Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
WEEGER BROS INC - 2001-01-16
Recorded in Official Records, County of Orange Darlene Bloom, Interim Clerk -Recorder WHEN;RECORDED MAIL TO: IiIIIIIIIIIIIIIIIIIIIIIII IIIIIIIIIIIIIIIIIIIIIIIIIIIIIINO FEE CITY OF HUNTINGTON BEACH 100 73 N,20020646513 09:03am 08/05/02 Office of the City Clerk P.O. Box 190 - 2000 Main St. 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Huntington Beach, CA 92648 NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN by the City of Huntington Beach, owner in fee, 2000 Main Street, Huntington Beach, CA 92648, that the contract heretofore-awarded-to-Weeger Brothes; Incorporated who -was the I 1 company thereon for doing -.the following work to -wit: C PROJECT - CC NO. 812 This project includes the Beach Maintenance Facility. That said work was completed July 2, 2002, by said _company according to plans and specifications and to the satisfaction of the City Engineer of the City of Huntington Beach and that said work was accepted by the Director of Public Works on July 2, 2002, per City Council Resolution No. 2002-10 adopted February 19, 2002. That upon said contract Taverlers Casualty and Surety Company of America was surety for the bond given by the said company as required by law. This document is solely for the official business of the City of Huntington Beach, as contemplated under Government Code Section 6103 and should be recorded free of charge. Dated at Huntington Beach, California, this July 22, 2002. irector of Public Works or City Engineer City of -Huntington Beach, California STATE OF CALIFORNIA ) County of Orange ) ss: City of Huntington Beach I, the undersigned, say: I am an Agent of the City of Huntington Beach, owner in fee, in the foregoing NOTICE OF COMPLETION. I have read said NOTICE OF COMPLETION and know the contents thereof; the same is true of my knowledge. I declare under penalty of perjury that the foregoing is true and correct, and that said NOTICE OF COMPLETION was duly and regularly ordered to be recorded in the Office of the County Recorder of Orange County. ,. A Dated at -Huntington Beach, California, this July 22, 2002. Director of Public Work§ dpfity Engineer City of Huntington Beach, California WHEN RECORDED MAIL TO: CITY OF HUNTINGTON BEACH Office of the City Clerk P.O. Box 190 - 2000 Main St. Huntington Beach, CA 92648 - -- CITY OF HUNTINGTON BEACH 2000 MAIN STREET CALIFORNIA 92648 OFFICE OF THE CITY CLERK CONNIE BROCKWAY CITY CLERK July 22, 2002 Darlene J. Bloom County Clerk -Recorder P.O. Box 238 Santa Ana, CA 92702 Enclosed please find a Notice of Completion to be recorded and returned to the Office of the City Clerk, City of Huntington Beach, 2000 Main Street, P.O. Box 190, Huntington Beach, CA 92648. Also enclosed is a copy of the Notice of Completion to conform and return in the enclosed self- addressed, stamped envelope. Sincerely, Connie Brockway, CIVIC City Clerk /jh Enclosure: Notice of Completion — Weeger Brothers, Inc. —CC No. 812 (Beach Maintenance Facility) g:/followu p/cashcontlocnotice-lette2002.doc 1 Telephone: 714-536-5227 ) v WHEN RECORDED MAIL TO: CITY OF HUNTINGTON BEACH Office of the City Clerk P.O. Box 190 — 2000 Main St. Huntington Beach, CA 92648 NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN by the City of Huntington Beach, owner in fee, 2000 Main Street, Huntington Beach, CA 92648, that the contract heretofore awarded to Weeger Brothes, Incorporated who was the company thereon for doing the following work to -wit: PROJECT - CC NO. 812 This project includes the Beach Maintenance Facility. That said work was completed July 2, 2002, by said company according to plans and specifications and to the satisfaction of the City Engineer of the City of Huntington Beach and that said work was accepted by the Director of Public Works on July 2, 2002, per City Council Resolution No. 2002-10 adopted February 19, 2002. That upon said contract Taverlers Casualty and Surety Company of America was surety for the bond given by the said company as required by law. This document is solely for the official business of the City of Huntington Beach, as contemplated under Government Code Section 6103 and should be recorded free of charge. Dated at Huntington Beach, California, this July 22, 2002. �irqctor ZofPblic Works or City Engineer City of Huntington Beach, California STATE OF CALIFORNIA ) County of Orange ) ss: City of Huntington Beach ) I, the undersigned, say: I am an Agent of the City of Huntington Beach, owner in fee, in the foregoing NOTICE OF COMPLETION. I have read said NOTICE OF COMPLETION and know the contents thereof; the same is true of my knowledge. I declare under penalty of perjury that the foregoing is true and correct, and that said NOTICE OF COMPLETION was duly and regularly ordered to be recorded in the Office of the County Recorder of Orange County. _ Dated at Huntington Beach, California, this July 22, 2002. WHEN RECORDED MAIL TO: CITY OF HUNTINGTON BEACH Office of the City Clerk P.O. Box 190 — 2000 Main St. Huntington Beach, CA 92648 Director of Public Workf &-f ity Engineer City of Huntington Beach, California a i. ,RE- - RN ADDRESS: y DATE G�� b H v,✓ n���v� l3 6�1 ON ox �t v&,-T; N 6`iD N Q �A c)-/ CA 12,6 V 9 Regretfully your unrecorded �� Uf- (pAfPLd:710,� naming together with your remittance of $ k , Ck. No. is being returned as your document is deficient in the area(s) indicated below: c{wbtT �� -r* RETV JUL 0 9 2002 C�((--'i DF k- (1) The recorder can find no provision in the law authorizing the recording of the enclosed document(s). (2) Recording cannot be performed in this county. Please forward your document to County Recorder. (3) For proper indexing: a. "Et al" is not acceptable; all parties must be named. b. The name of the company, corporation or partnership must be at the signature point. c. The trustee of a trust must be identified as such. d. The names in the caption, execution and notary acknowledgment must match. e. The caption of the document and signature point need to identify who the custodian/agent represents (4) The Documentary Transfer Tax declaration must be completed to show either the amount of -tax due or an acceptable reason for exemption. (See enclosed bulletin.) If there is "No consideration," document must so state. (5) The city where the property is located or "unincorporated area," is required on the deed and the tax declaration must indicate how the tax was computed. (6) The preliminary change of ownership report is required. Please complete or correct the areas marked in red, The ry� please see red mark . A ener c nowled nt" for is required. (See enclosed sample.) (8) The notary seal is illegible. You may have the notary restamp the document clearly or you may complete the enclosed certification under the penalty of perjury. Adding the "Penalty of Perjury" statement will increase the fee by $ (9) Portion(s) of the document are illegible (please see red mark). You may execute and submit a new original, or complete the enclosed certification under penalty of perjury. Adding the "Penalty of Perjury" statement will increase the fee by $ (10) The legal description/exhibit has been omitted. All exhibits must be referenced in the body of the document and appropriately labeled. (11) Recording reference (date and document number or book and page) of the prior recorded document is incorrect or was omitted. (12) Abstracts of judgment must contain the address of the judgment creditor(s), the address of the judgment debtor(s) and the address at which the summons was served or mailed. (13) Pursuant to Government Code sections 27288.1 and 27201, all parties whose interest is affected must be named and identified (i.e. owner etc.). (14) To properly perfect a security interest, this UCC-1 must be filed with the Secretary of State, Uniform Commercial Code Division, P.O. Box 1738, Sacramento, CA 95808, unless it is a "fixture filing" pursuant to UCC section 9313. Any Financing Statement covering fixtures must_ include a statement that it is -a fixture -filing -to -be -recorded in the real estate records, a description of real property in Orange County and, if the debtor does not own the real property, the name of the owner. (15) We have received your check without a document or letter of instruction. We are unable to determine the intent of the fees. (16) The correct fee is $ If an attachment is added to the document, the fee will increase as stated on the attached fee schedule. (17) OTHER: C&6 a,&J 1,5 2Lr_6?V1;e c---V . 1� CD2re-cam THANK YOU FOR YOUR COOPERATION DARLENE J. BLOOM, INTERIM COUNTY CLERK -RECORDER Please return to: BY S1 �� Clerk -Recorder P.O. Box 238 Deputy Recorder Santa Ana, CA 92702-0238 '0 F0662-105 (R10/96) (714) 834-2887 WHEN RECORDED MAIL TO: CITY OF HUNTINGTON BEACH Office of the City Clerk P.O. Box 190 — 2000 Main St. Xuntington Beach, CA 92648 NOTICE OF COMPLETION NOTIC S HEREBY GIVEN by the City of Huntington Beach, owner in fee, 2000 Main Street, Huntington Beach, C 92648, that the contract heretofore awarded to Weeger Brothers, Incorporated who was the company th [eon for doing the following work to -wit: PROJECT - CC 0.812 This project ,CC %Tpleted he Beach Maintenance Facility. That said work waJuly 2, 2002 by said company according to plans and specifications and to -the satisfaction of the Cif "Engineer of -the City -of -Huntington -Beach and that said -work -was -accepted by the Director of Public Wo son July 2, 2002, per City Council Resolution No. 2002-10 adopted February 19, 2002. That upon said contract Travel s Casualty and Surety Company of America was surety for the bond given by the said company as r��,q fired bylaw. This document is solely for the off icia usiness of the City of Huntington Beach, as contemplated under Government Code Section 6103 and sh q"Id be recorded free of charge. Dated at Huntington Beach, California, this STATE OF CALIFORNIA ) County of Orange ) ss: City of Huntington Beach ) 2, ,2002. f d Director of Public W s r ity Engineer I Sudi Shoja do hereby certify under penalty of perjury, that th n,, ( true and correct, and that said NOTICE OF COMPLETION was Vv� in the Office of the County Recorder of Orange County. Dated at Huntington Beach, California, this April 19,2002. WHEN RECORDED MAIL TO: CITY OF HUNTINGTON BEACH Office of the City Clerk P.O. Box 190 — 2000 Main St. Huntington Beach, CA 92648 ,going NOTICE OF COMPLETION is and regularly ordered to be recorded Director- Public W eer r CITY OF HUNTINGTON BEACH 2000 MAIN STREET OFFICE OF THE CITY CLERK CONNIE BROCKWAY CITY CLERK July 3, 2002 CALIFORNIA 92648 Darlene J. Bloom County Clerk -Recorder P.O. Box 238 Santa Ana, CA 92702 Enclosed please find a Notice of C\Compl e recorded and returned to the Office of the City Clerk, City of Huntington Beachreet, P.O. Box 190, Huntington Beach, CA 92648. Also enclosed is a copy of the Noticto conform and return in the enclosed self- addressed, stamped envelope. Sincerely, R VA V Connie Brockway, CIVIC City Clerk /jh Enclosure: Notice of Completion — Weeger Brothers, Inc. —CC No. 812 (Beach Maintenance Facility) g:/followup/cashcon t/ccnotice-lette2002.doc ( Telephone: 714-536-5227 ) WHE RECORDED MAIL TO: CITY OK BEACH Office of tlke City Clerk P.O. Box 19 — 2000 Main St. Huntington Be ch, CA 92648 NOTICE OF COMPLETION NOTICE IS HEREBY IVEN by the City of Huntington Beach, owner in fee, 2000 Main Street, Huntington Beach, CA 92648, that a contract heretofore awarded to Weeger Brothers, Incorporated who was the company thereon for Join the following work to -wit: PROJECT - CC NO. 812 This project includes the Beac04aintenance Facility. That said work was completed July 2002 by said company according to plans and specifications and to the satisfaction of the City Engineer o the City of Huntington Beach and that said work was accepted by the Director of Public Works on July 2, 2,002, per City Council Resolution No. 2002-10 adopted February 19, 2002. That upon said contract Travelers CasualtyXnd Surety Company of America was surety for the bond given by the said company as required by law. This document is solely for the official business Government Code Section 6103 and should be r Dated at Huntington Beach, California, this July 2, STATE OF CALIFORNIA ) County of Orange ) ss: City of Huntington Beach ) City of Huntington Beach, as contemplated under d free of charge. YW I of Public W9r1Cs_ to-Nity Engineer I Sudi Shoja do hereby certify under penalty of perjury, that the foregoiN NOTICE OF COMPLETION is true and correct, and that said NOTICE OF COMPLETION was duly and r ularly ordered to be recorded in the Office of the County Recorder of Orange County. Dated at Huntington Beach, California, this April 19,2002. Lou Director Public Works WHEN RECORDED MAIL TO: CITY OF HUNTINGTON BEACH Office of the City Clerk P.O. Box 190 — 2000 Main St. Huntington Beach, CA 92648 neer u i y NOTICE OF COMPLETION SUBMITTAL TO CITY CLERK'S OFFICE Hun g o Beach* Please transmit this form with the Notice of Completion to the City Clerk's Office. Note: the City Clerk's Office has 10 DAYS from the COMPLETION DATE of the Project to file the Notice for recordation (per City Council Resolution No. 2002-10 adopted February 19, 2002); Please HAND CARRY to the City Clerk's Office. To: Connie Brockway, City Clerk x5404 1. Name of Company: Weeger Brothers, Inc. 2. Contract Information: A. CC No.: 812 B. Date Project Awarded by Council: January 16, 2001 C. Corresponding Agenda Item No.: E-16 3. Date of Completion: July 2, 2002 PLEASE INCLUDE: Eric Charlonne 5430 Name/Extension July 3, 2002 Date Submitted to City Clerk's Office Attachment — Notice of Completion WF 606_14D �. {jgNDD O'-{ I 1 N A/W W J_ 4 W J m 0_ W a z W J W H CALIFORNIA PRELIMINARY 20-DAY NOTICE USE PROOF OF SERVICE AFFIDAVIT OF CALIFORNIA PRELIMINARY 20-DAY NOTICE ON BLUE COPY (PUBLIC AND PRIVATE WORK) IN ACCORDANCE WITH SECTION 3097 AND 3098, CALIFORNIA CIVIL CODE CONSTRUCTION LENDER or Reputed Construction Lender, if any None OWNER Or PUBLIC AGENCY or Reputed Owner (on public work) (on private work) City of Huntington Beach 2000 Main Street, 2nd Floor Huntington Beach, CA 92648 Construction loan no. (if known) ORIGINAL CONTRACTOR or Reputed Contractor, if any Weeger Bros. 2124 Main Street, Suite 146 Huntington Beach, CA 92648 SUBCONTRACTOR with whom claimant has contracted WOLCOTTS FORM t5100 - (price class 13E) (quintuplicate) CALIFORNIA PRELIMINARY 20 DAY NOTICE - rev. 1-2000 �,• T' . 2000 WOLCOTTS FORMS, INC. Y l� ARE �EREeTY NQTIFIED THAT ... o ern arpe worics B. • ,ftaullet • f (name and address of person or firtri-sender) Has furnished or will furnish labor, services, equipment or �° �iili 9&neii% S9 tion (99mal descV ion of the labor, eervi m, equgment or materieb hrnWied or to be ft—hed) fobTa�tfldij&"r AWRftwp�8jig1jc /yment located at: z&""V.L"5 WW" +/V "j VA (address or description of job site sufficient for Identification) The name of the person or firm who contracted for the purchase of su.0lead labor os equtpment or material: NOTICE TO PROPERTY OWNER If bills are not paid in full for the labor, services, equipment, or materials furnished or to be furnished, a mechanic's lien leading to the loss, through court foreclosure proceedings, of all or part of your property being so Improved may be placed against the property even though you have paid your contractor. in full. You may wish to protect yourself against this consequence by (1) requiring your contractor to furnish a signed release by the.person or firm giving you this notice before making payment to your. contractor, (2) requiring your oonGactor to furnish a receipt to establish that you paid the contractor in full and recording no later than 30 days from receipt of this preliminary nodoe an affidavit that you paid the conlractor In full, or* (3) any other method or device that is appropriate under the circumstances. *PLEASE NOTE: The italicized language was included in the notice by a drafting error in Senate Bill 914 and may be disregarded. The person or firm giving this notice is required, pursuant to a collective bargaining agreement, to pay supplemental fringe benefits into an express trust fund (described in Civil Code. §3111.), said fund is identified as follows: (strike If inapplicable) (name) (address) (name) (address) (name) May 31(;dd*@02 M this ate: Presi en (signature) (title) An estimate of the total price of the labor, services, equipment or materials furnished or to be furnished is: $ 1o,462•00 1111111111111 -- of—o1 CALIFORNIA 20-DAY PRELIMINARY NOTICE 12 7 910 (For use on public and private works - In accordance with Sec. 3097, 3098 and 3111, California Civil Code. To be used by materialmen, suppliers, subcontractors, architects, engineers and others supplying labor, materials, services or equipment) You are hereby notified that the undersigned has furnished or will furnish labor, services, equipment or material of the following description: Date: To wner or ReputedOwner,Owner, or P blic AC�h : ,1 ++n d k H(A n t i VvCi 0 I%x �gv h L A� � (Addre s) T 1 QCw CIAA+ i 1 (City, State, Zi Construction Loan No. (if known) To Original Contractor or Reputed Contractor: I ee.g e_t- St e,;, CV, AL —� (A dress) V (City, Statd, Zip) The name of the person who contracted for the purchase of labor, services, equipment or materials is: (Name) General description of the labor, service, equipment, or materials furnished, or to be furnished and an estimate of the total price thereof: To Construction Lender or Reputed Construction Lender: (Name) (Address) (City, State, Zip) Construction Project: , 1�eaCj►n Gum �•vt�,nc�4U 1/ di e� I ` �_iC(oDC31'Itiotjpoj treetAd osodTra�c o eJ^•�c .) -t (Tract/Subdivision Boundaries) 2Vt 1p ❑ (City) OR ❑ (County) NOTICE TO PROPERTY OWNER If bills are not paid in full for the labor, services, equipment, or materials furnished or to be furnished, a mechanic's lien leading to the loss, through court foreclosure proceedings, of all or part of your property being so improved may be placed against the property even though you have paid your contractor in full. You may wish to protect yourself against this consequence by (1) requiring your contractor to furnish a signed release by the person or firm giving you this notice before making payment to your contractor, or (2)any other method or device that is appropriate under the circumstances. ❑ PLEASE NOTE: If this box is checked, the names and addresses of any laborers and/or express trust fund(s) to whom employer payments are due as of the date of this notice are contained on Attachment "A", which is incorporated herein and made a part hereof. NOTE: This'is not a lien on your property but a notice required by law to alert you to the possibility of liens being filed in the future if all parties who furnish labor and materials to your job are not paid in full. PROOF OF SERVICE AFFIDAVIT j�( (SECTION 3097.1 AND 3098, CALIFORNIA CIVIL CODE) I, ' - `DG 4 a , declare that I served copies of the above Preliminary Notice (check appropriate box) (a) ❑ By personally delivering copies to (name and title of person served) address) on (date), at (time). (b) `013y First Class Certified or Registered Mail Service, postage prepaid, addressed to each of the parties at the address INJ shown above on to - 30 - 01 , I declare under penalty of perjury that the foregoing is true and correct. 53I W ` $ c �OY(Aff �GCalifornia, on v It o� Signed at I (ATTACH RECEIPTS OF CERTIFIED OR REGISTERED MAIL WHEN RETURNED) rsi „P Prim ; 1 - 02000 BY BUILDER'S BOOK, INC. - BOOKSTORE - PUBLISHER - 8001 CANOGA AVE. - CANOGA PARK, CA 91304 TEL: (818) 887-7828 - TOLL FREE: (800) 273-7375 - FAX: (818) 887-7990 - WEBSITE: www.buildersbook.com 20-D.AY PRELIMINARY NOTICE ;I% e I ru. ar% N�,!I_e i.� jn��sz icr,c I'- notice P!opcilv could M rc ti'l 1 iioval wi, ; f :t lien Film, ma, riled. :ra1' C I m nc or Iwo thcr ; Th, I_n recta: Wiiisl is by pe:ional . .:C-sin i:c -oil -nd (.:,41icd cr _gre istcd Mail IF h�, rril Fit'ritod (;I In:: se !,I,! nelho,!. . Pr,-�,f oi Ailidavi: l'_1A be 'illed ou( by a. . - - t, -tics Who, inary Notice. 17 :is :�!O, o I sf,il-c -,I P--hrnmar, Notice I,, tht: actual hancliice c Preliminiry No"ce to ,he ent ities 01 o—"I F_ .1tell pobli,: agcjicv: ;2) the ,.ern;velons o, m jinal wid 1 1 the cos.r-_,.,I;c�n0, lender or lcruCcd constiuction On", rr.til .wj%t be d.mv- b, certified nla;' "U!,h a rim-n M--cmE. The law does not rr�, ;,!c * -1, "r. - ratbn ,its[ be ac, `Tberefoi-. i th.- cerrifi,,d or tm!,�p- is -zcfused, yo, F'lc_l,! 1�kL III,- and put it In your joh, n" - e ::ri,l ktel, :t t!lcre scalcd. If yz,. ::hose 1„ -,ffvc by inaililil- vini must scl,c III Fill-& Of the lLilrlcd to ob,,e z!rI arra-h the A the celfiFi,d or recisterco' the .f z :ir:n y. lich to set c n 11(climinary 'nil-c is nit later ihin runty t2f)l s iiry prvidc lae-or supp'-,' materials jobit.c. EXC,ERPTS FROM CALffORNIA Cll,'!T. CODE3097 e. 2.0 , notice ms, art: orki ' mansmans;I -e from a _,iijmant that is e. -)ri F: rto: 1:• 'c rt:ror�!, or tot h, of :I stop noticanor to ali.- -;jjIFn pav -nt b-d. mid i� �uqu rA be ;iron undo the ioll.rxing File in c to Prelinninary NotictParlie4, 1;,-cep, one t tcontizict %;III the ow-tel 01 oe!rr irry actua, labor ;0- laalcli as Lzlscrmbed in, tai Or S-tion 3(69�,r a " :o wh;-rn a P,-rtf a 's cm o�V.A llofli Is P:".,! ;,% scri5-,d se':tinn 30,.9r<ry p,,Ta,n wlic- or pnelus:zl "un wl-i.h m If t)i payment butrti otherwise c " n be unjcr mrs title, or t . ,ill, I !?ice io Wvhh!-�:d c:k;l othel..: he gl,un oll'izr this title, ;hall, :,s a riece,sar, r. tri.; iu.sjuo tc tire % ahility of III%, cla;:n j.' limn, pa;iu:!:: tend, and of a notice to witbhol,_ , � Ikisc 11 be given to iha'ownWor reputed owner. tote or;>.nal contractor. of tc.nui:�:! to the construction lender. if any, or to the reputed consmiclion larder. If clin-dimay notice as any. a .:!ter:: r prescribed by t11ts SCZFiOn. Consiruclion Lender. f �,ccpr die cunuactor, or one r.r!"rrn.;r.-_,'acFual labor far -ji!ei as ' dds-Cli),'d if] subdivision ia) of Section i`80. OF a peesit G. enfily to whom a POIL10it Of a i . .abo%11'i cornp--niation is Paid as described in itibrivosi;)n ;Irof section all persons bhu !::i �e a direct Cfflllra:i Witt] the owner and who 0-msh labor, service, cqoipllleol, or material for which I I lien or payment bk10 Otherwise- ca-- 'e claimed under this jilt, or for '7 :.,h :r :;otice v) withir Q I d ;,?.it otherwise be given u-J- :his title, shah. all :i necessary pr�creqlnsvc to the validity of :,%y claim of lien. claim 211 a F;,pFrierit llo,,d. anj of a rllliice Er; thhoj.,:i� cause! to be gi,,--,n t,,,. tire construction lender. If any, or I(, the reputed consifuction li:ndcr. it any, ;I iI'IIUtCO preliminary notice as prescriptsc; 111.3 (c) Time, Colltent; Architect, Engineer or -Surveyor, The notice referred to in ,uhdivisions (a) and tbj shallcontain IF., following� (l' A tkricral description Of I ht equipment. Or :nLwrials furnished, or to be Ni,lwd. Ind art estimate, of the tot:tl price 11 1 urnishing "!_ tabor, steel::.equipinent, or rater11 a,-I'i addles of Like pe;soi. f "aIs. :3) TNt nainc o4 the: 11--i. sell who contract for purchase cf labor: service. cquipmeni, ^.i ina 1 c; : a I s (4 ) A drscripliori of the jobsite suffici.Fit for identification. (?I The following itatcOr-rit in hol ldfal- type: (she "Nc,n_- To Property Ownci" on first i notice is give,, 1,y ;I subcontract-w who has ;"i,-j tpayallfill(: to hi., or let, laborers fill ale job, the noticeshall a,io cons in idcntir}• and address of - ':aborts X-1 aiorzi and any express trust fums to whom emriover imyruents all. due. it ; -itd payroll '!i I, all in for materials Or cortif -roll contai. s the informild011 r-1-aired by this �ectwn, 4 copy of the invoke, transmitted in the manna: prescribed by this section shall be SU ffiCICIlf 301110. A ccrlificattd architect, re�isi.-rcd engineer, or licensed land surveyor who has furnishedsz-rvic 's for the desian of the work of improvement air:., who gi,es a preliminary France as pro,ided in this se�i;tiofj net later than 20 days af[r. tire work Of improvenur,t has ,:ornrincri,ed shall be deemed to have ckmplied with subli--visions (a) and (b) with respCCL to rchitectural, engincel"c' or sit' vevill IT; services furrish"d. or to be furnisf:ed. - (d Election Not to Give't"reliminuri Niptice; Subsequent Rights. 7lie pircfiaimmy notice !,-.fc1_rcd to in subdi,isiOns (a) and (6) shall be eiver, net later than'_.. days f,,r the claimant has first furnished labor. . service, equipment, -or' materials to the jobsiie. If labor, servicc, e(I'llpincrit, or materials have been tuinished to a ' b- b❑ a claimant who did not eive a preliminary notice, that claimant shall Frol he preliminary notice at ally Bette thereafter. The claimant shall, however, be to record a lien, file a stop not;c-, and assert .1 claini against a payment bell(.' ortiv for labor. service, equipment, ur maternal furnished within 20 days - I - )I ior I to the service of the preliminary notice, and at any tirre flietilafter. let Waiver. Any ngrtcrnenl made -or enL6r-.,-,1 into by an ttmvatr;-%-di!reby the Owner agrees to wai,e the lights narprivileges conferred upon the owner':)y this section shall be void and of nu effect. I under if section -ay be served as follows: U) Serving Notice. 'Tire notie5jejitt Its I ) If the p.rson to be novite rest cs III this state, by delivering the notice, personally, or by leaving �e or place of business with some person in � it at his or her address of residem cfi:!rzc, ni by first-class registered or certified mail. postage prepaid, addressed to the pe, sou to whom notice is to be given at his or her residence or place of business address or at the address shown by the building permit On fil,- with the authority issuing a building permit for the'worlF.-or at an address recrorded puisuant to subdivision (j) (2) If ,.he person to be notified does, not reside in this suce. by any method enumerated in para_raph ( I ) of this subdivision. If the person cannot be served by any of these methods. then -notice may be given by first-class certified or registered mail, addressed to the construction tender or ito the original contractor. IF W hen service is made by first-class certified or registered mail, service is complet.n. at the note of the deposit of [fiat registered or certified r-ad. (y) Single Notice; Additional itlateiial, Service, Labor or Equipment. A person required by this season it, rive notice to the owner, to on original contractor, and to a person to whom a notice (a wittifiold may be given. need 2i,,c only One notice to the Owner. to the original contractor. and to the person to whorn a notice Lc'withhn!d may be given with respect to all niatenali, service. labor. OF equipment he or she furnishes for a work of imprtlo,ernem. that means the entire structure Or scheme of improvements 'll proven' ents as a whole, unless the same is furnished uroler contracts with more than one subcontractor, in which event. the notice requircricras sit;%'e be me,, with respect s-vices. labor, or equipment furnished to each contractor. IF I rlczicc contains -I xen,ural description required by 5ubdivisicn (a) or (Il) of the materials, services. hiller. or equipment furnished to the date a, notice. if is not defective because., after that late. if.,: l3clsoll giving notice furnishes materials, services, labor, or equipment not within the , scene Of this Z,critial description. (It) Disciplinary Xction Against Contractors and Subcontractors. if-Elic.contract price to be paid IQ ai"i subcontractor on a particular work of improvtrnent exceeds four hundred dollars IS-10' i. the f:i0me of that conliactoi. licensed under Charter 9 1,clarinnit-neing with Section or Division of the Business and, Professions Cod,"I.1 give the notice Erovided for in this SCI:f1;l- constitutes crOkIn(is for &,c;ptinary action �-v the Registrar of Contractors. IF the notice is requited to contain the in.'ornnation set fcrih in paragraph f6) of subdivision fc- a failure to give then.mcc, including that infcrinarlon, that resorts in the filing of i lien. clang on a payment Fond, or lll,� delillcri, of a stup noticeLi% he express trust fund to which Inc obh2intin is living constitutes grounds for discipilary action by the Registrar of ;.Faillst the a:bconiracior if the annoiltat du- t�,, trust Fund is not paid. Trust Fund and Supplementary Fringe Benefits. Ptrv. conuactor and subcontracto! laborers ;is described In _,llik viision ( I 'o _0111 3."89 who has failed to pay t H cvrnpensatiorr;whdn i beta me due. including nny employer has, laliorers flieir fur I -c ;is 1-H;L. of :md it, r to tf,.I,e^ i� :rnv. n..L later I :;ere the con l-m:!'3arzl- The narn� e oar.; -.Iti 0�. A 0scri!- -. cf the nt ICT (.3', rhe identi, and addres, o' a-,. c.xtir-s :rust fund described in 1,ition .`II k% ,which cin, w 0) Tilt toud n:- _,�cr of sim'zilt i;;T_- oil ej!, jos F a i 1 u re to S nor::-, sna ` 113 111 u I:: I Q it it f of d It --; I v I : I t Re r.; itraf o", (I`. (_..onlract; Nam>_ and -Address F 0•.rlt:r; Information to Person Seeking to Sere Notice. Eye,, conlrrat un--r.-ti into -mucrty owner and an-er.-on.fl '_ ntra:noi 3-21. '%':-c- snlce 1��r th, owntr !o cn�e, ..is o 'r na.ric and rc,njcr.: t-f bos�ncss "they r.'mroil lall rl..,,c a- niiiAle �'!e name. and % D' iidLn , -L ef tire own:!: I,) any person cck:ng 1.0 lilt notice sre%!;'.d .VOContract; N,,m, and Address 0 Constructive Lend-vr: Exceptions. Every wriic�n ct'.111173%1 (:n*----.-- :nbetween a piopcizv oxntr art(! an original eontrac(cr, except intproverner.- :tm: vim.mm,7 rOoI czlllra=; s -cjc--I it, Alitick 10 ,ji:b Secocn. .f hire 9 b"visior, 3 of fl.t'Susolcss and Prof-5sivi odf_ icl 11C' Oy;;;�r to ClItcr lh�t naint it _ .1 adfir'ss of the consiluCTI:11i tender it is r ojiglnal make availabi� t�e name and ad(ftes', of ndcror -cnder: •o -iny pern s , to serv,. the no -ice ir Sol I 11181(", t',L-Y Contra- ;nj" subonlra<t,.:. nc*%%,,.cr. sit -a- shall ,!• vide a S:)-, c �col the m-me, an a,=dic;s of the or1rmill cc.", ac:t-r. a ,I in) cons:_,irctio:t icildcr. Filing NtlfiCe with Cou'vity Recorder, (.oaLtrits. Recorder Matting Notification; Operative Date: Efftvt and`Purpris�:3f Filing: Index.' I I; Each pers,, 1 ,) has set ed, i-e iniir IF nat v 26-day nofice puisuant it> subd.yisio:i tj may fil_ 204%, rl:vti -c with the -_bun*.y recorder in the count, it, xlllch Ml, ;;-lion of c-prom- ; is k'-'atcd. A p*s!iminary 20 day nonce f elk pursuant i lu:s SL:--I;,)Il 'hat: cI:-nlaill.dll Of the i:_wiIrj.!: (A) The ram-Und iddres, if !h: person furnishing the scr,;4ce, et or rnal. rn B) 'rhe C..' the rerson V:'o cuniral;md nz... for of the labor, sery; -e, address Qf *be (2; L'pon the a::p;,nnkc for recording of Z notice o* cornpict;-mi or notice of ce-sa-ion the courz, ,c_nrdcr snall Allail i", those Pelson', wi-, ha,_- filed a ptzlinninary 2J-d.,y notice, n�:!,.'.cafion Film a noHc: Of cornolettt,-- Or lictic, of cessation has lict; recorded c- tore proper*,,. and shall affix tnc dale 111"It the notice or c:nrplvtion or notice Of c_"atiOfl Was itcCOT"i- with the county -tcoidej. (11 T1 f ilu: - -_�' the county recorder to mail the tlodificaiion to the Person who filed a prchm;nr:t _...lay nkin'-L, or cl,e failui2 of those parsons to ructire the noltifical;on �,r to reccif , notification. shall not affect the period Within which d cla-irr of lice: is leq�;; . rto i to be le-mded. flowe.ver, the couriv. recorder shall make a good fail'- effort L) mail notification to Jh')&L Persons who n 'i%-C filed the preliminary 20 day notice unr t r -is section and to to so within five `Iay., after the recording. o. , " f or -frotice of cessation. (4) This nc,� z,_-r.ct.,ori of the coumv; recorde: shall not become operative until'-fuly, 1. I �)�, - -, -=, . -.ay . -yed all documents filed pursuant 9. rht 'ity I, ccr I,. _-ziusc to !le desti to this sec-. ; -..,o cars after-: t date OF fifing- (51, The preliTninz-v -,C; :Jay rmtice a perioll . ri'l, file pursuant to tills suhjiviszon is for tit 1;771iz••d p'Irpo'c of facilitating the rnaili: of Frolic,-, fly- tht county recorder of rccoidej notices of completion add of cssation. The Induce which is filed is not a vet - ,-,Ialle, d,w:lmnnr and shall not at en' --red into those o.fficilil records of the count'.-_nich I,%, law lmra- . I cons tnictive rolice, No-xiibstanding 4ny other plowisiorl c.. z ;2w, the i.-.dex ruaini,ined by the rcc_rder of filed p;e.Iimin.tiy-'20-0.ay- notices s separate and ci.sEiuct from those inclexci rosiwatncd by the corin" recorder of :-ose official records of the COtlllty :which by law impart constructive notice. The tiling of a prchincinary 20 day notice with the' county recorder does not. give rise C. 4-ij actual or:c0astructive notice With respect to anj. par.y e ,ii 3 e s'- Z""eals of a filed preliminary of the lstcnr� climinary 20-dap notice nor to any I. uty of inquiry on the art om any pa,!%. as to the existence or contents Of that notice. Affadav iFut rrrl: Notice of Rights. A claimant. is defined in Section 1155. who provides a preliminary -__!,:c to an owner, as defined in Section 3155, shall also provide -the owner with an affidav:: iorin and notice cf fialits, madc available pursuant to Section (See 'N"ofice' e11 floor of form rt-gaidiiig the affadava felon.) CIVIL CODE SECTION 3098. Preliminary 20-day Notice (Public Works), Stop Notice: Service; Disciplinary Actior,; Exemption for Express Trust Fund. "Preliminary 21'-day notice [public Walk' means ;I written notice front a claimant that was given prier to the .assertion of a c I 3i rn against 8 Vuleni bond, or the filing of a step act,ice on public work, and is require followine.--.;r,-,umst:,-.ices: _ - - d to tc gi en on � the (a) In any case in. "10ch the law of this state affords a right to a person furnishing labor or materials for a public work who has not oeen paid ifierefor to assert a claim against a payrnew bond. vr to file :I stop noti-n- with the public agency concerned. and -thereby cause the milliholdine of payment from the contractor for the public work. any person that has no direct coki-actual relationship with tire contractor. other than a -person who c'forined actual Jabot for wages or an express crust fund described in Section 3111. may ile the prelimnary notice. but no payment shall be withheld from the contractor pursuant to that notice unless the pirs(;n has caused written notice to be eiven to tile contractor, and he public agency concerned, not later ]San 20 days after the Claimant has first furnisheil labor, services. ce.i. equipment, or materials to the jobsite, stating with substantial accuracy a -e=ul description Of labor. scrvice.-cluipment, or materials furnished or to ac fuirnisSed. and the F13ITIC Of the parts to whom I it same was furnished. This notice shall be served by *.tailing the same by tirst-class mail, registered mail, OF certified mail, postage prepaid. in an envelop,- addressed to the contractor at any place the contractor M.aintains an 6ffic- or conducts business. or his or her residence. or by jrrsonal service. In ease of any public works constructed by the Department of Public ` oiks (IF the Eparimen, of Genera! Services of the state. , uch notice shall be served by mailin-a in the same rilariner as above, addr-_iised in the officeofthe disbursing officer of the department constructing the %vork, or by persorizi service upon the -officer. When service is by r7;;-tred or Certified mail, service is complete at the time of the deposit of the registered cr certified mail. h) Where the cc-.. a zt price to be paid to any subcontractor on a particular work of improvement exce:ds•four hundred dollars III, iailurc of that contractor. liciicd under Chapter '�. Icarnmerwing vich Section 7000; c' � Division 3 of the Business ;old -Professions CC-,!- LO gi,c lhr nofi-_,e provided for in this section, constitutes groriri, for disciplinary a:: on by the Registrar of Connactors. let The Finite,-, req':�-!MXMS of 111B Section shall rim apply to 6 laborer described in Section 3089 or to an ex::eis trust fund described'in Sts:tjory 3, 111. (d) If labor. servipt. -quipment. I,., materials have been furnished to ,I 1 joh - site by a claimant who did not zi,f a prelimil1. v notice pursuant to subdivision (i). that claimant shall rim be pirccludefraom giNing a preliffniq.2y,130t; . rz ec at.any time theahvi. The. claimant sha'L ho.cvcr, be cn,.::!�:d to assay.a claim inst a paynient bond and file I stop notice only for labor. kit material iurnisfid Within 20 duos prior to the service of the prelirnt notice. ;IIId at any tizzie lhcreaflyj le) The failure t- rlot,ide, pu:suarli to Chaplet 974 [fie Statutes of 19941. a written 13!,�Iirrlinary notice to I subco,,ir;iac with whom the claimant'l.as contracted shall no( affect the valid):.y df any prolimtna. ri-miCe provided pursuant in, this section. Consult a lawyer if you doubt the form's fitness ror your purpose and use. 209A-1 - 02000BYU -:ILDFR'S BOOK, INC, - BOOKSTORE - PUBLISHER - 8001 CANOGA AVE. - CANOGA PARK. CA 91304. TFL: (918) 887-7828 - TOLL FREE: (800) 273-7375 - FAX: (818) 887-7990 - WEBSITL: www.buildersbook.corn 'RECEIVE&BY: • CITY CLERK RECEIPT COPY- . Return DUPLICATE to ��jp(� lOSa Jeffrey Hughes (ext. 6260) (Name) after signing/dating (Date) `. CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION TO: Shari Freidenrich, City Treasurer ATTN: Jim Slobo'an, Deputy City Treasurer FROM: _S DATE: SUBJECT: Bond Acceptance I have received the bonds for Faithful Performance Bond No Labor and Material Bond No. Monument Bond No. Maintenance Bond No. IAIMttl 'horn No - Re: Tract No. CC No. 2 MSC No. Approved mA-01 (Council Approval Date) (Company Name) 163511515 1a3 544 5-1.5 Agenda Item No. City Clerk Vault No. rv-16 w�; _ 10 (SLTAtNE) g:ljah/bondletter.doc ;, CITY OF HUNTINGTON BEACH V" 2000 MAIN STREET CALIFORNIA 92648 OFFICE OF THE CITY CLERK CONNIE BROCKWAY CITY CLERK LETTER OF TRANSMITTAL OF ITEM APPROVED BY THE CITY COUNCIL/ REDEVELOPMENT AGENCY OF THE CITY OF HUNTINGTON BEACH DATE: February 20, 2001 TO: Weeger Bros., Inc. Name 2124 Main Street, Suite 146 Street Huntington Beach, CA 92648-6443 City, State, Zip ATTENTION: Mark Weeger, Pres. DEPARTMENT: REGARDING: CC-812 Beach Maintenance Facility See Attached Action Agenda Item E16 Date of Approval 1-16-01 Enclosed For Your Records Is An Executed Copy Of The Above Referenced Agenda Item. Remarks: L:�� ow04/'7- Connie Brockway City Clerk Attachments: Action Agenda Page X Agreement X RCA CC: E. Charlonne DPW X Name Department RCA M. Uphus DPW X Name Department RCA S. Freidenrich Treas. X Name Department RCA Name . C. Mendoza Department Risk Management Dept. Bonds X Deed X Agreement X Agreement Insurance X Other X Insurance X Insurance Agreement Insurance RCA Agreement Insurance X X Insurance bonds Other bonds Other bonds Other Other (Telephone: 714-536-5227 ) CITY FUNDED CONSTRUCTION CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND WEEGER BROTHER, INC. FOR CONSTRUCTION OF THE BEACH MAINTENANCE FACILITY (CC NO. 812) THIS AGREEMENT, made and entered into this 16th day of January 2001, by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as "CITY," and WEEGER BROTHERS, INC:, a California corporation hereinafter referred to as "CONTRACTOR." WHEREAS, CITY has solicited bids for a public works project, hereinafter referred to as "PROJECT," more fully described as construction of the Beach Maintenance Facility located at 8669 Edison Way in the City of Huntington Beach; and CONTRACTOR has been selected to perform said services, NOW, THEREFORE, in consideration of the promises and agreements hereinafter made and exchanged, the parties covenant and agree as follows: STATEMENT OF WORK; ACCEPTANCE OF RISK CONTRACTOR shall furnish, at its own expense, all labor, plans, tools, equipment, supplies, transportation, utilities and all other items, services and facilities necessary to complete and construct the PROJECT in a good and workmanlike manner. CONTRACTOR agrees to assume the risk of all loss or damage arising out of the nature of the PROJECT, during its progress or prior to acceptance, from the action of the elements, from any unforeseen difficulties which may arise or be encountered in the prosecution of work, and for all other risks of any description connection with the work, including, but not limited to, all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as are herein expressly stipulated to be borne by CITY, and for well and faithfully completing the work within the stipulated time and in the manner 01 agree/weeger/1 /19/01 shown -and described in this Agreement, and in accordance with the requirements of CITY under them for the compensation set forth in the accepted bid proposal. However the total compensation to be paid is to be computed on the basis of the units of work as it is actually performed, in accordance with the stipulated prices named in the Bid Sheet(s). 2. ACCEPTANCE OF CONDITIONS -OF WORK; PLANS AND SPECIFICATIONS. CONTRACTOR acknowledges that it is fully familiar with all the terms, conditions and obligations of this Agreement and the Contract Documents (as hereinafter defined), the location of the job site, and the conditions under which the work is to be performed, and that it enters into this Agreement based upon its investigation of all such matters and is relying in no way upon any opinions or representations of CITY. It is agreed -that the Contract Documents are incorporated into this Agreement by this reference, with the same force and effect as if the same were set forth at length herein, and that CONTRACTOR and its subcontractors, if any, shall be bound by said Contract Documents insofar.as they relate in part or in any way, directly or indirectly, to the work covered by this Agreement. "Contract Documents" as defined herein mean and include: A. This Agreement; B. Bonds covering the work herein agreed upon; C. The CITY's standard Plans and Specifications and special contractual provisions, including those on file in the office of the Director of Public Works of CITY and adopted by the City Council of CITY, and any revisions, amendments or addenda thereto; D. The 1997 edition of Standard Specifications for Public Works Construction, published by Builders' News, Inc., 3055 Overland Avenue, Los Angeles, CA 90034, and all amendments thereto, written and promulgated by the Southern California 01 agree/weeger/1 /19/01 2 chapter of the American Public Works Association and the Southern California District Associated General Contractors of the California Joint Cooperative Committee; E. Bid documents including the Notice Inviting Bids, the Special Instructions to Bidders and the CONTRACTOR's proposal (attached hereto as Exhibit "A"); F. The particular plans, specifications, special provisions and addenda applicable to the PROJECT. Anything mentioned in the Specifications and not indicated in the Plans or indicated in the Plans and not mentioned in the Specifications, shall be of like effect as if indicated and mentioned in both. In case of discrepancy between any plans, specifications, special provisions, or addenda, the matter shall be immediately submitted by CONTRACTOR to the Department of Public Works of CITY (hereinafter referred to as "DPW"), without whose decision said discrepancy shall not be adjusted by CONTRACTOR, save only at its own risk and expense. Should there be any conflict between the terms of this Agreement and the bid or proposal of CONTRACTOR, then this Agreement shall control and nothing herein shall be considered as -an acceptance of the terms of said bid.or proposal which is in conflict herewith. 3. COMPENSATION CITY agrees to pay and CONTRACTOR agrees to accept as full compensation for the faithful performance of this Agreement, subject to any additions or deductions made under the provisions of this Agreement or the Contract Documents, a sum not to exceed Two Million, Three Hundred Twenty Nine Thousand Dollars ($2,329,000.00), as set forth in the Contract Documents, to be paid as provided in this Agreement. 4. COMMENCEMENT OF PROJECT CONTRACTOR agrees to commence the PROJECT within ten (10) working days after notice to proceed is issued and shall diligently prosecute PROJECT to completion 01 agree/weeger/1 /19/01 3 within 240 consecutive working days from the day the "Notice to Proceed" is issued by DPW, excluding delays provided for in this Agreement. 5. TIME OF THE ESSENCE The parties hereto recognize and agree that time is of the essence in the performance of this Agreement and each and every provision of the Contract Documents. CONTRACTOR shall prepare and obtain approval as required by the Contract Documents for all shop drawings, details and samples, and do all other things necessary and incidental to the prosecution of its work in conformance with the progress schedule set forth in the Contract Documents. CONTRACTOR shall coordinate its work with the work of all other contractors, subcontractors, and CITY forces working on the PROJECT, in a manner that will facilitate the efficient completion of the PROJECT and in accordance with the terms and provisions of this Agreement. CITY shall have complete control of the premises on which the work is to be performed and shall have the right to decide the time and order in which the - . various portions of the work shall be performed and the priority of the work of other contractors, subcontractors.and CITY forces and, in general, all matters concerning the timely and orderly conduct of the work -.of -CONTRACTOR on the premises... 6 CHANGES CONTRACTOR shall adhere strictly to the plans and specifications set forth in the Contract Documents unless a change therefrom is authorized in writing by the DPW. CONTRACTOR agrees to make any and all changes, furnish materials and perform all work necessary within the scope of the PROJECT as the DPW may require in writing. Under no condition shall CONTRACTOR make any changes -without the written order of.the DPW, and CITY shall not pay any extra charges made by CONTRACTOR that have not been agreed upon in writing by the DPW. 01 agree/weeger/1 /19/01 4 When directed to change the work, CONTRACTOR shall submit immediately to the DPW a written cost proposal reflecting the effect of the change. Should the DPW not agree to such cost proposal, the work shall be performed according to the changes ordered in writing by the DPW and the proper cost thereof shall be negotiated by the parties upon cost and pricing data submitted by the- CONTRACTOR; thereupon, CITY will promptly issue an adjusted change order to CONTRACTOR and the contract price will be adjusted upward or downward accordingly. 7. NOTICE TO PROCEED No work, services, material, or equipment shall be performed or furnished under this Agreement unless and until a Notice to Proceed has been given to the CONTRACTOR by CITY. CITY does not warrant that the work will be available on the date the Notice to Proceed is. issued. In event of a delay in commencement of the work due to unavailability of the job site, for any reason, relief to the CONTRACTOR shall be limited to a time extension equal to the delay due to such unavailability. 8. BONDS CONTRACTOR shall, prior to entering upon the performance of this Agreement, furnish the following three bonds approved by the City Attorney: One in the amount of one hundred percent of the contract price to guarantee the CONTRACTOR's faithful performance of the work;.one in the amount of one hundred percent of the contract price to warrant such performance for a period of one (1) year after CITY's acceptance thereof; and one in the amount of one hundred percent of the contract price -to guarantee payment.of all claims for labor and materials furnished. 9. WARRANTIES The CONTRACTOR unconditionally guarantees all work done under this Agreement including, but not limited to, any workmanship, installation, fabrication, material or 01 agree/weeger/1/19/01 structural facilities constructed. CONTRACTOR, within ten (10) days after notice by CITY of any defect in the work, shall have the option to make appropriate repairs or replace the defective item or items. Upon expiration of such ten- (10) day period, CITY may then make appropriate repair or replacement at CONTRACTOR's risk and expense. 10. - INDEPENDENT CONTRACTOR It is understood and agreed that the CONTRACTOR is, and shall be, acting at all times hereunder as an independent contractor and not and employee of CITY. CONTRACTOR shall secure at its expense, and be responsible for any and all payment of all taxes, social security, state disability insurance compensation, unemployment compensation and other payroll deductions for CONTRACTOR and its officers, -'agents and employees and all business licenses, if any, in connection with the PROJECT. 11. LIQUIDATED DAMAGES/DELAYS It is agreed by the parties hereto that in case the total work called for hereunder is'not in all parts and requirements finished or completed within the number of calendar days as set forth herein, damage.will. be sustained by CITY; and that it is, and would be, impractical and extremely difficult to_ ascertain. and determine the actual damage which CITY would sustain in. the event of and by reason of such delay; it is, therefore, agreed that CONTRACTOR will pay to CITY, as liquidated damages and not as a penalty, the sum of Six Hundred Dollars ($600.00) per day for each and every working day's delay in completing the work in excess of the number of working/calendar days set forth herein, which represents a reasonable endeavor by the parties hereto -to estimate a fair compensation for the foreseeable losses CITY would sustain in the event of and by reason of such delay; and CONTRACTOR agrees to pay said damages herein provided, and further agrees that CITY may deduct the amount thereof from any monies due or that may become due to CONTRACTOR hereunder. 01 agree/weeger/1 /19/01 6 CONTRACTOR will be granted an extension of time and will not be assessed damages for any portion of the delay in completion of the work due to unforeseeable causes beyond the control and without the fault or negligence of CONTRACTOR, including, but not restricted to, acts of God or of the public enemy, fire, floods, epidemics, quarantine restrictions, strikes, unsuitable weather, or delays or subcontractors due to such causes. CONTRACTOR shall, within fifteen (15) days from the beginning of any such delay (unless the DPW. shall grant -a further period of time prior to the date of final settlement of the Agreement), notify the DPW in writing of the cause of the delay and CITY shall extend the time for completing the work if, in its judgment, the findings of fact thereon justify the delay; and the decision of the DPW shall be conclusive on the parties hereto. Should CONTRACTOR be delayed in the prosecution or completion of the work by the act, neglect or default of CITY, or should CONTRACTOR be delayed waiting for materials required by this Agreement to be furnished to CITY, or by damage caused by fire or other casualty at the job site for -which CONTRACTOR is not responsible, or.by- the combined action of the -workers, in nowise. caused by or resulting from default or collusion.on,the.part of.. CONTRACTOR;.or in the.event_of.a lockout by. CITY,. then.:the-ti me. herein fixed for the completion of the work shall be extended by the number of days the CONTRACTOR has thus been delayed, but no allowance or extension shall be made unless a claim therefor is presented in writing to CITY within fifteen (.15) days of the commencement of such delay. No claims for additional compensation or damages for delays, irrespective of the cause thereof, and including .without, limitation the -furnishing of material by CITY or delays by .other contractors. or:subcontractors; will be:allowed and said extension of time for completion shall be -the sole remedy -of CONTRACTOR.- 01 agree/weeger/1 /19/01 12. DIFFERING SITE CONDITIONS (1) Notice: The CONTRACTOR shall promptly, and before such conditions are disturbed, notify the DPW in writing of: (a) Subsurface or latent physical conditions at the job site differing materially from those indicated in this Agreement or the Contract Documents; or (b) Unknown physical conditions at the job site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent to work of the character to be performed under this Agreement. The DPW shall promptly investigate the conditions and if it finds that such conditions do materially so differ and cause an increase or decrease in the time required for performance of any part of the work under this Agreement, whether or not changed as a result of such conditions, an equitable adjustment shall be made and the Agreement modified in writing accordingly; (2) Time Extension: No claim of the CONTRACTOR under -this Section shall be allowed unless the CONTRACTOR has given the notice required hereunder, provided, however, the:time prescribed therefor may be extended by CITY. 13.. ' - VARIATIONS IN ESTIMATED QUANTITIES ... . The quantities listed in the bid schedule will not govern final payment.. Payment to the CONTRACTOR will be made only for the actual quantities of contract items used in construction of the PROJECT, in accordance with the plans and specifications. Upon completion-of..the-PROJECT,.if the actual quantities used are either more than or less than the quantities:.listedJn-the:bid schedule; the bid price shall prevail subject. -to the provisions of this . section. The DPW:may, at its sole�discretion, when.warranted by the .facts and circumstances, -order-an equitable adjustment; -upwards or.downwards;-in=payment to the CONTRACTOR where the actual quantities used in construction of the PROJECT are in variation to the quantities listed in the bid schedule. No claim by CONTRACTOR for an equitable adjustment in 01 agree/weeger/1 /19/01 8 price or time for completion shall be allowed if asserted after final payment under this Agreement. If the quantity variation is such as to cause an increase in the time necessary for completion, the DPW shall ascertain the facts and circumstances and make such adjustment for extending the completion date as in its judgment the findings warrant. 14. PROGRESS PAYMENTS Each month the DPW will make an estimate -in writing of the work performed by .CONTRACTOR and the value thereof. From each progress estimate, ten percent (10%) will be deducted and retained by CITY and the remainder, less the amount of all previous payments since commencement of the work, will be paid to CONTRACTOR. When CONTRACTOR has, in the judgment of the DPW, faithfully executed fifty percent (50%) or more -of the value of the work as determined from the bid schedule, and if the DPW finds that satisfactory progress has•been and is being made, the CONTRACTOR may be paid such sum as will, bring the payments of :each month. up to one -hundred percent (100%) of the value of the work completed since -the commencement -of the -PROJECT, as determined by DPW, less.all previous payments and less all previous retained amounts. The final payment, if unencumbered ,ror. any. part thereof unencumbered, shall be made. thirty-five. (35) days after the acceptance of the work and the filing of a Notice of Completion by CITY. Payments shall be made on demands drawn in the manner required by law, each payment to be accompanied by a certificate signed by the DPW, affirming that the work for which payment is demanded has been performed in accordance with the terms of the Agreement and that the amount stated int. certificate is due -under the terms,of the -Agreement. Partial payments on the=contractprice--- shall not be considered as a acceptance -of any part of the work. 15. WITHHELD CONTRACT FUNDS, SUBSTITUTION OF SECURITIES At the request and expense of CONTRACTOR, who shall retain beneficial ownership and receive interest, if any thereon, CITY shall permit the substitution and deposit 01 agree/weeger/1 /19/01 9 therewith of securities equivalent to the amount of any monies withheld by CITY to ensure performance under the terms of this Agreement. 16. AFFIDAVITS OF SATISFACTION OF CLAIMS After the completion of the work contemplated by this Agreement, CONTRACTOR shall file with the DPW its affidavit stating that all workers and, persons employed, all firms supplying -materials and all subcontractors upon PROJECT have been paid in full and that there are no claims outstanding against PROJECT for either labor or material, except certain items, if any, to be set forth in an affidavit covering disputed claims, or items in connection with Notices to Withhold which have been filed under the provisions of the statutes of the State of California. 17. WAIVER OF CLAIMS The acceptance by CONTRACTOR of the payment of the final certificate shall constitute a waiver of all claims against CITY under or-arising.out of -this Agreement. 18. INDEMNIFICATION, DEFENSE, HOLD HARMLESS CONTRACTOR hereby agrees to protect, defend, indemnify and hold and save harmless CITY, its.officers; and employees. against. any and all liability, claims, judgments, costs and demands, however caused, including those resulting from death or injury to CONTRACTOR's employees and damage to CONTRACTOR's property, arising directly or indirectly out of the obligations or operations herein undertaken by CONTRACTOR, caused in whole or in part by any negligent act or omission of the CONTRACTOR, and subcontractors, anyone directly or indirectly employed by any of -them or anyone for whose acts any of them may be liable,. including but not limited to concurrent active or passive negligence except where caused by the,active negligence, sole negligence, or willful -misconduct of CITY. CONTRACTOR will conduct all defense at its sole cost and expense. 01 agree/weeger/1 /19/01 10 19. WORKERS' COMPENSATION INSURANCE Pursuant to California Labor Code section 1861, CONTRACTOR acknowledges awareness of section 3700 et seq. of said Code, which requires every employer to.be insured against liability for workers' compensation; -CONTRACTOR covenants that it will comply with such provisions prior to commencing performance of the work hereunder. CONTRACTOR. shall maintain workers' compensation insurance in an amount of not less than One Hundred Thousand Dollars ($100,000) bodily injury by accident, each occurrence, One Hundred Thousand Dollars ($100,000) bodily injury by disease, each employee, Two Hundred Fifty Thousand Dollars ($250,000) bodily injury by disease, policy limit. CONTRACTOR shall require all subcontractors to provide such workers' compensation insurance for all of the subcontractors' employees. CONTRACTOR shall furnish to CITY a certificate of waiver of subrogation under the terms of the workers' compensation insurance and CONTRACTOR shall: similarly: require all subcontractors to waive subrogation.. 20. INSURANCE In addition to the .workers' compensation -insurance and CONTRACTOR's covenant: to. indemnify- CITY,. CONTRACTOR shall obtain -and furnish .to-,CITY,.a policy of general public liability insurance, including motor vehicle coverage covering the PROJECT. Said policy shall indemnify CONTRACTOR, its officers, agents and employees, while acting within the scope of their duties,.against any and all claims of arising out of or in connection with the PROJECT, and shall provide coverage in not less than the following amount: combined single limit.bodily injury and property damage, including products/completed operations liability and blanket contractual liability, of $1,000,000 per occurrence. If coverage is provided under a form which includes a: designated general aggregate: limit, the aggregate limit must be no less than $1,000,000. Said policy shall name CITY, its officers, and employees as Additional Insureds, and shall specifically provide that any other insurance coverage which may be 01 agree/weeger/1/19/01 11 applicable to the PROJECT shall be deemed excess coverage and that CONTRACTOR's insurance shall be primary. Under no circumstances shall said above -mentioned insurance contain a self -insured retention, or a "deductible" or any other similar form of limitation on the required coverage. 