH PC044 Ftintridge Drive Slope City of Glendale Kevin Carter ! ($18)548-3945 100.00% 85,460 92,405 02111/02 04/01/02 Rehabilitation _ _ _ _ I_ _ PC045 Subsurface Drainage Project At !City of Corona Nadeem Syed I (909)279-3515 100.00% 57,180 67,525 101/03/02 01/22/02 Various Locations, Project No. 31-1 _ 1001 PCO46 Rialto Storm Drain San Bernardino County Gary Landry (909)387-7920 100.00% 240,226 260,210 1 02/08/02 04/26/02 ]East iFlood Control District PC047 IThe Club at Big Bear Village, ;The Bergman Companies Dale Colosi, Project I (909)627-3651 100.00%1 249,000 281,262 ! 01/24/02 05/02/02 Phase i B(Site Work); Detention Manager Basin _ - _ _ C' - - - - - _° 32,932 30,356 04/29/02 05/29/02 PC048 (Rialto Street Improvemen#s i r of Rialto !Bruce L. Cluff T(90�820-2530 1_100.00 1 _ _ PCO49 (Parking Lots Improvement at (Lake Esinore Unified Grand J. Hamel (909)296-0776 100.00% 282,107 - 306,578 i-04/02/02 06/03/02 Elsinore&Wilomar :School District PC050 Azusa Skatepark at Memorial lCity of Azusa Joe Jacobson (626)812-5280 100.00% 379,752 429,933 , 03/18/02 07/12/02 (Park I _ _ P5051 Montebello Skate Park !City of Montebello, c/o Mr. Bill Torres, (323) 726-0734 100.00%, 232,000 i 270,512 105/28/02 10/17/02 ITELACU Construction ITELACU Construction PC052 Independence Skate Park and !City of Downey :Mr. Lea Sharp (562)904-7118 100.00%' 981,435 1 1,061,117 05/20/02 10/25/02 Tennis Center, Cash Contract No. _ 623. City of Downey PC053 Bridge Repairs; City Project No. !City of Palm Springs 'Marcus Fuller P.E. (760)323-5253 100.00%, 97,610 98,636 09/20/02 11/01/02 _ 97-20 PCO54 San Sevaine Creek Bike and City of Fontana !Mr. Harry Foley (909)350-7661 100.00%1 256,214 ' 360,389 07/29/02 111/30/02 Recreational Trail, Project No. SB- I 41-02 _ _ PC055 Montclair Station Improvements, City of Montclair iMorteza Ghandehari (714)814-4513 100.00%! 845,D60 ' 903,879 09/30/02 103/12/03 Federal Project No. RPSTPL- 5326 (005) _ PCO56 Carnelian Street Underpass SANBAG-San (Joe Poirot, PE, (909)884-8276 100.00%1: 186,896 200,697 10/30/02 . 03/10/03 Earthquake Retrofit; Contract No. Bernardino Associated Resident Engineer 03-018 Governments_ __ i i PC057 South Gate Skateboard Park; City City of South Gate Abdulla Ahmed - (323)357-9657 100.00%' 326,623 392,057 12/02/02 i 03/19/03 _ Project No. 284-ARC_ _ _ _ Senior Engineer PC058 Loynes Drive over Los Cerritos L.A. County Dept. of Salaman Khan, (626)4584956 100.00%! 647,870 I 653,787 02/24/03 '• 06/04/03 Channel, Et Al. - Porject No. Public Works Construction Liaison RDC0014210 PC 059 Arcadia Skate Park; Project No. City of Arcadia Mr. Ken Herman, (626)256-6654 100.00% 540,256 546,076 02/10/03 06/25/03 2255022 Associate Civil _ _ Engineer PCO60 'Cons#ruction of Brea Skatepark !City of Brea Mr. John Hogan (714)671-4450 ' 100.00% 174,950 ^ 174,950 1 02/24/03 05/16/03 Soundwall; Project No. 7848 _ File: Project List.xls Page 3 of 5 P.O. Box 2217 4-Con Engineering, Inc. Phone (909)427-1177 Fontana, CA 92334-2217 -- Project List— Fax (909)427-1562 JOB IPERCENT! CONTRACT VALUES 1 DATES No. NAME AGENCY CONTACT I PHONE COMPLETED 1_ IN ORIGINAL I FAL ! START i FINISH PC061 North Phase-Civic Center City of Palm Desert Mr. Martin Alvarez (760)346-0611 100.00%1 417,501 412,802 104/21/03 ; 07/24/03 Carport Structures; Project No. 2225.00 _ PC062 Artesia-Norwalk Drain Project No. 1L.A. County Dept. of Mr. Paul Keizer ! (626)458-3122 100.00%1 284,941 324,842 05/22/03 108/04103 21 Line"C"Backslope Repair; Public Works _ Project ID No. FCCO000617_ P5063 1 Bluebird Park Renovation Ci of Laguna Beach !Derek Wieske ! (949)497-3311 ! 109.41%: 1,005,128 ! _ 109/15/03 PC064 IMemorial Park Restroo_ms JCity of Azusa Mr. Randy Na_riega ! (626)12-5266 1 100.00%; 318,000 ; 342,743 07/08/03 101110/04_ PC065 Santa Clara River Invert Access I L.A. County Dept. of Ms. Stringer I (626)458-5100 100.00%1 263,866 I 347,087 09/24/03 12/03/03 Ramps at PD T832, PD T771, and Public Works PD T911 - Porject No. FCCO000744 _ _ _ PC066 !Sierra Avenue Street :City of Fontana (Anthony Salam, P.E. ! (909)350-7632 ! 100.00%; 267,025 388,593 08/12/03 D1116/04 Improvements; Bid No. SB-39-03 1i PC067 Grace Yokley Middle School i Mountain View School Jeff Miller, Sr. Project (909)476-6005 ! 100.00%1 172,807 182,655 07/07/03 09/22/03 Retaining Wall&Storage BId.; iDistrict Manager,WLC Project No.02513A.40 Construction Services, Inc. PCO68 Widen Northbound Portola,from City of Palm Desert Jeremy Vela (762)346-0611 100.00% 129,950 109,800 08/04/03 09/02/03 San Marino to El Cortez- Block Wall; Project No. 630-99 B; Contract No. C20920B PC069 Valley Drive Slone Drain at City of Villa Park Kamran Saber, P.E. (714)973-2230 1007 88,748 94,866 09/29/03 1 11/05/03 Aubrey Circle Project Manager -_._(NorrisRepke) — PC070 Aurantia Park; Project No. City of Highland Terry Vemon, EDGE (909)296-0776 100.00% 1,069,700 1,161,023 ' 11/17/03 1 05/21/04 _ 010318, Bid No.2003-05 _ _ Development Inc. PC071 Irwindale Skate Park City of Irwindale IGIenn Kovac, PM; L.A. (626)454-5222 100.00% 433,000 ` 428,773 01/19/04 05/07/04 (Subcontract) ;Engineering, Inc. ((Prime Contactor) PC072 Blair Skate Park; Plans and .City of San Bernardino :Robert Sepulveda, (909)384-5167 100.00% 229,361 229,547 01/12/04 03/12/04 Special Provisions No. 10667 J _ !Associate Engineer PC073 WRDM000008-Thompson CreekjL.A. County Dept.of IMs. Chandra McLoud (626)458-4967 I 100.00% 286,850 288,350 101/05/04 02/16/04 @ Sycamore Cyn Park&Webb :Public Works Cyn Site Fire Emergency Protective Meas. _ _ PC074 Laguna Niguel Elementary School City of Laguna Niguel Randy Trinkaus, P.M. (949)362-4337 I 87.71% 231_,000— 06/16/04 Restroom �- -- - - -- — — — 1 File: Project List.xls Page 4 of 5 P.O. Box 2217 4-Con Engineering, Inc. Phone(909)427-1177 Fontana, CA 92334-2217 Project List-- Fax(909)427-1562 -- JOB ! i PERCENTI CONTRACT VALUES 1 DA_TES_ _ No. NAME AGENCY _ CONTACT PHONE COMPLETED ORIGINAL FINAL I START I FINISH PC075 rCSA 9 Phelan Park; Project No. County of San Bernardino, Mr. Greg Bacon (909)387-6076 1 100.99% 343,000 i 05/10/04 20030001 County Service Area 9 !(Phelan) PC076 Centennieal Regional Park, Dan City of Santa Ana (William Albright, P.E. (714)647-5029 1 85.05%I 1,274,672 05/05/04 Young Youth Soccer Field; _ Project No. 6369 P77 Consiructian Of Mesa Linda_Park; City of Victorville 'Celeste Calderon (760)35_5-5085 54.04%' 1.715,024 f 06/03/04 _C0 _ Project No. CC04-035_ _ __ PC078 Santa Fe Resivoir Spreading L.A. County Dept. of Ali Dana (626)458-3110 20.85% 344,535 08/30/04 ' Grounds and Horse Trail Public Works Modifications- FCC 0000627 PC079 New Restroom and Utilities; !California Department Of Mr. James DiGiorgio (916)263-8131 448.900 1 Pending ' Ramp 6& 7 Boat Launch Area, 'Boating And Waterways Lake Perris SRA, Riverside _ Counter File 365-2 PC080 Engineering Laboratory Facility University of Califomia, 'Eva Hernandez (949)824-1527 897,332 Pending (E.L.F.)Strongwall Engancements Irvine Campus _ ProjectNo. 9900.81 File: Project List.xls Page 5 of 5 • City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For ALABAMA STREET STORM DRAIN IMPROVEMENTS CC 1214 September 24, 2004 Notice To All Bidders: Please note the following revision to the Project Plans,Specifications, and Technical Provisions: Revised Title Sheet with rebid due date as October 12,2004 Section A with revised Bid Opening data. EPA required MBEIWBE "Fair Share"Goals Addttton of Water-tight iotnt spectftcation for HOPE Pipe Updated Federal wage rates This modification does not change the Engineer's Estimate for this project. This is to acknowledge receipt and review of Addendum Number one, dated September 24, 2004. Company Name y TJ oG]7�Pr;7L Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Douglas A. Erdman at(714) 374-1735. CITY OF HUNTINGTON BEACH 2000 MAIN STREET CALIFORNIA 92648 OFFICE OF THE CITY CLERK JOAN L. FLYNN CITY CLERK �o 4 rA--' Enclosed please find your original bid bond issued by / for rP Joan L. Flynn City Clerk JF:pe Enclosure g1CollowupfcashconUretumbidhond.doc {Telephone: 714-536.5227) G C I CONSTRUCTION, INC. 245 Fischer Avenue, B-3 Costa Mesa, CA 92626 CITY OF HUNTINGTON BEACH CITY CLERK SECOND FLOOR CITY HALL 2000 Main Street Huntington Beach, CA "SEALED BID" � for ALABAMA STREET STORM DRAIN I in the CITY OF HUNTINGTON BEACH - nn Nnep npRm nqlu uuanns.au ma-T Bond No.....NIA------- --------- Fidelity and Deposit Company HO XE OFFICE OF MARYLAND BALTIAFORE, MD. 21203 BID BOND KNOW ALL MEN BY THESE PRESENTS: That we GCI CONSTRUCTION, INC. - --------- --------------•--------..-..-.------- ----------------------------------------------------------------------------------------I——, as Principal, (hereinafter called the "Principal"), and the I'tDE[.rry Am) I)HPO5IT COMPANY of MARYLAtiD, of Baltimore, Maryland, a corporation duly organized under the laws of the State of Maryland, as Surety, (hereinafter called the "Surety"), are held and firmly bound unto CITY OF HUNTINGTON BEACH -----------------------------------------•••------- ------------------------------------------•-----------•---.........-.......... -------------•--------------------....-..--....-•----•-•---.-....-------...-...-•--------------------....--.....-•--•--•-----------•------.......-•--•--------••--------....................---_.. ---------------------------------------•--•---------• --• --•...................................................as Obligee, (hereinafter called the "Obligee''), in the sum of-.TEN PERCENT OF THE AMOUNT OF THE BID — OF .............................................. ... Dollars 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..................................-----........................................................... ALABAMA STREET STORM DRAIN IMPROVEMENTS -----------------------•---...----...........--..................--•----•-------...------------.............---•------------------------..--..............--• .................................... .........................................•----..................-•------...-•------------------------..................-...-----------------.-.....--.................-----------........--•------ 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 Ot,ligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void,otherwise to remain in full force and effect. Signed and scaled this---------------------22nd day of-----SEPTEMBER a.n. 2004 GCI CONSTRUCTION, INC. Principal ---•----------------------------- - - i Vitness Y = ---- --- F1 pevq.Vi t T;i.e Sec_Tr._aS- FIDELITY AND DEPOSIT COMPANY OF MARYLAtiD OELD. el y --------•-•..... ........................... ................................................. By . --------------------- ... .........(SEAT.) IVilness M. i1 C325d-L56Nf. Approved by The Americah InStltnLe of An:hltects. A.E.A. Doa:ment No.A-3L❑ rcbrua.y L'fiU F.diLian. t CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California ss. County of nrn nae, i On f(1 6 r CAgI M before me, \:Ln is3•� f 1 - 1y4QCy tic. Gate Nda1C d Trlte of OfF.;ar jog.'Jarx Doe Notary Poo�ie'1 personally appeared �(,� (ben Namelsl of S.Vw(sl -.personally known to me C proved to me on the basis of satisfactory evidence JANNA R.RHiNEHART to be the person/ whose name islpd/E) Commission# 1504773 subscribed to the within instrument and tomy Notary Public-Ccfflw tat acknowledged to me that hels�lt�y executed orangeeouMy the same in his/Vr/tVir authorized Comm.ExplimA131,211Ddr capacity(it�s), and that by hisl�drl11�dir signatureW on the instrument the personX, or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. Signature of Nelky PubYc Sotnno�F.`Rl���eha�"" 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: i Document Date: Number of Pages: Signer(s)Other Than Named Above: l Capacity(ies) Claimed by Signer Signer's Name: ■ 1 Individual Tor hare I ❑ Corporate Officer — Title(s): ❑ Partner —0 Limited 0 General 1 Attorney-in-Fact i Trustee ❑ Guardian or Conservator Other: Signer Is Representing: Ot 7ggg Nal,ona:N�la•y Asscna:lon-9350 Ca Sot_Ato.PD&-,u 24C2,Ckat5wunt.,�A 91jt3-24C2•www gal nalnorary org Pm2.No 5907 Reorder:Call Tot-Frou'BW 1176-611V CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT �._-K_.�c��`*_.�`��"��C�'.c�'-t�'c�'�'�•.crc�'cr'.errrL�r'errtr',Gr.�s-c'crc�'L-c'c<'cl'-cam'�v.�ri''-`n�r�.r'�.�r��.-:t��;-.:r.;rc�4-�aY.�; State of California ss. , County of RIVERSIDE CISNEROS CISNE r On Q � d before me, R. to Na-e an]Til:r.of Offiref fey '.rage Doe Nolay PI.n. personally appeared MICHAEL D. STONG Names}:i Sigler;51 j L personally known to me _ proved to me on the basis of satisfactory r evidence T to be the person�,s�'whose name(,isl;�K R.CISNEROS subscribed to the within instrument and i COMM.#1488731 acknowledged to me that helshelthey executed W. NOTARY PUBLIC-CALIFORNIA the same In hlslhe4#ic authorized h RIVERSIDE COUNTY r �� Nt Comm.Ex ices June 7,2008 capacity(4E-), and that by his;her�eif n signature(,4'on the instrument the person(eror the entity upon behalf of which the person( r acted, executed the instrument. WITNESS my hand and official seal. Place Notary Seal Above j.]ralLre o'Nota-:'ua.c •j �y r OPTIONAL Though the mformarron below is not required by law. it tray prove valuable to persons relyit!g on the document ti and could prevent fraudulent remrval and rea;;rchrrent cf t!l,s`orr; M anc«er JOcumeml > �I Description of Attached Document r Title or Type of Document: r I Document Date: Number of Pages: S� �7 ! Signer(s) Other Than Named Above: s ' S Capacity(ies) Claimed by Signer Signer's Name: Individual �s D Corporate Officer—Title(s): i ys Gi Partner—U1 Limited 0 General 1- Attorney in Fact L Trustee _. Guardian or Conservator ^• Other- Signer Is Representing: s F'.C<,.