21. CERTIFICATES --OF INSURANCE: ADDITIONAL INSURED ENDORSEMENTS Prior -to commencing performance of the work hereunder, CONTRACTOR shall furnish to CITY certificates of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverages as required by this Agreement; said certificates shall: provide the name and policy number of each carrier and policy; 2. shall state that the policy is currently in force; 3. shall promise to provide that such policies will not be canceled or modified without thirty (30) days' prior written notice of CITY; and 4. shall state -as follows: "The above -detailed coverage is not subject to any deductible or self -insured retention, or any other form of similar -type limitation." CONTRACTOR shall maintain the foregoing insurance, coverages..in.force: until - the work under this Agreement is fully completed and accepted by CITY. The requirement for carrying the foregoing insurance coverages shall not derogate from the provisions for indemnification of CITY by CONTRACTOR under the Agreement. CITY or its representative shall at all times•have the right to demand the original or a copy of all said policies of insurance. CONTRACTOR shall pay, in a prompt and timely manner, the premiums on all insurance hereinabove required. A separate copy of the additional insured endorsement to each of CONTRACTOR's insurance policies, naming the CITY, its officers and employees as Additional Insureds shall be provided to the City Attorney for approval prior to any payment hereunder. 01 agree/weeger/1 /19/01 12 22. DEFAULT AND TERMINATION If CONTRACTOR fails or refused to prosecute the work hereunder with diligence, or fails to complete the work within the time specified, or is adjudged a bankrupt or makes an assignment for the benefit of creditors or becomes insolvent, or violates any provision of this.Agreement or the contract documents, CITY may give notice in writing of its intention to terminate this -Agreement. Unless the violation is cured within ten (10) days after such Notice of Intention has been served on CONTRACTOR, CITY may, without prejudice to any other remedy it may have, terminate this Agreement upon the expiration of that time. Upon such default by CONTRACTOR, CITY may elect not to terminate this Agreement; in such event CITY may make good the deficiency in which the default consists and deduct the resulting costs from the progress payments then or to become due to CONTRACTOR. 23. DISPOSITION OF PLANS, ESTIMATES AND OTHER DOCUMENTS CONTRACTOR agrees that upon completion of the work to be performed hereunder, or upon earlier termination of this Agreement, all original plans,. specifications, drawings, reports,..calculations,.maps. and other documents pertaining to this Agreement shall be delivered:to CITY and. become: its sole,property. at.no further. cost. 24. NON -ASSIGNABILITY CONTRACTOR shall not sell, assign, transfer, convey or encumber this Agreement, or. any part hereof, or any right or duty created herein, without the prior written consent of CITY and the surety. 25. CITY EMPLOYEES AND OFFICIALS CONTRACTOR shall employ no CITY official nor. any regular CITY employee in the work performed pursuant to this Agreement.- No officer or employee of CITY shall have any financial interest in this Agreement in violation of California Government Code sections 1090 et seq. 01 agree/weeger/1 /19/01 13 26. STOP NOTICES: RECOVERY OF ADMINISTRATIVE COSTS CITY shall be entitled to reasonable administrative costs and necessary disbursements arising out of the processing of Stop Notices, Notices to Withhold, or any similar legal document. Said obligation shall be provided for in the labor and materials payment bond required of CONTRACTOR. CITY may charge an administrative fee of One Hundred Dollars ($100) for every Stop Notice filed in excess of two, regardless of whether or not CITY is named in an action to enforce such stop notices. CITY may set off any unreimbursed cost or expense so incurred against any sum or sums owed by CITY to CONTRACTOR under this Agreement. 27. NOTICES All notices required or permitted hereunder shall be delivered in person or by registered or certified mail to an authorized representative of the party to whom delivery is to be made, at the place of business of such party, or to any other place designated in writing by such party. 28. CAPTIONS Captions of the section of this Agreement are for convenience and reference only, and the words, contained. therein shalLin no.way be held. to explain;modify,.amplify:or aid in the interpretation, construction or meaning of the provisions of this Agreement. 29. IMMIGRATION CONTRACTOR shall be responsible for full compliance with the immigration and naturalization laws of the -United States: -and shall, in particular, -comply with the provisions_ of U.S.C. Section 1324a regarding employment verification. 30. LEGAL SERVICES SUBCONTRACTING PROHIBITED CONTRACTOR and CITY agree that CITY is not liable for payment of any subcontractor work involving legal services, and that such legal services are expressly outside the scope of services contemplated hereunder. CONTRACTOR understands that pursuant to 01 agree/weeger/1 /19/01 14 Huntington Beach City Charter Section 309, the City Attorney is the exclusive legal counsel for CITY; and CITY shall not be liable for payment of any legal services expenses incurred by CONTRACTOR. 31. ATTORNEY'S FEES In the event suit is brought by either party to enforce the terms and provisions of this agreement or to secure the performance hereof, each party shall bear its own attorney's fees. 32. ENTIRETY The foregoing, and Exhibit "A," attached hereto, set forth the entire Agreement between the .parties. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized offices the day, month and year first above written. WEEGER BROTHERS, INC. �•a9•o� By: Mar eger, Pre AND By: 0. 9fegffry J. Wa6ger, Secre ry REVIEWED AND APPROVED: Q CitKAdministrator CITY OF HUNTINGTON BEACH, a municipal corporation of the State of California May r. ATTEST: dw---Ze �v City Clerk APPROVED AS TO FORM: f z / 0 `� f71 � City Attorney d f 6 r /NTI77Ep AND APP50)VED: Director of Public Vqv-K-s 01 agree/weeger/1 /19/01 15 CITY FUNDED CONSTRUCTION CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND WEEGER BROTHER, INC. FOR CONSTRUCTION OF THE BEACH MAINTENANCE FACILITY (CC NO. 812) TABLE OF CONTENTS Page No. 1. STATE OF WORK; ACCEPTANCE OF RISK 1 2. ACCEPTANCE OF CONDITIONS OF WORK; PLANS 2 3. COMPENSATION 3 4. COMMENCEMENT OF PROJECT 3 5. TIME OF THE ESSENCE 4 6. CHANGES 4 7. NOTICE TO PROCEED 5 8. BONDS 5 9. WARRANTIES 5 10. INDEPENDENT CONTRACTOR 6 11. LIQUIDATED DAMAGES/DELAYS 6 12. DIFFERING SITE CONDITIONS 8 13. VARIATIONS IN ESTIMATED QUANTITIES 8 14. PROGRESS PAYMENTS 9 15. WITHHELD CONTRACT FUNDS, SUBSTITUTION OF SECURITIES 9 16. AFFIDAVITS OF SATISFACTION OF CLAIMS 10 17. WAIVER OF CLAIMS 10 18. INDEMNIFICATION, DEFENSE, HOLD HARMLESS 10 19. WORKERS' COMPENSATION INSURANCE 11 20. INSURANCE 11 21. CERTIFICATES OF INSURANCE; ADDITIONAL INSURED 12 22. DEFAULT & TERMINATION - . 13 23. DISPOSITION OF PLANS, ESTIMATES AND OTHER 13 24. NON -ASSIGNABILITY 13 25. CITY EMPLOYEES AND OFFICIALS 13 26. STOP NOTICES 14 27. NOTICES 14 28. CAPTIONS 14 29. IMMIGRATION 14 30. LEGAL SERVICES SUBCONTRACTING PROHIBITED 14 31. ATTORNEY'S FEES 15 32. ENTIRETY 15 SECTION C PROPOSAL for the BEACH MAINTENANCE FACILITY at 8669 Edison Avenue CASH CONTRACT No. 812 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 thereinto 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 the selected working day schedule, 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-1R weeqp- If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null. and void. Accompanying this proposal of bid, find BID BOND in the amount of $10% Bid Amount which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond", as the case may be). Bidder shall signify receipt of all Addenda here, if any: C-2R PROJECT BID SCHEDULE BEACH MAINTENANCE FACILITY 8669 Edison Avenue Huntington Beach, CA 92648 CASH CONTRACT No. 812 TOTAL AMOUNT LUMP SUM BID IN FIGURES: $ TOTAL AMOUNT LUMP SUM BID IN WORDS: G� C-3R 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 (by percentage of the total bid) of the work to be done by such subcontractor. 2.2 . 23: 24. 25. 26. 27. 28. 29. 30. Portion Name of Subcontractor and Address t State License :_Class of;Work ., �/ N ; umber Sheet Metal «d�✓,c� z J,. ,a I/ Window/Glass05. rL4 sf Lq y6,ea A.,; 6 5 (; 316 3 Painting .)'79 r GL • " odd 5`17 q- Chain Link %� ✓rP ,d'l-4 Land. /Irrig �,., J3PL'7— A N --a H i Pi+-t S'2 C '5 S-r BarJ T%LTl peti,--ic cA 7a C93e.00 el Pump Ccver L i 'NG GCS el Disp. E vs. 1.I S elz d p, A4'-1�z'.Ji All3 7S8 By submission of this proposal, the Bidder certifies: 1. That he is. able to and will perform the balance of all work that 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. 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 (by percentage of the total bid) of the work to be done by such subcontractor. 01. 02. 03. 04. 05. 06. 07. 08. 09. 10. 11. 12. 13. 14. 15. Bldg. Concrete Site Concrete Reinf. . Steel M VL4 A,, 667vi . - n f P/ Asp. ing IVC 'C ,-- Door/Hard. Masonry Jr2rS4p G vl a •� f>�►t�i rl��, ,562 3 4' 44 Fire Sprink XGl1e 0 7 3 // Site Plumb. TLqS Li vGl "vim h W 7.1 -S Bldg Plumb. A R- G y e:;. .Z S 7 G HVAC /f 4 X? 7 -7?7 41G Electrical 4:�;/GPnt-r—j v5 5-0,/ Gyp. Board M e A,/k Ae ,f a n ,v4 (o By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work that 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-4R ' LIST OF VENDORS All bidders are required to furnish the following information relative to the vendors that he/she proposes to use. Name of Vendor Address of Office and Telephone 7 :pe of Matenal or Product 'Number an"d Model(s} Nuinber(s) NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of Orange Mark T. Weeger , being first duly sworn, deposes and says that he or she is President ofWeeger Bros., Incthe 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. Weeger Bros., Inc. Name of Bidder SignK ure of Bidder---' 2124 Main' -St., Suite CIM� Huntington Beach,CA 92648 Address of Bidder Subscribed and sworn to before me this 03 day of Jan. , 20 01 NOTARY PUBLIC Q— Dawn Roda NOTARYSEAL DAWN RODA rd rl COMM./11/0151 �A O Nomy Pusuc -C ' ORANGE COMFY C-6R My Comm E�ires May 17.2001 r UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON.BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as BEACH MAINTENANCE FACILITY, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements. The undersigned. further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may. be retained or employed by the undersigned, and that the undersigned -shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Date: January 3, 2001 Weeger Bros., Inc. Contractor President Title C-7R 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 [ x J 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-8R COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sigri the following certificate: I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Weeger Bros.,.Inc. Contractor B Mark eege (--"Ooel President Title Date: January 03, 2001 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Weeger Bros., Inc. Bidder Name 2124 Main Street, Suite 146 Business Address Huntington Beach, CA 92648 (714 ) 536-3854 Telephone Number 417715 A, B, C5, C8, C12, ASB State Contractor's License No. and Class 02/03/1982 Original Date Issued 02/28/2002 Expiration Date The work site was inspected by November 09 , 2000 . The bidder represents that he/ Gregory J. Weeger of our office on The following are -persons, firms, and corporations having a principal interest in this proposal: .Mark-T. Weeger, President.. Gregory J.. Weeger, Secretary C-11R r The undersigned are prepared to satisfy the Council of the City of Huntington Beach of their ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. Weeger Bros., Inc. Company Name Sign a Bn Mark T. Weeger Printed or Typed Signature 2124 Main Street, Suite 146, Huntington Beach, CA 92648 Address of Bidder ( 714 ) 536-3854 Telephone Number Subscribed and sworn to- before me this NOTARY PUBLIC 0 Dawn Roda 03 day of January 2001. C-12R 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 three years: 1 City of Huntington Beach, 2000 Main St, Huntington Beach, CA 92648 Name and Address Name of Project Manager: Eric Charlonne Telephone No. of Project Manager: ( 714) 5 3 6 - 5 4 31 $2,574,995 Fire Station No. 6 Nov. 3, 2000 Contract Amount Type of Work Date Completed 2. 3. Capistrano U.S.D., 32972 Calle Perfecto, San Juan Capo, CA 92675 Name and Address Name of Project Manager: Mark Bauer Telephone No. of Project Manager: ( 9 4 9 ) 489-7000 $6,284,394 Kinoshita Elem. School Sept. 8, 2000 Contract Amount Type of Work Date Completed Huntington Beach City S.D., 20451 Craimer Ln., Hunt. Beach, CA 9264E Name and Address Name of Project Manager: Frank Blonska Telephone No. of Project Manager: • ( 714 ) 964-8888 $6,969,793 Seacliff Elem. School Nov. 23,1999 Contract Amount Type of Work Date Completed CHIN 11/08/2000 15:25 FAX l (a 001 CONSTRUCTION .OF THE BEACH MAINTENANCE FACILITY Cash Contract 812 City of Huntington Beach ADDENDUM NUMBER 1 November 8, 2000 Notice To All Bidders: This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Please note the following clarifications and revisions to the project specifications and plans: • Contractor's attention is directed to Section 02315, Part 1 A.B. Delete section B in its entirety and replace with the following: Grading Subcontractor's Qualifications: Contractor shall engage a subcontractor to perform earthwork who has the following minimum qualifications: 1. Minimum of 3 years experience performing excavation, backfilling, compaction and grading operations on projects for public agencies under specifications according to Standard Specifications for Public Works Construction ("Green Book"). Minimum number of projects shall be six (6). 2. Minimum of 5 years experience performing excavation, backfilling, compaction and grading operations on projects of comparable scale and complexity to that required for the work under the Contract. Minimum number of projects shall be six (6). 3. Minimum of 5 years experience performing excavation, backfilling, compaction and grading operation on projects located within one mile of ocean or bay shoreline with comparable ground water conditions. Minimum number of projects shall be five (5). Addendum 1, CC-1099, August 27,1999, page 1 of 2 G:\Canstriclion Ccntracts (CCs)\CC812\CORRESP\Other\Addcnduml.doc 11/08/2000 15:25 FAX 0002 The Contractor shall substantiate the above performance on the attached forms (pages C-14 through C-16) and include it with the sealed. bid. All bidders shall acknowledge the receipt of this addendum with. their bid proposal. These revisions do not change the project cost estimate nor the Bid Opening dafie/time for this project. Mark P. Uphus, P.E. Associate Civil Engineer Bidder Acknowledge: Weeger Bros., Inc. 1/3/01 Company. Name By ege Date Addendum 1, CC-1099, August 27, 1999, page 2 of 2 GAConstrucdon Controcts(CCs)\CC812\CORRESY\Other\Addenduml.doc :-17-2000 10:58 HUNTINGTON BEACH 714 374 1573 P.01/02 City of Huntington Beach Public Works Department . 2000.Main Street Tel. (7.14) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER TWO For Beach Maintenance Facility CC- 812 November 17, 2000 Notice To All Bidders: This addendum. Is hereby made a part of the contract documents to the some extent as though it were originally included .therein. Please note the following clarifications and revisions to the project specifications and plans: • The Bid opening date for this project Is hereby revised to 2:00 PM December 12, 2000. • Contractor's attention is directed to sheet A-1 of the plans that show a fueling facility as a part of this project. Although it is not stated on the electrical plans, the contractor is reminded that all electrical work for the fueling facility is Class. 1, Division 1 as required by the National Electrical Code. • Contractor's attention is directed to Appendix A. the second 11 " x 17" page entitled OPTION 1 - SEAL OFFS of the project specifications. The annotation on the radius line from the Abandoned Oil Well to the circumference :of the Class i, Division II circle reads "RADIUS VARIES PER H6FD - SEE PLAN, TYPICALLY 10' OR 100"'. By this addendum, the annotation is revised to read "RADIUS = 100"'. Addendum 2, CC-812, November 17, 2000, page 1 of 2 G:\Cortsiniclion Contracts(CCs)\CC912\CORRESP\Other\Addendum2.doc 17-2000 10:58 HU TINGTON BEACH 714 374 1573 P.02i02 • Contractor is . hereby notified that copies . of the three soils reports that were used in preparation -of the contract documents. are available at the City Public Works counter at no charge to plan holders beginning November 15, 2000. • Contractor's attention is directed to SECTION 02315, EXCAVATION, BACKFILLING AND COMPACTING of the project specifications. Part 2, 2.2 FILL MATERIALS, Paragraph A is herewith deleted and the following is inserted in its place: A. Fill Materials: All fill materials shall be approved by the City's geotechnical engineering consultant. The on -site material may be used as long as it meets the geotechnical requirements under section 2.1.B.2 above and points 1 through 4 below. All bidders shall acknowledge the receipt of this addendum with their bid proposal. These revisions do not change the project cost estimate. Mark P. Uphus, P.E. Associate Civil Engineer MPU:jm Bidder Acknowledgement: Weeger Bros., Inc. Company Name Addendum 2, CC-812, November 17, 2000, page 2 of 2 GAConshudion Conlfach(CCs)\CC812\CORRBP\Ofher\Addendum2.doe W TOTAI . P. KI 00 City of Huntington Beach EC 40 Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER THREE For Beach Maintenance Facility CC- 812 December 1, 2000 Notice To All Bidders:. . This addendum is hereby 1made a part of the contract documents to the same extent as though it were originally included therein. Please note the following clarifications and revisions to the project specifications and plans: l . Replace plan sheets M-1, M-2, T-24 and E-7 with attached sheets M- 1 R, M-2R, T-24R and E-7R. 2. Refer ' to sheet M-2R for location of mechanical equipment and provide conduit and wire from panel PB to each unit as called for in "ELECTRICAL DETAILS FOR INSTALLATION OF MECHANICAL EQUIRMENT on attached Sheet A.1, and shown on revised PANEL "PB" schedule on attached Sheet A.3. 3. Refer to sheet E-1 of the project plans. a. Delete EXISTING TELE. CO. SERVICE PULL BOX - and associated conduit routing from the plan. b. Delete EXISTING UTILITY CO. SERVICE VAULT and associated . conduit routing from the plan. c. Delete the pad -mounted transformer from the plan. d. Install two 4" diameter schedule 40 PVC electrical conduits and two 2" diameter schedule 40 PVC telephone conduit from Addendum 3, CC-812, December 1, 2000, page 1 of 4 G:\Construction Contracts (CCs)\CC812\CORRESP\Other\Addendum3.doc existing power pole #9036, 241 L10, I/P 1836754E. The risers for each of the conduits shall be schedule 80 PVC. The pole is Located on the West Side of the adjacent SCE property. Contractor shall excavate the trench, install conduits and backfiil the trench in accordance with attached sheet A.7. 4. Refer to project plan sheet E-4. a. Panel Schedules: Revise Panel "A" per attached page A.2. Revise Panel "PB" per attached page A.3. Add Panel "AC" per attached page A.4. b. Replace the PARTIAL SINGLE LINE DIAGRAM on plan sheet E-4 with the Single Line Diagram on attached page A.5. c. New Panel "AC" shall be configured as follows: 1. It shall contain an isolated ground bus and an isolated neutral bus. 2. A dedicated grounding conductor must be installed from the Main Electric Service Panel to the isolated ground bus. This grounding conductor shall be a #2 AWG copper. It must run in the same conduit with the phase and neutral conductors and be insulated and continuous with no splices. 3. Circuit breakers that feed the Meridian equipment shall be identified and labeled in accordance with the specifications. 4. The circuit breakers shall be equipped with lock out provisions. 5. A #6 AWG insulated system ground conductor shall be installed from the isolated ground bus in the AC service panel to the area where the Option 11 cabinet is to be installed. The Option 11 cabinet will be furnished and installed by the Owner. 5. Refer to project plan sheet E-6, Power/Telephone Plan. Add identification for the panels in the electrical room (# 113) as follows: a. West wall - Panel "PB" b. North wall Panel "A" c. North wall - (Cross -hatched 'on plan sheet) Main Switchboard. See single line diagram on Sheet E-4 as modified by Item 4.b above. d. South wall - 4'x 8' x 3/a" plywood telephone backboard. Route one 4" C.O. (with pull rope) from Telephone Backboard to existing Incoming Service Point. Ground per NEC and telephone company requirements. Addendum 3, CC-812, December 1, 2000, page 2 of 4. G:\Construction Contracts (CCs)\CC812\CORRESP\Other\Addendum3.doc 6. Refer to project plan sheet E-5, Lighting Plan. Revise circuit A-41 feeding three "D" exterior fixtures above the garage doors to "MECHANIC SHOP" to read circuit A-42. 7. Refer to.project plan sheet E-3, Fixture Schedule. The type "B" fixture shall be Lithonia Canopy Die -Cast Curoff, Drop Lens Fixture. "Catalog No. KACM 400M-DPA-120-TC-PE, color: white" or approved equal. 8. Exterior lights shall be controlled with a lighting control relay, photo cell "ON", time clock "OFF" per drawing on attached page A-6. 9. Refer to the Pole Base Detail on project plan sheet E-l. Delete the top two notes on the left side of the detail that say, "20' tall painted straight steel pole," and "Color shall be selected by architect." Insert the following in their place: "16' tall Ameron 1 C1 #16N4 concrete pole." 10. Refer to the Lighting Fixture Schedule on project plan, sheet E-3. Revise the Manufacturer of Fixture "A" to Kim and revise the Description to read as follows: "23-inch square mounted high- pressure sodium lighting fixture mounted on a 16' H Ameron pole 1C1#16N4." 11. The attached page entitled "GTE TELEPHONE OPERATIONS" is hereby incorporated into the project specifications. 12. Refer 'to project plan sheet A-11. The handrails indicated by Note 139 shall be painted standard steel rails as indicated on sheet D-3 of the project plans, Details 4, 5 and 6. 13. Refer to the project specifications, Section 07191, Fluid Applied Gas Barrier. Revise item 1.l .A to read as follows: "Gas vapor barrier under building providing protection from the following gases:" 14. Refer to the project specifications, Section 07411, Manufactured Metal Roofing System. A. The manufactured roof system and metal siding shall be bare galvanized finish. B. Metal roof underlayment shall be both Vycor ultra and #30 asphalt felt underlayment as per Section 07411, paragraph 3.2. Addendum 3, CC-812, December 1, 2000, page 3 of 4. G:\Constniction Contracts (CCs)\CC812\CORRESP\Other\Addendum3.doc .15. Refer to the project specifications, Section_ 07461. The finish on the metal siding shall be bare galvanized. 16. Refer to project plan sheet A-3. Ridgelines in the metal roofing are shown in two locations on the plan. The attached sheet entitled Flashing Details is hereby. incorporated into the contract. documents for constructing the ridgelines and other applicable metal roofing and siding details. 17. Refer to project plan sheet A-4. The plan shows downspouts terminating from the second story roof terminating at the first story roof. Contractor shall furnish and install pre -cast concrete splash blocks on the built-up first story roof where downspouts terminate. 18. Refer to project plan sheet D-1, Detail 4, Down Drain. The bottom- most note stating "Pre -cast splash block, not required @ concrete paving (U.N.O.)" is hereby deleted from the detail. All bidders shall acknowledge the receipt of this addendum with their bid proposal. These revisions do not change the project cost estimate. Mark .P. Uphus, P.E. Associate, Civil Engineer MPU:jm Bidder Acknowledgement: Wee ger Bros,.Inc. 1/3/01 Company Name By rk W eger Date Addendum 3, CC-812, December 1, 2000, page 4 of 4 GAConstruction Contracts (CCs)\CC812\CORRESP\Other\Addendum3.doc City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER FOUR For Beach Maintenance Facility CC- 812 December 21, 2000 Notice To All Bidders: This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Please note the. following clarifications and revisions to the project specifications and plans: 1. Contractor's attention is directed to Section C, Proposal of the specifications and Addendum #1 for this project. Three forms were attached to Addendum # 1 and given page numbers C-14, C-15 and C-16. All of Section C, . pages C-1 through C-16 is hereby replaced by attached Section C, pages C-1 R through C-16R. Bids submitted on forms other than pages C-1 R through C-16R will be considered non -responsive. 2. Contractor's attention is directed to the specifications, Section 8 of the General Provisions, Part 8-2.2. Add the following requirement: Contractor shall provide two (2) new, mobile, wireless, .2-way, hand-held communication devices programmed to allow operation on a unique, separate channel frequency. Each unit shall have the capability of long range transmission (1/2 mile minimum), and include a charging unit and one (1) extra battery. 3. The requirement to attend a mandatory pre -bid meeting is hereby withdrawn. However, this does not relieve the bidder from a job site Addendum 4, CC-812, December 21, 2000, page 1 of 3 G:\Construction Contracts (CCs)\CC812\CORRESP\Other\Addenda\Addendum4.doc y 0 0 inspection of the work site pursuant to Section C — Proposal; specifically sheet C-10. 4. Contractor's attention is directed to the project specifications, Section 13250•FUEL. STORAGE AND DISPENSING SYSTEM, Part. 2.1.C., Petroleum Fuel Storage and Dispensing System Components. The following fuel storage and dispensing system components shall be furnished and installed by the contractor: OPW Part Number Description & Application 6521 B-16Mobil-W Powder coated dual port fill end manhole cover with inspection port. Manhole cover for regular unleaded UST fill end sump. 6521 L-16Mobil-Y Powder coated dual port fill end manhole cover with inspection port. Manhole cover for diesel fuel UST fill end sump. 44CD-BD10 44" Diameter Conquistador Duratuff composite manhole cover. Lightweight composite manhole cover for unleaded and diesel UST turbine end sumps. _ 5. Contractor's attention is directed to the project specifications Section 04822 REINFORCED CONCRETE UNIT MASONRY, Part 2.1.E.,. Faces and Colors. The words "with burnished finish" are hereby deleted from the requirements. 6. The City of Huntington Beach presently owns and operates an air compressor at the Beach Maintenance yard on Beach Boulevard. The City will disconnect, remove and transport the compressor to new facility at 8669 Edison Avenue at a time to be coordinated by the City's construction manager. The gnWractor shall install the compressor in the compressor room No. 11111 per the manufacturer's recommendations and as directed by City's construction manager. The contractor shall provide airtight 3/4" galvanized. plumbing from the compressor to the hose reel location shown on plan sheet P-2. The contractor shall be responsibIpLf.gr installing and making operational, the compressor in room No. I 1 111 . Any and all ancillary items such as wiring and pipe fittings to complete the installation shall bea part of the bid. 7. Refer to project plan sheets A-1 and A-2. Each of the plan sheets shows two vehicle lifts within the Mechanic's Shop. The southerly lift is Addendum 4, CC-812, December 21, 2000, page 2 of 3 G:\Construction Contracts (CCs)\CC8t2\CORRESP\Other\Addenda\Addendum4.doc an aboveground lift that the City of Huntington Beach will furnish and install. The northerly lift shall be a below ground lift as manufactured by Rotary, Model 52Q that is furnished and installed by the contractor. The manufacturer shall approve the supplier and installer of the Rotary Model 52Q lift. The lift shall comply with. the attached specifications for Rotary. Model 52Q.. The installation requires the construction of a "continuous trench" in the concrete floor of the Mechanic's Shop as shown on the attached Rotary Lift drawing. The "continuous trench" shall be waterproofed by the use of the Fluid Applied Gas Barrier specified in Section 07191 of the specifications. The "continuous trench" shall be designed and detailed by the lift supplier and constructed by the contractor. All bidders shall acknowledge the receipt of this addendum with their bid proposal. These revisions do not change the project cost estimate. Mark P. U us, P.E. Associate Civil Engineer MPU: Bidder Acknowledgement: Weeger Bros., Inc. /3/01 Company Name Mark ege Date Addendum 4, CC-812, December 21, 2000, page 3 of 3 GAConstruction Contracts (CCs)\CC812\CORRESP\Other\Addenda\Addendum4.doc BID BOND Conforms with The American Institute of Architects, A.I.A. Document No. A-310 KNOW ALL BY THESE PRESENTS, That we, Weeger Bros., Inc. as Principal, hereinafter called the Principal, and the Travelers Casualty and Surety Company of America , of 21688 Gateway Center Drive, Diamond Bar, CA 91765 , a corporation duly organized under the laws of the State of Connecticut , as Surety, hereinafter called the Surety, are held and firmly bound unto City of Huntington Beach as Obligee, hereinafter called the Obligee, in the sum of Ten Percent of Bid Amount ------------------------------------------------------------ Dollars ($ 10% of Bid Amount ) , for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Cash Contract No. 812, Beach Maintenance Facility 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 3rd day of January 2001 Weeger Bros., Inc. (Seal) /, D Principal Witness Title Travelers Casualty and Surety Company of America Witness { By M J l ` MA E. Shrec eng st Attorney -in -Fact CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles On January. 3, 2001 , before me, Candy M. Coons, Notary Public, personally appeared Mark E. Shreckengast 0 ° ... CANDY M. COONS S ' COMM. #1195631 R ^ ,F NOTARY PUBLIC - CALIFORNIA S LOS ANGELES COUNTY 2 My COM- Expires Sept 5. 2002 0 Place Notary Seal Above 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. WITNE 7 y hand and official seal. Signature of No blic Optional_ Though the information -below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: _ Individual _ Corporate Officer - Title(s): _ Partner --Limited—General X Attorney in Fact. _ Trustee _ Guardian or Conservator Other: Signer is Representing: Number of Pages TRAVELERS r - SUALTY AND SURETY COMPANY OF AMF^TCA TRAY RS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEYS) -IN -FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Candy M. Coons, Mark E. Shreckengast, of Los Angeles, California, their true and lawful Attorneys) -in -Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, .or, if the following line be filled in, within the area there designated the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorneys) -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is.filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting.bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile. signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by. such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which -it is attached. (8-97) 714 871 3009; Jan 3 0. :24PM; Page 2/ Sent By: CWPOSS; .. :.. ..-..•.._.,. .;,,..,o-sc+f�'.W ,..: :,:.. -::.PCaE''.I' . .. 'i E IFK rat:: . P.;lr .. - ': .w y.{.fs - L euarerva .: 1 ryr eCirt9nCYak �s�;[7` . ....: ., .....- . • --: . -1:; .. . . �,,` ;" _ .. ;. !'k'�"" f 3t.... ,. - .............. ...._ . _,. _ _. — �. f d he�rw3 ik1(Q �4M .4t t :: 'l7. -.. .f �. " . .. . .. .:... .. ': , .. .. .. . .. ... ... . .. ... .. .. .. _ ,.:. :. - :.... . . . ........... _.... ....... ..-. . ... ..:-- .. ... 1 Nislepd" .,... .. .. .. ... I ! ... iitLYP.- i� + .a. +�a 1! 'fie-. -. 'T.tift f -'- . �,W _lE(f-.. :;: ::$.::':. . .... — i�da L .,, : 9 _. ::•.::;:.::: -' fl eii [11 tf 5 r.'.::.:: `.-........ . ,. ....... . .rR ... -.. _ - - - ., _... ._ _.. _ .. . .. . _. . .. .: . .. Z ....: . .. .- .. _ _.;:: ; .: € t! aCar+ tia ar t of :_Puh�'i` r~ oj5 .:SAX st, "J" ..GOoItB, Ia.. :'... ' :. N�msat 1.t ,L li.I�ti�5 pt�p jam'` Pi�oi n+dai J. . ... x e i ss ssu rit :: ... .. is i ............ . ..... .:_. - .......:.. .. . ... " ... .,.. .... . ... _....:. . .:.... ���`,��� —{3� ,+�mot{{ ����)lYe ..... .t . '- .>... -- -ry, ., ... . �,.,� yam, y .. ... .., .: ... - .. .. ..... ....... ._.... - " ....... ., ... ...... , v. admen >: f l c d cs, :..5, �..k�.. I[hs .. :9 €3Q :_';::: :. ....:. ... :.._- .. - I4arrsa a y� �jy Y.. ]p/� h +� L1. ` fi.wd �^ _.: �*!+y++.�iq�1•..r'ii+r.rY rd�v/)lR[E:':-:v�1i,.'>ta::ET--.'.:'::"':''...... ..,: _- , . . , .. .. ... .,. . ... . ... _ ::: . Y .....:.....: .. ... .' �lY-� rfi - ,...._. ._.. - --- - .... .. _... 14 Y:;. � ii, lii, . ... "- -.. .. ✓'T: - - - .... .. ,... . ... __.. - : .... ,..- .. ... ... .... .. .. ..... ... r .. , _ ... .. .�y, .. ��fy :..: :: - is ..:. .. .. ,_:. ......... .. . . .- .. +af.�3 r.Y+ i rYiMfw..: - _ ..-:. .. - .: .... _.._ , ..... .. ... ...._... ...... .. ... ......... ..... - l s: .<. Mai itiitl }: f -, : v,.. -., :::. � r o a� . r�C'�a i"; fa::; :' tir r"=A. sa` ,�r....Y . . ....... . _ _ ... _.:..._. - .. !'tc la's P_�aeria Na...: 9 :.. -- ............_ .Y�s..t ._,.,.YYYw:. : _, . ..:..:.. _.: > ...: . .... .. . . ..... .. - ::.::....: . . . _... :... . . ...... .... ::- . .. ". p".AAii ua t Lkpt: .. _ 3 :... ._: , G tyr rbarr�c ... `: QI ve. A *;- Bur6u l! Jc;, : f A ISI{i :......:::.::'::.: '::::-'-::-..:` :..:::::.:.::: ".::. :: `: . ..... _.. . ... .._ :: - N�+e: v . r.1 azer P-1 Ic ; '' = urb ihk �.arnli t::.....=: ;:::::,::::.:::_ ': < :::::::::.:. : ... .. .. . .. ... .... .. v i. -d ..it -ii t-'� Paae�uNQ : $ tq ..... .., .:. .Y .,_ .. . :.. .. _ . -'. ;::. .... "*oslk"v . ... . .. . > . ..... .... .. _. :_ ..... .. _ .. ��i���t������ i�� ��#�� ����yy,�� E a,, � ,.�1..._.p�_�:r�... t�..vy����__� yy yyr�■Y ..� :..:.... - �y -, 1- - //yy i l`YYN i� r:i'i i liiJr �if�.. E �4,. [�': �iC :•'[= 3R'.'�"�'Ii� !'f :' ' ,�"F::f}Y'�.'1!"'e'f....:•.. _.! , ..:I: �. .V: . �.. :: ... . .. ...... ... ... ..... -.'7. :'..:...: .. .; .. .;_:r .' . ... . _.... ....:.. ... .:.. .. t F� may{� . ` .�: ..... . _ :: ealibtso�i�o�C }-#1l_. - ..... -". .. .. Qontii.etlrltntI Cod - ,... .- . ... ;. .. ., ... .. Y: .' . cw ... . .:: _ .. :...:. :' ... ... .. . .... . .. . -. . . _ _. .... . .. . . .... . . .. ....::.. ... _ ....:: . ... 2 C.W. Pdss, Inc. 201. S . Balcom Ave. GRADING CONTRACTOR EXPERIENCE Fullerton, CA 92.832 BEACH MAINTENANCE FACILITY (71 4) 871 —9900 CC-812 Bid Opening January 3, 2001 Provide the information requested below for six (6) clients (projects) for whom the bidder has performed grading of comparable size and complexity (Minimum five (5) years experience on projects of comparable. size and complexity required): 1. Huntington Beach Earthquake, Hilton Pacific Grand Resort Name and Address Name of Project Manager: Z iad Khaled Project Manager's Phone No. ( 71 4) 5 3 6— 8 0 6 0 $4,195,000.00 Dec. 1999 Contract Amount Date completed 2.. Gentosi—WAC, Home Depot, Laguna Hills Name and Address Name of Project Manager: Rich Eagle Project Manager's Phone No.( 71 4) 4 7 4— 2 3 3 3 $2,190,800.00 April 1997 Contract Amount Date completed 3.. Capitol Pacific Homes, Rough Grading Tract 14070,;Newport Beach Name and Address Name of Project Manager: Robin Koenemann Project Manager's Phone No. ( 9 4 9) 6 2 2— 8 4 0 0 $7,028,393.00 Jan. 2000 Contract Amount Date completed 4. S&S Construction, Rough Grading Tracts 10273, 13812 & 13816, Name and Address Newport Beach Name of Project Manager: Dave Hasson Project Manager's Phone No. ( 3 2 3) 6 5 5— 7 3 3 0 $2,364,035.00 July 1999 Contract Amount Date completed 5. Irvine Comm. Develop. Co., Mass Grading, Newport Beach Name and Address Name of Project Manager: Noel Humphries Project Manager's Phone No. ( 8 5 8) 4 8 4— 4 7 7 5 ext . 106 $2,579,525.75 July 1998 Contract Amount Date completed 6. Coto de Caza, Rough Grading, Coto de Caza Name and Address Name of Project Manager: Dick Hess Project Manager's Phone No. ( 310) 6 8 7— 5 0 6 5 $800,000.00 August 1995 Contract Amount Date completed C-15R 1 .C.W. Poss, Inc. 201 S. Balcom Ave. 'Fullerton, CA 92832 (714) 871-9900 / . GRADING CONTRACTOR EXPERIENCE BEACH MAINTENANCE FACILITY CC-812 Bid Opening January 3, 2001 1. Provide the information requested below for five (5) clients (projects) for whom the bidder has performed grading within one mile of ocean or bay shoreline with comparable groundwater conditions (Minimum five (5) years experience performing excavation, backfilling, compaction and grading on projects within one mile of ocean or shoreline with comparable groundwater conditions required). Hilton Pacific Grand Resort, Earthwork, Huntington Beach. Name and Address Name of Project Manager:7,iad Kha 1 ed Project Manager's Phone No. 7( 14 5 3 6 -8 0 6 0 $4,195,000.00 Dec. 1999 Contract Amount Date completed 2. Excavation. for Marina Pacific Mall,. Otto Ray Benedict, Arcadia Name and Address Name of Project Manager: Otto Benedict Project Manager's Phone No. 6 2 6 5 7 4 -1 1 0 3 $82,500.00 OCt. 1983 Contract Amount Date completed 3. 122 Acre Hydraulic Landfill Ground Mod. Contract, San Pedro Name and Address City of Los Angeles, Harbor Dept. Name of Project Manager:'Rruee Seaton Project Manager's Phone No. 2( 13 51 9 - 3 5 2 8 $14,851,000.00 Jan 1991 Contract Amount Date completed 4. Balboa Fun Zone, Demo & Excavation, Balboa Name and Address J.A Jones Construction Co. Name of Project Manager: Ted Stanley Project Manager's Phone No. 714 ) 5 3 8- 0 2 2 4 $47,500.00 Dec. 1985 Contract Amount Date completed Pier 300 Hydraulic Landfill Ground Modif., San Pedro Name and Address City of Los Angeles, Harbor Dept. Name of Project Manager: Bruce Seaton Project Manager's Phone No. 2( 1 3 ) 51 9 -3 5 2 8 $2,181,000.00 Dec. 1991 Contract Amount -Date completed C-16R FEB. 6.2001— 3:12PM—WEEGER BROS INC NO. 324—P.2/3 CORD. CERTIFICPTE OF LIABILITY INSUMANCE OATl(MMIDolrrl ��� _ 02/06/2001 R�ouUME (949)261-5335 FAX�49)261-1911 THIS CERTIFIC TE...4230 p AS A MATTEROF INFORMATION Tutton Insurance Servicaa, Inc. ONLY AND CONFQRSNO1410HTSUPON THE CERTIFICATE 2913 S. Pul lwan St. HOLDER. THIS CORTIFICATE DOE$ NOT AMEND, EXTEND OR ALTER THE COVEERA12E AFFORDED BY THE POLICIES BELOW. SMn 1.M An=, CA 02700 ... —_ INSURERS AFFORDING COVERAGE INSURED Weeger hi-60iers,-InC.w- `- ".. pl'-' INRUPFPA NDya Suru" —s nes Tnf. Co. Z124 Main Street, Suits 146 INy11NI.RN _ Travelers Property Casualty Huntington Beach, CA 92646-6443 INsuRem Frownt Caepensation INw SIU ,IRER " . COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISOUED TO THe 11118URED NAMED ABOVE: FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY RE'OUIREMENT. TERN OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLIMIES DESCRIBED HEREIN 19 SUBJECT TO ALL THC TERMS, tKCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE SEERN REDUCED by PAID CLAIMS. TYPE OF INNUPANC♦: ^ ..�.. POLICY NV11lIE1I p� E -4 -' — LIMITS _ '- PENERAL LIABILITY KZBS16303 02/01/2001 02/01/2002 FAC.'H (DUkIRRENCE S 1,000,000 x C@MMEHOAL QENIERAL UABIWTT MIN_r DAMAGE rAnr_ane nu, f 5(),000 • CLAIM2 MAUL 119 OCCUR MEO EXP(Anp one ppfom) S Etcl uded A _ INAL R ACV INJURY 1 7, 000; li6 .2AIR GENERAL AQagCQATE 0 2 000 t 000 1IEN'L A0 1+tOA1E LIMIT APPLIEN ►`EA• PR0(jVcTFC • ,OMVIUP AQQ S 2,000,00 POLICY !Ie? LOCI . AUTOMOBILE LIABILITY ilOG219914A 02/01/2001 02/01/2002 tx)MRINFrI NINrlLE LIMIT X ANY AUTO IE� aenlaenq S _^ 1 _000 .000 BUpILY INJURY = ALL OWNIZO AUTOS B WMEDULELI AIJTb$ (FBI Parton) 90p1LV INJURY IPutmrc1depll i IIIJEO AUTOS NON•OWNCDAUTOL' 1S.i i ' I.NOVCRTTUAMAOC _. S rher eccldaut) eARAOE LIAOILITT kL �nJ TO P009 AUTO ONLY. FA ACCIDS;NT S oT+CA THAN EA ACC ANY AUTO S` 't fir:= S S _..,.,• AUTO ONtr ALi ElrCE9B LIABILITY CA011 OCOURPENCC S 1 OCCUR n CLAIMS MAM 00:19EUATE uEvur.IIbLE R1'TCNTION 11 f WORKERS COMPENSATION AND NDE)>18815401 03/01/2000 03/m/2001 T17 r I A N ¢MPLOVERR'LIABILITY H L EACH ACCIDENT t 2,000,000 E L OISEkqF.. F.A FMPI,r)TF S 1,000,000 F I I IDEA sE • POLICY LIMI r S 1,000.00 orHER er1�li�citipNolle�O�srleinlaacisMxinMadl�gtlopnlil"insu Mid pirLth:lA�LKehed ee2070 (11/95). E: Project Beach Maintenance Facility -Cash Contract, No. 612, 8669 Edison Ave., Huntington Beach } 10 day notate of cancellation will be sent for non-payment of premium. CERTIFICATE HOLDER I I AnnlTIONAI IMAURM IMRUR'S I RnAA• CANCELLATION SHOULD ANY OF TWO AAOVa OnCRIItaO POLICIES 11L CANCIELLSO 61F0111 THE City Of Huntington Beath CAPIRATION DATE TIIEAEOF. TNe 12BUINa COMPANY WILL. M1+010wArTO MAIL Its agents, officers, and anpl oyeas DAVE WRITTEN NOTICE TO THE CrAY ICATE HOLDER NAMED TO THE LEFT, Attn: Eric Charlonne 2000 Main St, AUTHORI><EO REI�AEi[NTATIVE Huntington Beach, CA 9Z646 Bill Tutton ALEX nwrao Aos Inrai .YI�\/VTV YY.\r �fV.•.�1. •�-� UO/T00d 969'ON V9GV9£SbT4 F 90NU&ISNI NU11711 6£:OT TO/9020 FEB. 6.2001 3:12PM WEEGER BROS INC l� NO.324 P.3/3 POLICY NUMBP.R; KT.11S163U3 COMMERCIAL GENERAL LIA13II,,.1TY THIS MORSENgWr C HANGXS THL POLICY. PLEASE HEAD IT C.AREVt11,I,Y ADDITIONAL INSURED • OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifier insurance provided under the following,. C:OMMERC1At. GENERAL LIABILITY COVERAGE PART SCUDUI.E Name or Person or Organization: City of Huntington Beach, its agents, officers, and employees. (If no entry appears above. the information required to e`e npleto this endorsetnunt will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Suction II) is amendod to include as an insured the: person or organization shown in the Schedule but only with respect to liability arising out of 'your work" for that iusurad by or for you. c'0 Zo 10 11 HS C "opyright, Insurance ScrVlceA Oi',fICC, Inc.. 1992 z00/Z0®d 96910N 17S9b9ZSbtL F 33Nu8nsNI N011rll 6£:OT TO/9020 CONTRACT BOND - CALIFORNIA Bond 103544575 FAITHFUL PERFORMANCE - Initial premium charged for this bond is PUBLIC WORK $18,569.00 subject to adjustment upon completion of contract at applicable rate on final contract price. KNOW ALL BY THESE PRESENTS, That Weeger Bros., Inc. of 2124 Main Street, Suite 146, Huntington Beach, CA 92648-6443 as Principal, and the Travelers Casualty and Surety Company of America , a corporation organized and existing under the laws of the State of Connecticut and authorized to transact surety business in the State of California, as Surety, are held. and .firmly bound unto City of Huntington Beach in the sum of Two Million Three Hundred Twenty Nine Thousand and 00/100 - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -------------------------------------------------------------• Dollars($ 2,329,000.00 ), for the payment whereof, well and truly to be made, said Principal and Surety bind themselves, their heirs, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That WHEREAS, the above -bounden Principal has entered into a Contract, dated January 16n 2001 , with theCity of Huntington Beach to do and perform the following work, to -wit: Cash Contract No. 812, Beach Maintenance Facility NOW, THEREFORE, if the above -bounden Principal shall faithfully perform all the provisions of said Contract, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER THAT, Any suit under this bond must be instituted before the expiration of two (2) years from the date of substantial completion of the work to be performed under the Contract. **Work is guaranteed for a period of one (1) year. See Maintenance Bond. Signed and sealed this 18th day of January 2001 Weeger Bros., Inc. Priu1ihal B � 17 6 t<JS TO FOIItd� r - — Travelers CasualCasualtv and Suretv Cornimy of America Y _GrA E. Shrec ng st Atton:ey-in-Fact 71 S-0815/GEEF 2/98 ( f Executed in One Counterpart v CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles On January 18, 2001 , before me, Candy M. Coons, Notary Public, personally appeared Mark E. Shreckengast CCCOeBwBBBBBBBBBBBBBBBBBBBOOBBBBOOOOO CANDY M.COONS COMM. #1195631 R S = ` NOTARY PUBLIC -CALIFORNIA S LOS ANGELES COUNTY 2 My Comm. Expires Sept. 5, 2002 9' - --... ..^Aeteectc,:occ.ceoaecv Place Notary Seal Above 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. WITNES y hand and official seal. " A M - cmv�, Signature of Not ublic Optional Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Ab Capacity(ies) Claimed by Signer Signer's Name: _ Individual _ Corporate Officer - Title(s):_ _ Partner--Limited—General X Attorney in Fact _ Trustee _ Guardian or Conservator Other: Signer is Representing:_ reattachment of this form to another document. Number of Paaes Bond 103544575 CONTRACT BOND - CALIFORNIA PAYMENT BOND KNOW ALL BY THESE PRESENTS, That we, Weeger Bros. , Inc. and the Travelers Casualty and Surety Company ot a corporation organized and existing under the laws of the State of FAF-:F4 PA onnecticut_'Rn_d authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto City of Huntington Beach , as Obligee, inthesum of Two Million Three Hundred Twenty —Nine Thousand an ----------------------- --------------------------------------------------- -- Dollars { , ), for the payment whereof, well and truly to be made, said Principal and Surety bind themselves, their heirs, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That WHEREAS, the above -bounden Principal has entered into a contract, dated 16n day of January 2001 , with the Obligee to do and perform the following work, to -wit: Cash Contract No. 812, Beach Maintenance Facility NOW, THEREFORE, if the above -bounden Principal or his/her subcontractors fail to pay any of the persons named in Section 3181 of the Civil Code of the State of California, or amounts due under the Unemployment Insurance Code with respect to work or labor performed under the Contract, or any amounts required to be deducted, withheld and paid over to the Franchise Tax Board from the wages of employees of the Principal or his/her subcontractors pursuant to Section 18806 of the Revenue and Taxation Code, with respect to such work and labor, Surety will pay for the same, in an amount not exceeding the amount specified in this bond, and also, in case suit is brought upon this bond, a reasonable attorney's fee, to be fixed by the court. This bond shall inure to the benefit of any and all persons, companies or corporations entitled to file claims under Section 3181 of the Civil Code of the State of California, so as to give a right of action to them or their assigns in any suit brought upon this bond. Signed, sealed and dated this 18th day of January 2001 Weeger Bros., Inc. Principal By: No premium is charged for this bond. It is executed in connection with a bond for the performance of the Travelers Casualty and Surety contract. Company of America By t/► Y Mark . Shrec e ga t Attorney -in -Fact S:-0816/SAEF 2/98 Executed in One Counterpart..._ .. _. ` , -- ttornev CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles On January 18, 2001 , before me, Candy M. Coons, Notary Public, personally appeared Mark E. Shreckengast crcocemmmmmmmmmmmmm�mmmmmmmmmmmmmmomo �- CANDY M. COONS c. r; ;=;`. , COMM. #1195631 R S `;° = NOTARY PUBLIC - CALIFORNIA LOS ANGELES S COUNTY My Comm. 2 e° Expires Sept. 5, 2002 ._...,, , Oc Ci o Place Notary Seal Above Personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to 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. WI S my hand and official seal. Signature of o ry 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 _ Corporate Officer - Title(s):_ _ Partner --Limited—General X Attorney in Fact _ Trustee _ Guardian or Conservator Other: Signer is Representing: MAINTENANCE Bond 103544575 KNOW ALL BY THESE PRESENTS, That we, Weeger Bros., Inc. as Principal, and Travelers Casualty and Surety Company of America , a corporation organized under the laws of the State of Connecticut the State of California and duly authorized to do business in , as Surety, are held and firmly bound unto City of Huntington Beach as Obligee, in the penal sum of Two Million Three Hundred Twenty Nine Thousand and 00l100 - - - - - - - - - - - - - - - - - - - - - --------------------------------------------------------------- ($ 2,329,000.00 ) to which payment well and truly to be made we do bind ourselves, our and each of our heirs, executors, administrators, successors and assigns jointly and severally, firmly by these presents. - WHEREAS, the said Principal entered into a Contract with the City of Huntington Beach dated January 16, 2001 for Cash Contract No. 812, Beach Maintenance Facility WHEREAS, said Contract has been completed, and was approved on day of NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, That if the Principal shall guarantee that the work will be free of any defective materials or workmanship which became apparent during the period of one (1) year(s) following completion of the Contract then this obligation shall be void, otherwise to remain in full force and effect, provided however, any additional warranty or guarantee whether expressed or implied is extended by the Principal or Manufacturer only, and the Surety assumes no liability for such a guarantee. Signed and sealed this 18th day of January , 2001 Bros-., Inc. Travelers Casualty and Surety Company of America A' 'i 0 F0 By Mark EL Shreckenobiht, V Attorney -in -Fact t rim eYTT i S-0843/GEEF 2/98 Executed in One Counterpart CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles On January 18, 2001 , before me, Candy M..Coons, Notary Public, personally appeared Mark E. Shreckengast oeoeoesoe00000000000000e000tt0oe0eie� a ``" °= CA;:DY M. COONS a Personally known to me to be the person whose name is subscribed to the R ,__ Y-`'<<' •• COi:;.1. ,i 193�31 R within instrument and acknowledged to me that he executed the same c"= ` ^' s `'=�-'=" --� 2 ` `r P:0''AnY PUBLIC - CALIFOR ,� '' "'•�' LGS f;CELES CGL';i i Y S 2 in his authorized capacity, and that by his signature on the instrument the .:' Cc,;,-,n. Expires S7 t. 5. 2002 m person, or the entity upon behalf of which the person acted, executed the aoeooe0000sooaee000eooeeoeoe0000eesoe instrument. WI S my hand and official al. � &a,—M' Signature o o ry Public Place Notary Seal Above Optional. Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: Individual Corporate Officer - Title(s):_ _ Partner--Limited—General X Attorney in Fact _ Trustee Guardian or Conservator Other: Signer is Representing: Number of Pages TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Candy M. Coons, Mark E. Shreckengast, of Los Angeles, California, their true and lawful Attomey(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attomey(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future «ith respect to any bond or undertaking to which it is attached. (11-00 Standard) CITY OF HUNTINGTON BEACH MEETING DATE: January 16, 2001 DEPARTMENT I rl E M PV1(0 -01 d b 0\V_J Council/Agency Meeting Held: ' Q, Deferred/Continued to: XA proved ❑ Conditi Ily Approved ❑ Denied Signature C' CIt�s Council Meeting Date: January 16, 2001 Department ID Number: PW01-010 CITY OF HUNTINGTON BEACH REQUEST FOR COUNCIL ACTION GP a SUBMITTED TO: HONORABLE MAYOR AND CITY COUNCIL MEMBERS - SUBMITTED BY: RAY SILVER, City Administrator PREPARED BY: RON HAGAN, Director of Community Service0 _ �= ROBERT F. BEARDSLEY, Director of Public Works SUBJECT: AUTHORIZE THE AWARD OF CONTRACT FOR THE CONSTRUCTION OF THE BEACH MAINTENANCE FACILITY; CC-812 Statement of Issue, Funding Source, Recommended Action, Alternative Action(s), Analysis, Environmental Status, Attachment(s) Statement of Issue: Should the City award the construction contract to the lowest monetary and responsible bid from the list of bidders who submitted sealed bids to the Office of the City Clerk on January 3, 2000 for the Beach Maintenance Facility project, CC- 812? Funding Source: City of Huntington Beach Certificates of Participation (COPS), supported by parking revenue and developer advance, shall be used to fund the project. Recommended Action: 1. Accept the lowest bid submitted by Weeger Bros., Inc. for the construction of the Beach Maintenance Facility and determine that the bid is responsible/responsive. 2. Approve and authorize the Mayor and the City Clerk to execute the construction contract between the City of Huntington Beach and Weeger Bros., Inc. in the amount of $2,329,000 for the construction of the Beach Maintenance Facility. 3. Authorize the Director of Public Works to expend up to $3,100,000, which includes the contract cost of $2,329,000, estimated contigency of $232,900, construction management fees of $404,005 and $134,095 in undesignated supplemental expenditures. Alternative Action(s): 1. Deny award of the contract to Weeger Bros., Inc. and select another responsive/responsible bidder. / 2. Reject all five bids and direct staff as to how to proceed. % (� RCA Award BMF -2- 01/10/01 3:50 PM REQUEST FOR COUNCIL ACTION MEETING DATE: January 16, 2001 DEPARTMENT ID NUMBER: AUTHORIZE THE AWARD OF CONTRACT FOR THE CONSTRUCTION OF THE BEACH MAINTENANCE FACILITY; CC-812 Analysis: The Beach Maintenance Facility will house the beach maintenance crews, vehicles and equipment that provide daily beach maintenance service to the three and a half miles of City public beach. On September 14, 1998, the Ocean Grand Resort development was approved, necessitating the relocation of the City's Beach Maintenance Facility due to its position within the proposed development site. In the interim, the City's beach maintenance staff has been temporarily relocated to a leased Caltrans Maintenance yard on the west side of Beach Boulevard, south of Yorktown Avenue which expires March, 2002. The proposed Beach Maintenance Facility will of Edison Way. The project is comprised of a building, as well as a fueling station and v& partial reconstruction of Edison Way. be located east of Newland Street, at the end 14,800 square foot concrete block and timber cle wash -down area, and will also include a On June 19, 2000, City Council authorized the Director of Public Works to solicit bids for the construction of the Beach Maintenance Facility, CC-812. On January 3, 2001, bids were received and publicly opened by the City Clerk. The construction cost estimate for the project was $2,225,000. A total of five bids were received and are summarized below, by order of least dollar amount:: 1. Weeger Brothers, Inc. $2,329,000 2. SMC Construction Company $2,348,000 3. Great West Contractors, Inc. $2,358,000 4. Pima Corp. dba Advanced Const. $2,381,150 5. USS Cal Builders, Inc. $2,549,000 Public Works and Community Services Commission Review: The Public Works and Community Services Commission have reviewed and recommended approval of the project. Environmental Status : Pursuant to the California Environmental Quality Act, the City filed Negative Declaration 99-15, which was approved in conjunction with the Coastal Development Perm it/Co nditionaI Use Permit. Attachment(s): RCA Award BMF -3- 01/10/01 3:48 PM ATTACHMENT 1 HAMILTON AVENUE I, LOCATION MAP N.T.S. BEACH MAINTENANCE FACILITY 8669 EDISON AVENUE CC-812 RCA ROUTING SHEET INITIATING DEPARTMENT: COMMUNITY SERVICES/PUBLIC WORKS SUBJECT: AUTHORIZE THE AWARD OF CONTRACT FOR THE CONSTRUCTION OF THE BEACH MAINTENANCE FACILITY; CC-812 COUNCIL MEETING DATE: January 16, 2001 RCA�ATTA'CHMENTS STATUS Ordinance (w/exhibits & legislative draft if applicable) Not Applicable Resolution (w/exhibits & legislative draft if applicable) Not Applicable Tract Map, Location Map and/or other Exhibits Attached Contract/Agreement (w/exhibits if applicable) (Signed in full by the City Attorney) Not Applicable Subleases, Third Party Agreements, etc. (Approved as to form by City Attorney) Not Applicable Certificates of Insurance (Approved by the City Attorney) Not Applicable Financial Impact Statement (Unbudget, over $5,000) Not Applicable Bonds (If applicable) Not Applicable Staff Report (If applicable) Not Applicable Commission, Board or Committee Report (If applicable) Not Applicable Findings/Conditions for Approval and/or Denial Not Applicable EXPLANATION FOR MISSING ATTACHMENTS EXPLANATION FOR RETURN OF ITEM: WEEGER BROS., INC. 2124 MAIN STREET, SUITE 146 HUNTINGTON BEACH, CA 92648-6443 SEALED BID for BEACH MAINTENANCE FACILITY - CASH CONTRACT 812 in the CITY OF HUNTINGTON BEACH *** DO NOT OPEN WITH REGULAR MAIL ** SECTION C PROPOSAL for the BEACH MAINTENANCE FACILITY at 8669 Edison Avenue CASH CONTRACT No. 812. 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 the selected working day schedule, 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��7 4. If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the -security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be, considered null and void. Accompanying this proposal of bid, find BID BOND in the amount of $1 0% Bid Amount which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond", as the case may be). Bidder shall signify receipt of all Addenda here, if any: C-2R PROJECT BID SCHEDULE BEACH MAINTENANCE FACILITY 8669 Edison Avenue Huntington Beach, CA 92648 CASH CONTRACT No. 812 TOTAL AMOUNT LUMP SUM BID IN FIGURES: TOTAL AMOUNT LUMP SUM BID IN WORDS: C-3R 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 (by percentage of the total bid) of the work to be done by such subcontractor. Portion Name of Subcontractor and Address °State License Class; of Work a , �a N umber 16. 17. 18. 19. 20: 21 . 22. 2 3 .. 24. 25. 26. 27. 28. 29. 30. By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work that 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-4R - 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 (by percentage of the total bid) of the work to be done by such subcontractor. 01 02. 03. 04. 05. 06. 07. 08. 09. 10. 11. 12. 13. 14. 15. Portaon Name of Subcontractor and Address fi State Lccense Class `of , Work ;' Number Demo Earth C. —or dit-ro G 7 5-0 Z Dewatering CLi�n� s ��•✓� Cv- 1�'/✓uL �/ /tl �3 o� �G eR By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work that 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-4R J LIST OF VENDORS All bidders are required to furnish the following information relative to the vendors that he/she proposes to use. Name of Vendor Address of Office and Telephone Type of �Matenal or Product Models) Number."