�.<=<,Lr..Y-•tom C.�`�,���i�t,TC�--4�'r-ti'�`-[,u`�`—'�--�'��=C.r�.'c-<,Z?J'v''�,'--.=.-.- .-.=1.•``-•�.:'' -,_--_-_- --_�_``�:.;�'.^ r^ ___N•rc�N;In'v As;cr.a:e�•5'S7�c c.::G are.PG E'--N^2-Cha-_w..�h r:o ..9c: Few ;e r CA Toll Frr_ -„w,e:5 E":. . rJ ZURICH TI3IS IMPORTANT T DISCLOSURE NOTICE IS PART OF YOUR BOND We 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 .S—waived_. Tlus 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, for 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 policyholders. 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: 1. to be an act of terrorism; 2. to be a violent act or an act that is dangerous to human life, 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 vmr declared by Congress (except for workers' compensation) or property and casualty insurance losses resulting from the act, in the aggregate, do not exceed S5,000,000. These disclosures are informational only and do not modify your bond or affect your ribhts under the bond. Copyrio-h[Zurich Imcrican Insurance Conipariy 2003 -0050749.doc . L k Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS:That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,a corporation of the State of Maryland,by WILLIAM J.MILLS,Vice President,and ERIC D. BARNES,Assistant Secretary, in pursuance of authority granted by Article VI, Section 2,of the By-Laws of said Company, are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date a dds by nominate,constitute and appoint Michael D.STONC,of Riverside,California, its true and t or Fact,to make,execute, seal and deliver, for,and on its behalf as surety,and as its act a ® takings,and the execution of such bonds or undertakings in pursuan Is on said Company,as fully and amply, to all intents and purposes, as if t xe 6 ged by the regularly elected officers of the Company at its office in Ba ' r& i it r This power of attorney revokes that issued on behalf of Michael D_.5 to a a jl o The said Assistant o t the extract set forth on the reverse side hereof is a true copy of Article VI. Section 2,of the By- y,and is now in force. IN WITNESS W 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 19th day of August, A.D. 2004. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND �p fl[Pps� gtink f-'r / i, By: Eric D. Barnes Assistant Secretary William J. Mills Vice President State of Maryland ss.. City of Baltimore On this 19th day of August, A.D. 2004, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, 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. NS VL N4 y Dennis R. Hayden Notary Public My Commission Expires: February 1, 2005 POA-F 012-0629 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President,or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned,Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the IOth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seal of the said Company, this• day of Assistant Secretary SECTION C PROPOSAL for the ALABA_NIA STREET STOR`I DRAIN INIPROVENIENTS From JOLIET AVENUE TO OLIVE AVENUE CASH CONTRACT No. 1214 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND IMEMBERS OF THE COUNCIL OF Hti-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 100 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications. Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in e-xecutina 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 secunmy accompanying this bid shall become the propemr of the AGE'�TCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. + I o Accompanying this proposal of bid, find B d d erS n the amount of S �0 o which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Scaled Bids, payable to the AGENCY. (Please insert the words "Cash". "Certified Check", or "Bidder's Bond", as the case may be). Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bid Signature F - -TreAdo I C-2 OV24/2004 15:20 7143741573 CHB ENG PAGE 01/29 FAX COVER SHEET CITY OF HUNTINGTON BEACH Public Works Department 2000 Main Street P.O. Box 190 Huntington Beach, CA 92648 FAX(714)374-1573 1 A&P11111111j/�//l iiffiil TO: DATE: September 24,2004 COMPANY:OCT Construction Tine FAX NO: (714)540-1148 NUMBER OF PAGES INCLUDING COVER SHEET: 30 FROM: Doug Erdman,Associate Civil Engineer PROJECT NAME:ALA73AMA STREET STORM. DRAIN IMPROVEMENTS PROJECT NUMBER:CC 1214 PLEASE NOTIFY ME IMMEDIATELY AT(714)536-5259 IF ALL PAGES ARE NOT RECEIVED PROPERLY. ADDENDUM NUMBER ONE For ALABAMA STREET STORM DRAIN IMPROVEMENTS, CC 1214 CONTACT PERSON: Doug Erdman,Associate Civil Engineer/Proiect Manager, (714)374-1735 1214addednum fax 09/24/2004 15: 21I 7143741573 CHB ENG PAGE 02/29 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 538-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For ALABAMA STREET STORM DRAIN IMPROVEMENTS, CC 1214 September 24, 2004 Notice To All Bidders: Please note the following revision to the Project Plans, Specifications, and Technical Provisions: Revised Title Sheet with rebid due date as October 12,2004 Section A with revised Bid Opening date. EPA required MBE/WBE"Fair Share"Goals Addition of Water-tight joint specification for HDPE Pipe Updated federal wage rates This modification does not change the Engineer's Estimate for this project. This is to acknowledge receipt and review of Addendum Number one, dated September 24, 2004, Company Name By - 4- Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Douglas A. Erdman at(714) 374-1735. 09/24/2004 15:20 7143741573 CHB ENG PAGE 03/29 SECTION A NOTICE INVITING SEALED BIDS for the ALABAMA STREET STORM DRAIN IMPROVEMENTS CASH CONTRACT No. 1214 in the CITY OF HUNTIN GTON BEACH PUBLIC NOTICE IS AERERV GIVEN that the CITY OF HUNTINGTON BEACH, as AGENCY, invites sealed bids for the above stated proieets 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 P.M. on Tuesday, October 12, 2004. Bids will be publicly open ill 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 $25.00 nonrefundable fee if picked up, or payment of a$35.00 nonrefundable fee if mailed via U.S. Postal Service, FedEx,UPS or any other delivery service. This is a Davis-Bacon project and the Federal Regulations will be enforced. Any conn•act entered into purstiant to this notice will incorporate the provisions of the Federal Labor Standards,which are on file at the ofi"1ce of the director of Public Works,2000 Main Street,Huntington Bcaeh,CA 92648. The AGENCY will deduct a10% retention from all progress payments. The Contractor may substitute an escrow holder surety of equal value to the retention in accordance with the provisions of the California Government Code, Section 4590. The Contractor shall be beneficial owner of the surety and shall receive any interest thereon. The AGENCY hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to this notice acid will not be discriminated against on tlhe basis of race,color, national origin, ancestry, sex, or religion in any consideration leading to the award of contract. No bid shall be considered unless it is prepared on the approved Proposal forms in conformance with the Instructions to Bidders. The bid must be accompanied by a certified check,cashier's check, or bidder's bond made payable to the AGENCY for an amount no less than 10%of the amount bid. The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractor's Liccnse Class at the time of the bid opening. The successful Contractor and his subcontractors will be required to possess business licenses from the AGENCY. A-1 09/24/2004 15: 20 7143741573 CHB ENG PAGE 04/29 The AGENCY reserves the right to reject any or all bids,to waive any irregularity and to take all bids under advisement for a maximum period of 60 days. BY ORDER of the CITY COLNTCIL of the CITY OF HL'N INGTON BEACH, CALIFORNIA. The 17th day of November 2003. Attest: Joan L. Flynn CITY CLERK OF THE CITY OF I-I[ NI MNGTON BEACH A-2 PROJECT BID SCHEDULE 7e7 : s e : mrem te : iceVo wrimen in iidids . :UhitP e : :Ainhant 1 1 viobilitCP ��on� i1. _JJUJ L.S. C P-,-jn " hb(t. Doi;ars S Cents Per L.S. ^-��� �I 2 1 T:a cic Cc:ral Se 1f_Q V 1J` t �)c ItASCifrl� a� w L.S. .2 J M in 4!{-Uol.AL fl Dol,a.-s S 2� S 2 Cells Per L.S. 3 1 Shoring&Brac:ng ynn40, L.S. Z.. r QAf�1 Dollars S V,( . S L OW. r Celts Per L.S. 21[6 [-stz113-""HJPE Storm Drain La pra!sA 00 oo. L.F. chars S0,7i . n 0 Cents Per L.F. 3 3675 Install 4 HDPE S:onn-,Drain Main rw -H u w1CJ`e d( pu ae L.F. ` e e Dollars S �75^ S a —4D" Cents Per L.F. G 1? Cansmt:ct)unction Strt:cture,Type D ud on EA. Dol'ars 55, 7 S� Cents Per Ea. 7 1 Construct Concrete CCol`,a. o0 EA. 0r2- I ITV � Dollars 'S S1 b00 Cents Per EA, 8 8 Construct Catch Basin.&Loca!Depr�sSion. 00 � 170U r —rhLn_,&CL V 1C{� ! ` EA. « Six 4-LLv, no GQ Dollars S'1 DD` S Cents Per EA, 9 905 Rernove&Replace Curb,Guyer&Sidew,alk r�^7 Oo L.F. ^a �� l� ,� 2 f Yl Dal!ars S ! I' — S—7 g 5, Cents Per L.F. 10 1 Retnoye and Replace Existing Handica Ramp O't'1e �'f'1"t�usyn� D� t}n EA. � �Du Y �}[1 � Dollars �' C2Cyr5 Per EA. C-1s rxuJEU 1 JJW bUHEVULL tem snmate : ::::: xteR e :- _10...: ..•:Qiiannty: ::tiri itten inwards. nit 7Pi ite:`.- -Aitiount.:::: 11 76 ProtecvRep!ace Ex:stwg[:ti:ay Service Laterals Laterals 00 oti E A. - 'rwo _ Q,,5r ,4 Doh:s S p—�vw., S 1 `Jam OD Cents Per EA. 12 2 Remove Inte.fenag Pa:ao: o-water Lane corsract Irvened sm on assernbiy t,� 0 F i h t o.aSr v►Cr E?.. :� Q LA vzdnp� Dollars s g 500. oac� Cents Per EA. 13 1 Remove Interfering Porions of Water Line,corstnsct Siphon assemb-I o' EA. eDai:ars S o f low:- Saum:- ] -10 Cents 1 Per EA. 14 5 Remove and Relocate Interfer;ne Potmons of Sewer Line F:v-p �v,ousar� EA, LA 0& -S Dollars 5��= $27, Cents Per EA. 15 2 Ins.aL'Air.R'acuum Release perCi:y Standards 0%) o� EA. @DsAc7Y'1Q USGt h Do:;ars Sf- 5 -TJ Cer.s Per EA. 16 108620 Slum Seal,Type 1,furl wrath of traveled way on Maba:na St- S.F. '@ Dollars $ .. C $�4�7a�. . aq C) Cents Per S.F. V 1 Replace Existing Pavement Striping per itv Stanards FivE Z'hOaSa-w oo n" LS rR AALLn dLAArO Dollars S S T _4) Cents Per LS Project Signage(8'x 4')Verbage to oe dete-mined at a later date 18 2 (Samples it.,Specifications) EA. @_ .- Fi:�4-A Doilers 5'75D. $ 1 Cents Per EA. Total Amount Bid in Fieures: 1 LO Total Amount Bid in Wards: , m•►..�..�.1,�?.,11� -SIX. -bo nu C-2s 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 vvork 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. 4 Portion lame and.address of Subcontractor State License Class o Work 1Vttntber / 1 Q i Vet I o C- inInCk r a- � c� AS U r i f 4` i By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. ?. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. Count; of Orange Flo d RYnnQ-If being first duly sworn, deposes and says that he or,shz is c r e f- C of G CI Co 4-v-url gn.=hc.the part; making the foregoing bi 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 bode 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. G C-T r —L C Name of Bidder Signature o idder l o�c�. +ne 4�'Ser TrPar ay5 Fischer Rvf.:4B-3 C,04o- Mesa CR 0L LP 3 ( Address of Bidder Subscribed and sworn to before me this - day of P� r,-200—i . JANNA R.RHINEHART _ CommInlon#E 1504773 -i Notary MOW-CaMomla Orange County My Comm.Explim Jul 31.2008 NOTARY PUBLIC NOTARY SEAL, C_4 z JURAT WITH AFFIANT STATEMENT State of CAV�Drnio- ss. , County of Orame, _ See Attached Document (Notary to cross out lines 1-8 below) C See Statement Below (Lines 1-7 to be completed only by document signerfs), not Notary) 1 2 3 4 Fa 7 B signature of 00cumen!Signer No.' � S u lalJre of DocLrnent Signer No.2 Al'a9y Subscribed, and sworn to (or affirmed) before me this aq day of Se mfyr Date t:o-ith JANNA12.RHINEHART �O b _ Commkwn#t 1504773 y Notary PuWlc-Collfomia '�' Yea, onangeCAN (1) Roud� 6eonef -� MyCamm EX"JUJI31,2M Q Name of Signerfs) (2) Name of S-gierlsl k LJWJ.— Place Notary Sea'Above Sigratt.-e o'Nota�Pt,biic OPT! NAL manna. 12. 1<h�r�e�4r} Though the reformat,'on below is not required by lair, it may prove _ va:uabie to persons relying on-me dGcu.rr.ent a"o...u:l Prevent , fra,IR:.ent re•mo��✓a and.eattaCh.mer?t._. ir'fa rCrrr.t 'anct"•e.~des�me.-. c,., :�,.1rrh ht'� Top r. [ht.'rib^c'C i Further Description of Any Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s)Other Than Named Above: C 2002 Nat onal Notary Association•9350 Do Soso Ave..P.O.Box 24C2•Ct-atsworh CA 9-313-2404 a•oc-No.5924 • Reorder-Call'ci-Free--800-676-6927 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, lcno«n as the ALABA�MA STREET STORNI DRAIN IMPRON-T- •TENTS, X}(we)( will employ and utilize only qualified persons, as hereinafter defined, to work in proximin- to any electrical secondan! or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code. Section?700, as follows: "Qualified Person: A person tivho, by reason of experience or instruction, is familiar tivith 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 Floo ecTreaS. secre4nrLATrR_a S urer Title Date: C-5 DISQUALIFICATION QUESTIONNAIRE AIRE In accordance with Government Code Section 14310.5, the Bidder shall complete, under penalty of perjury; the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified. removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes No If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. G C-6 F I Dick B e n ne tr Sec, 7r ea S. C PEPENSATION 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 a-ware of the provisions of Section 3700 of the Labor Code, which requires 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. GCZ �o+�S�`ruc�ioh rTnc, Contractor By Flo & fbenrne ff -- �ec.TreaS. -� Treo Su re r- Title Date: v1 29-Oy . C-' BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: G C L _ons-�ru c-kon , -Tnc . Bidder Name ay5 Fischer {Rv-e. * 6 -3 Business Address Cora. Mega. , c�. q ac�a� City, State Zip (`71H ) q5r7- Da33 Telephone Number 75535 (a Clas State Contractor's License No. and Class 10-31- q8 Original Date Issued 1b -31 - N Expiration Date The work site was inspected by-;Ck of our office on - , 20oLq The following are persons,firms, and corporations having a principal interest in this proposal: le-rr -D • G d )e e— 2reSiden+ RCL'rd L. Trrel I — Vcr-t Tresiden+ F I c)mJ Been ne+f _ Sic re rU Tea su re C-9 The undersigned is prepared to satisfy the Council of the Ciry 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. GL:i COn5+r(AJ10n ) TnC . Company Name Signature of Bidder plu�& benne-H— Sec, Treasure r- Fo enn Printed or Typed Si� ature Subscribed and sworn to before me this day of r 200 =NA R.RHINEHARr Commmon# 1504773 -� Notary Public-CalNornia Orange County - My Comm.Expires Jul 31,2006 NOTARY PUBLIC �Qhhc� •-RkInekarrf 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. . ., 56-e- Rqgchej Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed 3. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed C-l0 JURAT WITH AFFIANT STATEMENT State of t r 'i 0- ss. County of ❑ See Attached Document (Notary to cross out lines 1-8 below) C See Statement Below (Lines 1-7 to be completed only by document signer[s], not Nota } 3 5 7 Signature of[Document Signer No 1 Signatura of Document Signer No.2(if any) Subscribed and sworn to (or affirmed) before me this day of prn6er , JANM R-RHNEMU I Mor.:t• Cornmlasion#t 1504773 aUN , b •i Notary PubficC urril�OoFNa Year D l J�n n efMy Comm.Ex�h#31,200d t 1) ame cI S.giorlsi (2) Name o'Sigre•fs: R. R Place Notary Seal Above Signature ci Notary Public OPTIONAL Ja nna" R K ne hvrf ThGagh ,he•niorrratio!l be.+o., is Per rec/oured by law_ !.noay prove va.uable to cersons rol. .;v G•.-f he decum_e!V and C•�Li.'Dreverr._ • - • frau'iuient removal are re.'aiiarhmeni Gi rti rr,e:.ris form ro a`o.;^er�ocu � Top ci lli�"lG'��rB .- .^��"'^lc"'fE . Further Description of Any Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s)Other Than Named Above: C 2CO2,4a:iora Notary Association•9 6(]Do Soto Ave-.P.o-Box 2402•C'latsarorth•CA 913.3-2.104 Prod Jo.5924 • Reorder:Ca I Toll- bo 1-c�"-876-6827 G C I CONSTRUCTION, INC. FOR,NIERLY: GILLESPIE CONSTRUCTION INC. COMPLETED PROJECTS As of August, 2004 CONTRACT CUSTOMER NAME & ADDRESS JOB #1 LOCATION AMOUNT ALY CONSTRUCTION 1 115 Alhambra-Edwards Theatre(Offsite Storm 182,456 275 E. Baker Street, Suite A ' Drain & Sewer) Costa Mesa, CA 92626 (949) 629-4300 ' BIRTCHER CONSTRUCTION ! 083 Food 4 Less - Hawaiian Gardens 43,054 275 E. Baker Street, Suite A ' Costa Mesa, CA 92626 (949) 629-4300 CALVARY CHAPEL OF COSTA MESA 1096 Calvary Chapel Bridge 398,022 3800 So. Fairview Road Santa Ana, CA 92704 (714) 979-4422 CAPRI MOBILE ESTATES LLC 124 Capri Mobile Home Park—Sewer Improvmts 171,734 408 Piazza Lido 133 Street Improvements---Capri 'Mobile Home 137,257 Newport Beach, CA 92663 Park (949) 673-0393 CITY OF ANAHEIM 038 Illinois Street Water Main Replacement 565,720 200 S. Anaheim Blvd. Project 507,809 Anaheim , CA 92805 121 Euclid Street Improvement s 391,007 (714) 765-5100 121 A State College Blvd./SR-91 WB Off-ramp Widening CITY OF AZUSA ' 147 Foothill &Barranca Distribution Main ' 494,167 213 E. Foothill Blvd. Azusa, CA 91702 I (616) 812-5229 CITY OF DANA POINT , 138 North Creek Storm Drain 648,425 33282 Golden Lantern j Dana Point, CA 92629 (949) 248-3575 CITY OF FOUNTAIN VALLEY ? 017 Park & Ride Lot at the Fountain Valley 166,669 10200 Slater Avenue Recreation Center i Fountain Val lev, CA 92708 (714) 593-4400 CITY OF FULLERTON 149 Euclid Street Improvements I 984,380 303 W. Commonwealth Avenue Fullerton, CA 92832 (714) 738-6350 ' CITY OF HUNTINGTON BEACH 1 148 Urban Storm Water Runoff Treatment 646,905 2000 Main Street, 2" Floor Huntington Beach, CA 92648 (714) 536-5227 j G^Janet'.GCC-JOBLISTGCI REFERENCE SHT.doc Page l of 8 G C I COtiSTRUCTION, INC. FORMERLY: GILLESPIE CONSTRUCTION INC. COMPLETED PROJECTS As of August, 2004 CONTRACT CUSTOMER NAME & ADDRESS JOB #/ LOCATION AMOUNT CITY OF INDUSTRY 1077 Parriott Place West Street Improvements 1,614,179 INDUSTRY URBAN-DEVELP'NIT.AGENCY 132 Installation of Trash Racks 20,780 15651 E. Stafford Street 139 Intersection of Green Dr. at Gail Ave. Street 29,138 City of Industry, CA 91744 Sewer Improvements (626) 333-2211 140 Grand Avenue Import I 58,130 CITY OF LAGUNA BEACH 025 Virginia Park Drive, Skyline Drive & Vista 315,315 505 Forest Avenue Lane Storm Drain Laguna Beach, CA 92651 059 Park Avenue Storm Drain Improvements 52,604 (949) 497-0351 CITY OF MISSION VIEJO 089 La Paz/Muirlands Intersection Improvements 809,720 25909 Pala, Suite 200 Mission Viejo, CA 92691 (949) 470-3052 CITY OF N EWPORT BEACH 009 Water Line Replacements &Alley 26,243 3300 Newport Blvd. Reconstruction Marcus Newport Beach, CA 92658-8915 012 Jamboree Road Sewer Improvement 139,730 (949) 644-3311 018 Central Balboa Water, Sewer& Alley 495,804 1 Improvements &West Newport Beach Main I Replacement, Phase II 040 32"d St./Newport Blvd. Street Rehabilitation & ' 524,288 30' StJ Newport Blvd. Storm Drain Improv. 069 Bayside Drive Storm Drain Improvements 267,905 082 Newport Dunes Storm Water Diversion 60,065 085 PCH to Kings Rd. Sewer Repair 12,500 086 Shore Cliff Sewer Repair 13,746 091 Comm. Of Beacon Bay Assmt. Dist. No. 79 1 658,115 Street, Drainage, Lighting& Utility Improvement and City Sewer Replacement Continued....,... 093 Alley 221 Water& Sewer Repair 29,931 j 100 Bayside DrJVlarine Ave. PRV Relocation 313,060 106 '.Main Beach Sewer Force Main & Breakers 365,753 Dr. Water':Main Replacement 108 Balboa Village Improvements—Phase 1 3,659,203 113 Bay Shore Water Line Repair 12.318 118 Balboa Island Bayfront Repairs 198,402 122 Vault Modification—PCH/Bayshore, 11,616 Newport Beach 136 Emergency Valve Replacement C Bayshore 32,000 &Pacific Coast Hwy. ' 141 Back Bav Dr./Jamboree Emerg. Rd. Repair 26,104 150 Valve Replacement— Balboa Blvd. 46,300 G.Janer'.GC[JOB LISTGCI REFERENCE SHT-da: Page 2 of 8 G C I CONSTRUCTION, INC. FOR TERLY: GILLESPIE CONSTRUCTION INC, COMPLETED PROJECTS As of August, 2004 CONTRACT CUSTOMER NAME & ADDRESS JOB#/LOCATION AMOUNT Continued........ 162 Cameo Shores Force Main Replacement j 209,743 CITY OF ROSEMEAD 3 013 Storm Drain Improvements 330,031 8838 East Valley Blvd. Rosemead, CA 91770 (626) 288-6671 I CITY OF SAID'JUAN CAPISTRANO 129 Storm Drain Relocation — Lot "C" & Lot ` 54,613 32400 Paseo Adelanto "200", Marbella Tract 12954 San Juan Capistrano, CA 92675 (949) 493-1171 CITY OF STANTON 135 Sanitary Sewer Main Line Improvements 920,659 7800 Katella Avenue Stanton, CA 90680 , (714) 379-9222 CITY OF TORRANCE i 016 Construction of CMP Replacement Program 1,021,000 3031 Torrance Blvd, j 026 Construction of Arnie Avenue Retention Basin 1 423,078 Torrance, CA 90509-2970 Force Main (310)'618-2820 090 Emergency Channel Stabilization 25,920 098 Amie Flood Control Channel Emergency 79,442 Repairs COUNTY OF_ORANGE 1071 Santiago Canyon Road/Transportation 331,299 PUBLIC FACILITIES & RES. DEPT. Corridor—Drainage Improvements 1152 E. Fruit Street 095 Joplin Youth Center Improvements 519,51$ Santa Ana, CA 92701 1 114 Crawford Canyon Sidewalk& Storm Drain I 618,230 (714) 567-6500 128 Fairhaven Storm Drain 439,231 COUNTY SANITATION DISTRICT OF F 094 Spadra Landfill Road & Drainage-2001 1 1,137,757 LOS ANGELES 1955 Workman Mill Road Whittier, CA 90607 (562) 699-7411 C.W. DRIVER 035 "Perilous Plunge"- Utilities 215,583 7442 forth Figueroa Street Los Angeles, CA 90041-1710 (323) 259-8600 j DAMON CONSTR. CO. 112 Balboa Island Pavement Rehab & Water Main 1 135,875 455 Carson Plaza Drive, Unit F Replacement (For City of Newport Beach -- Carson, CA 90746 Contract No. 3397) (310) 324-3569 G:'JaneVGC1-J0BL1ST-GCT REFERENCE SHT.doc Page 3 of 8 G C I CONSTRUCTION, INC. FORMERLY: GILLESPIE CONSTRUCTION INC. COMPLETED PROJECTS As of August, 2004 CONTRACT CUSTOMER NAME & ADDRESS JOB #1 LOCATION AMOUNT DOIIrGLAS E. BARNHART. INC. 158 Central Park Senior Center & Community I 1,481,970 10760 THORNMINT ROAD Center--Rancho Cucamonga SA\ DIEGO, CA 92127 (858) 385-8200 D P R CONSTRUCTION,INC. 161 Edwards Life Sciences Building Remodel 1 97,326 4220 VON K.4RMAN AVE., STE. 100 NEWPORT BEACH, CA 92660 (949) 955-3771 t EL CAMINO ENCLAVE 036 Falda Avenue, Torrance(Underground) 238,834 561 W. Rincon Street Corona, CA 91720 (909) 725-8616 GORDON & WILLIAMS 003 East L.A. Recycling & Transfer Station 313,144 2 Faraday r 010 Coasters Restaurant-Knott's Berry Farm 12820 Irvine, CA 92628 1081 Farmers Market-E, O, & P—Los Angeles 253,772 (949) 588-2855 1117 Central Juvenile Hall — Los Angeles 1,167,000 134 UCLA Southwest Campus Housing 1,289,985 GUARDIAN GROUP 116 Crystal Lantern Storm Drain, City of Dana 191,918 2350 West 205" Street Point Torrance, CA 90501-1460 I (310) 320-0320 HOAG MEMORIAL HOSPITAL 097 Hospital Road Widening 179,881 FACILITIES, DESIGN & CONSTR. 145 Potholes for Lower Campus Central Plant 27,474 361 Hospital Road, Ste. 229 155 Hoag Lower Level Central Plant-Cogen; Site 1,973,809 Newport Beach, CA 92658 1 Utilities (949) 574-4467 ' IRVINE RANCH WATER DISTRICT 001 Bonita Creek Park Trunk Sewer Relocation 621,100 15600 Sand Canyon Avenue Irvine, CA 92618 (949) 453-5585 JOHN LAING HOMES i 037 Laing Homes Meadowlark Utilities- Tract 19600 Fairchild, Suite 150 i 15472 I Irvine, CA 92612 (949) 476-9090 Ext. 230 G:`Janet GC1'JOBLIST GC1 REFERENCE SHT.doc Page 4 of 8 G C I CONSTRliCTION, INC. FORMERLY: GILLESPIE CONSTRUCTION INC. COMPLETED PROJECTS As of august, 2004 CONTRACT CUST01NIER ItiAINME & ADDRESS JOB #/ LOCATION AMOUNT IC OTT'S BERRY FARM 010 Coasters Restaurant Knott's Berry Farm 12,820 8039 Beach Blvd. 023 "Wipe Out"& "Scrambler" 71.031 Buena Park, CA 90620 027 "Soak City" Demo j I23,882 (714) 220-5227 028 Parking Lot Rehab for Restriping 51,309 029 Employee Parking Lot 29,4I8 030 "Soak City"— Water Lines 13,000 031 Mechanical Pump Buildings-"Soak City" i 899,999 032 "Soak City" Grading 572,073 033 "Soak City" - Utilities 498,067 034 "Perilous Plunge" - Demo 159,750 Continued..., i 039 Cross Town Sewer 210,70$ j 041 "Soak City"—Asphalt Paving 170,394 043 "Soak City"—Concrete Flatwork 753,828 044 "Soak City"— Wall #1 for Ramp to Bridge 94,590 046 Grand Avenue Drop Off-Knott's Berry Farm 102,136 052 Retaining Wall & Bridge Abutment-Soak 305,293 City 136,071 054 Stanton Avenue Phase-1 9,812 055 Housekeeping Pads— "Soak City" 50,000 166 Knott's Berry Farm "Silver Bullet Utilities 428,420 Rerouting LOS ANGELES COMMUNITY 063 Certain Domestic Underground Water Mains - 238,163 COLLEGE DISTRICT East Los Angeles College Facilities Planning & Development 770 Wilshire Blvd. Las Angeles, CA 90017 (213) 891-2480 j LOYOLA MARYMOUNT UNIVERSITY 002 L.M.U. Export - Playa Vista 716,502 7900 Loyola Blvd. Los Angeles, CA 90045-8370 (310) 338-7762 i MISSION VIEJO CHRISTIAN CHURCH ' 011 Mission Viejo Christian Church 11,222 27405 Puerta Real Suite 360 Mission Viejo, CA 92691 (714) 768-0209 I i G:"Janet,-GCI'JOH LIST GCI REFERENCE SHT.dac Page 5 of 8 G C I CONSTRUCTIOti, INC. FORMERLY: GILLESPIE CONSTRUCTION INC. COMPLETED PROJECTS As of August, 2004 CONTRACT CUSTOMER NAME & ADDRESS JOB #1 LOCATION AMOUNT MR.JOHN THO_RSEL_L 006 Water Line Relocation - Dana Point f 13,709 1 Santa Lucia Dana Point, CA 92629 (949) 448-8722 NEWPOR_T CREST H.O.A. 111 Newport Crest Community Assoc. Drainage 66,788 CIO_PROFESSIONAL COMM. MGMT. 120 Newport Crest HOA-Rernove/Replace i 59,317 23726 Birtcher Drive Concrete j Lake Forest, CA 92630 (949) 465-2275 NEWPORT MESA UNIFIED SCHOOL 076 Grading Improvements for Construction of 12,005 DISTRICT Preschool at Whittier Site 2985-E Bear Street 101 Newport Coast Elementary School 11,217 Costa Mesa, CA 92626 103 Harbor View Elementary School 2,921 (714) 424-7528 OAKHILL DEVELOPMENT 068 35386 Camino Capistrano, Lot 57, Tract 1127, 99,260 1048 Irvine Blvd., 1"063 Dana Point Newport Beach, CA 92660 (949) 574-9164 ORANGE COUNTY WATER DISTRICT 1 048 Santiago Creek Recharge Project 352,956 10500 Ellis Avenue Fountain Valley, CA 92728 (714) 378-3305 PACIFIC BUILDING INDUSTRIES 3190-K Airport Loop Drive 024 Bayside Restaurant - Newport Beach 2,700 Costa Mesa, CA 92626 (714) 755-0299 PERDONIO BLT ENTERPRISES, LL_C 003 East L.A. Recycling and Transfer Station 313,144 511 Spectrum Avenue Oxnard CA 93030 j (805)278-8220 PIONEER BUILDERS, INC. 137 Castillo Del Mar Site Utilities 273,971 l 01 El Camino Real, Ste. 207 i San Clemente, CA 92672 (949) 498-6780 I G:'Jiner-GC!'JOB LIST GCI REFERENCE SHT.doc Page 6 of 8 G C I CONSTRUCTION, INC. FORMERLY: GILLESPIE CONSTRUCTION INC. COMPLETED PROJECTS As of August, 2004 CONTRACT CUSTOMER NAME & ADDRESS JOB#/LOCATION A31OUNT PLAYA CAPITAL COMPANY, LLC 004 Placement of LMU Import Material 132,470 12555 West Jefferson Blvd., Suite 300 Los Angeles, CA 90066 (310) 822-0074 PORT OF LONG BEACH 022 Removal of Nicholson Avenue Ramp ' 128,153 925 Harbor Plaza Drive,0'Floor Long Beach, CA 90801 (562)437-0041 ' SOUTH COAST WATER DISTRICT 007 Coastal Treatment Plant - Export Sludge Force 93,109 31592 West Street Main Phase III Laguna Beach, CA 92607 015 Camino De Estrella Sewer Main 110,767 (949) 499-4555 058 Pacific Coast Hwy. 12" Water Main, Dana 1,108,766 Point 058-CIO1-106 Holtz Hill Waterline, Dana Point 18,500 119 AC Grind/Cap—Crystal Lantern, Dana Point 153 Marguerita Avenue Water Line Replacement 88,827 J 163 Raising 48"Manhole Covers to Grade 22,100 168 Capistrano Beach Sewer Excavation Repairs I 109,800 SOUTHERN CALIFORNIA WATER 045 Albertoni Blvd., East of Avalon Blvd. - 12"DI , 142,229 COMPANY Pipe Watermain Installation 17I40 South