(s) C-5R r� NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of Orange Mark T. Weeger , being first duly sworn, deposes and says that he or she is President ofWeeger Bros., Incthe 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. Weeger Bros., Inc. Name of Bidder Sig re of Bidde 2124 Main' -St., Suite Huntington Beach, CA 92648 Address of Bidder Subscribed and sworn to before me this 03 day of - Jan. 92001 NOTARY PUBLIC Dawn Roda NOTARYSEAL DAWN RODA Yt COMM. 0 1140154 W NOTARY PUBUC-CAUFOAI� " ORANGECOUMY C-6R My Comm. Expires May 17, 2W 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 BEACH MAINTENANCE FACILITY, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission. facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to -be performed and the hazards involved." The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Date: January 3, ..2001 Weeper Bros., Inc. Contractor Mark eger President Title C-7R 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 [ x ) 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-8R COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate: I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Weeger Bros., Inc. Contractor President Title Date: January 03, 2001 C-9R BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Weeger Bros., Inc. Bidder Name 2124 Main Street, Suite 146 Business Address Huntington Beach, CA 92648 (714 ) 536-3854 Telephone Number 417715 A, B, C5, C8, C12, ASB State Contractor's License No. and Class 02/03/1982 Original Date Issued 02/28/2002 Expiration Date The work site was inspected by November 09 , 20 0 0 . The bidder represents that hel experience'', perf6rming the type c Gregory J. Weeger of our office on imunum of. three (3) years of successful prior used by the contract. The following are persons, firms, and corporations having a principal interest in this proposal: Mark T. Weeger, President Gregory J. Weeger, Secretary C-11R The undersigned are prepared to satisfy the. Council of the City of Huntington Beach of their ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. Weeger Bros., Inc. Company Name 7, -4 � ��-? Sign a Bi Mark T. Weeger Printed or. Typed Signature 2124 Main Street, Suite 146, Huntington Beach, CA 92648 Address of Bidder 714 536-3854 Telephone Number Subscribed and sworn to before me this NOTARY PUBLIC Dawn Roda 03 day of January 20 01 2- NOTARY SEAL C-12R Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past three years: 1 City of Huntington Beach, 2000 Main St, Huntington Beach, CA 92648 Name and Address Name of Project Manager: Eric Charlonne Telephone No. of Project Manager: ( 714) 5 3 6 - 5 4 31 $2,574,995 Fire Station No. 6 Nov. 3, 2000 Contract Amount Type of Work Date Completed 2. Capistrano U.S.D., 32972 Calle Perfecto, San Juan Capo, CA 92675 Name and Address Name of Project Manager: Mark Bauer Telephone No. of Project Manager: ( 949 ) 4 8 9- 7 0 0 0 $6,284,394 Kinoshita Elem. School Sept., 8, 2000 Contract Amount Type of Work Date Completed 3. Huntington Beach City S.D., 20451 Craimer Ln., Hunt. Beach, CA 92648 Name and Address Name of Project Manager: Frank Blonska Telephone No. of Project Manager: ( 71 4 ) 9 6 4- 8 8 8 8 $6,969,793 Seacliff Elem. School Nov. 23,1999 Contract Amount Type of Work Date Completed C-13R ,11/08/2000 15:25 FAX 0 001 CONSTRUCTION OF THE BEACH MAINTENANCE FACILITY Cash Contract 812 City of Huntington Beach ADDENDUM NUMBER 1 November 8, 2000 Notice To All Bidders: This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Please note the following clarifications and revisions to the project specifications and plans: • Contractor's attention is directed to Section 02315, Part 1.4.B. Delete section B in its entirety and.replace with the following: Grading Subcontractor's Qualifications: Contractor shall engage a subcontractor to perform earthwork who has the following minimum qualifications: 1. Minimum of 3 years experience performing excavation, backfilling, compaction and grading operations on projects for public agencies under specifications according to Standard Specifications for Public Works Construction ("Green Book"). Minimum number of projects shall be six (6). 2. Minimum of 5 years experience performing excavation, backfilling,, compaction and grading operations on projects of comparable scale and complexity to that required for the work under the Contract. Minimum number of projects shall be six (6). 3. Minimum of 5 years experience performing excavation, backfilling, compaction and grading operation on projects located within one mile of ocean or bay shoreline with comparable ground water conditions. Minimum number of projects shall be five (5). Addendum 1, CC.1099, August 27, 1999, page 1 of 2 GAConstruclion Contracts (CCs) \CC812\CORRESP\Other\Addenduml.doc ___.11/08/2000 15:25 FAX Ca002 The Contractor shall substantiate the above performance on the _ attached forms (pages C-14 through C-16) and include it with the sealed bid. All bidders shall acknowledge the receipt of this addendum with their bid proposal. These revisions do not change the project cost estimate nor the Bid Opening date/time for this project. Mark P. Uphus, P.E. Associate Civil Engineer Bidder Acknowledge: , Weeger Bros., Inc. Company Name By w ege rDate Addendum 1, CC-1099, August 27, 1999, page 2 of 2 G:\Construction Contracts(CCs)\CC812\CORRESP\Other\Addenduml.doc 1-17-2000 10:58 . HUNTINGTON BEACH 714 374 .1573 P.01i02 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER TWO For Beach Maintenance Facility CC- 812 November 17, 2000 Notice To All Bidders: This addendum Is hereby made a part of the contract documents to the . same extent as though it were originally included therein. Please note the following clarifications and revisions to the project specifications. and plans: • The Bid opening date for this project Is hereby revised to 2:00 PM December 12, 2000. • Contractor's attention is directed to sheet A-1 of the plans that show a fueling facility as a part of this project. Although it is not stated on the electrical plans, the contractor is reminded that all electrical work for the fueling facility is Class .1, Division 1 as required by the National Electrical Code. • Contractor's attention is directed to Appendix A, the second I I" x 17" page entitled OPTION 1 - SEAL OFFS of the project specifications. The annotation on the radius line from the Abandoned Oil Well to the circumference of the Class I, Division II circle reads "RADIUS VARIES PER HBFD- - SEE PLAN, TYPICALLY 10' OR 100"'. By this addendum, the annotation is revised to read "RADIUS _ 100"'. Addendum 2, CC-512, November 17, 2000, page 1 of 2 G:\Condruclion Contracts(CCrl\CC912\CORRESP\Other\Addendum2.doc ....--17-2000 10:58 HUNTINGTON BEACH 714.374 1573 P.02i02 • Contractor is _ hereby notified that copies of the three soils reports that were used in preparation of the contract documents are available at the City Public Works counter at no. charge to plan holders beginning November 15, 2000. • Contractor's attention 'is directed to SECTION 02315, EXCAVATION, BACKFILLING AND COMPACTING of the project specifications. Part 2, 2.2 FILL MATERIALS, Paragraph A is herewith deleted and the following is Inserted in its place: A. Fill Materials: All fill materials shall be approved by the City's geotechnical engineering consultant. The on -site material may be used as long as it meets the geotechnical requirements under section 2.1.B.2 above and points 1 through 4 below. All bidders shall acknowledge the receipt of this 'addendum with their bid proposal. These revisions do not change the project cost estimate. rr, Mark P. Uphus, P.E. Associate Civil Engineer MPU:jm Bidder Acknowledgement: Weeger Bros., Inc. 1/3/01 Company Name By w eger Date Addendum 2, CC-812, November 17, 2000, page 2 of 2 Q\Censiruclion Conitocls(CCs)\CC812\CORR6P\Oiher\Addendum2-doc TOTAL_ P . 9P ' DEC 4 2000 - City of Huntington Beach -- - Public Works Department t; 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER THREE For Beach Maintenance Facility CC- 812 December 1, 2000 Notice To All Bidders:. - This addendum is, hereby 'made a part of the contract documents to the same extent as though it were originally included therein. Please note the following clarifications and revisions to the project specifications and plans: 1. Replace plan sheets M-1, M-2, T-24 and E-7 with attached sheets M- 1 R, M-2R, T-24R and E-7R. 2. Refer to sheet M-2R for location of mechanical equipment and provide conduit and wire from panel PB to each unit as called for in "ELECTRICAL DETAILS FOR INSTALLATION OF MECHANICAL EQUIRMENT on attached Sheet A.1, and shown on revised PANEL "PB" schedule on attached Sheet A.3. . 3. Refer to sheet E-1 of the project plans. a. Delete EXISTING TELE. CO. SERVICE PULL BOX and associated conduit routing from the plan. b. Delete EXISTING UTILITY CO. SERVICE VAULT and associated conduit routing from the plan. c. Delete the pad -mounted transformer from the plan. d. Install two 4" diameter schedule 40 PVC electrical conduits and two 2" diameter schedule 40 PVC telephone conduit from Addendum 3, CC-812, December 1, 2000, page 1 of 4 G:\Construction Contracts (CCs)\CC812\CORRESP\Other\Addendum3.doc existing power pole #9036, 241 L10, I/P .1836754E. The risers for each of the conduits shall be schedule 80 PVC. The pole is Located on the West Side of the adjacent SCE property. Contractor shall excavate the trench, install conduits and backfill the trench in accordance with attached sheet A.7. 4. Refer to project plan sheet E-4. a. Panel Schedules: Revise Panel "A" per attached page A.2. Revise Panel "PB" per attached page A.3. Add Panel "AC" per attached page A.4. b. Replace the PARTIAL SINGLE LINE DIAGRAM on plan sheet E-4 with the Single Line Diagram on attached page A.S. c. New Panel "AC" shall be configured as follows: 1 It shall contain an isolated ground bus and an isolated neutral bus. 2. A dedicated grounding conductor must be installed from the Main Electric Service Panel to the isolated ground bus. This grounding conductor shall be a #2 AWG copper. It must run in the same conduit with the phase and neutral conductors and be insulated and continuous with no splices. 3. Circuit breakers that feed the Meridian equipment shall be identified and labeled in accordance with the specifications. 4. The circuit breakers shall be equipped with lock out provisions. 5. A #6 AWG insulated system ground conductor shall be installed from the isolated ground bus in the AC service panel to the area where the Option 11 cabinet is to be installed. The Option 11 cabinet will be furnished and installed by the Owner. 5. Refer to project plan sheet E-6, Power/Telephone Plan. Add identification for the panels in the electrical room (# 1 13) as follows: a. West wall - Panel "PB" b. North wall - Panel "A" c. North wall - (Cross -hatched on plan sheet) Main Switchboard. See single line_ diagram on Sheet E-4 as modified by Item 4.b above. d. South wall - 4'x 8' x 3/4" plywood telephone backboard. Route one 4" C.O. (with pull rope) from Telephone Backboard to existing Incoming Service Point. Ground per NEC and telephone company requirements. Addendum 3, CC-812, December 1, 2000, page 2 of 4 G:\Construction Contracts (CCs)\CC812\CORRESP\Other\Addendum3.doc 6. Refer to project plan sheet E-5, Lighting Plan. Revise circuit A-41 feeding three "D" exterior fixtures above the garage doors to "MECHANIC SHOP" to read circuit A-42. 7. Refer to project plan sheet E-3, Fixture Schedule. The type "B" fixture shall be Lithonia Canopy Die -Cast Curoff, Drop Lens Fixture. "Catalog No. KACM 40OM-DPA-120-TC-PE, color: white" or approved equal. 8. Exterior lights shall be controlled with a lighting control relay, photo , cell "ON", time clock "OFF" per drawing on attached page A.6. 9.: Refer to the Pole Base Detail on project plan sheet E-1. Delete the top two notes on the left side of the detail that say, "20' tall painted straight. steel pole, and "Color shall be selected by architect." Insert the following, in their place: "16' tall Ameron 1 C1 #16N4 concrete pole." 10. Refer to the Lighting Fixture., Schedule on project plan sheet E-3. Revise the Manufacturer of Fixture "A" to Kim and revise the Description to read as follows: "23-inch square mounted high- pressure sodium lighting fixture mounted on a 16' H Ameron pole 1 C1 #16N4." 1 1. The attached page entitled "GTE TELEPHONE OPERATIONS" is hereby incorporated into the project specifications. 12. Refer 'to project plan sheet A-11. The handrails indicated by Note 139 shall be painted standard steel rails as indicated on sheet D-3 of the project plans, Details 4, 5 and 6. 13. Refer to the project specifications, Section 07191, Fluid Applied Gas Barrier. Revise item l .1.A to read as follows: "Gas vapor barrier under building providing protection from the following gases." 14. Refer to the project specifications, Section 07411, Manufactured Metal Roofing System. A. The manufactured roof system and metal siding shall be bare galvanized finish. B. Metal roof underlayment shall be both, Vycor ultra and #30 asphalt felt underlayment as per Section 07411, paragraph 3.2. Addendum 3, CC-812, December 1, 2000, page.3 of 4 GAConstruction Contracts (CC s)\CC812\CORRESP\Other\Addendum3.doc 15. Refer to the project specifications, Section 07461. The finish on the metal siding shall be bare galvanized. 16. Refer to project plan sheet A-3. Ridgelines in the metal roofing are shown in two locations. on the plan. The attached sheet entitled Flashing Details is hereby incorporated into the contract documents for constructing the ridgelines and other applicable metal roofing and siding details. 17. Refer to project plan sheet A-4. The plan shows downspouts terminating from the second story roof terminating at the first story roof. Contractor shall furnish and install pre -cast concrete splash blocks on the built-up first story roof where downspouts terminate. 18. Refer to project plan sheet D-1, Detail 4, Down Drain. The bottom- most note stating "Pre -cast splash block, not required @ concrete paving (U.N.O.)" is hereby deleted from the detail. All bidders shall acknowledge the receipt of this addendum with their bid proposal. These revisions do not change the project cost estimate. Mark P. Uphus, P.E. Associate', Civil Engineer MPU:jm Bidder Acknowledgement: ..'Weeger Bros., Inc. 1/3/01 Company Name By rk W eger Date Addendum 3, CC-812; December 1, 2000, page 4 of 4 GAConstruction Contracts (CCs)\CC812\CORRESP\Other\Addendum3.doc City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER FOUR For Beach Maintenance Facility.. CC- 812 December 21, 2000 Notice To All Bidders: This addendum is hereby made a part of the contract documents to the some extent as though if were originally included therein. Please note the following clarifications and revisions to the project specifications and plans: 1. Contractor's attention is directed to Section C, Proposal of the specifications and Addendum # 1 for this project. Three forms were attached to Addendum #1 and given page numbers C-14, C-15 and C-16. All of Section C, pages C-1 through C-16 is hereby replaced by .attached Section C, pages C-1 R through C-16R. Bids submitted on forms other than pages C-1 R through C-16R will be considered non -responsive. 2. Contractor's attention is directed to the specifications, Section 8 of the General Provisions, Part 8-2.2. Add the following requirement: Contractor shall provide two (2) new, mobile, wireless, 2-way, hand-held communication devices programmed to allow operation on a unique, separate channel frequency. Each unit shall have the capability of long range transmission (1/2 mile minimum), and include a charging unit and one (1) extra battery. 3. The requirement to attend a mandatory pre -bid meeting is hereby withdrawn. However, this does not relieve the bidder from a job site Addendum 4, CC-812, December 21, 2000, page 1 of 3 GAConstruction Contracts (CCs)\CC812\CORRESP\Other\Addenda\Addendum4.doc inspection of the work site pursuant to Section C - Proposal; specifically sheet C-10. 4. Contractor's attention is directed to the project specifications, Section 13250•FUEL STORAGE AND DISPENSING SYSTEM, Part 2.1.C., Petroleum Fuel Storage and Dispensing System Components. The following fuel storage and dispensing system components shall, be furnished and installed by the contractor: OPW Part Number Description & Application 6521 B-16Mobil-W Powder coated dual port fill end manhole cover with inspection port. Manhole cover for regular unleaded UST fill end sump. 6521 L-16Mobil-Y Powder coated dual port fill end manhole cover with inspection port. Manhole cover for diesel fuel UST fill end sump. 44CD-BD10 44" Diameter Conquistador Duratuff composite manhole cover. Lightweight composite manhole cover for unleaded and diesel UST turbine end sumps. 5. Contractor's attention is directed to the project specifications Section 04822 REINFORCED CONCRETE UNIT MASONRY, Part 2.1.E., Faces and Colors. The words "with burnished finish" are hereby deleted from the requirements. 6. The City of Huntington Beach presently owns and operates an air compressor at the Beach Maintenance yard on Beach Boulevard. The City will disconnect, remove and transport the compressor to new facility at 8669 Edison Avenue at a time to be coordinated by the City's construction manager. The ractor shall install the compressor in the compressor room No. 1 1 11 per the manufacturer's recommendations and as directed by City's construction manager. The contractor shall provide airtight 3/4" galvanized plumbing from the compressor to the hose reel location shown on plan sheet P-2. The contractor shall be responsiblp-tgr installing and making operational, the compressor in room No. 1, 111 . Any and all ancillary items such as wiring and pipe fittings to complete the installation shall be a part of the bid. 7. Refer to project plan sheets A-1 and A-2. Each of the plan sheets shows two vehicle lifts within the Mechanic's Shop. The southerly lift is Addendum 4, CC-812, December 21, 2000, page 2 of 3 G:\Construction Contracts (CCs)\CC812\CORRESP\Other\Addenda\Addendum4.doc i an aboveground lift that the City of Huntington Beach will furnish and install., The northerly lift shall be a below ground lift as manufactured by Rotary, Model 52Q that is furnished and installed by the contractor. The manufacturer shall approve the supplier and installer of the Rotary Model 52Q Lift. The lift shall comply with the attached specifications for Rotary Model 52Q.. The installation requires the construction of a "continuous trench" in the -concrete floor of the Mechanic's Shop as shown on the attached Rotary Lift drawing. The "continuous trench" shall. be waterproofed -by the use of the Fluid Applied Gas Barrier specified in Section 07191 of the specifications. The "continuous trench" shall be designed and detailed. by the lift supplier and constructed by the contractor. All bidders shall . acknowledge the receipt of this addendum with their bid proposal. These revisions do not change the project cost estimate. Mark P. U us, P.E. Associate Civil Engineer MPU: Bidder Acknowledgement: Wee.ger Bros.., Inc. /3/01 Company Name Mark ege Date Addendum 4, CC-812, December 21, 2000, page 3 ,of 3 G.Wonstruction Contracts (CCs)\CC812\CORRESP\Other\Addenda\Addendum4.doc BID BOND Conforms with The American Institute of Architects, A.I.A. Document No. A-310 KNOW ALL BY THESE PRESENTS, That we, Weeger Bros., Inc. as Principal, hereinafter called the Principal, and the Travelers Casualty and Surety Company of America of 21688 Gateway Center Drive, Diamond Bar, CA 91765 , a corporation duly organized under the laws of the State of Connecticut , as Surety, hereinafter called the Surety, are held and firmly bound unto City of Huntington Beach as Obligee, hereinafter called the Obligee, in the sum of Ten Percent of Bid Amount ----------------------------------------------------------- Dollars ($ 10% of Bid Amount ) , for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Cash Contract No. 812, Beach Maintenance Facility 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 3rd day of Witness Witness. Jan 2001 Weeger Bros., Inc. (Sea]) G A Principal 01 Title Travelers Casual and Sure Com an of Casualty Surety p Y America - el-,' /"'IV& BY / ` MA E. Shrec eng st Attorney -in -Fact S-0054/GEEF 7/98 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles On January 3, 2001 , before me, Candy M. Coons, Notary Public, personally appeared Mark E. Shreckengast Personally known to me to be the person whose name is subscribed to the °°°°°••••••••••••••••••o..o..o..0000 within instrument and acknowledged to me that he executed the same ° G CANDY M. COONS in his authorized capacity, and that by his signature on the instrument the e7 „�, COMM. #1195631 q person, or the entity upon behalf of which the person acted, executed the S + >, NOTARY PUBLIC - CALIFORNIA S instrument. 2 LOS ANGELES COUNTY 2 ? My Comm. Expires Sept. 5, 2002 ° '- ^`'"an^oo^an•oaeon0000000000000 WITNESS my hand and official seal. Place Notary Seal Above Optional of N 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 _ Corporate Officer - Title(s):_ _ Partner--Limited—General X Attorney in Fact _ Trustee _ Guardian or Conservator Other: Signer is Representing: M TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA - TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Iiat•tford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE. PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY -AND- SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws 'of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Candy M. Coons, Mark E. Shreckengast, of Los Angeles, California, their true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, .or,, if the following line be filled in, within the area there designated the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in. the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the .Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN WITNESS ' WHEREOF;. 'TRAVELERS " .CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and'FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President;: and'their corporate seals to be hereto affixed this 15th day of May, 2000. - l _ STATE OF CONNECTICUT - TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY }SS. Hartford Fi ARMTNr.TnN CASTTAT.TV CnMPANV COUNTY OF HARTFORD Jr�,tY A p1.6uq�r< .� HAY= a HARTFORD, `ems 0 1982 colCONN� CONN. c By George W. Thompson Senior Vice President On this. 15th day of May, 2000 before. me personally came GEORGE W. THOMPSON to me known, who, being by .me duly sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. o'�p ,T� �W" My commission expires June 30, 2001 Notary Public Marie C. Tetreault CERTIFICATE I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed'at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this 3rd day of January ,213M 2001 0014 GASu stefrpo 6J'�tY ANp,pG r ,��r a HMOAD,� a HARTFORD, i V' 1982 O t CONN. CONN. n Z cb • t y Kori M. Johanson Assistant Secretary, Bond Sent By: CWPOSS; n oz r`Arlrlri!�iMiYYwf�" .. 714 871 3009; C.W. Poss, Inc. 1.201. S. Balcom Ave.. Fullerton, CA 92832 - ( 714 ) 871 -9900 GRADING C-ONTRACTOR.EXPERIENCE BEACH MAINTENANCE FACILITY CC-812 Bid Opening January 3, 2001 Provide the information requested below for six (6) clients (projects) for whom the bidder has performed grading of comparable size and complexity (Minimum five (5) years experience on projects of comparable size and complexity required): 1. Huntington Beach Earthquake, Hilton Pacific Grand Resort Name and Address Name of Project Manager: Z iad Khaled 2. 3 Project Manager's Phone No. ( 71 4) 5 3 6— 8 0 6 0 $4,195,000.00 Dec. 1999 Contract Amount Date completed Gentosi-WAC, Home Depot, Laguna Hills Name and Address Name of Project Manager: Rich Eagle Project Manager's Phone No. ( 71 4) 4 7 4— 2 3 3 3 $2,190,800.00 April 1997 Contract Amount Date completed Capitol Pacific Homes, Rough Grading Tract 14070,�Newport_Beach Name. and Address Name of Project Manager: Robin Koenemann Project Manager's Phone No. ( 9 4 9) 6 2 2— 8 4 0 0 $7,028,393.00 Jan. 2000, Contract Amount Date completed 4. S&S Construction;. Rough Grading Tracts 10273, 13812 & 13816, Name and Address Newport Beach Name of Project Manager: Dave Hasson Project Manager's Phone No. ( 3 2 3) 6 5 5- 7 3 3 0 . $2,364,035.00 July 1999 Contract Amount Date completed 5. Irvine Comm. Develop. Co., Mass Grading, Newport Beach Name and Address Name of Project Manager: Noel Humphries Project Manager's Phone No. ( 8 5 8) 4 8 4 -4 7 7 5 ext. 106. $2,579,525.75 July 1998 Contract Amount Date completed 6. Coto de Caza, Rough Grading, Coto de Caza Name and Address Name of Project Manager: Dick Hess Project Manager's Phone No.'( 31 0) 6 8 7- 5 0 6 5 $800,000.00 August 1995 Contract Amount Date completed C-15R C . w . Pos s , inc. GRADING CONTRACTOR EXPERIENCE r' 2 01 s . Balcom Ave. BEACH MAINTENANCE FACILITY -Fullerton, CA 92832 CC-812 (71 4) 8 71 = 9 9 0 0 Bid Opening January 3, 2001 I.- Provide the information requested below for five (5) clients (projects) for whom the bidder has performed grading within one mile of ocean or bay shoreline with comparable groundwater conditions (Minimum five (5) years experience performing excavation, backfilling, compaction and grading on projectswithin one mile. of ocean or shoreline,_ with comparable groundwater conditions required). Hilton Pacific Grand Resort, Earthwork, Huntington Beach Name and Address Name of Project Manager: Ziad Khalpd Project Manager's Phone No. .7( 1 4) 5 3 6- 8 0 6 0 $4,195,000.00 Dec. 1999 Contract Amount Date completed 2• Excavation for Marina Pacific Mall, Otto Ray Benedict, Arcadia Name and Address Name of Project Manager: Otto Benedict Project Manager's Phone No. 6 2 6 5 7 4 -1 1 0 3 $82,500.00 OCt. 1983 Contract Amount Date completed 3. 122 Acre Hydraulic Landfill Ground Mod -Contract, San Pedro Name and Address . City of Los Angeles, Harbor Dept. Name of Project Manager: Br e S -a on Project Manager's Phone No. 2( 1 3) 51 9- 3 5 2 8 $14,851,000.00 Jan 1991 Contract Amount Date completed 4. Balboa Fun Zone, Demo & Excavation, Balboa. Name and Address J.A Jones Construction Co. Name of Project Manager: Ted Stanley Project Manager's Phone No. 7( 14 5 3 8- 0 2 2 4 $47y500.00 Dec. 1985 Contract Amount Date completed 5.. Pier 306 Hydraulic Landfill Ground Modif., San Pedro Name and Address City of Los Angeles, Harbor Dept. Name of Project Manager: Bruce Seaton Project Manager's Phone No. 2( 1 3 ) ' 51 9 - 3 5 2 8 $2,181,000.00 Dec. 1991 Contract Amount Date completed NEWS11111 JAN.10.2001 3:09PM WEEGER BROS INC NO.914 P.1i3 �- WEEGER II BROS., INC. GENER4L BUILDING! ENGINMING CONTRACTOR January 10, 2001 Mark P. Uphus, P.E. Associate Civil Engineer City of Huntington Beach 2000 Main Street P.O. Box 190 Huntington Beach, CA 92648 Re: Beach Maintenance Facility Cash Contract No. 812 Dear Mark, Per your phone request today I have attached a list showing the listed Subcontractor percentage of work relative to base bid value, This information is being given upon request and is not intended to be a supplement or modification to our Proposal for the "Beach Maintenance Facility", Pages C-4R of our bid are in full compliance with the requirements of Section 4104 of the "Public Contract Code". (See attached docrunent.) Sincerely, Mark T. Weeger 77 President Encl, 2124 MAIN STREET, SUITE 146, HUNTINGTON BEACH, CA 92648-6443 (714) 536-3854 FAX (714) 536-4854 STATE LICENSE NO.417715 A,13, C5, C8, C12 JAN.10.2001 3:09PM WEEGER BROS INC NO.914 P.2i3 # Trade Subcontractor % of Work 01. Demo/Earthwork C.W. Poss, Inc. 18.05% 02. Dewatering Charles King Company 1.56% 06, Reinforcing Steel Upland Contracting, Inc. 1.56% 07. Asphalt Paving Western Paving 5,44% 09. Masonry Schroeder Masonry 7.21% 10. Fire Sprinkler Retro Fire Protection 1.11% 11. Site Plumbing Atlas Allied, Inc. 3.86% 12. Building Plumbing Spar Plumbing & Heating 1.58% 13. H.V.A.C. Airmakers, Inc. 1.64% 14. Electrical Gilbert & Sterns, Inc. 5.21% 15 Gypsum Board McKinney Wall Systems 1.28% 16, Roofing New World Contractors 0.53% 17. Sheet Metal Crowner Sheet Metal 1.72% 18. Windows/Glass U.S. Glass 0.97% 19. Painting Bithell, Inc, 1.87% 20 Chain Link Crown Fence 1.72% 21. Landscape/Irrigation Sun -Belt Landscape 1.16% 22. Methane Barrier Delta Pacific Builders 0.78% 23. Overhead Door South Coast Industrial Door 2.81% 24. Fuel Pump Cover Fashion, Inc. 0.66% 25. Fuel Dispensing System Hy-Serco, Inc. 4.23% 26. Hydraulic Lift Peterson Hydraulics 1.08% JAN.10.2001 3:10PM WEEGER BROS INC NO. 914 P. 3/3 4103 PUBLIC CONTRACVC0DE Notes of Decisions Action against ptime contractor 1 7. Rights of replacement aubcontia;ton Rights of replacement subcontractors 2 Provision of Subletting and, Subcontracting Fair Prac- tices Act, confirming thiib Act does not displace any 1. Action against prime contractor common law or other statutory rights'whA. okjinal'or peplacsment-iVbcont�ractoi ma�:have-does nPt'add to If named subcontractor in accepteld• bid for public con.; statutbry Irlglitdi * p'rovEdeA'bj ka- so 'so to allow putative tract to unlawfully removed or substituted for reason not authorised by Subletting and Subcontracting Fair Prac. replacement subcontractor to bring action against gener- ticeo Act, such removal permits subcontractor to maintain al contractor where. -subcontractor, was ,never approved cause of action against prime contractor. E. F. Brady Co. by state authority as substitute for original listed Sub- v, K H. Golden Co. (App. 4 Dist. 1997) 67 C&1.Rptr-2d contractor. E. F. Brady Co. v. M. M. Golden Co. (App. 886, 58 CaLApp.4th 182. 4 Dist. 19M 67 Cal.Rptr.2d 886, 58 Cal.AppAth 182. 4104. Contents of bids or offers. Any officer, department, board or commission, taking bids for the, co . ristruction, of any public Work or improvement, shall provide in the specifications pr, pared for the worst q. improvement or in the general conditions under which bids will bi'recelved f6k 1-he" doing of the" ln@d6t to the public % ' .. . I Voz`k or improvement that aby person making a bid or offer to performthe%' shg,,in his orh& bid " '' set f6ith: , vorlil: or offer, (0(1) The name and the location of the place of bilsiftess of each perforni work or labor or render service to the prime contractor in or about the construction. of the works or improvement, or a subcontractor licensed. by,the State of California who,"under -subcofitract to .the primi contractor, specially fabricates and installs a portion of the work ' .or improvement according -to detailed drawings contained in the plans and specifications, in an amount in' excess Of One, -half of 1-percent of the prime contractor's total bid or, in the case of bids or offers f6r the construction of streets or ,highways, including bridges, in excess of one-half of I percent of the prime contractor.' p tot d al b! or. ten thousand d6llars ($10,000), whichever is greater. MA state or Iocal iigenpy r iay implement. subparagraph (A) at its option, (b) The portion of the, work that:v7ill be done by .each under this act. -The-prime contractor shall list 'only one subcontrattor'for each portion:as -is defified by the prime contractor in his or her bid. (Added by'§tao.198.6, c: 195, 4,2.1' Ainende* d. by.Stati.198 1Ji78, Stats.1998, a 1010 (A1B.1092), Historical "d rN' Stdiut- " otes '1988 Legislation, fair competition 4monff prime contractbre and subcon- The 1988 legislation 'inserted, -at the end of - subd,; (a); tractors; and lead to, insolvencips, -loss of wages, to employ., alter "bid"; provisions relating to' bids or offers for the sea, and other evils" construction of streets or.highwaya, including bridges. Derivation:, Gov.C, former 14104, formerly- § 4102, .-Section 1 of Stata,1988, c. 1578, provides: enacted, by:Stata.1943;-4102ondid by,siata. "The Legislature finds that the practices of bid shop- 'bered J 410 and amended'by 1945, e. 1380, § 2, renuin 4 ping and bid peddling in copection with the construction, Stabs�1963, C� 2125 alteratiah, and repair ofoublic'Improvements'Utan result"It, 1,, F_376, J:,�; •State. in poor quality or material and workmanship to the detri- meat of ihi public, 'deprive the public of the full benefits Statd.i94l,c.*I?M,§'I.,.- Notes of Decisions Listing of subcontractors 3 ing Fair PrRaticis Act to indicate what 1,iortioe'or work Portion of work 1 will be performed by each of the subcontractors by identi- Specifications Z fying what type of work each subcontractor will perform; term, llportian!',.ishould not bo'interpreted as requiring contractor to specify what percentage of work -will be performed ,by each subcontractor. : •Volley Crest. -Land- 1. Portion of work ocape, Inc. v. - Qlty.. Council '(App. 3 Dist, 1996) 49, Cal. Contractor bidding on public construction project satin- Rptr.2d,184, 41 CalAppoth 142, modified an denial of flea We obligation under the Subletting and Subcontract- rehearing. 01/03/2061 10:34 909-357-2900 J/K EXCAVATING PAGE 02 JHY. C.GkJl l 4s;S" WLLLL t to W IM NQ.6M �P.1/3 P0440apa pmaldmoo Gary avnom�r laeA�o� to�r.ksko-, 2/►1tlyll� 7S7 :1a»ettaWi���d3O°M MM pu t .9 7A IJ I k t •r ;S - Cl iD'dBnepll ���aid+ al++i 519appy p"1�€ papldwoo a]ea 3unoml{ no ;ia8gusy�lalbidpa atus �, r tit, +"ov Id pmpld�t �sa aunomy ly!q!tS - --� -- B"PPV Pus oumn cp o vaL ( b cOQO (I v 1 5tr�'ana}Sv�c� � ;� - 0 � � 'iaSsu�3°efard,�a�lri RPtf A� lei v°y¢�raxa�orta:o a�rradxe o uasi :(pavOw ftPtgpua uopaadwoo'auEITni sieat Q,(1) aamp uqu" Vota peuuojnd seq aepplq eql swim my salauafe alTgnd (9)14S 103 AWlaq papabal u 1pmx Sal aqj apt IoOr £ mat wt fop ple rig-30 3DN2mxjxa x013YUJINaDMaIMID lz t' r 01/03/2001 10:34 909-357-2900 J/K EXCAVATING PAGE 01 1141. 2. 2001 3; 37PM WEGER BROS INC NU. b:;U to. -rvi a Idtaoa opc FULTDO • ��„�� �S�IO � y1t 7aap4a4lS +i . idwaa spa�� v u � „r• 4 +Q CJgj ..106"Row "a fatd.M "OH . ss*"V f1m =WK pwindawo a;aQ juno aaowjo3 btil -� o 00qa2. US� 'off oaot s,L�ilbtd • J vm "rlls td4;$a �N[;v�tald3o am+eN . eoa�RPY P� a�N Y S oY�-� �a�n o►� �' bpi"^ mastdwmWon 1 J �711�i �oneururMumbel _ _ aeaapgy_P� t 4z 6, L (o! v Q O` 0 1, 5 L 'ON onngd s,Jas =Pl rAOM ^"x8at�eWpe!brd3oAve�R]�I T J asarp�py its k 6 61 tS 4Qa ' °ole •OIF CA mac. S C�oS�iad)QIS !�ti Elm amON bud ti� �,�-�,• �� a admo� o esoofprd np aauat�adxa s�eat an tan dpiCia Pu AUxa itl 3 (S) i� mtafYlTa +�l�I iq�sQt444►a�o &npe,+2 pv=g4od suq JOppiq OR; 4 mia io3 %ioaftdi muoFhN (9) %)s;cg A%pgpQWa4ba4-mol}euuo}aj a%p MAWcj i ooz ME)4gnmf sucitado pcg .9 ,t A 01/03/2001 10:34 909-357-2900 J/K EXCAVATING J HN. - C . dVWl J o �dWM WEEGER BROS. INC PAGE 03 MO.658 P.3i3 FIR VJ-L_ �� �� �oH anoyd aaftmn mid 0?t* 0001ot -- sibmwptm BURN r.S �� �7 1� 7 ! J0� �b7dd0 SRIYJ�I 1 - Cth (' ► D fox avow s ommm ?mod. .v ;f3P zr•Ulf p.#MrvM) ������ik� aye,-t"D IV� •6 c Upbl IL 44o'161 (l $ 'a ap4kd R�d>�tl�yy �C�d . AA�a, Mffmmwt4=rQsd jn suma n pv p==mm TNab bra�"? -N7k4a Tv(a ' L%vidum 204ti Lana paquo0 bIII , 0 00 °) Z V. - riSh ( hlL7 'oN ouogd s,in8¢tuq� �f o � o � � as�au�y laajotd3a.ow�`t+i V9 (pvaln6at enaplpua� sa�a,�purci8 a1Ae�ed�uca Bi!h! eg�ii$ � 3a offw aum uppla gwfhd no StgpaQ pm uopndmo5 `puq lVilm q luoplAsoym ZtslUUGJA o�susuadxa sa t{r) sal =ugiaM suoll1pum xW*punas, olq=4moa �j}f,M Ault Abq io uvaoa ja alga auo ;g*t Pauu0pad •seq JopM 119p um" =03 tsM(+d) qgag'3 (9) I ill 01 +Miag PMOON WUaM94M. agl add .1 I00V£ Amrof dO Pig ZT8'3a 4vwu:)vAl:)WK t HavIll wwm v xo jaw Oa Owam) weeger Bros., Inc . GRADING CONTRACTOR EXPERIENCE 2124 M'a i n St, # 1 4 6 BEACH MAINTENANCE_ FACILITY. �. Huntington -Beach, CA 92648 CC-812 ( 71 4) 5 3 6 —3 8 5 4. ' Bid Opening January 3, 2001 Provide the information requested below for six (6) public agencies for whom the bidder has performed "Greenbook" grading work (Minimum three (3) years "Greenbook" experience performing excavation, backfilling, compaction and grading required): 1. Kinoshita:Elementary School,_ San Juan Capistrano Name and Address Name of Project Manager: Robert Lenz Project Manager's Phone No. ( 9 4 9) 4 9 6 — 61 91 $197,000.00 July 2000 Contract Amount Date completed 2. Fire Station No. 6, Huntington Beach Name and Address Name of Project Manager: George Litzinger Project Manager's Phone No.( 7 6 0) 9 4 2— 51 4 7 $45,000.00 Sept. 2000 Contract Amount Date completed 3. Seacliff Elementary School,7.Huntington Beach Name and Address Name of Project Manager: Frank Blonska Project Manager's Phone No. ( 71 4� . 9 6 4 — 8 8 8 8 $156,000.00 July 1999 Contract Amount Date completed 4. Clearwater K-8 School. Paramount Name and Address Name of Project Manager: Chuck Boothe Project Manager's Phone No. ( 9 4 9) 8 5 4— 8 3 8 3 $84,000.00 June 1998 Contract Amount Date completed 5. .. Name and Address . Name of Project Manager: Project Manager's Phone No. ( ) 6. Contract Amount Date completed Name and Address Name of Project Manager: Project Manager's Phone No. ( ) Contract Amount Date completed C-14R weeger, , Bros., Inc. GRADING CONTRACTOR.EXPERIENCE 2124 Main S t , # 14 6 3' 1CH MAINTENANCE FACILITY Huntington Beach, CA 92 4� (71 4) �536-3854 CC-812 .. Bid Opening January 3, 2001 Provide the information requested below for six (6) clients (projects) for whom the bidder has performed grading of comparable size and complexity (Minimum five (5) years experience on projects of comparable_ size and complexity required): 1. Kinoshita Elementary School, San Juan Capistrano Name and Address Name of Project Manager: Robert Lenz Project Manager's Phone No. ( 9 4 9) 4 9 6 — 61 91 $197,000.00 July 2000 Contract Amount Date completed 2. Fire Station No. 6. Huntington Beach Name and Address Name of Project Manager: George Litz inger Project Manager's Phone No. ( 7.6 0) 9 4 2 — 51 4 7 $45,000.00 Sept. 2000 Contract Amount Date completed 3• Seacliff"Elementary School, Huntington Beach Name and Address Name of Project Manager: Frank Blonska Project Manager's Phone No. 7( 1 4 9 6 4— 8 8 8 8 $156,.000.00 July 1999 Contract Amount Date completed 4. Clearwater K-8 School., Paramount Name and Address Name of Project Manager: Chuck Boothe Project Manager's Phone No. ( 7 6 0 j 8 5 4— 8 3 8 3 $84,000.00 June 1998 Contract Amount Date completed 5 Name and Address Name of Project Manager: Project Manager's Phone No. O Contract Amount Date completed 6. Name and Address Name of Project Manager: Project Manager's Phone No. Contract Amount Date completed C-15R Griffin Dewatering GRADING CONTRACTOR EXPERIENCE 536 E. Maitland St. BEACH MAINTENANCE FACILITY Ontario, CA 91761 (909) 986-4498 CC-812 Bid -Opening January 3, 2001 I . Provide the information requested below for five (5) clients (projects) for whom the bidder has performed grading within one'mile of ocean or bay shoreline with comparable groundwater conditions (Minimum five (5) years experience performing excavation, backfilling, compaction and grading on projects within one mile . of ocean or shoreline with comparable groundwater conditions required). Williamette High Density Tank & Pulper Tub Facility, Oxnard Name and Address Name of Project Manager: Ken Carter Project Manager's Phone No. 8( 0 5 } ' 2 71 — 0 0 71 $26,840.00 Nov. 1999 Contract Amount Date completed 2. The Horizons (Marina Dist., Lot 4), San Diego Name and Address Name of Project Manager: Glen Evans Project Manager's Phone No. 619 ) 7 0 2— 0 7 6 0 $133,700.00 Jan. 2000 Contract Amount Date completed 3. Hezlep Residence, 2832 Bayshore Dr, Newport Beach Name and Address Name of Project Manager: Eric Berger Project Manager's Phone No. ( 9 4 9) 4 9 8— 2 8 91 $61,960.00 June 2000 Contract Amount Date completed 4. Ocean Outfall Reliability Upgrade, Job J34-1; Huntington Beach Name and Address Name of Project Manager: Boyd Garner Project Manager's Phone No. ( 909) 982-8803 $99,840.00 October 1997 Contract Amount Date completed 5. Sea World Wild Artic Exhibit, Sari Diego Name and Address Name of Project Manager: Derek Davis Project Manager's Phone No. ( 61 9) 2 9 7 —41 5 6 $72,080.00 July 1996 Contract Amount Date completed C-16K - Strath Pump Co. GRADING CONTRACTOR EXPERIENCE P.O. Box 2758 BEACH MAINTENANCE FACILITY Cypress, CA .90630 CC-812 (8 7 7) 6 3 3- 3 9 7 5 Bid Opening January 3, 2001 Provide the information requested below for six (6) public agencies for whom the bidder has performed "Greenbook" grading work (Minimum three (3) years "Greenbook" experience performing excavation, backfilling, compaction and grading required): Abalone Cove Landslide`Abatement, Palos Verdes Name and Address Name of Project Manager: DE .Clarke Project Manager's Phone No. 3( 10 541 —761 4 $100,000.00 Ongoing. Contract Amount Date completed 2. City of Rancho Palos Verdes Name and Address Name of Project Manager: David McBride Project Manager's Phone No. 3( 1 0 )3 7 7— 0 3 6 0 $500,000.00 OngoincJ Contract Amount Date completed 3. Palos Verdes Estates, Palos Verdes Name and Address Name of Project Manager: Matt Gasper Project Manager's Phone No. 31 0 3 7 8— 0 3 8 3 $30,000.00 1997 Contract Amount Date completed 4• Dyer Road Sewer & Pump Station , Whittier Name and Address Name of Project Manager: : Bruce Schuler /Larry Watson Project Manager's Phone No. 9( 0 9) 73 8'-9 21 5 $ 40,000.00 Contract Amount Date completed 5. City of Anaheim Name and Address . Name of Project Manager: Caster Williams Project Manager's Phone No. 7( 1 4) 254-51 76 $ 70,000.00 1998 Contract Amount Date completed 6. Storm Drain — Name and Address Name of Project Manager: City of Hawaiian Gardens Ted Roias Project Manager's Phone No. 8( 1 8) 2 6 6'-3 2 9 4 $75,000.00 1998 Contract Amount Date completed C-14R 'Strath Pump Co. P.O. Box 2758 dy0ress, CA 90630 (877) 633-3975 GRADING CONTRACTOR EXPERIENCE BEACH MAINTENANCE FACILITY CC-812 Bid Opening January 3, 2001 Provide the information requested belowfor six (6) clients (projects) for whom the bidder has performed grading of comparable size and complexity (Minimum five (5) years experience on projects of comparable size and -complexity required): I Abalone Cove Landslide Abatement, Palos Verdes Name and Address Name of Project Manager:. DE Clarke Project Manager's Phone No. 3( 10 541 —761 4 $100,000,00 Ongoing Contract Amount Date completed 2. City of Rancho Palos Verdes Name and Address Name of Project Manager: David McBride Project Manager's Phone No. (ILO )37 7— 0 3 6 0 $500,000.00 Ongoing Contract Amount Date completed 3. Palos Verdes Estates, Palos Verdes Name and Address Name of Project Manager: Matt Gasper Project Manager's Phone No. 31 0 3 7 8— 0 3 8 3 $30,000.00 1997 Contract Amount Date completed 4. Dyer Road Sewer & Pump Station , Whittier Name and Address Name of Project Manager: Bruce Schuler /Larry Watson Project Manager's Phone No. 9( 0 9) 7 3 8 — 9 21 5 $3601000.00 Contract Amount Date completed 5. City of Anaheim Name and Address . Name of Project Manager: Caster Williams Project Manager's Phone No. 7( 1 4) 2 5 4 — 51 7 6 $ 70,000.00 1998 Contract Amount Date completed G. Storm Drain — City of Hawaiian Gardens Name and Address Name of Project Manager: Ted Rojas Project Manager's Phone No. 8( 1 8) 2 6 6— 3 2 9 4 $75,000.00 1998 _ Contract Amount Date completed C-15R _Strath Pump Co. P.O. Box 2758 GRADING CONTRACTOR EXPERIENCE ,.Cypress,' CA 90630 BEACH MAINTENANCE FACILITY `. (877 ). 633-3975 CC-812 Bid Opening January 3, 2001 1. Provide the information requested below for five (5) clients (projects) for whom the bidder has performed grading within one mile of ocean or bay shoreline with comparable groundwater conditions (Minimum five (5) years experience performing excavation, backfilling, compaction and grading on projects within one mile. of ocean or shoreline with comparable groundwater conditions required). Abalone Cove Landslide Abatement, Palos Verdes' 2. 3 4. 5 Name and Address Name of Project Manager: DE. Clarke . Project Manager's Phone No. 3( 10 ) 541 —7.61 4 $300,000.00 Ongoing Contract Amount Date completed City of Rancho Palos Verdes Name and Address Name of Project Manager: David McBride Project Manager's Phone No. 3( 1 0 ) 3 7 7— 0 3 6 0 $500,000.00 Ongoing Contract Amount Date completed LAB Building.00SD, HB Plant Name and Address Name of Project Manager: Tetra Tech. Project Manager's Phone No. (..... ) $ 60,000.00 .1996 Contract Amount Date completed Long Beach Port, Pier Improvements Name and Address . Name of Project Manager: Ben Day Project Manager's Phone No. (_) $ 250,000.00 1996 Contract Amount Date completed Newport Beach Library, Newport Beach Name and Address Name of Project Manager: Kol l Construction, Ralph Laymen Project Manager's Phone No. 9( 4 9 ) $ 40,000.00 Contract Amount 261 —2499 1996 Date completed . C-16R Charles King Co. GRADING CONTRACTOR EXPERIENCE 2841 Gardena Ave. signal. Hill, CA 90806 BEACH MAINTENANCE FACILITY .. (562) 426-2974 CC-812 Bid Opening January 3, 2001 Provide the information requested below for six (6) public agencies for whom the bidder has performed "Greenbook" grading work (Minimum three (3) years "Greenbook" experience performing. excavation, backfilling, compaction and grading required): l Orange County Sanitation District, Huntington Beach, Contract 11-23 Name and Address Name of Project Manager: Mike Bock Project Manager's Phone No.( 714 5 9 3 —7 3 4 0 $150,00.0.00 Dec. 1999 Contract Amount Date completed 2. City of Anaheim, Ball/Lemon Sewer Name and Address ,Name of Project Manager: Dave Nelson Project Manager's Phone No. ( 71 4) 7 6 5 — 31 6 8 $457,000.00 June 1998 Contract. Amount Date completed 3. CIty of Anaheim, Orange/La Palma Sewer Name and Address Name of Project Manager: Dave Nelson Project Manager's Phone No. 7( 1 4) 7 6 5— 31 6 8 $366,000.00 April 1999 Contract Amount Date completed 4. City of Redondo Beach, Pa:geo de la Playa Storm Drain Name and Address Name of Project Manager: Steve Huang Project Manager's Phone No. ( 31 0) 31 8 — 0 6 61 $ 60,000.00 Febr. 1998 Contract Amount Date completed 5: City of Glendale, Repair Earthquake Damaged Sewers IV Name and Address . Name of Project Manager: Dennia Ambayac Project Manager's Phone No. 8( 1 8 ) 5 4 8— 3 9 4 5 $490,000.00. April 2000 Contract Amount Date completed . 6. City of Huntington Beach, Downtown Sewer Rehab.. Name and Address Name' of Project Manager: Ken Basil Project Manager'.s Phone No. ( 71 5 3 6— 5 2 6 7 $100,000.00 December 2000 Contract Amount Date completed C-14R Charles King Co..GRADING CONTRACTOR EXPERIENCE 2841 Gardena Ave. BEACH MAINTENANCE FACILITY .Signal Hill, CA 90806 . (562) .426-29.74 CC-812 Bid Opening January 3, 2001 Provide the information requested below for six (6) clients (projects) for whom the bidder has performed grading of comparable size and complexity (Minimum five (5) years experience on projects of comparable size and complexity required): 1. City of Anaheim, Ball/Lemon Sewer'Improvements Name and Address Name `of Project Manager: Dave Nelson Project Manager's Phone No. ( 71 4) 53 6 — 31 6 8 $457,000.00 June 1998 Contract Amount Date completed 2• City of Anaheim, Orange/La Palma Sewers Name and Address Name of Project Manager: Dave Nelson Project Manager's Phone No.. ( 71J 5 3 6 - 31 6 8 $366,000.00: April 1999 Contract Amount Date completed 3. City of Glendale, Repair Earthgquake Damaged Sewers .IV Name and Address Name of Project Manager:_ Dennis Ambayac Project Manager's Phone No. ( 81 8) 5 4 8— 3 9 4 5 $490,000.00 April 2000 Contract Amount Date completed 4• city of Glendale, Repair Earthquake Damaged Sewers III Name and Address Name of Project Manager: Dertni.s Ambayac Project Manager's Phone No. ( 81 8) 5 4 8— 3 9 4 5 $244,000.00 June 1999 Contract Amount Date completed 5. City of Santa Monica, Earthquake Damaged Sewer Project 6 Name and Address Name of Project Manager: Anthony Anteeh Project Manager's Phone No. ( 31 0) 4 5 8 —8 7 21 $315,600.00 June 2000 Contract Amount Date completed 6. City of Los Angeles, FEMA U258 Name and Address Name of Project Manager: Roger Chandley Project Manager's Phone No. ( 21.3) 4 7 3 — 6 71 8 $189,000.00 October 2000 Contract Amount Date completed C-15R Charles King Co. GRADING CONTRACTOR EXPERIENCE 2841 Gardena Ave. BEACH MAINTENANCE FACILITY �,,Signal Hill, CA 90806 - (562) 426-2974 CC-812 Bid Opening January 3, 2001 l . Provide the information requested below for five (5) clients (projects) for whom the bidder has performed grading within one mile of ocean or bay shoreline with comparable groundwater conditions (Minimum five (5) years experience performing excavation, backfilling, compaction and grading on projects within one mile of ocean or shoreline with comparable groundwater conditions required). Orange County Sanitation, Huntington Beach Sewer Abatement Name and Address Name of Project Manager: Mike Bock Project Manager's Phone No. CZj 4 5 9 3— 7 3 4 0 $150,000.00 December 1999 Contract Amount Date completed 2. Sunset Beach Pipeline, Sunset Beach Sanitation District Name and Address Name of Project Manager: Ray Lewis Project Manager's Phone No. 9( 4 9} 4 9 7 —1 5 8 0 $50,000.00 May 1999 Contract Amount Date completed 3. Los Angeles County Flood Control, 17th St Pump Station Name and Address Name of Project Manager: Mike McMustus Project Manager's Phone No. 7( 1 4) 7 7 4 — 0 8 31 $325,000.00 June-1998 Contract Amount Date completed 4. Santa Barbara MTD, Dewatering and Trenches Name and Address Name of Project Manager: . John Anderson Project Manager's Phone No. ( 8 0 5) 9 6 3 —1 8 5 5 $130,000.00 June 2000 Contract Amount Date completed 5. City of Long Beach, Harbor Dept., Various Name and Address Name of Project Manager: Paul Shuts Project Manager's Phone No. ( 562 437-0041 $100,000.00 — $2,000,000.00 1973 — 1997 Contract Amount Date completed C-16R Jan-02-01 O4:34P Foothill Engineering 909 737 0792 L14/29/ 1996 LS: 0y 114 / 77f3978 GREAT WEST CONTR�CT . PAGL 02 i Foothill Engineering GRADING CONTRACTOR EXPE ENCIE 905 E. 3rd St. Corona, CA 92879 BEACH MAINTENANCE FAC ITY (909) 737-5391 CC-812 Bid Opening January 3, 2001 Provide the information requested below for six (6) public agencies for who+ the bidder has performed "Greenbook" grading work (Minimum three (3) years "Greenbook" experience performing excavation, backfiIIirtg, compaction and grading required) 1. Hilton -Ocean Grand Resort-PCL Civil Constructors. Name and Address Name of Project Manager _ Zia d Project Manager's Phone No. 7(_ 14) 960-4310 $300,000 Phase I 8 30 99 P ase I Cootract Amount Date completed Z- Tidelands Oil Project —Terminal Island—OB Constructors Name and Address _ -- Name of Project Manager:_ Clay Henderson — Project Manager's Phone No. 9( 49) _ 5 9 8 — 9 2 4 2 _ $121,000 3/21/00 _ Contract Amount Date completed 3 Sewer Pump Sta # 50 San_ D__iedo-Pacific 4ydrotech Cgxp.__ _ Name and Address Name of Project Manager_ Sean Finnegan_ .f, Project Manager's Phone No. 9C O9� 943-8803 $30,000 _ 2/12/00 Contract Amounr Date completed II, 4. Warehouse C OCSD Plant # 2 KPRS Construction Name and Address Name of Project Manager- Paul Kristed'a _ Project Manager's Phone No. 7( 14 _ 6 7 2— 0 8 0 0 $28,637 6/11/99 Contract Amount Date completed s. Lido_Pump Station, Newport Name and Address Name of Project Manager: Jim Pier i Project Manager's Phone No. 9( 09 ) $42,000 6 Contract Atnount Name and Address Name of Project Manager _ Project Manager's Phone Contract Amount 982-8803 8/31/99 completed i - Date completed_—_--- C-14R P_04 01/01/21db1 17.08 326-3696193 DOJA INC PAGE .02 JRN. 2 . z001 3: z3PM AUGER WD5 INC . NQ. • GRADMG CONTRACTOR EXPERIENCE • BEACH MAINTENANCE FACILITY CC-812, Sid OpWng January 3, 2001 Provide the information requested below fir six (6) public agencies for whom the bidder has performed "Greenbook" grading work (Minimum duet (3) years "Greenbook" experience pertbrming excavation, lztckFllitta, compaction and grading tequired): Name and adW-�_ Name of Project Manager: roject Manager's Photia No. 4mea AO�At Bate completed . Z Nss Natue of Project Manager: ft'ecr Menew's Phom No. Contract a ou tt Date completed IZZ3, Name and Address Name of Project Manager. A 1, Project Manager's Phone NO..(a 2 ) S. 6. Name and Address - - - Nitme of project Manager.��% ;.0 Proj5a Manager's Phone No. Name of Project Manapr: A)/EE&__C Project Manager's Phone No. L"J ca camp Name of Project Manager: Pr ect N12nager's PhoneIF 6po Cenrraot mount Date eornpleted C-14R 61)0JAq INC. GRADING & DEMOLITION CONTRACTORS (626) 369.3 Fax (626) 369-6196193 13224 E. VALLEY BLVD LA PUENTE, CA 91746 E-MAIL: jaberdoja®ce.com 01/02/2001 17:08 326-3696193 JAPA. 2.2,9C41 5 z-01M wLt oLr% DOJA INC GRADING CONTRACTOR EXPERIENCE BEACH MAINTENANCE FACILITY CC-812 ' Hid Opening Away 3.2001 Provide the inforntetien requested below for six (6) cllenta (projects) for whom The bidder has pertmed grading of comparable size and complaxAy (Minimum Eve (S) years experieaee on projects of comparable size and cotrplex4 required); 1. Name and Address Name of ProJeat M&Wer: ?roJect Manager's Phone No, LtAmoun Date completed Address Name b(Project Manager: Project Manager's Pone 30. (,3D y��_�- Leff",* .. 3. 1-- Name and Address . Name of Project Manager: Project Manager's Phone No, (Y,3 4. 4- Z9L Name and Address Narae of Project Manager-, ��JS Pr 'ect Manager's Phone No. 6( �S) — Contract Amount Dau 3 Name and Address /f Name of Project Manager:�liA G r>a7E Pro'ect Manager's Phone No. Contract Amount Date a. Name and Address Name of ProjectManager: Project Manager's Phone No. (JqJ L4304 CenQact Amount Dtire C-15R 61)0JAq INC. GRADING & DEMOLITION CONTRACTORS 13224 E. VALLEY BLVO., LA PUENTE. CA 91746 (626)369.9573 Fax (626) 369-6193 E-MAIL: jaberdoja®ce-corn PAGE 04 -01/02/2001 17.48 326-3696193 DOJA'INC PAGE 02 JAN. . 20C 1 3: 24PM Frr GRADING CONTRACTOR EXPERIENCE BEACH MAINTENANCE FACILITY CC-812 Bid Opening January 3, 2001 I. Provide the infbmetion requested below fbr five (3) clients (projects) for whool Ow bidder has patfotmed gratiLng within one mile of or -on or bay' shoreline with aompanble SroundwdM amdilions (Minimtun (lve (5) years experience performin6 excavation, backfilling, compaction and dradin j on projects within one mile . . of ocean or shoWins with qimpattble groundwater c ditions required). :� 1 i 5 IJ• Name and Address Namof Project Manager:nz.A'� Pr6aet Manager's Phora Na. L!Llp , 714 D _ t5-r-O Contract Amount _ Date completst2. I 4. Nattte of Project Manager:,„ Project Manager's Phere No. (`-jjQj Date Name of Project Manager. Prujtstt Manager's Phone No. ('310 ) Name of Ploleet Manager- I Ptnject Manager's Phone No. umL _ 0.5 = 1� s. ►�� ; 11. �: Name of Pmject Manager. 1 Projcc_ Manager's Phone No, ($2-3) — 'VZXads Contrdrx Atnuunt Date complete, C-16R `DOJA, INC. GRADING `& DEMOLITION CONTRACTORS 13224 E. VALLEY BLVD., LA PUENTE, CA 91746 0 (626) 369-9573 Fax (626) 369.6193 E-MAIL: jaWrdojs®ca-cotn r nni rrr+QTTrrT CalEx Engineering GRADING CONTRACTOR EXPERIENCE 23651 N., Pine St. Newhall, CA . 91321 BEACH MAINTENANCE FACILITY (81 8) . 367-21 77 CC-812 Bid Opening January 3, 2001 Provide the information requested below for six (6) public agencies for whom the bidder has performed "Greenbook". grading work (Minimum three (3) years "Greenbook" experience performing excavation, backfilling, compaction and grading required): Physics & Astronomy Building, UC Regents Name and Address Name of Project Manager: Ron Enholm, UCLA Contract Direct Project Manager's Phone No. ( 31 (I) 2 p h - n 3 21 $1,553,000.00 Phase I Nov. 2000 Contract Amount Date completed 2. UCI, Sprague Hall, UC Regents Name and Address Name of Project Manager: Nielson —Dillingham, G.C. Project Manager's Phone No. ( 9 4 9) 5 0 9— 7 4 4 7 $236,430.00 Nov. 2000 Contract Amount Date completed 3 South Mountain Road Project, County of Ventura Name and Address Name of Project Manager: Contract Direct Project Manager's Phone No. ( 8 0 5) 6 5 4 —2 01 8 $1,497,737.00 April 1999 Contract Amount Date completed 4. Name and Address Name of Project Manager: Project Manager's Phone No. ( ) Contract Amount Date completed .5. Potero Canyon Park Name and Address . Name of Project Manager: LA Dept. of Parks & Recr. . Project Manager's Phone No. (___) $3,500,000.00 On -going Contract Amount Date completed 6. Los Angeles Airport, American & United Air (many projects) --------------- Name and Address Name of Project Manager: Peck Jones Project Manager's Phone No. ( 31 0) 3 3 7 — 0 9 91 $2,000,000.00 On —going _ Contract Amount Date completed C-14R -"CalEx Engineering GRADING CONTRACTOR.EXPERIENCE ; 23 6.51 N Pine St . BEACH MAINTENANCE FACILITY Newhall, CA. 91321 ( 81 8) 36 7 —2177 CC-812 Bid Opening January 3, 2001 Provide the information requested below for six (6) clients (projects) for whom the bidder has performed grading of comparable size and complexity (Minimum five (5). years experience on projects of comparable size and complexity required): 1• St. Francis High School Parking Structure, La Canada Name and Address Name of Project Manager: Terry Vernon, Pankon BLi 1 di na Project Manager's Phone No. ( 6 2 6) 7 91 —1 1 2 5 $165,750.00 Ongoing Contract Amount Date completed 2. Bluffside Apts., Studio City Name and Address Name of Project Manager: Jeff Chin. AmPr.ican rnnc-;t-rnction Project Manager's Phone No. 7( 1 4.) 3 7 7 —1 41 4 $185,000.00 Ongoing Contract Amount Date completed 3. Berm Restoration & Ranch Name and Address Name of Project Manager: Warner Bros. Const Dept Project Manager's Phone No. 8( 18 2 4 6 — 3 4 81 $475,000.06 Nnv, 2nnn Contract Amount Date completed 4 Calleguna Creek Debris Removal Name and Address Name of Project Manager: Ventura County Flood Control Dist. Project Manager's Phone No. $1,168,591.00 Contract Amount Date completed 5. Albertson's Market District Center Name and Address Name of Project Manager: Epstein Const . , Inc. Project Manager's Phone No. ( 71 4) 671 6180 $4451217.00 Nov.,,2000 Contract Amount Date completed 6. Belmont Village for Assisted Living Name and Address Name of Project Manager: M. W. Builders Project Manager's Phone No. 9( 1 3) 3 4 5 0 0 0 7 $440,000.00 Ongoing Contract Amount Date completed C-15R CalEx Engineering GRADING CONTRACTOR EXPERIENCE 23651 N.-Pine St.. BEACH MAINTENANCE FACILITY Rewhall, CA 91321 ¢818) 367-2177 CC-812 Bid Opening January 3, 2001 1. Provide the information requested below for five (5) clients (projects) for whom the bidder has performed grading within one mile of ocean or bay shoreline with comparable groundwater conditions (Minimum five (5) years experience performing excavation, backfilling, compaction and grading on projects within one mile of ocean or shoreline with comparable groundwater conditions required). Long Beach Aquarium, Long Beach Name and Address Name of Project Manager: Turner Construction Project Manager's Phone No. ( 3 2 3) 8 91 — 3 0 0 0 $350,000.00 June 1996 Contract Amount Date completed 2. Oxnard Self Storage, Oxnard Name and Address Name of Project Manager: Coury Enternrises., Tnc _ ProjectManager'sPhoneNo. 8( 18 ) 591-0891 $168,000.00 Ongoing Contract Amount Date completed 3. Many Projects at Ceders —Sinai -.'(Hospital c Name and Address Name of Project Manager:. Peck/JOnes Walter Project Manager's Phone No.( 1 0 ) 4 7 0 —1 8 8 5 $304,200.00 October 1998 Contract Amount Date completed 4. Valencia Water Rec., LAC Santitation Name and Address Soil Stab. job in Ground Water. Name of Project Manager: Peck/Jones Project Manager's Phone No. ( 31 0) 6 9 9 — 7 41 1 $2,400,000.00 Contract Amount Date completed 5. Name and Address Name of Project Manager: Project Manager's Phone No. Contract Amount Date completed C-16R J. [OUC OF HUNTINGTON BEACH 2000 Main Street P.O. Box 190 Huntington Beach, CA 92648 LETTER OF TRANSMITTAL. Fax (714) 374-1573 Attention: Connie Brockway Date: January 11, 2001 To: City Clerk's Office 2000 Main Street Huntington Beach, CA 92648 Project/C.C. No.: C. C. No. 812 Regarding: Beach Maintenance Facility We are sending you: El By Mail By Fax Mail(Number of pages including this sheet:) ® We are hand delivering: F1 Attached Under a separate cover via the following items: Shop drawings El Prints El Plans El Samples Specifications El Copy of letter Change Order ® Other: Contractor's Bid Documents Item # Co ies Pa es, Descri Lion , 1 1 Bid Documents from Great West Contractors 2 1 Bid Documents from Wee er Bros. 3 1 Bid Documents from Pima Corporation 4 1 Bid Documents from USS Cal Builders Inc. 5 1 1 Bid Documents from SMC Construction Inc. These are transmitted as checked below: 0 For approval Approved as submitted ❑ ® For your use Approved as noted ❑ ❑ For your action Returned for corrections For review/comment Remarks: Resubmit copies for approval Submit copies for distribution Return corrected prints Other: Public Works has completed the review of the bids for the Beach Maintenance Facility. Find the above original documents attached for the City Clerk's Office records. Please contact me at extension 1735 with any questions you may have. cc: By: %k ��_ Mark Uphus, Ass i to Civil Engineer G:\CONSTRUCTION CONTRACTS (CCS)\CC812\CORRESP\TRANSMIT\TO10111CLERK.DOC LimCITY OF HUNTINGTON BEACH 2000 MAIN STREET CALIFORNIA 92648 OFFICE OF THE CITY CLERK CONNIE BROCKWAY CITY CLERK February 20 ,2001 To: USS CAI, BUILDERS, INC. 12792 Valley View St., #D Garden Grove, CA 92845 Enclosed please find your original bid bond issued by Fidelity and Deposit Company of Maryland for Beach Maintenance Facility CC-812 4 � �00� 0'4e�; � — Connie Brockway, CMC City Clerk Enclosure g:/fol lowup/cashcon/returnbidbond. doc (Telephone: 714-536-5227 ) Bond No ......... N./.A................ DepositFideli aCompanyrY HOME OFFICE OF MARYLAND BALTIMORE, MD. 21203 DID BOND KNOW ALL MEN BY THESE PRESENTS: That we USS CAL BUILDERS, INC. ................................................................. ..............................:. .. . . ............................................... as Principal, (hereinafter. called the "Principal"), and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, 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..HUNTING.TON BEACH. ...................................... ...-----...---............--------------............................................. .................................. .................................................................................................................................................................................................. ..................................................................................................................as Obligee, (hereinafter called the "Obligee"), in the sum of ...... TEN.PERCENT OF AVOUNT.BIO** Dollars ($.10� OF.BIf1** )� . ............................ for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for................................................................................................... .................................................................................................................................................................................................. BEACH MAINTENANCE FACILITY -NEW CONSTRUCTION CC-81?- .................................................................................................................................................................................................. 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 ................ ..day of..........JANUARY 2001 ............................... ...........A.D. ........ SS CAI, BUILDERSt..INC:............................(SEAL) Principal lVitness .. 1 Title FIDELITY AND DEPOSIT COMPANY OF MARYLAND Surety % ......... (SEAL) I•Vitness Title KELLY SAITMAN ATTORNEY -IN -FACT. C325d-150M, Approved by The American Institute of Architects, A.I.A. Document No. A-310 February 1970 Edition. c CALIFORNIA ALL PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA S.S. COUNTY OF SAN BERNARDINO ) On 010 before me, Janet L. Miller, Notary Public personally appeared Kelly A. Saitman personally known to me; X or proved to me on the basis of satisfactory evidence to be the person1,-L4— whose name(.- is/arT subscribed to the within instrument and acknowledged to me that (�z/she/t•$rep) executed the same in bl-g/her/t})� authorized capacity and, that the entity upon behalf of which the person (.e-}- acted, executed the instrument. WITNESS my hand and official seal. (SEAL) Si ture of Not r Public Y CAPACITY CLAIMED BY SIGNER: Though statute does not require the notary to fill in the data below, doing so may prove invaluable to persons relying on the document. Individual(s) Corporate officer(s) Titles Partner(s) X Attorney -in -Fact Trustee(s) Guardian/Conservator Other: and _ Limited General Signer is representing: ATTENTION NOTARY: Although the information requested below is optional, it Cviiid vreveilt -Fraudulent attachment of th�5 CE'rtlfi Cdte to unauthorized document. Title of type of document: Number of pages: Date of document: Signer(s) other than named above: THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED ABOVE. KAS/189837 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 W. B. WALBRECHER, 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, which are set forth on the reverse side hereof and are hereby certified to be in full and effect the date hereof, does herebynominate, constitute and appoint Kelly A. SAITMAN, of Ontario Omrnia, it and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its beh urety, its act and deed: any and all bonds and undertakings and the execution of such bonds or u ings in ce of these presents, shall be as binding upon said Company, as fully and amply, to all intents an ses, as ' ad been duly executed and acknowledged by the regularly elected officers of the Company at its o Baltim_ , in their own proper persons. The said Assistant Secretary does hereby ce4tha Article VI, Section 2, of the By -Laws of sal pany, IN WITNESS WHEREOF, the said V esident affixed the Corporate Seal of the said F TY A _ A.D.1999. ATTEST: FIDELIrAND D I ."'-T. E. Smith State of Maryland } ss: County of Baltimore ))) the 6w, set forth on the reverse side hereof is a true copy of now in force. 0 ssistant Secretary have hereunto subscribed their names and POSIT COMPANY OF MARYLAND, this 25th day of March, COMPANY OF MARYLAND Secretary By: W. B. Walbrecher Vice -President On this 25th day of March, A.D. 1999, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came W. B. Walbrecher, 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. d1.1 F,y J/ �(%M. Carol J. FapVr Notary Public My Commissi ' Expires: August 1, 2000 L1428-012-7170A - ---------------------------------------------------I BIDDER: USS CAL BUILDERS, INC. 12792 VALLEY VIEW ST. #D GARDEN GROVE, CA 92845 CONTRACTOR'S LICENSE #654454 OWNER: CITY OF HUNTINGTON BEACH 2000 MAIN ST. HUNTINGTON BEACH, 92648 PROJECT: BEACH MAINTENANCE FACILITY RE -BID BID DATE: 1/3/01 BID TIME: 2:00 PM i f 0 . L ---------------------------------------------------- A I SECTION C PROPOSAL for the BEACH MAINTENANCE FACILITY at 8669 Edison Avenue CASH CONTRACT No. 812 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 the selected working day schedule, 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-1R If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find BID BOND in the amount of $ 10 / 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: I'✓ _WA1 1 I M��1 ■ 11 E ■ 11 �i � .a►.�:� , i PROJECT BID SCHEDULE BEACH MAINTENANCE FACILITY 8669 Edison Avenue Huntington Beach, CA 92648 CASH CONTRACT No. 812 TOTAL AMOUNT LUMP SUM BID IN FIGURES: S 2j 5- `/ 9/ 0150 TOTAL AMOUNT LUMP SUM BID IN WORDS: T �� � t� ��aUaI1s 61,u �� ti 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 (by percentage of the total bid) of the work to be done by such subcontractor. P. Portion of Work. an 9n' Name of. Subcontractor and Address State License Number Class SAIKAV^Vgx GRAPIV DOJO► 6-9AoiwG Gas 4W6� u}. 59 7 G 4� A A �vM,si•�6 Ait F�.yBa✓� CJ 6'4R.va'4 "OV-S 3¢2 G 7 & C �Vi4�t. fliRn9�ee�es •WC. 9 7V4t4,vc0, (4. 77774 C, ova ^VA1414 tave .0446W ofccN*M6 iae. e GaVtr- 66-rv, CA. 4/86 9 4 C, MRsoN�¢Y •�'i��to6oc�,t n•o•¢scrver Ga �c.ac�ivna cA. S� z. s y 4 C• 29 ��c GiCber� S derv, �� I65 C. to /i. C 44Y/NG �' n/7Ot.wQ PA�I�NG CJ CWA-/6 LA 3 G 2 3 7$ A GWA�R arMD .y)0'-„�49 �xrc. �PARRiv.O�,vT c a . J `f / 3 7 S 6 A, .d 40I4.I0/ E r SCV7W COAS 14VZW-67. &-c aob 601wrdr cvz j�2 1owwa valA✓ eaacm, 44 -Coe? 8 3 AW114n!vc 4-24-"e ooeo oo vw L-' ovavr. u.a tea. 7$7Jr79A- L 4.a "4 woo i 1'e.[/6A?J 0AI SvK - "cr 69NOS"PW ��a.w- fWA�tre�l SZ ¢ Sy MdA7'*d-S "W. AWPAMI 41M"?7 toHP un4AaS R ol-r .444seo /NG a ANAMeM, lA. 37Z3S A, A oewAraaea�� C?91,WWC"1r/ L-0 owraieio �¢88 79 A, ?W .sf /N,r, RTT lIK& PtW7' e oQEa�r7A- , 4n-, lv S/ 17 By su mission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work that 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. G'eEes-say, Wrobc lnc_ � 6,V- C-4R J �( LIST OF VENDORS All bidders are required to furnish the following information relative to the vendors that he/she proposes to use. Name of Vendor Address of Office and Telephone Type of Material or Product Number and Model(s) Number(s) C-5R NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of Orange JENNIFER HOTRUM, being first duly sworn, deposes and says that he or she is PRESIDENTof TT,.;,-, CAT, RtjTT.n 5)artgqpking 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. JENNIFER HOTRUM Name of Bidder Signs - = f Bidder 12792 VALLEY VIEW ST. #D Address of Bidder GARDEN GROVE, CA 92845 Subscribed and sworn to before me this NOTARY PUBLIC 2nd C-6R day of JANUARY 2001 ALLEN A. OTHMAN COMMISSION #1232471 ORANGE COUNTY p My UCommissioGUST 16n oo "NCPAR SEAL UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as BEACH MAINTENANCE FACILITY, (1)(we)(it) .will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promised and agrees that all such work shall -be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of. California Cal -OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. USS CAL BUILDERS, INC. Co .J JENNIFER HOTRUM IC A Title Date: 1/2/01 PRESIDENT C-7R 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 [ X ] 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-8R COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate: I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. USS CAL BUILDERS, INC. C ntra or JENNIFER HOTRUM PRESIDENT Title Date: 1/2/01 C-9R i BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: USS CAL BUILDERS, INC. Bidder Name 12792 VALLEY VIEW ST. #D Business Address GARDEN GROVE, CA 92845 ( ) 7.14/895-5999 Telephone Number 654454 CLASS B State Contractor's License No. and Class _. 9/30/92 Original Date Issued 9/30/03 Expiration Date The work site was inspected by LINDA STEADMAN 11/9/00 20 of our office on gars of successful prior The following are persons, firms, and corporations having a principal interest in this proposal: JENNIFER HOTRUM MAURICE ABRAHAM C-11R VICE PRESIDENT The undersigned are prepared to satisfy the Council of the City of Huntington Beach of their ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. Signature of Bidder .TFNNTFF.R EnTRUM Printed or Typed Signature 12792 VALLEY VIEW ST. #D GARDEN GROVE, CA 92845 Address of Bidder ( 714 Telephone Number 895-5999 Subscribed and sworn to before me this 2nd NOTARY PUBLIC ALLEN OTHMAN C-12R day of JANUARY , 2001 . ALLEN A. OTHMAN COMMISSION #1232471 ORANGE COUNTY My Commission Expires AUGUST 16, 2003 ARY SEAL 0 Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past three years: SEE ATTACHED 1. 2. 3. Name and Address Name of Project Manager: Telephone No. of Project Manager: 1.V11LLdI.L 11111VLL11L Name and Address Name of Project Manager: Telephone No. of Project Manager: %—V11ui11:L 11111Vu11L Name and Address Type of Work Date Completed Type of Work Date Completed Name of Project Manager: Telephone No. of Project Manager: Contract Amount Type of Work Date Completed C-13R PROJECT EMERSON E.S. 1011 E. COLDWELL COMPTON, CA 90221 310/898-6170 NEW HORIZON SCHOOL 626 CYPRESS AVE. PASADENA, CA 91103 626/795-5186 PRIETO SPORTS 9536 GIDLEY AVE. TEMPLE CITY, CA 91780 626/350-0124 HAKIM RESIDENCE 10530 BUTTERFIELD AVE. LOS ANGELES, CA 90064 310/204-3322 CREATIVE COMPUTERS 2555 W, 190TH ST. TORRANCE, CA 90504 310/354-5600 OCEAN PARK E.S. 2526 6TH ST. SANTA MONICA, CA 90405 VA MODULAR BUILDING 5901 E. 7TH ST. LONG BEACH, CA 90822 562/494-2611 CAFETERIA RENOVATION 16007 CRENSHAW BLVD. TORRANCE, CA 90506 310/660-3015 USS CAL BUILDERS, INC. 12792 VALLEY VIEW ST. SUITE D, GARDEN GROVE, CA 92845 COMPLETED PROJECTS (PAGE 1 OF 3) DESCRIPTION AMOUNT OWNER MODERNIZATION $2,300,000 COMPTON U.S.D. 604 S. TAMARIND AVE. COMPTON, CA 90220 310/639-4321 CONTACT: TIMOTHY WHITE NEW BLDG. $1,200,000 ISLAMIC CENTER OF S.C. 434 S. VERMONT AVE. LOS ANGELES, CA 90020 213/382-9200 CONTACT: NAZIR MODERNIZATION $6,300,000 HASS ZEENI 9536 E. GIDLEY AVE. TEMPLE CITY, CA 91780 626/350-0124 REMODEL $110,000 SAM HAKIM ADDRESS SAME REMODEL $480,000 SAM KHULUSI ADDRESS SAME CONCRETE $1,030,000 SANTA MONICA UNIFIED S.D. 1651 16TH ST. SANTA MONICA, CA 90404 310/450-8338 CONCRETE $1,030,000 USA VETERANS ADMINISTRATION ADDRESS SAME RENOVATION $150,000 EL CAMINO COMMUNITY COLLEGE 16007 CRENSHAW BLVD. TORRANCE, CA 90506 310/660-3015 CONTACT: BOB GANN ARCHITECT GATEWAY ARCHITECTS 7300 ALONDRA BLVD. STE 201 PARAMOUNT, CA 90723 562/529-8780 MHF ARCHITECTS 1971 ASHINGTON DR. GLENDALE, CA 91206 818/952-7072 CONTACT:AHMED HADRARY SAME SAME SAME CAL IBA, INC. 11222 LA CIENEGA BLVD. #569 INGLEWOOD, CA 90304 CONTACT: ALEX DUBOIS 310/645-9671 CAL IBA, INC. 11222 LA CIENEGA BLVD. #569 INGLEWOOD, CA 90304 CONTACT: ERIC OTHMAN WARD ARCHITECTS 1015 E. CHAPMAN AVE. #205 FULLERTON, CA 92631 CONTACT:BRUCE WARD 714/526-2273 COMPLETE - j 1998 1996 1997 1997 1996 1996 1993 1998 COMPLETED PROJECTS (PAGE 2 OF 3) PROJECT DESCRIPTION AMOUNT LONG BEACH SCHOOLS PH. 11 RESTROOM REMODEL $215,196 VARIOUS SCHOOLS 10 SITES LONG BEACH SCHOOLS - PH. I RESTROOM REMODEL $170,000 VARIOUS SCHOOLS 6 SITES OWNER ARCHITECT LONG BEACH UNIFIED SCHOOL DISTRICT LONG BEACH UNIFIED S. D. 2425 WEBSTER AVE. 2426 WEBSTER AVE. LONG BEACH, CA 90810 LONG BEACH, CA 90811 562/595-9574 562/595-9575 CONTACT: JOHN NIMMONS CONTACT: JOHN NIMMONS LONG BEACH UNIFIED SCHOOL DISTRICT LONG BEACH UNIFIED S. D. 2425 WEBSTER AVE. 2426 WEBSTER AVE. LONG BEACH, CA 90810 LONG BEACH, CA 90811 562/bv5-9574 562/595-9575 CONTACT: JOHN NIMMONS CONTACT: JOHN NIMMONS MARTIN LUTHER KING E.S. RECONSTRUCTION $350,000 COMPTON U.S.D. 2270 E. 122ND ST. 604 S. TAMARIND AVE. COMPTON, CA 90222 COMPTON, CA 90220 3101898-6430 310/639-4321 CONTACT: RAY SAN FERNANDO APARTMENTS RENOVATION $2,200,000 H.A.C.L.A. 10995 LEHIGH ST. 2600 WILSHIRE BLVD. PACOIMA, CA 91331 LOS ANGELES, CA 90057 213/252-2500 CONTACT: SALVADORE JEMINEZ POLICE FACILITIES NEW BUILDING $964,000 EL CAMINO COMM. COLLEGE 16007 CRENSHAW BLVD. 16007 CRENSHAW BLVD. TORRANCE, CA 90506 TORRANCE, CA 90506 310/660-3015 310/660-3015 CONTACT: BOB GANN LONG BEACH SCHOOLS - PH. III RESTROOM REMODEL $246,230 LONG BEACH UNIFIED SCHOOL DIST VARIOUS SCHOOL LOCATIONS PURCHASING BRANCH 2201 E. MARKET ST. LONG BEACH, CA 90805 562/426-5974 CONTACT: JOHN NIMMONS CERAMICS CLASSROOM RENOVATION $92,700 HUNT. BEACH UNION H.S. DISTRICT 15871 SPRINGDALE ST. 10251 YORKTOWN AVE. HUNTINGTON BEACH, CA 92649 HUNTINGTON BEACH, CA 92649 714/536-7521 CONTACT: ED BAKER GYM RENOVATION PLUMBING $45,000 CITY OF LA HABRA HEIGHTS 1885 N. HACIENDA BLVD. 1245 N. HACIENDA BLVD. LA HABRA HEIGHTS, CA 90631 LA HABRA, CA 90631 562/694-6302 CONTACT: RON MORGAN FIELDS DEVERAUX ARCHITECTS 5150 WILSHIRE BLVD. LOS ANGELES, CA 90036 323/965-7444 CONTACT: MILTON EWELL MARTINEZ AMADOR ARCHITECTS 8405 PERSHING AVE. ROOM 201 PLAYA DEL REY, CA 90293 310/306-4708 PJHM ARCHITECTS 647 CAMINO DE LOS MARES STE. 201 SAN CLEMENTE, CA 92673 949/496-6191 CONTACT: TOM KRUSE LONG BEACH UNIFIED S.D. MAINTENANCE DEPT. 2201 E. MARKET ST. LONG BEACH, CA 90805 562/634-5013 CONTACT: JOHN NIMMONS KPI ARCHITECTS 650 E. PARKRIDGE AVE. STE. 105 CORONA, CA 92879 909/270-2979 CONTACT: BOB SMITH N/A COMPLETED 1999 1998 1995 1999 Sep-99 Sep-99 Sep-99 Mar-00 COMPLETED PROJECTS (Page 3 of 3) DAD MILLER GOLF COURSE CLUBHOUSE $248,000 430 N. GILBERT ST. IMPROVEMENTS ANAHEIM, CA 92805 LONG BEACH SCHOOLS RESTROOM REHAB $38,670 BIXBY/ROGERS FIRE STATION #6 NEW CONSTRUCTION $1,192,670 110 W. UPPER DRIVE CORONA, CA CITY OF ANAHEIM 200 S. ANAHEIM BLVD ANAHEIM, CA 92805 714/465-5176 CHUCK SMITH LONG BEACH U.S.D. 2425 WEBSTER AVE. LONG BEACH, CA 90810 562/595-9574 CONTACT: JOHN NIMMONS CITY OF CORONA 815 W. SIXTH ST. CORONA, CA 91720 9091736-2424 909/736-3497(F) CONTACT: BOB GERMAN MEYER & ASSOCIATES 23265 S. POINT DR. #102 LAGUNA HILLS, CA 92653 949/380-1151 CONTACT: RANDY MEYER N/A ARCHITECTS ORANGE 144 N. ORANGE ST. ORANGE, CA 92866 714/639-9860 714/639-5286 CONTACT: ROGER DUPONT Feb-00 Jul-00 Sept.-00 GRADING CONTRACTOR EXPERIENCE BEACH MAINTENANCE FACILITY CC-812 Bid Opening January 3, 2001 Provide the information requested below for six (6) public agencies for whom the bidder has performed "Greenbook" grading work (Minimum three (3) years "Greenbook" experience performing excavation, backfilling, compaction and grading required): 1. 4th AND PICO, SANTA MONICA PUBLIC SAFETY Name and Address FORD EL Name of Project Manager: Project Manager's Phone No. (_� SAME $1,427,559.50 DEC. 99 Contract Amount Date completed 2. NAVY BASE STATION Name and Address FORD EL Name of Project Manager: Project Manager's Phone No. (_) SAME $225,000 Contract Amount Date completed WEST LOS ANGELES COLLEGE Name and Address Name of Project Manager.. REZA/DJ AMnR07.0 Project Manager's Phone No. 4( 1 2 8 8- 8 7 6 7 $350,000.00 MARCH 98 Contract Amount Date completed 4. UC RIVERSIDE Name and Address DENNIS J . AMOROSO Name of Project Manager: Project Manager's Phone No. 7( 14 ) 704-1888 $171,000.00 JUNE 2000 Contract Amount Date completed OLIVE VIEW UCLA MEDICAL CENTER Name and Address Name of Project Manager: DANIEL CUSOM010 Project Manager's Phone No. 6( 2 6 3 00 - 3 2 6 6 $552,973.00 MARCH 2O00 Contract Amount Date completed BAY VISTA CONV. HOSPITAL Name and Address Name of Project Manager: Project Manager's Phone No. ( 3 2 3) 9 3 7 -10 5 0 $,q�np Q0 JUNE 98 Contract Amount Date completed C-14R GRADING CONTRACTOR EXPERIENCE BEACH MAINTENANCE FACILITY . ' CC-812 Bid Opening January 3, 2001 Provide the information requested below for six (6) clients (projects) for whom the bidder has performed grading of comparable size and complexity (Minimum five (5) years experience on projects of comparable size and complexity required): 4th AND PTCn, SANTA MnNTCA 211111TC SAFETY Name and Address Name of Project Manager: FORD EL Project Manager's Phone No. ( 3102 6 4 - 214 5 $1,427,559.50 nFr 99 Contract Amount Date completed NAVY RASF. STATTnN Name and Address Name of Project Manager: FORD EL Project Manager's Phone No. ( 310) 264-2145 $225,000.00 nFr. 99 Contract Amount Date completed 3. ST. JOHN OF GOD Name and Address Name of Project Manager: TOWER ENGINEER Project Manager's Phone No. 3( 2 3 ) 2 5 8 - 353 5 Contract Amouni Date completed 4. 1763 ROYAL OAKS Name and Address Name of Project Manager: ELLIAS CONSTRUCTION Project Manager's Phone No. 8( 18591-9499 $ 91 9, 604- Q 1117 y 99 Contract Amount Date completed 5. 13687 TELEGRAPH RD. Name and Address Name of Project Manager: ELLIAS CONSTRUCTION Project Manager's Phone No. g( 18) 591-9499 $125 000_nn DUNE 98 Contract Amount Date completed 6. FOOD FOR LESS Name and Address Name of Project Manager: RTRCHF.R CONSTRII('TTnN Project Manager's Phone No. 9( 49 ) 629-4300 $11 0,nnn nn ;AUGUST 2000 Contract Amount Date completed C-1 5R GRADING CONTRACTOR EXPERIENCE BEACH MAINTENANCE FACILITY CC412 Bid Opening January ;, 2001 l . Provide the information requested below for five (5) clients (projects) for whom the bidder has performed grading within one mile of ocean or bay shoreline with comparable gramdwater conditions (Minimum five (5) years experience performing excavation, backfilling, compaction and grading on projects within one mile of ocean or shoreline with comparable groundwater conditions required). SOUTHWEST DIVISION/NAVAL FACILITIES Name and Address Name of Project Manager: FORD EL 2 Project Manager's Phone No.( 310) 2 6 4 - 214 5 $60,000.00 SEPT. 99 Contract Amount Date completed WEAPON NAVAL, NAVY RASE. STATTON Name and Address Name of Project Manager: FORD EL Project Manager's Phone No. 3( 10 ) 2 6 4 - 214 5 . 9 9 s _ nnn_ nn DEC. _ 99 Contract Amount Date compkted 3. 4th AND PICO, SANTA MONICA Name and Address Name of Project Manager: FORD EL Project Manager's Phone No. 3( 10) 2 6 4 - 214 5 $1� 497� 5SS 5n FF.R _ 9000 Contract Amount Dace completed 4. PLAYA DEL SOL MANCHESTER/SEPULVEDA Name and Address Name of Project Manager: Project Manager's Phone No. ( 310) $50,000..00 Contract Amount 568-8500 MARCH 2O00 Date completed 5. BAY VISTA CONVELESCENT HOSPITAL Name and Address Name of Project Manager: CENTURY QUALITY MANAGEMENT Project Manager's Phone No. Q 2 3 ) 9 3 7 -10 5 0 $952000.00 SEPT. 99 Contract Amount Date completed C-16R CITY OF HUNTINGTON BEACH 2000 MAIN STREET OFFICE OF THE CITY CLERK CONNIE BROCKWAY CITY CLERK February 20, .2001 To: SMC Construction Co. 2691 Dow Avenue, Unit B Tustin, CA 92780 CALIFORNIA 92648 Enclosed please find your original bid bond issued by Fi del i ty and Deposi t- Company of Maryland for Beach Maintenance Facility CC-812 Connie Brockway, CIVIC City Clerk Enclosure g:/fol lowup/cashcon/return bidbond.doc (Telephone: 714-536.5227 ) Bond No ......... N./A................ Fidelity and Deposit Company HOME OFFICE OF MARYLAND BALTIMORE, MD. 21203 BID BOND KNOW ALL MEN BY THESE PRESENTS: That we,....... CFIEGINZ.. M BP.R S S,.. . .0.2..R CINN..C.�1 -ANY. ..........................................................:.................................... as Principal, (hereinafter called the "Principal"), and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, of Baltimore, Maryland,. a corporation duly organized under the laws of the State of Maryland, as Surety, (hereinafter called the "Surety"), are held and firmly bound unto..............CITY-OF..HUNTINGTON.BEACH........................................ ............................................................................... .............................. ................................................................•------........-----......----...................................................---.............................................. ........................................................................................................••--•--...as Obligee, (hereinafter called the "Obligee"), in the sum of......... TEN PE..RCENT OF AMOUT BID** ..Dollars ($J0% OF- BID** ) .............................................. ................* for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for.................................................................................................. CITY OF HUNTINGTON BEACH MAINTENANCE FACILITY #812 ...........................•-••---.....----....-•---•---•--.....--•---.........-•--•-...............................................................................--•-.......................... 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 suf, cient 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............ 28TH........................................day of........... DECEMBER ......................... A.D. A.2�. .............. ........_..._......._.._..............................._.. Witness FIDELITY AND ... . I ............. .•----•--•-•...........: --------....................-- Watness C325d—ISOM. Approved by The American Institute of Architects, A.I.A. Document No. A-310 February 1970 Edition. CHEGINI ENTERPRISES, INC. DBA SNC CONSTRUCTION COMPANY ......................... ...................... ......(SEAL) Principal ......................... �/P��..... Title DEPOSIT COMPANY OF MARYLAND Surety By.4A.SAI i. J.,.... (SEAL) KELLY ATTORNEY -IN -FACT ` Ztl- CALIFORNIA ALL PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA ) S.S. COUNTY OF' SApN/ BERNA.RDINO ). On � 0/66 before me, Janet L. Miller, Notary Public personally appeared Kelly A. Saitman personally known to me; X or proved to me on the basis of satisfactory evidence to be the personj,-.�-whose name (.a-)- is/ate subscribed to the within instrument and acknowledged to me that . Qae/she/t4teg) executed the same in b.irs'/her/tbAe� authorized capacity Uee-s, and. that the entity upon behalf of which the person(.e}- acted, executed the instrument. WITNESS my hand and official seal. (SEAL) JANET L. MILLER COMM. #1147631 < %y NOTARY PUBLIC - CALIFORNIA uAi Qa�_ee_� .. _;�' "!% SAN 3ERNARDINO COUNTY w My Comm. Expires July 20, 2001 Si ture of Notary Pub is CAPACITY CLAIMED BY SIGNER: Though statute does not require the notary to fill in the data below, doing so may prove invaluable to persons relying on the document. Individual(s) Corporate Officer(s) Titles Partner(s) X Attorney -in -Fact Trustee(s) Guardian/Conservator Other. and _ Limited General Signer is representing: ATTENTION NOTARY: Although the information requested below is optional, it could nrevent fraudulent attachment of this certificate to unauthorized document. Title of type of document: Number of pages: Date of document: Signer(s) other than named above: THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED ABOVE. KAS/169637 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 W. B. WALBRECHER, 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 and effect the date hereof, does herebynominate, constitute and appoint Kelly A. SAITMAN, of Ontario �rni#it and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its beh urety,its act and deed: any and all bonds and undertakings and the execution of such bonds or u ings ine of these presents, shall be as binding upon said Company, as fully and amply, to all intents an ses, as 'been duly executed and acknowledged by the regularly elected officers of the Company at its o Baltim_ d., in their own proper persons. The said Assistant Secretary does hereby ce`tha Article VI, Section 2, of the By -Laws of sepany, IN WITNESS WHEREOF, the said Vdent affixed the Corporate Seal of the said FAl A.D.1999. ATTEST: FIDELI, O-ND D� n1) �. the t set forth on the reverse side hereof is a true copy of .nda"'tmow in force. o� G Osistant Secretary have hereunto subscribed their names and SIT COMPANY OF MARYLAND, this 25th day of March, IT COMPANY OF MARYLAND By: . T. E. Smith �sistant Secretary W. B. Walbrecher Vice -President State of Maryland ss: County of Baltimore JJJ On this 25th day of March, A.D. 1999, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came W. B. Walbrecher, 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. tv Carol J. Fa r Notary Public My Comm issi / Expires: August 1, 2000 L1428-012-7170A SSMC CONSTRUCTION CO. 2691 Dow Avenue, Unit B Tustin, CA 92780 Tel. #: (714) 734-4747 Fax #: (714) 734-4748 L iJ 1,1 r �C`'�- �`to`'✓�c : Id 2G c ��a� Yl lStrt ce is q c,i � , }- CL l�-�� +(Do Ir J c"n o2-0 O'd C"' 5mc, SECTION C PROPOSAL for the BEACH MAINTENANCE FACILITY at 8669 Edison Avenue CASH CONTRACT No. 812 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 labpr; material, equipment and incident insurance necessary therefor, in accordance with the plank 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 the selected working day schedule, 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-1R 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 /d in the amount of 0 $ !o which said amount is not less than 10 % of the aggregate of the total bid price, A 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.Receaved' Bidder: nature 3 iz•o4 •� C-2R PROJECT BID SCHEDULE BEACH MAINTENANCE FACILITY 8669 Edison Avenue Huntington Beach, CA 92648 CASH CONTRACT No. 812 TOTAL AMOUNT LUMP SUM BID IN FIGURES: $ TOTAL AMOUNT LUMP SUM BI2D,, IN WORDS: a'k4 _moo �.o c C-3R 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 (by percentage of the total bid) of the work to be done by such subcontractor. Portion . Name of Subcontractor and Address State License Class of 'Work. Number 64,R hY AIPRXS /8 Da rA,/NC- VAAV B!t/ 17C4 C12 �CZI !� /Z/O Al/j» Cry yL o,� [qp B /� w�ic.ir, 43,723S c i!� C3� c4 ASPlJA .GT o ven,� / L Cr/ 9oo6c S / 7778 /A� c /Z ND,SGA/'G� I CC_ 90680 S4 j Ka,/`�i/a( Ave. '5%. -z c� 4,0 C^ Crow+ eNce. %,i S f. f -7 37 3 3 �� c 2.7 fNCE' GATE' ve,aw rh s CAI 90 0 ? =24 J,7 _ CONCRETE P� oo � Qr; �t i �/Cr,!'i�e CA `,43-13 S8a ?I?,? C 8 Ro oF/NG 0 do 1 Co of nC_, eAe� 1, ex 9OF,04 6/810,i!r C-3`1 oL6_UPD00 .SoHh( Co n iy or; -Inc. C6/ o sec 4/�`/ /Vo•w.lc Cf) o6So 72 6 3( !-� Z - /ec �J [.v P / E e - 5 /7ZG Ma._vZ An A he,' CA 928os 68ZS LoOR COAT/ P,-O"lx �j�'/ `V 9oM 957b 3 o 033 FucL Sy5T2' Hy - SERGo , /Mc. . 1f2_33 1znnA5..ZL Ave. o 4/3788 C6I/D/in Z /RE Pftrle l! o,V a .o Fii� ro/�cfion /nc.. 7351 / eW ve. Qg C, i B e4 112647 731 / 4/4 Cl� LUMB/ 6 1.7 S/ ww//eac i n / S 9Z843 34ZS74 C 3 / G°vve CA WVA C /. /item .s is . /orraace. C/► SA "7-7T7/y6 C2o Li f Glr-�v» !7' aa, /nc 'o.� I s�� �' �dYe. G•cfeler�n. CA 9oZ�i7 I By submi sion oft is p op � , i'he i er terrifies: 1. That he is able to and will perform the balance of all work that 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-4R IAZ 15MC LIST OF VENDORS All bidders are required to furnish the following information relative to the vendors that he/she proposes to use. C-5R NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of Orange i 1 , beingkifo�duw0 V de ses and says tha he r she is of M 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. C F,"l/ GVm"WSES Ave. ABA .Sme 40A sT. CO, Name of Bidder Sig ture of Bidder a�qi DOL'i A.V.. . s . a TW}�,;, Cep .ga'1sr� Address of Bidder Subscribed and sworn to before me this day of 20(0 t_ NOTARY PUBLIC NOTARY SEAL CHRISTINA ZINDZHIRDZYAN ' COMM. #1220514 m �y �� s Notary Public-Califomia y ORANGE COUNTY ,. MY Comm. Exp.- May 21, 2003 C-6R 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 BEACH MAINTENANCE FACILITY, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved. " The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Date: 11 31 of Contractor L C-56 fd P Title 16D7 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. MM COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate: I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date: ��� 01 us(0101 &Jwfta Stu- GodSf W Contractor By POST09 Title C-9R 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 AL G��t By r ke Title Date: 113101 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-10R BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder Name .Z691 Dove Avf, s}e . 13 • T,4ktn GA . OtAIP Business Address c -1 Lq > Telephone Number 134 — 4-141 .rG9it. 1 G State Contractor's License No. and Class A� 1`V Original Date Issued a- ag- ava� Expiration Date The work site was inspected by i'a m iof 6-o.- r bcn•r of our office on j /_' If &P e o , 20 aV. The following are persons, firms, and corporations having a principal interest in this proposal: 1�L" C*6G c0� LU(�- -���i C-11R PKos avq.r( The undersigned are prepared to satisfy the Council of the City of Huntington Beach of their ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. Cl��GI�►I C ��r r�G_�� SMG CO - Company Name _ Signaturelf RTdder OL (�46r,(pl Printed or Typed Signature a�� l DoW N'rc - She- 5 • 'TWkjh GA �a"1 90 Address of Bidder Telephone Number Subscribed and sworn to before me this l ne& day of NOTARY PUBLIC RISTINA ZINDZHIRDZYAN SaCHMy COMM. #1220514 m Notary Public-Callfomia CD WORANGE COUNTY Comm. Exp. May 21, 2003 ------------- C-12R 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 three years: C`� •l °� l os Ap' „ P(J°4. .43,3 S or iVic .13010. yatpq.p011. Nafiie and Address Name of Project Manager: Telephone No. of Project Manager: (316 6 47 64 -06 Re • • o .��. , a goo Contract Amount Type of Worf Date Completed 2. Godj4rnvi' S4;k dnt'*rs'i�l Do►minquez,, *111 7 7 Name and Address 7 Name of Project Manager: icft:� Telephone No. of Project Manager: (3l fl ) a y�� c'� -;J _ Contract Amount Type of Work'Date Co pleted ;1 3. All �Sc�vf .f% jS 4 Z*- /3531> AVI 4/u4, � • ! ' rC.04t /aka Dame and Address Name of Project Manager:'�? / Telephone No. of Project Manager: (310114 le Contract Amount Type of Work Date Comple C-13R GRADING CONTRACTOR EXPERIENCE BEACS MAYN"I WN ANCE FA►CL6TI'X CC412 Hid Opeaimg November 21, 2000 Lismd below ert the mmea, addrw5m and telapho 4 aunbcra for six public ajsaaim for which the bidder IM Wocamad gift work WOW 1h* past one yefn: Naete ud Address - Name of Iprojgo Maa►aser;_--F: V frj. PrOd MaoIW9 ?bCDC No. L il4j 2C�2.0 �P , Cvaaa«� : Date Completed Name and Addit13 Natae of Project Ddaae�er: - �'y � � C ; . propm Ma> w,-s "=A Na. Lug ContrectAmoun: : Danceasplew . Natge m4 Ad'tr�s �-r � Name ofpmjea MO&W.. ?' D d Al"-QW 9.0 SZ Z. $ v � 2 c�. project Ma vWvpho"NO. s Wf'" 8'7 9 % � 3 V/e D� . %ligF/LGii /.9d' Canum AtifvUtlt COmp$o0od �. 1 IC�S 1 Nome and A4"s N MA o P Aeojeo! Manager. fl� 1_K, l S; �. A- 164 Qo'0 pd **Jed M aVer's Phom No. C71 % � � . / � �? Q 17! ConbAa Amount �-dab Comp ated � n Name ad Adehss- Nome "proieat Manager. � Uss ...XM.o To "ecs M var's Phone No. (, 1t,�1 '� pQ 3 & 1m SrL 9 7I `M 'm &2!=4.L.--- Z COVAU Amautlt . compk_ta D kki CA Name w-a—Addms Nam ofprojge..Maoawr: proJCCC Man�cr'a P?�onc No. L�� v � G•14R, DoJA, �n�c, GRADING CONTRACTOR EXPERIENCE BEACH MA,IMNA,NCE FAC1L ff CC412 Hid Opening November 21, 2000 Und bolow are the +woes, eddresm sad telephone m mbw for sit elieou for which the bidder hss perfam4d , fading of waupanblt she and wmpla ty within the put five yoam: Cof"At_SAv4A- N1a Niu.. Name and Addrbss d N.Wr• of Project Mmwr_ Proj¢u Maa��'s Phone Na.. Z _ 1 r tit lsu.� Dcc. i 41'L Comma Amount Date CoMkIW ubitc.• S Name and A t= Name of Project MeneYar; G o r t� G . "tat Maaugar's ftme No. (�/ ,, _-- L ' 'A- /- e 22S/ 0 (JO, b-C L, t CoetWaa Anioodi Due wtnp ie Name end Addresv Nome of ftectMwmor. . ;:, e✓� r e vw'1 I M,ce✓ r Project M"fes Pboae No. L3.46) �oatue An+ount A =Mplend 4. " (-P 3 P--"-4 IS',1 o A-4-3 6. w, Nene and Address .. Name of Project Mera�et-_ _ - �� L�sl� 1�4, SKlt� 4'�-�1 d •, Project er's PhrmNo. , 46,v_ nr -;Ay l &� Ql Colt Ame= Date ccxdplo Name and Armes � Name of Prajad Manxer:_ Project Manna's Phone No. c2lb .4�raw aov ^UGM N= a ptAiest Ma„eQr:-f31_rc,ti►e r �60 l~ s -�- Project MAW es Pltome NO. - SJ% e Q 3 10 i.bo 4 7. Zqy0 Amount C-15 2 I L/.L S OJ A , INC. GRADING CONTRACTOR EXPERIENCE BEACH MAINTENANCE FACI%TY' CC-812 Sid Opatdit NoveMber 21, 2000 1 t SUS Wow art Oa owes, addtaasas and tal■➢houe nom�m for"dims for wbkb $0 bidder he perfam.ad 9adinS with one mile of ocam or bay shorline wig comp0t019 v=Ow$W win the past five years: q 3. a. S. a_ Sou +L West - jPl u I s 1 � vil AAA -VA- L N une tAd Addraas - r I* ►^ C� [� Z Nam& of "*a Ma dw. 1� Atvjeet Maaapf's Phone No.( AR10W1t T -- - - - -Data aa>n0latrd -- 0 f f y Ell Ih W C-A-,0� 0 /U frvA L , NA-✓ y' Rams and Addmu - ro v S { CA N=0 of Pr4art XmgVr: Prajactkmwsw'd Phone He. C 3 L T S^ C4nbxa ArAo= Date complftd Name and Add m Nu m of tojoa Ma wr. _ Pt oaMaauw,s ftme No. c 310, 'Z�? 1 (,tom g tvL 3-0-4 0 t-g--& c, c s4p i N��- S vl✓��� Natso m4 Address Nome of Pegjeot A+lanagec: Ptojea Manager'a Prone Na r� CID ,nn►�� .V 47, 7.dl1J (,d Ky ovI s NaMe ana /104Nii . /' �d �, �,� A U 1�,� 1 /�Me-+�• None ofhojoacMan4W.__y� A. "ea bUnOS�er•a !hone No. � — 17 �l D A � � - — r RECEIVED TIM: NOV. B. 4.30PM C-16 K- V *-OJ T Q, f'L! oK 0L &-. r CONSTRUCTION OF THE BEACH MAINTENANCE FACILITY Cash Contract 812 City of Huntington Beach ADDENDUM NUMBER l November 8, 2000 Notice To All Bidders: This addendum is hereby made a part of the contract documents to the some extent as though it were originally included therein. Please note the following clarifications and revisions to the project specifications and plans: • Contractor's attention is directed to Section 02315, Part 1.4.B. Delete section B in its entirety and replace with the following: Grading Subcontractor's Qualifications: Contractor shall engage a subcontractor to perform earthwork who has the following minimum qualifications: 1. Minimum of - 3 years experience performing excavation, backfilling, compaction and grading operations on projects for public agencies under specifications according to Standard Specifications for Public Works Construction ("Green Book"). Minimum number of projects shall be six (6). 2. Minimum of 5 years experience performing excavation, backfilling, compaction and grading operations on projects of comparable scale and complexity to that required for the work under the Contract. Minimum number of projects shall be six (6). 3. Minimum of 5 years experience performing excavation, backfilling, compaction and grading operation on projects located within one mile of ocean or bay shoreline with comparable ground water conditions. Minimum number of projects shall be five (5). Addendum 1, CC-1099, August 27, 1999, page 1 of 2 G:\Construction Contracts (CCs)\CC812\CORRESP\Other\Addenduml.doc The Contractor. shall . substantiate the above ..performance on. the attached forms (pages C-1.4 through C-16) and include it with the sealed bid. All bidders shall acknowledge the receipt of this addendum with their bid proposal. These revisions do not change the project cost estimate nor the Bid Opening date/time for this project. Mark P. Uphus, P.E. Associate Civil Engineer Bidder Acknowledge: cN����I►rr��'� •SBA --suer �� . �2.00 Company Name By Date Addendum 1, CC-1099, August 27, 1999, page 2 of 2,_ GAConstruction Contracts (CCs)\CC812\CORRESP\Other\Addenduml.doc 11/20/2000 09:03 FAX R 002 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER TWO For Beach Maintenance Facility CC- 812 November 17, 2000 Notice To All Bidders: This addendum is hereby made a part of the contract .documents to the same extent as though it were originally included therein. Please note the following clarifications and revisions to the project specifications and plans: • The Bid opening date for this project is hereby revised to 2:00 PM December 12, 2000. • Contractor's attention is directed to sheet A-1 of the plans that show a fueling facility as a part of this project. Although it is not 'stated on the electrical plans, the contractor is reminded that all electrical work for the fueling facility is Class 1, Division 1 as required .by the National Electrical Code. • Contractor's attention is directed to Appendix A, the second 11 " x 17" page entitled OPTION 1 - SEAL OFFS of the project specifications. The annotation on the radius line from the Abandoned Oil Well to the circumference of the Class I, Division II circle reads "RADIUS VARIES PER HBFD - SEE PLAN, TYPICALLY 10' OR 100"'. By this addendum, the annotation is revised to read "RADIUS = 100"'. Addendum 2, CC-812, November 17, 2000, page 1 of 2 Gt\Construction Contracts(CC$)\CC812\CORRESP\Other\Addendum2.doc 11/20/2000 09:03'FAX': Z 003 Contractor is - hereby notified that. copies of the three soilsreports that were used in preparation -of the contract documents are available at the City Public Works counter at no charge to plan holders beginning November 15, 2000. o Contractor's attention 'is . directed to SECTION 02315, EXCAVATION, -BACKFILLING AND COMPACTING of the project specifications. Part 2, 2.2 FILL MATERIALS, Paragraph A is herewith deleted and the following is inserted in its place: A. Fill Materials: All fill materials shall be approved by the City's geotechnical engineering consultant. The on -site material may be used as long as it meets the geotechnical requirements under section 2.1.B.2 above and points 1 through 4 below. All bidders shall acknowledge the receipt of this addendum with their bid proposal. These revisions do not change the project cost estimate. Mark P. Uphus, P.E. Associate Civil Engineer ►viPu:jm Bidder Acknowledgement: Company Name By Date Addendum 2, CC-812, November 17, 2000, page 2 of 2 G:\Consfruction Contracts (CCs)\CCt312\CORRESP\Other\Addenduni2doc f � _ City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER THREE For Beach Maintenance Facility CC- 812 December 1, 2000 Notice To All Bidders:. - This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Please note the following clarifications and revisions to the project specifications and plans: 1. Replace plan sheets M-1, M-2, T-24 and E-7 with attached sheets M- 1 R, M-2R, T-24R and E-7R. 2. Refer ' to sheet M-2R for location of mechanical equipment and provide conduit and wire from panel PB to each unit as called for in "ELECTRICAL DETAILS FOR INSTALLATION OF MECHANICAL EQUIRMENT" on attached Sheet A.1, and shown on revised PANEL "PB" schedule on attached Sheet A.3. 3. Refer to sheet E-1 of the project plans. a. Delete EXISTING TELE. CO. SERVICE PULL BOX and associated conduit routing from the plan. b. Delete EXISTING UTILITY CO. SERVICE VAULT and associated conduit routing from the plan. c. Delete the pad -mounted transformer from the plan. d. Install two 4" diameter schedule 40 PVC electrical conduits and two 2" diameter schedule 40 PVC telephone conduit from Addendum 3, CC-812, December 1, 2000, page 1 of 4 �i►ti % t G:\Construction Contracts (CCs)\CC812\CORRESP\Other\Addendum3.doc 4 existing power pole 49036, 241 L10, I/P .1836754E. The .risers for each of the conduits shall be schedule 80 PVC. The pole is Located on the West Side of the adjacent SCE property. Contractor shall excavate the trench, install conduits and backfill the trench in accordance with attached sheet A.7. Refer to project plan sheet E-4. a. Panel Schedules: Revise Panel "A" per attached page A.2. Revise Panel "PB" per attached page A.3. Add Panel "AC" per attached page AA b. Replace the PARTIAL SINGLE LINE DIAGRAM on plan sheet. E-4 with the Single Line Diagram on attached page A.5. c. New Panel "AC" shall be configured as follows: 1. It shall contain an isolated ground bus and an isolated neutral bus. 2. A dedicated grounding conductor must be installed from the Main Electric Service Panel to the isolated ground bus. This grounding conductor shall be a #2 AWG copper. It must run in the same conduit with the phase and neutral conductors and be insulated and continuous with no splices. 3. Circuit breakers that feed the Meridian equipment shall be identified and labeled in accordance with the specifications. 4. The circuit breakers shall be equipped with lock out provisions. 5. A #6 AWG insulated system ground conductor shall be installed from the isolated ground bus in the AC service panel to the area where the Option 11 cabinet is to be installed. The Option 11 cabinet will be furnished and installed by the Owner. 5. Refer to project plan sheet E-6, Power/Telephone Plan. Add identification for the panels in the electrical room (# 1 13) as follows: a. West wall - Panel "PB" b. North wall - Panel "A" C. North wall - (Cross -hatched on plan sheet) Main Switchboard. See single line diagram on Sheet E-4 as modified by Item 4.b above. d. South wall - 4'x 8' x 3/4" plywood telephone backboard. Route one 4" C.O. (with pull rope) from Telephone Backboard to existing . Incoming Service Point. Ground per NEC and telephone, company requirements. Addendum 3, CC-812, December 1, 2000, page 2 of 4 G:\Construction Contracts (CCs)\CC812\CORRESP\Other\Addendum3.doc 6. Refer to project plan sheet E-5, Lighting Plan. Revise circuit A-41 feeding three "Y exterior fixtures above the garage doors to "MECHANIC SHOP" to read circuit A-42. 7. Refer to project plan sheet E-3, Fixture Schedule. The type "B" fixture shall be Lithonia Canopy Die -Cast Curoff, Drop Lens Fixture. "Catalog No. KACM 40OM-DPA-120-TC-PE, color: white" or approved equal. 8. Exterior lights shall be controlled with a lighting control relay, photo cell "ON", time clock "OFF" per drawing on attached page A.6. 9. Refer to the Pole Base Detail on project plan sheet E-1. Delete the top two notes on the left side of the detail that say, "20' tall painted straight steel pole," and "Color shall be selected by architect." Insert the following in their place: "16' tall Ameron 1 C1 #16N4 concrete pole." 10. Refer to the Lighting _Fixture Schedule on project plan sheet E-3. Revise the Manufacturer of Fixture "A" to Kim and revise the Description to read as follows: "23-inch square mounted high- pressure sodium lighting fixture mounted on a 16' H Ameron pole 1 C1 #16N4." 11. The attached page entitled "GTE TELEPHONE OPERATIONS" is hereby incorporated into the project specifications. 12. Refer to project plan sheet A-11. The handrails indicated by Note 139 shall be painted standard steel rails as indicated on sheet D-3 of the project plans, Details 4, 5 and 6. 13. Refer to the project specifications, Section 07191, Fluid Applied Gas Barrier. Revise item l .1.A to read as follows: "Gas vapor barrier under building providing protection from the following gases:" 14. Refer to the project specifications, Section 07411, Manufactured Metal Roofing System. A. The manufactured roof system and metal siding shall be bare galvanized finish. B. Metal roof underlayment shall be both Vycor ultra and #30 asphalt felt underlayment as. per Section 07411, paragraph 3.2. Addendum 3, CC-812, December 1, 2000, page 3 of 4 G:\Construction Contracts (CCs)\CC812\CORRESP\Other\Addendum3.doc 15. Refer to the project specifications, Section. 07461. The finish on the metal siding shall be bare galvanized. 16. Refer to project plan sheet A-3. Ridgelines in the metal roofing are shown in two locations on .the plan. The attached sheet entitled Flashing Details is hereby incorporated into the contract documents for constructing the ridgelines and other applicable metal roofing and siding details. 17. Refer to project plan sheet A-4. The plan shows downspouts terminating from the second story roof terminating at the first story roof. Contractor shall furnish and install pre -cast concrete splash blocks on the built-up first story roof where downspouts terminate. 18. Refer to project plan sheet D-1, Detail 4, Down Drain. The bottom- most note stating "Pre -cast splash block, not required @ concrete paving (U.N.O.)" is hereby deleted from the detail. All bidders shall acknowledge the receipt of this addendum with their bid proposal. These revisions do not change the project cost estimate. WAN Mark P. Uphus, P.E. Associate Civil Engineer MPU:jm Bidder Acknowledgement: Company Name Addendum 3, CC-812, December 1, 2000, page 4,of 4 G:\Construction Contracts (CCs)\CC812\CORRESP\Other\Addendum3.doc City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER FOUR For Beach Maintenance Facility C'r.- R 19 December 21, 2000 Notice To All Bidders: This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Please note the following clarifications and revisions to the project specifications and plans: 1. Contractor's attention is directed to Section C, Proposal of the specifications and Addendum # 1 for this project. Three forms were attached to Addendum #1 and given page numbers C-14, C-15 and C-16. All of Section C, pages C-1 through C-16 is hereby replaced by attached Section C, pages C-1 R through C-16R. Bids submitted on forms other than pages C-1 R through C-16R will be considered non -responsive. 2. Contractor's attention is directed to the specifications, Section 8 of the General Provisions, Part 8-2.2. Add the following requirement: Contractor shall provide two (2) new, mobile, wireless, 2-way, hand-held communication devices programmed to allow operation on a unique, separate channel frequency. Each unit shall have the capability of long range transmission (1/2 mile minimum), and include a charging unit and one (1) extra battery. 3. The requirement to attend a mandatory pre -bid meeting is hereby withdrawn. However, this does not relieve the bidder from a job site Addendum 4, CC-812, December 21, 2000, page 1 of 3 G:\Construction Contracts (CCs(\CC812\CORRESP\Other\Addenda\Addendum4.doc inspection of the work site pursuant to Section C - Proposal; specifically sheet C-10. 4. Contractor's attention is directed to the project specifications, Section 13250 • FUEL STORAGE AND DISPENSING SYSTEM, Part 2.1.C., Petroleum Fuel Storage and Dispensing System Components. The following fuel storage and dispensing system components shall be furnished and installed by the contractor: OPW Part Number Description & Application 6521 B-16Mobil-W Powder coated dual port fill end manhole cover with inspection port. Manhole cover for regular unleaded UST fill end sump. 6521 L-16Mobil-Y Powder coated dual port fill end manhole cover with inspection port. Manhole cover for diesel fuel UST fill end sump. 44CD-BD10 44" Diameter Conquistador Duratuff composite manhole cover. Lightweight composite manhole cover for unleaded and diesel UST turbine end sumps. 5. Contractor's attention is directed to the project specifications Section 04822 REINFORCED CONCRETE UNIT MASONRY, Part 2.1.E., Faces and Colors. The words "with burnished finish" are hereby deleted from the requirements. 6. The City of Huntington Beach presently owns and operates an air compressor at the Beach Maintenance yard on Beach Boulevard. The City will disconnect, remove and transport the compressor to new facility at 8669 Edison Avenue at a time to be coordinated by the City's construction manager. The contractor shall install the compressor in the compressor room No. 1 11 per the manufacturer's recommendations and as directed by City's construction manager. The contractor shall provide airtight 3/4" galvanized plumbing from the compressor to the hose reel location shown on plan sheet P-2. The contractor shall be responsibl r installing and making operational, the compressor in room No. 11111 . Any and all ancillary items such as wiring and pipe fittings to complete the installation shall be a part of the bid. 7. Refer to project plan sheets A-1 and A-2. Each of the plan sheets . shows two vehicle lifts within the Mechanic's Shop. The southerly lift is Addendum 4, CC-812, December 21, 2000, page 2 of 3 G:\Construction Contracts (CCs)\CC812\CORRESP\Other\Addenda\Addendum4.doc an aboveground lift that the City of Huntington Beach will furnish and install. The northerly lift shall be a below ground lift as manufactured by Rotary, Model 52Q that is furnished and installed by the contractor. The manufacturer shall approve the supplier and installer of the Rotary Model 52Q lift. The lift shall comply with the attached specifications for Rotary Model 52Q. The installation requires the construction of a "continuous trench" in the concrete floor of the Mechanic's Shop as shown on the attached Rotary Lift drawing. The "continuous trench" shall be waterproofed by the use of the Fluid Applied Gas Barrier specified in Section 07191 of the specifications. The "continuous trench" shall be designed and detailed by the lift supplier and constructed by the contractor. All bidders shall acknowledge the receipt of this addendum with their bid proposal. These revisions do not change the project cost estimate. Mark P. U us, P.E. Associate Civil Engineer MPU: Bidder Acknowledgement: Company Name k 2.2-4. oo �-,tkt,)A �- By Date Addendum 4, CC-812, December 21, 2000, page 3 of 3 GAConstruction Contracts (CCs)\CC812\CORRESP\Other\Addenda\Addendum4.doc CITY OF HUNTINGTON BEACH 2000 MAIN STREET OFFICE OF THE CITY CLERK CONNIE BROCKWAY CITY CLERK February 20, 2001 2001 To: Pima Corp. dba Advanced Const. 2001 S. Barrington Ave., Suite 201-B Los Angeles, CA 90025 CALIFORNIA 92648 Enclosed please find your original bid bond issued by Fidelity and Deposit Company of Maryland for Beach Maintenance Facility CC-812 egw-� 6RAd�17- Connie Brockway, CIVIC City Clerk Enclosure g Jfollowup/cashcon/retumbidbond.doc ( Telephone: 714-536.5227 ) Bond No ......... N./A................ Fidelit-17 and Deposit Company HOME OFFICE OF MARYLAND BALTIMORE, MD. 21203 DID BOND KNOW ALL MEN BY THESE PRESENTS: That we ............. P..111A... CQRP?Q$.AT.1Q.N..ABFf,...AJD.V.ANC.FA...CQN,9 RU.C.1TION............-----..............--•------........ ....---- ........... ........................................................................... I as Principal, (hereinafter called the "Principal"), and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, 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 AMOUNT BID Dollars 0� OF BID for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for ........ #B12.................................................................................. ........ aACH... M•A-1UT EWaUQE... FACI-L•I Ty........................................................................................•............................ ........................ .......................................................................................................................................................................... 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 V T H................................. day of ....... PE.C.EMUR........ V 2n PIMA CORPORATION DBA ADVANCED CONSTRUCTION .).lu.t7...lr�u.?......nrcS►Q�".?............. FIDELITY AND DEPOSIT COMPANY OF MAR j Surety Witness KELLY`A. 025d-150M. A7Droved by The American institute of Architects. A.I.A. Document No. A-310 February 1970 Edition. .A.D. 1%2.0 QO .............. ( SEAL) pal atle JD 'Title TMAN, ATTORNEY —IN —FACT CALIFORNIA ALL PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA ) S.S. COUNTY OF SAN BERNARDINO ) On DECEMBER 27, 2000 before me, Janet L. Miller, Notary Public personally appeared Kelly A. Saitman personally known to me; X or proved to me on the basis of satisfactory evidence to be the personi,94—whose name (.e�- is/a-rT subscribed to the within instrument and acknowledged to me that (4eY she/t4--rey) executed, the same in b.i-s'/her/tbR-�Y authorized capacityUre-st, and. that the entity upon behalf of which the person(.e+ acted, executed the instrument. WITNESS my hand and official seal (SEAL) JANET L. MILLER COMM. #1147631 < �•`" NOTARY PUBLIC - CALIFORNIA Comm.Expires OINO COUNTY n � My Com. Expires July 20, 2001 Sigure of Notary" Public CAPACITY CLAIMED BY SIGNER: Though statute does not require the notary to fill in the data below, doing so may prove invaluable to persons relying on the document. Individual(s) Corporate Officers) Titles Partner(s) X Attorney -in -Fact Trustee(s) Guardian/Conservator Other: and Limited General Signer is representing: ATTENTION NOTARY: Although the information requested below is optional, 1t could prevent fraudulent attachment of this certificate to unauthorized document. Title of type of document: Number of pages: Date of document: Signer(s) other than named above: THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED ABOVE. KAS/169637 v 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 W. B. WALBRECHER, Vice -President, and T. E. SMITH, Assistant Secretary, in pursuance of authority granted by Article V1, 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 and effe the date hereof, does hereby nominate, constitute and appoint Jay P. FREEMAN, of Ontario, rnia, it sand lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its beh urety, its act and deed: any and all bonds and undertakings and the execution of such bonds or u angs in ce of these presents, shall be as binding upon said Company, as fully and amply, to all intents an ses, as ' ad been duly executed and acknowledged by the regularly elected officers of the Company at its o Baltim, d.; in their own proper persons. The said Assistant Secretary does hereby ce Wtha Article VI, Section 2, of the By -Laws of sai � pany, IN WITNESS WHEREOF, the said V' esident affixed the Corporate Seal of the said F TY ACP A.D. 1999. ATTEST: FIDEUr0, ND D QSI no)-1 . T. E. Smith State of Maryland } ss: County of Baltimore JJJ the Wt set forth on the reverse side hereof is a true copy of nc�now in force. istant Secretary have hereunto subscribed their names and IT COMPANY OF MARYLAND, this 25th day of March, COMPANY OF MARYLAND Secretary By. Qte� W. B. Walbrecher Vice -President On this 25th day of March, A.D. 1999, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came W. B. Walbrecher, 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. L1428-012-7170B f =� Carol J. Fag Notary Public My Comm issi Expires: August 1, 2000 PIMA CORP. dba ADVANCED CONST. 2001 S. BARRINMN AVE. SUITE M-B LA, CA 90MS T� 1 D ro o,/ '4 -V C 6- r f.} c / L i /- A-T F 66; 9 C 9 I s c9 n/ /f vi- A ' SECTION C PROPOSAL for the BEACH MAINTENANCE FACILITY at 8669 Edison Avenue CASH CONTRACT No. 812 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 the selected working day schedule, 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-1R 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 B / D - t3 d, v D in the amount of $ / o 2, 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: Adele/nda.No... =. Ddte.Recetved Bidder' .Si 1 /Yo J. 8 , Zoo " ! ry 0 k/ a "VC C-2R PROJECT BID SCHEDULE BEACH MAINTENANCE FACILITY 8669 Edison Avenue Huntington Beach, CA 92648 CASH CONTRACT No. 812 TOTAL AMOUNT LUMP SUM BID IN FIGURES: $ �3S-i /S� ° � • TOTAL AMOUNT LUMP SUM BID IN WORDS: MAP--- C-3R 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 (by percentage of the total bid) of the work to be done by such subcontractor. of Work ME Numbers ,eQ ...�Nc. �.� ov j jt-dvTfl CdAS'a"�NmuST�r L 32 Ac_c9 ✓v6r-A'3WP• NO47W P-c-tc 906S0 LIF M(1DrL0LtC_c 7.1,C9. uELrq'o2 8..n es. Pe-nr cr C _ Sc �, < 6 P'1 -�' o to ,-/� A �rT ���2/3 /4 P nr ? 37 1 �� yP3IAr; �A C.Urr, rn/� �i.rST�vc�io.✓ 7 BD Q�_ V L ve r E[.FGT�ltr�� �T g,T FLU c r2 � afkL Cm�.� r� "ro�'rarN�Lcs r1C�H.a.vr�AL JZWFINrT/ /�r� ciIM�TC e��'r2o� /•fir L es /.{.nr F lA 6' tocrew U A$ I P-e' P2-o T Ee. T e' o e✓ 7/ 2—E-y3 Z,L (� eI Ike7- 0 ASC&ISLT- ' Z,PL -P 7 AVA(-A A- So�/fi�avC G 0��� yv ,�^ Sq„i 3Eaearl� 2 f�r.✓0 FC-�,cr,,, Pu�.✓'s �r'•vet= C.O. 17a �DOJA- 1KC. 5rI�7�5� C�-lz,Z1 By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work that 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-4R LIST OF VENDORS All bidders are required to furnish the following information relative to the vendors that he/she proposes to use. C-5R NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of Orange 43 Q A-] el "V 7 , being first duly sworn, deposes and says that he or she is yvzrs of ei M A ('O e'P ' the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Name of Bidder 53 JA ./ e16{0L)Z Signature of Bidder 2'.t33 �n��E LtI r C� D m�� Address of Bidder Subscribed and sworn to before me this day of ' 2011L NOTARY PUBLIC��u-�� NOTARY SEAL C-6R �. MI►Co►nm. Mor31.�1 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as BEACH MAINTENANCE FACILITY, (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. Q0jR P02(5, -1 a Contractor i3 17 A,/ 4162La v 7— Title Date: 1— 3— C-7R 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. [W-140 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works .contract has been awarded shall sign the following certificate: I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. `PrMA (2-6e enKA if a� Contractor By Pr��I�FN Title Date: /-3 -/ a 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 'B / -T A V I " (/ -?- k M By Title Date: � *-- 3 — .9-co 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-10R BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: P/MA 'C��i �4��?�0✓ o��c� �D ✓G►^��r ?J �o.�iS?�Ucj�y�✓ Bidder Name Business Address GoS' Ar✓c,Ccf:- S , 0.-A- ?oo15- ( 310 Telephone Number 1 3 / 7a 60 4 9 ?F s'9 A( R, C-J7 State Contractor's License No. and Class // — 3 o _ < Original Date -.3a Expiration Date The work site was inspected by F4 R 2 0 o o /< /,2- q7 - ,20eo. of our office on The following are persons, firms, and corporations having a principal interest in this proposal: el Iq A P-m R P o-T 0, -7-/ a/ 1J.}"/ P/Vie)C)Z C-11R The undersigned are prepared to satisfy the Council of the City of Huntington Beach of their ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. Company Name Signature of Bidder ,8 1,7,4 n/ 6016f 0 u z Printed or Typed Signature A©0J &IRtef"/C'?0N A(/l-..SUi c' .2-&/-a LO S A nic, y CC J , CA 9",2J- Address of Bidder 3 / �D ) j 3 / '76 60 Telephone Number Subscribed and sworn to before me this Z day of , 20 L NOTARY PUBLIC NOTARY SEAL IF 1Jm= L= NnDelet CowlyMy CO"". bqft MCM1.2ft tls C-12R 1- Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past three years: I. 2. 3 a6cync Ty of (- P, , Name and Address Name of Project Manager: D F}V ID oA(-Op Telephone No. of Project Manager: ( L/ 3 ) 7 3 9 JQ/- q 7 / o l 1 J S—c , 0-e c) rL q _ �j tV , —JC t/ s 7 PA-6<IG Contract Amount Type of Work Date Completed Name and Address Name of Project Manager: Wg y '?', r N A K A o IE A Telephone No. of Project Manager: y 9 -/ Z V rr SSS O, IPAiZlG /<a(401�/<, Ut�c- Contract Amount Type of Work Date Completed 'pR• gk6ux (PA t� K - 'Vouv T- y Name and Address Name of Project Manager M A-cw 0 CL AA at, P Telephone No. of Project Manager:( , 3 ) Contract Amount 73 F 3/Zy Type of Work Date Completed Pce . 9P GRADING CONTRACTOR EXPERIENCE BEACH MAINTENANCE FACILITY CC-812 Bid Opening January 3, 2001 Provide the information requested below for six (6) public agencies for whom the bidder has performed "Greenbook" grading work (Minimum three (3) years "Greenbook" experience performing excavation, backfilling, compaction and grading required): 1. Name and Address Name of Project Manager: Project Manager's Phone No. �) Contract Amount Date completed 2. Name and Address Name of Project Manager: Project Manager's Phone No. (..... Contract Amount Date completed 3. Name and Address Name of Project Manager: Project Manager's Phone No. Contract Amount Date completed 4. Name and Address Name of Project Manager: Project Manager's Phone No. Contract Amount Date completed 5. Name and Address Name of Project Manager: Project Manager's Phone No. Contract Amount Date completed 6. Name and Address Name of Project Manager: Project Manager's Phone No. Contract Amount Date completed C-14R GRADING CONTRACTOR EXPERIENCE BEACH MAINTENANCE FACILITY CC-812 Bid Opening January 3, 2001 Provide the information requested below for six (6) clients (projects) for whom the bidder has performed grading of comparable size and complexity (Minimum five (5) years experience on projects of comparable_ size and complexity required): 1. Name and Address Name of Project Manager: Project Manager's Phone No. �) Contract Amount Date completed 2. Name and Address Name of Project Manager: Project Manager's Phone No. Contract Amount Date completed 3. Name and Address Name of Project Manager: Project Manager's Phone No. Contract Amount Date completed 4. Name and Address Name of Project Manager: Project Manager's Phone No. 5. 