Avalon Blvd., Suite 100 047 Inglewood Avenue 12"DI Pipe 251,790 Carson, CA 90746 049 223`d Avenue, Hawaiian Gardens-Watermain 217,257 (310) 767-8205 050 224`h Avenue, Hawaiian Gardens-Watermain 223,773 051 Brittain Avenue, Hawaiian Gardens- j 241,993 Watermain SOUTH OC COMM. COLLEGE DIST. 154 Saddleback College Health Sciences/District 231,700 28000 Marguerite Parkway _ Offices Building Mission Viejo, CA 92692 (949) 582-4850 SOUTHWEST FIRE_PROTECTION CO. 157 Fire Water at Hoag Lower Level Central Plant 19,085 215 EAST EL SUR STREET - Cogen MONROVIA, CA 91016-4801 (626) 359-0034 STEVE BUBALO CONSTRtiCTION P.O. BOX 1048 MONROVIA, CA 91017 127 Baker Parkway Storm Drain j 599,120 (626) 574-7570 TRI CORPS ENGINEERING 075 Aliso Viejo Desilting Basins 42,750 7005 Hwy. 215,Frontage Road Moreno Valley, CA 92553 (909) 369-9396 I j G:Janei GCI'70BLIST`GCI REFERENCE SHT.dnc Page 7 of 8 G C I CONSTRUCTION, INC. FORMERLY: GILLESPIE CONSTRUCTION INC. COMPLETED PROJECTS As of August, 2004 CONTRACT CUSTOMER NAME & ADDRESS JOB #1 LOCATION AMOUNT VALLEY CREST 1 123 Huntington Beach Central Park i 47,410 1920 Yale Street I Sports Complex Santa Ana, CA 92704 (714) 546-7975 WALNUT VALLEY UNIFIED SCHOOL 008 Morning Sun Landslide Site -Walnut 3 25,392 DISTRICT 073 Morning Sun St. Grading& Storm Drain 71,816 880 South Lemon Avenue ; Walnut, CA 91789 (909) 595-1261 Ext. 1378 G:'Janet,GCFJOBLIST'GCI REFERENCE SHT.doc Page 8 of 8 BIDDER'S CERTIFICATION* HOUSING AND URBAN DEVELOPMENT ACT OF 1968 AS AM-MENDED N 1992, SECTION 3 TITLE 24, Code of Federal Regulations, Part 135* Economic Opportunities for Low and Very-Low-Income Persons The bidder, under penalty of perjury, certifies that except as noted below, any person associated therewith in the capacity of owner, partner, director, officer, or manager (initial the applicable selections): Will ensure that 10%of all new hires as a result of this project shall meet all requirements of Section 3 of CFR Part 135 of the HUD Act of 1968; or Will hire no new employees in conjunction with this project. Will award 10% of its sub-contracts to Section 3 businesses. This certification shall apply to the prime contractor's sub-contracts related to this project. Contractor: C—I- (b 7AL Contact Person: OIX� .1'l 11� Contact Phone: 14r Signed: o - C, Date: . „18 - rI-o !!1 _ *Note: The above certification is required by the Department of Housing and Urban Development (224 CFR 135 and Subtitle A et al) and must be submitted by the bidders and proposed sub-contractors only in connection with contracts and subcontracts which are subject to Section 3 of the 1968 Housing and Urban Development Act, as amended in 1992 (HUD). Previous non-com-liance with Section 3 could result in disqualification. 1 State Ut 66143mia 9 � CONTRACTORS STATE LICENSE BOARD 0° z.,• ACTIVE LICENSE cut�umr Min -,.,.,—, 755356 F.. CORP ,.... _ GQ CONSTRUCTION ING _,.u..:.,.:.. A t ism ., -,. 1013 1 i2Q06 GC1 CONSTRUCTION, INC. BID PROJECT: Alabama Street Storm Drain Improvements City of Huntington Beach CC#1214 DVSE GOOD FAITH EFFORT "`" DBE'sCONTACTED DATE! METHOD SELECTED REASON NOT SELECTED Concrete LC Concrete Phone 10-12-04 Follow Up Phone 10-12-04 No Proposal To High LNS Concrete Phone 10-12-04 Follow Up Phone 10-12-04 No Proposal To High LandscaAlna Buena Vista Landscape Phone 10-12-04 Follow Up Phone 10-12-04 1155 Full Name CaM ny.. j File As lCategor—' _]Business Ph... Business Fax rip-5 Z4 Allison Company,The Allison Company,The Concrete St... (909)429-3979 I904 .129-3980 )( Tim Mzack&Sons Bel zack&Sons—.. Concrete-St.... 711)9913-5920 J7�632 6613 8913—81MELL4NE—. BOB— 331 2 late 45g )13"588-- !7A 2w-9 -St- (714)53M605 -6099 Y, Bill Wetzel Bob Wetzel Concrete Concrete 14)771 lWetzel,Bill Q Mark CIP ICIP Concrete-St... 1909)272-0220 C72-0 Abel covarrubias Covanrubias Brothers Concrete —331r— lCovarrubias Brothers—rothers Concrete Concrete-St... (909)600-1751 (909)600-4975 Covi Concrete ICoA Concrete Concrete-St... (714)842-3 85 (714)843-0298 Don Don Hansen Enterprises IDon Hansen Enterprises Concrete-St... (714)549-2123 I714 557-8721 E.I Salgado,Inc. Concrete-St... (909)987-1018 t9O9)987-0118 Edmund Vadnal�s,Jr. E.1.Sal dotInc. GBC Concrete&Masonry IGBC Concrete&Masogr Concrete-St... (909)245-2355 -2855 Lak Yiu Golden Sun Construction,Inc. IYiu,Mak Concrete-St... 949)380-9797 (949)380-97137 .y )245 �7; ICTom Gm' -n-'&Laura GvAnco Construction and Engin...lGrAnco Construction and Engineers Concrete-St...1(909)466-95L7_�Q_D9)944-9908 ...... Chuck JFK Structures IChuck Concrete-St... Q09)352-4319 (909)352-4311 Ae Structures Inc- M Concrete Structures,Inc.Lolo Garcia ...... M.Concre ConcreteSt... 909 393-1493 9D9)393-9363 James O'D^ Duffy Construction James Concrete-St... (909)928-0992 928-9997 . Dave Carney Pipeline Equipment Rentals ICarney,Dave Concrete-St Iranoi 2969300 (909)29619393 If-Bill Quality First Concrete IQuality First Concrete Concrete-St...1(7.14)990-2091 1(714)632-1230 Bill Robert B.LonLway,Inc. J Robert B..Longway, Inc. Concrete-St... )947-4224 1(909)947-6334 Harold&Linda Slater Inc. Slater Inc. Concrete-St... (909)822-6800 (909)822-7647 2im&Carla Structures Unlimited Structures Unlimited Concrete—St... (909)688-6300j909)688�:0449 Tri-State Tri-State Concrete-St.. (661).763-4141 (661)763 5461 �BriaknSkajem Chuck Ruffin... Wesbern Structures Western Structures IConcrete-St.. (909)352-4300 Q09L35�3O 1 3�.. INpat.Duffy IZOA IZOA Concrete St... (626)444-1530 .(626)444-0657 Jerry Lincoln 1 9/24/2004 ' ' . ill Name com n File As Ph.. ess Fax 11114, ' Full Name m n Business Ph...IBusiness Fax 1compan le As ...... ...... f. - -. . F Jj =2fS- � --i US, 7T A .7 2,; -1 4 28-34QQ 27 �ncedSafety Prod.WBE Advanced Safety Prod.WBE L_ — 71 -3099APCL9j!!j�98 3 IC/18 q18 Striping_L9q9L845 k, 5b�dping_(B 18)954-8271 ftlB)954-8266 lCalifornia Traffic Maintenance Califbmia Traffic Maintenance -2705— Cah )6 u 9 5' Howard Rjdl�y Howard Ridley 59 -7415 9) 590-7437 4161 je 99 Tom ��ing _LqQTgL Z - II.P.S. I.P.S. @UO 826-4163 909 794-6416 w*&Clint I&S striping .(7141 A -49?1 714 538-2779 3&S Sign Une Master Sbriping _00 Une Master Q�22-�OWL3. (323)222-9729 O.0 WiAng,(�o.�Ia�ts O.C.Striping( 9.Parldng lots) 5tripina (714).639-4550 (714L§39-6353 (562)218 0634 4 P-C-1- P.C.I. Striping 1 i Ichip X1 711) 8-8967 -8968 ck - RI Lr�o&A�be!IrulqLo Prestige Striping Service e Stri n (714)538 _L3 pi 9 SerAce (909 69-82�� Rich Rich W09 C�O _I �W 9) 69-1332 Dennis I's Constru Spiggg 1(714)993-6400 .1 Russell's Unstucdon Russel chon (714)282-3799 Jim Shaefer Shaefer Stri 1(562)634-3164 _1�62)_630-3706 ISo.6, npML[nq. Striving 1(714)969-6244 L714)969-8419 ��D�Cal Shi�ng,Inc. So.Cal St - ).C --Isbiping E tTATEWIDE SAFM&SIGNS sTATEWIDE SAFM&SIGNS Sudhaker Cc)mpany. (909)879-2933 (909)879-2939 teve Sudhaker Ccwnpaa__ !Strip!n _9 .7, -7140 ITraffic Operations !TrafficLgperab IStriping 865 62-50?� 626)814-.2805 George ork Stri &Marking _____LWo!�Sbriping&Marking . .....istriping Jerry Uncoirl 9/27/2004 INVITATION to BID 9/27/2004 Bid From: Company: Contact: Ext: Phone: Fax: Date: Time: GCI Construction Contact: Jerry x-16 (714)957-0233 Fax: (714)540-1148 Project: ALABAMA ST. STORM DRAIN - HUNTINGTON BEACH Bid Date/Time: OCT. 5. 2004 (TUE) 2:00 PM Location: Alabama Ave—&_Atlanta Ave. Huntington Beach MATERIALS Item # Item -Qty Unit Price 17 STRIPING 1 EA Note: RESTRICTED WORKING HOURS: - PM 1) All item per city of HUNTINGTON BEACH standards and specifications, unless otherwise noted 2) Price/Quote shall be good for 10 days after what is requred by the Owner/ Prime Contract Award. 09/27/04 MOO 12: 39 FAX 714 540 1148 GCI CONSTRUCTION INC. Q 001 Mrenstssaltcr,.$rcc�:tr;::�:�s.;�:tx� C xr� TX REPORT tN TRANSMISSION OK TX/RX NO 1990 CONNECTION TEL 19098454983 CONNECTION ID ST. TIME 09/27 12: 39 USAGE T 00'34 PGS. SENT 1 RESULT OK KVIT TIQ to BID 912712004 Bid From: Company: Contact: Ext: Phone: Fax: Date: Time: GCI Construction Contact: ,terry x-'I B (714)957-0233 Fax: (714)540-1148 Bid Date/Times OCT-5,_2004 (TUE) 2:0o PM Location: Alabama Ave. & Atlanta AM% Huntjnaton Beach MATERIALS Item # R&M QW Unit Price 17 STRIPING 1 EA Dote: RESTRICTED WORKING HOURS: - PM 1)All item per city of HUNTINGTON BEACH standards and specifications, unless Otherwise noted Z) Price/Quote shall be good for 10 days after what is requred by the Owner 1 Prime Contract Award. 09/27/04 MON 12:26 FAX 714 540 1148 GCI CONSTRUCTION INC. Lim 0o1 ��reag$x$�krs��ksc��sc�&krcgxx TX REPORT TRANSMISSION OK TX/RX NO 1983 CONNECTION TEL 1818954826B CONNECTION ID ST. TIME 09/27 12,.28 USAGE T 00 50 Pcs. SENT 1 RESULT OK 1N�11TAT[ON t0 B[� 912712004 Bid From: Company: Contact: Ext: Phone: Fax: Date: Time: GCI Construction Contact: Jerry *16 (714)957-0233 Fax: (714)540-1148 Emlect• A' ABAMA ST STORM DRAIN HUNTINGTON B A H Bid Datefliima: OCT 5} 200.4 (TUE) 100 PM Location: Alabama Ave_ 8 Atlanta Ave Hun inaton Beac h MATFRIAI R item # fto-m cu 17 STRiPING 1 EA Note: RESTRICTED WORKING HOURS: - PM 1) All item per city of HUNTINGTON BEACH standards and specifications, unless otherwise noted 2) Price/Quote shall be good for 10 days after what is requred by the Owner 1 Prime Contract Award. 09/27/04 MON 12:27 FAX 714 540 1148 GCI CONSTRUCTIOIN INC. Z001 kxxs��&�K% k:; k&xxeksexkry xe xx TX REPORTY �kk�ks6�� ckkakxc�u:k&s�� s TRANSMISSION OK TX/RC NO 1984 CONNECTION TEL 19005907437 CONNECTION ID ST. TIME 09/27 12:27 j LISXGE T 00,26 y I PG5, SENT 1 RESULT OK IWIT ION W BID 9/27/2004 Bid From: Company: Contact; Ext: __._...,. ...._._._._,_�._ Phone: Fax: Date: Time: GCI Construction Contact: Jerry x-16 (714)957-0233 Fax: (714)540-1148 ,PRr lect• ALABAMA 51 STORM DRAIN =HUNTJNCTQN BEACH Bid DatelTime, OCT 5. 2004 (TUE) 2.00 PM Location; Alabama Ave. & Atlanta Ave Huntingtgn ach MATERIALS Item # ftem MY U ad Price 17 STRIPING 1 EA Note: RESTRICTED WORKING HOURS: - PM 1) All item per city of HUNTINGTON BEACH standards and specifications, unless otherwise noted 2) Price/Quote small be good for 10 days after what is requred by the Owner 1 Prime Contract Award. 09/27/04 MON 12:21 FAX 714 540 1148 GCI CONSTRUCTION INC. C�nol • x TX REPORT TRANSMISSION OK TX/RC NO 1978 CONVECTION TEL 5382779 COSNECTION ID ST. TIME 09/27 12: 21 USAGE T 00'28 PGS. SENT 1 RESULT OK 127/2004 Bid From: Company: Contact: �Ext: Phone: Fax: Date: Time: GC[ Construction Contact: Jerry x-16 (714)957-0233 Fax: (714)540-1148 Project: ALASAMA S~T. STORM DRAIN - HUNTIN ar_H MATERIALS Ltm# Item MY Unit Price 17 STRIPING 1 EA Note: RESTRICTED WORKING HOURS: - PM 1)All item per city of HUNTINGTON BEACH standards and specifications, unless otherwise noted 2) Price/Quote shall be good for 10 days after what is requred by the Owner I Prime Contract Award. 09/27/04 uON 12: 32 FAX 714 340 1148 GCI CONSTRUCTION INC. Q 001 �xM�se�C�re*�scrc�$x�xss7�ssx x TX REPORTx TRANSMISSION OK I TX/RX NO 1987 CONNECTION TEL 13232229729 CONNECTION ID ST. TIME 09/27 12:31 USAGE T 00'42 PGS. SENT 1. RESULT OK lNWATION to BID 912712004 Bid From: Company: Contact: Ext: Phone: Fax: Date: Time: GCI Construction Contact: Jerry x-16 (714)957.0233 Fax: (714)540-1148 Bid . 0 Loeation. Alabama Ave.& Atlanta-Ave, Huntington Beach MATERIALS Item # itg,m Unit Price 17 STRIPING 1 EA Note: RESTRICTED WORKING HOURS: - PM 1)All item per city of HUNTINGTON BEACH standards and specifications, unless otherwise noted 2) PricelQuote shall be good for 10 days after what is requred by the Owner 1 Prime Contract Award. 09/27/04 MON 12:22 FAX 714 540 1148 GCI CONSTRUCTION INC. ij1J001. �%r.:�akr,.gxx�gest�xse�rsrs�scac TX REPORT �xx r TRANSMISSION OK TX/RX NO 1979 CONNECTION TEL 8396353 CONFECTION ID ST• TINE 09/27 12:22 USAGE T 00,28 PGS. SENT 1 i RESULT OK INVITATIQN o !D 912712004 Bid From: Company: Contact: Ext: Phone: Fax: Date: Time: GCI Construction Contact: Jerry x-16 (714)957-0233 Fax: (714)540-1148 proiect• ALA13AMA ST STORM DRAIN HLINJINGTON BEACH Bid Dataffime: 0CT. 5, 20Q4 [TUF) 2.On pM Location: Alabama Ame_ & Atlanta Aye, Hun1I n-a,tQrLEjeach MArEEtI. LS Item # p1 Unit Price 17 STRIPING 1 EA Note: RESTRICTED WORKING HOURS: - PM 1)All item per city of HUNTINGTON BEACH standards and specifications, unless otherwise noted 2) Price/Quote shall be good for 10 days after what is requred by the Owner 1 Prime Contract Award. 09/27/04 MON 12: 33 FAX 714 540 1148 GCI CONSTRUCTION INC. • ����ku�kkY����%�&&ae��5i�k�kac� t sac TX REPORT TRANSMISSION OK T?X/RX NO 1988 CONNECTION TEL 15622180634 CONNECTION ID ST, TIME 09/27 12: 32 USAGE T 00` 25 PCS. SENT 1 RESULT OK KVITATIDNAo BID 912712004 Bid From: Company: Contact: Ext: Phone: Fax: Date: Time: GC1 Construction Contact: Jerry x-16 (714)957-0233 Fax: (714)540-1148 Proiecth ALA AMA ST. STORM DR G14N...BEACH Bid-DateLTlme--_QCL 5- 2004 (T E.) 2:00 PMPM Location:. Alabama Ave. & Atlanta Ave. Huptingtoa_Beach MATERIALS Item # Ism Qty mitt Price 17 STRIPING i PA Note: RESTRICTED WORKING HOURS: - PM 1)All item per city of HUNTINGTON BEACH standards and specifications, unless otherwise noted 2) Price/Quote shall be good for 10 days after what is requred by the Owner/Prime Contract Award. 09/27/04 MON 12: 23 FAX 714 540 1148 GCI CONSTRUCTION INC. 661 ac TX REPORT �s TRANSMISSION OK TX/R1 NO 1.980 CONNECTION TEL 5388968 CONNECTION ID ST. TIME 09/27 12: 23 USAGE T 00' 27 PGS. SENT 1 RESULT OK !VITATIO to BID 9/2712004 Bid From: Company: Contact: Ext: Phone: Fax: Date: Time: GCi Construction Contact: Jerry x-1 B (714)957-0233 Fax: (714)540-1146 PPr ject: .ALABAN1AST, STORM DRAIN - HUNIINGTQN BEACH Location: ,-Ala Atlanta Av g _ach MATERIALS UM" Ism. QtY L1n'LP-dr,.e 17 STRIPING 1 EA Note: RESTRICTED WORKING HOURS: - PM 1) All item per city of HUNTINGTON BEACH standards and specifications, unless otherwise noted 2) Price/Quote shall be good for 10 days after what is requred by the Owner/Prime Contract Award. O9!27/04 MOB 12:34 FAX 714 540 1148 GCI CONSTRUCTION INC. C ]001 rs� TX REPORT rs TRANSMISSION OK TX/RX NO 1989 CONNECTIOti TEL 19093698258 CONNECTION' IQ ST. TIME 09/27 12: 33 USAGE T 00'51. PGS. SENT 1 RESULT OK INVITATION to B�Q 912712M4 Bid From: Company; Contact: Ext• Phone: Fax: Date: Time: GCI Construction Contact: Jerry x-1 B (714)957-0233 Fax: (714)540-1148 pr9ect• ALABAMA $1 STORM DRAM - HUM11 GM g ArN Bid Date1T me; 00 5. 