6. Contract Amount Date completed Name and Address Name of Project Manager: Project Manager's Phone No. �) Contract Amount Name and Address Name of Project Manager: Project Manager's Phone No. Contract Amount Date completed Date completed C-15R GRADING CONTRACTOR EXPERIENCE BEACH MAINTENANCE FACILITY CC-812 Bid Opening January 3, 2001 1. Provide the information requested below for five (5) clients (projects) for whom the bidder has performed grading within one mile of ocean or bay shoreline with comparable groundwater conditions (Minimum five (5) years experience performing excavation, backfilling, compaction and grading on projects within one mile of ocean or shoreline with comparable groundwater conditions required). 9 3 4. 5. Name and Address Name of Project Manager: Project Manager's Phone No. Contract Amount Name and Address Name of Project Manager: Project Manager's Phone No. �) Contract Amount Date completed Date completed Name and Address Name of Project Manager: Project Manager's Phone No. Contract Amount Date completed Name and Address Name of Project Manager: Project Manager's Phone No. Contract Amount Name and Address Name of Project Manager: Project Manager's Phone No. (� Contract Amount Date completed Date completed C-16R l ROTARY MODEL - 52Q Specifications Two Post -Adjustable, Axle Engaging Total Capacity 16,000 lb (Continuous Trench Design W/ In -Trench Equalized Power Unit) PART I - GENERAL DESCRIPTION: 1.01 Lift shall basically consist of two individual lifting assemblies in line with the longitudinal axis of the vehicle, each lifting cylinder so equipped as to engage the axle, suspension, as specified herein. One of the two lifting cylinder assemblies will be movable along this same axis to effect variable spacing between the lifting cylinder assemblies. The front movable unit will herein after be referred to as the "front post' and the stationary unit will be called the "rear post." 1.02 In addition to the other requirements outlined herein, the lift or lifts, shall comply with the requirements of ANSI standard 13153.1. "Safety Requirements for the Construction, Care and Use of Automotive Lifts," as published by the American national Standards Institute. The lift manufacturer's Quality Management System shall be IS09001 certified. PART 2 - CAPACITY AND DIMENSIONS: 2.01 Capacity: 52Q, electric -oil, full hydraulic type. Lift shall be capable of raising 16,000 Ibs. (8,000 lbs. front post, 8,000 lbs. rear post) when supplied with a sufficient amount of oil at 265 psi. minimum. PART 3 - WHEEL BASE ADJUSTMENT: 3.01 Front post shall be movable to provide proper engagement with vehicles ranging in wheel bases from 90 minimum to I q7 maximum. (a) Hydraulic Drive: Adjustment accomplished by a hydraulically operated motor and chain drive assembly mounted at the front of the lift pit. Control shall be by a lever located in the control box. A four-way directional control valve to provide forward/rearward positioning with spring return to neutral position. Hydraulic drive motor to be rated at minimum of 376 in. - lbs. PART 4 - ADAPTER ADJUSTMENT: 4.01 Adapters shall be adjustable so that they will provide a maximum spread and retract to the following dimensions. (a) Front Adapter - 58 % inches maximum, 40 % inches minimum adjustment. (b) Rear Adapter - 27 % inches minimum, 35 inches maximum adjustment. PART 5 - ELECTRIC / HYDRAULIC IN PIT POWER UNIT: Design Requirements: The power unit shall mount below floor level in the lift continuous trench and installed in accordance with the lift manufacturer recommended installation instructions. Power Unit Model P841 5.1 Capacity and Dimensions: (a) Motor: 10 HP. Explosion Proof (b) Pumps: (2) - 20 GPM (c) Hydraulic fluid displacement: 85 gallons. (d) Overall dimensions: 32 %" Width, X 15 7/16" Depth, X 47 15/16" Height 5.2 Features and Construction 52Q 2/99 (a) Configuration: Unit shall consist of geared pumps and a common motor assembly, complete with relief valves, and check valves mounted on an appropriately sized hydraulic fluid reservoir. All components shall be factory assembled and tested. The power unit shall be designed for installation in the lift pit intermediate area. The motor shall be explosion proof and be direct coupled to the pumps with a common shaft/coupling arrangement. (b) Operation: The pumps shall provide hydraulic pressure through ball valve actuator controlled valving to raise or lower any combination of the jacking units within the lift system simultaneously synchronized to within plus or minus one inch of each other throughout their full stroke. Equalization of rate of lifting or lowering of jacking units shall be automatically controlled by the pumps and actual or arrangement so that the operator will not be required to make any adjustments during operation. The pumps shall also provide power for the hydraulic motor in the moving device for the movable jacking unit within the lifting system. (c) Magnetic Motor Starter: A full voltage, 3 pole, reversing magnetic type for 3 phase, 60 cycle motor control with manual reset and "UP / DOWN / STOP" push -buttons in cover. Nema 1 Enclosure, for wall mounting. PART 6 - RISE AND DIAMETER: 6.01 Front Post: (a) Rise: 70 inches to contact point on adapter. (b) Diameter: 8'/ inches. 6.02 Rear Post: (a) Rise: 71 inches to contact point on adapter. (b) Diameter: 8 % inches. PART 7 - DESIGN REQUIREMENTS: 7.01 Front Lifting Unit, (a) Saddle and Adapters: Saddle and adapters shall be so designed to provide width (spread) adjustment without necessity of operator bodily getting under vehicle. Use of extension handles, ect. is acceptable if use does not require undue agility or manipulation. Adapter will be restrained to prevent accidental excessive extension. When front post is in the fully lowered position the highest point of the saddle and adapter assembly shall not be more than 6 inches above the frame guide bars not included for use when additional saddle to vehicle clearance is required (and shall not drag on the floor when post is moved from wheel base adjustment). (b) Front Post (plunger and casing Assembly): Front post shall be equipped with a manual air bleeder located on the casing flange, a control orifice in the oil inlet connection to insure controlled speeds during up and down cycles, and a one piece combination packing and wiper hydra -seal assembly, not requiring adjustment or lubrication. Seal assembly shall be designed for surface installation. The jack plunger shall be manufactured of steel pipe, finished to 8'/ inches diameter and polished over its entire surface, with stops electrically welded to the bottom of the plunger to prevent it from leaving the casing. The plunger shall be removable for inspection and/or replacement. The outer casing shall be steel pipe with welded in bulkhead and flanges. The jack assembly shall have a removable plunger guide with two replaceable bearing liners. The bearing liners shall be made of UHMWPE and shall be designed to snap in position at the top and bottom of the guide. The bearing liner shall provide minimum plunger to bearing friction for smooth operation and the bearings spaced to insure maximum rigidity and support for design loads. Jacking units shall be factory tested under a working pressure of 400 psi to insure adequate strength and freedom from leaking. (c) Front Post (Carriage and Trench): The carriage which supports the front post shall be equipped with permanent lubricated bearing wheels rolling in structural channel tracks. The channel tracks will be essentially flush with the floor surface. Cover plates shall move with 52Q 2/99 w the carriage so as to keep the trench opening covered at all times. Cover plates will be of sufficient strength as to support a wheel loading of one quarter of the design capacity with out permanent deformation. 7.02 Rear Lifting Unit: (a) Saddle and Adapters: Design of rear unit will provide for lifting of vehicle by either the rear axle or the wheels. Unit to be self contained and not require manual exchange of axle and wheel adapters. Mode of engagement shall be selected by single control means such as a selection lever. Selector control shall be conveniently located outside of the general vehicle area and will not require more than 40 lbs. of force to engage or disengage. Safety means shell be provided to prevent partial engagement during selection of lifting mode. When lift is fully lowered, all elements of rear unit will be essentially flush with the floor (b) Rear Frame Unit: The frame will provide integral wheel chocks at floor level in order to accurately locate vehicle axles over the lifting saddle and adapters. The frame assembly shall also provide a recess beneath the floor for the rear saddle and standard adapters when the plunger is in the down position. (c) The rear post shall be suspended in a concrete vault. The rear vault shall be connected with the front trench to provide full access between the front and rear post. Removable coverplates for pit access will be provided and shall include recessed lifter handles. (d) Rear casing and Plunger Assembly: The design requirements shall be the same as the front plunger and casing assembly. 7.03 Controls: The hydraulic control valve will be of composite design providing individual control of front and rear posts as well as operation in the synchronized mode. The valve will be located in a suitable remote control box which shall be floor mounted as specified in facility layout drawings. The operating controls shall be surface mounted to provide operation without opening a cover plate or door and suitably protected against damage by accidental drive over of a capacity size vehicle. Control valves shall be "deadman" type. 7.04 Lift Locks: Front and rear locking legs shall be rated at same capacity as the corresponding jacking units. The legs shall be of the telescoping type and constructed of 3" x 4" rectangular tubing and a minimum wall thickness of 3/16" to prevent strut rotation out of alignment with locking latch. Round notched struts are not acceptable. Each strut shall have a 1/2" steel plate welded to it with a minimum of 18 locking slots spaced at 3" increments. The locking latches shall be spring loaded to the locked position and shall be released at the control location. The lift locking leg shall be attached to the saddle to prevent rotation insuring proper location of releases at all times. The locking leg shall prevent rotation of the piston assembly. PART 8 - PLUMBING: All plumbing components shall be supplied by installing contractor. PART 9 - WARRANTY: Lifts shall be warranted to be manufactured from sound materials in a workman like manner and guaranteed against failure due to defective materials and workmanship for a period of one year. PART 10 - DESCRIPTIVE DATA: An installation -operation -service manual and complete repair parts list showing illustrations of individual components shall be made available by the manufacturer. When required company field personnel will be made available for instruction and consultation. 52Q 2/99 i 5 6 The Contractor shall substantiate the above performance on the attached forms .(pages C-14 through C-16) and include it .with the sealed bid. All bidders shall acknowledge the receipt of this addendum with their bid proposal. These revisions do not change the project cost estimate nor the Bid Opening date/time for this project. *2c, P Mark P. Uphus, P.E. Associate Civil Engineer Bidder Acknowledge: Company Name Addendum 1, CC-1099, August 27, 1999, page 2 of 2 G:\Construction Contracts (CCs)\CC812\CORRESP\Other\Addenduml.doc 4. % l ^N' y . ` 4��;.94' 3 ✓ F �j V lT- • Contractor. is hereby notified that. copies..of the three soils reports that t- were used in preparation of the contract documents are available at the City Public Works counter at no charge to plan holders beginning November 15, 2000. • Contractor's attention 'is directed to SECTION 02315, EXCAVATION, BACKFILLING AND COMPACTING of the project specifications. Part 2, 2.2 FILL MATERIALS, Paragraph A is herewith deleted and the following is inserted in Its place: A. Fill-Matenals:, All fill materials shall be approved b Ci - _'s Kgeotechnical engineering consultant. The on -site material may be -used as long as it meets the geotechnical requirements under section 2.1.B.2 above and points 1 through 4 below. All bidders shall acknowledge the receipt of this addendum with their bid proposal. These revisions do not change the project cost estimate. 1,f Mark P. Uphus, P.E. Associate Civil Engineer MPU:jm Bidder Acknowledgement: PI IAA 6, Company Name of Addendum 2, CC-812, November 17, 2000, page 2 of 2 GAConsfrucfion Confracfs(CCs)\CC8I2\CORRESP\Ofher\Addendum2.doc an aboveground lift that the City of Huntington Beach will furnish and install. The. _northerly liR shall;:,b,:a.. aelow.;.ground lift as manufactured by. Rotary, Model 52Q that is ;&L nish�d and installedk=° by they contractor. The manufacturer shall approve the supplier and installer of the Rotary Model 52Q lift. The lift shall comply with the attached specifications for Rotary Model 52Q. . The installation requires the construction of a "continuous trench" in the concrete floor of the Mechanic's Shop as shown on the attached Rotary Lift drawing. The "continuous trench" shall be waterproofed by the use of the Fluid Applied Gas Barrier specified in Section 07191 of the specifications. F,Tjie :'" cont'.gas:tre.nch'sha��bedigned,.�c�nd_,, detailed by the lift supplier and cpn.�,tr. c:fed_ by=the,�contracf60 All bidders shall acknowledge the receipt of this addendum with their bid proposal. These revisions do not change the project cost estimate. Mark P. U us, P.E. Associate Civil Engineer MPU: Bidder Acknowledgement: YV\ Company Name Addendum 4, CC-812, December 21, 2000, page 3 of 3 GAConstruction Contracts (CCs)\CC812\CORRESP\Other\Addenda\Addendum4.doc 15. Refer to the project specifications, Section 07461. T#�ieIinish -,bn �#�iav metal�siding:=shall:bebare`galvaniietl�:j�' 16. Refer to project plan sheet A-3. Ridgelines in the metal roofing are shown in two locations on the plan. The attached sheet entitled f0shing;.,Details !,hereby incorporated into the contract documents for .constructing the ridgelines and other applicable metal roofing and siding details. 17. Refer to project plan sheet A-4. The plan shows downspouts terminating from the second story roof terminating at the first story roof. C.ontra.ctor.,: shall : furnish, .and ::inst.all-pre-castL..cencrete-°splasho blocks on the built-up first story roof where downspouts terminate. 18. Refer to project plan sheet D-1, Detail 4, Down Drain. The bottom- most note stating ` Pre-cast..splash:::block,: not required Q concrete paving (U.N.O.)" is hereby deleted from the detail. All bidders shall acknowledge the receipt of this addendum with their bid proposal. These revisions do, not change the project cost estimate. I Mark.P. Uphus, P.E. Associate'. Civil Engineer MPU:jm Bidder Acknowledgement: .1 W\-& Company Name 3 e/ 3y D to Addendum 3, CC-812, December 1, 2000, page 4 of 4 G:\Construction Contracts (CCs)\CC812\CORRESP\Other\Addendum3.doc Sent.By: PIMA CORP.; 310 231 0234; Jan-3-01 3:1OPM; Page 2 01/03/2001 14:17., 326-3696193 DOJA INC PAGE 02 j Aii. C.noi 3:-4prq GRADING CONTRACTOR EXPERIENCE BEACH MAINTENANCE FACILITY CC-812 Bid Optniny Jant►sry 3, 2001 I. Provide the InforrneMon regvestad below for five (5) clients (projects) for whom the bidder has parfarmed Grading wiWn one mile of ocean or bay .ihoreiine with computable Smurldwaftr coadWons (Ml:timum five Mysers experience aerlormlng ezcsvatlae, baakfilling, compaodu read greding on projects within one mile of ocean err ahore!ine with mpeuabla groundwater c0 ittOno reaulr4. Name and Address rieme of Project Manager: Pro' ct Manager's P.Eur.a No. L5-19-) 449 — Z S7 ConftO Amount Date cornoleotd I 2. i. al"a a N&nr, and Adftvi Name of Project Manner. Pro'oet Mansger's ConrractAmount Date completed 9. 4. s. 1game of Protect Manner: Prvje.1 Mara6ar's Phone No. (31Q) _ - ram! ��►�e--•rep=tee PleJetI Manager's phone 'dc,�) Corinct Areeunt Date completed yy� Nartee an Ad td Name ufProjeceMartager. I�roj: c: Manager's Phone N Contract Amount J Date cornyletsd C-1 bR Sent By: PIMA CORP.; 310 231 0234; Jan-3-01 3:10PM; Page 3/4 01/03/2001 14:37 ) 326-3696193 DOJA INC PAGE 01 JAN. 2.2001 3:23PM N0,655 P.c�3 GRADING CONTRACTOR EXPEWENCE BEACH MAINTENANCE FACILITY CC -all Bid Operwng Jettuury 3, 2001 Provide the klfortestiae requested below for aix (6) Okple (projocts) for whom tbs bidder hee paflo mad grsdlns of comparable size and complexity Wialmum Ove (5) yesn experimm eo projam cmVerable. sisa and complexity requited); / . _ . I Name of Projew h(sns►gex: At?d _ ProJeu Manager's Phone No, ( 31 J (ry 2. Nime idd Addrw Name of Project M"Ager. Project Ma War's Phone No. (S) 3. Name and Addtess Name of Project Manatee; r Project Manager's Phone No.' - U I Liam Nerve sea Addeesa _ _ _ Nance of Project Uww6erc ZE&- t� ,w awe Maeqer's Phone No. 8( /8) -, Contract Atnouet wm0 s. Name and Addres Name of Project ?Am"er;_1 J V Pect Manager's Phone No. (618 ) _ 2 `77 7 I .tee!, JV `- 6. Name of Project Manaau: n t tZf_ tNJZ Project M"er's Phone No. (aqq) 6 —Li C-13R Sent By: PIMA CORP.; 310 231 0234; Jan-3-01 3:11PM; 01/03/2001 14:17 326-3696193 DDJA INC JAPI. 2.2001 .3: 23PM rw�. ova GRADING CONTRACTOR EXPERT NCE BEACH MAETMNANCE FACILITY ICC412 Bid Opening ltrwary 3, 2001 Provide the infamistion requested below for six (6) public agencies for whom d* bidder W pedmated 'Vreenbook" grading work (Minimum throe (3) years "0reonboo1e' cxperi%wA peri'brmina excavation. buckf1ling, campwioa and grading re"irsQ: 2. 3. 4. S. ra Name of Project Mumger:_ Protect? -Wager's Phone No. Navic of Project Manager:_ ho, ct Man ger's Phone No. CW- ) 4"] -s r — ev Nina of Project Managcr._gd� Project Manager's Phono No. Ca?-J Name of Project .I.20W.-TOW5% Name of Project Man►aer:— Project Mtanastes Phone No. Name of Projeet tvtetta�er: Prpject hlanager's Phon416p. (3Z'5 r% Guilt tim C-14R Page 4/4 PAGE 03 • �i%D'9 `'3 �j Z Sent By: PIMA CORP.; 310 231 0234; Jan-3-01 3:10PM; Page 1 r PIMA CORPORATION D.D.A. ----- ----- ----- ----- ----- ----- ----- ----- ----- ----- ----- ----- --- Advanced Construction License No. 698859 ZOO I S. Barrington .Ave. Ste # 201-B Los Angeles, CA 90025 Tel 310-231-7060 Fax 310-231-0234 (Accounting/Main office) Fax 310-231-041 1 (Engineering/Estimating Dept) fA From --- PI-`�-------- - Attn.------M-:1 ---- Company's name: --- --------- Tel#----------------- -- -- Fax #42!3 --2-_ ---_f 3 Date-- —-=----------- Taal of pale_ tS nCludinQ cover sheet (� Comments: r '' y- �, �F ;,"am CITY OF HUNTINGTON BEACH 2000 MAIN STREET CALIFORNIA 92648 OFFICE OF THE CITY CLERK CONNIE BROCKWAY CITY CLERK February 20, 2001 ',2061 To: Great West Contractors, Inc. 4562 E. Eisenhower Circle Anaheim, CA 92807 Enclosed please find your original bid bond issued by Travelers Casualty and Surety Company of America for Beach Maintenance Facility CC-812 eg.v. e ow,'4/ Connie Brockway, CIVIC City Clerk Enclosure g:Kollowup/cashcon/returnbidbond.doc (Telephone:714-536.5227) 4 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Hartford, Connecticut 06183 Bond No. N/A KNOW ALL MEN BY THESE PRESENTS, Thatwe, GREAT WEST CONTRACTORS, INC. as Principal, hereinafter called the Principal, and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, of Hartford, Connecticut, a corporation duly organized under the laws of the State of Connecticut, as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF HUNTINGTON BEACH as Obligee, hereinafter called the Obligee, in the sum of TEN PERCENT OF THE TOTAL BID AMOUNT ----------- Dollars($ ------- 10%----- ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for BEACH MAINTENANCE FACILITY 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 27TH day of DECEMBER (Witness) (Witness) ,2000 . GREAT WEST CONTRACTORS, INC. (Principal) (Seal) ichard G. Wo p4gE&J Oresident (Title) TRAV€L CASUALTY AND SURETY COMPANY OF AMERICA J IA B. LEONARD (Attorney -in -Fact) Printed in cooperation with the American Institute of Architects (AIA) by Travelers Casualty and Surety Company of America. The language In this document conforms exactly to the language used in AIA Document A310, February 1970 edition. S-I869-G (07-97) li ti CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of RIVERSIDE On DEC 2 7 2000 before me, DANNA BAKER, NOTARY PUBLIC Name and Title of Officer(e.g. "Jane Doe, Notary Public) personally appeared JULIA B. LEONARD, ATTORNEY IN FACT , Name(s) of Signer(s) ®personally known to me - OR - []proved to me on the basis of satisfactory evidence to be the person(63 whose name(s) is/afe subscribed to the within Instrument and acknowledged to me that he/she/ they executed the same in �. DANNA BAKED #is/her/the4 authorized capacity(+eQ, and that by in 12 COMM. #1202129 h4s/hers/the4 signature(s3 on the instrument the person(o, or OTARY PUBLIC - CALIFORNIA Nthe entity upon behalf of which the person(&) acted, executed RIVERSIDE COUNTY the instrument. My Comm. Expires tJov. t 7, 2002 1 lrrsrrs ss�� WITNESS my hand and official seal. ,1 a 1?)tl. Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title of Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: JULIA B. LEONARD ❑Individual ❑Corporate Officer Title(s): ❑Partner --- ❑Limited ❑General ®Attorney -in -Fact ❑Trustor/Trustee ❑Guardian or Conservator ❑Other: Signer is Representing: Number of Pages: Signer's Name: ❑Individual ❑Corporate Officer Title(s): ❑Partner --- ❑Limited ❑General ❑Attorney -in -Fact ❑Trustor/'Trustee ❑Guardian or Conservator ❑Other: Signer is Representing: M ®r t TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEYS) -IN -FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Julia B. Leonard, Ken Coate, Kenneth A. Coate, Mark N. Gladding, of Riverside, California,. their true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, or, if the following line be filled in, within the area there designated the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. (8•97) GREAT WEST CONTRACTORS, INC. 4562 E. EISENHOWER CIRCLE ANAHEIM, CA 92807 (714) 777-0977 BEACH MAINTENANCE FACILITY CITY OF HUNTINGTON BEACH Wednesday, 1/3/01 @ 2:OOPM RE -BID Office of the City Clerk Second Floor 2000 Main Street Huntington Beach, CA 92648 -n7 Grew Vim} Conirnc�rs SECTION C PROPOSAL for the BEACH MAINTENANCE FACILITY at 8669 Edison Avenue CASH CONTRACT No. 812 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 the selected working day schedule, 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-1R 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 $ 1 0% ofbi iTropua Bich 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: i%'„ .�':,`•''L'I'. r '" e ci off. `i--..- i£ �.... "�'�A-.yfi ; mt''# Date Recerve *'"*�ix "k X_g r :g�':-1..<w.'� t �" a',n%1;;si427 ,s rza 2 11 17 00 1 00 4 12/21/00 C-2R PROJECT BID SCHEDULE BEACH MAINTENANCE FACILITY 8669 Edison Avenue Huntington Beach, CA 92648 CASH CONTRACT No. 812 TOTAL AMOUNT LUMP SUM BID IN FIGURES: $ TOTAL AMOUNT LUMP SUM BID IN WORDS: -700 m I u. I ) &V- h v w R p_; +'r --I? l6� C-3R 0 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 (by percentage of the total bid) of the work to be done by such subcontractor. By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work that 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-4R /cif Pa e_ ^ o� 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 (by percentage of the total bid) of the work to be done by such subcontractor. 7 3 3 a s Portton =Name of Subcontractor and Address' u SState License ` ClassA r - 'x" a gA _T Number F �99 La �. S' -7 9 M L. J S- /a J (o a 9.7 -7 yV L,n 7a oa c '� Po 70 0 ' L ` L% _ S_ L r 1 I Fer•c�.. -mils i'S o E - 6 c__ L 0.� By submission of this proposal, the Bidder certifies: 1. That he is able to .and will perform the balance of all work that 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-4R /�� G,ml We6t Pa5 -e--2^ 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 (by percentage of the total bid) of the work to be done by such subcontractor. Pornori Y ? �a tor,Address ' 3 , ��;; S".x�.n_xa ;a . �,., u.•...?'4.� `. :. ,sL°.it�`;v s's <`' zs . :State License >-.da 'a.,�• Class° � 3 � ":�'.a-..: a bk 02 �� a� - L9 3 L By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work that 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-4R 01/02/2001 17:53 326-3696193 DOJA INC PAGE 02. JAN. c001 :3;24FM NkD.6t-'.q F13"? `Doj a;. Inc . GRADING CONTRACTOR EXPERIENCE FACILITY E. Valley Blvd. 13EACH MAINTENANCE ffACILIT La Puente, CA 91746 CC-812 6 2 6— 3 6 9— 9 5 7 3 His! Opening January 3.200 3. 4. S. Ptovide the inft-nWon requested below for isve (3) clients (µnsjacts) for whoa the bidder kas performed gradi.ag wigtin one mile of oemm or bay shoreline wAh comparable groundwater cond!Ams (Mi:ximum five (3) Yeats expetisnce perlbrm145 excavation, baakr%in& c mpaax u and grad nS on projects *Whin ort rli,t. of ocaan or shorsliaa with 7Mpatable groundwater cc ditipns requ!rro. �' -D, Lj 1t), A� � ) " I Nance art4 Atic$ess Pisme of Project Manager: Pro act Manager's Fbunr No. ULP2) ZLI _ Z I a Contract Amount Date compkod Ntatae of Prajett Wu ger:, d zj. L,-po�oj- prteot Monetcr's Phore No. tv' 1o.) Conaact Am011 t Date cornpkted l w%o of project Moneger. J=C1 Pruj=t \da+:ager'r Mute No. (.�j Name of P�oiect ,,I, ^A- — j Prolsct Manager's Plods No. , ) 5EL$ '~ 13-2z.e Name ufPrajectManager: � �A&7 Prgjr.a' Maattgsr's (Phone No Control Amount _ Dante compkttJ C. 16R 01;02/2001 17:53 326-3696193 DOJA INC: PAGE 03 Doj a,. Inc. GI3.ADMG CONTRACTOR EXPERIENCE 1 3 2 2 4 E . Valley Blvd. BEACH ,MATiOT NANCE FACILITY La Puente, CA 91746 CC412 6 2 6- 3 6 9- 9 5 7 3 Bid Opaaar ng January 3, 2001 Provide the infomtadott requeskd WOW for six (6) paabbc xgene►ea for +,Wbom the biddmr kes performed "arwWok" grading work iMintmum three (3) ycan " QmenWgk" expaierce poribrini ag evmviuion. 1x OX- 1llirrR, cwinpactiort And SMdiAg IO"irodj: l U aavw Ad eras Name of Pr9ject Man at: rc jectbianager`sphnraeN�o. mount Owls compdetcd 2 Nazw of aftjea Manager„, Pro'ea Manaaser's Phone Va. CW—) -- — — Contraw .a►mount Date eamplrud NArrse aan aw Name of Project Manager: " -Project Matrtage:r's Phone No. ( ,r. - .. J7 &46 ;0 �n�~ SPjti 2 70n�A%16L"��_ Dab egra►pleted Now and Address--�-- Nwra of Project Manager:_l:�V Prot MaasOger's Phone No. (21L) 92 4 Coattet►at Atrtiount�/j�� a eotapisce Name and Address Name e, Prijeet Mangger _._ Project Monager's Phom No. "32 OD onar�eAant 'Dots camp:e ------ Narnar Addrasa Nan;.s olFtojsat Man�esr:_,�,�,•.„,� 4"IZ g 'act !lriaaaager'i Pboae - t 323) Q3 � _��� �� ceritr d exeunt Date compltWd C-14R 01/02/2001 17:93 326-3696193 DOJA INC PAGE 04 JR4. :. 2001 3 � 23PM NQ • 655 P. c^, GRADING CONTRACTOR EXPERIENCE 13224 2 2 .Inc .4 E. Valley Blvd. BEACH MAINTENANCE FACILITY 322 La Puente, CA 91746 CC-812 6 2 6— 3 6 9— 9 5 7 3 Bid Opera A$ Janu3aty 3, 2001 Provide the in1lormstion rsquartad below fbr six (6) clients (Projects) far whom the bidder has pedormsd grading ofcompareble sin and cveiplox:ty (Minimum flvs (S} y`em experience oe pmjecb of comparsble- rire and empleifty requited); J I 2. 3. a. S. 6. Name of Project Muner: �Lrs� jeL L._ Proisct Manager's phase No, C3/D ) -a-4( Name of Project Manager:, Project Manager's Phone *' k.= Now and Addhes Nano of Project MKMW'. Project monaier's Photo No. (� Nuns of Project manager-, Pry,oct Manager's Phone No. (6/VJ Contract Apkount _ eanpkmd Name 4M address • Name of Project Manafer:� .�... Pro ect Manager's Phone No. d�, 1 C-1SR LIST OF VENDORS All bidders are required to furnish the following information relative to the vendors that he/she proposes to use. P_LEASE_SEE-A-T-TACHED Name of Vendor` Address ofOfice and Telephone n Numbers n Type£ of 11Matenal orProduct Model (s)1Vumber(s) „ C-5R GREAT WEST CONTRACTORS, INC. 4562 E. EISENHOWER CIRCLE, ANAHEIM, CA 92807 NAME Grove Lumber Hub Construction Hi -Way Safety Prime Equipment Sunstate Temp Power Systems Triangle Rock So. Calif. Air Cond. Mobile Mini Dunn Edwads Robertsons Ready Mix Orco t� VENDOR REFERENCES ADDRESS PHONE MATERIAL/SERVICES Ontario, CA 909-947-0277 Lumber San Bernardino, CA 909-889-0161 Misc. Supplies Chino, CA 714-870-1750 Safety Equipment Santa Ana, CA 714-560-9575 Equipment Rental Anaheim, CA 800-834-7557 Equipment Rental Anaheim, CA 714-632-1999 Temporary Power Silverado Canyon, CA 323-258-2777 Rock and Sand City of Industry, CA 626-854-4500 HVAC Supplies Arizona 800-456-1751 Temp Trailers Anaheim, CA 714-774-6339 Paint Supplies Riverside, CA 800-834-7557 Concrete Anaheim, CA 714-556-8300 Misc Supplies :1NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of Orange Richard G. , being first duly sworn, deposes and says that he or she is President Wolfinger of Great West 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. Richard G. Wolfinger Name of Bidder Signature of Bidder 4562 E. Eisenhower Circle Anaheim, CA 92807 Address of Bidder Subscribed and sworn to before me this 3rd day of January , 20 01 NOTARY PUBLIC NOTARYSEAL JANE E. BEZEL C) COMM. #1148506 1... C-6R Ai i NOTARY PUBLIC. CAUPORNIA 0 \ i O�E.00111111 C01N'Y `•, 4y ComJuly 28. 2001 L1 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 BEACH MAINTENANCE FACILITY, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved. " The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State -of California Cal -OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Date: 1 /3/01 Great West Contractors, Inc. Contractor VA I '�00201 Richard G. Wolfinger, President Title M-10 MM 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 [x ] 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-8R Al -I COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate: I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date: 1 /3/01 Great West Contractors, Inc. Contractor r y Richard G. Wolfinger, President Title C-9R Aif�) 4 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 Title Date: �011 -papi 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-10R M 11 1 1LMIAA:11�1 BIDDER certifies that the following information is true and correct: Bidder Name Business Address Great West Contractors, Inc. 4562 E. Eisenhower Circle Anaheim, CA 92807 ( 714 ) 777-0977 Telephone Number 673901 B C-5 State Contractor's License No. and Class 1993 Original Date Issued 7/31 /01 Expiration Date Great-. WPRt C•C ni raCtOrS, !Re. Richard G. Wolfinger, President Dick Wolfinger, Sr. Project Manager C-11R The undersigned are prepared to satisfy the Council of the City of Huntington Beach of their ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. Great West Contractors, Inc. Company Name /Ole gnature of Bidder Richard G. Wolfinger Printed or Typed Signature 4562 E. Eisenhower Circle, Anaheim, CA 92807 Address of Bidder ( 714 Telephone Number 777-0977 Subscribed and sworn to before me this NOTARY PUBLIC �. 3rd day of January 2001 NOTARY SEAL -� JANE E. BEZEL COMM. #1148506 NOTARY PUBLIC • CAUFORNIA Ci ORANGE COUNTY m My Comm. Expires Juty 28, 2001 C-12R /4 Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past three years: PLEASE $EE—ATTACHED� 1. 0.1 3 Name. and Address Name of Project Manager: Telephone No. of Project Manager: ( ) Contract Amount Type of Work Date Completed Name and Address Name of Project Manager: Telephone No. of Project Manager: ( ) Contract Amount Type of Work Date Completed Name and Address Name of Project Manager: Telephone No. of Project Manager: ( ) Contract Amount Type of Work Date Completed C-13R GREAT WEST CONTRACTORS, INC. 4562 E. EISENHOWER CIRCLE, ANAHEIM, CA 92807 LIST OF RECENT PROJECTS PROJECT: FOUNTAIN VALLEY CORPORATE YARD DESCRIPTION: MAINTENANCE YARD AND OFFICES OWNER: CITY OF FOUNTAIN VALLEY CONTACT: DON HEINBUCH 714-593-4412 CONTRACT AMOUNT: $3,100,000.00 YEAR COMPLETED: 2000 PROJECT: LEARNING TECHNOLOGY CENTER DESCRIPTION: RENOVATION AND REMODEL OF LIBRARY OWNER: MOUNT SAN ANTONIO COLLEGE CONTACT: RANDY HARTMAN 909-594-5611 EXT. 5499 CONTRACT: AMOUNT: $1,397,099 YEAR COMPLETED: 1998 PROJECT: NAVAL FACILITIES AT NAVAL AIR STATION DESCRIPTION: TRAINING AND CLASSROOM FACILITY OWNER: DEPARTMENT OF THE NAVY SOUTHWEST DIVISION CONTACT: LT. REVELAS 619-577-6276 CONTRACT AMOUNT: $ L,452,000.00 YEAR COMPLETED: 1998 The Contractor shall. substantiate the, above'... performance on 'the -_ attached forms (pages C-14 "through- C-16) and include it .with the sealed bid. All bidders shall acknowledge the receipt of this addendum with their bid proposal. These revisions do not change the project cost estimate nor the Bid Opening date/time for this project. Mark P. Uphus, P.E. Associate Civil Engineer Bidder Acknowledge: Great West Contractors Company Name 12/12/00 By Richard K./wolfingerDate Addendum 1, CC-1099, August 27, 1999, page 2 of 2 G.\Cor&Wc*m Conhccts(CCs)\CC812\CORRQP\Other\Addendum l .doc A111 NOV-17-2000 11.09 _-HJNTIMTON B&(:H 714 374 1573 P.02/02 • Contractor is hereby notified that copies of the three soils reports that _ were used in preparation,of the contract documents are available at the - City Public Works counter at no charge to plan holders beginning November 15, 2000. ' • Contractor's attention 1s directed to SECTION 02315, EXCAVATION, BACKFiLLiNG AND COMPACTING of the project specifications. Part 2.2.2 FILL MATERIALS, Paragraph A Is herewith deleted and the following is Inserted in its place: A. Rif Materials: All fill materials shall be approved by the City's y geotechnkal engineering consultant. The on site material may be used as long as it meets the geotechnical requirements under =x section 2.1.8.2 above and points 1 through 4 below. All bidders shall acknowledge the receipt of this addendum with their bid proposal. These revisions do not change the project cost estimate. Mark P. Uphus, P.E. Associate Civil Engineer - MPU:jm Bidder Acknowledgement: Great West Contractors 12/12/00 Company Name By Richar Wolfinger Date Addendum 2, CC-812. November 17, 2000. page 2 of 2 ' a�con�n,eua,eo�ooarcc+l�cce�Tcoro�e�on,..v�ad.ndumz.d.o /d�,/' /1 - - - - TOTAL P.02 -..-._-_...�--aµ"<<--r-.r. a.. ....-.r •r r. _ r.•rr^.�-ernr.•wr�intn•�-�r.rws�•-•c�cri•.•�-n-r�eV.�.z•.�-.-ST�rr.nr•r.-r-rcrv-..•+rn-.•,.�-•.-••-..o•-rc-•..-.r...,...:-r.-.-. c�ra�r..r•-.r rr-.•.. ..� 15. Refer to the project specifications, Section_ 07461. The finish on the metal siding shall be bare galvanized. 16. Refer to project plan sheet A 3. Ridgelines in the metal roofing are shown in two. locations on the plan.. The attached sheet entitled Flashing Details is hereby incorporated into the contract documents for constructing the ridgelines and other applicable metal roofing and siding details. 17. Refer to project plan sheet A-4. The plan shows downspouts terminating from the second story -roof terminating at the first story roof. Contractor shall fumish and install pre -cast concrete splash blocks on the built-up first story roof where downspouts terminate. 18. Refer to project plan sheet D-1, Detafl 4, Down Drain. The bottom- most note stating "Pre -cast splash block, not required @concrete paving (U.N.O.)" is hereby deleted from the detail. All bidders shall acknowledge the receipt of this addendum with their bid proposal. These revisions do not change the project cost estimate. Mark-P. Uphus, P.E. Associate, Civil Engineer - MPU jm Bidder Acknowledgement: Great West Contractors 12/12/00 Company Name By Richa G. Wolfinger Date `i. - -=-- : - - Addendum 3, CC-812, December 1, 2000, page 4 of 4 G:\CorWwcflon Cadroch ICCs)\CC812\CORRESP\Other\Addendum3.doc ._-__—__--.-.._-.__._...-,........,....•�..�..�-,.�-.........P-�..-..r+•nrv.-n-rrcic.•-w...>er--n:-..-:ev'.�..•��:�s�niY.--...•- - ����sY�..v-a�..ac.z_..�r an aboveground lift that the City of Huntington Beach will furnish and install. The northerly lift shall be a below ground lift as manufactured by Rotary, Model 52Q that is furnished and installed by the contractor. The manufacturer shall approve the supplier and installer of the Rotary Model 52Q lift. The liftshall comply with the attached specifications for Rotary Model 52Q. The installation requires the construction of a "continuous trench" in the concrete floor of the Mechanic's Shop as shown on the attached Rotary Lift drawing. The "continuous trench" shall be waterproofed by the use of the Fluid Applied Gas Barrier specified in Section 07191 of the specifications. The "continuous trench" shall be designed and detailed by the lift supplier and constructed by the contractor. All bidders shall acknowledge the receipt of this addendum with their bid proposal. These revisions do not change the project cost estimate. Mark P. U us, P.E.- Associate Civil Engineer MPU: Bidder Acknowledgement: Great West Contractors, Inc Company Name YRichard G. .- Addendum 4,..CC-812, December 21, 2000, page 3 of 3 G:\Construction Contracts (CCs►\CC812\CORRESP\Other\Addenda\Addendum4.doc CITY OF HUNTINST(Al HEACK CIA Mi .AND 3 VD W 5 9 30 V3 jo HIM All") AW-11 COPIES TO: Front Desk Engineer Y\ City Clerk BEACH MAINTENANCE FACILITY '8669 Edison Avenue BID DATE: January 3, @2:00PM (Engineer's Estimate: $2,255,000.00) BID LIST BIDDER'S NAME RANK TOTAL BID AMOUNT 1. Amelco Industries $ 2. American Restoration $ 3. B. F. Construction $ 4. Charles King Co. $ 5. Construct 1-One Corp $ 6. Franklin Reinforcing Steel $ 7. Gilbert & Stears $ 8. Great West Contractors 3 $6b7r 9. L. A. Contractors $ 10. Long Beach Iron Works $ 11. Martin Harris Construction $ 12. M.S. Construction $ 13. Pacific Parks Landscaping $ 14. Pima Corporation $ MJ01) 150 15.Responsive Inter. Syst., Inc. $ 16. S.M.C. Construction 2 $ - 203L18, cU-o G\BID LIST 17. USS Cal Builders, Inc. 5 $ '21 S49 0G 18. Weeger Bros., Inc. $ 329 Ow 19.... Woodcliff Corporation $ 20. $ 21. $ 22. $ 23. $ G\BID LIST gi 'A sz F PROOF OF PUBLICATION STATE OF CALIFORNIA) SS. County of Orange ) I am a Citizen of the United States and a resident of the County aforesaid; 1 am -.-- over the age of eighteen years, and not a party to or interested in the below entitled matter. I am a principal clerk of the HUNTINGTON BEACH INDEPENDENT, a newspaper of -general, circulation, printed and published in the City of Huntington Beach, County of Orange, State of California, and that attached Notice is a true and complete copy as was printed and published. in the Huntington Beach and - Fountain Valley issues of. said newspaper to wit the issue(s) of - December 21, 2000 December 28, 2000 I declare, under penalty of perjury, that the foregoing is true and correct. Executed on December 28� 2000 at Costa Mesa, California. - ...�._- . No bid shall be con- NOTICE INVITING sidered unless it. is The. Engineers esti-� SEALED BIDS prepared on .the ap-� mate for the work in-i for the proved Proposal forms:) eluded in the contract is, I BEACH in conformance with the1. $2,255,000 MAINTENANCE Instructions to Bidders. All questions shall be; i .The bid must be ac• 1typed and transmitted by: FACILITY companied b a certified `I facsimile (fax) to:,. i CASH CONTRACT check, cashier's check,' Tony Banzuelo; AIA„ _ No. 812 ,.or bidder's bond mad;'j Architect; Phone No. l In the payable to the AGENCY.j (714) 282-0986 CITY OF for an, amount no less!i The AGENCY re- HUNTINGTON .than 10% of the amount,,,serves the right to reject bid, any or all. bids, to waive BEACH ! The successful bidderj.any irregularity and to PUBLIC NOTICE IS I take all bids under HEREBY GIVEN that .shall be licensed in ac-; the CITY OF HUNT- � cordance with provisions 1 advisement for a INGTON 'BEACH,- as', of the Business and i1 maximum period of -60 AGENCY, invites sealed I days. Professions Code and BY ORDER' of the bids for the above -stated CITY -COUNCIL of the project and will receive shall .possess a State CITY OF HUNTINGTON such bids in the office of Contractor's License i Class at -the time this BEACH, : CALIFORNIA, Floor,the City Clerk, Second ' contract is awarded. The the 18th day of Decem- Hunti 2000 Main Street,' ber, 2000. Huntington Beach, - Cali- successful'- Contractor Attest: fornia 92648, u to.the and his subcontractors p Connie Brockway hour of , p.m.- on will be required to CITY CLERK OF THE ' Jan 3, 2000. Bids possess business ry licenses ` from the .CITY OF HUNTINGTON i will be publicly open in AGENCY. BEACH -: the Council Chambers Pursuant, to the Published Huntington unless otherwise amended Public Con Beach -Fountain Valley posted. tract Code Section 3400, Independent —December Copies of- the Plans, 21, 211, 2000 I Specifications, and con- Contractors are now re- Itract documents are quired to submit all - 124-273 available from the Office substitution requests for of the .Director of. Public equal materials or sys- Works, 2000 Main tems prior to award of Street, .Huntington the contract during a pe- Beach, CA 92648, upon Mod specified in the bid payment of a $150.00 ,documents. No non-refundable fee if substitution requests picked up, or payment of will be -considered af- a $180.00 non-refun- rter. aW9rdof the con- dable fee if mailed. - -tract. - Any contract entered Project Description:' into pursuant to, this no- The project includes tice will incorporate the over -excavation and ex-- pprovisions of the State :port of approximately Labor,Code.-Pursuant to .16,200 cubic yards of the provisions of the La- soil and import of 20,650 bor. Code of the -State of cubic yards of qualified California; the 'minimum soil for the grading prevailing rate of per. phase of the project. The diem wages. for. each Project includes con - craft, : 'classification or struction ' ,of a 14,750 ;.type.of workman needed square -foot ' vehicle _ — maintenance - and: Ito execute the contract storage building with ad shall be . those de-- ministrative offices, a termined, by the Director fuel storage and dis of Industrial Relations of penning area, related' the .State of, California, site paving, utilities, site, which are. on file at the .lighting and other -site Office of the Director of I elements. The project. Public Works, 2000 • also includes installation'. Main Street, Huntington I of venting for the aban=i Beach, CA 92648. doped City of Huntington The AGENCY will de-' Beach -oil well No: 3 and! duct a 10% retention, construction of Edison Avenue from Newland from all progress pay ments., The Contractor- Street to the entrance of may The .an the Beach Maintenance Facility site. escrow holder surety of - The ra ect schedule isi equal value to the ratan 240 world. days. tion in accordance with 9 y . the provisiors- of the Cal- ifornia Government Code, . Section 4590. The Contractor shall be beneficial owner of the I surety and shall receive any interest thereon. The AGENCY hereby affirmatively • ensures 'that minority -business enterprises will be af- forded full opportunity to submit bids in response to this notice and' will hot be discriminated against Ion the basis of'' race, color, national origin, ancestry, 'sex, or' religion , -in any consideration leading to the award: of_ contract. 00 ��Ish ►2- Z(—ZrD l2- 2$-0'0 SECTION A NOTICE INVITING SEALED BIDS for the BEACH MAINTENANCE FACILITY CASH CONTRACT No. 812 in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH, as AGENCY, invites sealed bids for the above -stated project 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 January 3, 2000. 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 $150.00 nonrefundable fee if picked up, or payment of a $180.00 nonrefundable fee if mailed. Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code. Pursuant to the provisions of the Labor Code of the State of California, the minimum prevailing rate of per diem wages for each craft, classification or type of workman needed to execute the contract shall be those determined by the Director of Industrial Relations of the State of California, which are on file at the Office of the Director of Public Works, 2000 Main Street, Huntington Beach, CA 92648. The AGENCY will deduct a 10% retention from all progress payments. The Contractor may substitute an escrow holder surety of equal value to the retention in accordance with the provisions of the California Government Code, Section 4590. The Contractor shall be beneficial owner of the surety and shall receive any interest thereon. The AGENCY hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion in any consideration leading to the award of contract. No bid shall be considered unless it is prepared on the approved Proposal forms in conformance with the Instructions to Bidders. A-1 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 this contract is awarded. The successful Contractor and his subcontractors will be required to possess business licenses from the AGENCY. Pursuant to the amended Public Contract Code Section 3400, Contractors are now required to submit all substitution requests for equal materials or systems prior to award of the contract during a period specified in the bid documents. No substitution requests will be considered after award of the contract. Project Description: The project includes over -excavation and export of approximately 16,200 cubic yards of soil and import of 20,650 cubic yards of qualified soil for the grading phase of the project. The project includes construction of a 14,750 square -foot vehicle maintenance and storage building with administrative offices, a fuel storage and dispensing area, related site paving, utilities, site lighting and other site elements. The project also includes installation of venting for the abandoned City of Huntington Beach oil well No. 3 and construction of Edison Avenue from Newland Street to the entrance of the Beach Maintenance Facility site. • The project schedule is 240 working days. • The Engineer's estimate for the work included in the contract is $2,255,000 All questions shall be typed and transmitted by facsimile (fax) to: Tony Banzuelo, AIA, Architect Phone No. (714) 282-0986 The AGENCY reserves the right to reject any or all bids, to waive any irregularity and to take all bids under advisement for a maximum period of 60 days. BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH, CALIFORNIA, the 18th day of December, 2000. Attest: Connie Brockway CITY CLERK OF THE CITY OF HUNTINGTON BEACH A-2 • MeJ. 619cITY OF HUNTINGTON BEACH 2000 Main Street P.O. Box 190 Huntington Beach, CA 92648 LETTER OF TRANSMITTAL Attention: Connie Brockway To: City Clerk's Office 2000 Main Street Huntington Beach, CA 92648 Fax (714) 374-1573 Date: December 15, 2000 Project/C.C. No.: C. C. No. 812 Regarding: Beach Maintenance Facility ❑ We are sending you: ❑ By Mail ❑ By Fax Mail(Number of pages including this sheet:) ® We are hand delivering: ❑ Attached ❑ Under a separate cover via the following items: ❑ Shop drawings ❑ Prints ❑ Plans ❑ Samples ® Specifications ❑ Copy of letter ❑ Change Order ❑ Other: Item # ` ' ` Co' ies Pa es Rescri' tion 1 1 2 Notice Inviting Sealed Bids for the Beach Maintenance Facility CC812 2 3 4 G' 5 These are transmitted as checked below: ❑ For approval ❑ Approved as submitted ® For your use ❑ Approved as noted ® For your action ❑ Returned for corrections ❑ For review/comment ❑ Resubmit copies for approval ❑ Submit copies for distribution `- ❑ Return corrected prints r- ❑ Other: Remarks: Please find the above item transmitted to you for your use in advertising the Beach Maintenance Facility construction project in The Independent. On December 18, 2000, the City Council will act on a Request for Council Action recommending the rejection of bids received on December 12, 2000 and the readvertisement of the project. Please advertise the attached pages in The Independent upon approval of the RCA by City Council. The new bid opening date is set for January 3, 2000 at 2:00 PM should City Council approve the recommended action. Please contact me at extension 1735 with any questions you may have. cc:x),`C.(crt 1fivKi�� Civi�iheer By: W(LL uc'�� U VU Mark Uphus, Assbiiate Civil Engineer G:\CONSTRUCTION CONTRACTS(CCs)\CCS12\CORRESP\TRANSMIT\T00121SCLERK.DOC Council/Agency Meeting Held: Deferred/Continued to: proved ❑ Conditionally Approved ❑ Denied Cit I s Signature Council Meeting Date: December 18, 2000 Department ID Number: PW-00-124 CITY OF HUNTINGTON BEACH REQUEST FOR ACTIONV SUBMITTED TO: HONORABLE MAYOR AND CITY COUNCIL MEMBERS SUBMITTED BY: RAY SILVER, City Administratoro2j"J '. �, - - r,� - EPARED BY: RON HAGAN, Director of Community Service OBERT F. BEARDSLEY, Director of Public SUBJECT: AUTHORIZE THE REJECTION THE BIDS AND PE MISSION'TO C77— READVERTISE THE BEACH MAINTENANCE FACILITY CONSTRUCTION PROJECT, CC-812 Statement of Issue, Funding Source, Recommended Action, Alternative Action(s), Analysis, Environmental Status, Attachment(s) Statement of Issue: Should the City of Huntington Beach reject the five bids received on December 12, 2000 for the Beach Maintenance Facility, CC-812 and authorize the readvertisement of the project for bids? Funding Source: City Council authorized Certificates of Participation in the amount of $3,100,000 to be used to fund the project. Recommended Action: Motion to: 1. Reject the five bids received for the Beach Maintenance Facility, CC-812 and direct the City Clerk to return all bid bonds; and 2. Authorize the Director of Public Works to readvertise the Beach Maintenance Facility, CC- 812 for bids. Alternative Action(s): Do not move forward with this project at this time. The impact of such an action would be the inability of the beach maintenance operation to clean the beach or maintain the marine safety vehicles. The Beach Maintenance Operation is working out of the Caltrans site on an interim basis, but only for the next year. REQUEST FOR ACTION MEETING DATE: December 18, 2000 DEPARTMENT ID NUMBER: PW-00-124 Analysis: Upon the opening of the bids for the Beach Maintenance Facility, CC-812, City Clerk staff discovered that the project was not advertised in a local newspaper as required by City Charter. Specifically, Section 503, PUBLISHING OF LEGAL NOTICES requires that matters to be published must be in a daily, semiweekly or weekly newspaper published in the County or the City and circulated in the City which is selected by the City Council for that purpose. As a result of this omission, staff recommends the rejection of the bids received for the project on December 12, 2000 and requests permission to readvertise. The City's Beach Maintenance Staff is presently working out of a Caltrans-owned yard located on Beach Boulevard near Yorktown Avenue. Caltrans has indicated it will allow the City to share the site with them for only the next year. Therefore, it is imperative that the City moves quickly to readvertise the project so that construction can begin at the earliest possible date. Environmental Status: Pursuant to the California Environmental Quality Act, the City filed Negative Declaration 99-15, which was approved in conjunction with the Coastal Development Permit/Conditional Use Permit. Public Works Commission Review: The Commission reviewed and recommended approval of the project on May 17, 2000. Attachment(s): RCA Author: MPUJM 00-124 Dec 18 Uphus -2- 12/15/00 9:47 AM Fa�BCITY OF HUNTINGTON BEACH 2000 Main Street P.O. Box 190 Huntington Beach, CA 92648 LETTER OF TRANSMITTAL Attention: Connie Brockway To: City Clerks Office 2000 Main Street Huntington Beach. CA 92648 Fax (714) 374-1573 Date: December 20, 2000 Project/C.C. No.: C. C. No. 812 Regarding: Beach Maintenance Facility We are sending you: .By Mail By Fax Mail(Number of pages including this sheet:) ® We are hand delivering: 0 Attached El Under a separate cover via the following items: ElShop drawings El Prints Plans El Samples Specifications Copy of letter Change Order ® Other: Contractor's Bid Documents 10111 Co `ies pages :. Descri tion 1 1 Bid Documents from Great West Contractors 2 1 Bid Documents from Wee er Bros. 3 1 Bid Documents from Woodcliff Constnlction 4 1 Bid Documents from USS Cal Builders Inc. 5 1 1 Bid Documents from BF Construction Inc. These are transmitted as checked below: For approval Approved as submitted Resubmit copies for approval ® For your use Approved as noted Submit copies for distribution ® For your action Returned for corrections Return corrected prints For review/comment El Other: Remarks: As you are aware, on December 18, 2000, the City Council approved a Request for Council Action recommending the rejection of bids received on December 12, 2000, the readvertisement of the project and the return of the bid bonds to the contractor by the City Clerk. The above documents are attached for your office to return the bid bonds to the respective contractors and for your records. The new bid opening date is set for January 3, 2000 at 2:00 PM in the City Council chambers. Please contact me at extension 1735 with any questions you may have. cc: By: !L ��= Mark Uphus, As iate Civil Engineer G:\CONSTRUCTION CONTRACTS(CCs)\CC812\CORRESP\TRANSMIT\TO01220CLERK.DOC CITY OF HUNTINGTON BEACH 2000 MAIN STREET OFFICE OF THE CITY CLERK CONNIE BROCKWAY CITY CLERK • December 26 ,2000 To: Weeger Bros., Inc. 2124 Main Street, Suite 146 Huntington Beach, CA 92648 CALIFORNIA 92648 Enclosed please find your original bid bond issued by Travelers Casualty and Surety Company of America for Beach Maintenance Facility - CC-812 d*w.� oodW47- Connie Brockway, CIVIC City Clerk Enclosure g Ad lowu p/cashcon/retu rnbid ban d.doc ( Telephone: 714536.5227) dfk BID BOND Conforms with The American Institute of Architects, A.I.A. Document No. A-310 KNOW ALL BY THESE PRESENTS, That we, Weeger Bros., Inc. as Principal, hereinafter called the Principal, and the Travelers Casualty and Surety Company of America of 21688 Gateway Center Drive, Diamond Bar, CA 91765 , a corporation duly organized under the laws of the State of Connecticut , as .Surety, hereinafter called the Surety, are held and firmly bound unto City of Huntington Beach as Obligee, hereinafter called the Obligee, in the sum of Ten Percent of Bid Amount ----------------------------------------------------------- Dollars ($ 10% of Bid Amount ) , for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Cash Contract No. 812, Beach Maintenance NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 21 st day of November , 2000 Weeger Bros., Inc. (Seal) Principal Witness ,may Title Travelers Casu nd Surety Company of America LA Witness { By Mark . Shrecken I st Attorney -in -Fact jt CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles On November 21, 2000 before me, Candy M. Coons, Notary Public, personally appeared Mark E. Shreckengast ma.oeoa�aasoesososnasaaoasaeoa�emoese Personally known to me to be the person whose name is subscribed to the CA;''�11' M. CC !S o within instrument and acknowledged to me that he executed the same G in his authorized capacity, and that by his signature on the instrument the s person, or the.entity upon behalf of which the person acted, executed the y rr; 5. 2 e instrument. ,`2 :regmr.eo+eoeoas.asaaeoeosaasyso4aIsell WI SS my hand and official seal. M - corw� igna a Notary Public Place Notary Seal Above Optional Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: _ Individual _ Corporate Officer - Title(s):_ _ Partner -_ Limited _General X Attorney in Fact _ Trustee _ Guardian or Conservator Other: Signer is Representing: Number of Pages. TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed,. and do by these presents make, constitute and appoint: Candy M. Coons, Mark E. Shreckengast, of Los Angeles, California, their true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, or, if the following line be filled in, within the area there designated the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the .Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. (8-97) IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President, and their corporate seals to be hereto affixed this 15th day of May, 2000. STATE OF CONNECTICUT }SS. Hartford COUNTY OF HARTFORD �Hp SWI��` �JrLTY AHp s ,(1G'.'J%r- 4 k CT yAp�O 4 a NARTFORD, z 11 9 8 2S O �o, CON f CONN. 'y�E*cry'-ya TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY BY. - --._ George W. Thompson Senior Vice President On this 15th day of May, 2000 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. �G,7ET RN M. My commission expires June 30, 2001 Notary Public Marie C. Tetreault CERTIFICATE I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this 21 s t day of November 12000. %.IV ANp C''p*SU'44" S HARTFOM f a HARTsoRD. ` O 19 8 2 0 00NN. c c�, • Sal By Kori M. Johanson Assistant Secretary, Bond p. • WEEGER BROS , INC. 2124 MAIN STREET, SUITE 146 Il5I HUNTINGTON BEACH, CA 92648-6443 SEALED BID for BEACH MAINTENANCE FACILITY CASH CONTRACT NO. 812 in the CITY OF HUNTINTON BEACH DO NOT OPEN WITH REGULAR MAIL G ► r t SECTION C PROPOSAL for the BEACH MAINTENANCE FACILITY at 8669 Edison Avenue CASH CONTRACT No. 812 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 the selected working day schedule, 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 r 1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice 'of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find BID BOND in the amount of $1 0 % of Bid Amount which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond", as the case may be). Bidder shall signify receipt of all Addenda here, if any: C-2 r PROJECT BID SCHEDULE BEACH MAINTENANCE FACILITY 8669 Edison Avenue Huntington Beach, CA 92648 CASH CONTRACT No. 812 TOTAL AMOUNT LUMP SUM BID IN FIGURES: $ a, 3.�g o00.� J TOTAL AMOUNT LUMP SUM BID IN WORDS: C-3 i LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of- each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor. 01 �a�e�r C, w, posS i,Jc��2b-� a G7So z 02. pOwaTA- �- 21.E >�'-✓ �' 7 o� 3� 03. 04. 05. O q d 0 6 .: A P.A W N /N 6''few iJ , U;;; ' /Rw.w.tiq c 6 g 90 9 -3 0 �'/ 154eo&v e 0.8 .l del ro rirzP i�u.,� i 8e S 09. s�� stir 9, A77-ueo Y3 7 &N3 S 10. r �,91e PCuwt&geJZi e7ir 342�`r� 1 1 . �f /ac. .c /A.eG . /L,?.v e' 7777zla 12. c . ;eit ; f7 •i,vs .i�.viq ,C ,� /6 8/ 13. Re y wi*t y i roc G w e S7S ro 14 . SiI��M�"�. /ire% L. DMovp 2 r4 5z /O 15. By submission of this proposal, the Bidder certifies: 1.: That he is able to and will perform the balance of all work that 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-4 i LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor. Portion . Name. o ' �antractvr a ress State;Ltcerise Gass of Work Number 16. %il/.tTf �/ �`►P�� COI%/�+. y'870 17. fn�ce yo ptv 7G' ce � fy%moo of 0 �. 18. .vDsr� 0A-> TALC fi.✓,q H ; e A4 19. 20. 157-A,q.✓e 3 2-7 G 21 , �f S. .d! .vNF,q�. .0�..ow G 22. . S if �� - f e.ccp �/ait.AMc �.�, i �}/� 7 23. 24. 25. 26. 27. 28. 29. 30. By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work that 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-4 All bidders are required to furnish the following information relative to the vendors that he/she proposes to use. C-5 h �- NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of Orange Mark-T.' _WeeaQy .being first duly sworn, deposes and says that he or she is President of Weeger. . Bros ., Inctbe 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. Weeger Bros.., Inc. Name of Bidder Si ature of Bi 2124 Main St., Suite Huntington Beach, CA 92648 Address of Bidder Subscribed and sworn to before me this _ 1 2th day of Dec. , 20 00 NOTARY PUBLIC NOTARY DAWN ROR�A� _ fM fib' ,,. ORANGE r n f 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 BEACH MAINTENANCE FACILITY, (I)(we)(it) will employ and utilize only. qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved. " The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements. The undersigned further promises and agrees. that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance . by any said subcontractor or subcontractors with the requirements contained herein. Date: 1 2/ 1 2/ 0 0 Weeger Bros.,' Inc. Contractor By Mark T. r President Title C-7 DISQUALIFICATION QUESTIONNAIRE In accordance with GovernmentCodeSection 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 ] 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-8 . COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each. contractor to whom a public works contract has been awarded shall sign the following certificate: I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self. - insurance in .accordance with the provisions of that code, and I will comply with. such provisions before commencing the performance of the work of this contract. Weeger Bros., Inc. Contractor. By ark T.er President ..Title Date: 1 2/ 1 2/ 0 0 C-9 a BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Weeger Bros., Inc., Bidder Name 2124 MainiStreet, Suite 146 Business Address Huntington Beach, CA 92648 714 ) 536-3854 Telephone Number 417715 A, B, C5, C8, C12, ASB State Contractor's License No. and Class 02/03/1982 Original Date Issued 02/28/2002 Expiration Date The work site was inspected by Gregory J . Weeger of our office on November 09 Y 20 00 The following are persons, firms, and corporations having a principal interest in this proposal: Mark T. Weeger, President.. Gregory J. Weeger, Secretary C-fI The undersigned are prepared to satisfy the Council of the City of Huntington Beach of their ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. Weeger Bros., Inc., Company Name Signa a of Bidder Mark T. Weeger Printed or Typed Signature 2124 Main St., Suite 146, Huntington Beach, CA 92648 Address of Bidder ( 714 ) 536-3854 Telephone Number Subscribed and sworn to before me this 12th day of December , 20D0 NOTARY PUBLIC NOTARY SEAL DAWN RODA COMM.01140154 NOTARY PUBUC • CALIFORIS C ORANGE COUNTY- W Comm. Expires May 11, 20M mssssssess C-12 Listed below are the names, address and telephonenumbers for three public agencies for which the bidder has performed similar work within the past two years: 1. City of Huntington Beach, 2000 Main St., Huntington Beach, CA 92648 Name and Address Name of Project Manager: Eric Charlonne Telephone No. of Project Manager: ( 714 ) 5 3 6 - 5 4 31 $2,.574,995 New Fire Station Nov. 3,.2000 Contract, Amount Type of Work Date Completed 2. Capistrano U.S.D., 32972 Calle Perfecto, San Juan Cap, CA 92675 Name and Address Name of Project Manager: Mark Bauer Telephone No. of Project Manager: ( 949 ) 4 8 9- 7 0 0 0 $6,284,394.00 Kinoshita Elem. School Sept. 8, 2000 Contract Amount Type of Work Date Completed 3. Huntington Beach City S.D., 20451 Craimer Ln, Hunt. Beach, CA 92648 Name and Address Name of Project Manager: Frank Blonska Telephone No. of Project Manager: ( 714 ) 9 6 4 - 8 8 8 8 $6,969,793 Seacliff Elem. School Nov. 23,.199'9 Contract Amount Type of Work Date Completed C43 . 11ius/ZUQu 15:15 FAX 16 001 CONSTRUCTION OF THE BEACH MAINTENANCE FACILITY Cash Contract 812 .City of,Huntingto.n Beach ADDENDUM NUMBER 1 November 8, 2000 Notice To All Bidders: This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Please note the following clarifications and revisions to the project specifications and plans: Contractor's attention is directed to Section 02315, Part 1.4.B. Delete `�- section B in its entirety and replace with the following: Grading Subcontractor's Qualifications: Contractor shall engage a subcontractor to perform earthwork who has the. following minimum qualifications: 1. Minimum of 3 years experience performing excavation, backfilling, compaction and grading operations on projects for public agencies.... under specifications according to. Standard Specifications for Public Works Construction ("Green Book"). Minimum number of projects shall be six (6). 2. Minimum of 5 years experience performing excavation, backfilling, compaction and grading operations on projects of comparable scale ' and complexity to that required for the work under the Contract. Minimum number of projects shall be six (6). 3. Minimum of 5 years experience performing excavation, backfilling, compaction and .grading operation on projects located within one mile of ocean or bay shoreline with comparable ground water conditions. Minimum number of projects shall be five (5). It Addendum 1, CC-1099, August 27,1999, page 1 of 2 G:\Construclion Contracts (CCs)\CC812\CORRBP\Other\Addcnduml.doc ___ 11/08/200A 15: 25 FAX 16002 The Contractor shall substantiate the above performance on the attached forms (pages C-14 through C-16) and include it with the sealed . bid. All bidders shall acknowledge the receipt of this addendum with their bid proposal. These revisions do not change the project cost estimate nor the Bid Opening date/time for this project. Mark P. Uphus, P.E. Associate Civil Engineer Bidder Acknowledge: Weeger Bros., Inc. 12 12/00 Company Name Date. Addendum 1, CC-1099, August 27, 1999, page 2 of 2 G:\Const(uclion Controcts (CCs)\CC812\CORRESP\Other\Addenduml.doc 11.408/2000 15: 25 FAX 003 GRADING CONTRACTOR EXPERIENCE BEACH MAINTENANCE FACILITY CC-812 . _. Bid Opening November 21 2000 Listed below are the names. addresses and telephone numbers for six public agencies for which the bidder has performed grading work within the past three years: Name and Address Name of Project Manager: Project Manager's Phone No: Contract Amount Date completed 2. Name acid Address Name of Project Manager: Project Manager's Phone No. Contract Amount . Date completed 3. Name and Address Name of Project Manager: Project Manager's,Phone No. C ) Contract Amount Date completed 4. Name and Address Name of Project Manager: Project Manager's Phone No.'( 5. G Contract Amount Date completed Name and Address Name of Project Manager: Project Manager's Phone No. Contract Amount Date completed Name and Address Name'of Project Manager: Project Manager's Phone No. Contract Amount Date completed C-14 11.408/200,0 45:25 FAX 004 GRADING CONTRACTOR EXPERIENCE BEACH MAINTENANCE FACILITY CC-812 Bid Opening November 21, 2000 Listed below are the names, addresses and telephone numbers for six clients for which the bidder has performed grading of comparable size and complexity within the past five years: Name and Address Name of Project Manager . Project Manager's Phone No. (�) Contract Amount Date completed 2. Name and Address Name of Project Manager: Project Manager's Phone No. L_) Contract Amount Date completed 3. Name and•Address .Name of Project Manager: Project Manager's Phone No. ( ) 4. 5 Contract Amount Dare completed Name and Address Name of Projcct Manager: Project Manager's Phone No. Contract Amount Date completed Name and Address Name of.Pro ject Manager: Project Manager's Phone No. ( ) Contract Amount Date completed 6. Name and Address Name of Project Manager: Project Manager's Phone No. t Contract Amount Date completed C-15 11,2d/LUUU 16:L5 FAA 41 Uwe GRADING CONTRACTOR EXPERIENCE BEACH MAINTENANCE FACII;ITY - CC-812 Bid Opening November 21., 2000 1. Listed below are the names, addresses and telephone numbers for five clients for which the bidder has performed grading within one mile of ocean or bay_ shorline with comparable groundwater within the past five years: 2. Name and Address Name of Project Manager: Project Manager's Phone No.(-) _ Contract Amount Date completed Name and Address Name of Project Manager: Project Manager's Phone No. Contract Amount Date completed 3. Name and Address Name of Project Manager: Project Manager's Phone No. ( ) Contract Amount Date completed 4. Name and Address Name of Project Manager: Project Manager's Phone No. (�) Contract Amount Date completed 5 • Name and Address Nanie of Project Manager: Project Manager's Phone No. l��) Contract Amount Date completed C-16 17-2000 10:58 HUNTINGTON BEACH 714 374 1573 P.01i02 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER TWO For Beach Maintenance Facility CC- 812 November 17, 2000 Notice To All Bidders: This addendum Is hereby made a part of the contract documents, to the - some extent as though it were originally included therein. Please note .,the following clarifications and revisions to the project specifications. and plans: • The. Bid opening date for this project Is hereby revised to: 2:00 PM December 12, 2000. • Contractor's attention is directed to sheet A-1 of the plans that show a fueling facility as a part of this project. Although it is not stated on the electrical plans, the contractor is reminded that all electrical work for the fueling facility is Class .1, Division 1 as required by the National Electrical Code. • Contractor's attention is directed to Appendix A, the second 11" x 17" page entitled OPTION 1 - SEAL OFFS of the project specifications. The annotation on the radius line from . the Abandoned Oil Well to the circumference of the Class I, Division II circle reads "RADIUS VARIES PER HBFD - SEE PLAN, TYPICALLY 10' OR 100"'. ' By this addendum, the annotation is revised to -read "RADIUS = 100"'. Addendum 2, CC•812, November 17, 2000, page 1 of 2 G:\Conslruclion Contracts(CCs)\CC912\CORRESP\Othet\Addendum2.doc 17-2000 10:58 HUNTINGTON BEACH 714 374 1573 P.02i02 • Contractor is hereby notified that copies of the three soils reports that were used in preparation of the contract documents are available at the City Public Works counter at no charge to plan holders beginning November 15, 2000. • Contractor's attention Is directed to SECTION 02315, EXCAVATION, BACKFILLING AND COMPACTING of the project specifications.Part 2, 2.2 FILL MATERIALS, Paragraph A is herewith deleted and the following is Inserted in its place: A. Fill Materials: All fill materials shall be approved by the City's geotechnical engineering consultant. The on -site material may be used as long as it meets the geotechnical requirements under section 2.1.13.2 above and points 1 through 4 below. All bidders shall acknowledge the receipt of this addendum with their bid proposal. These revisions do not change the project cost estimate. Mark P. Uphus, P.E. Associate Civil Engineer MPU:jm Bidder Acknowledgement: Weeger Bro.s., Inc. 12/12/00 Company Name y Date Addendum 2, CC-812, November 17, 2000, page 2 of 2 GAConslNclion Contracts(CCs)\CC912\CORRBP\Other\Addendum2doc TOTAL P.02 City of Huntington Beach Public Works Department 1..i.. 2000 Main Street ' Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER THREE For Beach Maintenance Facility CC- 812 December 1, 2000 Notice To All Bidders: . This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Please note the following clarifications. and revisions . to the project specifications and plans: 1. Replace plan sheets M-1, M-2, T-24 and E-7 with attached sheets M- 1 R, M-2R, T-24R and E-7R. 2. Refer ' to sheet M-2R for location of mechanical equipment and provide conduit and wire from panel PB to each unit as called for in "ELECTRICAL DETAILS FOR INSTALLATION OF MECHANICAL EQUIRMENT" on attached Sheet A.1, and shown on revised PANEL "PB" schedule on attached Sheet A.3. 3. Refer to sheet E-1 of the project plans. a. Delete EXISTING TELE. CO. SERVICE PULL BOX and associated conduit routing. from the plan. b. Delete EXISTING UTILITY CO. SERVICE VAULT and associated conduit routing from the plan. c. Delete the pad -mounted transformer from the plan. d. Install two 4" diameter schedule 40 PVC electrical. conduits and two 2" diameter schedule 40 PVC telephone conduit from Addendum 3, CC-812, December 1, 2000, page 1 of 4 GAConstruction Contracts (CCs)\CC812\CORRESP\Other\Addendum3.doc existing power pole #9036, 241 L10, : I/P .1836754E. The risers 'for each of the conduits shall be schedule 80 PVC. The pole is Located on the West Side of the adjacent SCE property. Contractor shall excavate the trench, install -conduits and backfill the trench in accordance with attached sheet A.7. . 4. Refer to project plan sheet E-4. a. Panel Schedules: Revise Panel "A". per attached page -A.2. Revise Panel "PB" per attached page. A.3. Add Panel "AC" per attached page A.4. b: Replace the PARTIAL SINGLE LINE DIAGRAM on plan sheet E-4 with the Single Line Diagram on attached page A.5. c. New Panel "AC" shall be configured as follows: l . It shall contain an isolated ground bus and an isolated neutral bus. 2. A dedicated grounding conductor must be installed from the Main Electric Service Panel to the isolated ground bus. This grounding conductor shall be a #2 AWG copper. It must run in the same conduit with the phase and neutral conductors and be insulated and continuous with no splices. 3. Circuit . breakers that .feed the Meridian equipment shall -be identified and labeled in accordance with the specifications. 4. The circuit breakers shall be equipped with lock out provisions. 5. A #6 AWG insulated system ground conductor shall be installed from the isolated ground bus in the AC service panel to the area where the Option 11 cabinet is.to be installed. The Option 11 cabinet will be furnished and installed by the Owner. 5. Refer to project plan sheet E-6, Power/Telephone Plan. Add identification for the panels in the electrical room (# 113) as follows: a. West wall - Panel "PB" b. North wall - Panel "A" c, North wall (Cross -hatched on plan sheet). :Main Switchboard. See single line diagram on Sheet E-4 as 'modified by Item 4.b above. d. South wall - 4'x 8' x 3/4" plywood telephone backboard. Route one 4" C.O. (with pull rope) from Telephone Backboard to existing Incoming Service Point. Ground per NEC and telephone company requirements. Addendum 3, CC-812, December 1, 2000, page 2 of 4 G:\Construction Contracts ICCs)\CC812\CORRESP\Other\Addendurnldoc 6. Refer to project plan sheet E-5, Lighting Plan. Revise circuit A-41 feeding three "D" exterior fixtures above the garage doors to "MECHANIC SHOP" to read circuit A-42. 7. Refer to project plan.sheet E-3, Fixture Schedule. The type. "B" fixture shall be Lithonia Canopy Die -Cast C..uroff, Drop Lens Fixture. "Catalog No. KACM 400M-DPA-120-TC-PE, color: white" or approved equal. 8. Exterior lights shall be controlled with a lighting control relay, photo cell "ON", time clock "OFF per drawing on attached page A.6. 9. Refer to the Pole Base Detail on project plan sheet E-1. Delete the top two notes on the left.side of.the detail that say, "20' tall painted straight steel pole;" and "Color shall be selected by architect." Insert the following in their place: "16' tall Ameron 1 C1 #16N4 concrete pole." 10.. Refer to the Lighting Fixture Schedule on project plan sheet E-3. Revise the Manufacturer of Fixture "A" to. Kim and revise the Description to read as follows: "23-inch square mounted high- pressure sodium lighting fixture mounted on a 16' H Ameron pole 1 C 1 # 16N4." l 1. The attached page entitled "GTE TELEPHONE OPERATIONS" :is hereby incorporated into the project specifications. 12. Refer 'to project plan sheet A-1 1. The handrails indicated by Note:.. 139 shall be painted standard steel rails as indicated on sheet D-3 of the project plans, Details 4, 5 and 6. 13. Refer to the project specifications, Section 07191, Fluid Applied Gas Barrier. Revise item 1.1.A to read as follows: "Gas vapor barrier under building providing protection from the following gases:" 14. Refer to the. project specifications, Section. 07411, Manufactured Metal Roofing System. A. The manufactured roof system and metal siding shall be bare galvanized finish. B. Metal roof underlayment shall be both Vycor ultra and #30 asphalt felt underlayment as per Section 07411, paragraph 3.2. Addendum 3, CC-812, December 1, 2000, page 3 of 4 G:\Construction Contracts (CCs)\CC812\CORRESP\Other\Addendum3.doc 15. Refer to the project specifications, Section_ 07461. The finish on the metal siding shall be bare.galvanized. 16. Refer to project plan sheet A-3. Ridgelines in the metal roofing are shown in two locations_ on the plan. The attached sheet entitled Flashing Details is hereby incorporated into the contract documents for constructing the ridgelines and other applicable metal roofing and siding details. 17. Refer to project plan sheet A-4. The plan shows downspouts terminating from the second story roof terminating at -the first story roof. Contractor shall furnish and install pre -cast concrete splash blocks on the built-up first story roof where downspouts terminate. 18. Refer to project plan sheet D-1, Detail 4, Down Drain. The bottom- most note stating "Pre -cast splash block, not required @ concrete paving (U.N.O.)" is hereby deleted from the detail. All bidders shall .acknowledge the receipt of this addendum with their bid proposal. These revisions do not change the project cost estimate. Mark .P. Uphus, P.E. Associate, Civil Engineer MPU:jm Bidder Acknowledgement: Weeger Bros., Inc. 12/12/00 Company Name y Date Addendum 3, CC-812, December 1, 2000, page 4 of 4 GAConstruction Contracts (CCs)\CC812\CORRESP\Other\Addendum3.doc 11/,U0/ LUV,V 10: La I -AA. Ldi00a GRADING CONTRACTOR EXPERIENCE BEACH MAINTENANCE FACILITY. WEEGER RROS.s INC. CC -sit 2124 Main St., Suite 146 Bid Opening November 21, 2000 Huntington Beach, CA 026143 Listed below are the names, addresses and telephone numbers for six public agencies for which the bidder has performed grading work within the past three ybars: l k ;A) 05 Hi TA OZ e,`t,r-A.)T� ,e 7 5C MOOZ. -5,,W J U4 v eA P,1s 7,F/X b Name and Addressg �Z Name of Project Manager: Project Manager's Phone No. °iL y�) 9 -- a / 9� / 97 oc&,� J u Contract Amount Date cohipleted Name and Address Name of Project Manager: 6,F0Ze7,ga Project Manager's Phone No. %( 6O O) 41y Z - _ /, iL % d#,t�.s, 400, =Q S�PT' 2.Ocao Contract AmAnt Date completed 3. ,$��A cL/*,F FG��,E�1T• '4j Stiia�L Hv ��•��7c►►y �� Name and Address Name of Project Manager: /42FA SJA' 440,0S4—f-A Project Manager's Phone No. 7( /4L 4 Contract Amount Date completed 4. cG Q) Z- WA 7,F)Z FL peg R AM0,0 A f7 ' Name and Address Name of Project Manager: CAAr,1G Project Manager's Phone. No. Contract Afhount Date completed S. Name and Address Name of Project Manager: Project Manager's Phone No. Contract Amount Date completed G. Name and Address Name of Project Manager: Project Manager's Phone No. L_) Contract Amount Date completed C-14 11i,08/2UW 15:25 FAX . 0 004 GRADING CONTRACTOR EXPERIENCE BEACH MAINTENANCE FACILITY CC-812 WEEGER BROS.$ INC. Bid Opening November 21, 2000 2124 Main St.. Suite 146 Huntington Beach, CA 92643 Listed below ate the names, addresses and telephone numbers for six clients for which the bidder has performed grading of comparable size and complexity within the past five years:. DS/Iri.A O'e eA4Sr�i�L s,��✓ J4JAAJ "A*%, ' Name and Address Name of Project Manager: �b Z- e-ti Z Project Manager's Phone No. (iy' `�) �} ci re &1 / !2/ 7�p4D, Contract Amount Date completed . 2. Name and Address Name of Project Managcr: L7f4 )F7Cy Project Manager's Phone No. (766 q y Z -- S / 4 / 7 Contract mount Date.coinpleted 3: 5�� �L. % �•�`ie/1, . s' e� i�t.�.t17 i..� rZ fir✓ �iG.6! , Name and Address Nance of Project Manager: Project Manager's Phone No, 7( % `� 9.1e 19i " Pal a as Contract Atfiount Date completed 4: 5 6. Name and Address Nacre of Projcct Manager: Project Manager's Phone No,. d%( ycl)_3 DOO. JvN /94749- Contrac Amount Date completed Name and Address ' Name of Project Manager: Project Manager's Phone No. Contract Amount Date completed Name and Address Name of Project Manager: Project Manager's Phone No. Contract Amount Date completed C-15 Dec 11*00 12:51p GRIFFIN DEWATERING (909)988-8457 p.7 Griffin Dewatering GRADING CONTRACTOR EXPERIENCE 536 E. Maitland St. BEACH MAINTENANCE FACILITY Ontario, CA 91761 CC-812 (9 0 9) 98 6 —4 4 9 8 Hid Opening November 21, 2000 l . Listed below are the names, addresses and tetephonc numbers for five olients for which the bidder has pertonned grading within one mile of ocean or bay shortage with comparable.groundwater within the past five years' Williamette High Density Tank & Pulper Tub Facility 5936 Perkins Road, Oxnard, California Name and Address Name of Project Manager; Ken Carter Project Manager's Phone No, OU 271-0071 $26,840.00 _ November, 1999 Contract Amount Data completed The Horizons (Marina District Lot 4)- 2, 541 Front Street, San Diego, California Nnme and Address Name of Project Manager: Glen Evans Project Manager's Phone No. ( 619) 702-0760 $133,700.00 January, 2000 Contract Amount Date completed Hezlep Residence 3. 2832 Bayshore Drive,' Newport Beach, California Nance and Address .Name of Project Manager; Eric Berger Project Manager's Phone No. L-) 498-2891 $61:9AQ.00 June, 2000 Contract Amount Date completed Ocean Outfall Reliability Upgrade Job# J-34-1 4. '22212 Brookehurst Street, Huntington Reach, California Name and Address Name of project Manager Boyd Garner Project Manager's Phone NO.( 909) 982-8803 $99.840.00 October, 1997 Cabinet Amount Date completed Sea World Wild Artic Exhibit S 1720 South Shores Road, San Diego, California Name and Address Nance of Project Manager: Derek Davis PrglectMmager'6Phone,No.( t19 297-4156 $72,080.00 July, 1996 Contract Amount Date completed C-16 DEC-11-00 01:06 PM STRATH PUMP CO 714 562 0684 P.01 as Mel�d:G, {LaJ'0, 0 r 4 t E7,FI''-JEE•IER EP(,S V1,. r-01 OE9 P. E/43 (8 7 7) 6 3 3— 3 9 7 s GRADING CONTRACTOR EXPERIENCE ,� BEACH MAINTENANCE FACILITY l`nute (& , CC-812 P.O. Box 2758 Bid Oporing November 21, 2000 Cypress, CA 90630 ,.istea bolow are rbe nemea, addrwits rind telephone numbers fbr six public Mestales ttir which the bidder has performad aradlu wort: within 0a Pasc t me yein: Ila-dwez J•mgn■ rna navrvaa Nume of ProjactMawtt,�el:,r �� ���� ?cn.ject Manig►+r's Phone No. f /D l.gy/' ��� /04, ao a O�G oi�►/ t:oat'nec Am cunt Date completed Nawe mid A foss Name or'prgleot Project M.nrt:rgerIs Pli me No. �D 3'7-7" D GO _ ewv GR^/GCo. Corttroat AtttOW Dale complou . ]ewe end Addtnu Nnrne of Projaw Maentct:'eng n gag �A Project mmeaer's Phone No. r_ 3!� 1. 3 ?8 •-0 3 A 3 COI)tmt A5191101 Age completed 4. imand of eso — �. IJjr/ -fe`� Kane of AtoJaet Motrager: �C . � project Mandate's Phoue No. ��II Odd 1, 4 o� dw-_ Nwae and Adelrw Name at' projectMnaegcr�r- Project NfAnagerIv Phone No, f 295 Idol ?- ntttact Anavot This eaatplated amp an Addrose Name of predict mamiger;�t J'r'gject M.tresa's lthon. No. (,81�; Z G G=�L CcUMCt Amount Dew completed C•14 DEC-11-00 01:06 PM STRATH PUMP CO 714 562 0694 1 w4hEC.., L�. erC ►0 F .4; 2 .FK 'AEEGER BROS III; 10. 0E9 P 3%14 �-rVA 774/ A &i P GRADING CONTRACTOR EXPERIENCE P. o., Box 2758 aEACH 1MAINTENANC$ FACILITY Cypress, CA 90630 CC-612 (8 7 7) 6 3 3— 3 9 7 5 Did opening November 21, 2000 listed below are the gslnr►. addreedu mad telephime nu+r.bere for Ax client for W1116 the bidder leas performed grading of compnlable aizo end complealq+ within the post five yeare; �3 1`tme and Addross Name of Project Manager,!!' Prcjees imaaa;ae, Phone Vo.(/o %:� J OCR ODU GNa►D�it/ Contract Amount ate cemplete . Z. //j� �T'T OG X59 e-- -0& AOS �W-5 Name and Address Vlune of Project Mann cr._,�/�l�/Je Project bianager'm phone No; --3( !o 3 7 7 ^ D 260 lo'ntrorct A`m— = Dote eoMploted c� Namr, and ea Name of Project Nlarwaer:_ . _ .......... ...... Project Managar'e Phone No. C Contract Asnowt Date comp etad i sine an rost . Nam of Project Muna4or.6A!!;S/ Project Manga'sNote Na. 'Ca coo Cad C.aRfl'ACf ArrieUnt 04N completed emt��e and Addroao Ner►a or), tgJoe1Managoe; Pr*ux Marogw't Phone Na. (�%�) 025'i<—J7211;r onOractAmouint Deb. aemap etee C40,de .1V5 eAeW Nem. and Address Name of prglcet RIMHer:zop Pinjoct Manager's Pbono No. . o ... ....,....9 .. Connect A019une hots comp etad C-13 P.02 DEC-11-00 01:07 PM STRATH PUMP CO • ` 714 562 .0684 �FEC , -.8. ZOEO * 4.1 P PM 4EEGER BPO9 I!'iC Ill''. 069 P. 4.,4• P. 03 GRADING CONTRACTOR UPERIENCE P.O. Box 2758 BEACH MAINTENANCE FACILTrY Cypress, CA 90630 CC412 (8 7 7) 6 3 3— 3 9 7 5 Hid Opening November 11 , 2000 1. Lis►ad belaw am the namst, addroeset And telephone nurnbev fir five elienis for which the bidder ltu performad grading within one mllo of aeeen or b16► ehoriine with comparable grenmdwnuY within the past fiva years., 4 Vame and A teas -- C�/LE ama of Project Maneg¢r.,�� r.. _ Proleee MMeaor'e phone No. /D � _ �� - �i � Apo, ddov ewa gcT Contract Amour' Data cornpl tod Nolte and address ✓�G /NQ@�D . Name of Project Manager,�.� Project Manager's Phone No,�3/�j .� bo, Wu d�✓G f�N� ZmQua � 4.r. Wattle and Addreds �. Name of1kgjaet I4avie6eri_ Project Mwtater`I Phone No. Conrraer� �.- mount Dote completed Menlo and Address Name of Prglaet Manager:V Project Manager's phone No. C---) !1oao y,G _ Contmot Amount Dow r4apleted name anu racwtss Name of Project Maneger;�'trp'lz.- d ay-5 mo.,1ro^i. _.G�At-�iti if/6�Y i�✓/Nrs' Prgjeot Mtmtaer's Phone No LNy _ 1 L / Jxo4q COntsect Amount ate ems' em' otatema — C-16 Uec-11=00 01:19P Foothill Engineer.irig 909 737 0792 P-04 -••�•, • •� «,�, r"i 1►'1'WLcbLI( bWV5 if* - NJ. kJbti F'. 4!4 GRADING CONTRACTOR EXPERIENCE BEACH MAINTENANCE FACILITY. CC412 Foothill Eng . Bid Opening November 21.2000 905 E . 3rd St. Cgqorr�ogqna, CA 92879 .11 Listed be are the nanes, addmsses and telaphono number for $vs elimu for which the biaait't� 7 3 7 - 5 3 91 performed grading within one mlla of ocean or bay shorline whh comparable gro mdwator within the past five years: Name acid ddrets Name of 'eat Manager, � 1 ig Project M 's phone No. (�) L 6 - U 310 !3 . ! . P S.rT_ . 10�d5E l 1 %.onvsR /7�IWIYIL rrw wn�rww 2.S Name MdWdmu Herne of Jeer Manager:-�'/''I �Gtn�Q/So►�t/ -- Ptojeet M agar's Phone No. Contract oum Dag comp aced Name gad ddress Name of t Manager, or Project M er's Phone No. (,909 9414W DO . c4.tr.a Ainaunt Data cmiDldbd 4, s s Name of off Manager: n g.�_/ 's Phone No, (7/U,7 _2- -0 b - -7 Co"Weetta,eunt Dato catppleted L1m6o f'V h rZr Nance as Address , Nurne of act Massager: - T1 ►W-. P-I $ r , pl!er's Phone No.( 9O l �O 144 Comm mount Dm comPlo C-16 S. tq�iltiUu flit: Ue:37 FAA 562 426 9714 b1ASCO-CHAS KING CO. GRADING CONTRACTOR EXPERIENCE Charles King Co. BEACH MAINTENANCE FACILITY 2841 Gardena Ave. CC-912 Signal Hill, CA 90806 Bid O Opening November2l 2000 (562) 426-2974 P g Listed below are the names, addresses and telephone numbers for six public agencies for which the bidder has performed grading work within the past three years: z.�;���r1.��'T/17�%��J''.����7�/�1'� Name and Address/ Name of Project Manager: Project Manager's Phone No. (7i4e') ;L73� Contrraacci Amount Date completed Jr 070 /;�/. Name ftnffAddress �� Name of Project Manager: , �i � /409/en-- Pro'ect Manager's Phone No. ( ZIV Contract Amount Date completed 3. 4. !I J' cam{// i! I,,141V e' %err✓ Namd Address . Name of Project Manager:^G%�— Pro' ct Manager's Phone No. Contract Amount Date completed Name of Project Manager: Project Manager's Phone No. Date completed .2 f .� Name an #'r dress Name of Project Manager: Project Manager's Phone No. CZ ) ? �� Contract Amount Date comp 6. Pro" ct Manager's Phone No. C. ^ �a4 7 Contract Amount Date completed C-14 16 003 12i12100 TUE 09:37 FAX 562 426 9714 UASCO-CHAS KING CO. 004 Charles King Co. GRADING CONTRACTOR EXPERIENCE 2841 Gardena Ave. BEACH MAINTENANCE FACILITY Signal Hill, CA 90806 CC-812 (5 6 2) 4 2 6- 2 9 7 4 Bid Opening November 21, 2000 Listed below are the names. addresses and telephone numbers for six clients for which the bidder has performed grading of comparable size and complexity within the past five years: I. �� , � /dam l •t�l l�'� '�� .� "ri`1 ,. 1•= � %�,�`r•�J Name atyd Address 1 �. Name of Project Manager: �%%sue'"`i✓'�.f:%��f� Project Manager's Phone No. Contrraac Amount Da completed sue- z. NameaWAddress Name of Project Manager: Prgjec Manager's Phone No. -;W-J_7l Contract Amount Date completed 3. Name atfWdreiss Name of Project Manager: Project Manager's Phone No. ( � Contract Amount / Date completed 4.t- �ci!_ ;-/Gel"' IF/ Name atid4kddress =�%%G�� Name of Project Manager: Pro ct Manager's Phone No. i- POW Con act Xmount completed - �1 , (Date 5. NarnVa%WAddress V. �le Name of Project Manager: Projectt anager's Phone No.. Contract Amount Uate completed Z�J 6. 1 N d Address ,. Name of Project Manager: ....... .�dGG rl Pr 'ect Manager's Phone No. (211 � "6 70� Contracf Amount Date completed C• 15 - 1,G/ 12/ UrU TUE 09 : 38 'FAX 562 426 9714 DIASCO-CHAS KING CO. 16005 Charles King Co. GRADING CONTRACTOR EXPERIENCE 2841 Gardena Ave. BEACH MAINTENANCE FACILITY Signal Hill, CA 90806 CC-812 (5 6 2) 4 2 6- 2 9 7 4 Bid Opening November 21, 2000 l . Listed below are the names, addresses and telephone numbers for five clients for which the bidder has performed grading within one mile of ocean or bayy shorline with comparable groundwater within the past five years: Name Address of Name of Project Manager: Project Manager's Phone No. 7( /�) ,CAD �21 - Contract Amount Date completed 2. Name of Project Manager: Project Manager's Phone No. Contract Amount Date completed 3. CIL Name and Address �� Name of Project Manager: // C - Pro 'ect Manager's Phone No.c Contract Amount Date completed 5. Name and Address Name of Project Manager: Project Manager's Phone No. (7 Contract Amount Name of Project Manager: Project Manager's Phone No. m� Date completed r C -16 completed 141/go/ ZbEC.12.2000aIIz ism NO 117 OP.2,14 CalEx Eng. GRADING, CON MMCTOREXPTRIENCE ��p� BEACH MAINTENANCE FACILITY 23651 N. Pine St. CC-8.0 (81Newhall,8 ) 367-2CA - 2177 91321 Bid Opel November 21, 2000 (81 Listed below are the names, addresses and telephone numbs for six public agencies for wNicb the bidder has performed areding work within the past three ykm* __ . U Mine and Ad(M Name ofProje tMwager: fv.�a ,N: U ` 4-_t- 1a_. _C �n CPU Project Manager's Phone No. 3L ►_ o ) U (,-- 0 3�- Coatrae:r amount Date completed 2. �i� ibil S-1 eJi r.!-C_ �Jvfrs r �...c ` I U - C - Name and Address Name of Project Mmager: pro jeer Manager's Pllanc Na. �1( Y Q ] Sa - '7 5� r � SUM -�i (l i � � �� G • C , 2_3 . 00 Contract Amount Date completed 3, �IAntnJ \� �F� gaX ('.ru,.-Ah I I W Name and Address Name of Project Manager elm- i r-e. Prot Manager's Phone No. (A GS -1z I 1 LJ r 1 ^1 o e7 Cohuud Amo at Data completed 4. fM .� P e.J '(� •� �C f 1�A ..� 0� C C Frrr C4_ c ad.0 Name�and Ad rass� Name ofRoject MaD er: Project Manager's Phase No, COIM Amoulrt Dom eomple.Ked Name and Addms ¢ Noma of Project Manager; PP,rV-S PtojeaManeger's Phone No. (_) 6, Cemttaet Amount Date completed Name and Address Name cf Project Moeegk: ��euc Jam. e Project Manager's P11one No. LJLQ_J 3 31-0c19 l '1. tom`, \ Ar- tj cam -rr, = Data campteted C-14 SO'd ZT:ZT 00. ZT 3aa , ibti/22DEC. Sz.200t 1 11 lagm N0.117 40P.3i4 CalEx Eng .. , GRADING CONTRACTOR EXPERIENCE 23651 N . Pine St. BEACH MAIlMNANCE FACYLUY Newhall, CA 91321 COW 367-2177 2. 3. 4. Bid Opening Noveatber 21, 2000 Listed below are the names, addresses and telephone numbew for six clients for Which the bidder has pWarmed grading of comparable size and complexity within ft post five years: Name and Address i— Name ofProjectManager: 4 lrA ��r..�.� QA-J K-6.0 v I Project Manager's Phone No. (6 Coontcait Amoun�ty Date completed 1!1 J`r-G S ► CIS Sell Nama and Address Name of Project Manger:, J 'V''-� J , Awe" i, i6 Project Manager's Phone No. 9101-PTA - Amount Name and Address _ 0 Natue of project 1VUM r: [, •�/ E12 e _�3'r14,41. Project Manager's Phone No.{ tg 1i73F 021�� , r127 Contract Amount Date completed ►T3 ".. Name andcAddress - Nome of Project Manager g".� c � i 5 Project Manager's Phone No.( 1 a7) C� 16 & S-q La Coutract amount Date completed ka, U' .I l:1 Ley Name and Address Natna of proleat Manager: J Peet hdaxmger's Phone No. &B rS (g -CUo' $VA40, M. W-r Conaart Amon Date completed Name and Address Name of Project Manager. Z�i�s-G�J„�J�K. Project Manager's Phone wo. (W &O 7n1 ^ G Conn di Amount 7 Daao completed Gi5 b0'd TT:ZT 00. Zi 329 's��dDEC,1Z.269@►►11:16AM NO.117 'EP.4,14 6N. 23651 GRADING CONTRACTOR MER=NCE Newhall,, CA 91321 IN 2 3 51 NPi n'e t . BEACH MAINTENANCE FACffy (81 8) 36 7 -2177 • CC-812 Bid Ope=.a Novcrnb= 21. 2000 l . Listed below ere die names, addresses and telephanc numbers for five clients for which thB bidder has performed graft %vithin one mile of ocean or bay shorlim with comparable grotardwater vrithiv the past five years: NsTtte and address -TUr ►t w c y.%+ Name of Project Manager, Project Manager's Phone No. Contract dAnWun o-o Dow completed 2. Name and Addren W me of Project Manager; Project Manager's Phone No. { ) 3, Contrast Amount Date completed Nance wfd Add= Name of Project Manager. Project Manager's Prone No, (_ } Cosrtr wt Amount Dam completed �IV Name ofPrgject Manager: Project Manager's Phone No. Amount 9. Nanne and Address Name of Project M=ger: Project Manager's Phone No. f t Contract Amount . Date comptcsea C-16 90 'd ZT: ZT 00, ZT 3aa Sent''By: CWPOSS; 12VOADO 2. 3. 4. S. I 6. C 714 871 3009; Dec-12-00 1:24PM; 0 C.W. Poss 201 S. Ba l Fullerton (71 4) 871 2. 3. 4. S. I 6. C 714 871 3009; Dec-12-00 1:24PM; I'M 44 FAX 714 $25 0672 3XC CONST. CO Q Inc. GRADING CONTRACTORIE EXPERNCE com Ave. BEACH MAINTENANC FACILITY CA 92832 CC-912 - 9 9 0 0 Bid Opening 90 ' 17E � � 1. Listed below are the names, addFums and telephone au mbers f six public agencies for which the bider has performed grading work within the past three years: VALLBCITOS WATER DISTRICT 201 VALLSCITO E MM.—SAN Name add Address Name of Project Mama`er: DSNNIS LAIC PROJE NAME: TWIN OAKS—SAN 1!<ARCOS Project Managa's Phone No. ( 760 744_0JfiQ GRADING FOR WATER TAMU $2,768.465. MARCH 19 Contract Amount Dace cam leted CALTRANS DISTRICT 12 CONSTRUCTION, 3190 S. AIRPORT LOOP DRIVE, COSTA MES Name and Address Name of Project Manager: LPJ=9 Glff= PROJ NAM,. SLIDE RENOVAL 6 R Project Manager's Phone No.( 949 724-2000 LAGONA CANYON ROAD $669 000. Contract Amount Date cam leted MU1--rx OF ORANGE—TWW. 32250 LA PATH A , SAN JDAN, CAPISTRANO, CA 9; Name and Address Name of Project Manager: DICK HARABNDIAN/RAY DO PROJECT NA1AE: COUNTY OF Project Manager's Phone No. [ 949 ) 728-3044 PRIM DESCHECHA/ SITE PI1 !!CABS GRADING, LIHF.B ' PLACJ 7 ROCK CRUSHING. ConrmcT Amount Dace eom leted SOS ANGELES COUNTY 900 S. FREKWNT AVERUE ALHAMBBA CA 91 Name and Address Name of Project Manager_ LINDA TACCONEUI NAM; LA COUNTY SAI"'TA FE 1 Project Manager's Phone No. 6( 26) — 147 GRAD' '2.377,153. Contract Amount Date coml ileted :APISTRANO UNIFIED SCHOOL DISTRICT, 32972 OERFECTO, SAN JUAN CAPIS7 Name and Address Name of Project Manager. BOB LENZ Project Manager's Phone No. 9( 49 ) 496-7000 $6, 300, 000. SSPTE MER ZQQO Contract Amount Date corn ilated ITY OF LAGUNA BEACH 505 FROST AVENUE BEACH CA 92651 Name and Address Name of Project Manager BADE BROWN Project Manager's Phone No. 9( 49 ) 497-3311 PROJE 1�iA1�; CITY OF LAGUNA BEACH. $343,000. APRIL 1 99 LANDSLIDE. Contract gmoun[ Date cam le[ed C-14 Page 2 1003 -1453 L. CA 92626 6PAIE OF !675 ORANGE MARATION, WENT, AND ZSERVOIE MANO, CA 92675 -REPAIR OF Page 2 1003 -1453 L. CA 92626 6PAIE OF !675 ORANGE MARATION, WENT, AND ZSERVOIE MANO, CA 92675 -REPAIR OF Sent "By: ' COPOSS; iv uaiDEC.. P_ C.W. Pos 201 S. B El 3. d, F1 G. I 714 871 3009; Dec-12-00 1:25PM; Page 3/4 a Fullerton (71 4) 871 El 3. d, F1 G. I 714 871 3009; Dec-12-00 1:25PM; Page 3/4 r 2090FA 4! 14PM WEEGER BROS INC N0.069 P.3i' s , Inc. GRADING CONTRACT EXPERIENCE 1 c om Ave. B $ACC MAII�iTRNAN FACILITY , CA 92832 CC-8IZ -9900 Bid Qpmdng Novemb 21, 2000 Listed below are the names, addresses and triapitoae numbea for six ohems for wbich the bidder ]vas perfumed grading of comparable size and complexity whhia this pair five years: HILTON PACIFIC GRAND RESORT 21500 PACII EC COAST HIGMW, MUMNGTOH BE Name asd Addrou Name of Project Moneger, ZZAD BHALED GTOA BEACH EABTENO Project Mmager's Pbane No. 7(.714 1 536-8060 $4,195,000. DR 1999 ComraotAmetutt Date plated GENTOSI-VAC, 1900 E. WAi, = AVEFQE, SM I 1-0, SANTA AFA, CA 92705 Name and Addrew Name of Project Maness: RICH GLE PRWECP RAW: 801Q: DEPOT• Project Manager's PMae No, [ 714 ! 474-2333 MASS GBADI] $2.190.800. APRIL 1997 Convent Ar+aunt Dora leted CAPITOL PACIFXt; ROWS. INC.. ,4100 MAC #W _PR BLVD. 1200 �.,..PSyPOST BEACH, Neste and Address idmse of projeee Manaaas. ROXX FODiEHANN, PROOCT 1iA>9E: ROUGH 'GRADING FOR. 71 Pmjoat Manager's Phone No. L94922-8400, $7 028 393.00 J 2000 Contract Acnount Date letad S 6 S CONSTRUCTION, 8393 WrLSHIBE MVD`, SUITE_700jt._ HEVERLV -K=S. CA Name and Address Nam of Project Mamaer. - BOUG6 GRADING PUR . TRU Project Massager's Phone No. (323 _) ,§55-7330 13812, A® 13816. #2,3(A,035. JULY 1 9 Conosrt Amount Dere I I Narne and Addmss Name of Project Manager NOEL H�I�TFS NAME:'_ IRVnM ftss CUDIR Prvjeat Manager's Phone No. (, 858 l 484-1a775_ ext. 06 2 S79 525.75 Y 1220 i:0n1loR Amottat Decte a etad :OTO DE CAZA LTD. 2 333 AVENIDA LA CAZA COTO DE CAM. CA 92679 Name and Address Name orProject Mwoge .. DICK •HESS PROJECT COTO DE CAZA--ROUGH GRADi] Prgjeat MimuZeir's Phone Wc. i 310, 687-5065 $800.000. AU ST 1995 Contract Amount Date coi riplaied C-15 3 ,CH, CA 92648 1K LAGDAA HT7.L: lG CA 92660 ACT 14070 0211 rS: .10273, BEACH, CA 92658 IG 3 ,CH, CA 92648 1K LAGDAA HT7.L: lG CA 92660 ACT 14070 0211 rS: .10273, BEACH, CA 92658 IG Sent 43y:1 COPOSS; S.2000'" 4:14PM 714 871 3009; XEG`'R HROS 1 NC Dec-12-00 1:25PM; Page 4/4 NO.0613 P.4/4 GRADING CONTRACT EX PEB.ENCE 201 S.. Balcom Ave. C . w . , Inc. BEACH MAINTENANCE FAQL= Fullerton, 90 0 92832 CC-812 71 4 )• 871 -990Bid Opming Novcmb 21.2000 • ( .1. Listed below ere the ranee, addr ewes and 1aimpW= numbm rar live allots for w" the bidder has peffnrmred greding within one mLls of oeean or Ww shorline w 4% avmperle p0milwa w within this pane five years! Narine and Addra9a Neme of Project Mmiaer: ZIAD SHAl project MaaaW's Phase No. 7f 14 1 536r $4,195,000, 2. OTTO RAT BENEDICT, 11" Nnme and roJa �BM Imo+ Name of Prgjec: eet Mane CT proact Manapr's Phone No. {626 574-110 $82,500. OCTOBH Contract AMotms Deco a 3. -.CITY LOS LOS ANGM-ES/HARBOR_DBPT,, P.O. 1 Nente and Address Warne of Projeec Mwwger: 1R SBA� PROJEC' Project Maaoger's Phone No. L213 J 519-3528 £14,851,000. Contract Amotmi Data as 4. J.A. .TONES CONSTRUCTION COWMM, 1601 W. Name and Address Name of Project Mousers TED STAKM PROJECT Project Maager's Phone No, (,714 538-0224 Contract Amount Dec 5•. CITY OF LOS ANGELES/HARBOR DEPT., P_O. Name and Address Name of project MausiSer:_ BRUCE SEA=--- P9AQM( Prgjec: Meonel W v Phone No. L13_, j 519-3528 $2,181.000, DE C:onc=L Amount Dot C.16 FCC VATION FOR 1SARIKA. PACT -FICA K&U + 4�25 S. -PALOS 3MES, SAN PEDRO, CA 92704 -L� : ACRE : &lDRMIC %.LAPDFTIX.. GROUND MODIFICATION CONTRACT B--SPECIFICATIO! NO. 2354. ElA>ft6EWOOD d�QE�_ ORAHGE,CA 92666 ff : B�A7 BOA FUN ZONE DMONXTION AIM E M&VATION. 1985 151, 425_S. PALOS VERDES, S_AN PEDRO, CA W,L—SPECIRICATION.NO. 2390-PIER 300 90733 42-ACRE IMMRAULIC IAINDFLU GRoMM EDIFICATION. It 1991 CITY OF HUNTINGTON BEACH 2000 MAIN STREET CALIFORNIA 92648 OFFICE OF THE CITY CLERK CONNIE BROCKWAY CITY CLERK December 26 .2000 To: BF Construction Incorporated 310-A McArthur Way Upland, CA 91786 Enclosed please find your original bid bond issued by American Safety Casualty Insurance Company for Beach Maintenance Facility CC No. 812 Connie Brockway, CIVIC City Clerk Enclosure g:/followup/cashcon/returnbidbond.doc (Telephone: 714-5365227 ) - = t BID BOND Bond No. ASB-04190027 Conforms with The American Institute of Architects, A.I.A. Document No. A-310 KNOW ALL BY THESE PRESENTS, That we, BF Construction, Incorporated as Principal, hereinafter called the Principal, and the American Safety Casualty Insurance Company of 7447 North Figueroa Street, Suite 300, Los Angeles, CA 90041 , a corporation duly organized under the laws of the State of Delaware , as Surety, hereinafter called the Surety, are held and firmly bound unto City of Huntington Beach as Obligee, hereinafter called the Obligee, in the sum of Ten Percent of Bid Amount ----------------------------------------------------------- Dollars ($ 10% of Bid Amount ) , for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for CC 812, Huntington Beach Beach Maintenance Facility NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 21 st day of November , 2000 Witness Witness BF Construction, Incorporated (Seal) Principal Title American Safety Casualty Insurance Company By/ 1 ( Ca��ndyy M. ns Attorney -in -Fact CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles On November 21, 2000, before me, Mark E. Shreckengast, Notary Public, personally appeared Candy M. Coons ..................................... MARK E. SHRECKENGAST R COMM. #1269139 Gn S 2 NOTARY PUBLIC • CALIFORNIA g LOB AN®BLPB COUNTY 2 y COMM. al183JUI394i1, 2R004t1l� Place Notary Seal Above Personally known to me 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. WITNESS my hand and official seal maF Optional Signature of Notary Public Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages. Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: Individual — Corporate Officer - Title(s): Partner -_ Limited _General X Attorney m Fact _ Trustee _ Guardian or Conservator Other: Signer is Representing: AMERICAN SAFETY Casualty Insurance Company POWER OF ATTORNEY NUMBER ASB- 04-19- 0 0 2 7 KNOW ALL MEN BY THESE PRESENTS, that American Safety Casualty Insurance Company has made. constituted and appointed, and by these presents does make, constitute and appoints MARK E. SHRECKENGAST, CANDY M. COONS OF LOS ANGELES, CALIFORNIA its true and lawful attorney -in -fact, for it and its name, place, and stead to execute on behalf of the said Company, as surety, bonds, undertaking and contracts of suretyship to be given to ALL OBLIGEES provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of ***TWO MILLION***($2,000,000) DOLLARS*** This Power of Attorney is granted. and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company on the Twenty -Ninth day of January, 1999. RESOLVED, that the President in conjunction with the Secretary or any Assistant Secretary may appoint attorneys -in -fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the Company, to execute and deliver and affix the seal of the Company to bonds, undertakings, recognizances, and suretyship obligations of all kinds; and said officers may remove any such attorney -in -fact or agent and revoke any power of attorney previously granted to such persons. RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company: (i) when signed by the President or any Vice -President and attested and sealed (if a seal be required) by any Secretary or Assistant Secretary or (ii) when signed by the President or any Vice -President or Secretary or Assistant Secretary, and countersigned and sealed (if a seal be required) by a duly authorized attorney -in -fact or agent; or (iii) when duly executed and sealed (if a seal be required) by one or more attorney -in -fact or agents pursuant to and within the limits of the authority evidenced by the power of attorney issued by the Company to such person or persons. RESOLVED FURTHER, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company; and such signature and seal when so used shalt have the same force and affects as though manually affixed. j IN WITNESS WHEREOF, American Safety Casualty Insurance Company has caused its official seal to be hereunto affixed, and these presents to be signed by its President and attested by its Secretary this Twenty -Ninth day of January, 1999. Attest: �• �jJ Plat_" 4 Fred J. Pinckney, Secretary STATE OF GEORGIA COUNTY OF COBB " Ss. YJ `oo— Lloyd A. Fox, President On this Twenty -Ninth day of January, 1999, before me personally came Lloyd A. Fox, to me known, who, being by me duly sworn, did depose and say that he is the President of American Safety Casualty Insurance Company, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. %%Y J. p �0 oG �OSARJ otM �a_Cx GEORGIA T U JLtra.AM. Dorothy J. Giglio, Notary Public 1, the undersigned, Secretary of American Safety Casualty Insurance Company, a Delaware corporation, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore that the Resolution of the Board of Directors, set forth in the said Power of Attorney, is now in force. Signed and Sealed at the City of Atlanta, in the State of Georgia. ,# yyr Dated the 21 S t day of November 2000 UAL ftA00 Fred J. Pinckney, Secretary ORIGI.NALS.OF THIS POWER OF ATTORNEY ARE PRINTED WITH RED NUMERICAL NUMBERS. DUPLICATES SHALL HAVE THE SAME FORCE AND EFFECT AS AN ORIGINAL ONLY WHEN ISSUED IN CONJUNCTION WITH THE ORIGINAL. City of Huntington Beach Beach Maintenance Facility 8669 Edison Avenue Cash Contract No. 812 BF Construction Incorporated 31 0-A McArthur Way SECTION C PROPOSAL for the BEACH MAINTENANCE FACILITY at 8669 Edison Avenue CASH CONTRACT No. 812 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 the selected working day schedule, 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 i r , • 22. Additional Plan Sets At the bidder's expense, additional plan sets may be obtained from: HB/BluePrint 1615 Alabama Street, at Adams (714) 536-2593 Proof of original purchase of one (1) set from the City of Huntington Beach must be provided to the blueprint company in order to receive additional plan sets. 23. Bid Protest To be considered timely, a bid protest must be filed within the following time limits: A. Protests based upon alleged defects or improprieties in the bid documents shall be filed prior to the date of bid opening. B. All other protests must be filed within five (5) calendar days after the protester knew or should have known the basis of the protest, but no later than five (5) calendar days after the AGENCY'S award of contract. 11 • 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 a bid bond in the amount of $10% of the base biwhich said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond", as the case may be). Bidder shall signify receipt of all Addenda here, if any: C-2 PROJECT BID SCHEDULE BEACH MAINTENANCE FACILITY 8669 Edison Avenue Huntington Beach, CA 92648 CASH CONTRACT No. 812 TOTAL AMOUNT LUMP SUM BID IN FIGURES: $ TOTAL AMOUNT LUMP SUM BID IN WORDS: -Ime m 1 ((' M p n.0 k1("Xlej "6v''� i► - L J " m-s--d 0.4.,( o c ti • • C-3 • L 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. til 4 t.'L G I �-I ff St+z n. s , S.w. (-� &'o '(o So r 9- C—I o By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work that 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-4 6 LIST OF VENDORS All bidders are required to furnish the following information relative to the vendors that he/she proposes to use. 174 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of Orange Walter F r o t on , being first duly sworn, deposes and says that he or she is President of BF C o n s t r u c t i cthe 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. BF Construction.Incorporated Name of Bidder V v'Q Signature- of Bidder 310-A McArthur Way,Upland, CA 91786 Address of Bidder Subscribed and sworn to before me this 12th day of Decembe 20 00 NOTARY PUBLIC L• NOTARY SEAL jPJEAN GLUCK CwrC WM N 1136304 Notary PUbk — CaUomo Los Angeles County My Comm. Exph-3 May 1, 2001 .._.. S .. 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 BEACH MAINTENANCE FACILITY, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Date: December 12, 2000 BF Construction Incorporated Contractor By President Title r� • C-7 I; h•- • 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 [ x ] 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-8 COMPENSATION INSURANCE CERTIFICATE • Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate: I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date: December 12, 2000 BF Construction Incorporated Contractor "I By President Title CJ C-9 • UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBER n U (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. TO BE PROVIDED UPON AWARD 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-10 BIDDER'S INFORMATION • BIDDER certifies that the following information is true and correct: BF Construction Incorporated Bidder Name 310-A McArthur Way, Upland, CA 91786 Business Address ( 909 ) 981-8665 Telephone Number 713598 - B � C36 State Contractor's License No. and Class 10/13/95 • Original Date Issued 10/31/01 Expiration Date The work site was inspected by Mike Williams of our office on November 29 , 2000. The following are persons, firms, and corporations having a principal interest in this proposal: Walter Froton Paul G. Marshall, Jr. 9 C-11 • The undersigned are prepared to satisfy the Council of the City of Huntington Beach of their ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. BF Construction Incorporated Company Name Walter Froton Printed or Typed Signature 310-A McArthur Way, Upland, CA 91786-; Address of Bidder ( 909 ) _ Telephone Number 981-8665 Subscribed and sworn to before me this 12th day of December , 2000 NOTARY PUBLIC JEAN GLUCK CwnmMm N 1136304 Notes CEO ew Cmrft Ex;*w MW 1 =1 NOTARY SEAL C-12 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 2. 3. City of Huntington Beach Name and Address Name of Project Manager: Eric Charlonne Telephone No. of Project Manager: ( 714 ) 5 3 6 - 5 4 3 0 $2,187,000 Historic Restoration 12/00 Contract Amount Type of Work Date Completed Community Development Commission Name and Address Name of Project Manager: Robert Romanowski Telephone No. of Project Manager: ( 323 ) 890-7072 $5,000,000 Buildinq Improvements 11/99 Contract Amount Type of Work Date Completed Los Anaeles Unified School District Name and Address Name of Project Manager Fernando Juarez & Associates Telephone No. of Project Manager: ( 213 ) 2 5-0 8 8 2 2 Contract Amount Type'of Work fy' Completed is 0 C-13 12/11/2000 15:47 FAX [a 001 CONSTRUCTION OF THE BEACH MAINTENANCE FACILITY Cash Contract' 81•2 City of Huntington Beach ADDENDUM NUMBER 1 November 8, 2000 Notice To All Bidders: This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Please note the following clarifications and revisions to the project specifications and -plans: • Contractor's attention is directed. to Section 02315, Part - 1.4.8.. Delete section B in its entirety and replace with the following: Grading Subcontractor's Qualifications: Contractor shall engage a subcontractor to perform earthwork who has 'the following minimum qualifications: _ 1. Minimum of 3 years experience performing excavation, backfilling, compaction and grading operations on projects for public agencies under specifications according to Standard Specifications for Public Works Construction ("Green Book"). Minimum number of projects shall be six (6). 2. - Minimum of 5 years experience performing excavation,* backfilling, compaction and grading operations on projects of comparable scale and complexity to that required for the work under the Contract. Minimum number of projects shall be six (6). 3. Minimum of 5 years experience performing excavation, backfilling, compaction and grading operation on projects located within one mile of ocean or bay shoreline with comparable ground water conditions. Minimum number of projects shall be five (5). Addendum 1, CC-1099, August 27, 1999, page 1 of 2 G:\Comtruction Controcts(CCs)\CC812\CORRESP\Other\Addenduml.doc ti 12411/2000 15:47 FAX 0002 The . Contractor shall . substantiate the: 'above'... performance on ' the attached forms (page's C-14,theough.C-16) and include it.withh thesealed." bid. All bidders shall acknowledge the receipt of this addendum with their bid proposal. These revisions do not change the project cost estimate nor the -Bid Opening date/time for this project. luk (F Mark P. Uphus, P.E. Associate Civil Engineer Bidder Acknowledge: Company Name Addendum 1, CC-1099, August 27, 1999, page 2 of 2 GAConstructlon Contracts(CCs)\CCB)2\CORRESP\Othet\Addenduml.doc d2,."12/'2";D00 11:7 16512599183 C-ALEk, ENGINEERING GCS PAGE 04 IG:117 4VP.3/4 GRADING CONTRACTOR EX'EILI'ENCE BEACH M:A►1[NT , NANCE FACELITX CC-$.12 Bid Opening Novrmber 21.2000 Lists-d below are the names, 4dddroeses emd t k*c ae numbsrr for six clients for which iho bidder has ptaforrtted-mdtlrg cN Comparable size end eompkxity within the pns: f4ve years; 4 6. S-r Name and A44mis r— Natne of Project Manager. �eW_! U6r—V-% r Pii-, V e.._ �3 u I Project Mena er's Phone No, ((OM: `1 q t — ! ! Z; Amount Name and Address Maoze of Project Manager: J t i J Au-e� � .1W i6 Project Manager's Phoae No. ('711 3-n —14 i Ll __._. Cartract Asn*Lmt Datt tout steel Name end Address ��'�+-` =(( Name of Project Mouser i.tJYw r�� 1�+!tr•a ,_ � T • _ Project Mattaier's None No. (. t� ) 2-�(0 �3� � 1 Contacst Ataourtt' Nama wuMddresa f, Name of ProjccI Mat►1gor' � Pro-ject Manager's Phone No. j Contract Amount Datt completed Nnmc end Address 1 Name 0 P VIM Manager: Pit)jdCf Mettuger's Phemc No, a(,., l 3 a 3t� = e�o�,�., 6Nk Name and Address j Name of Project Manager: Fp S"i`-f_r,..> . com-• Project Muaegar's Phone No. c w"i 1- 6180 Amount C-15 D471HEERIhG CO PAGE M :'IV.110,. W.J,;2",J GRADING, CONTRACTOR EXPERIENCE C,,t4t. BEACH MAMENANCF FACIIATY � . CC-812 . Bich Opening Novcmbc- 21. 2000 Ustrd below are the names, addret:.ses sad t¢ N*cue Umbers for six public aga acies for %Wcb the bidder hu perfoTmard m4ki` work ,avidOn the pas.p throe ykvo: I . Il in... a :'r %. 0 a-ZLVIIJ le— I alp -I - U J 4 S. G. Name and Addre$S' + Name of Project Amager: �s_ y.. �a t w C-C • L . A . (.' w - r.rA-J & et-c-J- Project Marsger's Phone No. LPO 7 �Zr. (r— o;?�IJ.._ — Caitract Amount V :C? it) • C,,, ' f {f { w1�C ,w..r �1 ,(.i*i 9I ! U _ C . Name and AddrQas ~ �r Name opProject Monpger:,r _ P:vJcvt M4naacr'5 Phone No. �tL y� 5b R- -7 a/ Long Ataauat Date ctnnnleted Name and Adc •ass-""-"?" Ntme of Project ASaenget% _ ,- (�1C, el vn-3 comp c,Ae� W / Cmj�-E - a A -xs tT--, P , (. Name and Address - .- t 3Mc of Project Project Manater's Phone No. L _ ) Cantr= Amount rGare comp etetd C.c. N=c and Itddress ?lame olProjeet Mangeon �. � . I��J-(- P6s k `, � Or - Project PhoncNo. CuntmV Amottn! Date comntased •� w ( VV C v!, ) A t mow+ ,A,1 v- vamc of Project Mmugk,. �ft*.t M` aaga''s Phone No. G l '57-o4 11?e iC C:Ontreet AMOM Dn4e r_amolekdW ►�• '- rJ I►�' C-14 '.'r"ti00 11:57 16612559I83 GALE*; ENGINEE k'ING CO PAGE. ;l N0.117 46N . q; 4. 9 GRADING CONTRACTOR EXPERIXNCE BEACH MAINTENANCE IF,ACI,D.rry Cc-812 Bid OpeniM November 21, 2000 Listed heiaw are the namas, add7nases and telephone i mbon fa five, eiient9 for which the bidder bas perfetmad graditsg within one mile of ocemi oa bay shortine with comparable g►ovndwxtarwithvo tbt pew. live years: Nemte acid Address "rW, U"c.✓ .n,�i'��• dame of ploject Manager. ProJeet Manager'a Phone No. CS contract Amount �^ Data corn trod Nmue end Addrea3 Name of Project Manager: — Project ManaQw,I Phone No. 5-0-8ot Amount �' D completed r M" Pr-#I.6ZL Q+ Name ai Address Name of Pmjeat Manager:-�- ProJeet Manager's Phone No. (�] �r Contratctt Amount Date completed - IWLn Name And Address Name of Project Mamaget: Project ftwager't Phone No. (___J COWMvt Amount Dace eoMplated Name Md Aiidtets Nainw of Project MauZvfr'^` --� Proleet Manager's Phone No.. ContmiAmount Date completed C-36 NOV-1e12000 11:15 HUNTINGTON BEACH 714 374 1573 P.01/02 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER TWO For Beach Maintenance Facility CC- 812 November 17, 2000 Notice To All Bidders: This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Please note the following clarifications and revisions to - the project specifications and plans: • The Bid opening date for this project Is hereby revised to 2:00 PM December 12, 2000. • Contractor's attention is directed to sheet A-1 of the plans that show a fueling facility as a part of this project. Although it is not stated on the electrical plans, the contractor is reminded that all electrical work for the fueling facility is Class 1, Division 1 as required by the National Electrical Code. • Contractor's attention is directed to Appendix A, the second 11 " x 17'' page entitled OPTION 1 - SEAL OFFS of the project specifications. The annotation on the radius line from the Abandoned Oil Well to the circumference of the Class I, Division II circle reads "RADIUS VARIES PER HBFD - SEE PLAN, TYPICALLY 10' OR 100"'. By this addendum, the annotation is revised to read "RADIUS = 100"'. a Addendum 2, CC-812, November 17, 2000, page 1 of 2 GNConstrvction Contracb (CC>>\CC812\CORRBP\Other\Addendurn2.doc r10V-17,-2000 11:15 HUNTINGTON BEACH 714 374 1573 P.02/02 4 Contractor is hereby.. notified that. copies of the three soils reports that were used in preparation of the contract documents are available at the City Public Works counter at no charge to plan holders -beginning November 15, 2000. • . Contractor's attention 'is directed to SECTION 02315, EXCAVATION, BACKFILLING AND COMPACTING of the project specifications. Part 2, 2.2 FILL MATERIALS, Paragraph. A is herewith deleted and the following is inserted In its place: A. Fill Materials: All fill materials shall be approved by the City's geotechnical engineering consultant. The on -site material may be used as long as It meets the geotechnicai requirements under section 2.1.B.2 above and points 1 through 4 below. All bidders shall acknowledge the receipt of this addendum with their bid proposal. These revisions do not change the project -cost estimate. Mark P. Uphus, P.E. Associate Civil Engineer MPU.jm Bidder Acknowledgement: Company Name Addendum 2, CC-812, `November 17, 2000, page 2 of 2 G:\Constrvc(ion Contracts (CCs)\CC812\CORRFSP\Other\Addendum2-doc TOTAL P.02 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431,-Fax (714) 374-1573 ADDENDUM NUMBER THREE For Beach Maintenance Facility CC- 812 December 1, 2000 Notice To All Bidders: . RECEIVEp 8 F C®NSTRWT10N This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Please note the following clarifications and revisions to the project specifications and plans: 1. Replace plan sheets M-1, M-2, T-24 and E-7 with attached sheets M- 1 R, M-2R, T-24R and E-7R. 2. Refer ' to sheet M-2R for location of mechanical equipment and provide conduit and wire from panel PB to each unit as called for in "ELECTRICAL DETAILS FOR INSTALLATION OF MECHANICAL EQUIRMENT" on attached Sheet A.1, and shown on revised PANEL "PB" schedule on attached Sheet A.3. 3. Refer to sheet E-1 of the project plans. a. Delete EXISTING TELE. CO. SERVICE PULL BOX and associated conduit routing from the plan. b. Delete EXISTING UTILITY CO. SERVICE VAULT and associated conduit routing from the plan. c. Delete the pad -mounted transformer from the plan. d. Install two 4" diameter schedule 40 PVC electrical conduits and two 2" diameter schedule 40 PVC telephone conduit from Addendum 3, CC-812, December 1, 2000, page 1 of 4 GAConstructton Contracts(CCs)\CC812\CORRESP\Other\Addendum3.doc existing power pole #9036, 241 L10, I/P .1836754E. The risers for each of the conduits shall be schedule 80 PVC. The pole is Located on the West Side of the adjacent SCE property. Contractor shall excavate the trench, install conduits and backfill the trench in accordance with attached sheet A.7. 4. Refer to project plan sheet E-4. a. Panel Schedules: Revise Panel "A" per attached page A.2. Revise Panel "PB" per attached page A.3. Add Panel "AC" per attached page A.4. b. Replace the PARTIAL SINGLE LINE DIAGRAM on plan sheet E-4 with the Single Line Diagram on attached page A.5. c. New Panel "AC" shall be configured as follows: 1. It shall contain an isolated ground bus and an isolated neutral bus. 2. A dedicated grounding conductor must be installed from the Main Electric Service Panel to the isolated ground bus. This grounding conductor shall be a #2 AWG copper. It must run in the same conduit with the phase and neutral conductors and be insulated and continuous with no splices. 3. Circuit breakers that feed the Meridian equipment shall be identified and labeled in accordance with the specifications. 4. The circuit breakers shall be equipped with lock out provisions. 5. A #6 AWG insulated system ground conductor shall be installed from the isolated ground bus in the AC service panel to the area where the Option 11 cabinet is to be installed. The Option 11 cabinet will be furnished and installed by the Owner. 