2004 1FTUE) to PM ocatlan,Alabema Ave & Athanta Aye Hw tinum n Beacb MATERIALS teal]. QtYUnit Price 17 STRIPING 1 EA Note: RESTRICTED WORKING HOURS: - PM 1) All item per city of HUNTINGTON BEACH standards and specifications, unless otherwise noted 2) PricelQUote shall be good for 10 days after what is requred by the Owner 1 Prime Contract Award. 09/27/04 MON 12: 24 PAX 714 540 1148 GCI CONSTRUCTION INC. lib 0ol :gaseg�re��se�*rc�C�rc��rc:ga�x: a� TX REPORT �x�x TRANSMISSION OR TX/RX NO 1981 CONNECTION TEL 2823799 CONNECTION ID ST. TIME 09/27 12:24 USAGE T 00'28 PGS. SENT 1 RESULT OR KVITATION to-BID 9/2712004 Bid From: Company: Contact: Ext: Phone: Fax: Date: Time: GCI Construction Contact: Jerry x-16 (714)957-0233 Fax: (714)540-1148 Ave.Bid E)nte/Tlme;-DjaL-5,2DDA-UMEL2JMP-M Location:- Allakama MATERIALS Item # Unit Price 17 STRIPING 1 EA Note: RESTRICTED WORKING HOURS: PM 1)All item per city of HUNTINGTON BEACH standards and specifications, unless otherwise noted 2) Price/Quote shall be good for 10 days after what is requred by the Owner/Prime Contract Award. 09/27/04 MON 13:01 FAX 714 540 1148 GCI CONSTRUCTION INC. lip001 • �x�c�kx��xyC�a��C�x��xxc� s�k TX REPORT TRANSMISSION OR TX/RX NO 1992 CONNECTION TEL 15626303706 CONNECTION ID ST. TIME 09/27 13: 00 USAGE T 00' 42 PGS. SENT 1 RESULT OR WITATIQN•to..BID 90/2004 Bid From: Company: Contact: _ Ext: Phone: Fax: Date: Time: GC{ Construction Contact: Jerry x-16 (714)957-0233 Fax: (714)540-1148 ftle_ct ALABAMAST. NORM DRAIN - HUNTINGTON BEACH Locatton: Alabama Ave. A Atlanta Ave. Huntinaton Beach MATERIALS Item# bm QW Unit Price 17 STRIPING 1 EA Note: RESTRICTED WORKING HOURS: - PM 1)All item per city of HUNTINGTON BEACH standards and specifications, unless otherwise noted 2) Price/Quote shall be good for 10 days after what is requred by the Owner/Prime Contract Award. 09/27/04 MON 12:50 FAX 714 540 1148 GCI CONSTRUCTION INC. Qont • au�c�kxc�c�a's�e�kx���sac�xx�c���k�x * TX REPORT �z TRANSMISSION OK TX/RX NO 1993 CONNECTION TEL 19098792939 CONNECTION ID ST. TIIE 09/27 12: 49 ITSAGE T 00' 27 PGS. SENT 1 RESULT OK INVITATION-to-BID 912712004 Bid From: Company: Contact: Ext: Phone: Fax: Date: Time: GCI Construction Contact: Jerry x-16 (714)957-0233 Fax: (714)540-1148 Project: ALABAMA - STORM DRAIN - HUNTINGTON BEACH Bid Date/Time: OCT. 5. 2004 _(TUE) 2:00 PM Locatoon: Ala omma-Ave. & Atlanta Ave, Huntington Beach MAIERIALS Item # Item (;ty Unit Price 17 STRIPING 1 EA Note: RESTRICTED WORKING HOURS: PM 1) All item per city of HUNTINGTON BEACH standards and specifications, unless otherwise noted 2) Price/Quote shall be good for 10 days after what is requred by the Owner/Prime Contract Award. 09/27/04 MON 12:51 FAX 714 540 1148 GCI CONSTRUCTION INC. [a 001 F. . rek�k�gcrcR�x��Mx�u%�Mk� TX REPORT TRANSMISSION OK TX/RX NO 1994 CONNECTION TEL 19098637140 CONNECTION IA ST. TIME 09/27 12:50 [SAGE T 00'27 PGS. SENT I RESULT OK INVITATION to BID 9/2712004 Bid From: Com a n Contact: Ext: Phone: Fax: Date: Time: GC1 Construction Contact: Jerry x-16 (714)957-0233 Fax: (714)540-1148 BLd Rae1Tlma.:_QC1.5.204 (TUE) 2,00 PM Locationa e o MATERIALS Item HAM Qj( Unit Price 17 STRIPING 1 EA Note: RESTRICTED WORKING HOURS: - PM 1)All item per city of HUNTINGTON BEACH standards and specifications, unless otherwise noted 2) Price/Quote shall be good for 10 days after what is requred by the Owner 1 Prime Contract Award. 09/27/04 MON 12:55 FAX 714 540 1148 GCI CONSTRUCTION INC. zoo] Ix TX REPORT * TRANSMISSION OK TX/RX ,NO 1995 CONNECTION TEL 16268142a05 CONVECTION ID ST. TIME 09/27 12: 55 ITSAGE T 00'27 PGS. SENT 1 RESULT OK INVITAT#ON_to BID 9/27/2004 Bid From: Company: Contact: Ext: Phone: Fax: Date: Time: GC1 Construction Contact: Jerry x-16 (714)957-0233 Fax: (714)540-1148 Projes d ALADAMA ST. STORM MAIN - HUNTINGTON BEACH Bid DatelTimeu-OCT_5, 2004_(TUE) 2:DO PM Location: Alabama Ave. & Atlanta-Ave, HuntingtonJ3each MATERIALS Item-# item Unit Price 17 STRIPING 1 EA Note: RESTRICTED WORKING HOURS: - PM 1)All item per city of HUNTINGTON BEACH standards and specifications, unless otherwise noted 2) Price/Quote shall be good for 10 days after what is requred by the Owner/ Prime Contract Award. Fuil Name j. Company File As Categor... Business Ph... Business I Traffic Ca`iif3ol:Planners: �ts1',urm�ad -i i l]ohn Walters xt: 270 Traffic Cont.. (949)-474-1401 E... �944)261-84Austin-Foust A-%oaates Austin-Faust Assoaates 4Traffic Cont... (714)667-M96 714 667-79c Gaelze BC Traffic S peciallsts Goetze, Eric Traffic Cont... (714)575-5020 (714)575-50 i Parris Traffic Control Parris Traffic Control Traffic Cont.. (909)698-1050 909)698.1100 David Kwan& David Chao Traffic Control Engineering _ 'Traffic Control EngineeringTraffic Cont... 714 447 6077 714 447-6081 - -- - =' i IgISteve Rasmussen Traffic Control Service Rasmussen,Steve Traffic Cont... (714)935-2875 (714)937-1070 Jerry Lincoln 1 9/27/2004 INVITATION to BID 9/27/2004 Bid From: Company_-_ Contact: Ext• Phone: Fax: Date: Time: GCi Construction Contact: Jerry x-16 (714)957-0233 Fax: (714)540-1148 Project: ALABAMA ST. STORM DRAIN - HUNTINGTON BEACH Bid DatelInme: OCT. 5. 2004 (TUE) 2;00 PM Loc_ ation: Alabama Ave. & Atlanta Ave. Huntington Beach MATERIALS Item # ft m Unit Price 2 TRAFFIC CONTROL 1 LS Note; RESTRICTED WORKING HOURS: - PM 1) All item per city of HUNTINGTON BEACH standards and specifications, unless otherwise noted 2) Price/Quote shall be good for 10 days after what is requred by the Owner I Prime Contract Award. 09/27/04 MON 12:14 FAX 714 540 1148 GCI CONSTRUCTION INC. 1gJ001 ------------------ dxx� TX REPORTx TRANSMISSION OR TX/RX NO 1972 CONNECTION TEL 19492618482 CONNECTION ID ST. TIME 09/27 12: 13 USAGE T 00' 29 PGS. SENT 1 RESULT OK K TAn to B1D 9127/2004 Bid From: Company: Contact: Ext: Phone: Fax: Date: Time: GC1 Construction Contact: Jerry x-16 (714)957-0233 Fax: (714)540-1148 Project: ALABAMA_ST STARM DRAIN - HUNTINGTON BEACH Bid DatelTime: OCT. 5. 20Q4 (TI I ] 2•00 RM Location: -Alabama Ave A Atla leach MATERIALS Item 110-M QW Unit Price 2 TRAFFIC CONTROL 1 LS Note-. RESTRICTED WORKING HOURS: - PM 1) All item per city of HUNTINGTON BEACH standards and specifications, unless otherwise noted 2) Price/Quote shall be good for 10 days after what is requred by the Owner 1 Prime Contract Award. 09/27/04 MOr 12; 16 FAX 714 540 ].L48 GCI CONSTRUCTION INC. x TX REPORTx� TRA1SMISSION OK TX/RX NO 1974 CONNECTION TEL 6677952 CONNECTION ID ST. TIME 09/27 12:15 USAGE T 00'26 PGS. SENT 1 � RESULT OK iNIfiTATiaN to Bid 912712004 Bid From: Company: Contact: Ext: Phone: Fax: Date: Time: GCI Construction Contact: Jerry x-16 (714)957-0233 Fax: (714)540-1148 Pro de ALABAMA ST STORM DRAIN HUNTINGTON BEnC Bid Date/Ti m • j, 19 04 ' 1 iE) •Ot} P Location Alabama-Aye, & Atlanta Aye, Huntinown Beach MATERIALS Item # Item ( Uni Pric 2 TRAFFIC CONTROL 1 LS Note: RESTRICTED WORKING HOURS: - PM 1) All item per city of HUNTINGTON BEACH standards and specifications, unless otherwise noted 2) Price/Quote shalt be good for 10 days after what is requred by the Owner I Prime Contract Award. 09/27/04 ;ion 12:18 FAX 714 540 1148 GCI CONSTRUCTION INC. [moo] it7�7�tiF�fkM�Bcxh:�rcxg:cx7�ss7�c� rs TX REPORT r TRANSMISSION OK TX/RX NO 1975 CONNECTION TEL5755030 CONNECTION ID ST. TI►iE 09/27 12: 17 USAGE T 00'26 PGS. SENT 1 RESULT OK INVITATION-to BID 9/27/2004 Bid From- Company- Contact: Ext: Phone: Fax: Date: Time: GCl Construction Contact: Jerry x-16 (714)957-0233 Fax: (714)540-1148 Locaflon—, Alabama Ave, & Atlanta Ave, Hunt'noton Beach MATERIALS Item # fte Qty Unit Price 2 TRAFFIC CONTROL. 1 LS Note: RESTRICTED WORKING HOURS: - PM 1) All item per city of HUNTINGTON BEACH standards and specifications, unless otherwise noted 2) Price/Quote shall be good for 10 days after what is requred by the Owner/Prime Contract Award. 09/27/04 MON 12:15 FAX 714 540 1148 GCI CONSTRUCTION INC. a001 { TX REPORT xY �x��xxcacx�a�xx��x��xx��x� TRANSMISSION OK TX/RX NO 1973 CONNECTION TEL 1909s981100 t CONNECTION ID ST. TIME 09/27 12:14 USAGE T 00'24 PGS. SENT 1 RESULT OK INVIIA11 BID 9127/2004 Bid From: Company: Contact: Ext: Phone: Fax: Date: Time: GCI Construction Contact: Jerry x-16 (714)957-0233 Fax: (714)540-1148 Bid QatefflmelOCT- 5,�0__4T(TUE) 2.0O PM Location; Alabama Aye. & Atlanta Aye, Humtw9tanliffaKh MATERIALS Item # hem (may Unit Price 2 TRAFFIC CONTROL 1 LS Note: RESTRICTED WORKING HOURS: - PM 1) All item per city of HUNTINGTON BEACH standards and specifications, unless otherwise noted 2) Price/Quote shall be good for 10 days after what is requred by the Owner 1 Prime Contract Award. 09/27/04 MOO 12:36 FAX 714 540 1148 GCI CONSTRUCTION INC. iI001 M TX REPORT x� TRANSMISSION OK TX/RX NO 1976 CONNECTION TEL 4476081 CONNECTION ID ST. T114E 09/27 12:35 USAGE T 01'05 PGS, SENT 1 RESULT OK lNV[ AT! BID 912712004 Bid From: Company: Contact: Ext: Phone: Fax: Date: Time: GC1 Construction Contact: Jerry x-16 (794)957-0233 Fax: (714)540-1148 Bid DatelT Mile, OCT. S. 2 04 (TUEL •nn o n Location: AIal�ama Ave 8�Atlant� N�,.,+�^goon Beach MATERIALS Item Item c 2 TRAFFIC CONTROL 1 LS Note: RESTRICTED WORKING HOURS: - PM 1) All item per city of HUNTINGTON BEACH standards and specifications, unless otherwise noted 2) PriceiQuote shall be good for 10 days after what is requred by the Owner I Prime Contract Award. 09/27/04 MON 12:19 FAX 714 540 1.148 GCI CONSTRUCTION INC. WjUW1 xx TX REPORT xx�c it 1 TRANSMISSION OK TX/RX NO 1977 CONNECTION TEL 937I-070 CONNECTION ID ST. TIME 09/27 12:1.9 USAGE T 00'31 PGS. SENT 1 RESULT OK IMATO t0 BID 9/27/2004 Bid From: Company: Contact: Ext: Phone: Fax: Date: Time: GCI Construction Contact: Jerry x-1 B (714)957-0233 Fax: (714)540-1148 Pcoject• ALABAMA $T TORM DRAIN HUNTINr=TON RFAC14 Bid UatefTime• OCT -2004 UUE) 2:00 PM Location: Alabama A untington Beach MATFRI,QLS ft%n-# We= {�# Unit Price 2 TRAFFIC CONTROL 1 LS Note: RESTRICTED WORKING HOURS: - PM 1) All item per city of HUNTINGTON BEACH standards and specifications, unless otherwise noted 2) Price/Quote shall be good for 10 days after what is requred by the Owner i Prime Contract Award. ❑jgt' Full Name JCampanx File As Cate BushBusiness Fax R; - �ME 0-9, i-21 MARK PETRY ADAM STREETER IADAm-sTREETER SURVEY 949-474-2330 1714)777-1641 Bill Bill Carr I Bill Carr Survey L7L4).288-9623 JZU4 2q&q(I�q d Greg." .. C.E.S.M. IC.E.S.M. Survey (626)359.6250 (626)359 6520 f-dward U Vada Surveying (C a I Vada Survejqpq Survey (909)280-9960 9746 Case-Stanford&Assoc. ICase-Stanford&Assoc. Survey--214)628-8948 714 62_8.8905 Don Charles Engineering lCharles Engineering Survey (707)..544-3739 (707)544- 35 ike CNC Engineering I q!C Engineering (Survey (949)863-0588 (949)863-0589 _ -k I Concentric Land_Surveys �IC�oqcent c Land Surveys Sprvey 1(714)708-3301._j714L708-33I8 !jVr Frank Correia&Assoc. (Correia&Assoc. I 1(909)3 71-7579 (909)371-7579 botey U.y�oolr 037T-- P- -F y Don D.H.Charles Engineering ID.H.Charles Engineering ]I Survey 1(707)544-3739 -5435� 1Jasper l�ra,P.E. D.H.Charles ineerin Ignc llasperpalcara P.E. Su-rvey (7_69)_t36-9756 760I436-9757 . . - Francs,Survey_... Francis _Survey ISU 909 -3913 Q )783 Ell AIRick.- GP Surveying.. PP Su 1� 1(909)207-�553 &K 84-1511 L --M f%1B@Iph Gyida III Guida Surveying -�Guida Surveying Survey 711)508-1114 (714)5 8-1115 Joseph P L Survey ]Ley !Survey (919 493-6225 ]JOHNSON-FRANK[k ASSOC. JOHNSON-FRANK&ASSOC. !survey 714 777-8877 Robert I Kelsoe Kelsoe (Survey (909)736-0755 (209)736-8421 E. I Mitch&Chris !Peter&Associates Peter&Associates (Survey (714)899-1740 (714)899-1750 Psornas Psmas ISurvey 714)751-� 21!D 54!�-BB83 iGeorge Boulter !Research-Design Build,Inc. Research-Des!an BuildInc. 6iLvey (714)558-1880 (714)973.2962 Jerry Lincoln 1 9/27/2004 INVITATION to BID 9/27/2004 Bid From: Company: Contact: Ext: Phone: Fax: Date: Time: GCI Construction Contact: Jerry x-16 (714)957-0233 Fax: (714)540-1148 Project: ALABAMA ST. STORM DEN - HSI_NTINGTQNBEAQH Bid Dateffimee OCT. 5, 2004 (TUE) 2:00 PM Location: Alabama Ave. & Atlanta Ave. Huntington Beach MATERIALS Item # Item -Qty Unit Price 10 SURVEY 1 LS Note: RESTRICTED WORKING HOURS: - PM 1) All item per city of HUNTINGTON BEACH standards and specifications, unless otherwise noted 2) Price/Quote shall be good for 10 days after what is requred by the Owner/Prime Contract Award. 09/27/04 MON 12: 13 FAX 714 540 1148 GCI CONSTRUCTION INC. anal TX REPORTK TRANSMISSION OK I TX/RX NO 1971 CONNECTION TEL 7771041 CONNECTION ID ST. TIME 09/27 12: 12 USAGE T 00'31 PGS. SENT 1 RESULT OK INVITATION to BID 912712004 Bid From: Company: Contact: Ext: Phone: Fax: Date: Time: GCI Construction Contact: Jerry x-1 B (714)957-0233 Fax: (714)540-1148 Location: Alabama Ave. & Atlanta Ave, Huntington Beach MATERIALS Item # Item My Unit Price 10 SURVEY 1 LS Note; RESTRICTED WORKING HOURS: PM 1)All item per city of HUNTINGTON BEACH standards and specifications, unless otherwise noted 2) Price/Quote shall be good for 10 days after what is requred by the Owner I Prime Contract Award. 09/27/04 MON 12:12 FAX 714 540 1148 GCI CONSTRUCTION INC. z o91 s * TX REPORT a* TRANS_KISSION OK TX/RX NO 1970 CONNECTION TEL 2889058 CONNECTION ID ST. TIME 09/27 12:11 USAGE T 00'25 PGS. SENT 1 RESULT OK INVITATION to DID 912712004 Bid From: Company: Contact: Ext: Phone: Fax: Date: Time: GCI Construction Contact: Jerry x-1 B (714)957-0233 Fax: (714)540-1148 Project: ALABAMA ST, STORM DRAIN - HUNTINGTON_BEACH Location: labama Ave. & Atlanta Ave, Huntington Beach MATERIALS Item Item -CAY Unit-Price io SURVEY 1 LS Note: RESTRICTED WORKING HOURS: - PM 1) All item per city of HUNTINGTON BEACH standards and specifications, unless otherwise noted 2) Price/Quote shall be good for 10 days after what is requred by the Owner/Prime Contract Award. 09/27/04 MON 12:10 FAX 714 540 1.1.48 GCI CONSTRUCTION INC. z ool ire*��i$7�.'�7�:7kx�C�vcx$sc��kc* * TX REPORT * TRANSMISSION OK TX/RX NO 1968 CONNECTION TEL 19092809746 CONNECTION ID ST. TIME 09/27 12:10 USAGE T 00'27 PGS. SENT 1 RESULT OK 1 INVIIA ION to BID 912112004 Bid From: Company: Contact: Ext: _ Phone: Fax: Date: Time: GCl Construction Contact: Jerry x-16 (714)957-0233 Fax: (714)540-1148 Bid DatelTime' OCT. 5. 2004 (TUE) 2.00 PM Location. Alabama Ave. &Atlanta Ave-Huntington Beach MATERIALS Item # ItaCQ Qt Unit Price to SURVEY 1 LS Note; RESTRICTED WORKING HOURS: PM 1)All item per city of HUNTINGTON BEACH standards and specifications, unless otherwise noted 2) Price/Quote shall be good for 10 days after what is requred by the Owner 1 Prime Contract Award, 09/27/04 }ION 11: 57 FAX 714 540 1149 CCI CONSTRL:CTION INC. 001 zc �k TX REPORT sc TRANSMISSION OK TX/RX NO 1956 CONNECTION TEL 6288905 CONNECTION IO ST. TIME 09/27 11:57 USAGE T 00' 27 PCS. SENT 1 RESULT OK INVITATION to BID 9/2712004 Bid From: Company: Contact: Ext: Phone: Fax: Date: Time: GCI Construction Contact: Jerry x-1 B (714)957-0233 Fax: (714)540-1148 LQ2ateone Alabama-Ave, & Atlanta Ave. Huntington Beach MATERIALS Item # ft= QW Unit Price 10 SURVEY 1 LS Note: RESTRICTED WORKING HOURS: - PM 1)All item per city of HUNTINGTON BEACH standards and specifications, unless otherwise noted 2) Price/Quote shall be good for 10 days after what is requred by the Owner/Prime Contract Award. 09/27/04 31ON 12:04 FAX 714 540 1146 GC1 CONSTRUCTION INC. I60ol • �r'rXcga,'tK:�xXt�r'eK:�r'crFgr'.�ygr'r� x TX REPORT �x TRANSMISSION OK TX/RX NO 1962 CONNECTION TEL 19494936225 CONNECTION ID ST. TIRE 09/27 12:03 ITSAGE T 01,06 PGS. SENT 1 RESULT OK INVITATION to 81 912712004 Bid From: Company: Contact: Ext: Phone: Fax: Date: Time: GCI Construction Contact: .ferry x-16 (714)957-0233 Fax: (714)540-1148 LQcatilo-no Alabama Aye, & Atlanta Ave. Huntington Beach MATERIALS ItAm�# ite®. _Qt1( Unit Price 10 SURVEY 1 LS Note: RESTRICTED WORKING HOURS: - PM 1)All item per city of HUNTINGTON BEACH standards and specifications, unless otherwise noted 2) Price/Quote shall be good for 10 days after what is requred by the Owner 1 Prime Contract Award. 09/27/04 NON 12: 07 FAX 714 540 1148 GCI CONSTRICTION INC. 001 TX REPORTxc TRANSMISSION OK TX/RX NO 1965 CONNECTION TEL 19093717579 CONNECTION ID ST. TIME 09/27 12: 07 USAGE T 00'25 PGS. SENT 1 RESULT OK IN ON to BID 912712004 Bid From: Company: Contact: Ext: Phone: Fax: Date: Time: GCi Construction Contact: Jerry x-16 (714)957-0233 Fax: (714)540-1148 Eroiect4 ALABAMA ST. STORM DRAIN - HUNTINGTON BEACH BidJPateLTime: OCT. 5. 2004 ( UE) 2.00 PM Locgtiond Alabama Ayg. & Atlanta-Ave. Huntington Beach MATESIALS Item # Item QyUIIIt Price 1 o SURVEY 1 I_S Note: RESTRICTED WORKING HOURS: - PM 1) All item per city of HUNTINGTON BEACH standards and specifications, unless otherwise noted 2) Price/Quote shall be good for 10 days after what is reclured by the Owner 1 Prime Contract Award. 09/27/04 MON 12:06 FAX 714 540 1148 GCI CONSTRUCTION INC. [Moo] xs� TX REPORT m�xx TRANSMISSION ON TX/RX NO 1964 CONNECTION TEL 19097833913 CONNECTION ID ST. TIME 09/27 12:06 USAGE T 00'25 VGS. SENT 1 RESULT OK WRADON to ID 9/27/2004 Bid From: Company: Contact: Ext: Phone: Fax: Date: Time: GCI Construction Contact: Jerry x-16 (714)957-0233 Fax: (714)540-1148 Bid Date/Time: MT. S. 2004 (JUE)A:0 PM LoG,ations Alabama_Aye,_& Atlanta Ave. Huntington Beach MATERIALS Item # Nem My Unit Price to SURVEY 1 LS Note: RESTRICTED WORKING HOURS: - PM 1)All item per city of HUNTINGTON BEACH standards and specifications, unless otherwise noted 2)Price/Quote shall be good for 10 days after what is requred by the Owner}Prime Contract Award. 09/27/04 LION 12: 05 FAX 714 540 1148 GCI CONSTRUCTION INC. U 001 • , �ss�&�k8����skM�skx�ksk�SY�ssks�k ti 1 TX REPORT I TR:INSKISSION OK i TX/RX NO 1963 CONNECTION TEL 19099841511 CONNECTION I❑ ST. TIME 09/27 12:04 USAGE T 00'42 PGS. SENT 1 RESULT OK INVITATION to BID 912712004 Bid From: Company: _ Contact: Ext: Phone: Fax: Date: Time: GCI Construction Contact: Jerry x-16 (714)957-0233 Fax: (714)540-1148 Bid DatgJTime:_ OCT. 5. 2Q04 (TUE) 2:00PM Locafi= Alabama Ave, & Atlanta Ave, Huntinaton-Beach MATERIALS Item# ham ow Unit 10 SURVEY 1 LS Note: RESTRICTED WORKING HOURS: - PM 1)All item per city of HUNTINGTON BEACH standards and specifications, unless otherwise noted 2) Price/Quote shall be good for 10 days after what is requred by the Owner f Prime Contract Award. 09/27/04 MON 11: 58 FAX 714 540 1148 GCI CONSTRUCTION' INC. xM TX REPORT Mai �rsxgatrc�g*�V�C�se��xrsacx� TRANSMISSION OK TX/RX NO 1957 CONNECTION TEL 50811.15 CONNECTION ID ST. TIME 09/27 1.1: 58 USAGE T 00'25 PGS. SENT 1 RESULT OK i INVITATION to BID 9)2712004 Bid From: Company: Contact: Ext: Phone: Fax: Date: Time: GCI Construction Contact: Jerry x-16 (714)957-0233 Fax: (714)540-1148 1id Date. ITimei OCT._S, 2004 (TUE)2;QO_f!M L_Q tion: Alabama-Ave, & Alta Ave. Huntington Beach MATERIALS c Item # RM Qty Unit Price io SURVEY 1 LS Note; RESTRICTED WORKING HOURS: - PM 1)All item per city of HUNTINGTON BEACH standards and specifications, unless otherwise noted Z) Price/Quote shall be good for 10 days after what is requred by the Owner I Prime Contract Award. 09/27/04 MON 11:59 FAX 714 540 1148 GCI CONSTRUCTION INC. 00). acx TX REPORT TRANSMISSION OK TX/RX NO 1958 CONNECTION TEL 8991750 CONNECTION ID ST. TIME 09/27 11: 59 USAGE T 00'27 PGS. SENT 1 RESULT OK I VITATIO to 10 9/2712004 Bid From: Company: Contact: Ext: Phone: Fax: Date: Time: GCI Construction Contact: .terry x-16 (714)957-0233 Fax: (714)540-1148 Project: ALABAMA 5T, STORM DRAIN -^HUNJINGTON BEACH MATERIALS Item # 1LOII1 —Qty Unit Price 10 SURVEY 1 LS Nate: RESTRICTED WORKING HOURS: PM 1)All item per city of HUNTINGTON BEACH standards and specifications, unless otherwise noted 2) Price/Quote shall be good for 10 days after what is requred by the Owner 1 Prime Contract Award. 09/27/04 MON I2:00 FAX 714 540 1148 GCi CONSTRUCTION INC, Z OOI F 'r TX REPORT TRANSMISSION OK TX/RX NO 1959 CONNECTION TEL 5458883 CONNECTION ID ST. TIME 09/27 12:00 CS,kGE T 00,28 PGS. SENT 1 RESULT OK INVITATION to BID 912712004 Bid From: Company: Contact: Ext: Phone: Fax: Date: Time: GCI Construction Contact: Jerry x-16 (714)957-0233 Fax: (714)540-1148 PrQ1 -- ._A6A�AM"T-1910RM DRAIN - HUNTINGION BEACH Bid Date/TimRL-QCI,1,2004_(TUE)-2agnjRM MAIERIA1 S IW A KM My Unk Price 90 SURVEY 1 LS Note: RESTRICTED WORKING HOURS: PM 1)All item per city of HUNTINGTON BEACH standards and specifications, unless otherwise noted 2) Price/Quote shall be good for 10 days after what is requred by the Owner f Prime Contract Award. 3 / }!ON 12:01 FAX 714 540 1.1.48 GCI CONSTRUCTION INC. 001 09/27- 04 t TX REPORT x TRANS-MISSION OK TX/RX NO 1960 U)NNECTION TEL 9732962 CONNECTION ID ST. TIME 09/27 12:OL LSAGE T 04' 27 PGS. SENT 1 RESULT OK WITABON to BID 912712004 Bid From: Company: Contact: Ext: Phone: Fax: _ Date: Time: GCI Construction Contact: Jerry x-16 (714)957-0233 Fax: (714)540-1148 MATERIALS Item Unit-Price 10 SURVEY 1 LS Nate: RESTRICTED WORKING HOURS: - PM 1)All item per city of HUNTINGTON BEACH standards and specifications, unless otherwise noted 2) Price/Quote shall be good for 10 days after what is requred by the Owner 1 Prime Contract Award. CITY OF HUNTINGTON BEACH 2444 MAIN STREET CALIFORNIA 9264$ OFFICE OF THE CITY CLERK To: n�E 60 6 Enclosed please find your original bid bond issued by for Joan L. Flynn City Clerk JF:pe Enclosure g:/folloaup/cashconVrciumbidboad.doc Mlephane.714-636-5227) r'T 1-411 il _0 r)[T ? City of Huntington Beach City Clerk Second Floor City Hall 2000 Main Street Huntington Beach, CA 92648 Sealed Bid: Alabama Street Storm Drain Improvements, In the City of -Huntington Beach. DO NOT OPEN WITH REGULAR MAIL. Bid Date: October 12, 2004 Bid Time: 2:'00pm Fidelity and Deposit Company of Maryland Home Office: P.O.Box 1227. Baltimore. MD 21203-1227 RECEIVED BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, Savala Constr.Co. Bond No.087 27 515 as Principal,(hereinafter called the"Principal"), and FIDELITY AND DEPOSIT COMPANY OF MARYLAND , P.O. Box 1227, Baltimore, Maryland 21203, a corporation duly organized under the laws of the State of Maryland, as Surety,(hereinafter called the"Surety"),are held and firmly bound unto City of Huntington Beach as Obligee,(hereinafter called the"Obligee"),in the sum of TEN PERCENT OF THE TOTAL BID PRICE IN-------- Dollars($ 1(r 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- Alabama Street Storm Drain Improvements from Joliet Avenue to Olive Avenue, Cash Contract No. 1214 Bid Date: October 5,2004 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 full force and effect. Signed and sealed this 24th day of September A.D., 2004 Saval4 Constr.Co.It (SEAL) Prnncipal Witness Y: Leonard Savala, President Title F ELITY AND DEPOSIT COMPANY OF MARYLAND Surety By (SEAL) Witness Own Brown Attorney-in-Fact Printed in cooperation with the American Institute of Architects(AIA)by Fidelity and Deposit Company of Maryland. Fidelity and Deposit Company of Maryland vouches that the language in the document conforms exactly to the language used in AIA Document A-310,February 1970 Edition. BI D7000OZZ0701 f CAdIFORMA ALL4PURPOSM ACKROWLEDGMElff X saftofCSOMT& 85- is ORANGE t;,aunty of - — - 9-24-04 BARBARA J. BENDER On before me,. -- - - -- - �. �unbidra.aoftVdw,-raneoo.HOW Audi p , _ OWEN M. BROWN -- ,. 14,oKgdsl�ttp � .- '$pwsonally krom to rrre to be ffm person(p) whose m mWek We= �a subscdbed to the within snstrunwo and 5, armorrledged to me that hel�aecuted s= the same In hrbfim~ authorized t ARWAJ. capad Co), and -that by hisfimmUNk C�i 1494946 sWwame(a)on the lrraumem the person(o),or r Walmy Fabric-Cdidhrruo the a upon befM of why the person(a) S Ccrrmgr ted the instrrrnumit - ,. My Conn.UPIM JW 13, tl S'�r - V: OPTh2NAL Though 0w kdx bobwl�t.saf mq, h dr /by iM a mW p oMe §*p ft w►WWNW M m m#fiV onn Me m doo wd MW KW ,. Description of Anadked Document { DID BOND We or Type of Document: r. {Joorunent t]�e: 9-2 4-0 4 Nhrrr w of Pagm ONE ( 1 ? is (s)OtW Than Named Above. SAVALA CONSTR. CO. CaWity(ies) Clafnted by Signer ' Slgnefs Name: OWEN 14. BROWN ❑ lnditl" rap CO thumb here _ ❑ Corporate Olticer---We(s): ' ❑ Partner---❑Limited ❑General - XXKAltarney-Fn-Fact © Ttuatoe ❑ Guardian or Conservator ❑ Olhet: slgw is Represerrttrrg:FIDELITY AND DEPOSIT COMPANY OF MARYLAND O 1p9Y NebAnd Moi�7rAneda4en•a97o ps Golo Ihe�P,p.9qn�e02• sih CAY7913�i6t•Wrrm�urrkwgryo•p P,od W OW Pop r_0d Ta Wm 1404764=7 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 f 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; for 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 policyholders. 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: l. to be an act of terrorism; 2. to be a violent act or an act that is dangerous to human life, 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(tic State of Maryland. by M. P. HAMMOND. Vice President, and L. L.GOUCHER, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2,of the By-Laws of said Company, w I� set forth on the reverse side hereof and are hereby certified to he in full force and effect on the date ahereofd -s 14 mate,constitute and appoint Owen M. BRO�ti'N,a►f Anaheim,California, its true and lawf; �rto make,execute, seal and deliver, for,and on its belialfas surety, and as its act ands �ln ngs,and the execution of such bonds or undertakings in pursuan t on said Company,as fully and amply, to all intents and purposes,as if't�t� ecc µt� I ~gcd by the regularly elected officers of the Company at its office in Bat ' r`ep f 1�h4trr�Pr, a4i�. this power of attorney revokes that issued on behalf of Owen M. a� y��71 ���The said Assistant�Ec�ar�c l-tth�at the extract set forth on the reverse side hereof is a true copy of Article VI. Section 2,or the 13y-I i0 - any,and is now in force. IN WITNESS Wl� REOF, 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 I I th day of February, A.D.2003. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND '�C OEPOs�i ra p ti By: L_ L. Goucher Assistant Sec•retary M. P. Hammond Bice President State of Maryland Sti: City of Baltimore On this I I th day of February, A.D. 2003, before the subscriber. a Notary Public of the Slate 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 he 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 4o 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. L� Sandra L vim Moonev NorarY Public My Commission Expires: .Ianuart 1,2044 POA-F 012-4160 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2.The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of_judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE i, the undersigned,Asistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may he 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 I Oth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, 1 have hereunto subscribed my name and affixed the corporate seal of the said Company. this 24th _day of September 2004 A cti srunr Sec-reraty 1 SECTION C r - PROPOSAL ' for the ALABANLA STREET STORM DRAIN IMPROVEMENTS From ' JOLIET AVENUE TO OLIVE AVENUE ' CASH CONTRACT No. 1214 in the r 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 100 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 r accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit andlor 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 rCONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the ' bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. 1 ' C-1 ' If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within ' 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER,the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find Bidders Bond in the amount of$ 10% which ' said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond", as the case may be). r Bidder shall signify receipt of all Addenda Mere, if any: r �, t addenda 1 a. Date Received Br d toe F ' 1 9/24/04 J icy: e nard Sava a, President 1 1 1 1 1 1 1 1 r r r ' C-2 ' PROJECT BID SCHEDULE :S tem. sitmaCe.: :: .::::Item w.tt :un>It:PrjCe ::: ::: ::... Wended. .. .. .- . ... .. . ' e.': Quantity: .. written irr�Koids :: Gnit:P[tee Amounf... Mobil 1 Mobil pion �eventy Nine Thousand Two L.S. @ Hundred DaLars 579200.00 $79200.00 ' 00/100 Cans Per L.S. 1 Traci Control twenty Three Thousand Six ' L.S. ^a Hundred_ Fifty _ Doi:ars 523650.00 $23650__04 00/100 Cents Per L.S. ' 3 1 Shoring&Bracing L.S. .� Twenty_ Two Thousand Dollars 5 22000.00 522000.00 00/100 Cents ' Per L.S. 4 216 Instal:24"HDPE St rttt Dam Laterals ' Two Hunc re Seventy Five L.F. � Doilars S 275.28 g59460.48 28/100 Cents Per L.F. ' S 36'S Into[42"HDPE Storm Draia Mair. L.F. @ Two Hundred Fifty Three Dollars S 253.00 5929775.0 00Z 100 Cents ' Per L.F. S 13 Construe Junction Structure,:y^e D Three Thousand Seven Hundred EA. @ Fourty Dollars S 3740.00 $48620.00 00/100 Cents Per EA. Construct Corc:ete Collar ' EA. Five Hundred Fifty Dollars S 550.00 S 550.00 00/100 Cents ' Per EA. S 8 Cansm ct Catch asin&LocaJ Depress on �ive Thousand Seven Hundred Ea. :a, Seventy five Do;:ars $ 5775.00 $46200.00 00/100 Cents Pzr EA. 9 905 Remove do Replace C::D,Gutter&&dewalk ' L.F. @ Twenty Seven Dollars $ 27.50 $24887.50 50/100 Cents Per L.F. ' 10 1 Remove and Re :ace Existing Handxa�Ramp Four Thousand dine Hundred 4950.00 4950.00 EA. @ Fifty Dollars $ $ 00/100 Cear ' Per EA. C-Is ' PROJECT BID SCHEDULE tem:wlr :unit price : : :•: :..:..::: xten e ' \o. Quantity :: ►�rrlttrr�in words tin'st Arfce: :Aniaunt: 11 .6 P o.ecvRepiace Existing Uti:ity Service Laterals One Thousand 'Six Hundred Fifty EA. Dollars $ 1650.00 S 125400.0 ' Of)/1 On Cents Per EA. 12 2 Remove interfering Portions of Water Line,construct Inverted siphon assembly ' Sixteen Thousand Five EA. @ Hundred Dollars $165QQ.0 533000.00 00/100 Cents Per EA. 13 1 Remove interfering Portions of Water Line,constrict Siphon assemhiv Twelve Thousand Two Hundreg EA. N1narPPn _ ollars $12219.90 512219.90 ' 90/100 Cents Per EA. 1.3 5 Remove and Relocate In terfering Portions of Sewer Line Twenty Thousand One Hundred EA. G Forty Five _ Dollars S70145__40 S]0727-0 40/100 Cents Per EA. ' 15 2 Install AirfVacuum Release per City Standards Ea ca. Five Thousand Five Hundre6oilars $ 5500.0 S 11.000. 0 ' 00/100 Cents Per EA. 16 108620 Slurry,Seal,Type 1,full width of traveled way on Alabama St. 1 S.F. g Dollars S .17 s18465.40 17 100 Cents Per S.F. -- ' 17 1 Repiace Existing Pavetrent Striping er City Stanards Mht Thousand Two 'Hundred LS a ty - Dollars S 9250_0Q S 825Q_0 00/100 Cents ' Per LS -- - — Pro,ect Srgnage(8'x 3')Verrage ro be determined at a later date is 2 (Sam 1 in Soec: tons) ?evon Thousand One Hundred 7150.0 14300.00 ' EA. :cif Fifty Dollars S S 00/100 Cents Per EA. - W ' Total Amount Bid in Figures: S 1,562,655.28 Total Amount Bid in Words: One Million Five Hundred SixtyTwo Thousand 1 y.......................................... ............................... Six Hundred Fifty Five and 28 100 Dollars 1 1 C-2s r 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. rPortion Name and Address of Subcontractor State License Class of Work Number Bob Wetzel Concret, Inc. I 6,7,8 1419 Keegan, Santa Ana, CA 92701 393934 "A" Doug Martin Contracting Company, Inc. r1 220 E. Foundation Ave, LaHabra CA 90631 1 470131 "C12" JL Surveying, Inc. Survey 31206 Camino Lacoua ue San Juan Ca istr o 5939 rCA, 92675 r I r r r i r I r rBy 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. 1 r C-3 T NONCOLLLSION AFFIDAVIT' TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ' SS. County of Orange ' Leonard Savala , being first duly sworn, deposes and says that he or-she is President Of Savala Constr.. Go. 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 sharp 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 one to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, ' that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or ' to any member or agent thereof to effectuate a collusive or sham bid. 1 Savala Constr. Co. ' Dame of Bidder .OA"CCU► ' cownw n01410419 BY: Leonard Savala Maury Mft-caft"10 S i azure of Bidder ONMP CGU* N1Y Comm.&Phu Apr 11.Z007 ' 16402 E. Construction Circle, Irvine_CA 92606 Address of Bidder r ' Subscribed and sworn to before me this 12th day of October . 2004 r ' NOTARY P T LI 1L NOTARY SEAL BY: Joanna Ca al C-4 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL ' CITY OF HUN'TINGTON BEACH, C ALIFOR-NIA ' Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the ' contract, knoxvn as the ALABAMA STREET STORM DRAI)\ INIPROVEMENTS, (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 3, 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. ' Savala Constr. Co. Contractor 1 / )BY' Leonard Savala 1 President ' Title 1 ' Date: 10/12/04 1 ' C-5 r T T DISQUALIFICATION QUESTIONNAIRE 1 In accordance with Government Code Section 14310.4, the Bidder shall complete, under penalty ' of perjury. the following questionnaire. rQUESTION.NAIRE 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 M No rIf the answer is yes, explain the circumstances in the space provided. 1 1 1 1 1 r 1 1 1 . r Dote: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. ' C-b 1 COMPENSATION INSURANCE CERTIFICATE ' Pursuant to Section 1$61 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate.. rI am aware of the provisions of Section 3700 of the Labor Code, which requires 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. 1 ' Savala Constr. Co. Contractor gBy eonard Savala 1 President Title 1 Date: 10/12/04 1 1 1 r r r r r C-? 1 UNDERGROUND SERVICE ALERT ' IDENTIFICATION NUMBER (To be completed only by the awarded Contractor prior to excavation) No excavation will be permitted until this farm is completed and returned to the AGENCY. Section 42 16/1 4217 of the Government Code requires a Dig Alert Identification Number be issued tbefore 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: 1 Savala Cons Contractor g, eona rdd Savala President Title 1 Date: 10/12/04 1 R 1 Note: This form is required for every Dig Alert Identification j umber issued by U.S.A. ' during the course of the Work. .4dditional forms may be obtained from the AGENCY upon request. 1 - - C-8 - — BIDDER'S INFORMATION ' BIDDER certifies that the following information is true and correct: ' 5avala Constr. Co. Bidder Name ' 16402 E. Construction Circle ' Business Address Irvine CA 92606 ' City, State Zip ' ( 949 ) 651-0221 Telephone Dumber ' 127926 "A" State Contractor's License No. and Class ' 12/06/51 Original Date Issued ' _06/30/05 Expiration Date The work site was inspected by Richard Alarcon of our office on October 6, _ , 200 4. 1 ' The following are persons, firms, and corporations having a principal interest in this proposal: Savala Constr. Co. 1 1 1 1 ' 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. ' Savala Constr. Co Company N ' BY: :o>nar idder d Savala, President Printed or Typed Signature ' Subscribed and sworn to before me this I2thdav of October , 2004 . C.ommkgM r 1410419 AJM ' No1ay PAqo-CairoRra OKMP14 C�OML AM 11.2007 ' NOTARY PL BY: T Carbajal 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. Pepper Constr. 17841 Michell, _Irvine, CA 92614 Name and Address of Public Agency Name and Telephone No. of Project Manager: _(949) 261-7080 $762,269.00 Storm Drain _ Contract Amount Type of Work Date Completed Sequel Contractors, 13546 Imperial Hwy, SFS, CA 90670 _ Name and Address of Public Agency Name and Telephone No. of Project Manager: (562) 802-7227 ' $132,205.00 Sewer Contract Amount Type of Work Date Completed Ben's Asphalt Inc. , 2200 S. Yale St. , Santa Ana, CA 92704_ Name and Address of Public Agency ' lame and Telephone No. of Project Manager: (714) 540-170.0 $867,653.44 Storm Drain/Water Sewer tContract Amount Type of Work Date Completed C-10 1 BIDDER'S CERTIFICATION* HOUSING AND URBAN DEVELOPMENT ACT OF 1968 AS AMMENDED N 1992, ' SECTION 3 TITLE 24, Code of Federal Regulations, Part 135* Economic Opportunities for Low and Very Low-Income Persons ' The bidder, under penalty of e 'urv. certifies that except as noted below, any person associated P P rJ P : therewith in the capacity of owner,partner, director, officer, or manager (initial the applicable ' selections): Will ensure that 10% of all new hires as a result of this project shall meet all requirements of Section '_3 of CFR Part 135 of the HUD Act of ' 1968; or Will hire no new employees in conjunction with ' this project. X Will award 10% of its sub-contracts to Section 3 ' businesses. This certification shall apply to the prime contractor's sub-contracts related to this project. 1 ' Contractor: savala Constr. Co. Contact Person: Richard Alarcon ' Contact Phone: (949) 651-0221 Signed: .BC2rlj Date: 10/12/04 *Note: The above certification is required by the Department of Housing and Urban Development (24 CFR 135 and Subtitle A et al) and must be submitted by the bidders and proposed sub-contractors only in connection with contracts and subcontracts which are subject to ' Section 3 of the 1968 Housing and Urban Development Act, as amended in 1992 (HUD). Previous non-compliance-with Section 3 could result in disqualification. 1 1 ' C-11 � �a%2004 15: 42 7143741573 CHB ENG PAGE 02/29 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For ALABAMA STREET STORM DRAIN IMPROVEMENTS, CC 1214 September 24, 2004 Not;ce To All Bidders: Please note the following revision to the Project Plans. Specifications, and Technical Provisions: Revised Title Sheet with rebid due date as October 12, 2004 Section A with revised Bid Opening date. EPA required MBEIWBE"Fair Share" Goals Addition of Water-tight joint specification for HDPE Pipe Updated federal wage rates This modification does not change the Engineer's Estimate for this project. This is to acknowfedge receipt and review of Addendum Number one, dated September 24. 2004. Savala Constr. Co. Company Name BAonardavala, President 10 12 04 Date All bidders must acknowledge the receipt of this Addendum%Anth your bid proposal. Should you have any questions regarding this Addendum, please calit Douglas A. Erdman at(714) 374-1735. CITY OF HUNTINGTON BEACH 2000 MAIN STREET CALIFORNIA 92648 OFFICE OF THE CITY CLERK To: �L TA�C7elA ,� cf/O 0,3 `Enclosed please find your original bid bond issued by for Joan L. Flynra, City Clerk JF:pe Enclosure gJfollo%%up?cash.ontlrelumbidbond.doc (Telephone: 714-536-5227) � a r �ui✓r�N q1003 '2vDo �r47�✓ fir:� Z.c/D �z� /-k�77 A/ C_,e4CAg Z� �J / SAFECO Insurance company Oil S A F E C O- PO Box 34526 Seattle.VJA 98124-1526 FIRST NATIONAL. SURETY BID BOND Conforms vJth I he American Institute of Architects, A.I.A. Document No. A-310 KNOW' ALL 13Y THI-SE PRESEXI-S, -that %tie. Majich Bros., Inc. as Principal, hereinafter called the Principal, and the FIRST NATIONAL INSURANCE COMPANY OF AMERICA of 120 Vantis Aliso Viejo, CA 92656 _ _ _ — a corporation duly organized under the of-the State of Washington as Surety, hereinafter called the Surety. are held and firmly bound unto Cii+; of Huntington Beach as Obligee, hereinafter called the Obli+gee. inthesumof Ten Percent of the Total Amount Bid ----------- ------- -------------------- - -- - ----------- i Dollars($ 10%---------------- ) , for the payment of which sum well and truly to be made,the said Principal and the said Suret%!, hind ourselves. our heirs, eXCCULors,administrators.successors and assigns,jointly and severally, firmly by [hcse presents. WFIERFAS, the Principal has submitted a bid for Alabama St. Storm Drain Improvements CC No. 1214 N(A . -i H F REF ORG. if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in i;ccurdance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with i -ood :u)d t'1�ci nt surety for the faithful perfornnance of such Contract and for the prompt payment of labor and material furnished in the r.rosecutiun thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds- it-the r Principal shall pay to the Obligee the difference not to exceed tine penalty hereof between the amount specified in said bid and such lar<<cr amount for which the Obligee InaV to good faith contract with another party to perform the Work covered by said bid. then this obligation shall he null and void,otherwise to remain in full force and effect. Signed and sealed this 1st day of October _ 2004 M G. fSeali Principal Witness { ��_ 77'Z. Title FIRST NATIONAL INSURANCE COMPANY OF AMERICA �1�'itness �. E 3 y Rosa E. Rivas Auorncy-in-fact 5-0054rFNEF 12.100 �Tj A registerec tracemark o'SAFECO Corperaeon FRP IMPORTANT NOTICE TO SURETY BOND CUSTOMERS REGARDING THE TERRORISM RISK INSURANCE ACT OF 2002 As a surety bond customer of one of the SAFECO insurance companies (SAFECO Insurance Company of America, General Insurance Company of America, First National Insurance Company of America,American States Insurance Company or American Economy Insurance Company), it is our duty to notify you that the Terrorism Risk Insurance Act of 2002 extends to"surety insurance". This means that under certain circumstances we may be eligible for reimbursement of certain surety bond losses by the United States government under a formula established by this Act. Under this formula, the United States government pays 90% of losses caused by certified acts of terrorism that exceed a statutorily established deductible to be paid by the insurance company providing the bond. The Act also establishes a $100 billion cap for the total of all losses to be paid by all insurers for certified acts of terrorism. Losses on some or all of your bonds may be subject to this cap. This notice does not modify any of the existing terms and conditions of this bond, the underlying agreement guaranteed by this bond, any statutes governing the terms of this bond or any generally applicable rules of law. At this time there is no premium change resulting from this Act. $$2481GEEF 2103 FRP CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No.5907 State of California County of Orange On October 1, 2004 before me, Lourdes Landa,Notary Public DATE NAME,TITLE OF OFFICER-E.G.,"JANE DOE,NOTARY PUBLIC' personally appeared NAME(S)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 acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon .r.+--- r behalf of which the person(s) acted, executed the instrument. jr!!.t!�LOUFIDES LANDA } �, COMM.# 1458295 o NOTARY PUBLIC CALIFORNIA o ORANGE COUNTY ^' WITNESS my,ha d d offi seal. 1 Iv4y comm.expires Dec.23,2007 k SI TARY 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) H LIMITED GENERAL ® ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ GUARDIANICONSERVATOR NUMBER OF PAGES ❑ OTHER: SIGNER IS REPRESENTING: DATE OF DOCUMENT NAME OF PERSON(S)OR ENTITY(IES) SIGNER(S)OTHER THAN NAMED ABOVE S-40871GEEF 2198 C 1993 NATIONAL NOTARY ASSOCIATION-8236 Remmet Ave.,P.O.Box 7184•Canoga Park,CA 91309-7184 S A F E C O" POWER FIRST NATIONAL INSURANCE COMPANY OF AMERICA OF ATTORNEY PO Box 3452E FIRST NATIONAL SURETY SEATTLE.WA 98124-1528 PO BOX 34526 SEATTLE,WA 98124-1526 No. 8063 KNOW ALL BY THESE PRESENTS: That FIRST NATIONAL INSURANCE COMPANY OF AMERICA,a Washington corporation,does hereby appoint ***********••JOFRv MONROE;WILLIAM R CURTIS;,fI:DY A.GRANDUSKY;LOURDES LANDA;ROSA E.RIVAS,EUGE)`E T.ZONDLO;Irvine,California************ its true and lawful attomey(s)-in-fact,with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such Instruments had been duty executed by its regularly elected officers at its home office. IN WITNESS WHEREOF,FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents this 20th day of February 2003 CHRISTINE MEAD,SECRETARY MIICE MCGAVICK,PRESIDENT CERTIFICATE Extract from the By-Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ...the President,any Vice President,the Secretary,and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations,shall each have authority to appoint individuals as attomeys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business...On any Instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company,the seal,or a facsimile thereof,may be impressed or affixed or in any other manner reproduced;provided,however,that the seal shall not be necessary to the validity of any such instrument or undertaking.' Extract from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28,1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (1) The provisions of Article V,Section 13 of the By-Laws,and (ii) A copy of the power-of-attorney appointment,executed pursuant thereto,and (III) Certifying that said power-of-attomey appointment is in full force and effect, the signature of the certifying officer may be by facsimile,and the seal of the Company may be a facsimile thereof." 1, Christine Mead, Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA,do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws,the Resolution and the Power of Attorney are still in full farce and effect. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the facsimile seal of said corporation this 1st day of October 2004 S�a11NCJr.t"0 s� a SEAL F r V 19218% f 40P lYliS ' �~• ♦ # CHRISTINE MEAD,SECRETARY S-10491FNEF 7198 s A registered trademark of SAFECO Corporation 0212GI2003 PDF SECTION C PROPOSAL for the ALABAMA STREET STORM DRAIN IMPROVE'-IE\TS From JOLIET AVENLT TO OLIVE AVENUE CASH CONTRACT No. 1214 in the CITY OF HUNTINGTON BEACH TO THE HONOkABLE 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 100 working days. starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award. BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract. the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER,the proceeds of the security accompanying this bid shall become the property- of the AGENCY and this bid and the acceptance hereof may, at the AGE'`CY'S option, be considered null and void. Accompanying this proposal of bid, find -0i2> in the amount of$ /19 qv which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Scaled Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond", as the case may be). Bidder shall signifil receipt of all Addenda here, if any: Addenda No. I Date Received idder's Signature F C-z PROJECT BID SCHEDULE ::Item with:unitprico 7 xten e : :::No.� � •Qtianttrr ::: • : .written:irrwords: :: .. :: C,tnirArtce 1 I �•lobiiization L.S. s S 7 A/o cents jF Per L.S. 2 I TraI sc Cantr L.S. 5 S A Cents Per L.S. 3 1 Shor:na& ratting L.S. Y 5 s S Cents Per L.S. . r 4 216 Instal:_d" yP�E Storm rain Laterals L.F. D G//i6- Dolia.s r $12t -Al D Ale, Cents Per L.F. 5 3675 Install d'_'"HDPE Stonn Drain Main L.F. g "17Vt CC A&ZA-It -2>A7t1�p 11R VC S /10� Cents Per L.F. 6 13 Construct lunc or.Struct�ure, yTyppee D EA. �1r� t y/� Aollars S✓'OQO- $�T� •� _XP Cents Per Ea. 7 1 Constr Concrete Collar EA. QEr 17 YE 7..�Ao. S kv_f-h kb> //y Cents Par EA. 8 8 Construct ch Basil,i&LLoocal�Depress:on EA. r X /+TWa a*A Z> Doilars S 44cy- S OdD __ •� /Vu Cents Per EA. 9 905 Remove&Replace Curb,Gurer&Sidewalk z L.F. V0 Dollars $ Cents Per L.F. 10 1 Remove and Replace Exis:in Handicap Ramp �� EA. (� � O S-1�"7U l/ Dollars 3 5 Cents Per £A. C-I s PROJECT BID SCHEDULE sp[nate tee:wit unil>r pr!+~e:: :.•:.:..... .. !v. . : :Q>ta>Fltity ..... ittell>In voids::`:: Enitl'rice Air[ountt2 11 76 Protec:/Reolace Existing UtY my Service Laterals Dollars 5 S-30__� /Y o Cents Per EA. 12 2 Remove Interfering Pomons of Nate-Line.c onstruc,Inverted siphon assernbly EA. —- 51-�9-ApJT V Dollars S Awe. $ f 4*'C>_ /�o Cents Per EA. 13 1 Rem ove�Intt.".in Porto ns chi Wat�erLine,cons,uuct Siphon assemb:}' J EA. @ /N� ✓Qr. !!`T'!/s[ �7*ALV Doilars 5 / $ . ND Ce::s Per EA. 14 5 Remove and R-e'=ate Interfering ,PPoorttiio�ns oof Sewer Line EA. @ G/A/ Zr /!�!/ 9-*V- Dollars S � - 5 per, _ ?Ma? U Cents er P EA. _..._._.. 15 2 install A t e=Se per City Standards EA. /�c b !b !✓� S IIAr'S �Jlla / Cents Per EA. 16 108620 Slurry Seal,"type 1,full width of traveled way on A'abama St. n- / Gc S.F. @ Dollars 5 / $ -91 ��� Cents Per S.F. 17 1 Replace Existing PaveTSn triping per City Stanaras LS @ 1h"i; Y� S "ub WO Cents Per LS Project Signage(8'x 4')Verbage:0 be dete:tttined at a Inter date 1S 2 (Samples S,pe ifications) el EA. @ U_�iG ifl fr+� 1ic�Cert 5 �� s Per EA. Total Amount Bid in Figures: S ?p O 1. �- Tatal Amount Bid in Words: I[.Ii iv�,f .S��C 19'Ll g .,.VW-`, ............ ..................................................................................................... ..................................................._ F7-V c- AI/Aft P07tL. r4'1V�7 /V'O i5 C-2s 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 i S z 7ri e-_ I By submission of this proposal,the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be famished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of Orange I�A f YC-.4 being first duly sworn, deposes and says that he or she is 'vrcg& rg� of BkoS. -;We- the party making the foregoing bid that t e bid is not made in the inWrest 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 anti- other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof; or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Name idder Signature of Bidder o . 6VX 3 3 7 A2TA-�DwA Address of Bidder I/O®3 Subscribed and sworn to before me this � day of �Unh sue_ , 2004. LINDA E.HUGHES _ Comminlon#1357707 x Notary Public-Calftmis y Loa Angaisa County W Comm.ExOnsa Jun 19,20N NOTARY PUBLIC = , J I�'QTARY SEAL C-4 UTILITY AGREEMENT HONOR-ABLE MAYOR AND CITY COUii]CIL CITY OF HUNTINGTON BEACH, CALIFOWNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the ALABAMA STREET STORM DRAIN IMPROVEMENTS, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to wort: 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 fiu-ther 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 svith the requirements contained herein. -v s Contract By Title Date: C-S DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 14310.5, the Bidder shall complete, under penalty- of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes XN1 0 If the answer is ales, explain the circumstances in the space provided. Dote: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-G COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been a«-arded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code, which requires 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. ConwwAdr By Title Date: �Q Z 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 4216114217 of the Government Code requires a Dig AIert Identification Number be issued before a Permit to Excavate will be valid. To obtain a Dig Alert Identification Number, call Underground Service Alert at 1-800-422-4133 a minimum of two working days before scheduled excavation. Dig Alert Identification Number: Contractor By Title Date: Note: This form is required for every Dig Alert Identification Number issued by U.S.A. during the course of the Work. Additional forms may be obtained from the AGENCY upon request C-8 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder Nam 77 o , 33 `7 Business Address 14-L A 7 City, State Zip c�76) 310 - qgq Telephone Number 52o -7o / A State Contractor's License No. and Class do 130 Aqs Original Date Issu d ry o� Expiration bate r The work site was inspected by ?•44rul- Mgt ! f our office on a/o , 200Y The following are persons, firms, and corporations having a principal interest in this proposal: T�t�ll MA ! KC"I-IINJU7 c 7r,C—A-5 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. Corn sv�--Z - 772.c7�s Signature of Bidder Printed or Typed Sin re Subscribed and sworn to before me this day of 067-ysf2 LINDAE.HUGHES _ Commission#1357707 Notary Public-California Los Angeles County W Comm.Evims Jun 19,2= 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: ` Name and Address of Public Agency Name and Telephone No. of Project Manager: /�'l/SCE ���ir gos-lo-n- 39t5-3 2 3 7 5-oo�, r S-v t Flu 7Dn,4-4 7- WIAw Lto Contract Amount Type of Work Date ompleted 2. !G L / f�il�S'7�7+JT� �o// ��L 1�`C-7D7t a�'-4 Name and Address&Public Agency -. Name and Telephone No. of Project Manager: OA�L S Contract Amount Type of Work Date ompleted 3. DF 7X 44rNICX /918 "q-i. XZ7V1,CA C4 Dame amId Address of Public Agency Name and Telephone No. of Project Manager: r¢1,4w0 I �00 cop. f VV _ - 9 AJ-47Z7XO Contract Amount Type of Work Date ompleted BIDDER'S CERTIFICATION* HOUSING AND URBAN DEVELOPMENT ACT OF 1968 AS A:' -MENDED I 1992, SECTION 3 TITLE 24, Code of Federal Regulations, Part 135* Economic Opportunities for Low and Very Low-Income Persons The bidder, under penalty of perjury, certifies that except as noted below, any person associated therewith in the capacity of owner,partner, director, officer, or manager(initial the applicable selections): Will ensure that 10% of all new hires as a result of this project shall meet all requirements of Section 3 of CFR Part 135 of the HUD Act of 1968; or Will hire no new employees in conjunction with this project. Will award 10% of its sub-contracts to Section 3 businesses. This certification shall apply to the prime contractor's sub-contracts related to this project. Contractor: /3�cvs . Contact Person: iC./,oflcel Contact Phone: &Z-6, Signed: Date: D l z *Note: The above certification is required by the Department of Housing and Urban Development (24 CFR 135 and Subtitle A et al) and must be submitted by the bidders and proposed sub-contractors only in connection with contracts and subcontracts which are subject to Section 3 of the 1968 Housing and urban Development Act, as amended in 1992 (HUD). Previous non-compliance with Section 3 could result in disqualification. C-11 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For ALABAMA STREET STORM DRAIN IMPROVEMENTS CC 1214 September 24, 2004 Notice To All Bidders; Please note the following revision to the Project Plans, Specifications, and Technical Provisions: Revised Title Sheet with rebid due date as October 12,2004 Section A with revised Bid Opening date. EPA required MBEIWBE "Fair Share" Goals Addition of Water-tight joint specification for HDPE Pipe Updated federal wage rates This modification does not change the Engineer's Estimate for this project. This is to acknowledge receipt and review of Addendum Number one, dated September 24, 2004. MA il'eq S JIZ /0�2 0 rT Company-Name By / /o �z a Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Douglas A. Erdman at(714) 374-1735.