5. Refer to project plan sheet E-6, Power/Telephone Plan. Add identification for the panels in the electrical room (# 113) as follows: a. West wall - Panel "PB" b. North wall - Panel "A" c. North wall - (Cross -hatched on plan sheet) Main Switchboard. See single line diagram on Sheet E-4 as modified by Item 4.b above. d. South wall - 4'x 8' x 3/" plywood telephone backboard. Route one 4" C.O. (with pull . rope) from Telephone Backboard to existing Incoming Service Point. Ground per NEC and telephone company requirements. Addendum 3, CC-812, December 1, 2000, page 2 of 4 GAConstruction Contracts (CCs)\CC812\CORRESP\Other\Addendum3.doc 01 6. Refer to project plan sheet E-5, Lighting Plan. Revise circuit A-41 feeding three "D" exterior fixtures above the garage doors to "MECHANIC SHOP" to read circuit A-42. 7. Refer to project plan sheet E-3, Fixture Schedule. The type "B" fixture shall be Lithonia Canopy Die -Cast Curoff, Drop Lens Fixture. "Catalog No. KACM 40OM-DPA-120-TC-PE, color: white" or approved equal.. 8. Exterior lights shall be controlled with a lighting control relay, photo cell "ON", time clock "OFF" per drawing on attached page A.6. 9. Refer to the Pole Base Detail on project plan sheet E-1. Delete the top two notes on the left side of the detail that say, "20' tall painted straight steel pole," and "Color shall be selected by architect." Insert the following in their place: "16' tall Ameron 1 C1 #16N4 concrete pole." 10. Refer to the Lighting Fixture Schedule on project plan sheet E-3. Revise the Manufacturer of Fixture . "A" to Kim and revise the Description to read as follows: "23-inch square mounted high- pressure sodium lighting fixture mounted on a 16' H Ameron pole 1 C1 #16N4." 11. The attached page entitled "GTE TELEPHONE OPERATIONS" is hereby incorporated into the project specifications. 12. Refer 'to project plan sheet A-11. The handrails indicated by Note 139 shall be painted standard steel rails as indicated on sheet D-3 of the project plans, Details 4, 5 and 6. 13. Refer to the project specifications, Section 07191, Fluid Applied Gas Barrier. Revise item 1.1.A to read as follows: "Gas vapor barrier under building providing protection from the following gases:" 14. Referto the . project specifications, Section 07411, Manufactured Metal Roofing System. A. The manufactured roof system and metal siding shall be bare galvanized finish. B. Metal roof underlayment shall be both Vycor ultra and #30 asphalt felt underlayment as per Section 07411, paragraph 3.2. Addendum 3, CC-812, December 1, 2000, page 3 of 4 G:\Constructlon Contracts(CCs)\CC812\CORRESP\Other\Addendum3.doc t'• 15. Refer to the project specifications, Section_ 07461. The finish on the metal siding shall be bare galvanized. 16. Refer to project plan sheet A-3. Ridgelines in the metal roofing are shown in two locations on the plan. The attached sheet entitled Flashing Details is hereby incorporated into the contract documents for constructing the ridgelines and other applicable metal roofing. and siding details. 11. Refer to project plan sheet A-4. The plan shows downspouts terminating from the second story roof terminating at the first story roof. Contractor shall furnish and install pre -cast concrete splash blocks on the built-up first story roof where downspouts terminate. 18. Refer to project plan sheet D-1, Detail 4, Down Drain. The bottom- most note stating "Pre -cast splash block, not required @ concrete paving (U.N.O.)" is hereby deleted from the detail. All bidders shall acknowledge the receipt of this addendum with their bid proposal. These revisions do not change the project cost estimate. Mark P..Uphus, P.E. Associate, Civil Engineer MPU Jrn Bidder Acknowledgement: Company Name By/ �_D to Addendum 3, CC-812, December 1, 2000, page 4 of 4 G:\Construction Contracts (CCs)\CC812\CORRESP\Other\Addendum3.doc f. Y LED CITY OF HUNTINGTON BEACH 2000 MAIN STREET OFFICE OF THE CITY CLERK CONNIE BROCKWAY CITY CLERK December 26 12000 To: Woodcliff Corporation 13701 Riverside Dr., Suite 612 Sherman Oaks, CA 91423-2467 CALIFORNIA 92648 Enclosed please find your original bid bond issued by National Fire Insurance Company of Hartford for Beach Maintenance Facility - CC No. 812 doow'G Connie Brockway, CIVIC City Clerk Enclosure g:/(ollowup/cashcon/returnbidbond.doc __ (Telephone: 714-536-5227) T I CNA INSURANCE COMPANIES BID BOND KNOW ALL MEN BY THESE PRESENTS: That we WOODCLIFF CORPORATION NATIONAL FIRE INSURANCE COMPANY OF HARTFORD Principal, and Surety, are held and firmly bound unto CITY OF HUNTINGTON BEACH , Obligee, in the sum of TEN PERCENT OF THE AMOUNT OF THE ACCOMPANYING BID - Dollars ($ 10% OF BID ) for the payment of which we bind ourselves, our legal representatives, successors and assigns. jointly and severally, firmly by these presents. WHEREAS, Principal has submitted or is about to submit a proposal to Obligee on a contract for ' "BEACH MAINTENANCE FACILITY CASH CONTRACT 812" NOW, THEREFORE, if the said contract be awarded to Principal and Principal shall. within such time as may be specified, enter into the contract in writing and give such bond or bonds as may be specified in the bidding or contract documents with surety acceptable to Obligee; or if _ Principal shall fail to do so, pay to Obligee the damages which -Obligee may. suffer by reason of_. such failure not exceeding the penalty of this bond, then this obligation shall be void; otherwise to remain in full force and effect. Signed, sealed and dated WOODCLIFF CORPORATION DECEMBER 8, 2000 � (Seal) Pofty hiEMOR yPrinci NATIONAL FIRE INSURANCE COMPANY OF HARTFORD by - - c•23054•A . 'Att- act MICHAEL QUIGLEY CNA--- For All thr Commit mrntq You 1 I&W CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of ORANGE ss. On NOVEMBER 8, 2000 before me, M. TREDINNICK, NOTARY PUBLIC Date Name and Title of Officer (e.g., 'Jane Doe, Notary Public') personally appeared MICHAEL A. QUIGLEY Name(s) of Signer(s) M. TRED!,N:NiCK COMMiSSlon - 1213054 Z z` ..6 NO'ary Puo;iC — CCilfOrnla Orange County b My Comm. Expires Mar 26, 2003 Place Notary Seal Above ® personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(g) whose name(K) is/aXK subscribed to the within instrument and acknowledged to me that he/SduEMWexecuted the same in lhis/bautd= authorized capacity0M), and that by his/tom signature(s) on the instrument the person(9►o, or the entity upon behalf of which the personoq acted, executed the instrument. WITNESS mv, hand and offi )al se I. A�i 0 (14", ignaNre of Notary t< OPTIONAL though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other. Signer Is Representing: Number of Pages: RIGHT THUMBPRINT OF SIGNER 0 1997 National Notary Association • MW De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 Prod. No. 5907 Reorder. Call Toll -Free 1480487641827 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That CONTINENTAL CASUALTY COMPANY, an Illinois corporation, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, a Connecticut corporation, AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, a Pennsylvania corporation (herein collectively called "the CCC Surety Companies"), are duly organized and existing corporations having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signature and seals herein affixed hereby make, constitute and appoint Michael A. Quigley, Individually of Aliso Viejo, California their true and lawful Attorneys) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their corporations and all the acts of said Attorney, pursuant to the authority hereby given are hereby rated and confirmed. , This Power of Attorney is made and executed pursuant to and by authority of the By -Laws and Re<_:ulutions, printed on the reverse hereof, duly adopted, as indicated; by the Boards of Directors of the corporations. In Witness Whereof, the CCC Surety Companies have caused these presents to be signed by their Group Vice President and their corporate seals to be hereto affixed on this 6th day of March 1 2000 CONTINENTAL CASUALTY COMPANY ?��G �CTJ- ulSugq,�� 0e NATIONAL FIRE INSURANCE COMPANY OF HARTFORD coavonAre �, y , T` AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA $ JULY 31.APO Ou SEAL ` ISSW � �w 1897 � MA14�� � • Marvin J. Cashion Group Vice President State of Illinois, County of Cook, ss: On this 6th day of March 2000 , before me personally came Marvin J. Cashion, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Chicago, State of Illinois; that he is a Group Vice President of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA described in and which executed the above instrument; that he knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. ♦ "OFFICIAL SEAL DIANE FAULKNER • i Notary Public. State of plinoia • My Conwnlaaion Expires 9117101 My Commission Expires September 17, 2001 Diane Faulkner Notary Public CERTIFICATE I, Mary A. Ribikawskis, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of each corporation printed on the reverse hereof are still in force. In testimony whereof I have hereunto subscribed my name and affixed the seals of the said corporations this 8TH day of DECEMBER f 2000 CONTINENTAL CASUALTY COMPANY lV' Suq�T} �\ tflSllgq�,c� 7AM oe� NATIONAL FIRE INSURANCE COMPANY OF HARTFORD CoFko0F1Ar,p T AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA JULY 31, coo SEAL 1902 F 1897 MA • Mary A. Ribikawskis Assistant Secretary (Rev.10/l /97) Authorizing By -Laws and Resolutions -\DOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company. "Article IX —Execution of Documents Section 3. Appointment of Attorney -in -fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President or the Board of Directors, may, at any time, revoke all power and authority previously given to any attorney -in -fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board cf Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. 'Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By -Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company. "Article VI —Execution of Obligations and Appointment of Attorney-ln-Fact Section 2. Appointment of Attorney -in -fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attomeys-in-fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Executive, Senior or Group Vice President may at any time revoke all power and authority. previously given to any attorney -in -fact.' This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By -Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following Resolution duly adopted on February 17, 1993 by the Board of Directors of the Company. "RESOLVED: That the President, an Executive Vice President, or any Senior or Group Vice President of the Corporation may, from time to time, appoint, by written certificates, Attomeys-in-Fact to act in behalf of the Corporation in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such Attorney -in -Fact, subject to the limitations set forth in their respective certificates of authority, shalt have full power to bind the Corporation by their signature and execution of any such instrument and to attach the seal of the Corporation thereto. The President, an Executive Vice President, any Senior or Group Vice President or the Board of Directors may at anytime revoke all power and authority previously given to any Attorney -in -Fact' This Power of Attorney is signed and sealed by facsimile.under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. _= - "RESOLVED: That the signature of the President, an Executive Vice President or any Senior or Group Vice President and the seal of the Corporation may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this. Board of Directors on February 17, 1993 and the signature of a Secretary or an Assistant Secretary and the seal of the Corporation may be affixed by facsimile to any certificate of any such power, and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Corporation. Any such power so executed and sealed and certified by certificate so executed and sealed, shall with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Corporation." ;.�....�•'�`c..,•=._sy,4:..:;..'•;a`4•: s ::,-_ :�- . _ a'.,.- r � r <. .,�!:. ... .. ... r-y.,. T . — w ... ... .. .. ;.d-:�''. < .. n.. � ..- :yt,,. _ .: �_ � ::�• SECTION C PROPOSAL for the BEACH MAINTENANCE FACILITY at 8669 Edison Avenue CASH CONTRACT No. 812 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 the selected working day schedule, 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 • 22. Additional Plan Sets At the bidder's expense, additional plan sets may be obtained from: HB/B1uePrint 1615 Alabama Street, at Adams (714) 536-2593 Proof of original purchase of one (1) set from the City of Huntington Beach must be provided to the blueprint company in order to receive additional plan sets. 23. Bid Protest To be considered timely, a bid protest must be filed within the following time limits: A. Protests based upon alleged defects or improprieties in the bid documents shall be filed prior to the date of bid opening. B. All other protests must be filed within five (5) calendar days after the protester knew or should have known the basis of the protest, but no later than five (5) calendar days after the AGENCY'S award of contract. IM • 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 4do 5112 50 in the amount of $ A 9wND MWSO which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond", as the case may be). Bidder shall signify receipt of all Addenda here, if any: C-2 PROJECT BID SCHEDULE BEACH MAINTENANCE FACILITY 8669 Edison Avenue Huntington Beach, CA 92648 CASH CONTRACT No. 812 TOTAL AMOUNT LUMP SUM BID IN FIGURES: $ 2.15&01 o0 0 TOTAL AMOUNT LUMP SUM BID IN WORDS: Iwo Mlwlis rive wraR-w xTy TWOSp0,m DD+125 C-3 • 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. s1TP- ec€w� 0,44 vn �nr , �. 200 -04 A, 14.A.*v11V4 /45P1f/-rLr / C 3$7-909 A c•�.fs�v�� �20 c-►3 /RRlG�•Tlo cascp-PE Af�v nlG� AFC Ga oL -t,*W5 9Z5Z�- eoNerzE LoVI (Apst 411695 c—g Moov /zy M NLtV (010542- r C --2-9 157X41. Cho VL L afty0c7�o c `� 5 ( FgAM/A/4 COANM y S1DC—_ `4 QDp S (9 2G eaB/�e� CABO, NWM 1919 (o &�%j•/NS�L /�1 •D • /NSdc.,gTroni �[.Mon�TE (Z3��� s� �F Y��av�iA• sN�"T,�l�r�o•�--l��coin-rA �o�$S5 �-zf.3 tZ =Gr &110Zi r. C-3/ 9 A eVI AVN V'f VAS 6*0A%A ik S 44 WO GYP- A11440 64ND114RyCle °2r �a��_ SO&7#C' P- 499 51 (o _ e00�" eo,✓rr,✓EWM e. MA f- . ONVOPiv 0 0103-) + _5 y By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work that 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. M C-4 J LIST OF VENDORS All bidders are required to furnish the following information relative to the vendors that he/she proposes to use. C-5 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor. By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work that 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-4 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform ,work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor. By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work that 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-4 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of Orange �. D , being first duly sworn, deposes and says that he or she is ft%t'r' of *obPufP ULP. 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. 006CCAA FF C0-001A4-T 10 Name of Bidder . of Bidder 701 Rr/— >lm>r�21>rEs'�'GIZSt MA�1 dq1 cz 4& FI 14z Address of Bidder Subscribed and sworn to before me this Z day of ae . , 2000 NOTARY PUBLIC • NOTARY SEAL Z;-WAN TSAI C-6 Commlaion # 1262M NoLW MBelM County► MyComm.6OM MM 11=4 k J . 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 BEACH MAINTENANCE FACILITY, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any -electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is. familiar with the operation to be performed and the hazards involved. " The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are • binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Date: (Z/,-/SPVW:P WbOw-iUr-F cozpc2�--Cto� Contractor BY 50-!3�41-:t- es1 c F-10041. Mu_-- SI f 7EX-rt. 'fit-Esl f7Fx-1t_. Title • C-7 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 14310.5, the Bidder shall complete, under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or'a safety regulation?. [_I Yes ZNo 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-8 /' ram. 1 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate: I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. W600e - I f - QaPt) 211)D Contractor By i "A1e— �0rAA Title Date: C-9 n U • 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. U100r.?CL.'1fF eUo-pea- -Tlo � Contractor r ' By pj p /�I�NO �%- P2454) OF�t4l Title Date: z 02.r.0 m o 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-10 BIDDER'S INFORMATION • BIDDER certifies that the following information is true and correct: W000cuFF Cc2p02ATiOr1 Bidder Name C3701 04(411 IDrL1Y� %!o)2-SIB +4N OAK-$, c16- !lt4t,1 Business Address U 7E4 - Z44 - Telephone Number `+IIys-3 State Contractor's License No. and Class C Original Date Expiration Date 0 F 3/3t/Z..ao • The work site. was inspected by V M if tAS rz.I Z i of our office on )20_ The following are persons, firms, and corporations having a principal interest in this proposal: V 0DC _F COe fc)P^ 04 BoaV RGtoFiny - PW(I)E ►T- OM t D -f'f�r(3R1 - �/• P - /7�C'1��rtirT C-11 • The undersigned are prepared to satisfy the Council of the City of Huntington Beach of their ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. Company Name Sign ure of Bidder $tA,PS,A14 tJ�F µ0L2-) Printed or Typed Signature Mal R%VW-.,1 Qr= 1�1�1� #�I �. -5+� 4AK�, c�. •`4142�3 . Address of Bidder 91 ) 794- 74 89 Telephone Number Subscribed and sworn to before me this NOTARY PUBLIC • IZ day of PaCF-M►3e2 , 2000. NOTARY SEAL JUI-WAN TSAI Commission # 1262565 Notary Public - California Los Angeles GaM W Comm-150a may 1,M4 C-12 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. MCOISpIDO UNION Scf(OOL, DIS`tRC1— / FeXOWb0, Cps • Name and Address Name of Project Manager: S�'�'�WOjt� FO(� 1{�15't74cL(Acl'j01V At= P�-'i��s IZ 51 Telephone No. of Project Manager: (160 Z >S . (41" UseV ' 900 lam- st NoWe poamwmft 1L PusUc-woPIPS Sp=MM6EJL 199%f Contract Amount Type of Work Date Completed Name and Address Name of Project Manager: M�• Gt"�"VI�i61 Telephone No. of Project Manager: 9 $9 �9 S 1 •* M Pr- Mu 61u CH (�0 cS CEN�r� <)v NE 1999 Contract Amount �/A Type of Work Date Completed • 3. ST�TTS OF C,^E If=ORNI^- Ofr_PAP--TMy=Kr Ov_61ENWAL 4SWAE-S Name and Address Name of Project Manager: MIL- FZIG"P-D Telephone No. of Project Manager: (91 & ) 4•5 - 449 b -46-3OIr- Contract,Amount C. E•Impgh-owei poi— loN , Type of Work Date C-13 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: 2. 3. L 6 V SD C/Q : -IUPt4 L 4ONSI MC-11ON MAN A VEMENr Name and Address Name of Project Manager: MIL • DAB/ I `1*60 Telephone No. of Project Manager: (213 ) &4!71 —50>0 " of Work Date Completed Contract Amount Cep �StRP�10 t�N SC HQM w SAR.tcr Name and Address Name of Project Manager: (t • j�t1� �� Telephone No. of Project Manager: (f !" � � •ZM I-f�ooE� �cH £t�M6NC1�l sc�toot, GyR•f�NT Contract Amount Type of Work Date Completed( Name and Address Name of Project Manager: Telephone No. of Project Manager: ( ) Contract Amount Type of Work Date Completed T -Act C-13 The Contractor shall . substantiate the above . performance on the. attached forms (pages C-14 through C-16) and include it .with_ the sealed bid. All bidders shall acknowledge the receipt of this addendum with their bid proposal. These revisions do not change the project cost estimate nor the Bid Opening date/time for this project. Mark P. Uphus, P.E. Associate Civil Engineer Bidder Acknowledge: Wd0ne,UFF CDZP4644.,Tl Company Name By Date Addendum 1, CC-1099, August 27, 1999, page 2 of 2 GAConstruction Contracts (CCs)\CC812\CORRESP\Other\Addenduml.doc ;-17-2000' 11:21 HUNTINGTON BEACH .` 1� ?14 3?4 15?3 P.02i02 Contractor is . hereby notified that copies of the three soils reports that were used in preparation of the contract documents are available at the City Public Works counter at no charge to plan holders beginning November 15, 2000. • Contractor's attention 'is directed to SECTION 02315, EXCAVATION, BACKFILLING AND COMPACTING of the project specifications. Part 2, 2.2 FILL MATERIALS, Paragraph A is herewith deleted and the following is inserted in its place: A. Fill Materials: All fill materials shall be approved by the City's geotechnical engineering consultant. The on -site material may be used as long as it meets the geotechnical requirements under section 2.1.8.2 above and points 1 through 4 below. All bidders shall acknowledge the receipt of this addendum with their bid proposal. These revisions do not change the project cost estimate. W-,4L �f- Mark P. Uphus, P.E. Associate Civil Engineer MPU:jm Bidder Acknowledgement: MODCU F-r- .CO/LP0(ZAr"t-lo Z 2��0 Company Name Date Addendum 2, CC-812, November 17, 2000, page 2 of 2 G:\Cerohucfion Contracts ICCs)\CCA12\CORRBP\Other\AddendumZdoe Tr'1T/11 0 ra-i f 15. Refer to the project specifications, Section. 0746 1.-The finish on the metal siding shall be bare galvanized. 16. Refer to project plan sheet A-3. Ridgelines in the metal roofing are shown -in two locations on the plan. The attached sheet entitled Flashing Details is hereby incorporated into the contract documents for constructing the ridgelines and other applicable metal roofing and siding details. 17. Refer to project plan sheet A-4. The plan shows downspouts terminating from the second story roof terminating at the first story roof. Contractor shall furnish and install pre -cast concrete splash blocks on the built-up first story roof where downspouts terminate. 18. Refer to project plan sheet D-1, Detail 4, Down Drain. The bottom- most note stating "Pre -cast splash block, not required @ concrete paving (U.N.O.)" is hereby deleted from the detail. All bidders shall acknowledge the receipt of this addendum with their bid proposal. These revisions do not change the project cost estimate. Mark.P. Uphus, P.E. Associate- Civil Engineer MPU:jm Bidder Acknowledgement: F� co� 2ATlc 1, Wbo��t-I Company Name JB' Date Addendum 3, CC-812, December 1, 2000, page 4 of 4 GAConstruction Contracts (CCs)\CC812\CORRESP\Other\Addendum3.doc cvawu J.1 • earn IIV. 11f 4 GRADING CONT'RACT'OR MER ENCE BEACH MAUNTENANCE FACILITY CC412 Bid Opening Nov=ber 21 , 2000 Listed below are the names, addroasea and telephoaa numbers for six climes for which the bidder has pwfa med grading of comparable size and complexity wlthin the post five years: 1. 5'r - A•J- 5 L, %L ILA Name and Address . Marge ofProjectManaipr •2U „ �,�QDr..i t�e•a (!3 !„ Project Manager's Phone No. c u_) "7 a f - 11 ?-N- . Contract Amount Date completed 2. Name and Address Name ofproject Manager. .Projectblaaager's Pho"No. I ?v nn.n Contract Amount 6t¢ camlAoted ` 3. g �r�Ll, 1-0- Name and Address Name of PrgJect Mmpr: LAJYa'-P-e-✓ j tL'era �T •. , Proj`ee�ct Manager's Phone No. 17st QZIt) . &D comttsaee Amount Date emnpleted a. G,siL Ai &L1 30 .. _ . Name m� Name of Prejcat Managctel 12 .�.� Project Manager's Theme No. (I�oS 11 ContmetAmount Dw completed Name and Addran Narne of Pmjsct Manager: WL -t-J - project Manager's Phone No. a{_ t 3 `3� S r CUo ri w� Amount Name mtd Aftess Name ai1'meccaee>: Manager: �j Project Manager's Phone No. (�� . mil„ G? �_�� &� Contract Amount Dann completed C,15 b0 'd ZZ: ZT 00, ZT 3@G �� _. �- .Ti�! t10 i,alUtl.►iC . C10b�1h 1'1 ° 113r�ri Mi. llr W--rev (; ADXNG CONTRACTOR EXPERIENCE BE,A,CIT MAINTENANCE FACILITY CC412 Bid Opening November 21, 2000 11srod below are the names, addrrescs Add telephone n=bera far Aix public agencies for whicb the bidder has performed grading wort: within the past three yfsan: 'y . C . Name and Address Name of Ptajec4 Manager: �o w: E U • C . L. Project Manager's phone No. (.310 ) Zo&- O37-1 -m , is o I Ic. Co�atraet AM=4 Date eontpleud 2. l!N Name andAddress Name ofprojec4 Matlager: Project Manager's Phone No.gt( y Y� Sz 9 - 7 q y -)(sr�-� -�i 1 l �►r• Le C C 23G u'i„�• oa i 1- O� _ Contract -Amount Date completed 4. Name andAddress � �ir r, Name of Project Manumn ,�, �, tom' Project Manager's Phone No. CAS 1 60 -1,41 k rrA a.j v Nyu jY5 Name alai Address Name of PlojecT Manager: Projem Manager's Phone No. Contract Amount Dam completed Name and Address ' Name ofFPro ject Mona; erg C-. & Project Manager's Phone No. W I. i L M V—G.o-i,�z - C1 ontract Aumat Date oompla:W \ 66S ]C rr�-� f �M /�►^r, c.)� c�+.� j'�.i ./ _U N Name and Add= Name of Project Manager: Project Manager's Phone No. t� j0 t 3l-0r1r, 1 M-tx J Contract Ataount Date completed. . C-14 SO'd ZZ:ZZ 00, ZT 3@G ►�_„8�'2�T1EC!12.2000'�►11:1�M N0,117 "'P. 414 3. GRADING CONTRACTOR MERM, NCE BEACH ACH MAINTENANCE FACILM . CC-812 Bid Openia; Nov=ber 21, 2000 Listed below are the mmnes, addresses ad telephone Numbers ft five elienrs for whleh the biddor bas perfocamed grading within one mUe of ocean or bay sUrline wide comparable gMMdwatetwithin the past five years: Narita and Address Name of Project Manager. -lX •Kne- CdYh+. Project Manager's Phone No. (U�75 _ s0r Co�trAn AMOUn t Date completed Name of Project Manager; Project Manager's Phone No, L__ j Contract Amount Date eompletod Name of Project Marta6er. Project Manager's Phone No. �} Contract Amount Date completed 4, l/4r �B-✓r�i a l E-�✓ . L . A . C . q-*wL t-J, w, S. Name of Project Manager; Project Manager's Phone No. L-- j Contract Amount Date completed Netne and Addms Nsrae of Project Manager: Project Manager's Phone No.( C n"et Amount Date completed C-16 90 'd ZZ: ZI 00, ZI Sag o, CITY OF HUNTINGTON BEACH 2000 MAIN STREET CALIFORNIA 92648 OFFICE OF THE CITY CLERK CONNIE BROCKWAY CITY CLERK December 26 2000 . To: USS Cal Builders, Inc. 12792 Valley View St., #D Garden Grove, CA 92845 Enclosed please find your original bid bond issued by Fidelity and Deposit Company of Maryland for Beach Maintenance Facility CC No. 812 Connie Brockway, CMC City Clerk Enclosure glfollowup/cashconlreturnhidbond.doc (Telephone: 714-536.5227 ) Bond No ........NIA ................... FidelitXTand D� osit Company HOME OFFICE OF MARYLAND BALTIMORF., MD. 21203 DID BOND KNOW ALL MEN BY THESE PRESENTS: USS CAL BUILDERS, INC. Thatwe................................................................................................................................................................................... ..............•-•----....................------.........------...........---..............-•---........................---.....---.....---.......---..............---•••-•--•.....-••---.......... .......... ................................................................. ....--- ............ . as Principal, (hereinafter called the "Principal"), and the FIDELITY A'sD DEPOSIT COMPANY OF MARYLAND, 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... TRCENT_.OF_-AMOUNT. BID** .......................................................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.................................................................................................. BEACH MAINTENANCE FACILITY (812) 00-849-5812 -••......................••-----......................................-----....................................................................-----..............---............................. --..........................................•--...................--------........................................................................----•-.....................................--... 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 ........ 15TH .day of...._....NOVEMBER, 2000 _..A.D. X�(XX..... . ........... USS CAL BUILDERS, INC. (SEAL) .............................................. . Principal .......___------------------------------------------------------------------------------- Witness . �� u.j1 S ... Title - FIDELITY AND DEPOSIT i Y OF MARYLAND Surety 4 ..................................................................................... .... By ......... ._ .......... -............(SEAL) Witness Title KELLY AN ATTORNEY -IN —FACT 025d-1504 ADProved by The American Institute of Architects, A.I.A. Document No. A-310 February 1970 Edition. CALIFORNIA ALL PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA COUNTY OF SAN BERNARDINO On NOVEMBER 15, 2000 before me, Janet L. Miller, Notary Public personally appeared Kelly A. Saitman personally known to me; X or proved to me on the basis of satisfactory evidence to be the person J,94— whose name (.a�- is/arss- subscribed to the within instrument and acknowledged to me that (.1;-fshe/t y) executed the same in authorized capac_-y ' esJ , and. that the entity upon behalf of which the person acted, executed the instrument . WITNESS my hand and official seal. Yr� ccr.a.`1147631 <. NOTAPY PU6UC - CP'_t 4' m.-IRN RDINO CCU`JTY ^^ J: 20, 20 Sig ure of Notary ublic CAPACITY CLAIMED BY SIGNER: Though statute does not require the notary to fill in the data below, doing so may prove invaluable to persons relying on the document. Individual (s) Corporate Officer(s) Titles Partner(s) X Attorney -in -Fact Trustee (s) Guardian/Conservator Other: and Limited General Signer is representing: ATTENTION NOTARY: Although the information requested below is optional, it could prevent fraudulent attachment of this certificate to unauthorized document. Title of type of document: Number of pages: Date of document: Signer(s) other than named above: THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED ABOVE. KASM89637 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 W. B. WALBRECHER, 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 and effect the date hereof, does herebynominate, constitute and appoint Kelly A. SAITMAN, of Ontario, �rnia, it and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its be h urety, its act and deed: any and all bonds and undertakings and the execution of such bonds or u ings in ce of these presents, shall be as binding upon said Company, as fully and amply, to all intents an ses, as ' ad been duly executed and acknowledged by the regularly elected officers of the Company at its o Baltimo d., in their own proper persons. The said Assistant Secretary does hereby ce5 -ha Article VI, Section 2, of the By -Laws of sai pany, IN WITNESS WHEREOF, the said V esident affixed the Corporate Seal of the said F TY ANP, A.D.1994. ATTEST: FIDELMO,ND D% T. E. Smit h State of Maryland SS: County of Bahimpre the Oct set forth on the reverse side hereof is a true copy of n ow in force. sistant Secretary have hereunto subscribed their names and OSIT COMPANY OF MARYLAND, this 25th day of March, IT COMPANY OF MARYLAND Secretary By: �ac6�eA.c� W. B. Walbrecher Vice -President On this 25th day of March, A.D. 1999, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came W. B. Walbrecher, 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. Caro! J. Far Notary Public My Commissi /'Expires: August 1, 2000 L1428-012-7170A 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 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 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 15TH day of NOVEMBER 2000 Assistant Secretary u� s ai Itr t 'F��CAy'" m k� �,��Y7'�f, rt���R2'3Tit `�� � vT0.' � �G•�L Fi T.j��� �s,�4✓• i� 4'�A.. ts�f� ��t J. 'ft „•, uFj4t•; >r'r+ t- SkY _ fi�'+ � s � - 1 �tt �-'?Y�-•t':t 4 a;t�aisyt p' V i•. i. .,"v'L b.� r_�-,? _. rr.�.. ,r .,. r. R.ib1_i.;' k. s �t�..'!li.b 1 SECTION C PROPOSAL for the BEACH MAINTENANCE FACILITY at 8669 Edison Avenue CASH CONTRACT No. 812 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 contract at the following prices. The undersigned agrees to complete the work within the - selected working day schedule, 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 r 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 / r If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. d Accompanying this proposal of bid, find Q / 0 in the amount of $ which said amount is not less than 10 % of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond", as the case may be). Bidder shall signify receipt of all Addenda here, if any: n C-2 U 1 PROJECT BID SCHEDULE BEACH MAINTENANCE FACILITY 8669 Edison Avenue Huntington Beach, CA 92648 CASH CONTRACT No. 812 TOTAL AMOUNT LUMP SUM BID IN FIGURES: $ Z, 950", o©c) TOTAL AMOUNT LUMP SUM BID IN WORDS: C-3 i LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor. 51WO r . ;> .. = tare. , curse 4 Nwnbeir .......... f CAL 1AA Ukrr, 6EA cP�o a AG PC ATLAS Ca,� RWi, do,�C�J �9132_ Earn-raw.r,�' �oTA 5 `� -i -7 b A u ML I SF. l'c sve" 0"14 I4,TL.rIS -A LLtt a IiVL.. 2 3 ' At 61 bl F6q tz i� GAV A CS T-FN L- Qno o � D, S S 4 Za L' 13 rp uv6 tv0e f f�)^UVNA 6 -3 Z C-/4, -t8 Lv#&J S 4-2.-57/. P - VA.C., A i i2. nn,4 lc.E _C n/ C . rb AA AN 7 ' n -7 4- EL . G i hcrSTerii 1�5og F&fl. Mwym 66ACo 1NC.a7 �a -7 LA'J&C.A fV LAN RfPP-JG0 8EA 4- O AZ C 27 lit /NA SS, R i l S1940t� PBL MI SiZEL m� 4.-A. %31 '7R'� By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work that 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-4 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid and the portion of the work to be done by such subcontractor. By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work that 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-4 I LIST OF VENDORS All bidders are required to furnish the following information relative to the vendors that he/she proposes to use. J C-5 USS CAL BUILDERS, INC. 12792 VALLEY VIEW ST. #D GARDEN GROVE, CA 92845 VENDOR REFERENCES NAME ADDRESS PHONE FAX MATERIALS I SERVICES JJ PLUMBING 1285 S. LA BREA #201 323/936-1622 323/934-8359 PLUMBING SUBCONTRACTOR LOS ANGELES, CA 90019 WHITE CAP INDUSTRIES 14080 ORANGE AVE. 714/245-7570 714/245-7580 MATERIAL SUPPLIER PARAMOUNT, CA 90723 CAL WEST MATERIALS P.O. BOX 57074 310/337-7242 800/304-9252 FINISH HARDWARE SUPPLIER MURRAY, UT 84157 ROYAL PLYWOOD 14171 E. PARK PLACE 949/862-1100 949/862-1110 LUMBER SUPPLIER CERRITOS, CA 90703 MG MECHANICAL 1030 SPRUCE STREET 626/851-9330 626/851-9133 PLUMBING SUBCONTRACTOR WEST COVINA, CA 91790 ARC ELECTRIC P.O. BOX 624 818/352-0777 818/603-0777 ELECTRICAL SUBCONTRACTOR TUJUNGA, CA 91043 M.D. INSULATION 4427 N. ROWLAND AVE. 626/579-4649 626/579-3133 INSULATION SUBCONTRACTOR EL MONTE, CA 91731 GANAHL LUMBER 10742 LOS ALAMITOS BLVD. 562/346-2100 562/346-2190 LUMBER SUPPLIER LOS ALAMITOS, CA 90720 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss. County of Orange JENNIFER HOTRUM , being first duly sworn, deposes and says that he or she is PR SIDENT of USS CAL BUILDER, thucparty 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. USS CAL BUILDERS, INC. N e of Bidder JENNIFER HOTRUM/ PRESIDENT S$' nature Bidder 12792 VALLEY VIEW ST. SUITE D GARDEN GROVE, CA. 92845 Address of Bidder Subscribed and sworn to before me this 8th day of NOV 2000 NOTARY PUBLIC ALLEN A. OTHMAN UMN Public - California ORANGE COUNTY My Commission Expires AUGUST 16, 2003 'ARY SEAL C-6 1 • UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and- agrees that in the performance of the work specified in the contract, known as BEACH MAINTENANCE FACILITY, (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 d promises and .agrees that the provisions Herein shall. be and are ' binding upon any' subcontractor or' suticontl;i ctors that may be retained +or'employed by t ie ' undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Date: 11-8-00 USS CAL BUILDERS, INC. Contractor ;5�� JENNIFER HOTRUM PRESIDENT Title C-7 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 14310.5, the Bidder shall complete, under penalty of perjury, the following questionnaire. QUESTIONNAIRE 1` 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 [2LJ 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-8 1 1 I 1 I , COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate: I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Dater .11-8-00 USS CAL BUILDERS, INC. l C-9 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: USS CAL BUILDERS, INC. Bidder Name 12792 VALLEY VIEW ST. SUITE-D. GARDEN GROVE, CA. 92845 Business Address ( 714 ) _ Telephone Number 895-5999 654454 CLASS B State Contractor's License No. and Class 7-7-92 Original Date Issued 9-30-02 Expiration Date The work site was inspected by 11-9 2000 ERIC OTHMAN of our office on The following are persons, firms, and corporations having a principal interest in this proposal: JENNIFER HOTRUM MUKDAD IBRAHIM C-11 PRESIDENT VICE PRESIDENT 1 The undersigned are prepared to satisfy the Council of the City of Huntington Beach of their ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. USS CAL BUILDERS, INC. Cod= Name i of Bidder JENNIFER HOTRUM / PRESIDENT Printed -or Typed Signature 12792 VALLEY VIEW ST. SUITE D GARDEN GROVE, CA. 92845 Address of Bidder ;,�:rt F j ( 714 ) 895-5999 �k°£ry+.'3�%. �:<•°�a;,: i:. _ ...:�;_ Y Telephone Number .: ._....-.:_...._._>.... �- ...:.,.,�. ..3iF.�u.-..:..� ....�......-.fy/ft i u.J;..i7 cr��..}.�.y-�"..�:, .r.;Yt.... - _. __._ •'r -6:' . Subscribed and' sworn 1W.'befbre me:' .' . 8 �Q*'%,day: uE'? ,NOVEMBER;, , 2pp0 - ,• __ _._.... ...._.... . _ _.., __ .................... ........- . NOTARY PUBLIC 0 rzva232471 : : - Calitorrila M NOTARY SEAL 11 Expired .6 Q 20A3 6 C-12 I Listed below are the names address and telephone numbers for three public agencies for which eP P g the bidder has performed similar work within the past two years: 1 SEE ATTACHED Name and Address 2. Name of Project Manager: Telephone No. of Project Manager: ( ) Contract Amount Name and Address Name of Project Manager: Type of Work Date Completed Telephone No. of Project Manager: ( ) r Contract Amount Type of Work Date Completed l 3. Name and Address Name of Project Manager: Telephone No. of Project Manager: ( Contract Amount Type of Work Date Completed C-13 PROJECT EMERSON E S 1011 E COLDWELL COMPTON. CA 90221 3101898.6170 NEW HORIZON SCHOOL 626 CYPRESS AVE. PASADENA, CA 91103 6261795-5186 PRIETO SPORTS 9536 GIDLEY AVE. TEMPLE CITY, CA 91780 626/350-0124 HAKIM RESIDENCE 10530 BUTTERFIELD AVE LOS ANGELES. CA 90064 310/204-3322 CREATIVE COMPUTERS 2555 W. 190TH ST. TORRANCE. CA 90504 3101354-5600 OCEAN PARK E.S. 2526 6TH ST. SANTA MONICA, CA 90405 VA MODULAR BUILDING 5901 E. 7TH ST. LONG BEACH. CA 90822 562/494-2611 CAFETERIA RENOVATION 16007 CRENSHAW BLVD. TORRANCE. CA 90506 3101660-3015 USS CAL BUILDERS, INC. 12792 VALLEY VIEW ST. SUITE D, GARDEN GROVE, CA 92845 COMPLETED PROJECTS (PAGE 1 OF 2) DESCRIPTION AMOUNT OWNER MODERNIZATION $2.300,000 COMPTON U.S.D. 604 S. TAMARIND AVE. COMPTON, CA 90220 310/639-4321 CONTACT: TIMOTHY WHITE NEW BLDG. $1,200,000 ISLAMIC CENTER OF S.C. 434 S. VERMONT AVE. LOS ANGELES, CA 90020 213/382-9200 CONTACT: NAZIR MODERNIZATION $6,000,000 HASS ZEENI 9536 E. GIDLEY AVE. TEMPLE CITY, CA 91780 626/350-0124 REMODEL $110.000 SAM HAKIM ADDRESS SAME REMODEL $480,000 SAM KHULUSI ADDRESS SAME CONCRETE $1,030.000 SANTA MONICA UNIFIED S.D. 1651 16TH ST. SANTA MONICA, CA 90404 310/450-8338 CONCRETE $1.030,000 USA VETERANS ADMINISTRATION ADDRESS SAME RENOVATION $150,000 EL CAMINO COMMUNITY COLLEGE 16007 CRENSHAW BLVD. TORRANCE, CA 90506 310/660-3015 CONTACT: BOB GANN ARCHITECT GATEWAY ARCI11TF CT S 7300 ALONDRA BLVD STE 201 PARAMOUNT. CA 90723 562/529-8780 MHF ARCHITECTS 1971 ASHINGTON DR. GLENDALE. CA 91206 818/952-7072 CONTACT: AHMED HADRARY SAME SAME SAME CAL IBA, INC. 11222 LA CIENEGA BLVD. #569 INGLEWOOD, CA 90304 CONTACT: ALEX DUBOIS 310/645-9671�' CAL IBA, INC. 11222 LA CIENEGA BLVD. #569 INGLEWOOD, CA 90304 CONTACT: ERIC OTHMAN WARD ARCHITECTS 1015 E. CHAPMAN AVE. #205 FULLERTON. CA 92631 CONTACT: BRUCE WARD 714/526-2273 COMPLETED 1'f'19 1996 1997 1997 1996 1996 1993 1998 17 -oil Yr COMPLETED PROJECTS (PAGE 2 OF 2) PROJECT DESCRIPTION AMOUNT LONG BEACH SCHOOLS - PH. II RESTROOM REMODEL $215.196 VARIOUS SCHOOLS 10 SITES LONG BEACH SCHOOLS - PH. I VARIOUS SCHOOLS 6 SITES MARTIN LUTHER KING E.S 2270 E 122ND ST. COMPTON, CA 90222 310/898-6430 RESTROOM REMODEL $170,000 RECONSTRUCTION SAN FERNANDO APARTMENTS RENOVATION 10995 LEHIGH ST. PACOIMA. CA 91331 POLICE FACILITIES NEW BUILDING 16007 CRENSHAW BLVD. TORRANCE, CA 90506 310/660 3015 LONG BEACH SCHOOLS - PH. III RESTROOM REMODEL VARIOUS SCHOOL LOCATIONS CERAMICS CLASSROOM 15871 SPRINGDALE ST. HUNTINGTON BEACH, CA 92649 RENOVATION OWNER ARCHITECT LONG BEACH UNIFIED SCHOOL DISTRICT LONG BEACH UNIFIED S. D. 2425 WEBSTER AVE. 2426 WEBSTER AVE. LONG BEACH, CA 90810 LONG BEACH, CA 90811 5621595-9574 5621595-9575 CONTACT: JOHN NIMMONS CONTACT: JOHN NIMMONS LONG BEACH UNIFIED SCHOOL DISTRICT LONG BEACH UNIFIED.S. D. 2425 WEBSTER AVE. 2426 WEBSTER AVE. LONG BEACH, CA 9081Q LONG BEACH, CA 90811 562/595-9574 5621595-9575 CONTACT: JOHN NIMMONS CONTACT: JOHN NIMMONS $350,000 COMPTON U.S.D. 604 S. TAMARIND AVE. COMPTON, CA 90220 310/639-4321 CONTACT: RAY $2,200,000 H.A.C.L.A. 2600 WILSHIRE BLVD. LOS ANGELES, CA 90057 213/252-2500 CONTACT: SALVADORE JEMINEZ $964,000 EL CAMINO COMM. COLLEGE 16007 CRENSHAW BLVD. TORRANCE. CA 90506 310/660-3015 CONTACT: BOB GANN $246,230 LONG BEACH UNIFIED SCHOOL DIST PURCHASING BRANCH 2201 E. MARKET ST. LONG BEACH, CA 90805 562/426-5974 CONTACT: JOHN NIMMONS $92,700 HUNT. BEACH UNION H.S. DISTRICT 10251 YORKTOWN AVE. HUNTINGTON BEACH, CA 92649 714/536-7521 CONTACT: ED BAKER GYM -RENOVATION PLUMBING $45,000 CITY OF LA HABRA HEIGHTS 18$S N. HACIENDA BLVD. 1245 N. HACIENDA BLVD. LA HABRA_ HEIGHTS. CA 90631 LA HABRA. CA 90631 562/694-6302 FIELDS DEVERAUX ARCHITECTS 5150 WILSHIRE BLVD. LOS ANGELES, CA 90036 323/965-7444 CONTACT: MILTON EWELL MARTINEZ AMADOR ARCHITECTS 8405 PERSHING AVE. ROOM 201 PLAYA DEL REY, CA 90293 310/306-4708 COMPLETED 1999 1998 1995 1999 PJHM ARCHITECTS Sep-99 647 CAMINO DE LOS MARES STE. 201 SAN CLEMENTE, CA 92673 949/496-6191 CONTACT: TOM KRUSE LONG BEACH UNIFIED S.D. Sep-99 MAINTENANCE DEPT. 2201 E. MARKET ST LONG BEACH, CA 90805 562/634-5013 CONTACT: JOHN NIMMONS KPI ARCHITECTS Sep-99 650 E. PARKRIDGE AVE. STE. 105 CORONA, CA 92879 9091270-2979 CONTACT: BOB SMITH N/A Mar-00 COMPLETED PROJECTS (Page 3 of 3) DAD MILLER GOLF COURSE CLUBHOUSE $248,000 430 N. GILBERT ST. IMPROVEMENTS ANAHEIM, CA 92805 LONG BEACH SCHOOLS RESTROOM REHAB $38,670 BIXBY/ROGERS CITY OF ANAHEIM . 200 S. ANAHEIM BLVD. ANAHEIM, CA 92805 7141465-5176 CHUCK SMITH LONG BEACH U.S.D. 2425 WEBSTER AVE. LONG BEACH, CA 90810 562/595-9574 CONTACT: JOHN NIMMONS MEYER 8 ASSOCIATES 23265 S. POINT DR. #102 LAGUNA HILLS. CA 92653 949/380-1151 CONTACT: RANDY MEYER N/A Feb 00 Jul-00 rrrvv� uvv 1J•JV tFJUUJ GRADING CONTRACTOR EXPERIENCE BEACH MAINTENANCE FACELTTY Cc-812 Bid Opening November 21, 2000 Listed below are the names, addresses and telephone numbers for six public agencies for which the bidder has performed grading work within the past three years: Name and Address Name of Project Manager: FORD EL Project Manager's Phone No. 3( 10 ) 264-2145 $1,427,559.00 DECEMBER 1999 Contract Amount Datc completed 2. NAVY BASE STATION_ Name and Address Name of Projeu Manager. FORD EL Project Manager's Phone No. 3( 10 ) 264-2145.' $225,000.00 Contract Amount Date completed 3. WEST L.A. COLLEGE Name and Address Name of Project Manager: REZA / DJ AMOROZO Project Manager's Phone No. 562/407-3472 $350,000.00 MARCH 1998 Contract Amount . Date completed 4• U.C. RIVERSIDE Name and Address Name of Project Manager: DENNIS J. AMOROZO Project Manager's Phone No. (714 ) 704-1888 $171,000.00 JANUARY 2000 Contract Amount Date completed UCLA MEDICAL CENTER Name and Address Name of Project Manager. DANTFT, r.nsnmoT0 Project Manager's Phone No. ( 6?6) inn—im. Contract -Amount . Date completed 6. BAY VISTA CONVALESCENT HOSPITAL Name and Address Name of Project Manager: Project Manager's Phonc No. ('17.'1 ) W17-1 050 895,000.00 Jrm IAgA Contract Amount Date completed C-14 RECE,V:� T:V�: N0V. 8. 4 30PM ii7vvicvvv t3-jv rasa 10004 GRADING CONTRACTOR EXPERIENCE BEACH M INTENANCE FACILITY CC-812 Bid Opening November 21, 2000 Listed below are the names, addresses and telephone numbers for six clients for which the bidder has performed grading of comparable size and complexity within the past five years: 1. 4th & PICO, SANTA MONICA PUBLIC SAFETY Name and Address Name of Project Manager FORD- EL Project Manager's Phone No. (�31 0 ) 264-2145 $1,427,559.00 DECEMBER 1999 Contract Amount Date completed 2. NAVY BASE STATION 800 SEAL BEACH BLVD. Name and Address FORD EL. Name of Project Manager. Project Manager's Phone No. ( 31 Q 264-2145 $225,000.00 DECEMBER 1999 Contract Amount Date completed 3. ST. JOHN OF GOD 2035 W. ADAMS Name and Address Name of Project Manager: TOWER ENGINEER Project Manager's Phone No. 3( 23 } 258-3535 $336,900.00 JUNE 2000 Contract Amount Date completed 4. 1763 ROYAL OAKS Name and Address Name. of Project Manager. ELLIAS CONSTRUCTION Project Manager's Phone No. C 818) 591-9499 $215',664.00 JULY 1999 Contract Amount Date completed S, 13687 TELEGRAPH RD. Name and Address Name of Project Manager. ELLIAS CONSTRUCTION Project Manager's Phone No.( 818) 591-9499 $125,000.00 JUNE 1998 Contract Amount Dare completed FOOD FOR LESS Name and Address Name of Project Manager: BIRCHER CONSTRUCTION Project Manager's Phone No. 9( 49 ) 629-4300 Contract Amount $310,000 Date completedAUGUST CM C-15 RECEIVED TIME NOV. 8. 4:30PM GRADING CONTRACTOR EXPERIENCE BEACH MAINTENANCE FACILITY CC-812 Bid Opening November 21, 2000 Listed below are the names, addresses and telephone numbers for five clients for which the bidder has performed grading within one mile of ocefui or bay shorline with comparable groundwater within the past five years: SOUTHWEST DIVISION / NAVAL FACILITIES Name and Address Name of Project Manager. FORD FL 2 Project Manager's Phone No. 31( 0 l 264-2145 $60,000 SEPT. 1999 Contract Amount Date completed 2. WEAPON NAVAL, NAVY BASE STATION Name and Address Name of Project Manager: FORD EL Project Manager's Phone No. 31( 0 �64-2145 $225,000.00 DECEMBER 1999 Contract Amount Date completed 3. 4th & PICO, SANTA MONICA Name and Address Name of Project Manager: FORD EL Project Manager's Phone No. 3( 10 ) 264-2145 $1,427,559.00 FEB 2000 Contract Amount Date completed 4. PLAYA DEL SOL, MANCHESTER / SEPULVEDA Name and Address Name of Project Manager: Project Manager's Phone No. 3( 10 1 568-8500 $50,000.00 MARCH 2O00 Contract Amount Date completed 5. BAY VISTA CONVELESCENT HOSPITAL 1338 30th ST. SANTA MONICA Name and Address Name of Project Manager: CENTURY QUALITY MANAGEMENT Project Manager's Phone No. (323) _CJ37-1050 $95,000.00 SEPT. 1999 Contract Amount Date completed C-16 RECEIVE) TIME NOV. 8. 4:30PM 11/06/2000 15:28 FAX CONSTRUCTION OF THE BEACH MAINTENANCE FACILITY Cash Contract 812 City of Huntington Beach ADDENDUM NUMBER 1 November 8, 2000 Notice To All Bidders: This addendum is hereby made a part of the contract documents to the some extent as though it were originally included therein. Please note the following clarifications and revisions to the project specifications and plans: • Contractor's attention is directed to Section 02315, Part 1.4.8. Delete section B in its entirety and replace with the following: Grading Subcontractor's Qualifications: Contractor shall engage a subcontractor to perform earthwork who has the following minimum qualifications: 1. Minimum of 3 years experience performing excavation, backfilling, compaction and grading operations on projects for public agencies under specifications according to Standard Specifications for Public Works Construction ("Green Book"). Minimum number of projects shall be six (6) . 2. Minimum of 5 years experience performing excavation, backfilling, compaction and grading operations on projects of comparable scale and complexity to that required for the work under the Contract. Minimum number of projects shall be six (6). 3. Minimum of 5 years experience performing excavation, backfilling, compaction and grading operation on projects located within one mile of ocean or bay shoreline with comparable ground water conditions. Minimum number of projects shall be five (5). Addendum 1, CC-1099, August 27, 1999, page 1 of 2 G:\ConsrrucNon Controvs(CCs)\CC812\CORRFSP\Other\Addenduml.doc RECEIVED i I., ,NOV. 8. 4:10PM zZ/08/2000 15:29 FAX w WJuUc The Contractor shall substantiate the above performance on the attached forms (pages C-14 through C-16) and include it with the sealed bid. All bidders shall acknowledge the receipt of this addendum with their bid proposal. These revisions do not change the project cost estimate nor the Bid Opening date/time for this project. Mark P. Uphus, P.E. Associate Civil Engineer Bidder Acknowledge: USS CAL BUILDERS, INC. Company Name By A 5:t 11-8-00 Date JENNIFER HOTRUM/ PRESIDENT Addendum 1, CC-1099, August 27, 1999, page 2 of 2 G:\Construction Conlrocts(CCs)\CC812\CORRESP\Other\Addenduml.doc RECEIVED TIME NOV. 8. 4:30PM r • Contractor is hereby notified that copies of the three soils reports that were used in preparation of the contract documents are available at the City Public Works counter at no charge to plan holders beginning November 15, 2000. • Contractor's attention is directed to SECTION 02315, EXCAVATION, BACKFILLING AND COMPACTING of the project specifications. Part 2, 2.2 FILL MATERIALS, Paragraph A is herewith deleted and the following is inserted in its place: A. Fill Materials: All fill materials shall be approved by the City's geotechnical engineering consultant. The on -site material may be used as long as it meets the geotechnical. requirementsunder section 2.1.B.2 above and points 1 through 4 below. All bidders shall acknowledge the receipt of this addendum with their bid proposal. These revisions do not change the project cost estimate. Mark P. Uphus, P.E. Associate Civil Engineer MPU:jm Bidder Acknowledgement: USS CAL BUILDERS, INC. 5JENNIFER HOTRUM 12-4-00 Company Name By Date Addendum 2, CC-812, November 17, 2000, page 2 of 2 GAConstruction Contracts (CCs)\CC812\C0RRESP\0ther\Addendum2.doc 15. Refer to the project specifications, Section. 07461. The finish on the metal siding shall be bare galvanized. 16. Refer to project plan sheet A-3. Ridgelines. in the metal roofing are shown in two locations on the plan. The attached sheet entitled Flashing Details is hereby incorporated into the contract documents for constructing the ridgelines and other applicable metal roofing and siding details. 17. Refer to project plan sheet A-4. The plan shows downspouts terminating from the second story roof terminating at the first story roof. Contractor shall furnish and install pre -cast concrete splash blocks on the built-up first story roof where downspouts terminate. 18. Refer to project plan sheet D-1, Detail 4, Down Drain. The bottom- most note stating "Pre -cast splash block, not required @ concrete paving (U.N.O.)" is hereby deleted from the detail. All bidders shall acknowledge the receipt of this addendum with .their bid proposal. These revisions do not change the project cost estimate. pAG Mark•P. Uphus; P.E. Associate' Civil Engineer MPU:jm Bidder Acknowledgement: USS CAL BUILDERS, INC. JENNIFER HOTRUM/PRESIDENT 12-4-00 Company Name By Date Addendum 3, CC-812, December 1, 2000, page 4 of 4 GAConstruction Contracts (CCs)\CC812\CORRESP\Other\Addendum3.doc CITY OF HUNTINGTON BEACH Lj2000 MAIN STREET CALIFORNIA 92648 OFFICE OF THE CITY CLERK CONNIE BROCKWAY CITY CLERK December 26 12000 To: Great West Contractors, Inc. 4562 E. Eisenhower Circle Anaheim, CA 92807 Enclosed please find your original bid bond issued by Travelers Casualty and Surety Company of America for Beach Maintenance Facility CC-812 Connie Brockway, CIVIC City Clerk Enclosure Tot- RW i 17k381;7 V g Jfollowup/cashcon/returnbidbond.doc — (Telephone: 714-536-5227) Bid.60ND TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Hartford, Connecticut 06183 KNOW ALL MEN BY THESE PRESENTS, that we, Great West Contractors, Inc. Bond No. N/A as Principal, hereinafter called the Principal, and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, of Hartford, Connecticut, a corporation duly organized under the laws of the State of Connecticut, as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF HUNTINGTON BEACH as Obligee, hereinafter called the Obligee, in the sum of BOND AMOUNT NOT TO EXCEED 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 BEACH MAINTENANCE FACILITY CASH CONTRACT NO. 812 HUNTINGTON BEACH, CA 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 17TH;4ay of NOVEMBER 2000 � 1 (Witness) Great West Contractors, Inc. (Pdncipan (Seal) Richard G. olfinger, President (rMe) TRAVELERS CA ALTY AND SURETY COMPANY OF AMERICA By Kenneth A. Coate (Anomey4n-Fad) Printed in cooperation with the American Institute of Architects (AIA) by Travelers Casualty and Surety Company of America. The language in this document conforms exactly to the language used In AIA Document A310, February 1970 edition. S-l869-0 (07-M CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT . State of CALIFORNIA County of RIVERSIDE On NOV 17 2000 before me, DANNA BAKER, NOTARY PUBLIC Name and Title of Officer(e.g. "Jane Doe, Notary Public) personally appeared KENNETH A. COATE, ATTORNEY IN FACT , Name(s) of Signer(s) ®personally known to me - OR - ❑proved to me on the basis of satisfactoryevidence to be the personal whose name(s) is/are subscribed to the within Instrument and acknowledged to me that he/she/"executed the same in his/her/#I,& authorized capacityfies), and that by iris/hers/th& signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed ;�'-';;; DANNA BAKER PR the instrument. Q . ; = COMM. #1202129 NOTARY PUBLIC - CALIFORNIA v, WITNESS my hand and official seal. a RIVERSIDE COUNTY N Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title of Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑Individual ❑Corporate Officer Title(s): ❑Partner --- []Limited ❑General ®Attorney -in -Fact ❑Trustor/Trustee ❑Guardian or Conservator ❑Other: Signer is Representing: Signer's Name: ❑Individual ❑Corporate Officer Title(s): ❑Partner --- ❑Limited ❑General ❑Attorney -in -Fact ❑Trustor/Trustee ❑Guardian or Conservator ❑Other: Signer is Representing: ' TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEYS) -IN -FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Julia B. Leonard, Ken Coate, Kenneth A. Coate, Mark N. Gladding, of Riverside, California, their true and lawful Attorneys) -in -Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, or, if the following line be filled in, within the area there designated the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other ' writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorneys) -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board.of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed'(under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following . Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,•and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. (8-97) IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON .CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President, and their corporate seals to be hereto affixed this 15th day of May, 2000. STATE OF CONNECTICUT }SS. Hartford COUNTY OF HARTFORD 00sual" gJ,OYANas CASU-14f 0�A. fit' ti�RifORD, _ HARTFORD, ` a 1982 0 CONN, a i.,x ta, • S a; TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY George W. Thompson Senior Vice President On this 15th day of May, 2000 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. * A�t,O ik c'� My commission expires June 30, 2001 Notary Public Marie C. Tetreault CERTIFICATE I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this 17TH day of NOVEMBER ,2000. y�y' V ANp� GJSU'l 0 WRTFdRO. _" HAHTF0R0, : 0 l 9 8 2 0 CONN. CONN. Co By Kori M. Johanson Assistant Secretary, Bond GREAT WEST CONTRACTORS, INC. 4562 E. EISENHOWER CIRCLE ANAHEIM, CA 92807 (714) 777-0977 SEALED BID FOR BEACH MAINTENANCE FACILITY CITY OF HUNTINGTON BEACH DO NOT OPEN WITH REGULAR MAIL-� .. . Office of the City Clerk Second Floor 2000 Main Street Huntington Beach, CA 92648 Cn c:. c..i J SECTION C PROPOSAL for the BEACH MAINTENANCE FACILITY at 8669 Edison Avenue CASH CONTRACT No. 812 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: 001' 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 the selected working day schedule, 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. rAL C-1 22. Additional Plan Sets At the bidder's expense, additional plan sets may be obtained from: HB/B1uePrint 1615 Alabama Street, at Adams (714) 536-2593 Proof of original purchase of one (1) set from the City of Huntington Beach must be provided to the blueprint company in order to receive additional plan sets. 23. Bid Protest To be considered timely, a bid protest must be filed within the following time limits: A. Protests based upon alleged defects or improprieties in the bid documents shall be filed prior to the date of bid opening. B. All other protests must be filed within five (5) calendar days after the protester knew or should have known the basis of the protest, but no later than five (5) calendar days after the AGENCY'S award of contract. • • If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in '+ executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find a OL iz xle' 1 in the amount of which said amount is not less than 10% of the aggregate of the total id price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond", as the case may be). C Bidder shall signify receipt of all Addenda here, if any: C-2 PROJECT BID SCHEDULE BEACH MAINTENANCE FACILITY 8669 Edison Avenue Huntington Beach, CA 92648 CASH CONTRACT No. 812 TOTAL AMOUNT LUMP SUM BID IN FIGURES: TOTAL AMOUNT LUMP SUM BID IN WORDS: '7t-A30 06 7— N�5 1' ; Vi��pislc-) �\ w l Y� 1 vs �33 o \A\-)vD C-3 .. • 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. By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work that 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-4 0 LIST OF VENDORS All bidders are required to furnish the following information relative to the vendors that he/she proposes to use. A TOTAL LIST IS UNKNOWN TO US AT THIS TIME. *L • C-5 u-� 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. LM 1. That he is able to and will perform the balance of all work that is not covered in the above subcontractors listing. 7- 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-4 c a LIST OF SUBCONTRACTORS In accordance with Government Code Section'4104, the Bidder shall set forth the name and ' business address of each subcontrictor. who "will perform workservice mender 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 sukontri6ioi' . 1 04sii J09- Dec 11 00 12:58p GRIFFIN DEWRTERING (909)988-8457 p.7 GRADING CONTRACTOR EXPERIENCE BEACH MAINTENANCE FACILITY CC-81Z Bid Opening November 21, 2000 1, Listed below are the names, oddresses and telephone numbers For five clients for which the bidder ties performed aradin; widitin one mile, of ocean or My shoriitte wits► compatabfe groundwater within the past Jive years: Williamette High Density Tank & Pulpper Tub Facility 5936 Perkins Road, Oxnard, California Name and Address Narneofproject i14attagcr;. Ken Carter _..._.__ Project Managar'sPhone No. ( 805 3 271-0071 $26,840.00 Eovember, 199E Contract Amount Date centploted The -Horizons (Marina District Lot 4) 2. 541 Front Street, San Diego, California NAmo and Address Name of Project Maroger, �Glen -Evans _ Project Manager's Phone No. ( 63.9 '02-0760 $133, 700.00 January, 2000. Contract Amount Date comp atod Hezlep Residence 3. 2832 Bayshore Drive, Newport Beach, California Nauio eta ka�r�w Name of Ptoject Manager, _ Ferric Berger Project Manager's Pttone No. ( 94g) 498-2891 _. _$61.2610.0Q June,, 2000 Contract Amotmt Date complchd Ucean Outfall Reliability upgrade job# J-34-1 4.. 22212 Brookehurst Street, Huntington Beach, California Name anti Address Narne of Project Manager, Bgvd Garner NJoet Manager's Phone No. L. 9091 982-8803 $9LA40.00 October? 1997 Comraet Amount Date co4ipleted Sea World Wild Artic Exhibit S. 1720 South Shores Road, San Diego, California Name and Address NamcofPtojectMattager. Derek Davi PtNjeo0danetces Phone No. C 51� 297-41:6 . __ g72,080.00 July, 1996 Contract Aawl-mt Date completed C-16 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California SS. County of Orange Richard G. , being first duly sworn, deposes and says that he or she is Wolfinger tofreat WestContrgy making the foregoing bid that the bid is not made m�e 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. JANE E. BEZEL COMM. #1148506 NOTARY PUBLIC . CALIFORNIA I.± ORANGF COUNTY m My Comm. Expires July 98, Li9-��v � . V , • Great West Contractors, Inc. Name of Bidder SigWturfi of�ic ler lfinger, President is ar 4562 E. Eiseruower Circle Anaheim, CA 92807 Address of Bidder Subscribed and sworn to before me this 12 th NOTARY PUBLIC day of December 20p0 NOTARY SEAL C-6 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 BEACH MAINTENANCE FACILITY, (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: "QualiCed 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. Great West Contractors, Inc. Contractor By Richard G. lfinger President Title Date: 12/12/00 W., C-7 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 [ X ] 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 require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date: 1 211 2100 Great West Contractors, Inc. Contractor n By Richard G. ifinger President Title • • ` C-9 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 Lo 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-10 • i BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Great West Contractors, Inc. Bidder Name 4562 E. Eisenhower Circle Business Address Anaheim, CA 92807 ( 714 ) 777-0977 Telephone Number 673901 B C-5 State Contractor's License No. and Class 1993 Original Date Issued 7/31 /01 Expiration Date • The work site was inspected by Gene Cabral of our office on a , / 9 , 2%_g._• The following are persons, firms, and corporations having a principal interest in this proposal: Great West Contractors, Inc. Richard G. Wolfinger - President Dick Wolfinger - Sr. Project Manager C-11 L_J The undersigned are prepared to satisfy the Council of the City of Huntington Beach of their ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. Great West Contractors, Inc. Company Name Signature of Bidde Richard G. Wolfinger Printed or Typed Signature 4562 E. Eisenhower Circle, Anaheim CA 92807 Address of Bidder ( 714 ) 777-0977 Telephone Number Subscribed and sworn to before me this 12 th NOTARY PUBLIC day of December , 2000 NOTARY SEAL JANE E. BEZEL W COMM. #1148506 0 ti NOTARY PUBLIC - CAUFORNIA V f0 ORANOE COUNTY m My Comm, 6xplydf July 28. 2001 C-12 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. 2. 791 PLEASE SEE ATTACHED Name and Address Name of Project Manager: Telephone No. of Project Manager: ( ) Contract Amount Type of Work Date Completed Name and Address Name of Project Manager: Telephone No. of Project Manager: ( ) Contract Amount Type of Work Date Completed Name and Address Name of Project Manager: Telephone No. of Project Manager: ( ) Contract Amount Type of Work Date Completed �A C-13 GREAT WEST CONTRACTORS, INC. 4562 E. EISENHOWER CIRCLE, ANAHEIM, CA 92807 LIST OF RECENT PROJECTS PROJECT: FOUNTAIN VALLEY CORPORATE YARD DESCRIPTION: MAINTENANCE YARD AND OFFICES OWNER: CITY OF FOUNTAIN VALLEY CONTACT: DON HEINBUCH 714-593-4412 CONTRACT AMOUNT: $3,100,000.00 YEAR COMPLETED: 2000 PROJECT: WAL-MART STORE #2523 DESCRIPTION: 144 SQ. FT. DEPARTMENT INCLUDIN AUTOMOBILE SERVICE CENTER AND GARAGE OWNER: WAL-MART STORES CONTACT: IN HOUSE CONSTRUCTION MANAGER 501-273-4137 AMOUNT: $3,900,000.00 YEAR COMPLETED: 1998 PROJECT: NAVAL FACILITIES AT NAVAL AIR STATION DESCRIPTION: TRAINING AND CLASSROOM FACILITY OWNER: DEPARTMENT OF THE NAVY SOUTHWEST DIVISION CONTACT: LT. REVELAS 619-577-6276 CONTRACT AMOUNT: $1,452,000.00 YEAR COMPLETED: 1998 a. �.:nr..r_.a�,�.nti .ti:-= n�-:.a tii.. �..v w.,..i. - •. .u.i . .._..i .. ......�a....l `.._�.i F=.-. .: S.a..l..e. Y.:iS11.57J-:T hu::..::4LL7:.3!:'.a1::-7..li_.Svi::l:7'D.(:Sfai.r.:e:a1i-_.Ck..i•:l-?Yi'l. The Contractor shall substantiate the above . performance on the attached forms (pages C-14 through C-16) and .include it.with the sealed bid. All bidders shall acknowledge the receipt of this addendum with their bid proposal. These revisions do not change the project cost estimate nor the Bid Opening date/time for this project. Mark P. Uphus, P.E. Associate Civil Engineer Bidder Acknowledge: Great West Contractors Company Name 12/12/00 By Richard �/- WolfingerDate Addendum 1, CC-1099, August 27, 1999, page 2 of 2 GAConstruction Contracts (CCs)\CC812\CORRESP\Other\Addenduml.doc .�t-:,..,\ ...o. ._.'9:i"�... NOV-17-2000 11:09 HUNTINGTON BEACH 714 374 1573 P.02f02 • Contractor is hereby notified 'that copies of the three soils reports that were used in preparation of the contract documents are available at the - City Public Works counter at no charge to plan holders beginning November 15, 2000. Contractor's attention 'is directed to SECTION 02315, EXCAVATION, BACKFILLING AND COMPACTING of the project specifications. Part 2, 2.2 FILL MATERIALS, Paragraph A is herewith deleted and the following is Inserted in its place: A. Fill Materials: All fill materials shall be approved by the City's geotechnical engineering consultant. The on -site material may be used as long as it meets the geotechnical requirements under section 2.1.B.2 above and points 1 through 4 below. All bidders shall acknowledge the receipt of this addendum with their bid proposal. These revisions do not change the project cost estimate. Mark P. Uphus, P.E. Associate Civil Engineer MPU:jm Bidder Acknowledgement: Great West Contractors Company Name r 2� 12/12/00 By Richar . Wolfinger Date Addendum 2, CC-812, November 17, 2000, page 2 of 2 MACOMtroctleneontrocts(CQJ\CC612\CORRE3P\other\Nddendum2.dec TOTAL P.02 15. Refer to the project specifications, Section 07461. The finish on the metal siding shall be bare galvanized. 16. Refer to project plan sheet A-3. Ridgelines in the metal roofing are shown in two locations on the plan. _The attached sheet entitled Flashing Details is hereby incorporated into the contract documents for constructing the ridgelines and other applicable metal roofing and siding details. 17. Refer to project plan sheet A-4. The plan shows downspouts terminating from the second story roof terminating at the first story roof. Contractor shall furnish and install pre -cast concrete splash blocks on the built-up first story roof where downspouts terminate. 18. Refer to project plan sheet D-1, Detail 4, Down Drain. The bottom- most note stating "Pre -cast splash block, not required @ concrete paving (U.N.O.)" is hereby deleted from the detail. All bidders shall acknowledge the receipt of this addendum with their bid proposal. These revisions do not change the project cost estimate. Mark P. Uphus, P.E. Associate', Civil Engineer MPU:jm Bidder Acknowledgement: Great West Contractors Company Name 12/12/00 By Richa G. Wolfinger Date Addendum 3, CC-812, December 1, 2000, page 4 of 4 G:\Construction Contracts (CCs)\CC8)2\CORRESP\Other\Addendum3.doc " RCA ROUTING SHEET INITIATING DEPARTMENT: COMMUNITY SERVICES/PUBLIC WORKS SUBJECT: AUTHORIZE THE REJECTION OF THE BIDS AND READVERTISEMENT OF THE BEACH MAINTENANCE FACILITY CONSTRUCTION PROJECT, CC-812 COUNCIL MEETING DATE: December 18, 2000 RCA ATTACHMENTS STATUS Ordinance (w/exhibits & legislative draft if applicable) Not Applicable Resolution (w/exhibits & legislative draft if applicable) Not Applicable Tract Map, Location Map and/or other Exhibits Not Applicable Contract/Agreement (w/exhibits if applicable) (Signed in full by the City Attorney) Not Applicable Subleases, Third Party Agreements, etc. (Approved as to form by City Attorney) Not Applicable Certificates of Insurance (Approved by the City Attorney) Not Applicable Financial Impact Statement (Unbudget, over $5,000) Not Applicable Bonds (If applicable) Not Applicable Staff Report (If applicable) Not Applicable Commission, Board or Committee Report (If applicable) Not Applicable Findings/Conditions for Approval and/or Denial Not Applicable EXPLANATION FOR.MISSING ATTACHMENTS EXPLANATION FOR; RETURN OF ITEM: 07 812, File Notes Office of the City Clerk Huntington Beach, California --' '�►AU���I� �a1�,11 cCglz Ll� 1M^��'� i� I � 6-11- to 2-- 12_-0:3 W11) ottgsvllvb) NNT \f> R)D Vb\& (�- — 1106 WiH c•umax, M'T6 n yk:'�kS, 11- Tl-W 2- QW4 M Cu"Mn I2-12-- 0� �►�afi 1Qr�v�� 3_ Ll�r�J* A p1w 12- l'L— 4�— 01 NjT "N b� dl- G3-a Y31D &�Ws ljr al- 03-0)) oN NUe,zP Ac "Two, --a RZ4 ► z-, l6—o-- rMPA 2- 21 - oo � 12- ZED -.. o0 �DLWT)9FP, - a OjOlb COC KI l CTWIj . COPIES TO: Front Desk Engineer City Clerk BEACH MAINTENANCE FACILITY 8669 EDISON AVENUE BID DATE: DEC. 12, @2:0 Pill�'� N�p (Engineer's Estimate: 2 255 000.00 F*' BID LIST BIDDER'S NAME RANK TOTAL BID AMOUNT 1. Amelco Industries $ 2. American Restoration $ 3. B. F. Construction $ �' g L 6 O Q 4. Charles King Company $ 5. Construct 1-One Corp. $ 6. Franklin Reinforcing Steel Co. $ 7. Gilbert & Stears $ 8. Great West Contractors $ 9. L. A. Contractors $ 10. Long Beach Iron Works $ 11. M. S. Construction $ 12. Martin Harris Construction $ 13. Pacific Parks Landscaping $ 14. Responsive Internet Systems $ 15. S.M.C. Construction $ 16. U.S.S. Cal Builders, Inc. $ d � �700+ V G\BID LIST 17. Weeger Brothers, Inc. � $ � 18. Woodcliff Corporation $ / 01 O n V 19. $ 20. $ G\BID LIST '.}ls cY1NOW 1b�"nl. C SECTION A NOTICE INVITING SEALED BIDS for the BEACH MAINTENANCE FACILITY CASH CONTRACT No. 812 in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH, as AGENCY, invites sealed bids for the above -stated project 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 November 21, 20W* 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 $150.00 nonrefundable fee if picked up, or payment of a $180.00 nonrefundable .fee if mailed. Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code. Pursuant to the provisions of the Labor Code of the State of California, the minimum prevailing rate of per diem wages for each craft, classification or type of workman needed to execute the contract shall be those determined by the Director of Industrial Relations of the State of California, which are on file at the Office of the Director of Public Works, 2000 Main Street, Huntington Beach, CA 92648. The AGENCY will deduct a 10 % retention from all progress payments. The Contractor may substitute an escrow holder surety of equal value to the retention in accordance with the provisions of the California Government Code, Section 4590. The Contractor shall be beneficial owner of the surety and shall receive any interest thereon. The AGENCY hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to this. notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion in any consideration leading to the award of contract. No bid shall be considered unless it is prepared on the approved Proposal forms in conformance with the Instructions to Bidders. A-1 I 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 this contract is .awarded. The successful Contractor .and his subcontractors will be required to . =. 1 Bids sh, possess business licenses from the AGENCY. informs A mandatory pre -bid meeting and walk-through of the site will be held on November 9, indicate shall be 2000, at 10:00 a.m. (meet on site), for the purpose of reviewing bid documents, receiving Beach, bidder questions and reviewing the site. as it ap: Pursuant to the amended Public Contract Code Section 3400, Contractors are now required . opened authori: to submit all substitution requests for equal materials or systems prior to award of the contract during a period specified in the bid documents. No substitution requests will be lim�tats relectl° considered after award of the contract. erasure Project Description: The project includes over -excavation and export of approximately raj telegitt witt 16,200 cubic yards of soil and import of 20,650 cubic yards of qualified soil for the grading the the phase of the project. The project includes construction of a 14,750 square foot vehicle utt cxecutf maintenance and storage building with administrative offices, a fuel storage and dispensing ' AGEN area, related site paving, utilities, site lighting and other site elements. The project also payme .includes installation of venting for the abandoned City of Huntington Beach oil well No. 3 princiF and construction of Edison Avenue from Newland Street to the entrance to the Beach reques Maintenance Facility site. • The.project schedule is 240 working days. ?• [ ropo • The Engineer's estimate for the work included in the contract is $2,255,00.00 check mour All questions shall be typed and transmitted by facsimile (fax) to: aa cot Tony Banzuelo, AIA, Architect given 10 we Phone No. (714) 282-0986 provi- the c: 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. 3, If the BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH, shall CALIFORNIA, mem . the 19th day of June, 2000. shall by it Attest: titles Connie Brockway CITY CLERK OF THE CITY OF HUNTINGTON BEACH A-2 (17) June 19, 2000 - Council/Agency Agenda - Page 17 ( (City Council) Adopt Resolution Nos. 2000-58 and 2000-59 To Conduct General Municipal Election to be Held November 7, 2000 - Election of City Officers Council embers/City Clerk/City Treasurer (620.20) - Adopt Resolution 2000-58 - 'A Resolution the City Council of the City of Huntington Beach Calling and Giving Notice of the Holding o General Municipal Election to be Held on Tuesday, November 7, 2000, for the Election S =.tiZ of ertain Officers as Required by the Provisions of the City Charter," and Adopt Resolution N . 2000-59 - "A Resolution of the City Council of the City of Huntington Beach Requesting he Board of Supervisors of the County of Orange to Consolidate a General Municipal Election to be Held on Tuesday, November 7, 2000, with the Statewide General Election to be Held on that Date Pursuant to Section 10403 of the Elections Code" Submitted by the City Attorney and the City Clerk. Funding Source: Election Account. p roved 6-0-1 (Garofalo absent)] (City Council) Authorize Additional Expenditure of Funds for Residential Street Rehabilitation - Street Slur and Overlayof 304 Local Streets (320.20) - Authorize the vc. 'rector of Finance to transfer $400,000 from the unencumbered Gas Tax Fund balance to A count No. E-SF-PW-986-6-32-00 (Residential Slurry). Submitted by the Public Works erector. Funding Source: $400,000 - City's unencumbered Gas Tax Fund. ro a o a sent)] (City Council) Approve Project Plans and Specifications and Authorize Advertisement cod iL 1)p of Bids for the Beach Maintenance Facility, CC-812 (600.10) -1. Approve the project �-- lans and specifications and authorize the Director of Public Works to request bids for the ach Maintenance Facility, CC-812; and 2. Approve the attached Sample Construction ntract, subject to award of the contract to the lowest responsive/responsible bidder. -� ubmitted by the Public Works Director. Funding Source: A combination of City of Huntington Beach Certificates of Participation (COPs) and Developer Advance Funds. warn a n (City Council) Accept the Painting and Waterproofing of the Civic Center Complex - �-� Industrial Painting and Water roofin MSC-403 and Authorize the City Clerk to File t Notice of Completion (600.90) -Accept the painting and waterproofing by Industrial Pal ting and Waterproofing of the Civic Center Complex, and authorize the City Clerk to file the Notice of Completion with the County Recorder's Office. Submitted by the Public Works �—" Director. Funding Source: $465,000 Civic Center Painting and Waterproofing account. (City Council) Approve Proiect Plans and Specifications and Authorize Advertisement ^v of Bids for the South Beach Phase One Improvements, CC-1106 Between Huntington eet and Beach Blvd - Subiect to CALTRANS Approval (600.10) -1. Approve the !qunding ject plans and specifications and authorize the Director of Public Works to request bids South Beach Phase One Improvements, CC-1106 contingent upon Caltrans approval of project plans, specifications and estimate; and 2. Approve the attached Sample nstruction Contract, subject to award of the contract to the lowest responsive/responsible der. Submitted by the Community Services Director, and the Public Works Director. Source: A combination of the American Trader Oil Spill Recovery Funds, City. of Huntington Beach Certificates of Participation (COPs) and a Federal (TEA) Grant. (City Council) Approve Project Plans and Specifications and Authorize Advertisement for Bids for Water Meter Box Replacement: WSC-015 (600.75)-1. Approve the project plans and specifications and authorize the Director of Public Works to solicit bids for the replacement of various water meter boxes throughout the City (WSC-015); and 2. Approve S he attached sample contract, subject to award of the contract to the lowest sponsive/responsible bidder, and authorize the Mayor and City Clerk to execute an greement in substantially the same form between the City and the successful bidder. Submitted by the Public Works Director. Funding Source: $35,000 in the Water Fund, Meter Box Replacement Program. [Approved 6-0-1 (Garofalo absent)] SECTION A NOTICE INVITING SEALED BIDS for the BEACH MAINTENANCE FACILITY CASH CONTRACT No. 812 in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH, as AGENCY, invites sealed bids for the above -stated project 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 November 21, 2000. 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 $150.00 nonrefundable fee if picked up, or payment of a $180.00 nonrefundable .fee if mailed. Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code. Pursuant to the provisions of the Labor Code of the State of California, the minimum prevailing rate of per diem wages for each craft, classification or type of workman needed to execute the contract shall be those determined by the Director of Industrial Relations of the State of California, which are on file at the Office of the Director of Public Works, 2000 Main Street, Huntington Beach, CA 92648. ne AGENCY will deduct a 10% retention from all progress payments. The Contractor may substitute an escrow holder surety of equal value to the retention in accordance with the provisions of the California Government Code, Section 4590. The Contractor shall be beneficial owner of the surety and shall receive any interest thereon. The AGENCY hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to this. notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion in any consideration leading to the award of contract. No bid shall be considered unless it is prepared on the approved Proposal forms in conformance with the Instructions to Bidders. 8 A-1 0 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 this contract is .awarded. The successful Contractor and his subcontractors will be required to possess business licenses from the AGENCY. A mandatory pre -bid meeting and walk-through of the site will be held on November 9, 2000, at 10:00 a.m. (meet on site), for the purpose of reviewing bid documents, receiving bidder questions and reviewing the site. Pursuant to the amended Public Contract Code Section 3400, Contractors are now required to submit all substitution requests for equal materials or systems prior to award of the contract during a period specified in the bid documents. No substitution requests will be considered after award of the contract. Project Description: The project includes over -excavation and export of approximately 16,200 cubic yards of soil and import of 20,650 cubic yards of qualified soil for the gradin€ phase of the project. The project includes construction of a 14,750 square foot vehicle maintenance and storage building with administrative offices, a fuel storage and dispensing area, related site paving, utilities, site lighting and other site elements. The project also includes installation of venting for the abandoned City of Huntington Beach oil well No. 3 and construction of Edison Avenue from Newland Street to the entrance to the Beach Maintenance Facility site. • The project schedule is 240 working days. • The_Engineer's estimate for the work included in the contract is $2,255,00.00 All questions shall be typed and transmitted by facsimile (fax) to: Tony Banzuelo, AIA, Architect Phone No. (714) 282-0986 The AGENCY reserves the right to reject any or all bids, to waive any irregularity and to take all bids under advisement for a maximum period of 60 days. BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH, CALIFORNIA, the 19th day of June, 2000. Attest: Connie Brockway CITY CLERK OF THE CITY OF HUNTINGTON BEACH FWA COPIES TO: Front Desk Engineer City Clerk BEACH MAINTENANCE FACILITY 8669 ED/SON AVENUE BID DATE: DEC. 12, @2:OOPM (Engineer's Estimate: $2,255,000.00) BID LIST BIDDER'S NAME RANK TOTAL BID AMOUNT 1. Amelco Industries $ 2. American Restoration $ 3. B. F. Construction $ 6 0 Q 4. Charles King Company $ 5. Construct 1-One Corp. $ 6. Franklin Reinforcing Steel Co. $ 7. Gilbert & Stears $ 8. Great West Contractors $ 3 �,q, 9. L. A. Contractors $ 10. Long Beach Iron Works $ 11. M. S. Construction $ 12. Martin Harris Construction $ 13. Pacific Parks Landscaping $ 14. Responsive Internet Systems $ 15. S.M.C. Construction $ 16. U.S.S. Cal Builders, Inc. $ ro/ f700' j V G\BID LIST 17. Weeger Brothers, Inc. $ 18. Woodcliff Corporation $ 1 l U /. b OI O 0,, 19. $ 20. $ G\BID LIST (17) June 19, 2000 - Council/Agency Agenda - Page 17 4. (City Council) Adopt Resolution Nos. 2000-58 and 2000-59 To Conduct General _Municipal Election to be Held November 7, 2000 — Election of City Officers (Council embers/City Clerk/City Treasurer) (620.20) - Adopt Resolution 2000-58 - 'A Resolution the City Council of the City of Huntington Beach Calling and Giving Notice of the Holding �v o General Municipal Election to be Held on Tuesday, November 7, 2000, for the Election S `v� of ertain Officers as Required by the Provisions of the City Charter," and Adopt Resolution N . 2000-59 — 'A Resolution of the City Council of the City of Huntington Beach Requesting Cs.Zt.» he Board of Supervisors of the County of Orange to Consolidate a General Municipal Election to be Held on Tuesday, November 7, 2000, with the Statewide General Election to be Held on that Date Pursuant to Section 10403 of the Elections Code" Submitted by the City Attorney and the City Clerk. Funding Source: Election Account. p roved 6-0-1 (Garofalo absent)] City Council) Authorize Additional Expenditure of Funds for Residential Street Rehabilitation — Street Slurry and Overlay of 304 Local Streets (320.20) — Authorize the �c rector of Finance to transfer $400,000 from the unencumbered Gas Tax Fund balance to A count No. E-SF-PW-986-6-32-00 (Residential Slurry). Submitted by the Public Works erector. Funding Source: $400,000 - City's unencumbered Gas Tax Fund. aro a o absent)] �y Council) Approve Project Plans and Specifications and Authorize Advertisement 51-p of Bids for the Beach Maintenance Facility, CC-812 (600.10) —1. Approve the project lans and specifications and authorize the Director of Public Works to request bids for the ach Maintenance Facility, CC-812; and 2. Approve the attached Sample Construction R�t�4 .= V ntract, subject to award of the contract to the lowest responsive/responsible bidder. ubmitted by the Public Works Director. Funding Source: A combination of City of Huntington Beach Certificates of Participation (COPs) and Developer Advance Funds. sty Council) Accept the Painting and Waterproofing of the Civic Center Complex — Industrial Painting and Waterproofing, MSC-403 and Authorize the City Clerk to File '7 1—cm t Notice of Completion (600.90) — Accept the painting and waterproofing by Industrial Pai. ting and Waterproofing of the Civic Center Complex, and authorize the City Clerk to file th, Notice of Completion with the County Recorder's Office. Submitted by the Public Works Director. Funding Source: $465,000 Civic Center Painting and Waterproofing account. f - (City Council) Approve Project Plans and Specifications and Authorize Advertisement �131P of Bids for the South Beach Phase One Improvements, CC-1106 Between Huntington eet and Beach Blvd — Subiect to CALTRANS Approval (600.10) —1. Approve the Cquinding ject plans and specifications and authorize the Director of Public Works to request bids South Beach Phase One Improvements, CC-1106 contingent upon Caltrans approval of project plans, specifications and estimate; and 2. Approve the attached Sample nstruction Contract, subject to award of the contract to the lowest responsive/responsible der. Submitted by the Community Services Director. and the Public Works Director. Source: A combination of the American Trader Oil Spill Recovery Funds, City of Huntington Beach Certificates of Participation (COPs) and a Federal (TEA) Grant. rove ar (City Council) Approve Project Plans and Specifications and Authorize Advertisement Lthe r Bids for Water Meter Box Replacement; WSC-015 (600.75)-1. Approve the project ans and specifications and authorize the Director of Public Works to solicit bids for the lacement of various water meter boxes throu hout the Cit p g y (WSC-015); and 2. Approve attached sample contract, subject to award of the contract to the lowest sponsive/responsible bidder, and authorize the Mayor and City Clerk to execute an reement in substantially the same form between the City and the successful bidder. -i-� Submitted by the Public Works Director. Funding Source: $35,000 in the Water Fund, Meter Box Replacement Program. [Approved 6-0-1 (Garofalo absent)] City Clerk's Office -- Records Division -- File Guide New Files I Category I . Label I Meeting Date: to/i 9/o e I (Alpha) NOTES. (Numeric) L(-/L9.-<(_ 6,;Ffi VP ZAP ��DqA �- 2--) , v 2-�Z O'O After File Folder is Completed, please check here ❑ and return this form to Evelyn. CITY OF HUNTINGTON BEACH - RnAIN,')PPW MEETING DATE: June 19, 2000 DEPARTMENTi1DUMBER: PW 00-26 Council/Agency Meeting Held: Deferred/Continued to: Approved ❑ Conditionall Appr ved ❑ Den' d 11 MA W y CIer Signature Council Meeting Date: June 19, 2000 Department ID Number: PW 00-26 CITY OF HUNTINGTON BEACH REQUEST FOR ACTION w SUBMITTED TO: HONORABLE MAYOR AND CITY COUNCIL MEMBERS y SUBMITTED BY: RAY SILVER, City Administratorcg�� PREPARED BY: RON HAGAN, Director of Community Services . ROBERT F. BEARDSLEY, Director of Public Works r SUBJECT: AUTHORIZE ADVERTISEMENT FOR THE BEACH MAINTENANCE FACILITY, CC812 Statement of Issue, Funding Source, Recommended Action, Alternative Action(s), Analysis, Environmental Status, Attachment(s) Statement of Issue : Should the City Council approve the plans and specifications for the Beach Maintenance Facility, CC812, and authorize staff to advertise the project for bidding? Funding Source : A combination of City of Huntington Beach Certificates of Participation (COPs) and Developer Advance shall be used to fund the project. The following breakdown identifies the allocation of funding: Engineering Cost Estimate Contingency/Supplemental Costs Expenditures to date* Total Project Cost: Funding: Developer Advance City of Huntington Beach COPS Total Funding: $2,250,000 450,000 400,000 $3,100,000 $ 750,000 2,350,000 $3,100,000 L-7 RCA Beach Maint Facility Advert.dot -2- 6/8/00 1:10 PM REQUEST FOR ACTION MEETING DATE: June 19, 2000 DEPARTMENT ID NUMBER: PW 00-26 Recommended Action : Motion to: Approve the project plans and specifications and authorize the Director of Public Works to request bids for the Beach Maintenance Facility, CC812; and 2. Approve the attached Sample Construction Contract, subject to award of the contract to the lowest responsive/responsible bidder. Alternative Action(s) : Do not move forward with this project at this time. Although Caltrans has indicated that it wants its Beach Blvd site, interim location of the Beach Maintenance Facility returned to its use. The impact of such an action would be the loss of the interim facility and resultant inability of the beach maintenance operation to clean the beach or maintain the marine safety vehicles. Analysis : The Beach Maintenance Facility will house the beach maintenance crews, vehicles and equipment that provide daily beach maintenance service to the three miles of City public beach. On September 14, 1998, the Ocean Grand Resort development was approved, necessitating the relocation of the City's Beach Maintenance Facility due to its position within the proposed development. Under a developer agreement, the Robert Mayer Corporation is providing for the relocation of the displaced Beach Maintenance Facility. In the interim, the City's beach maintenance staff has been temporarily relocated to a leased Caltrans Maintenance yard on the west side of Beach Boulevard, south of Yorktown Avenue. - The proposed Beach Maintenance Facility will be located east of Newland Street, at the end of Edison Avenue. The project is comprised of a 14,800 square foot concrete block and timber building, as well as a fueling station and vehicle wash -down area, and will also include a partial reconstruction of Edison Avenue. Public Works Commission Review: The Commission reviewed and recommended approval of the project on May 17, 2000. Environmental Status : Pursuant to the California Environmental Quality Act, the City filed Negative Declaration 99-15, which was approved in conjunction with the Coastal Development Permit/Conditional Use Permit. RCA Beach Maint Facility Advert.dot -3- 6/8/00 1:10 PM REQUEST FOR ACTION MEETING DATE: June 19, 2000 DEPARTMENT ID NUMBER: PW 00-26 Attachments) : RCA Author: MPU:jm G:\Construction Contracts (CCs)\CC812\CORRESP\Other RCA Beach Maint Facility Advert.dot -4- 6/8/00 1:10 PM ATTACHMENT #1 SAMPLE CITY FUNDED CONSTRUCTION CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND FOR THE BEACH MAINTENANCE FACILITY CASH CONTRACT NO. 812 THIS AGREEMENT, made and entered into this day of 2000, by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as "CITY," and , a California , hereinafter referred to as "CONTRACTOR." WHEREAS, CITY has solicited bids for a public works project, hereinafter referred to as "PROJECT," more fully described as the Beach Maintenance Facility located at 8669 Edison Way in the City of Huntington Beach; and CONTRACTOR has been selected to perform said services, NOW, THEREFORE, in consideration of the promises and agreements hereinafter made and exchanged, the parties covenant and agree as follows: 1. STATEMENT OF WORK; ACCEPTANCE OF RISK CONTRACTOR shall furnish, at its own expense, all labor, plans, tools, equipment, supplies, transportation, utilities and all other items, services and facilities necessary to complete and construct the PROJECT in a good and workmanlike manner. CONTRACTOR agrees to assume the risk of all loss or damage arising out of the nature of the PROJECT, during its progress or prior to acceptance, from the action of the elements, from any unforeseen difficulties which may arise or be encountered in the prosecution of work, and for all other risks of any description connection with the work, including, but not limited to, all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as are herein expressly stipulated to be borne by CITY, and for well and faithfully completing the work within the stipulated time and in the manner SL:s Agree: Beach Maint Sample RLS 00-211 1 SAMPLE shown and described in this Agreement, and in accordance with the requirements of CITY under them for the compensation set forth in the accepted bid proposal. However the total compensation to be paid is to be computed on the basis of the units of work as it is actually performed, in accordance with the stipulated prices named in the Bid Sheet(s). 2. ACCEPTANCE OF CONDITIONS OF WORK; PLANS AND SPECIFICATIONS. CONTRACTOR acknowledges that it is fully familiar with all the terms, conditions and obligations of this Agreement and the Contract Documents (as hereinafter defined), the location of the job site, and the conditions under which the work is to be performed, and that it enters into this Agreement based upon its investigation of all such matters and is relying in no way upon any opinions or representations of CITY. It is agreed that the Contract Documents are incorporated into this Agreement by this reference, with the same force and effect as if the same were set forth at length herein, and that CONTRACTOR and its subcontractors, if any, shall be bound by said Contract Documents insofar as they relate in part or in any way, directly or indirectly, to the work covered by this Agreement. "Contract Documents" as defined herein mean and include: A. This Agreement; B. Bonds covering the work herein agreed upon; C. The CITY's standard Plans and Specifications and special contractual provisions, including those on file in the office of the Director of Public Works of CITY and adopted by the City Council of CITY, and any revisions, amendments or addenda thereto; D. The 1997 edition of Standard Specifications for Public Works Construction, published by Builders' News, Inc., 3055 Overland Avenue, Los Angeles, CA 90034, and all amendments thereto, written and promulgated by the Southern California SL:s Agree: Beach Maint Sample RLS 00-211 2 SAMPLE chapter of the American Public Works Association and the Southern California District Associated General Contractors of the California Joint Cooperative Committee; E. Bid documents including the Notice Inviting Bids, the Special Instructions to Bidders and the CONTRACTOR's proposal -(attached hereto as Exhibit "A"); F. The particular plans, specifications, special provisions and addenda applicable to the PROJECT. Anything mentioned in the Specifications and not indicated in the Plans or indicated in the Plans and not mentioned in the Specifications, shall be of like effect as if indicated and mentioned in both. In case of discrepancy between any plans, specifications, special provisions, or addenda, the matter shall be immediately submitted by CONTRACTOR to the Department of Public Works of CITY (hereinafter referred to as "DPW"), without whose decision said discrepancy shall not be adjusted by CONTRACTOR, save only at its own risk and expense. Should there be any conflict between the terms of this Agreement and the bid or proposal of CONTRACTOR, then this Agreement shall control and nothing herein shall be considered as an acceptance of the terms of said bid or proposal which is in conflict herewith. 3. COMPENSATION CITY agrees to pay and CONTRACTOR agrees to accept as full compensation for the faithful performance of this Agreement, subject to any additions or deductions made under the provisions of this Agreement or the Contract Documents, a sum not to exceed Dollars ($ ), as set forth in the Contract Documents, to be paid as provided in this Agreement. 4. COMMENCEMENT OF PROJECT CONTRACTOR agrees to commence the PROJECT within ten (10) working days after notice to proceed is issued and shall diligently prosecute PROJECT to completion SL:s Agree: Beach Maint Sample RLS 00-211 3 SAMPLE within ( ) consecutive from the day the "Notice to Proceed" is issued by DPW, excluding delays provided for in this Agreement. 5. TIME OF THE ESSENCE The parties hereto recognize and agree that time is of the essence in the performance of this Agreement and each and every provision of the Contract Documents. CONTRACTOR shall prepare and obtain approval as required by the Contract Documents for all shop drawings, details and samples, and do all other things necessary and incidental to the prosecution of its work in conformance with the progress schedule set forth in the Contract Documents. CONTRACTOR shall coordinate its work with the work of all other contractors, subcontractors, and CITY forces working on the PROJECT, in a manner that will facilitate the efficient completion of the PROJECT and in accordance with the terms and provisions of this Agreement. CITY shall have complete control of the premises on which the work is to be performed and shall have the right to decide the time and order in which the various portions of the work shall be performed and the priority of the work of other contractors, subcontractors and CITY forces and, in general, all matters concerning the timely and orderly conduct of the work of CONTRACTOR on the premises. 6 CHANGES CONTRACTOR shall adhere strictly to the plans and specifications set forth in the Contract Documents unless a change therefrom is authorized in writing by the DPW. CONTRACTOR agrees to make any and all changes, furnish materials and perform all work necessary within the scope of the PROJECT as the DPW may require in writing. Under no condition shall CONTRACTOR make any changes without the written order of the DPW, and CITY shall not pay any extra charges made by CONTRACTOR that have not been agreed upon in writing by the DPW. SL:s Agree: Beach Maint Sample RLS 00-211 4 SAMPLE When directed to change the work, CONTRACTOR shall submit immediately to the DPW a written cost proposal reflecting the effect of the change. Should the DPW not agree to such cost proposal, the work shall be performed according to the changes ordered in writing by the DPW and the proper cost thereof shall be negotiated by the parties upon cost and pricing data submitted by the CONTRACTOR; thereupon, CITY will promptly issue an adjusted change order to CONTRACTOR and the contract price will be adjusted upward or downward accordingly. 7. NOTICE TO PROCEED No work, services, material, or equipment shall be performed or furnished under this Agreement unless and until a Notice to Proceed has been given to the CONTRACTOR by CITY. CITY does not warrant that the work will be available on the date the Notice to Proceed is issued. In event of a delay in commencement of the work due to unavailability of the job site, for any reason, relief to the CONTRACTOR shall be limited to a time extension equal to the delay due to such unavailability. 8. BONDS CONTRACTOR shall, prior to entering upon the performance of this Agreement, furnish the following three bonds approved by the City Attorney: One in the amount of one hundred percent of the contract price to guarantee the CONTRACTOR's faithful performance of the work; one in the amount of one hundred percent of the contract price to warrant such performance for a period of one (1) year after CITY's acceptance thereof; and one in the amount of one hundred percent of the contract price to guarantee payment of all claims for labor and materials furnished. 9. WARRANTIES The CONTRACTOR unconditionally guarantees all work done under this Agreement including, but not limited to, any workmanship, installation, fabrication, material or SL:s Agree: Beach Maint Sample RLS 00-211 5 SAMPLE structural facilities constructed. CONTRACTOR, within ten (10) days after notice by CITY of any defect in the work, shall have the option to make appropriate repairs or replace the defective item or items. Upon expiration of such ten- (10) day period, CITY may then make appropriate repair or replacement at CONTRACTOR's risk and expense. 10. - INDEPENDENT CONTRACTOR It is understood and agreed that the CONTRACTOR is, and shall be, acting at all times hereunder as an independent contractor and not and employee of CITY. CONTRACTOR shall secure at its expense, and be responsible for any and all payment of all taxes, social security, state disability insurance compensation, unemployment compensation and other payroll deductions for CONTRACTOR and its officers, agents and employees and all business licenses, if any, in connection with the PROJECT. 11. LIQUIDATED DAMAGES/DELAYS It is agreed by the parties hereto that.in case the total work called for hereunder is not in all parts and requirements finished or completed within the number of calendar days as set forth herein, damage will be sustained by CITY; and that it is, and would be, impractical and extremely difficult to ascertain and determine the actual damage which CITY would sustain in the event of and by reason of such delay; it is, therefore, agreed that CONTRACTOR will pay to CITY, as liquidated damages and not as a penalty, the sum of Dollars ($ ) per day for each and every working day's delay in completing the work in excess of the number of working/calendar days set forth herein, which represents a reasonable endeavor by the parties hereto to estimate a fair compensation for the foreseeable losses CITY would sustain in the event of and by reason of such delay; and CONTRACTOR agrees to pay said damages herein provided, and further agrees that CITY may deduct the amount thereof from any monies due or that may become due to CONTRACTOR hereunder. SL:s Agree: Beach Maint Sample RLS 00-211 6 SAMPLE CONTRACTOR will be granted an extension of time and will not be assessed damages for any portion of the delay in completion of the work due to unforeseeable causes beyond the control and without the fault or negligence of CONTRACTOR, including, but not restricted to, acts of God or of the public enemy, fire, floods, epidemics, quarantine restrictions, strikes, unsuitable weather, or delays or subcontractors due to such causes. CONTRACTOR shall, within fifteen (15) days from the beginning of any such delay (unless the DPW shall grant a further period of time prior to the date of final settlement of the Agreement), notify the DPW in writing of the cause of the delay and CITY shall extend the time for completing the work if, in its judgment, the findings of fact thereon justify the delay; and the decision of the DPW shall be conclusive on the parties hereto. Should CONTRACTOR be delayed in the prosecution or completion of the work by the act, neglect or default of CITY, or should CONTRACTOR be delayed waiting for materials required by this Agreement to be furnished to CITY, or by damage caused by fire or other casualty at the job site for which CONTRACTOR is not responsible, or by the combined action of the workers, in nowise caused by or resulting from default or collusion on the part of CONTRACTOR, or in the event of a lockout by CITY, then the time herein fixed for the completion of the work shall be extended by the number of days the CONTRACTOR has thus been delayed, but no allowance or extension shall be made unless a claim therefor is presented in writing to CITY within fifteen (15) days of the commencement of such delay. No claims for additional compensation or damages for delays, irrespective of the cause thereof, and including without limitation the furnishing of material by CITY or delays by other contractors or subcontractors, will be allowed and said extension of time for completion shall be the sole remedy of CONTRACTOR. SL:s Agree: Beach Maint Sample RLS 00-211 7 SAMPLE 12. DIFFERING SITE CONDITIONS (1) Notice: The CONTRACTOR shall promptly, and before such conditions are disturbed, notify the DPW in writing of: (a) Subsurface or latent physical conditions at the job site differing materially from those indicated in this Agreement or the Contract Documents; or (b) Unknown physical conditions at the job site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent to work of the character to be performed under this Agreement. The DPW shall promptly investigate the conditions and if it finds that such conditions do materially so differ and cause an increase or decrease in the time required for performance of any part of the work under this Agreement, whether or not changed as a result of such conditions, an equitable adjustment shall be made and the Agreement modified in writing accordingly; (2) Time Extension: No claim of the CONTRACTOR under this Section shall be allowed unless the CONTRACTOR has given the notice required hereunder, provided, however, the time prescribed therefor may be extended by CITY. 13. VARIATIONS IN ESTIMATED QUANTITIES The quantities listed in the bid schedule will not govern final payment. Payment to the CONTRACTOR will be made only for the actual quantities of contract items used in construction of the PROJECT, in accordance with the plans and specifications. Upon completion of the PROJECT, if the actual quantities used are either more than or less than the quantities listed in the bid schedule, the bid price shall prevail subject to the provisions of this section. The DPW may, at its sole discretion, when warranted by the facts and circumstances, order an equitable adjustment, upwards or downwards, in payment to the CONTRACTOR where the actual quantities used in construction of the PROJECT are in variation to the quantities listed in the bid schedule. ,No claim by CONTRACTOR for an equitable adjustment in SL:s Agree: Beach Maint Sample RLs 00-211 8 SAMPLE price or time for completion shall be allowed if asserted after final payment under this Agreement. If the quantity variation is such as to cause an increase in the time necessary for completion, the DPW shall ascertain the facts and circumstances and make such adjustment for extending the completion date as in its judgment the findings warrant. 14. PROGRESS PAYMENTS Each month the DPW will make an estimate in writing of the work performed by CONTRACTOR and the value thereof. From each progress estimate, ten percent (10%) will be deducted and retained by CITY and the remainder, less the amount of all previous payments since commencement of the work, will be paid to CONTRACTOR. When CONTRACTOR has, in the judgment of the DPW, faithfully executed fifty percent (50%) or more of the value of the work as determined from the bid schedule, and if the DPW finds that satisfactory progress has been and is being made, the CONTRACTOR may be paid such sum as will bring the payments of each month up to one hundred percent (100%) of the value of the work completed since the commencement of the PROJECT, as determined by DPW, less all previous payments and less all previous retained amounts. The final payment, if unencumbered, or any part thereof unencumbered, shall be made thirty-five (35) days after the acceptance of the work and the filing of a Notice of Completion by CITY. Payments shall be made on demands drawn in the manner required by law, each payment to be accompanied by a certificate signed by the DPW, affirming that the work for which payment is demanded has been performed in accordance with the terms of the Agreement and that the amount stated int. certificate is due under the terms of the Agreement. Partial payments on the contract price shall not be considered as a acceptance of any part of the work. 15. WITHHELD CONTRACT FUNDS, SUBSTITUTION OF SECURITIES At the request and expense of CONTRACTOR, who shall retain beneficial ownership and receive interest, if"any thereon, CITY shall permit the substitution and deposit SL:s Agree: Beach Maint Sample RLS 00-211 9 SAMPLE therewith of securities equivalent to the amoutit of any monies withheld by CITY to ensure performance under the terms of this Agreement. 16. AFFIDAVITS OF SATISFACTION OF CLAIMS After the completion of the work contemplated by this Agreement, CONTRACTOR shall file with the DPW its affidavit stating that all workers and persons employed, all firms supplying materials and all subcontractors upon PROJECT have been paid in full and that there are no claims outstanding against PROJECT for either labor or material, except certain items, if any, to be set forth in an affidavit covering disputed claims, or items in connection with Notices to Withhold which have been filed under the provisions of the statutes of the State of California. 17. WAIVER OF CLAIMS The acceptance by CONTRACTOR of the payment of the final certificate shall constitute a waiver of all claims against CITY under or arising out of this Agreement. 18. INDEMNIFICATION, DEFENSE, HOLD HARMLESS CONTRACTOR hereby agrees to protect, defend, indemnify and hold and save harmless CITY, its officers, and employees against any and all liability, claims, judgments, costs and demands, however caused, including those resulting from death or injury to CONTRACTOR's employees and damage to CONTRACTOR's property, arising directly or indirectly out of the obligations or operations herein undertaken by CONTRACTOR, caused in Whole or in part by any negligent act or omission of the CONTRACTOR, and subcontractors, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, including but not limited to concurrent active or passive negligence except where caused by the active negligence, sole negligence, or willful misconduct of CITY. CONTRACTOR will conduct all defense at its sole cost and expense. SL:s Agree: Beach Maint Sample RLs 00-211 10 . SAMPLE 19. WORKERS' COMPENSATION INSURANCE Pursuant to California Labor Code section 1861, CONTRACTOR acknowledges awareness of section 3700 et seq. of said Code, which requires every employer to be insured against liability for workers' compensation; CONTRACTOR covenants that it will comply with such provisions prior to commencing performance of the work hereunder. CONTRACTOR shall maintain workers' compensation insurance in an amount of not less than One Hundred Thousand Dollars ($100,000) bodily injury by accident, each occurrence, One Hundred Thousand Dollars ($100,000) bodily injury by disease, each employee, Two Hundred Fifty Thousand Dollars ($250,000) bodily injury by disease, policy limit. CONTRACTOR shall require all subcontractors to provide such workers' compensation. insurance for all of the subcontractors' employees. CONTRACTOR shall furnish to CITY a certificate of waiver of subrogation under the terms of the workers' compensation insurance and CONTRACTOR shall similarly require all subcontractors to waive subrogation. 20. INSURANCE In addition to the workers' compensation insurance and CONTRACTOR's covenant to indemnify CITY, CONTRACTOR shall obtain and furnish to CITY, a policy of general public liability insurance, including motor vehicle coverage covering the PROJECT. Said policy shall indemnify CONTRACTOR, its officers, agents and employees, while acting within the scope of their duties, against any and all claims of arising out of or in connection with the PROJECT, and shall provide coverage in not less than the following amount: combined single limit bodily injury and property damage, including products/completed operations liability and blanket contractual liability, of $1,000,000 per occurrence. If coverage is provided under a form which includes a designated general aggregate limit, the aggregate limit must be no less than $1,000,000. Said policy shall name CITY, its officers, and employees as Additional Insureds, and shall specifically provide that. any other insurance coverage which may be SL:s Agree: Beach.Maint Sample RLS 00-211 I I SAMPLE applicable to. the PROJECT shall be deemed excess coverage and that CONTRACTOR's insurance shall be primary. Under no circumstances shall said above -mentioned insurance contain a self -insured retention, or a "deductible" or any other similar form of limitation on the required coverage. 21. CERTIFICATES OF INSURANCE; ADDITIONAL INSURED ENDORSEMENTS Prior to commencing performance of the work hereunder, CONTRACTOR shall furnish to CITY certificates of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverages as required by this Agreement; said certificates shall: 1. provide the name and policy number of each carrier and policy; 2. shall state that the policy is currently in force; 3. shall promise to provide that such policies will not be canceled or modified without thirty (30) days' prior written notice of CITY; and 4. shall state as follows: "The above -detailed coverage is not subject to any deductible or self -insured retention, or any other form of similar -type limitation." CONTRACTOR shall maintain the foregoing insurance coverages in force until the work under this Agreement is fully completed and accepted by CITY. The requirement for carrying the foregoing insurance coverages shall not derogate from the provisions for indemnification of CITY by CONTRACTOR under the Agreement. CITY or its representative shall at all times have the right to demand the original or a copy of all said policies of insurance. CONTRACTOR shall pay, in a prompt and timely manner, the premiums on all insurance hereinabove required. A separate copy of the additional insured endorsement to each of CONTRACTOR's insurance policies, naming the CITY, its officers and employees as Additional Insureds shall be provided to the City Attorney for approval prior to any payment hereunder. SL:s Agree: Beach Maint Sample RLS 00-211 12 SAMPLE 22. DEFAULT AND TERMINATION If CONTRACTOR fails or refused to prosecute the work hereunder with diligence, or fails to complete the work within the time specified, or is adjudged a bankrupt or makes an assignment for the benefit of creditors or becomes insolvent, or violates any provision of this Agreement or the contract documents, CITY may give notice in writing of its intention to terminate this Agreement. Unless the violation is cured within ten (10) days after such Notice of Intention has been served on CONTRACTOR, CITY may, without prejudice to any other remedy it may have, terminate this Agreement upon the expiration of that time. Upon such default by CONTRACTOR, CITY may elect not to terminate this Agreement; in such event CITY may make good the deficiency in which the default consists and deduct the resulting costs from the progress payments then or to become due to CONTRACTOR. 23. DISPOSITION OF PLANS, ESTIMATES AND OTHER DOCUMENTS CONTRACTOR agrees that upon completion of the work to be performed hereunder, or upon earlier termination of this Agreement, all original plans, specifications, drawings, reports, calculations, maps and other documents pertaining to this Agreement shall be delivered to CITY and become its sole property.at no further cost. 24. NON -ASSIGNABILITY CONTRACTOR shall not sell, assign, transfer, convey or encumber this Agreement, or any part hereof, or any right or duty created herein, without the prior written consent of CITY and the surety. 25. CITY EMPLOYEES AND OFFICIALS CONTRACTOR shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY shall have any financial interest in this Agreement in violation of California Government Code sections 1090 et seq. SL:s Agree: Beach Maint Sample RLS 00-211 13 SAMPLE 26. STOP NOTICES: RECOVERY OF ADMINISTRATIVE COSTS CITY shall be entitled to reasonable administrative costs and necessary disbursements arising out of the processing of Stop Notices, Notices to Withhold, or any similar legal document. Said obligation shall be provided for in the labor and materials payment bond required of CONTRACTOR. CITY may charge an administrative fee of One Hundred Dollars ($100) for every Stop Notice filed in excess of two, regardless of whether or not CITY is named in an action to enforce such stop notices. CITY may set off any unreimbursed cost or expense so incurred against any sum or sums owed by CITY to CONTRACTOR under this Agreement. 27. NOTICES All notices required or permitted hereunder shall be delivered in person or by registered or certified mail to an authorized representative of the party to whom delivery is to be made, at the place of business of such party, or to any other place designated in writing by such party. 28. CAPTIONS Captions of the section of this Agreement are for convenience and reference only, and the words contained therein shall in no way be held to explain, modify, amplify or aid in the interpretation, construction or meaning of the provisions of this Agreement. 29. IMMIGRATION CONTRACTOR shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of U.S.C. Section 1324a regarding employment verification. 30. LEGAL SERVICES SUBCONTRACTING PROHIBITED CONTRACTOR and CITY agree that CITY is not liable for payment of any subcontractor work involving legal services, and that such legal services are expressly outside the scope of services contemplated' hereunder. CONTRACTOR understands that pursuant to SL:s Agree: Beach Maint Sample RLS 00-211 14 SAMPLE Huntington Beach City Charter Section 309, the City Attorney is the exclusive legal counsel for CITY; and CITY shall not be liable for payment of any legal services expenses incurred by CONTRACTOR. 31. ATTORNEY'S FEES In the event suit is brought by either party to enforce the terms and provisions of this agreement or to secure the performance hereof, each party shall bear its own attorney's fees. 32. ENTIRETY The foregoing, and Exhibit "A," attached hereto, set forth the entire Agreement between the parties. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized offices the day, month and year first above written CONTRACTOR By: print name ITS: (circle one) Chairman/President/Vice President AND By: - print name ITS: (circle one) Secretary/Chief Financial Officer/Asst. Secretary - Treasurer REVIEWED AND APPROVED: City Administrator CITY OF HUNTINGTON BEACH, a municipal corporation of the State of California Mayor ATTEST: City Clerk APPROVED AS TO FORM: �po City Attorney `4ct INITIATED AND APPROVED: Director of Public Works SL:s Agree: Beach Maint Sample RLS 00-211 15 SAMPLE SAMPLE CITY FUNDED CONSTRUCTION CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND FOR THE BEACH MAINTENANCE FACILITY CASH CONTRACT NO. 812 TABLE OF CONTENTS Page No. 1. STATE OF WORK; ACCEPTANCE OF RISK 1 2. ACCEPTANCE OF CONDITIONS OF WORK; PLANS 2 3. COMPENSATION 3 4. COMMENCEMENT OF PROJECT 3 5. TIME OF THE ESSENCE 4 6. CHANGES 4 7. NOTICE TO PROCEED 5 8. BONDS 5 9. WARRANTIES 5 10. INDEPENDENT CONTRACTOR 6 11. LIQUIDATED DAMAGES/DELAYS 6 12. DIFFERING SITE CONDITIONS 8 13. VARIATIONS IN ESTIMATED QUANTITIES 8 14. PROGRESS PAYMENTS 9 15. WITHHELD CONTRACT FUNDS, SUBSTITUTION OF SECURITIES 9 16. AFFIDAVITS OF SATISFACTION OF CLAIMS 10 17. WAIVER OF CLAIMS 10 18. INDEMNIFICATION, DEFENSE, HOLD HARMLESS 10 19. WORKERS' COMPENSATION INSURANCE 11 20. INSURANCE 11 21. CERTIFICATES OF INSURANCE; ADDITIONAL INSURED 12 22. DEFAULT & TERMINATION 13 23. DISPOSITION OF PLANS, ESTIMATES AND OTHER 13 24. NON -ASSIGNABILITY 13 25. CITY EMPLOYEES AND OFFICIALS 13 26. STOP NOTICES 14 27. NOTICES 14 28. CAPTIONS 14 29. IMMIGRATION 14 30. LEGAL SERVICES SUBCONTRACTING PROHIBITED 14 31. ATTORNEY'S FEES 15 32. ENTIRETY 15 RCA ROUTING SHEET INITIATING DEPARTMENT: PUBLIC WORKS SUBJECT: AUTHORIZE ADVERTISEMENT FOR THE BEACH MAINTENANCE FACILITY, CC812 COUNCIL MEETING DATE: June 19, 2000 RCA ATTACH`.MENTS STATUS Ordinance (w/exhibits & legislative draft if applicable) Not Applicable Resolution (w/exhibits & legislative draft if applicable) Not Applicable Tract Map, Location Map and/or other Exhibits Not Applicable Contract/Agreement (w/exhibits if applicable) (Signed in full by the City Attorney) Attached Subleases, Third Party Agreements, etc. (Approved as to form by City Attorney) Not Applicable Certificates of Insurance (Approved by the City Attorney) Not Applicable Financial Impact Statement (Unbudget, over $5,000) Not Applicable Bonds (If applicable) Not Applicable Staff Report (If applicable) Not Applicable Commission, Board or Committee Report (If applicable) Not Applicable Findings/Conditions for Approval and/or Denial Not Applicable EXPLANATION F:OR MISSI,NGATTAC_HMENTS -REVIEWED RETURNED_ FORWARDED:, Administrative Staff ( ) ( ) Assistant City Administrator (Initial) ( ) ( ) City Administrator (Initial) ( ) ( ) City Clerk ( ) EXPLANATION 0WRETURN 'OF=ITEM: RCA Author: RCA ROUTING SHEET INITIATING DEPARTMENT: Public Works SUBJECT: Authorize Advertisement for the Beach Maintenance Facility, CC812 COUNCIL MEETING DATE: June 19, 2000 ......STATUS RCA ATTACHMENTS - Ordinance (w/exhibits & legislative draft if applicable) Not Applicable Resolution (w/exhibits & legislative draft if applicable) Not Applicable Tract Map, Location Map and/or other Exhibits Not Applicable Contract/Agreement (w/exhibits if applicable) (Signed in full b'y the City Attorney) Attached Subleases, Third Party Agreements, etc. (Approved as to form by City Attorney) Not Applicable Certificates of Insurance (Approved by the City Attorney) Not Applicable Financial Impact Statement (Unbudget, over $5,000) Not Applicable Bonds (If applicable) Not Applicable Staff Report (If applicable) Not Applicable Commission, Board or Committee Report (If applicable) Not Applicable Findings/Conditions for Approval and/or Denial Not Applicable .. . . .... .. EXPLANATION FOR MISSING ATTACHMENTS EXPLANATION FOR RETURN OF ITEM: