Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Angelus Waterproofing & Restoration, Inc. - 2016-02-01
r; m RECEIVED, BY - (Name) f (Date) LD CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office after signing/dating CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION TO: City Treasurer FROM: City Clerk (/ / DATE: ./ — -3! �/ SUBJECT: Bond Acceptance I have received the bonds for 141L) � CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. Payment Bond (Labor and Materials) Bond No. Warranty or Maintenance Bond No. TRACT AND DEVELOPMENT Faithful Performance Bond No. Labor and Material Bond No. Guarantee and Warranty Bond No. Monument Bond No. Franchise Bond No. Letter of Credit Bond No. Other Re: Tract No i CC No. l MSC No. Other No. g1forms/bond transmittal to treasurer (Company Name) - % ozol,-6 (Council Approval Date) C; Agenda Item No. '1! City Clerk Vault No.�� SIRE System ID No. �'�'� Approved CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION DATE: 1 /17/2017 TO: THOSE LISTED HEREON FROM: Joseph Dale, PW Construction ManagQ�j SUBJECT: Retention Release Payment - PO #21538 OJ Supplier #90282 Co. #314 Main Promenade Parking Structure Improvements, Project # CC1534 Contractor's Name: Angelus Waterproofing & Restoration, Inc Address: 17762 Metzler Lane City, State and Zip Code: Huntington Beach, CA 92647 Phone Number: 562 941-7676 City Business License Number: A277042 Notice of Completion (Date by City Clerk): 12/1/2016 The conformed copy of the Notice of Completion for the above contract has been filed. The thirty-five (35) day waiting period has elapsed or will elapse before payment is made. Processing of the retention payment is recommended so long as no stop notices or outstanding invoices are on file with the City. I certify that no stop notices are on file. 1 ll /) —/ 11, Date 'f�. r�vis I certify that there are no outstanding invoices on file. it,3Illi3 Date ins, Director of Public Works Joyce Zacl�s,/Deputy City Treasurer I certify that no stop notices are on file, and that a guaranty bond has been filed with the City Clerk's Office. Date Robin Estanislau, City Clerk Attachments 1. Notice of Completion `' 0 2. Maintenance Bond 3. Certificate of Compliance with Prevailing Wage Laws 4. Contractor's Certificate 5. Certificate of Compliance with Title VII of the Civil Rights Act and Equal Employment Opportunity Act of 1972 6. Consent for Release letter from the Surety Company RECEIVED BY: (Name) CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office after signing/dating (Date) ta CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION OLD TO: City Treasurer FROM: City Clerk DATE: J -3/ dol SUBJECT: Bond Acceptance I have received the bonds for CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. Payment Bond (Labor and Materials) Bond No. Warranty or Maintenance Bond No. TRACT AND DEVELOPMENT Faithful Performance Bond No. Labor and Material Bond No. Guarantee and Warranty Bond No. Monument Bond No. Franchise Bond No. Letter of Credit Bond No. Other Re: Tract No. CC No.Cz- MSC No. Other No. g:/forms/bond transmittal to treasurer (Company (Name) /Da ioa..3 3� Approved c;� — calb (Council Approval Date) Agenda Item No. City Clerk Vault No. SIRE System ID No. 5�1 Bond No. 1001023325 Issued in two (2) original counterparts. MAINTENANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: That Angelus Waterproofing and Restoration, Inc. (contractor's name) 17762 Metzler Lane, Huntington Beach, CA 92647 (contractor's street address, city and state and zip code) as Principal (hereinafter called Contractor), and: U.S. Specialty Insurance Company (surety's name)' 625 The City Drive So., Ste. 130, Orange, CA 92868 (surety's street address, city and state and zip code) a corporation organized and existing under the laws of the State of Texas with its principal office in the City of Houston, Texas as Surety (hereinafter called Surety), are held firmly bound unto CITY OF HUNTINGTON BEACH as Obligee (hereinafter called Owner), in the amount of Dollars ($ _ $935,293.00 ), equivalent to the entire contract amount including all orders, for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents, `Nine Hundred Thirty -Five Thousand Two Hundred Ninety -Three and 00/100 WHEREAS, Surety is a duly admitted surety insurer under the laws of the State of California; and Surety is certified and listed in the U.S. Department of the Treasury Circular 570, and able to provide proof of bonding limitation shown in said circular is sufficient to provide bonds in the amount required by said Contract; and Surety has provided financial strength ratings from reputable companies, such as from A.M. Best, Moody's, Standard & Poor's, to validate that Surety has positive ratings of being secure or stable; and Surety is registered and listed with the California Department of Insurance; and Contractor has by written agreement dated February 1st , 2016 , entered into a contract with Owner for the CC-1534; Main Promenade Parking Structure Improvements Project with drawings and specifications prepared by reference made a part hereof (hereinafter referred to as the Contract); and in accordance which contract is by The Contract provides that the principal will guarantee, for a period of one year, the work performed as part of the Contract from and against all defects in materials and workmanship; and The Contract also provides that the Contractor shall secure Contractor's obligations during the one-year period with a bond executed by a surety duly admitted in the state of Califomia; and The Contract has been completed, and the Owner, Contractor and Surety agree that the commencement date for this Guarantee and Bond shall be December 5th , 2016, NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Contractor shall, for a period of one year from and after the date of completion and acceptance of the Contract by Owner, repair andfor replace any and all defects arising in the Work, whether resulting from defective materials or defective workmanship, then this obligation shall be.null and void; otherwise it will remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the. Surety shall, within thirty (30) days following Owner's written notice of default, either: (a) remedy the default, or (b) shall promptly complete the Contract in accordance with its terms and conditions. Surety shall save the Owner harmless from any claims, judgments, liens or losses arising from the Surety's failure to either remedy the default or to complete the Contract in accordance with its terms and conditions in a timely manner. 15-4584/118138 Whenever the Principal shall be, and declared by the Owner to be in default under the Contract, which shall include without limitation, any breach or default of the Contract, then, after written notice from the Owner to the Surety, as provided for below, the Surety shall either: (a) remedy the default or breach by the Principal; or (b) shall promptly and faithfully take charge of the Work and complete the Work in accordance with the requirements of the Contract with a contractor other than the Principal, at its own expense, and make available as work progresses sufficient funds to pay the cost of completion less the unpaid ,balance of the Contract including other costs and damages for which the surety may be liable hereunder, provided, however, that the procedure by which the Surety undertakes to discharge its obligations under this Bond shall be subject to the advance written approval of the Owner. Within thirty (30) days after Surety's receipt of a written notice from Owner of the failure of performance of the Contract by the Principal, it shall be the duty of the Surety to give to the Owner a notice, in writing, of the Surety's election to (a) remedy the default(s) of the Principal promptly, or (b) arrange for performance of the Contract promptly by a contractor other than the Principal, time being of essence to this Bond. In said Notice of Election, the Surety shall state the date of commencement of its cure or remedy of the Principal's default(s) or its performance of the Contract. The Surety's obligations for cure or remedy, include but are not limited to: correction of defective work and completion of the Contract, additional legal, design professional and delay costs arising from Surety's actions or failure to act; and liquidated damages (or if no liquidated damages are specified in the Contract., actual damages caused by delayed performance or non-performance by the Principal). The Surety shall give prompt written notice to the Owner upon completion of the cure or remedy of the Principal's default(s) of its .performance of the Contract. If the Surety does issue its Notice of Election and does not proceed to cure or remedy the Principal's default(s) of its performance of the Work within thirty (30) days after receipt of a written notice from Owner, Surety shall be deemed to be in default on this bond, and the Owner shall be entitled to enforce any remedy available to Owner. No right of action shall accrue on this bond to or for the use of any person or corporation other than the owner named herein or the successors of Owner, Signed and sealed this 5th Principal Raised Corporate Seal [MU ST B E AFFIXE D] Principal Raised Corporate Seal [MUST BE AFFIXED] NOTES: day of December 1. Acknowledgments must be completed and returned as part of the bond. 2. Raised Corporate Seals are mandatory. 3. Please attach Power of Attorney. 15-4584/119138 2. 20 16 Angelus Waterproofing and Restoration, Inc. (Contractor Name) By: 6idell 01 (Title) U.S. Specialty Insurance Company (Surety Name) 0—, B ea ) S aunna ozelle Ostrom, Attorney -in -Fact APPROVED AS / R� NI,�---� B Ichael E. Gates, City Attorney 01` CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA County of Orange On December 5th, 2016 before me, Rudy Urieta , Notary Public, Date Insert Name of Notary exactly as it appears on the official seal personally appeared Shaunna Rozelle Ostrom Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) RUDY URIETA acted, executed the instrument. COMM. #2159828 M N I certify under PENALTY OF PERJURY under the laws of Notary Public -California a: ORANGE COUNTY LL the State of California that the foregoing paragraph is true Mycomm.EzpiresJul14,2020 g ¢ and correct. ~� ~� Witness my han o Icl eal. Signature Place Notary Seal Above Signature of Notary Public Rudy Urieta 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 the form to another document. Description of Attached Document Title or Type of Document: Maintenance Bond Document Date: 12/05/2016 Number of Pages: Two Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Shaunna Rozelle Ostrom ❑ Individual ❑ Corporate Officer —Title(s): ❑ Partner ❑ Limited ❑ General [✓J Attorney in Fact ❑ Trustee OF ❑ Guardian or Conservator Top of thumb here ❑ Other: Signer is Representing: Signer's Name: ❑ Individual ❑ Corporate Officer —Title(s): ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: _ FOR OF ATTOIIIIuIRNI . Y IIIII III!!!!pl!I lul I AMERICA I TOMMMI1EMNITY COMPCOMPANY__III IIIIIIIII! I' UNITE" U.S. S�' LJ OMPAiV1 'IIIVIIIIIIIIIII'Ill, �'°,Ilulr,lmn IIIIIIII KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, Texas Bonding Company, an assumed name of American Contractors Indemnity Company, United States Surety Company, aMaryland corporation and U.S. Specialty Insurance Company, a Texas corporation (collectively, the "Companies"), do by these presents mak_ cr�nstitteir tom#: IIIIIIII ,1111!IIIIIIIIIII Ililllll I I Ill l�p __ ___ ---= === DaI r ala Dwi h ieatla Shad1. II „ III 'li ! '. III orl lily g — �= rarg� _ _ — _ — hfo IIIIIII hII I Andrew Water M,tea ' ornia — — - its true and lawful Attorney(s)-in-fact, each in their separate capacity if more than one is named above, with full power and authority IIL I hereb. �confe- dimts name, place an�ste tc ut cknowledge and a pl' d onds, recognizaa�e nd a i =o�otet=�ns L�uments or contract_tti�tde riders,"IIII vpl II IIIII III" lil ents of sure — t_ �aal_�—i—__- doe-no_�exceed = = _ =���e Million *'I II��� �� IIIIII lllull�llll IIIIII IIIII Dollars (� — Tfiis Power of Attorney shall expireonnu� further action on November, " This Power of Attorney is grimed under and by authority of the following resolutions adopted by the Boards of Directors of the Companies: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authtuity tagonPoint any one or more suitable pe dull mey(s)-in-Fact to represent and armor ands behalf of the Company subj_e_ct tathe folk itip IIIIII IU1°III IIIIII, I U II IIII I , — r-rae—inb ven full power aIIIIIII a of and on beloa�ce_, acknowledge a derndnd -- _ � I, III III °J �@ lllol .II L . obligatory — r —an and all consent _ e MEOW r-Vined _qa agreements or m�1� �Iia„� o �n ci drtion or g ry ��, Y percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved that the=signature of any authorized officer and sea6oLthe Company heretofore or herea$�lll l �xedlt Many power of attorney or any certificate relating _theiet % facsm Te% an3_y power of attome r at � _ ile signature or fac' e 1 s a ]I �1' binding upon the a—itli�s�t 6ondorn ec�rtakrit�wch it is attached. IIIII I, lludl -1N-WI�NESS WHEREOF, The Compaiaes�iave caused this instrument to gned and their corporate seals torero affixed, this 1 st day of November, 2016. AMERICAN CONTRAC TORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES O IIII ,,r�U.S. SPECIALTY_ — — MPANY U yy C INSIIRAN O ,l� I�om�a — y ,� illll�dl ��IIIIII E + — — in I I- _ h; 3 -= 111 - By. =W: - resident "- W` 1 "' " `• '` Y s Daniel P. Aguilar�Vice Pr :, s: ._ /.o ��` ,y�., •;T2`.� '�sr. ;gam .;� nnlmlNa" n,4UFORN Anot�W if only the identity o tpp{h q tv h ° °i` ed the 1�CllII1�Ilt= W IGh t Ceiilflcate is attn 7 ss, accuracy, O he u! dllhlm6 „d lml�l Ioo t lilllo _ pubUggeor other officer completinIrtmwe — IIIIIIIIIII I. rill iI I� � _ o_�a'1m�� Ctsunty of Los Angeles SS: On this 1st day of November, 2016, before me, Sabina Morgenstein, a notary public, personally appeared Dan P. Aguilar, Vice President of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company who proved to me on the ba_-as of evidence to be the pp r ory o iyI 'bscribed to the withuunstmeacNledged tome that heremlted.theame y ,IIIIIIIII 'll h , Illl IS I I IIIIII III IIIIIII — — - — _ riM c d that b his si - o s erson, or the en>Pl o _person acted, ex� t13� ii�rum_�t= == - 'III II �II� �II��I I. IIIIII 'III�pIII _EI�iALTY OF PERJURY d h:law d ate of California thaVIN garagrap i is true and correct. — -Z��rti��tn WITNESS my hand and official seal. SABINA MORGENSTEIN Commission # 2129258 _ -. Notar Pubf California Signature _ — Seal)= ��I Q III . oty slalll'k�llIoYun3. 2019 = — =_ _ = - = _ 'IIIII lui III 'IIIIIII, "lullllllullllllullul IIII! IIU I°I„ I, Kio Lo, Assistant Secretary of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. lulu IIIII IIIII IIIII IIIIIIIII II IIIII II�Ii 111 I = e�Mhave hereunt a the seals of _ _ _ es M_ngeles, Cali .ILee1= = 2016'� "IIIIIIIII I�,I I'IIIIIIIIIII —= -- — � IIIIIIII I I llullll � — — IIIIIIII/ ,1 tll 1:, IINIIIIIIIII,,,,�/ '' ° a Corporate Seals old° cro S Y53URF OoNo�Nc�o, msur , M R !•..........., .•. .O ��_, � -- •;.•.. ate: S-i INCMUTED T.25,M1990�Alma ii-•� - rg•, rF.._��EP```c ,_ _-gVIJIpiiIII) : 325�I'�I I( • fa� II'l I'- OFiIM`o.." III ul 11„� IIIIII Kio Lo, Assistan-t-Secreta.ry= 114: 1-iUritinqw-ri BHacl-�, CA 'D2C442 " 1 .-.11 r,' OC!'. ;iAA 1111 hit.) of niv oi pa'd purs:,jam. tl, tu TI rn lun [,"U! 1t. 11, r u-c: u:in-,,,T-il L, u I GO w F MI zJ1p1--17lt0'A:'fl1 0 IT- Q ! .'i L' � 'I �L �,. i' i i �Itc Un -d LeS Dcp�'[ 1; L I it Lit i'd I 4 r", ja -jary '17 Seach, A ; *yterproofing e. ric. 12 S CONTRACTOR'S CERTIFICA,m l Shaun Geiger (Va,rne of Declarant) , state and ceritify that: _Ang�l�5 Water�roofi�tg & R sty oration InG_—__ is the general contractor to the City of Huntington Beach ("City') on Contract No. CC 1534 (the `Contract") for the construction of the public mork of itnproveinent entitled: CC 1534 Main Promenade Parking Structure Improvement Project --- the "Project') 2. All work to be performed pursuant to the Contract has been completed in accordance with the Contract Documents (as such tern is defined in the Contract). 3. Except for the claims listed below and the disputed claims listed in paragraph five (5), all persons supplying Labor, services, materials and equipment to the Project including all claims a;rainst the contractor arisinc froill the pert-orrriance of the Contract, have been paid and satisfied (list unpaid debts and claims; if none, "NONE'): NONE 4. Attached hereto are the lien waivers required by the Contract Docuznents, which lien .vivers have been executed by all persons who performed -.vork on or supplied labor, services, materials, and/or equipment for use at the Project. 5. Set forth below is a list of disputed elainior claims that are the sut�ject of a Notice to Withhold filed pursuant to the Civil Code of the State of California (list all disputed claims; if none, write "NONE"). NONE _ 1 declare under penalty of perjury urldcr the laws of the State of CalihOmia that the foregoirnl; is true and correct. Executed at Huntington Beach on this _ 4th day of January _ 2017 (signature of Declarant) APPROVED AS TI(XFORN4 r,- / : Michael 1.^{at.es Cite ..%�ttorne�J 1 Certification of Compliance v4;ith Title V11 of the Civil Rights Act and L;qual Employment OpportLlnity Act of 1972 To: City of Huntington Beach Department of Public Works 2000 Main Street/P.O. Box 190 Huntington Beach, CA 92648 Re: Certification of Compliance with Title VI1 of the Civil Rights Act and Fqual Employn;ent Opportunity Act oC 1912 Contract: CC 1534 Project: Main Promenade Parking Structure Improvement Project 200 Main Street The undersi«ned contractor on the above -referenced project ("Project") hereby certifies that it has complied with title VII of the Civil Rights Act, the Equal Opportunity Act of 1972 and Executive Order 1 1246, and has not discriminated against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, national origin, age or disahility. The undersigned contractor also certifies that it has not maintainrd any segregated facilities at its establishments on the basis of race, color, religion; sex, sexual orientation, gender iclentit_y, national origin, age or disability (with the exception of access for the disabled). I declare under penalty of perjury under the taN s of the State of California that the foregnin.g 'IS true and corn-ect. Executed this 4th day of January __, 20 17 . at Huntington Beach, California. -- (Contractor .N'cr-rrte) Angelus Waterpro0 ing estoration Inc. APPROVED AS TP F)RIM �. B y :-- lvlichaet E. Gates City Attorney Document-2410967-Page-1 Page 1 of 1 PLEASE COMPLETE THIS INFORMATION RECORDING REQUESTED BY: WHEN RECORDED MAIL TO: CITY OF HUNTINGTON BEACH PUBLIC WORKS DF]P@f�TMENl� \1 Duane Wentworth �J J 1 P.O. Box 190 — 2000 Main Street Huntington Beach, CA 92648 Recorded in Official Records, Orange County Hugh Nguyen, Clerk -Recorder 11111111111 1 1 11$ 11 El 111IT� 1 Ell 11 11 NO FEE *$ R 0 0 0 8 6 9 2 7 5 7$ 201600060854610:54 am 12101/16 47 NC-5 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 THIS SPACE FOR RECORDER'S USE ONLY NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN by the City of Huntington Beach, owner in fee, 2000 Main Street, Huntington Beach, CA 92648, that the contract heretofore awarded to Angelus Waterproofing & Restoration, Inc, who was the company thereon for doing the following work to -wit: Main Promenade Parking Structure Improvements, Project # CC1534 That said work was completed 11/28/2016 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 11/28/2016, per City Council Resolution No. 2003-70 adopted October 6, 2003. That upon said contract U.S. Specialty Insurance Company, was surety for the bond given by the said company as required by law. This document is solely for the official business of the City of Huntington Beach, as contemplated under Government Code Section 6103 and should be recorded free of charge. Di ctor ofPual6fic vvcrrKs or City Engineer Date 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. This document is solely the official business of the City of Huntington Beach, as contemplated under Government code section. 6103 and bieletor of PubTic Works or City Engineer Date should be recorded free of charge. City of Huntington Beach, California THIS PAGE IS ADDED TO PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION (Additional recording fee applies) about:blank 12/1/2016 NO DATE: TO: FROM: SUBJECT: CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION 9/27/2016 THOSE LISTED HEREON John Griffin, PW Contract Administrator Retention Release Payment - PO #20936 OJ Supplier #97205 Co. #506 Well 5 Security Improvement, Project # CC 1467 Contractor's Name: United Engineering & Construction Address: 336 N. CENTRAL AVE., SUITE 10A City, State and Zip Code: GLENDALE, CA 91203 Phone Number: (818) 662-8055 City Business License Number: A293490 Notice of Completion (Date by City Clerk): 8/11/2016 The conformed copy of the Notice of Completion for the above contract has been filed. The thirty-five (35) day waiting period has elapsed or will elapse before payment is made. Processing of the retention payment is recommended so long as no stop notices or outstanding invoices are on file with the City. I certify that no stop notices are on file. q�w/(v ate Travis K. Hopl�'ins, Director of Public Works I certify that there are no outstanding invoices on file. Date Joyce Zacks( _Veputy City Treasurer I certify that no stop notices are on file, and that a guaranty bond ha been filed with the City Clerk's Office. 1p oI /,� Date Robin Estanislau, City Clerk Certification of Compliance with Prevailing Wa€-, ; Laws To: City of Huntington Beach Department of Public Works 2000 Main Street/P.O. Box 190 Huntington Beach, CA 92648 Re: Certification of Compliance with Prevailing Wage Laws Contract: C G A6 % Project: ILM�er uJO-u Ilia. 5 The undersigned contractor on the above -referenced project ("Project") hereby certifies that all laborers, mechanics, apprentices, trainees, watchmen and guards employed by him or by any subcontractor performing work under the contract for the Project have._ been paid. pursuant to the minimum wage and bona fide fringe benefit requirements specified for each particular classification of work, as set forth in the wage -rate determinations of the State of California, Department of Industrial Relations, and/or the United States Department of Labor. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed this day of �, 20_Lt,_, at GAP_ , California. LL-ri t'le) gn ' (Contractor Name) APPROVED,AS:TO FORM By: Lael E. Gatcs Attorney 1 Certification of Compliance with Title VII of the Civil Rights Act and Equal Employment Opportunity Act of 1: 72 To: City of Huntington Beach Department of Public Works 2000 Main Street/P.O. Box 190 Huntington Beach, CA 92648 Re: Certification of Compliance with Title VII of the Civil Rights Act and Equal Employment Opportunity Act of 1972 Contract: r G a° 144 7 Project: 1114 �er- we a 1Jo. 5 r The undersigned contractor on the above -referenced project ("Project') hereby certifies that it has complied with title VII of the Civil Rights Act, the Equal Opportunity Act of 1972 and Executive Order 11246, and has not discriminated against any emplo.; ee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, national origin, age or disability. The undersigned contractor also certifies that it has not maintained any segregated facilities at its establishments on the basis of race, color, religion, sex, sexual orientation, gender identity, national origin, age or disability (with the exception of access for the disabled). I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed this day of U V , 20�_(;� , at _ California. (Contractor Xame APPROVED AS TO FC RM By: _ �A.... Michael E. Gates City Attorney 1> f4P_ Z..A bar d , state and certify that: (Dame of'Declarant) 1. Coh rt4461 is the genera' contractor to the City of Huntington Beach ("Cityll on Contract No. GC. (4 (0 7.,_ (the "Contract") for the construction of the public work of improvement entitle .l: (the "Project"). 2. All work to be performed pursuant to the Contract has been completed in accordance with the Contract Documents (as such term is defined in the Contract). Except for the claims listed below and the disputed claims listed in paragraph five (5), all persons supplying labor, services, materials and equipment to the Project, including all claims against the contractor arising from the performance of she Contract, have been paid and satisfied (list unpaid debts and claims; if none, write "NONE"): 4. Attached hereto are the lien waivers required by the Contract Documents, which lien waivers have been executed by all persons who performed work on or supplied labor, services, materials, and/or equipment for use at the Project. Set forth below is a list of disputed claims or claims that arc the subject of a Notice to Withhold filed pursuant to the Civil Code of the State of Calif )mia (list all disputed claims; if none, write "NONE"). I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed at C (-P_n4al e ce� on this _day of 20 (Signature of DArant) APPROVED AS TO,'AORM --� r Michael. E. Gates City, Attorney RECEIVED BY: (Name) (Date) TO: FROM: DATE: SUBJECT CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office after signing/dating CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION City Treasurer City Clerk ` Bond Acceptance I have received the bonds for LX f �i C 6//,j (Company Name) CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. Payment Bond (Labor and Materials) Bond No. Warranty or Maintenance Bond No. TRACT AND DEVELOPMENT Faithful Performance Bond No. Labor and Material Bond No. Guarantee and Warranty Bond No. Monument Bond No. Franchise Bond No. Letter of Credit Bond No. Other Re: Tract No. CC No. MSC No. Other No. g:/forms/bond transmittal to treasurer Approved 7,22,0 (Council Approval Date) Agenda Item No. City Clerk Vault No. SIRE System ID No.�� "Premium Included in Performance Bond Bond Number PB00155800134-A MAINTENANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: That United Engineering & Construction Inc. (contractor's name) 336 N. Central Ave #10A Glendale CA 91203 (contractor's street address, city and state and zip code) as Principal (hereinafter called Contractor), and: Philadelphia Indemnity Insurance Company (surety's name) 251 South Lake Ave. Ste., 360Pasadena CA 91101 (surety's street address, city and state and zip code) a corporation organized and existing under the laws of the State of PA with its principal office in the City of Philadelphia as Surety (hereinafter called Surety), are held firmly bound unto CITY OF HUNTINGTON BEACH as Obligee (hereinafter called Owner), in the amount of Five Hundred Thirty one Thousand Three Hundred Ninety Five & 001100 Dollars ($ 531,395.00 ), equivalent to the entire contract amount including all orders, for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents, WHEREAS, Surety is a duly admitted surety insurer under the laws of the State of California; and Surety is certified and listed in the U.S. Department of the Treasury Circular 570, and able to provide proof of bonding limitation shown in said circular is sufficient to provide bonds in the amount required by said Contract; and Surety has provided financial strength ratings from reputable companies, such as from A.M. Best, fvloody's, Standard & Poor's, to validate that Surety has positive ratings of being secure or stable; and Surety is registered and listed with the California Department of Insurance; and Contractor has by written agreement dated NO 12 2016, entered into a contract with Owner for the Water Well No 5 Pumping facility Project in accordance with drawings and specifications prepared by c_rty of 1jj"T,*j&T9N arx4.tH_ which contract is by reference made a part hereof (hereinafter referred to as the Contract); and The Contract provides that the principal will guarantee, for a period of one year, the work performed as part of the Contract from and against all defects in materials and workmanship; and The Contract also provides that the Contractor shall secure Contractors obligations during the one-year period with a bond executed by a surety duly admitted in the state of California; and The Contract has been completed, and the Owner, Contractor and Surety agree that the commencement date for this Guarantee and Bond shall be A[,44V S f I , 20 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Contractor shall, for a period of one year from and after the date of completion and acceptance of the Contract by Owner, repair and/or replace any and all defects arising in the Work, whether resulting from defective materials or defective workmanship, then this obligation shall be null and void; otherwise it will remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the Surety shall, within thirty (30) days following Owner's written notice of default, either: (a) remedy the default, or (b) shall promptly complete the Contract in accordance with its terms and conditions. Surety shall save the Owner harmless from any claims, judgments, liens or losses arising from the Surety's failure to either remedy the default or to complete the Contract in accordance with its terms and conditions in a timely manner, 15-4584/118138 Whenever the Principal shall be, and declared by the Owner to be in default under the Contract, which shall include without limitation, any breach or default of the Contract, then, after written notice from the Owner to the Surety, as provided for below, the Surety shall either: (a) remedy the default or breach by the Principal; or (b) shall promptly and faithfully take charge of the Work and complete the Work in accordance with the requirements of the Contract with a contractor other than the Principal, at its own expense, and make available as work progresses sufficient funds to pay the cost of completion less the unpaid balance of the Contract including other costs and damages for which the surety may be liable hereunder, provided, however, that the procedure by which the Surety undertakes to discharge its obligations under this Bond shall be subject to the advance written approval of the Owner, Within thirty (30) days after Surety's receipt of a written notice from Owner of the failure of performance of the Contract by the Principal, it shall be the duty of the Surety to give to the Owner a notice, in writing, of the Surety's election to (a) remedy the default(s) of the Principal promptly, or (b) arrange for performance of the Contract promptly by a contractor other than the Principal, time being of essence to this Bond. In said Notice of Election, the Surety shall state the date of commencement of its cure or remedy of the Principal's default(s) or its performance of the Contract. The Surety's obligations for cure or remedy, include but are not limited to: correction of defective work and completion of the Contract, additional legal, design professional and delay costs arising from Surety's actions or failure to act; and liquidated damages (or if no liquidated damages are specified in the Contract, actual damages caused by delayed performance or non-performance by the Principal). The Surety shall give prompt written notice to the Owner upon completion of the cure or remedy of the Principal's default(s) of its performance of the Contract. If the Surety does issue its Notice of Election and does not proceed to cure or remedy the Principal's default(s) of its performance of the Work within thirty (30) days after receipt of a written notice from Owner, Surety shall be deemed to be in default on this bond, and the Owner shall be entitled to enforce any remedy available to Owner. No right of action shall accrue on this bond to or for the use of any person or corporation other than the owner named herein or the successors of Owner. Signed and sealed this 23 day of�-� 120 16 Principal Raised Corporate Seal United Engineering & Construction, Inc. [MUST BE AFFIXED] (Contractor Name) By: geze «i (Seal) Principal Raised Corporate Seal [MUST BEAFFIXED] (Title) Philadelphia Indemnity Insurance Company (Sure ty Name) By: ` Heather Burroughs Attorney-in-f APPROVED AS TO FORM: By: NOTES: 1. Acknowledgments must be completed and returned as part of the bond. 2. Raised Corporate Seals are mandatory. 3. Please attach Power of Attorney. 15-4584/118 L38 2 Michael E. Gates, City Attorney g (1001 CALIFORNIA CODE § 1189 C at/`r-.l`e. .c\e!a\.ae� ..� .��...� .ct!�\..\ .:� .ae�s�C.s��._v� : ye.c\� ::i .s�t!�nY.c� .a\ �.•!�\vc±..w .c�•�\.Tt!:�..c� ..�.!s�.n�..T�J A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of g; "Mv4j North Carolina County of Durham On before me, Bobbi D. Pendleton Date Here Insert Name and Title of the Officer personally appeared Heather Burroughs Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. i 1 i 1 iu,, l certify under PENALTY OF PERJURY under the laws \\\���� D. P END // sfthe State t true and correct. California that the foregoing paragraph O O % Notary Public WITNESS my hand and official seal. Orange County =My Corte is�i L F� plies` J , J rSignature-`/3�-'�bX- 2O �Q Signature of Notary Public CAROB ,.. Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ limited ❑ General ❑ individual 50 Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name. O Corporate Officer — Title(s): ❑ Partner — ❑ limited ❑ General ❑ Individual ❑ Attomey in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: as.v -�:. ',v ✓c'.-i.'ric`. �:c�4"•-v.•'�, •erS�ea<��c�<'a v m..�':'"-' risn . '�av O ! • •. • • • •. •• :!! • :1l: .: •i PHILADELPHIA INDEMNITY INStRANCE COMPANY 231 St. Asaph's Rd., Suite 100 Bala Cynwyd, PA 19004-0950 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS: that PHILADELPHIA INDEMNITY INSURANCE COMPANY (the Company), a corporation organized and existing under the laws of the Commonwealth of Pennsylvania, does hereby constitute and appoint: Phoebe C. Honeycutt; Bobbi D. Pendleton; Neil B. Biller; Heather Burroughs; Kenneth J. Peeples; Christopher A. Lydick; Julia C. McElligott, Adrienne Pettigrew, Adam Pfannriller and Jason Lee Sayers of BB&T Insurance Services, Inc. its true and lawful Attorney(s) in fact with full authority to execute on its behalf bonds, undertakings, reeognizances and other contracts of iudenuiity and writings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an amount not to exceed $ 25,000,000 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 PHLADELPMA INDEMNITY INSURANCE COMPANY at a meeting duly called the I" day of July, 2011. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company to: (1) Appoint Attomey(s) in Fact and authorize the Attomey(s) in Fact to execute on behalf of the Company bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attorney -in -Fact and revoke the authority given. And, be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile, and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and biding upon the Company in the future with the respect to any bond or undertaking to which it is attached. 12\1 TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFLXED BY ITS AUTHORIZED OFFICE THIS 7Tn DAY OF FEBRUARY 2013. (Seal) Q.0 Robert D. O'Leary Jr., President & CEO Philadelphia Indemnity Insurance Company On this 7`h day of February 2013. before me came the individual who executed the preceding instrument, to me personally known, and being by me duly swom said that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY; that the seal affixed to said instrument is the Corporate seal of said Company; that the said Corporate Seal and his signature were duly affixed. COMtdONtnrEAL OFPtxNsrivnwa NOTARIAL MAL ' DANIELLE PORATH, Nataty Ptt6Ac I.nvetMetiottT .Montgom Coin� Cotttrt�iatt Menh 2016 -- Notary Public: residing at: Bala Cvnj+�d. PA (Notary Seal) My commission expires: March 22. 2016 I, Craig P. Keller, Executive Vice President, Chief Financial Officer and Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY, do herby certify that the foregoing resolution of the Board of Directors and this Power of Attomey issued pursuant thereto are true and correct and are still in full force and effect. I do further certify that Robert D. O'Leary Jr., who executed the Power of Attorney as President, was on the date of execution of the attached Power of Attomey the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY, In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this day of 20 Craig P. Keller, Executive Vice President, Chief Financial Officer & Secretary PHILADELPHIA INDEMNITY INSURANCE COMPANY n- { Y RECEIVr,E�D,BY f CITY CLERK RECEIPT COPY Return DUPLICATE to "(( / City Clerk's Office ,(Name) /� �^ t after signing/dating (Date) CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION TO City Treasurer FROM City Clerk DATE �, SUBJECT Bond Acceptance I have received the bonds for CAPITAL PROJECTS (Includes CC's and MSC's Performance Bond No. Payment Bond (Labor and Materials) Bond No. Warranty or Maintenance Bond No. TRACT AND DEVELOPMENT Faithful Performance Bond No. Labor and Material Bond No. Guarantee and Warranty Bond No. Monument Bond No. Franchise Bond No. Letter of Credit Bond No. Other Re: Tract No CC No.� r MSC No Other No g /forms/bond transmittal to treasurer (Company Name) - kt-77,0j / ��, j ZQ0 /QA3-3 c-,A •- � a J Approved ,-;;� - / " %/ (Council Approval Date) Agenda Item No City Clerk Vault No SIRE System ID No r ;/� CITY FUNDED CONSTRUCTION CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACII AND ANGELUS WATERPROOFING AND RESTORATION, INC FOR MAIN PROMENADE PARKING STRUCTURE IMPROVEMENTS THIS AGREEMENT ("Agreement") is made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as "CITY," and Angelus Waterproofing and Restoration, 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 Main Promenade Parking Structuie Improvements 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 complete and constrict the PROJECT pursuant to this Agreement and the Contract Documents (as hereinafter defined) and furnish, at its own cost and expense, all labor, plans, tools, equipment, supplies, transportation, utilities and all other items, services and facilities necessary to complete and construct the PROJECT in a good and workmanlike manner CONTRACTOR agrees to fully assume the risk of all loss or damage arising out of the nature of the PROJECT, during its progress or prior to acceptance by CITY, from the action of the elements, from any unforeseen difficulties which may arise or be encountered in the prosecution of work, and for all other risks of any description in connection with the work, including, but not limited to, all expenses incurred by or in consequence of the suspension or 1 V \CONSTRUCTION CONTRACTS (CCS)\CCI 534 MAIN PROMEN4DE PARKING STRUCTURE\CONSTRUCTION�CONTRACnCITY FUNDED DOManuary 27 2016 discontinuance of work, except such as are herein expressly stipulated to be borne by CITY, and for well and faithfully completing the work within the stipulated time and in the manner shown and described in this Agreement, and in accordance with the iequiiements of CITY for the compensation set forth in the accepted bid proposal 2 ACCEPTANCE OF CONDITIONS OF WORK, PLANS AND SPECIFICATIONS CONTRACTOR acknowledges that it is fully familiar with all the terms, conditions and obligations of this Agreement and the Contract Documents (as defined below in this Section), has inspected the location of the job site, and the conditions under which the work is to be performed, and that it enters into this Agreement based upon its thorough investigation of all such matters and is relying in no way upon any opinions or representations of CITY It is agreed that the Contract Documents are incorporated into this Agreement by this reference, with the same force and effect as if the same were set forth at length herein, and that CONTRACTOR and its subcontractors, if any, shall be bound by the Contract Documents insofar as they relate in part or in any way, directly or indirectly, to the work covered by this Agreement. "Contract Documents" as defined herein mean and include A This Agreement, B Bonds covering the work herein agreed upon, C The CITY's standard Plans and Specifications and special contractual provisions, including those on file in the office of the Department of Public Works of CITY, and any revisions, amendments or addenda thereto, 2 G \COT,STRUCTION CONTRACTS (CCS)\CC1534 MAIN PROMEN4DE PARKING STRUCTURENCONSTRUCIION\CONTRACnCITY FUNDED DOCXJanmry 27 2016 D. The edition of 9andurd Spec ifcatiom for Public Works Construction, published by Builders' News, Inc, 10801 National Boulevard, Los Angeles, CA 90064, and all amendments thereto, written and promulgated by the Southern California chapter of the American Public Works Association and the Southern California District Associated General Contractors of the California Joint Cooperative Committee as specified in the particular Plans, Specifications, Special Provisions and Addendum applicable to the Project, E Bid documents including the Notice Tnvrtmg Bids, the Special Instructions to Bidders and the CONTRACTOR's proposal, (which is attached hereto as Exhibit "A" and incorporated herein by this reference), F The particular Plans, Specifications, Special Provisions and Addenda applicable to the PROJECT Anything mentioned in the Specifications and not rncheated in the Plans or indicated in the Plans and not mentioned in the Specifications, shall be of like effect as if indicated and mentioned in both In case of a discrepancy between any Plans, Specifications, Special provisions, or Addenda, the matter shall be immediately submitted by CONTRACTOR to the Director of Public Works of CITY or his or her written designee (hereinafter referred to as "DPW"), and CONTRACTOR shall not attempt to resolve or adjust the discrepancy without the decision of DPW, save only at its own risk and expense Should there be any conflict between the terms of this Agreement and the bid or proposal of CONTRACTOR, then this Agreement shall control and nothing herein shall be considered as an acceptance of the terms of the bid or proposal which is in conflict herewith 3 0 \CONSTRUCTION WNTRACTS ((,CS)\(,U 534 MA IN PROMENADE PARKING STRUCTURE,CGNSTRUCTIGN\CGNTRACT)CTTY FUNDEDAUCXJanuary 27, 2G16 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 eight hundred seventy thousand two hundred fifty two Dollars and seventy five cents ( $870,252 75), as set forth in the Contract Documents, to be paid as provided in this Agreement 4 COMMENCEMENT OF PROJECT CONTRACTOR agrees to commence the PROJECT within ten (10) working days after the Notice To Proceed is issued and diligently prosecute the PROJECT to completion within eighty five (85) 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 necestiary 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, 4 G \CONSTRUCTION CONTRACTS (CCS)\CC1 S34 VAIN PROMENADE PARKING STRUCCUReICONSTRDCTION\CONTRACPCITY FUNDED DOCManuary 2' 2016 subcontractors and CITY forces and, in general, all matters concerning the timely and orderly conduct of the work of CONTRACTOR on the premises 6 CHANGES CONTRACTOR shall adhere strictly to the plans and specifications set forth in the Contract Documents unless a change therefrom is authorized in writing by DPW. CONTRACTOR agrees to make any and all changes, furmsh materials and perform all work necessary within the scope of the PROJECT as DPW may require in writing Under no condition shall CONTRACTOR make any changes without the prior written order or acceptance of DPW, and CITY shall not pay any extra charges made by CONTRACTOR that have not been agreed upon in writing by DPW When directed to change the work, CONTRACTOR shall submit immediately to DPW a written cost proposal reflecting the effect of the change Should DPW not agree to such cost proposal, the work shall be performed according to the changes ordered in writing by DPW and the proper cost thereof shall be negotiated by the parties upon cost and pricing data submitted by CONTRACTOR; thereupon, CITY will promptly issue an adjusted change order to CONTRACTOR and the contract price will be adjusted upward or downward accordingly 7 NOTICE TO PROCEED No work, services, material, or equipment shall be performed or furnished under this Agreement unless and until a Nonce to Proceed has been given to CONTRACTOR by CITY CITY does not warrant that the work will be available on the date the Notice to Proceed is issued In the event of a delay in commencement of the work due to unavailability of the job site; for any reason, relief to CONTRACTOR shall be limited to a time extension equal to the delay due to such unavailability 5 G \CONSTRUCTION CONTRACTS (CCS)\CC1544 'VfAIN PROMENADE PARKING STRUCTURE%CONSTRUCTION\CONTRACT\CITY FUNDEDDOCXJanuazy 21 2016 8 BONDS Only bonds issued by California admitted sureties will be accepted CONTRACTOR shall, prior to its performance of this Agreement, furnish the following two (2) bonds approved by the City Attorney One in the amount of one hundred percent (100%) of the contract price to guarantee the CONTRACTOR's faithful performance of the work, and one in the amount of one hundred percent of the contract price to guarantee payment of all claims for labor and materials furnished. In addition, CONTRACTOR shall submit to CITY a bond in the amount of one hundred percent (100%) of the final contract price, including all change orders, to warrant such performance for a period of one (1) year after Cl I Y's acceptance thereof within ten (10) days of filing of the Notice of Completion 9 WARRANTIES CONTRACTOR unconditionally guarantees all work dime under this Agreement including, but not limited to, any workmanship, installation. fabrication, material or structural facilities constructed. CONTRACTOR, within ten (10) days after notice by ary of any defect in the work, shall have the option to make appropriate repairs or replace the defective item or items Upon expiration of such ten (10) day period, CITY may then make appropriate repair or replacement at CONTRACTOR's risk and own cost and expense 10 INDEPENDENT CONTRACTOR It is understood and agreed that CONTRACTOR is, and shall be, acting at all times hereunder as an independent contractor and not an employee of CITY CONTRACTOR shall secure at its own cost and expense, and be responsible for any and all payment of all taxes, social security, state disability insurance compensation, unemployment compensation and other 6 Cr\CONSTRUCTION CONTRACTS (CCS)\CC1534 MALN PROMEN4DE PARKING STRUCTURE\CONSTRUCTION�CONTRACT\CITY FUNDED DOCXJanuary 27 2016 payroll deductions for CONTRACTOR and its officers, agents and employees and all business licenses, if any, in connection with the PROJECT and/or the services performed hereunder 11 LIQUIDATED DAMAGES/DELAYS It is agreed by the parties hereto that in case the total work called for hereunder is not in all parts and requirements finished or completed within the number of calendar days as set forth herein, damage will be sustained by CITY, and that it is, and would be, impractical and extremely difficult to ascertain and determine the actual damage which CITY would sustain in the event of and by reason of such delay It is, therefore, agreed that CONTRACTOR will pay to CITY, as liquidated damages and not as a penalty, the sum of five hundred ($500) per each calendar day's delay in completing the work in excess of the number of working/calendar days set forth herein, which represents a reasonable endeavor by the parties hereto to estimate a fair compensation for the foreseeable damages CITY would sustain in the event of and by reason of such delay, and CONTRACTOR agrees to pay these damages herein provided, and further agrees that CITY may deduct the amount thereof from any monies due or that may become due to CONTRACTOR hereunder CONTRACTOR will be granted an extension of time and will not be assessed damages for any portion of the delay in the completion of the work due to unforeseeable causes beyond the control and without the fault or negligence of CONTRACTOR, including, but not limited to, acts of God or of the public enemy, fire, floods, epidemics, quarantine restrictions, strikes, unsuitable weather, or delays of subcontractors due to such causes CONTRACTOR shall, within fifteen (15) days from the beginning of any such delay (unless DPW shall grant a further period of tune), notify DPW in writing of the cause of the delay and CITY shall extend the time for completing the work if, in its judgment, the 7 G \CONSTRUCTION CONTRACTS (CCS)\CCIS34 MAIN PROMENADE PARKING STRUCTURE`CONSTRUCT[ON\CONTRACT)CITY FUNDED DOCVanuary 27 2016 findings of fact thereon justify the delay, and the decision of DPW shall be conclusive on the parties hereto Should CONTRACTOR be delayed in the prosecution or completion of the work by the act, neglect or default of CITY, or should CONTRACTOR be delayed by waiting for materials required by this Agreement to be furnished by CITY, or by damage caused by fire or other casualty at the job site for which CONTRACTOR is not responsible, or by the combined action of the workers, in no way caused by or resulting from default or collusion on the part of CONTRACTOR, or in the event of a lockout by CITY, then the time herein fixed for the completion of the work shall be extended by the number of days CONTRACTOR has thus been delayed, but no allowance or extension shall be made unless a claim therefor is presented in writing to CITY within fifteen (15) days of the commencement of such delay No claims for additional compensation or damages for delays, irrespective of the cause thereof, and including without limitation the furnishing of materials by CITY or delays by other contractors or subcontractors will be allowed and an extension of time for completion shall be the sole remedy of CONTRACTOR 12 CHANGES IN WORK A Definitions (1) "Change Order" means a document signed by the CONTRACTOR and CITY which authorizes an addition, deletion or revision in the work, or an adjustment in the Compensation under Section 3, or the Completion rime specified at Section 4 (2) "Demand" means a written demand for a Change Order by the CONTRACTOR or CITY for changes in the work as stipulated in the contract documents B No Change Order may be granted except where the CONTRACTOR has submitted a Demand to the DPW (or his or her written designee) All Demands shall be 8 G\COT STRTICTION CONTRACTS(CCS)\M 534 MATH PROMFNADF PARKTNG STRI JMJRF\CONSTRUCTIOMCONTRACT\CITY FIMFD DOMmuary 27 2016 submitted promptly, but in no event later than fifteen (15) days after the occurrence of the event giving rise to the Demand. The Demand shall be in writing and include all documents necessary to substantiate the Demand. The DPW shall act on the Demand within fifteen (15) days after receipt, including by requesting additional information from the CONTRACTOR to determine whether to approve the Change Order the Demand seeks The DPW shall act on the Demand within fifteen (15) days after receipt of the additional information or within a period of time no greater than the time the CONTRACTOR took to produce the additional information requested, whichever is greater C Notwithstanding the fifteen (15) days to submit a Demand under Subparagraph C, in the case of changed conditions or unknown site conditions, immediately upon encountering the conditions, CONTRACTOR shall notify the DPW in writing of the conditions immediately, so that the CITY may promptly investigate the conditions D If the CONTRACTOR disputes the DPW's written response on -the Demand, or the CITY fails to respond within the time prescribed, the CONTRACTOR may so notify the DPW, in writing, either within fifteen (15) days of receipt of the DPW's response or within fifteen (15) days of the DPW's failure to respond within the time prescribed, respectively, and request an informal conference to meet and confer for settlement of the Demand Upon the CONTRACTOR's request, the DPW shall schedule a meet and confer conference within thirty (30) days to seek to resolve E CITY and CONTRACTOR shall execute appropriate Change Orders covering changes to the tune or price by executing the Change Order by mutual agreement If the CITY and CONTRACTOR are unable to reach a mutual agreement, then the DPW shall issue a written decision on the claim within a reasonable time 9 G \CONSTRUCTION CONTRACTS (CCS)\CC 1534 MAIN PROMENADE PARKING STRUCTURE�CONSTRUCTION\CONTRACTICITY FUNDEDDOCXJanuary 27, 2016 F Following the meet and confer conference, if the Demand remains in dispute, the CONTRACTOR may file a claim with the City as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3 6 of Title I of the Government Code For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the CONTRACTOR submits his or her Demand until the Demand is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process 13 VARIATIONS IN ESTIMATED QUANTITIES The quantities listed in the bid schedule will not govern final payment Payment to CONTRACTOR will be made only for the actual quantities of contract items used in construction of the PROJECT, in accordance with the plans and specifications Upon completion of the PROJECT, if the actual quantities used are either more than or less than the quantities listed in the bid schedule, the bid price shall prevail subject to theprovisions of this Section DPW may, at its sole discretion, when warranted by the facts and circumstances, order an equitable adjustment, upwards or downwards, in payment to CONTRACTOR where the actual quantities used m construction of the PROJECT are in variation to the quantities listed in the bid schedule No claim by CONTRACTOR for an equitable adjustment in price or time for completion shall be allowed if asserted after final payment under this Agreement If the quantity variation is such as to cause an increase in the time necessary for completion, DPW shall ascertain the facts and circumstances and make such adjustment for extending the completion date as in its sole judgment the findings warrant 14 PROGRESS PAYMENTS Each month DPW will make an estimate in writing of the work performed by CONTRACTOR and the value thereof From each progress estimate, five percent (5%) will be 10 G \CONSTRUCTION CONTRACTS (CCS)\CC1534 NLMN PROMENADE PARKING STRUCTUREXCONSTRUCTION\CONTRACPCITY FUNDED DOCXTan,.ry 27 2016 deducted and retained by CITY and the remainder of the progress estimate, less the amount of all previous payments since commencement of the work, will be paid to CONTRACTOR When CONTRACTOR has, in the judgment of DPW, faithfully executed fifty percent (50%) or more of the value of the work as determined from the bid schedule, and if DPW finds that satisfactory progress has been and is being made, CONTRACTOR may be paid such sum as will bring the payments of each month up to one hundred percent (100%) of the value of the work completed since the commencement of the PROJECT, as determined in its sole discretion by DPW, less all previous payments and less all previous retained amounts CITY's final payment to CONTRACTOR, if unencumbered, or any part thereof unencumbered, shall be made thirty-five (35) days after the acceptance of the work and the filing of a Notice of Completion by CITY Provided, however, that in the event of a dispute between CITY and CONTRACTOR, CITY may withhold from the final payment an amount not to exceed 150 percent of the value of any disputed amount of work Payments shall be made on demands drawn in the manner required by law, each payment to be accompanied by a certificate signed by DPW, affirming that the work for which payment is demanded has been performed in accordance with the terms of the Agreement and that the amount stated in the certificate is due under the terms of the Agreement Partial payments on the contract price shall not be considered as an acceptance of any part of the work 15 WITHHELD CONTRACT FUNDS. SUBSTITUTION OF SECURITIES At the request and at the sole cost and expense of CONTRACTOR, who shall retain beneficial ownerslup and receive interest, if any thereon, CITY shall permit the substitution and deposit therewith of securities equivalent to the amount of any monies withheld by CITY to ensure performance under the terms of this Agreement 11 G \CONSTRUCTION CONTRACTS (CCS)\CC1534 MAIN PROI &ENADE PARKING STRUCTURE\CONSTRUCTIONCONTRACnC1TY RMFDDOCX7anuary 27 2016 16 AFFIDAVITS OF SATISFACTION OF CLAIMS After the completion of the work contemplated by this Agreement, CONTRACTOR shall file with DPW its affidavit stating that all workers and persons employed, all firms supplying materials and all subcontractors working upon the PROJECT have been paid in full and that there are no claims outstanding against the PROJECT for either labor or material, except certain items, if any, to be set forth in CONTRACTOR's affidavit covering disputed claims, or items in connection with Notices to Withhold, which have been filed under the provisions of the statutes of the State of California 17 WAIVER OF CLAIMS The acceptance by CONTRACTOR of the payment of the final certificate shall constitute a waiver of all claims against CITY guider or arising out of this Agreement 18 INDEMNIFICATION, DEFENSE, HOLD HARMLESS CONTRACTOR hereby agrees to protect, defend, indemnify and hold harmless CITY, its officers, elected or appointed officials, employees, agents, and volunteers from and against any and all claims, damages, losses, expenses, judgments, demands, defense costs, and consequential damage or liability of any kind or nature, however caused, including those resulting from death or injury to CONTRACTOR's employees and damage to CONTRACTOR's property, arising directly or indirectly out of the obligations or operations herein undertaken by CONTRACTOR, caused in whole or in part by any negligent act or omission of the CONTRACTOR, any subcontractors, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, including but not limited to concurrent active or passive negligence, except where caused by the active negligence, sole negligence, or willful misconduct of the CITY, its officers, elected or appointed officials, employees, agents, and volunteers CONTRACTOR will conduct all defense at its sole cost and expense and CITY shall 12 G \CONSTRUCTION CONTRACTS (CCS)\CCI 534 1,WN PROMENADE PARKING STRUCTURE\CONSTRUCTIONCONIRACnCITY FUNDED DOCXJanuary 27, 2016 approve selection or CONTRACTOR's counsel This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable The policy hmits do not act as a limitation upon the amount of indemnification to be provided by CONTRACTOR 19 WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE Pursuant to California Labor Code Section 1861, CONTRACTOR acknowledges awareness of Section 3700 et seq of this Code, which requires every employer to be insured against liability for workers' compensation, CONTRACTOR covenants that it will comply with such provisions prior to commencing performance of the work hereunder CONTRACTOR shall obtain and furnish to City workers' compensation and employer's liability insurance in an amount of not less than the State statutory limits. CONTRACTOR shall require all subcontractors to provide such workers' compensation and employer's liability insurance for all of the subcontractors' employees CONTRACTOR shall furnish to CITY a certificate of waiver of subrogation under the terms of the workers' compensation and employer's liability insurance and CONTRACTOR shall similarly require all subcontractors to waive subrogation 20 INSURANCE In addition to the workers' compensation and employer's liability insurance and CONTRACTOR's covenant to defend, hold harmless and indemnify CITY, CONTRACTOR shall obtain and furnish to CITY, a policy of general public liability insurance, including motor vehicle coverage covering the PROJECT. This policy shall indemnify CONTRACTOR, its officers, employees and agents while acting within the scope of their duties, against any and all claims arising out or in connection with the PROJECT, and shall provide coverage in not less than the following amount combined single limit bodily injury and property damage, including 13 G \CONSTRUCTION CONTRACTS (CCSACC1534 MAIN PROMENADE PARKING STRUCTUREICONSTRUCTION\CONTRACr%CITY FUNDED DOC?Uanuary 27, 2016 products/completed operations liability and blanket contractual liability, of One Million Dollars ($1,000,000) per occurrence If coverage is provided under a form which includes a designated general aggregate limit, the aggregate limit must be no less than One Million Dollars ($1,000,000) for this PROJECT This policy shall name CITY, its officers, elected or appointed officials, employees, agents, and volunteers (the "Additionally Insured Parties") as Additional Insureds, and shall specifically provide that any other insurance coverage which may be applicable to the PROJECT shall be deemed excess coverage and that CONTRACTOR's insurance shall be primary and non-contnbutory with any othcr valid and collectible insurance or self-insurance available to the Additionally Insured Parties_ Any available insurance proceeds in excess of the minimum coverage amount specified herein shall be available to the Additionally Insured Parties All coverage available to CONTRACTOR shall also be available to the Additionally Insured Parties Under no circumstances shall said above -mentioned insurance contain a self -insured retention without the express wntten consent of CITY, however an insurance policy "deductible" of $5,000 00 is permitted CONTRACTOR shall be responsible for causing all Subcontractors to maintain the same types and limits of insurance coverage as that required of CONTRACTOR by this Agreement 21. CERTIFICATES OF INSURANCE, ADDITIONAL INSURED ENDORSEMENTS Prior to commencing performance of the work hereunder, CONTRACTOR shall furnish to CITY certificates of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverages as required by this Agreement, the certificates shall 1 Provide the name and policy number of each carrier and policy, 2 State that the policy is currently in force, and 14 G \CONSTRUCTION CONTRACTS (CCS)\CC1534 MAIN PROMENADE PARIQNG STRUCTURE\CONSTRUCTION\CONTRACnCITY FUNDED DOManuary 27 2016 3 Promise to provide that such policies will not be canceled or modified without thirty (30) days' prior written notice of CITY CONTRACTOR shall maintain the foregoing insurance coverages in force until the work under this Agreement is fully completed and accepted by CITY The requirement for carrying the foregoing insurance coverages shall not derogatc from the CONTRACTOR's defense, hold harmless and indemnification obligations as set forth under this Agreement CITY or its representative shall at all tunes have the right to demand the original or a copy of all the policies of insurance CONTRACTOR shall pay, in a prompt and timely manner, the premiums on all insurance hereinabove required CONTRACTOR shall provide a separate copy of the additional insured endorsement to each of CONTRACTOR's insurance policies, naming CITY, its officers, elected and appointed officials, employees, agents and volunteers as Additional Insureds, to the City Attorney for approval prior to any payment hereunder 22 NOTICE OF THIRD PARTY CLAIM Pursuant to Public Contracts Code §9202, CITY shall provide notice to CONTRACTOR of receipt of any claim filed with CITY or a court of competent jurisdiction which arises out of performance of this agreement within ten (10) days of receipt of such claim or claims 23 DEFAULT AND TERMINATION If CONTRACTOR fails or refuses to prosecute the work hereunder with diligence, or fails to complete the work within the time specified, or is adjudged bankrupt or makes an assignment for the benefit of creditors or becomes insolvent, or violates any provision of this Agreement or the Contract Documents, CITY may give CONTRACTOR notice in writing of its intention to terminate this Agreement Unless the violation Is cured within ten (10) days 15 G \CONSTRUCTION CONTRACTS (CCS)\CC1534 MAIN PROMENADE PARKING STRUCTURE`CONSTRUCnON\CONTRACrCn Y FUNDED DOCXJanuary 27 2016 after such Notice of Intention has been served on CONTRACTOR, CITY may, without prejudice to any other remedy it may have, terminate this Agreement upon the expiration of that time Upon such default by CONTRACTOR, CITY may elect not to terminate this Agreement, in such event CITY may make good the deficiency in which the default consists and deduct the resulting costs from the progress payments then or to become due to CONTRACTOR. If it is subsequently determined by a court of competent jurisdiction that CITY's termination of this Agreement under this Section was wrongful, such termination shall be converted to a termination for convenience under Section 24 and any damages shall be assessed as set forth in Section 24 24 TERMINATION FOR CONVENIENCE CITY may terminate this Agreement for convenience at any time with or without cause, and whether or not PROJECT is fully complete upon seven (7) calendar days writtcn nonce to CONTRACTOR In the event of termination, under this Section CITY shall pay i CONTRACTOR for value of work in place on the PROJECT through the termination period less all such payments already made In case of such termination for convenience the CONTRACTOR shall be entitled to receive payment for work executed, and costs incurred by reason of such termination In no event shall CONTRACTOR be entitled to recover overhead, profit or CONTRACTOR's fee on work not performed Such payment by CITY shall be CONTRACTOR's sole and exclusive remedy for termination by CITY for its convenience and CITY shall have no further obligation to CONTRACTOR 25 DISPOSITION OF PLANS, ESTIMATES AND OTHER DOCUMENTS CONTRACTOR agrees that upon completion of the work to be performed hereunder, or upon expiration or earlier termination of this Agreement, all original plans, 16 G \CONSTRUCTION CONTRACTS (CCS)\CC1534 MAIN PROMENADE PARKING STRUCTURE\CONSTRUCTION\CONTRACTICITY FUNDED DOCXJnnuery 27, 2016 specifications, drawings, reports, calculations, maps and other documents pertaining to this Agreement shall be delivered to CITY and become its sole property at no further cost 26 NONASSIGNABILITY CONTRACTOR shall not sell, assign, transfer, convey or encumber this Agreement, or any part hereof, or any right or duty created herein, without the prior written consent of CITY and the surety 27 CITY EMPLOYEES AND OFFICIALS CONTRACTOR shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement No officer or employee of CITY shall have any financial interest in this Agreement in violation of the California Government Code 28_ STOP NOTICES, RECOVERY OF ADMINISTRATIVE COSTS CITY shall be entitled to all reasonable administrative costs and necessary disbursements arising out of the processing of Stop Notices, Notices to Withhold, or any similar legal document This obligation shall be provided for in the labor and materials payment bond required of CONTRACTOR CITY may charge an administrative fee of One Hundred Dollars ($100) for every Stop Notice filed in excess of two (2), regardless of whether or not CITY is named in an action to enforce such stop notices CITY may set off any unreimbursed cost or expense so incurred against any sum or sums owed by CITY to CONTRACTOR under this Agreement 29 NOTICES Any notices, certificates, or other communications hereunder shall be given either by personal delivery to CONTRACTORs agent (as designated in Section 1 hereinabove) or to CITY as the situation shall warrant, or by enclosing the same in a scaled envelope, postage prepaid, and depositing the same in the United States Postal Service, to the addresses specified 17 G \CONSTRUCTION CONTRACTS (('CS)\CCI S34 MAIN PROMENADE PARKING STRUCTIIREICONSTRUCTION\CONTRA=ITY FUNDED DOCXJanuary27 2016 below, provided that CITY and CONTRACTOR may designate different addresses to which subsequent notices, certificates or other communications will be sent by notifying the other parry via personal delivery, reputable overnight carrier or U S certified mail -return receipt requested* TO CITY City of Huntington Beach ATTN David Verone, Public Works 2000 Main Street Huntington Beach, CA 92648 30 SECTION HEADINGS TO CONTRACTOR Angelus Waterproofing and Restoration, Inc ATTN: Stephan Claus 5731 McFadden Avenue, Suite B Huntington Beach, CA 92649 The titles, captions, section, paragraph and subject headings, and descriptive phrases at the beginning of the various sections in this Agreement are merely descriptive and are included solely for convenience of reference only and are not representative of maters included or excluded from such provisions, and do not interpret, define, limit or describe, or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement 31 IMMIGRATION CONTRACTOR shall be responsible for full compliance Arith the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of United States Code Section 1324u regarding employment verification 32 LEGAL SERVICES SUBCONTRACTING PROHIBITED CONTRACTOR and CITY agree that CITY is not liable for payment of any subcontractor work involving legal services, and that such legal services are expressly outside the scope of services contemplated hereunder CONTRACTOR understands that pursuant to Huntington Beach City Charter Section 309, the City Attorney is the exclusive legal counsel for 18 G \CONSTRUCTION CONTRACTS (CCS)\CC1534 MAIN PROMENADE PARKING STRUCCURE\CONSTRUCTIONICONTRAC*r CTTY FUNDED DOCXJa-.y 27, 20I6 CITY, and CITY shall not be liable for payment of any legal services expenses incurred by CONTRACTOR 33 ATTORNEY'S FEES In the event suit is brought by either party to construe, interpret and/or enforce the terms and/or provisions of tlus Agreement or to secure the performance hereof, each party shall bear its own attorney's fees, such that the prevailing party shall not be entitled to recover its attorney's fees from the non -prevailing party. 34 INTERPRETATION OF THIS AGREEMENT The language of all parts of this Agreement shall in all cases be construed as a whole, according to its fair meaning, and not strictly for or against any of the parties If any provision of this Agreement is held by an arbitrator or court of competent jurisdiction to be unenforceable, void, illegal or invalid, such holding shall not invalidate or affect the remaining covenants and provisions of this Agreement No covenant or provision shall -be deemed dependent upon any other unless so expressly provided here As used in this Agreement, the masculine or neuter gender and singular or plural number shall be deemed to include the other whenever the context so indicates or requires Nothing contained herein shall be construed so as to require the commission of any act contrary to law, and wherever there is any conflict between any provision contained herein and any present or future statute, law, ordinance or regulation contrary to which the parties have no right to contract, then the latter shall prevail, and the provision of this Agreement which is hereby affected shall be curtailed and limited only to the extent necessary to bring it within the requirements of the law 35 GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of California 19 G \CONSTRUCTION CONTRACTS (CCS)\CC1534 MAIN PROMENADE PARIQNG sTRLcTuRE\CONSTRUCnON\CONTRACnCITY FUNDEDDOCX]ammy 27, 2016 36 DUPLICATE ORIGINAL The original of this Agreement and one or more copies hereto have been prepared and signed in counterparts as duplicate originals, each of which so executed shall, irrespective of the datc of its cxccution and delivery, be deemed an original. Each duplicate original shall be deemed an original instrument as against any party who has signed it 37 CONSENT Where CITY's consent/approval is required under this Agreement, its consent/approval for one transaction or event shall not be deemed to be consent/approval to any subsequent occurrence of the same or any other transaction or event 38 SURVIVAL Terms and conditions of this Agreement, which by their sense and context survive the expiration or termination of this Agrecment shall so survive. 39. MODIFICATION No waiver or modification of any language in this Agreement shall be valid unless in writing and duly executed by both parties 40 SIGNATORIES Each undcrsigned represents and warrants that its signature herembelow has the power, authority and right to bmd their respective parties to each of the terms of this Agreement, and shall mdemnify CITY fully for any injuries or damages to CITY in the event that such authority or power is not, in fact, held by the signatory or is withdrawn. 41 ENTIRETY The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arm's length negotiation, and that each has had the opportunity to consult with legal counsel prior to executing this Agreement The parties also 20 G \CONSTRUCTION CONTRACTS (CCS)\CCI534 MAIN PROMENADE PARKING STRUCTUREICONSTRUCTIOMCONTRACrCITY FUNDED DOCXTmuwy 27, 2016 acknowledge and agree that no representations, inducements, promises, agreements or warranties, oral or otherwise, have been made by that party or anyone acting on that party's behalf, which are not embodied in this Agreement, and that that party has not executed this Agreement in reliance on any representation, inducement, promise, agreement, warranty, fact or circumstance not expressly set forth in this Agreement This Agreement, and the attached Exhibit "A", contain the entire agreement between the parties respecting the subject matter of this Agreement, and supersede all prior understandings and agreements whether oral or in writing between the parties respecting the subject matter hereof 42 CALIFORNIA PREVAILING WAGE LAW A The CITY has ascertained from the Director of Industrial Relations of the State of California the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime work in the locality in which the work is to be performed for each craft or type of work needed to execute this Agreement, and the same has been set forth by resolution on file in the office of the City Clerk of CITY. CONTRACTOR and any subcontractor under it shall pay not less than said prevailing wage rates to all workers employed on this public works Agreement, as required by California Labor Code Sections 1771 and 1774 In accordance with the provisions of Section 3700 of the California Labor Code, CONTRACTOR agrees to secure payment of compensation to every employee B Pursuant to this Agreement and in accordance with Section 1774 and 1775 of the California Labor Code, CONTRACTOR shall, as penalty to CITY, forfeit twenty-five dollars ($25) for each calendar day or portion thereof for each worker paid (either by CONTRACTOR or any of its subcontractors) less than the prevailing wage rate established for that particular craft or type of work 21 G \CONSTRUCTION CONTRICTS (CCS)\CC1534 MAIN PROMENADE PARKD4G STRUCTURE\CONSTRUCTION�CONTRACnCrrY FUNDED DOCXJ=um y 27 2M 43 PAYROLL RECORDS CONTRACTOR agrees to keep accurate payroll record showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice or worker employed by it in connection with the PRO TECT and agrees to require each of its subcontractors to do the same CONTRACTOR further agrees that its payroll records and those of its subcontractors, if any, shall be available at all reasonable times to the CITY, and the employee or his representative, and the Division of Labor Standards Enforcement and the Division of Apprenticeship Standards, and to comply with all of the provisions of California Labor Code Section 1776, in general 22 G \CONSTRUCTION CONTRACTS (CCS)\CC1534 MAIN PROMENSDE PARKING STRUCTURE'CONSTRUCTIOMCONTRACT\CITY FUNDED DOManuary 27, 2016 IN WIYNFSS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers on 411, 20 Ik CONTRACTOR By. a �Ur J (print name) ITS Chairm resident / Vice -President (circle one) AND By % Q� not name) ITS ecretary Chief Financial Officer Asst Secretary / Treasurer (circle one) CITY OF HUNTINGTON BEACH, a municipal corporation qMe State of California W'A ma;Yor-.." �7 City Clerk v3W1b INITIATED AND AP�OY, ED Director ofPLbhc Works REVI rPPROVED. Al City Manager APPROVED City Attorney 23 G \CONSTRI CTION CONTRACTS (CM\CC1534 MAIN PROMENADE PARKING STRIICTIIRF\CONSTRIJCTIOMCONTRACT\CiTYFUM)FD D00January27, 2016 7 SECTION C PROPOSAL for the construction of MAIN PROMENADE PARKING STRUCTURE IMPROVEMENTS CC No. 1534 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 85 working days, starting from the date of the Notice to Proceed BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth ,n the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc , and will be guaranteed for a period of sixty days from the bid opening date If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void Accompanying this proposal of bid, find Bidder's Bond for 10% in the amount of $80,696 90 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 for_% ", as the case may be) Any standard Surety Bid Bond form is acceptable Bidder shall signify receipt of all Addenda here, if any Addenda No. Date Received Bidder's Signature 1 12/15/15 C-2 SECTION C2.1 — PROJECT BID SCHEDULE C2.1 LIST OF UNIT PRICES WORK ITEM DESCRIPTION UNITS QUANTITY UNIT PRICE EXTENSION 1 0 GENERAL REQUIREMENTS 1 1 Pro ect Mobilization L S 1 $ 8,000 00 1 2 Concrete Formwork Incidental 1 3 Concrete Shores and Reshores Incidental 14 Concrete Reinforcement Incidental 1 5 1 Temporary Si na a Incidental PART II CONCRETE FLOOR / CEILING SURFACES 2.0 FLOOR SURFACE PREPARATION 26 Floor Preparation - Traffic Topping / Membrane Removal S F 25000 1 72 Is 43,000 00 30 CONCRETE FLOOR REPAIR 31 Floor Repair - Partial Depth / Shallow S F 400 66 50 $ 26,600 00 33 Floor Repair - Full Depth S F 100 190 00 $ 19,00000 35 Floor Repair - Slab Replacement S O G S F 250 Ti16 80 $ 29 200 00 40 CONCRETE CEILING REPAIR 41 Ceiling Repair - Partial Depth / Shallow S F 300 $ 21,106 00 43 Ceiling Repair - Remove Loose Concrete I L S 1 1 1$9,000001 $ 9,00000 PART III- STRUCTURAL CONCRETE FRAME REPAIRS 5.0 CONCRETE BEAM AND JOIST REPAIR 51 Beam Repair - Partial Depth / Shallow S F 1 20 $221 00 1 $ 4,42000 57 Beam Repair - Grout Pockets S F 100 $96 00 $ 9,60000 60 CONCRETE COLUMN REPAIR 61 Column Repair - Partial Depth / Shallow S F 50 $155 00 $ 7,750 00 7.0 CONCRETE WALL REPAIR 7 1 Wall Repair - Partial Depth / Shallow S F 25 180 00 $ 4,500 00 72 Wall Repair - Partial Depth / Deep S F 10 180 00 $ 1,800 00 100 EXPANSION JOINT REPAIR AND REPLACEMENT 106 Expansion Joint - Silicone Seal L F 300 15 00 $ 4,500 00 110 CRACK AND JOINT REPAIR 11 1 Rout & Seal Cracks and Joints L F 2000 5 00 $10,000 00 11 2 Repair Crack / Joint Sealant L F 2200 5 00 $11,000 00 11 3 Vertical Joint Sealant L F 150 $5.00 $ 75000 11 5 _Epoxy In ection L F 750 20 46 $15 349 00 11 7 Cove Sealant L F 2300 5 00 $ 1 1 500 00 C2 1-1 15, 345 16.0 TRAFFIC TOPPING 16 1 Traffic Topping - Vehicular S F 90500 $348 500 00 164 1 Traffic Topping - Recoat Partial System) S F 350 $ 1 500 00 21.0 P/T SYSTEM REPAIR - MONOSTRAND 21 1 Ins ect P/T Tendon Anchorage EA 2 $1,60500 $ 3,21000 21 2 Protect Exposed P/T Tendons L F 10 $1,070 00 $ 10,70000 21 6 Tendon Splice Coupling Center -Pull EA 2 $ 3,21000 21 7 Tendon Splice Coupling (Single) EA 2 $1,605 00 $ 3,21000 21 9 P/T Tendon Material L F 20 1$1,070001 $ 21,40000 240 SPECIAL P/T REPAIR SYSTEMS 241 Barrier Cable - Tighten Cables EA 63 33 97 $ 2,140 00 242 Barrier Cable - Replace Damaged Cable L F 5000 2 31 1 $ 11,56000 PART VII- MECHANICAL / ELECTRICAL SYSTEMS 25.0 MECHANICAL - DRAINAGE 252 Mechanical - Supplementary Floor Drains EA 1 $3,20009 $ 3 200 00 253 Mechanical - Pipe and Hangers L F 25 $128.00 1 $ 3,200 00 270 MECHANICAL - HVAC 271 Repair / Replace Damaged HVAC Duct EA 11 $ 1 1,665 00 272 Repair / Replace Damaged HVAC Duct EA 21 $ 22 255 00 273 Repair / Replace Damaged HVAC Duct EA 1 $1,o6o.o $ 1,06000 274 Repair / Replace Damaged HVAC Duct EA 1 $1,060 0 $ 1,060 00 PART VIII- ARCHITECTURAL REPAIRS 350 BRICK / MASONRY REPAIRS 352 Masonry Unit Repair / Replacement SF 100 $140 00 1 $14,000 00 353 Masonry Unit Repair Capstone L F 50 100 00 1 $ 5,000 00 PART IX METALWORK 41.0 STEEL STAIRS 41 1 Replace Stair Treads - Precast Performance Design L S' 1 $1,070 00 $ 1,07000 41 2 Replace Stair Treads EA 60 238 00 $ 14,28000 41 2A Replace Stair Treads -Starter Tread EA 7 591 43 $ 4,14000 41 3 Paint Hand Stringers and Handrail L S 1 4,00000 $ 4,00000 41 4 Replace Landing -CIP Metal Pan EA 7 $1,070 00 $ 7,49000 430 MISCELLANEOUS METALS 432 Re air Hand Rail L S 1 8F000.00 $ 8,00000 434 6" Bollard - New EA 52 $336,54 $ 17 500 00 435 6" Bollard - Remove and Replace EA 7 $ 4,550 00 450 PAINTING 451 Paint Traffic Markings L S 1 4,50000 $ 4,50000 452 Paint Concrete Columns - Elastomeric EA 14 242 86 $ 3,400 00 454 Paint Slab Edge - Elastomeric LF 1760 2 39 $ 4 200 00 455 Paint Top Level Stub Columns - Elastomeric EA 4 375 00 $ 1 500 00 456 Paint Structural Steel L S 1 1,50000 $ 1,50000 C2 1-2 3y8, 425 1, N9g Z1,3 0 {( 460, , 22,25L4 q N,lgo 0► Vil5 00 34W 0( 42U (, •LAt 73.0 FLASHING 73 TT -Wall Flashing -Metal LF 110.3q $ 4,300 00 73 2 Wall Flashing — Metal EA 2 $ 1,500 00 840 EIFS FA ADE 841 Repair Existing EIFS Cladding SF 110 52 73 Is 5,800 00 842 Repair EIFS Cracks LF 50 1 $12 00 1 $ 600 00 950 DOORS AND WINDOWS 951 Re -anchor Faux Window Frame I EA 1 30 $700 00 1 $ 21,000 00 BASE BID TOTAL $ 806,969 00 State BASE BID cost, which will be the basis of award Eight Hundred Six Thousand Nine Hundred Sixty Nine C2.1 LIST OF ALTERNATES Dollars (in words) A This Section identifies potential changes in the work under consideration for this contract The Owner reserves the right to accept any or all of the listed Alternates, regardless of the order of their listing B For each of the Alternates listed below, state the total amount to be added to, or deducted from, the total contract amount if the individual Alternate is selected for inclusion in the contract scope Amount shown shall include all costs to perform the Work, no extras will be permitted for failure to consider such items as extra permits, overtime, weather protection, etc 1 Painting Ceilings and Columns State added cost to paint all unpainted concrete ceilings and columns on all levels Refer to Section 09900 Painting for Materials and Other Requirements Fifty Seven Thousand Sixty Nine Dollars (in words) ($ 57,069 ) (numbers) Submitted By Type or print firm name Angelus Waterproofing and Restoration, Inc AuthorizedRSnture Date 01 /12/16 C2 1-3 v'q � b 6 8 Co.3c LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor Bid Name and Address of State Class DIR Dollar % of flenn(s) Subcontractor License Number Amount Contract Number 1 1,21 2 AIIStar Post Tension 1 6 21 7 2144 Arden Circle 833636 C50 100002 55,430 8% 1 9 Corona, CA 92822 3972 11 1,41 2 California Sealant Solutions Inc. 1 2A, 469 Venon Way 977533 C33 100000 11 3,41 4 El Cajon, CA 92020 1720 $35,480 5 ° /° 15 1 27 1, 27 2 Airflow Mechanical Inc 341410 1000001 $36,040 27 3, 27 5120 E La Palma #203 C20 932 5% Anaheim, CA 92807 26 Dynaguard 946 N Lemon St 613535 C61 / D63/ 100001 $77,000 10% 161 Orange, CA 92867 D06 4237 I I I i I_ Hi ' submission of this proposal, the Bidder certifies That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing 2 That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I cleclai e under penalty of perjury under the laws of the State of California that the foregoing is ti tic and correct and that this declaration is executed onl/12/16 , at Huntington Beach, CA Date Cary State Stephan Claus , being first duly sworn, deposes and says that he or she is President of Angelus Waterproofing & Restoration, Inc the party making the f of egomg bid that the bid is not made in the interest of, or on the behalf of, any undisclosed p( n son, partnership, company, association, organization, or corporation, that the bid is genuine ,uul 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 n �, I n a n n h om bidding, that the bidder has not in any manner, directly or indirectly, sought by auicenncnt communication, or conference with anyone to fix the bid price, or that of any other bi(Wer, or to secure any advantage against the public body awarding the contract of anyone iniunested in the proposed contract, that all statements contained in the bid are true, and, further, th,nt the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thcneol, 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 tc+ any member or agent thereof to effectuate a collusive or sham bid AngaliiS Waterl)rnQfing & RpStoratnnn, Inr Name of Bidder Signature of Bidder 5731 McFadden Ave Suite B, Huntington Beach, CA 92649 Address of Bidder C-4 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the MAIN PROMENADE PARKING STRUCTURE IMPROVEMENTS, (1)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved " The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein Date 01 /12/16 C-5 Angelus Waterproofign and Restoration, Inc Contractor President Title DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, 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 f No If the answer is yes, explain the circumstances in the space provided Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract Date 01 /12/16 C-7 Angelus Waterproofing and Restoration, Inc Contractor By President Title BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct Angeles Waterproofing and Restoration, Inc Bidder Name 5731 McFadden Ave Suite B Business Address Huntington Beach CA 92649 City, State Zip 562 ) 941-7676 Telephone Number 461100 C61/D51 B C33 C39 State Contractor's License No and Class 08/14/1984 Original Date Issued 08/31 /2016 Expiration Date The work site was inspected by Stephan Claus of our office on December 22 , 2015 The following are persr ons, firms, and corporations having a principal interest in this proposal Stephan Claus The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth Angelus W;terwoofinq and Restoration. Inc - - A Signature of Bidder Stephan Claus -- Printed or Typed Signature SUt+tS"tNE CARt.SON %` �•t' w`= Commission No 1989M � Subscribed and sworn to before me thisl2th dayof January 201 ''NornarPt�e�icCAiiioaNy► rs Y - ORANGE Co"tr «My Comm ExpM A0008fw 2018 -J NOTARY PUBLIC NOTARY SEAL C-8 Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years 1 City of Beverly Hills - 345 Foothill Rd Beverly Hills, CA 90210 Name and Address of Public Agency Name and Telephone No of Project Manager ,1eh Booth $1,800,000 00 Traffic Coating, Removal, & Replacement 09/23/2014 Contract Amount Type of Work Date Completed Provide additional project description to show similar work Sika Traffic Coating System 720/745, Epoxy Injection, Chemical Grout, Approximately 300,000 sq ft 2 City of Bakersfield - 1600 Truxtun Ave. Bakersfield- CA 93301 Name and Address of Public Agency Name and Telephone No of Project Manager Charles Nelson - (562) 244-2421 $234,000 00 Traffic Coating, Removal, & Replacement 12/29/2013 Contract Amount Type of Work Date Completed Provide additional project description to show similar work Neogard Autogard 7500 System, Approximately 20,000 sq_ft Los Angeles Department of Water and Power - 111 N Hope street Los Angeles, CA 90012 Name and Address of Public Agency Name and Telephone No of Project Manager Richard O'Hehir - (562) 244-4032 $1,144,000 00 Concrete Repair & Restoration 01/07/2015 Contract Amount Type of Work Date Completed Provide additional project description to show similar work - Epoxy Injection, Crack Repair, Approximately 50,000 LF C-9 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years These projects do not have to be under the employment of the bidder of this project Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein Richard O'Hehir / Charles Nelson Name of proposed Project Manager Telephone No of proposed Project Manager (562) 244-4032 / (562) 244-2421 Silver Lake Reservoir $1,144,000 Concrete Repair & Restoration 01/07/2015 Project Name & Contract Amount Type of Work Date Completed Convention Center Stage House Roof Recoating , 133 nnn Traffic Coating, Removal, & Replacement 01 /2q/2015 Project Name & Contract Amount Type of Work Date Completed Re -Coat Community Degve�opkent 2'34,000 Traffic Coating, Removal, & Replacement 1p/29/2i713 Project Name & Contract Amount Type of Work Date Completed 2 Hector Valdez Name of proposed Superintendent Telephone No of proposed Superintendent (562) 257-6266 Silver I ake RPSPrvoir $1,144,000 Concrete Repair & Restoration 01/07/2015 Project Name & Contract Amount Type of Work Date Completed Convention Center Stage House Roof Recoatm9 $133,000 Traffic Coating, Removal, & Replacement 01/29/2015 Project Name & Contract Amount Type of Work Date Completed Re -Coat Community Development Traffic Coating, Removal, & Replacement Building Rooftop Parking Decks $234,000 g, p 12/29/2013 Project Name & Contract Amount Type of Work Date Completed C-10 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771 1(a)), passed by the California State Senate on June 20, 2014, established a new public works Contractor Registration Program, which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations (DIR) Currently the annual non-refundable registration fee for Contractors is $300 Each contractor to whom a public works contract has been awarded shall sign the following certificate DIR FACT SHEET on SB 854 http //www dir ca gov/DLSE/PublicWorks/SB854FactSheet-6 30 14 pdf DIR's Contractor Registration Link — Call (844) 522-6734 https //efiling dir ca gov/PWCR/ActionServlet?action=displayPWCRegistrationForm DIR's Contractor Registration searchable database https //efiling dir ca gov/PWCR/Search action I am aware and will comply with the provisions of Labor Code Section 1771 l(a) which states "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725 5 It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029 1 of the Business and Professions Code or by Section 10164 or 20103 5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725 5 at the time the contract is awarded " I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid Date 01 /12/16 D-11 Angelus Waterproofing and Restoration, Inc Contractor ti President Title City of Huntington Beach Public Works Department 2000 Main Street Tel (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE, For HMAIN PROMENADE PARKING STRUCTURE IMPROVEMENTS CC NO 1534 in the CITY OF HUNTINGTON BEACH December 28, 2015 Notice To All Bidders. Please note the following clarification to the Project Plans, Specifications, and Special Provisions 1) Prime Contractor submitting bids for this project shall have an "A" or "B" license. This is to acknowledge receipt and review of Addendum Number One, dated December 28, 2015 Angelus Waterproofing and Restoration, Inc Stephan Claus Company Name By 01/11/16 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal Bid Bond CONTRACTOR (Name, legal status and address) Angelus Waterproofing and Restoration, Inc 5731 McFadden Ave, Suite B Huntington Beach, CA 92649 OWNER. (Name, legal status and address) City of Huntington Beach 2000 Main Street Huntington Beach, CA 92648 BOND AMOUNT Ten Percent (10 %) of Amount Bid PROJECT Maui Promenade Parking Structure Improvements Bid Bond Number CSBA-1024 SURETY (Name, legal status and pnnapal place of bustness) U S Specialty Insurance Company 501 West Broadway, Suite 1470 San Diego, CA 92101 This document has important legal consequences Consultation with An attorney is encouraged with respect its completion or modification Any singular reference to Contractor, Surety, Owner or other party shall be considered Plural where applicable Project Number, if any - The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner 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 The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days If this Bond is issued in connection with a subcontractors bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted here from and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond Signed and sealed this 7th day of Janua ,ram Angelus Waterproofing and Restoration Inc A (Pnnapal) (Seal) (Ttt1e),5,a ,z5.«. cep i (Witness) karen L Alto U S Specialty Insurance Company ;(Surqy) (Seal) e) o Ayala, Attorn - -Fact By arrangement with the American Institute of Architects, the National Association of Surety Bond Producers (NASBP) (www nasbp ors) makes this form document available to its members, affiliates, and t associates in Microsoft Word format for use in the regular course of surety business NASBP vouches that the original text of this document conforms exactly to the text in AIA Document A310-2010, Bid Bond Subsequent modifications may be made to the original text of this document by users, so careful review of its wording and consultation with an attorney are encouraged before its completion, execution or acceptance CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, or va lidity of that document State of California County of Orange On 01/07/2016 before me, Karen L Ritto personally appeared Arturo Ayala , Notary Public who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in lusher/their authorized capacity(ies), and that by lusher/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument ''�. KAREN L RITTO I( COMM 02138527 N Notary Public -California rs— ORANGE COUNTY a .o.•" My Comm Expires Dee 30, 2019 I certify under PENALTY OF PERJURY under the laws of the state of California that the foregoing paragraph is true and correct WITNES y and and official seal SigAature oflYotary OPTIONAL Though the data below 1s not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER ❑ PARTNER(S) ❑ MEMBER of LLC ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR OTHER DESCRIPTION OF ATTACHED DOCUMENT Bid Bond Title or Type of Document One Number of Pages 01 /07/2016 Date of Document SIGNER IS REPRESENTING Signer(s) other than named above NAME OF PERSON(S) OR ENTITY(IES) !' - - �_ = = =_ Bond N -C1,9410 --- —_ -- I � II, 'ill'' ---- --_-- o._ S24-- POWER OF ATTORNEY AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY KNOW -=ALL IvIEN_BY THESE��E';M-NrrT-W= Pat9krnw Contractors IlIiil'd'e lminnty I'III�IoII,alllrillyly a Californta�or o_r_a ro _TFX _ - - — -- — — � Ii gId'�I III u p -- Bondirig92 �Company;-an assumed n OMMirimmmm c- ctors IndemniItyl,016mpany;1IIUInitedll ISIt'ates Surety Cotn anyy Mary rid_ _cofpd atiori an&U S Specialty InsuranAce -Company a'Iexas corporation (col'lectively,l'Ithe �"Com!Ipanies"), do by thWe_presrn s mine, — constitute and appoint Daniel Huckabay, Andrew Waterbury, Arturo Ayala or Dwight Reilly of Orange, California — _ = IU41II1 il'lluplrl IIINo'�' I�Ii�l!�IIIII,Ihi�hi _true-nd3awful7�ltorney(s)-m-fact, eachl;m!,Ilte�r,�"separtel capacity if n ofe rfs_rrd__ ve, with fullwe and autfio�tty_ �didb _con rred�n its name, place') aid!Istllead, ltl' llli''e]ll'I�I�'I'c'l!,"Ile; alclknowledge andf�tKan W_al�»�ds, recogntzaK undetrtakj—dgY_ - --- = y= — I ill II'i IIIII' lu CIIYIiI� III (IIIII I IIIIIIII I� ��Illlu III =or ever instruments or contracts' ofl suretys ip to include riders, am�m anV-consents of surety, proving -the Bond-- penalty does not exceed ******Ten Million****** Dollars ($ *10,000,000 00* ) This Power of Attorney shall expire without further action on December 20, 2017 This Power of Attorney is granted under and by authority ofthe following resolutions adopted by the Boards of Directors of the Companies u I'I'"'bIV'!VPh'll, -Bei1 Resolved_tliat the_President, any V�ce�'r�su7eW—W tanFF�tt�e-President, any Sec7e iltazy Ilor an pAssusl 11t,ISe Iletary shall be and�_her�Agg zI-wttt iSIL _power and _authority point any one or mare surepeg oasttsmey(s)-tn-Fact to represent and act Iforlaiid'Ion,b�half of the Companutslctth�llow�ng= _Provisions = = _ — -- — � �— --- —_ �'llll'l 1116,dlblllllll!'bll�llll Il�llllullll �IIIIIIII'�I� — — —_ —_ —= Attomey-in-Fact may be given full power ai d-authon»tbr and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any anR all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary III_- -IIIiJI' dll!!Ilglll-- e=resolver thatthesignature of any authortzledl offic11 n and llseall i�f t]ie'ICompany heretcF&e M eru —�d�o=art—glower of attorney=or_any _c_erhfica[e relating_ �t iereto by facsnnd�and any power of attorney orlcertificaei fieazr gl facsimile signature or fa�sr�i al smell �ad2isbmdmg upon the Comm�iany with respect- �ny—fond or uraertalang to which it is attached I� l�' 'I lij la I!NIIII' '�!'�II����I IPdlll! III _ _ _ IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 1st day of December, 2014 _ - AMERICAN CONTRACTORS=INDEMNITY COMPANY TEXAS BONDINGICOMPANY UNTTEIf_ST�A=U.S. SPECIALTY' INSUAAINCEIICOMPANY _Corporate Seals)I'lllll I!'dPlll'„61!ii' 'li'll'II II'"Illil' S SUR = = G -� '+1164fd i III' II III III -- ``4oa �'i'a'•" �,P;�E Fr ` e�aai�Ipl y'll''� IIII,!Iil ll,l 14 III " B aG� - NLOIlMMT® y 0 _ _ y r . s Daniel P. Aguilar, Vice President wmua�a• `` ++ um�oa"c ''''T4�H�pF W�,p "'_ II �il Id 1'I "' '9'''0n II'i", ,S I i'l 'III, Tnofatyryryuuu_c9r-other officer completing Ith s�'certi'f cate�wenfiesl,only the identit f tkh rsidual tgnezi the document to wlucF-this certificate is attached, and not ihetuhWnessaccuracy, La-� f M omM I'll,.Il I HA ,u=- --- __ StateofCalrforma--- County of Los Angeles SS On this 1st day of December, 2014, before me, Maria G Rodnguez-Wong, a notary public, personally appeared Dan P Aguilar, Vice President of American Contractors Indemnity Company, Texas Bonding Compaay�United States Surety Company and ll U S SpecialitylllInsurance Company who proved to me_on _tfie_basis_of'sahsfactory evidence to be -the peisa� asp names scribed to the wtt]im tins entllai�dl aclgi'ov�}edged to me that -he ex=ute� the�ame in— _hts authonzed_capacrry; and that by his ik& u_f an Q ns�me # -person, or the entity uponl;behalf o f l!IS Irc}il t}}1il ell'jperson acted, ex6nte3 ie rnstr menr i�Ll,d�!llili!;��!IIII'I� ` - I certify under PENALTY OF PERJURY�UnRler the�aws of the State of California that the foregoing paragraph is true and correct = -_ WITNESS my hand and official seal NIARIA G RODRIGUE2-1WONG Commission #i 2049771 Signature — _ ,(Seal)(!(,,( i "�� NotariDticahforma Z — _ +MI n;�''�I li'Iryi!I'I'I',Ili;111 Ili) yjhl Illlil �llll'! Iillj Z _ - O ipeIB5 crimty __ I'�vi� l' yi lil, ,ill ''I�!II IIIII ' IIII 111 l l l'! IIII Garnmmx Ire: D20. 2017 I IIII' !II�;!III I„'�Ig6611 I, Michael Chalekson , Assistant Secretary of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U S Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect, furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect _ -- _- = IPA„Ip u' III''I��iP'�i'!I''yl I!I , J!Ij!I'�Iliul��°iIII16 — — —_ __ _In -Witness -Whereof, I have hereunto_sj� hWd ands_ Ml the seals oflsaid"Corn anies afAs ngeles, Califotn_ t s a —_of Januar- 2016I;I�III�I;II;�- -_ Y __ _ Corporate Seals ``oa.sk,,2 .�•'(ES R�cr�,� �.�O00� l7 0No - Av? yn fp -F oy 'rtl,_nchael Chalakson,Assistant Sec_retaBon—SBA_1024 -y _ Inc Flo: - $__V2 �� `: I 'yll =;� IIII !'III! ''lll l "''•oT9r yz9o° '' _ ' — - - - — _� _� __ Y FORI Il11a'l 2016 JAN 12 f i► 1: 43 CIT < < F�-z"W4 ANI;EL w-^. ev�M;��s..: ;_'�� a�� $ +u � ��c�s�� 5,� $^�� �- , >r;;3` �,�:,—«� x.�z•��q^ ^eta—�.s�saR�S�iF'rf"-�� 2{� ,���'y;R'�� Fair ->�" :+�*w'2b�u".'r.'"i �k LZ�+" .' ^'. as•u `fi �° i`waa. e-Sr•• an'zasrn-;.r�4'�t—`xS.; z"tPEE.1�, 5731 McFADDEN AVE, UNIT B, HUNTINGTON BEACH, CA 92649 "SEALED BID" for MAIN PROMENADE PARKING STRUCTURE IMPROVEMENTS in the CITY OF HUNTINGTON BEACH - DO NOT OPEN WITH REGULAR MAIL ;x +r FI IVFR TO THE OFFIC'F nF THE CITY a FRK ?nc) l mAiN STRFFI SFC ONapr '�L aN+� � + � - _ - S,.Y ;,�mkbs+� '.. .+ a..� � . L ♦. " f _ _ 4'= Ny �v v r ^ ix � ;. v3 .A-4 -�e �4 T v _ - .f:�v s. .. W- '�tr $a..v"x� .'4 ` < 2` t-.�.2 i3.{ f.-s h y4vz «--.wg f � ., ._ ate.. .�s, , a. , _- • 'y�_.. -.,�. � � ; _ $M`+�` _~_���-P���=�->. .'5�j`~�'" „y `; _ _-use" __'•_ _r - .4.>ii_ ` ., :u.y _ I ���'Y a i ]� �� i�r� �' ��.?i?: kF" 4 ^vci�q• _ - _si F%'.—.'9 ., � _ � _ � Yam.. RECEIVED BY - (Name) (Date) • I J TO City Treasurer CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office after signing/dating CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION FROM City Cl k DATE 1 SUBJECT Bond Acceptance I have received the bonds for CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. Payment Bond (Labor and Materials) Bond No. Warranty or Maintenance Bond No. TRACT AND DEVELOPMENT Faithful Performance Bond No. Labor and Material Bond No. Guarantee and Warranty Bond No. Monument Bond No. Franchise Bond No. Letter of Credit Bond No. Other Re: Tract No CC No MSC No Other No g /forms/bond transmittal to treasurer (Company Name) O• ZQA,53 i Approved 6:�:A —/ -� (Council Approval Date) Agenda Item No. City Clerk Vault No SIRE System ID No �� THE FINAL PREMIUM IS Bond No 1001023325 PREDICATED ON THE Premium $16,054 FINAL CONTRACT AMOUNT Issued in two (2) original counterparts PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS WHEREAS, City of Huntington Beach (hereafter referred to as 'City" has, by wntten agreement dated February 1st , 2016, entered into a contract voth Angelus Waterproofing and Restoration, Inc 5731 McFadden Avenue, Suite B Huntington Beach, CA 92649 (name and address of Contractor) (hereinafter referred to as 'PnncipaP), for performance of the work described as follows CC-1534, Main Promenade Parking Structure Improvements Project (Project Title) WHEREAS, said contract, and all documents referenced therein (hereinafter collectively "Contract"), are incorporated herein by this reference made a part hereof as though set forth herein in full, and Said Principal is required under the terms of the Contract to fumish a bond guaranteeing the prompt, full and faithful performance of said Contract, by a duly admitted surety insurer under the laws of the State of California (hereinafter referred to as "Surety"), and Surety is certified and listed in the U S Department of the Treasury Circular 570, and has provided proof of sufficient bonding limitations as shown in said circular to provide bonds in the amount required by said Contract, and Surety has provided financial strength ratings from reputable companies, such as from A M Best, Moody's, or Standard & Poor's, to validate that Surety has positive ratings of being secure or Stable, and Surety is registered and listed with the California Department of Insurance, NOW, THEREFORE, we, the undersigned, as Principal, and US Specialty Insurance Company 625 The City Drive So, Suite 130, Orange, CA 92868 (name and address of Surety) as Surety, are held and firmly bound unto City in the penal sum of Eight Hundred Seventy Thousand Two Hundred Fifty -Two and 75/100 Dollars ($$87o.252.75 ), this amount being not less than one hundred percent of the price set forth in the Contract, in lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents THE CONDITION OF THIS OBLIGATION IS SUCH THAT if the Principal shall promptly, fully and faithfully perform each and all of the covenants, obligations and things to be done and performed by the Principal in strict accordance with the terms of the Contract as said contract may be altered, amended or modified from time to time, and if the Principal shall indemnify and save harmless City and all of City's officers, agents and employees (hereinafter collectively referred to as "Obligees') fromany and all losses, liability and damages, claims, judgments, stop notices, fees and costs of every description, whether imposed by law or in equity, which may be incurred by the Obligees by reason of the failure or default on the part of the Principal in the performance of any or all of the terms or the obligations of the Contract, including all alterations, amendments and modifications thereto, and any warranties or guarantees required thereunder, then this obligation shall be void, otherwise, it shall be and shall remain in full force and effect Surety stipulates and agrees, for value received, that no adjustment of the time or price In the Contract or any alteration, change, deletion, addition or other modification to the Contract, or the work to be performed thereunder, shall in any way affect, limit, restrict, impair or release the obligations of the Surety under this Bond Surety waives notice of any adjustment of contractor contract price, and any other alteration, change, deletion, addition or other modification to the Contract, or the work to be performed thereunder, and agrees 15-4584/117174 Bond No 1001023325 to automatically adjust the penal sum of this Bond to reflect such adjustments, alterations, changes, deletions, additions or other modifications Surety agrees to provide written confirmation of such adjustments in the penal sum to City on not less than a quarterly basis Surety also waives the provisions of Civil Code §§ 2845 and 2849 The obligations of this Bond shall survive the completion of the work described in the Contract as to all obligations and liabilities of the Principal which survive completion of the work IN WITNESS WHEREOF, each party represents and warrants that this instrument has been duly executed by Principal and Surety, on the date set forth below, that the name of each corporate party being affixed hereto is such party's proper legal name and that the individuals signing this instrument have been duly authorized pursuant to the authority of Its governing body Surety, by execution of this bond, waives any defense which Surety has or may have by reason of any failure of the Principal to execute or properly execute this bond Dated February 16th, 2016 ATTEST (Corporate Seal) ATTEST 04 (Corporate Seal) (Attach Attorney -In -Fact Certificate) Angelus Waterproofing and Restoration, Inc (Principal Name) By. Q -� Name S r- Title ZL U S Specialty Insurance Company (Surety Name) B Name Shaunna Burchfiel. Attomey-in-Fact (Signature of Attorney -in -Fact for Surety) 71 �.) 740-7000 (Area Code & Telephone Number for Surety) APPROVED AS TOF By �27 i c h a e I E Gates, CltyAft omey f I Note This bond must be executed in duplicate and dated, all signatures must be notarized, and evidence of the authority of any person signing as attomey-in-fact must be attached PERFORMANCE BOND Page 2 of 2 15-45841117174 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the Identity of the Individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document STATE OF CALIFORNIA County of Orange On February 16th, 2016 before me, Karen L Ritto Date Insert Name of Notary exactly as it appears on the official seal personally appeared Shaunna Burchfiel Name(s) of Signer(s) ,. KAREN L RITTO COMM #2138527 o Notary Public -California T ORANGE COUNTY a My Comm Expires Dec 30, 2019 Place Notary Seal Above , Notary Public, who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct Witness my h yr7 l seal Signature Signs re of Notary Public Karen L Ritto 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 the form to another document Description of Attached Document Title or Type of Document Performance Bond Document Date 2/16/16 Signer(s) Other Than Named Above Capacity(ies) Claimed by Signer(s) Signer's Name Shaunna Burchfiel ❑ Individual ❑ Corporate Officer —Titles) _ ❑ Partner ❑ Limited ❑ General 56 Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other Signer is Representing Number of Pages Two Signer's Name ❑ Individual ❑ Corporate Officer —Title(s) — ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other Signer is Representing "POWER OF ATT©O AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY KNOW_=AL_L MEN BY THESE PRESENT&_Xhat �ertcan Contractors ,Indemnity, jilC,omp"any, a California comoratto�sexas; =Bonduig C_ompariy-,-an assumed naFne o uric actors Indemnity'I Z„ompany; United IiStates Surety ComPasi a III Iarylan corporation and U-S Specialty Insuraace!Cbm OR% corporation'I(collectiuel ,lilth'lell"Companies"), do by resents make, —constitute and appoint = — — "I'I r0°I I — — — Daniel Huckabay, Andrew Waterbury, Arturo Ayala, Dwight Reilly or Shaunna Burchfiel of Orange, California Its_due-addlav&ZAttorney(s)-in-faet,,„each inlltheinjseparate capacity if mot-tltam-oneateamed-above, with full power_and adtffonty_�__ h=(Rb�unferr_Z its name place,andl'stead ll'Il o execuile,111l'icknowled e and v a ands reco nuances- undertala_ri s -� _ — = ' 811,1 IIdIi'll 411'I'I'I 'PI1961 HYIy'GhIVl;,ll9.'' g = _ _� g _ _3 — - _g- r her n r me is or contractsof�lsu,refyship,,tol,,!include riders, ai�n�_gig�ti;5d-onseuts of surety,-providmn th_e=bond penalty does not exceed 'III',IPI'I,�I;i!I Im''sl ******Twenty Million*** Dollars (S-*20;000,000 00* ) This Power of Attorney shall expire without further action on December 20, 2017 This Power of Attorney is granted under and by authority of the following resolutions adopted by the Boards of Directors of the Companies Beet Resolved, that -the President, any Vice -President, am ssista�ice-President, any Secretary any, iAssistantliS;ecretary shall be and is hereby yested_w th full— power and authonty3o-appoint any one or more u> a_le rsons a _ mey(s}m-Fact to represent and act for;and on , elhalf of the Company-subJec to the follawtr — QZ&6visions = - — === = IV'gl' IV;"II lj'I°) l p IOIIIII IIVI''ilV 'lul' _� — _== =_ -- Ion 'I, IIIVIi'i L 18'I; 'II'll n, III III IIII IU' litp'll6 Attorney=m-finbe given full poweran author_ fot an��r ie nerve of and on behalf of,the Company!"Ilto execute, acknowledge andlaive%ar allbonds; recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary Bc=z Re ve th #}ie signature of any author lizedliV°'ff v^e Ii;anid;sealjIof the Company heretofore or he>caft� ced _o—uiy power of attorney or any certificate ielatmg herEfacstirtiand any power of attorney, or cemf cafe bearing (facsimile signature or facsmmle=-sealxhall b>�validnd binding upon the Company with respect to - anyzond_ror under#aku94 o which it is attached IIII1III 4ilIIi1- _—_ IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 1 st day of December, 2014 AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURR-T-' 111O3YIPANY U.S. SPECIALTYIIINSUIRANCEiCOMPANY I'I P mO,II� p„n`nip,,, =` ulomnno=„pnWnau ` „ III p III �,I I,I SSU = G- _ 14,Ny c°'4E =oe )ffiR <w _W 9_ -W Ze _y Y , �o B y ss Daniel P. Aguilar, Vice President nunnoo" ngbnnm�a`o•. }&p- z is offer officer completing this) cert11fi ate verifies only the identity of the ndividu�fa hcougned the 0 6 CIO 16 u'� I'�'lll III II o,lv e„ ii RRNr �i�is certificate is attached,) andnot the11:ruthfulness, accuracy, or vaz�i f-at document "- 'luvll;6, 1611d of Los Angeles SS On this 1st day of December, 2014, before me, Maria G Rodnguez-Wong, a notary public, personally appeared Dan P Aguilar, Vice President of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U S Specialty Insurance Company who proved to me on the basis of- satisfactory evidence to be the person whosename i�subscnbed to the within instrument and acknowledged to me that he executed the same in — Ingo III I, ,"'1, �, jil I, R his-autho_nzed capacity, and that by his srgaat _ the�bs =Wfie person, or the entity uponlibehalf df1which11',4e person acted, executed thennstrumenY - _I eo f Cafom�rder!Fe lwtcertifyundePENALTY OF PERJIR a thaot II thtt e foregoing paragraph is true and correct _—WITNESS my hand and official seal MARIA G RODRIGUEZ-WONG Commission # 2049771 Signature (Seal) i a • Notary Public - Cahtornla i Z #os An eieCoun __= _ °'rllrll iil�l idll �I,I'I"II'I''III resA1eo20,2017 l- — - - ---- - - - Michael-ChaTelcson , Assistant Secretary of Amencan'Contractors Indemnity Company, xasBondiffg Company, United States Surety Company and U S Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect, furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect __ In Witness Whereof, I have hereunta�ge2 h!-dftd Wxed the seals of said,Compa -_of-February- 201-614 �n ,unn'°,p,,, !II II I �Ipinmurp —Co orate Seals u,, rpa-, cTOR,N,' `;P��g S`URFfyy' `0pr101NG CD :`mnY Inswa„� O_ _U n1COPIGnp[D BondNo 1001023325 =W iEPT 2313D0 Y ?r Y` Y s Ancyi =472 RiFoaH*' l P (%'It4 * Iil';l li 4°r4 e �E Py'' Anan�Fnao"`" CalifoiniathiON 6i T =day_= Michael Chalekson, Assistant Secretary THE FINAL PREMIUM 15 Bond No 1001023325 PREDICATED ON THE Premium $16,054 FINAL CONTRACT AMOUNT Issued in two (2) original counterparts PAYMENT BOND (LABOR AND MATERIALS) KNOW ALL PERSONS BY THESE PRESENTS WHEREAS, City of Huntington Beach (hereafter referred to as "City") has awarded to Angelus Waterproofing and Restoration, Inc 5731 McFadden Avenue, Suite B. Huntington Beach. CA 92649 (name and address of Contractor) (hereinafter referred to as "Principal"), a contract ("Contract") for the work described as follows CC-1534, Main Promenade Parking Structure Improvements Project (Project Title) WHEREAS, Principal is required under the terms of the Contract and the California Civil Code to furnish a bond to secure the payment of claims of laborers, mechanics, matenalmen, and other persons as provided by law, by a duly admitted surety insurer under the laws of the State of California (hereinafter referred to as "Surety"), and Surety is certified and listed in the U S Department of the Treasury Circular 570, and has provided proof of sufficient bonding limitation, as shown in said circular to provide bonds in the amount required by said Contract, and Surety has provided financial strength ratings from reputable companies, such as from A M Best, Moody's or Standard & Poor's, to validate that Surety has positive ratings of being secure or stable, and Surety is registered and listed with the California Department of Insurance NOW THEREFORE, we, the undersigned Principal, and U S _Specialty Insurance Company 625 The City Drive So, Suite 130, Orange, CA 92868 (name and address of Surety) as Surety, are held and firmly bound unto City in the penal sum of Eight Hundred Seventy Thousand Two Hundred Fifty -Two and 75/100 dollars ($ 870,252 75 ), this amount being not less than one hundred percent (100%) of the total price set forth in the Contract, In lawful money of the United States of Amenca, for the payment of which sum, well and truly to be made, we bind ourselves, and each of our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents THE CONDITION OF THIS OBLIGATION IS SUCH THAT, tithe Principal, his, her, or its heirs, executors, administrators, successors or assigns, or subcontractors shall fail to pay any of the persons named in Section 3181 of the California Civil Code ("Claimants") for all labor, materials or services used or reasonably required for use in performance of the work descnbed in the Contract, or any amounts due under the Unemployment Insurance Code with respect to work or labor performed by any such Claimant, or prevailing wages due and penalties incurred pursuant to Sections 1774, 1775, 1813 or 1815 of the Labor Code, or any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and Subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to the work or labor performed under the Contract, Surety will pay for the same, in an amount not exceeding the penal sum specified in this bond, otherwise, this obligation shall be null and void This bond shall inure to the benefit of any of the persons named in Section 3181 of the California Civil Code so as to give a right of action to such persons or their assigns In case any action is brought upon this bond, Surety further agrees to pay all court costs and a reasonable attorneys fee in an amount fixed by the court Page 1 of 2 15-4584/117357 PAYMENT BOND Surety stipulates and agrees, for value received, that no change, extension of time, alteration, addition or modification to the terms of the Contract, or any contract document or any work to be performed thereunder, whether made after notice or not, shall in any way affect, impair or release the obligations of Surety under this bond Surety hereby waives notice of any such change, extension of time, alteration, addition, or modification to the terms of the Contract, the contract documents or the work thereunder Surety also waives the provisions of California Civil Code §§ 2845 and 2849 IN WITNESS WHEREOF, each party represents and warrants that this instrument has been duly executed by Principal and Surety, on the date set forth below, that the name of each corporate party being affixed hereto is such parry's proper legal name and that the individuals signing this instrument have been duly authorized pursuant to the authority of its governing body Surety, by execution of this bond, waives any defense which Surety has or may have by reason of any failure of the Principal to execute or property execute this bond Dated February 16th, 2016 ATTEST Angelus Waterproofing and Restoration, Inc (Corporate Seal) (Principal Name) By OC Name Title ATTEST ( � �K (Corporate Seal) (Attach Attomey-in-Fact Certificate) U S Specialty Insurance Company (Surety Name) By Name Shaunna Burchfiel. Attomev-in-Fact (Signature of Attorney -in -Fact for Surety) (714) 740-7000 (Area Code 8 Telephone Number for Surety) APPROVED AS By E Gates, City7attorney -4( j b2" r Note This bond must be executed in duplicate and dated, all signatures must be notarized, and evidence of the authority of any person signing as attomey-in-fact must be attached Page 2 of 2 15-45841117357 PAYMENT BOND CALIFORNIAALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the Identity of the Individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document STATE OF CALIFORNIA County of Orange On February 16th, 2016 before me, Karen L Ritto Date Insert Name of Notary exactly as it appears on the official seal personally appeared Shaunna Burchfiel Name(s) of Signer(s) +� KAREN L RITTO COMM #2138527 w _ ^ y Notary Public -California 10� ORANGE COUNTY s' M—.•" My Comm Expires Dec 30, 2019 Place Notary Seal Above , Notary Public, who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct Witness my h' ft seal Signature OPTIONAL Sigr9ture of Notary Public Karen L Ritto 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 the form to another document Description of Attached Document Title or Type of Document Payment Bond Document Date 2/16/16 Number of Pages Two Signer(s) Other Than Named Above Capacity(ies) Claimed by Signer(s) Signer's Name Shaunna Burchfiel ❑ Individual ❑ Corporate Officer —Title(s) — ❑ Partner ❑ Limited ❑ General [� Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other Signer is Representing Top of thumb here Signer's Name ❑ Individual ❑ Corporate Officer —Title(s) — ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other Signer is Representing "III,,I'Ili 4 i'Ir „ I' II POWER OF ATT412 AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY _ =KNOW _=ALL MEN BY THESE PRESENTS_ at _mencan Contractors Indemnitylq (Company, a California corporation' xas _ _Bonding Company; an assumed na t_ m2nlca oufractors Indemnity -Company,United ;States Surety Co pany a lvl rary�and= _-- _ -- j ,I rl,l i,l 'I IIIiI vl c< it l,1 „ _ corporafionl�an� U=S Specialty Inss ar# t bin r _ exas corporation',(collectrvelyl,!Ilthell' ('Companies ), do by these pieserits� e, r--=constitute and appoint - — Daniel Huckabay, Andrew Waterbury, Arturo Ayala, Dwight Reilly or Shaunna Burchfiel of Orange, California —its riie_aat�d aw u Attorney(s)-tn-faclt, eaclsl inglth11111'eirllllselplarate capacity if more than=one_�am�bove, with full power and authonty �ieon%rredrts name, place d� st adll', tl a ecuteill acknowledge anvva a> all �niids, recognizances, undertakings _ �I� nlu II 'Ih��lllll IIdIIIII'q'l'I 'I'I _ - or the�inst lime its or contra' s of ,Sul Ile SllhiI' l , l n lude riders, Awe m ts�n�c_�ns=s of surety, piov_iding the bona -_Penalty does not exceed llllh'IIII;III'I; I'Id�l,lb ******TwentyMilhon****�= = Dollars ($-*20000;00000* ) This Power of Attorney shall expire without further action on December 20, 2017 This Power of Attorney is granted under and by authority of the following resolutions adopted by the Boards of Directors of the Companies Be it Resolved, that -the President, any Vice -President an � istant-Wlce-President, any Secretary olr anyl,iAssistanit (Secretary shall be and is hereb11 y vested with full= _- _pewer and-to-fo_appomt any one or m_ti uftatile rsons s_ _mey(s�m-Fact to represent aiid act'foi arSd onl behalf of the Company_=ssu ectt � th>F=follw�nn provisions = _ _ II II I' I, 1p ,' ill III III i1, III III III III' ill 'l�n' ill III' ,'i l Attorney=m=Fac! may 6e given full power- i — fuiRw=1iM- a name of and on behalf olf the Company;'',to execute, acknowledge anlve�aa ana-all nos — recognizances, contracts, agreements or indemnityand other conditional or obligatory undertakings, including any and all consents forlth ea a of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or termmatmg the Company's liability thereunder, and any such mstruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary Beat Resawed tha[ie signature of any authonzedpofficer,Md lsealiofl (the Company heretofore or hereafter= ffixed til power of attorney or any cernficat_e_relating=_ them o facsimile avid any power of attomeyllor cerhfi'cate bearangi facsimile signature or facsmiile==seal_MII Mwilit mud binding upon the 0_69pa64ith respect to T M- hMonl undeft—onno which it is attached Itil ql Id�llll' U Ijl �l!i Ill lll' II''ill I'll111 Ills = — — = _ _ - -_ IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 1 st day of December, 2014 AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY -- UNITED STATES S1 MWANY U.S. SPECIALTY INS I NUr1' % PANY - -_ C6rrporate=Sea1_s_�_j' —s _- — —_ __ \, p❑4tt\A„„ ,,,r— `nn ' f' ' ',4 Ili, I, '''ll h �I,,,l,,,,�l �II , (Iy�' c-`�oatBACTOgs �o y `` Pq� . ,_ BA4MY �_ - `4 1_ lnwraq�e - C',''a _ R y i - m Py ; - Daniel P.Aguilar, ice President s V iFORM\o°�� wnn\ \\\r OF T6ol officer com certificate is SS L only the identity ess, accuracy, or On this 1st day of December, 2014, before me, Mania G Rodnguez-Wong, a notary public, Contractors Indemnity Company, Texas Bonding Company, United States Surety Company the basis of_satisfactory evidence to be the person whose -name ss=subscnbed to the within i -his authonzed'_capaciCy, and that by his s_ gature zn th&anspumffi-rithe person, or the entity,,;u I ce_rtt under PENALTY OF PERJUit-YRirt�erMe IN&4 Mtate-of California thai,the'fo - --_ - - - — _ , upull1i19'I -WITNESS my hand and official seal _ _ personally appeared Dan P Aguilar, Vice President of American and US Specialty Insurance Company who proved to me on nstnu lent land acknowledged to me that he executed the -same in pon;beh'alf ofiwhicli'gthe person acted, exe_cut-3 the=instnunent Ili mVo nuar'ra, L,l, — _ — — — — '' I'll'�d',ti II'IIJ;Ij� ,ihPl'lli�lill''' I Il�il regoing'Iparagrapli� is 'true and correct it,, Ili A ._ MARIA G RODRIGUEZ•VUONG Comnnssion # 2049771 Signature (Seal) i "- . Notary Public California z Z _ -os An0 eras=Coupl es > ` Ireluac20.2011 It — 'lIP'I' 'pl'lpl I,I l„I IIIII �Illill"4;IIl,Irl J,�II ','91a1' , Fcha halekson ,Assistant Secretairydlof Amencan"Co tractors Indemnity Company,��xas`-:Ionding Company, United States=Surety Company and U S Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect, furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect s=—ImWL itrZ Whereof, I have hereunto -set M hafts d_ ed the seals of -of-_= February Corporate Seals cr"o, .,,_ °Es"s"uRF y `opr1OI IN Q'� T`'s 0 O'c O' Q q _U MEgVORYm y= _� 1�M� 3 W 2 Bond No 1001 n2'1325 0=472 Foat•�t �I p I'P14ir�1;l' I'I'jI di''�i`'r4rf of T�PSr — —_ _— "'nmll'ni�i" lull illl ,II„Ill Irll�IIII,I HI \nno\\\•o III'IAll � Ili ''I, llli1,i ill `,I Il;l,ll�jl "'I'lll''ltlll" 'O ll' _. igeles, Cahf6rniaAhrs-16 th_ ael Chalekson, Assistant Secretary Company Profile Page 1 of 2 Company Profile Company Search Company Search Results Company Information Old Company Names Agent for Service Reference Information NAIC Group List Lines of Business Workers' Compensation Complaint and Request for Action/Appeals Contact Information Financial Statements PDF's Annual Statements Quarterly Statements Company Complaint Company Performance & Comparison Data Company Enforcement Action Composite Complaints Studies Additional Info Find A Company Representative In Your Area View Financial Disclaimer COMPANY PROFILE Company Information Old Company Names U S SPECIALTY INSURANCE COMPANY 13403 NORTHWEST FREEWAY HOUSTON, TX 77040-6094 Effective Date EASTERN AVIATION & MARINE INSURANCE COMPANY 12/21/1993 U S SPECIALTY INSURANCE COMPANY DBA USSPECIALTY 05/16/1996 INSURANCE COMPANY Agent For Service NANCY FLORES 818 WEST SEVENTH STREET SUITE 930 LOS ANGELES CA 90017 Reference Information NAIC # 29599 California Company ID # 3220-1 -� Date Authorized in California 10/30/1989 License Status UNLIMITED -NORMAL Company Type Property & Casualty-� State of Domicile TEXAS -� back to top NAIC Group List NAIC Group # 3098 Tokio Marine Holdings Inc GRP Lines Of Business The company is authorized to transact business within these lines of insurance For an explanation of any of these terms, please refer to the glossary AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY CREDIT DISABILITY FIRE LIABILITY MARINE MISCELLANEOUS SURETY https //Interactive web insurance ca gov/companyprofile/companyprofile?event=companyPr 3/3/2016 Company Profile Page 2 of 2 TEAM AND VEHICLE WORKERS' COMPENSATION back to top © 2008 California Department of Insurance https //Interactive web insurance ca gov/companyprofile/companyprofile?event=companyPr 3/3/2016 CONTRACTOR'S SWORN STATEMENT AND WARRANTY REGARDING CONTINUING INSURANCE OBLIGATIONS 'gJj0hM frPROJECTAnn Romenadc Na-(n (Contractbr Name)' �� � � �' 1 it ' .• i� (Street Address) I (City, State a6d Zip) TO: CITY OF HUNTINGTON BEACH DECLARATION Attached hereto is a true and correct copy of the current Certificate of Insurance and Additional Insured Endorsement CG 2010 1185, which Certificate compiles with the Insurance requirements of the Contract by and between the City of Huntington Beach ("City') and the above -named Contractor {"Contractor'o for the above -described project ("Project"). I declare under penalty of perjury under the laws of the State of California that the above statement is true and correct. Signed on RbyuomI '� 20j_gat un-erica Lb,�_G__ (Date) (ity, State) (Signature of Individual Who is Making Dedaratton) WARRANTY Contractor hereby warrants and agrees to maintain Products and Completed Operations Insurance in compliance with the insurance requirements of the Contract for the Project Said insurance shall be maintained through and until the expiration of all Warranties provided by Contractor Said insurance shall contain Additional Insured Endorsement CG 2010 1185, naming City as an additional Insured, Contractor shall supply to City, on at least an annual basis, a Certificate of Insurance and tine aforementioned Endorsement evidencing conbnued coverage which meets the Contract r quirements. Signed on t ev 20tat C CIS (Date (G , State) • 1 �•.� / Ill 1 I , MIA 1 t- �a N. • rif�JlrC.'E�'' z776zr 2 A� " CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 3/2/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s) PRODUCER Brown & Brown Insurance Services of CA, Inc 2401 E Katella Ave Suite 550 Anaheim CA 92806 CONTACT NAME Jessica Olg uln PHONE (714)221-1800 (FAX No) (714)221-4196 -MAIL Ol u1n@bbsocal com ADDRESS g INSURERS AFFORDING COVERAGE NAIC# INSURERAToklo Marine Specialty Insurance 23850 INSURED Angelus Waterproofing & Restoration, Inc 5731 McFadden Ave Suite B Huntington Beach CA 92649 INSURERBNatlonwide Mutual Insurance Company 23787 INSURERC C ress Insurance Company (CA) 10855 INSURERDAXIS Surplus Insurance Company 26620 INSURER INSURER COVERAGES CERTIFICATE NUMBER 15/16 Master REVISION NUMBER THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR LTR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF fY MWDDYYY POLICY EXP MM/DDfYYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A CLAIMS MADE Fx_1 OCCUR DAMAGE TO RENTED -PREMISES (Ea occurrence) $ 100,000 MED EXP (Any one person) $ EXCLUDED PPK1410518 10/20/2015 10/20/2016 PERSONAL BADVINJURY $ 1,000,000 GEN L AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2,000,000 POLICY ❑X JECT PRO ❑ LOC PRODUCTS - COMP/OPAGG $ 2,000,000 Employee Benefits $ 1,000,000 OTHER AUTOMOBILE LIABILITY (CEO MBaccdentINED SINGLE LIMIT $ 1,000,000 BODILY INJURY (Per person) $ B X ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS ACP7835723262 7/1/2015 7/1/2016 BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ NON -OWNED X HIRED AUTOS X AUTOS $ X Ded $1000 X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 91000,000 AGGREGATE $ 9,000,000 A EXCESS LIAB CLAIMS -MADE DED I I RETENTION$ None $ PUB518843 10/20/2015 10/20/2016 C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? ❑N (Mandatory in NH) N / A ANWC605019 7/1/2015 7/1/2016 X PER OTH STATUTE ER E L EACH ACCIDENT $ 1,000,000 E L DISEASE - EA EMPLOYE $ 11000,000 E L DISEASE POLICY LIMIT $ 11000,000 If yes descnbe under DESCRIPTION OF OPERATIONS below (CA) B RENTED/LEASED EQUIPMENT ACP7835723262 7/01/2015 7/01/2016 LIMIT 150000 DED 500 D POLLUTION LIABILITY ELZ784508012015 11/20/2015 11/20/2016 LIMITS $2M AGG/$1M OCC DED $10, 000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required) RE MAIN PROMENADE STRUCTURE CITY OF HUNTINGTON BEACH ITS OFFICERS, ELECTED OR APPOINTED, OFFICIALS, EMPLOYEES, AGENTS AND VOLUNTEERS ARE INCLUDED AS ADDITIONAL INSURED AS RESPECTS LIABILITY AND AUTO LIABILITY REGARDING �TOO��GENERAA�L PRI GQAlAC 01 /10 TIONS OF NAMED ERM OPE �CHEDANENDT NON-CCONTRIBUTORY APPLIESPT L SIIml E PIC0GLN3020 10/13ARGENERAL LIABILITY WOS APPLIES AS PER ENDT CG2 04 (0509) CITY OF HUNTINGTON 2000 MAIN STREET P.O.BOX 190 HUNTINGTON BEACH, e L;ANL;tLLA I IUN B L SH i i n oNY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE BEACH y: V �' ��FFBN DATE THEREOF, NOTICE WILL BE DELIVERED IN Ichael Gates, City ktfffthDANCE WITH THE POLICY PROVISIONS CA 92648 AUTHORIZED REPRESENTATIVE Camilo Sharpe/ACHACO ©1988-2014 ACORD CORPORATION All rights reserved ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD INS025 rgnl4nn POLICY NUMBER PPK1410518 COMMERCIAL GENERAL LIABILITY CG 2010 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modes insurance provided under the following - COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organ ization(s) CITY OF HUNTINGTON BEACH 2000 MAIN STREET P O BOX 190 HUNTINGTON BEACH, CA 92648 THE CITY OF HUNTINGTON BEACH ITS OFFICERS, ELECTED OR APPOINTED OFFICIALS, ELECTED OR APPOINTED OFFICIALS, EMPLOYEES, AGENTS AND VOLUNTEERS ARE INCLUDED AS ADDITIONAL INSUREDS Of Covered RE MAIN PROMENADE STRUCTURE I Information required to complete this Schedule, if not shown above, will be shown in the Declarations J A. Section tl — Who Is An Insured is amended to 2. If coverage provided to the additional insured is include as an additional insured the person(s) or required by a contract or agreement, the organization(s) shown in the Schedule, but only insurance afforded to such additional insured with respect to liability for "bodily injury", "property will not be broader than that which you are damage" or "personal and advertising injury' required by the contract or agreement to caused, in whole or in part, by provide for such additional insured 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf, in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However 1. The insurance afforded to such additional insured only applies to the extent permitted by law, and CG20100413 ©Insurance Seances Office, Inc, 2012 Page 1 of 3 B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply This insurance does not apply to "bodily injury" or "property damage" occurnng after. 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project Page 2 of 3 0 Insurance Services Office, Inc., 2012 CG 2010 0413 C. With respect to the Insurance afforded to these additional insureds, the following is added to Section III — limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement, or 2. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less This endorsement shall not increase the applicable Limits of Insurance shown In the Declarations CG 2010 07 04 © ISO Properties, Inc, 2004 Page 3 of 3 POLICY NUMBER PPK1410518 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: CITY OF HUNTINGTON BEACH 2000 MAIN STREET P O BOX 190 HUNTINGTON BEACH, CA 92648 RE MAIN PROMENADE STRUCTURE THE CITY OF HUNTINGTON BEACH, ITS OFFICERS, ELECTED OR APPOINTED OFFICIALS, EMPLOYEES AGENTS AND VOLUNTEERS ARE INCLUDED AS ADDITIONAL INSUREDS Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included to the "products - completed operations hazard" This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 © Insurance Services Office, Inc , 2008 Page 1 of 1 C] Named Insured Angelus Waterproofing & Restoration, Inc Policy Number PPK1410518 PIC-GLN-020 (10/13) Policy Term 10/20/15 - 10/20/16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NON-CONTRIBUTORY INSURANCE This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART A SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, 4 Other Insurance, and all subparts thereof, as contained in the policy is deleted in its entirely and replaced with the following condition 4 Other Insurance If all of the other insurance permits contribution by equal shares, we will follow this method unless the insured is required by written contract signed by both parties, to provide insurance that is primary and noncontributory, and the "insured contract" is executed prior to any loss Where required by a written contract signed by both parties, this insurance will be primary and non-contributing only when and to the extent as required by that contract However, under the contributory approach each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first If any of the other insurance does not permit contributory by equal shares, we will contribute by limits Under this method, each insurer's share is based on the ratio of its applicable limit if insurance to the total applicable limits of insurance of all insurers All other terms, conditions and exclusions under the policy are applicable to this endorsement and remain unchanged Page 1 of 1 I Named Insured Angelus Waterproofing & Restoration, Inc Policy No ACP783 5723262 Policy Term 7/1/2015 - 7/1/2016 COMMERCIAL AUTO AC 01 02 03 10 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM A CHANGES FOR TRAILERS AND FARM EQUIPMENT 1 Under the COVERED AUTOS SECTION, the following are added to Paragraph C Certain Traders, Mobile Equipment and Temporary Substitute Autos 4 "Traders" designed to be towed by a pri- vate passenger type "auto" or a pickup, panel truck or van if not used for busi- ness purposes, other than farming or ranching 5 Farm wagons or farm implements while being towed by a covered "auto" B CHANGES FOR ADDITIONAL NEWLY ACQUIRED VEHICLES 2 Paragraph B 2 of the COVERED AUTOS SECTION is replaced by the following 2 If Symbol(s) 7 or 67 is entered next to coverage in Item Two of the Declara- tions, an "auto" you acquire will be a covered "auto" for that coverage only if a We already cover at least one "auto" you own for that coverage or it rep- laces an "auto" you previously owned that had that coverage, and b You tell us within 30 days after you acquire it that you want us to cover it for that coverage The most we will pay for Physical Damage Coverage for "loss" under this Coverage Ex- tension is $100,000 per "auto", subject to the largest deductible applicable to any "au- to" for that Coverage C BLANKET ADDITIONAL INSURED Any person or organization which you have agreed to name as an additional insured in a written contract, executed prior to an acci- dent, other than a contract for the lease or rental of a vehicle is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" un- der the Who Is An Insured Provision con- tained in the LIABILITY COVERAGE SECTION of the Coverage Form D REPLACED EXCLUSIONS The Expected or Intended Injury Exclusion in the LIABILITY COVERAGE -SECTION is replaced by the following Expected or Intended Injury "Bodily injury" or "property damage" which is expected or intended by the "insured" This exclusion applies even if the resulting "bodi- ly injury" or "property damage" a is of a different kind, quality or degree than initially expected or intended, or b is sustained by a different person, entity, real property, or personal property than that initially expected or intended E ADDITIONAL EXCLUSIONS The following exclusions are added to the LIABILITY COVERAGE SECTION Damage to Named Insured's Property Any claim or "suit" for "property damage" by you or on your behalf against any other per- son or entity that is also a Named Insured under this policy Abuse or Molestation "Bodily injury" or "property damage" arising out of a The actual or threatened abuse or molestation by anyone or any person while in the care, custody or control of any "insured", or b The negligent 1) Employment, AC 01 02 03 10 Includes copyrighted material of Insurance Services Office, Inc , Page 1 of 4 with its permission 11 AC 01 02 03 10 2) Investigation, 3) Supervision, 4) Reporting to the proper authorities, or failure to so report, or 5) Retention, of a person for whom any "insured" is or ever was legally responsible and whose conduct would be excluded by Para- graph a above Abuse means an act which is committed with the intent to cause harm Explosives "Bodily injury" or "property damage" caused by the explosion of explosives you make, sell or transport Rolling Stores If a covered "auto" is a rolling store, "bodily injury" or "property damage" resulting from the handling, use or condition of any item the "insured" makes, sells or distributes if the injury or damage occurs after the "in- sured" has given up possession of the item Wrong Delivery of Liquid Products "Bodily injury" or "property damage" result- ing from the delivery of any liquid into the wrong receptacle or to the wrong address, or from the delivery of one liquid for another, if the "bodily injury" or "property damage" occurs after the delivery has been com- pleted Delivery is considered completed even if fur- ther service or maintenance work, or correc- tion, repair or replacement is required be- cause of wrong delivery Professional Services "Bodily injury" a Resulting from the providing or the fail- ure to provide any medical or other pro- fessional services b Resulting from food or drink furnished with these services "Bodily injury" or "property damage" result- ing from the handling of corpses F MOTOR HOME CONTENTS COVERAGE 1 For a covered "auto" that is a motor home the following exclusions are added to the PHYSICAL DAMAGE COVERAGE SECTION Motor Home Contents This insurance does not apply to a "Loss" to the covered "auto's" contents, except equipment usual to trucks or pri- vate passenger "autos" b "Loss" to TV antennas, awnings or ca- banas c "Loss" to equipment designed to create added living facilities However, these exclusions do not apply if Miscellaneous Personal Property Coverage is provided by endorsement to this policy G ACCIDENTAL AIRBAG DISCHARGE COVERAGE Under Paragraph B 3 a of the PHYSICAL DAMAGE SECTION, the following is added Mechanical breakdown does not include the ac- cidental discharge of an airbag H PHYSICAL DAMAGE LIMIT OF INSURANCE Under PHYSICAL DAMAGE COVERAGE SECTION, Paragraph C , Limit of Insurance is replaced by the following C Limit Of Insurance 1 The most we will pay for "loss" in any one "accident" is the lesser of a The actual cash value of the damaged or stolen property as of the time of the "loss", or b The cost of repairing or replacing the damaged or stolen property 2 $1,000 is the most we will pay for "loss" in any one "accident" to all electronic equip- ment that reproduces, receives or transmits audio, visual or data signals which, at the time of "loss", is a Permanently installed in or upon the covered "auto" in a housing, opening or other location that is not normally used by the "auto" manufacturer for the instal- lation of such equipment b Removable from a permanently installed housing unit as described in Paragraph 2 a above or is an integral part of that equipment, or c An integral part of such equipment 3 An adjustment for depreciation and physical condition will be made in determining actual cash value in the event of a total "loss" Page 2 of 4 Includes copyrighted material of Insurance Services Office, Inc , with its permission AC 01 02 03 10 4 The cost of repairing or replacing may a Be based on an estimate which includes parts furnished by the original equip- K ment manufacturer or other sources in- cluding non -original equipment manu- facturers and b Include a deduction for betterment for a part or parts that are normally subject to repair or replacement during the useful life of the "auto", such as, but not limited to tires and batteries Betterment means the difference be- tween the actual cash value of a part immediately before the "loss" and the cost to replace that part with a new part 5 If we offer to pay the actual cash value of the damaged or stolen property, we will val- ue auto advertising wraps, paint customiza- tion, and similar business related advertising modifications, in addition to the actual cash value of the property Auto advertising wraps, paint customization, and similar business related advertising modifications will be valued at the cost to replace them with an adjustment made for depreciation and physical condition I GLASS REPAIR —WAIVER OF DEDUCTIBLE Under Paragraph D Deductible of the PHYSICAL DAMAGE COVERAGE SECTION, the following is added No deductible applies to glass damage if the glass is repaired rather than replaced J AMENDED DUTIES IN EVENT OF ACCIDENT, CLAIM, SUIT, OR LOSS The requirement in Loss Condition 2 a Duties In the Event Of Accident, Claim, Suit Or Loss — of the BUSINESS AUTO CONDITIONS SECTION and the MOTOR CARRIER CONDITIONS SECTION that you must notify us of an "acci- dent", "claim", "suit", or "loss" applies only when the "accident", "claim", "suit", or "loss" is known to 1 You, if you are an individual 2 A partner, if you are a partnership, 3 An executive officer or the employee desig- nated by you to give such notice if you are a corporation, or AC 01 02 03 10 4 A member, if you are a limited liability com- pany UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS The BUSINESS AUTO CONDITIONS SECTION and MOTOR CARRIER CONDITIONS SECTION— B 2 are amended by the addition of the following If you unintentionally fail to disclose any hazards existing at the inception date of your policy, we will not deny coverage under this Coverage Form because of such failure However, this provision does not affect our right to collect addi- tional premium or exercise our right of cancella- tion or nonrenewal AUTOS HIRED OR RENTED BY EMPLOYEES If hired or rented "autos" are covered "autos" on this policy, the following provisions apply A Changes In Liability Coverage The following is added to the Who Is An In-- sured Provision in the LIABILITY COVERAGE SECTION An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your busi- ness B Changes In General Conditions Paragraph 5 b of the Other Insurance Condition in the Business Auto Coverage Form and Paragraph 5 f of the Other Insur- ance Condition in the Motor Carrier Cover- age Form are replaced by the following For Hired Auto Physical Damage Coverage, the following are deemed to be covered "au- tos" you own 1 Any covered "auto" you lease, hire, rent or borrow, and 2 Any covered "auto" hired or rented by your "employee" under a contract in that individual "employee's" name, with your permission, while performing duties re- lated to the conduct of your business However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto" AC 0102 03 10 Includes copyrighted material of Insurance Services Office, Inc , Page 3 of 4 with its permission AC 01 02 03 10 M EMERGENCY LOCKOUT — PRIVATE PASSENGER VEHICLES We will reimburse you up to $50 for reasonable expense incurred for the services of a locksmith to gain entry into your covered "auto" of the pri- vate passenger type subject to these provisions 1 Your door key or key entry pad has been lost, stolen or locked in your covered "auto" and you are unable to enter such "auto" , or 2 Your key or key entry pad has been lost or stolen and you have changed the lock to prevent an unauthorized entry, and 3 Original copies of receipts for services of a locksmith must be provided before reim- burse ment is payable N LIBERALIZATION Paragraph 3, of the General Conditions is re- placed by the following If we adopt any revision that would broaden the coverage under this policy without additional premium within 60 days prior to or during the policy period, the broadened coverage will im- mediately apply to this policy All terms and conditions of this policy apply unless modified by this endorsement Page 4 of 4 Includes copyrighted material of Insurance Services Office, Inc , AC 01 02 03 10 with its permission City of Huntington Beach 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachca.gov Office of the City Clerk Joan L. Flynn, City Clerk March 8, 2016 Angelus Waterproofing and Restoration, Inc ATTN Stephan Claus 573' McFadden Ave, Ste B Huntington Beach, CA 92649 Re Main Promenade Parking Structure Improvements— CC-1534 The City Council awarded the bid to your company for the above referenced project Enclosed is a copy of the executed contract with the City of Huntington Beach A Certification of Compliance with Title VII of the Civil Rights Act, Certification of Compliance with Prevailing Wage Laws and Contractor's Certificate form must be returned to this office after the project is completed but prior to the release of retention funds In addition, the following item must also be on file, with this office before the City can release any retention funds A warranty bond guaranteeing the final amount of work and materials for one year If your performance bond does not include specific wording for a one-year warranty, then a rider or separate bond must be submitted Should you have any questions or concerns regarding the enclosures or items that must be on file in this office prior to release of retention funds, please call the Public Works Department at 536-5517 Sincerely, Joan L Flynn, CIVIC City Clerk JF pe Enclosures Copy of Contract including Proposal Copies of insurance/bonds Bid Bond (original) Sister Cities Anjo, Japan ♦ Wartakere, New Zealand Dept ID PW 16-003 Page 1 of 2 Meeting Date 2/1/2016 44::Nlo 4/eet 7-0 CITY OF HUNTINGTON BEACH REQUEST FOR CITY COUNCIL ACTION MEETING DATE: 2/1/2016 SUBMITTED TO: Honorable Mayor and City Council Members SUBMITTED BY: Fred A Wilson, City Manager PREPARED BY: Travis K Hopkins, PE, Director of Public Works SUBJECT: Award and authorize execution of a construction contract, in the amount of $870,252 75, to Angelus Waterproofing & Restoration, Inc for the Main Promenade Parking Structure Improvements Project, CC-1534, and, authorize 15% contingency for change orders Statement of Issue On January 12, 2016 bids were opened for the Main Promenade Parking Structure Improvement Project, CC-1534 City Council Action is requested to award the construction contract to Angelus Waterproofing & Restoration, Inc, the lowest responsive and responsible bidder Financial Impact Funds are available in the Infrastructure Fund, Account No 31445003 Recommended Action A) Accept the lowest responsive and responsible bid submitted by Angelus Waterproofing & Restoration, Inc, in the amount of $870,252 75, and, B) Authorize the Mayor and City Clerk to execute a construction contract in a form approved by the City Attorney, and, C) Authorize the Director of Public Works to expend up to 15% contingency to cover unanticipated change orders Alternative Action(s) Reject all bids and provide staff with an alternative direction Analysis The Main Promenade Parking Structure was constructed approximately 25 years ago and is showing signs of deterioration common to concrete structures located in a marine environment In early 2015, Walker Parking Consultants prepared a Maintenance Study, identifying approximately $3 million in repairs over the coming years $1 5 million was appropriated to the FY 2014-15 budget to start addressing these maintenance efforts A large portion of the project involves waterproofing the floors Prior to applying this coating, concrete spalling in the floor, as well as beams and walls, will be repaired Other maintenance items such as replacement of stair treads and other safety items, will be addressed New lighting is not a part of this contract, but is being procured separately utilizing the same budget Item 9. - 1 HB -104- Dept ID PW 16-003 Page 2 of 2 Meeting Date 2/1/2016 The bids for this project were publically opened on January 12, 2016, with the verified bid amounts listed below Bidding Contractor Submitted Bid Verified Bid ANGELUS WATERPROOFING $806,96900 $813,183 75 JOHN ROHRER CONTRACTING $899,42200 $899,422 00 SLATER WATERPROOFING $979,33900 $979,33900 STRUCTURAL GROUP INC 1 091 296 00 $1,091,644 17 PUB CONSTRUCTION INC $1,116,865 00 $1,116,945 00 RSB GROUP 1,155,715 00 $1,156,085 00 M S CONSTRUCTION MANAGEMENT $1 189 089 00 $1,189,089 00 TWO BROTHERS CONSTRUCTION $1,197,339 00 $1,197,339 00 HOWARD RIDLEY CO $1,336,174 00 $1,525,590 64 MINAKO AMERICA $1 354 550 00 1 354 550 00 FUTURE DB INTERNATIONAL 1 378 049 00 $1,378,049 00 TRUESDELL CORPORATION 1 384 384 00 $1,384,384 00 ACCESS PACIFIC $1 914 250 00 $1,278,076 00 Included in the bid solicitation was an additive bid item to provide painting the walls and ceilings Angelus Waterproofing & Restoration, Inc provided a bid of $57,069 00 for this item Staff recommends adding this item, for a total contract amount of $870,252 75 The total estimated project cost is $1,050,000, which includes the construction contract, project management, construction contingency and supplemental expenses Environmental Status The project is categorically exempt pursuant to Class 1, Section 15301 of California Environmental Quality Act Strategic Plan Goal Enhance and maintain infrastructure Attachment(s) 1 Vicinity Map xB -105- Item 9. - 2 N t yr f O (! _ C €� I 3 F Atlantai Ave f MAIN PROMENADE PARKING STRUCTURE LOCATION MAP HB -106- =116/6-ST._H&M Item 9. - 3 CITY OF HUNTINGTON BEACH Main Promenade Parking Structure Improvements C.C. NO. 1534 BID OPENING DATE: January 12, 2016 TIME: 2:00 PM ENGINEER'S ESTIMATE: $1,200,000 BIDS SUBMITTED (AS READ AT OPENING) No. 9IDDIER'S NAME IZANK APPARENT BID AMOUNT 1 Access Pacific / l 2 AJ Fistes Corporation 3 Angelus Waterproofing 4 BCN Group, LLC 5 Caltec Corp 6 Contech Services, Inc. 7 Future DB International Inc. / 8 GMZ Engineering 9 Hamilton -Pacific Inc. 10 Horizons Construction Company 11 Howard Ridley -Co Inc 12 Interlog Construction 13 John Rohrer Contracting Company -� -3 100 / d� 14 Kitson Contracting Inc. 15 M.S. CONSTRUCTION MGMNT. GROUP 16 Minako America Corporation DBA Minco 17 Modern Parking Inc. 18 PUB CONSTRUCTION, INC 19 RSB Group ,_ s�- �s 00 20 Sir G All Construction 21 Slater Waterproofing, Inc. 70 3j ©a 22 Structural Group, Inc. / 01911:7� 94� ao 23 STS Construction Inc. 24 Truesdell Corporation 25 Two Brothers Construction Corp f o0 CC-1534 Bid Opening Worksheet LU -' > Cl- LLf o N J} Ul 5e C7 CV X -IJV38 NOI!) JINfjVj j0 A llo 00 :z E4d z I NVr sloa o C- p • � .� o-Cc7 NZo 9 r i o y' i n N C:) r--5rn/3-/L. — / L1/O SECTION A NOTICE INVITING SEALED BIDS for the construction of MAIN PROMENADE PARKING STRUCTURE IMPROVEMENTS CC No. 1534 in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH, as AGENCY, invites sealed bids for the above stated projects and will receive such bids in the office of the City Clerk, Second Floor, 2000 Main Street, Huntington Beach, California 92648, up to the hour of 2 00 pm on January 12, 2016. Bids will be publicly opened 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 $50.00 nonrefundable fee if picked up, or payment of a $75.00 nonrefundable fee if sent by UPS ground delivery (bidder shall pay additional costs for special delivery) Plans, Specifications, and contract documents can be downloaded free on AGENCY websrte http //www huntingtonbeachca ov/aovernment/departments/public works/Bids/ 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 5% 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 Public Contract Code, Section 10263 The Contractor shall be beneficial owner of the surety and shall receive any interest thereon The AGENCY hereby affirmatively ensures that mmonty 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. A-1 No bid shall be considered unless it is prepared on the approved Proposal forms in conformance with the Instructions to Bidders as determined by the AGENCY The bid must be accompanied by a certified check, cashier's check, or bidder's bond made payable to the AGENCY for an amount no less than 10% of the amount bid. The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractor's License Class A at the time of the bid opening The successful Contractor and his subcontractors will be required to possess business licenses from the AGENCY All extension of unit prices will be subject to verification by the AGENCY In case of a variation between the unit price and the extension, the unit price will govern Project Description The project consists primarily of maintenance repairs and improvements to the existing parking structure including but not limited to, concrete repairs, waterproofing repairs, mechanical repairs, painting, traffic markings, stair replacement and other miscellaneous maintenance repairs required in the parking structure Engineer's Estimate of Probable Cost: $1,200,000 There is No Pre -bid Meeting The contract shall allow the Contractor 85 working days to complete the contract The AGENCY reserves the right to reject any or all bids, to waive any irregularity and to take all bids under advisement for a maximum period of 60 days BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH, CALIFORNIA, the 8th day of September 2015, by Resolution No 2015-47. Attest Joan L Flynn CITY CLERK OF THE CITY OF HUNTINGTON BEACH A-2 UNSUCCESSFUL BIDS CC-1534 Main Promenade Parking Structure Improvements City of Huntington Beach 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachea.gov Office of the City Clerk Joan L. Flynn, City Clerk April 1, 2016 Access Pacific 755 E Washington Blvd Pasadena, CA 91104 RE Main Promenade Parking Structure Improvements— CC-1534 Enclosed please find your original bid bond for CC-1534 Sincerely, Joan L Flynn, CIVIC City Clerk JF pe enclosure Sister Cities Anjo, Japan ♦ Waitakere, New Zealand t _. + � �»� xa� � • �"4 �''r � � r , ', .{ ., s `o" u, �,r r, t �+r, , ,-�. �^�"� �r.c a t' S'. �'�`�i' �3`` i � v ' M .. � v u .. 5"y�` ,, .= � r � �7 �:•r�,{.� , sr�, r'i3t^ .^ h^k,,. "xF ��9th� ct"u�''"'.c��'i, ti2'�'�ix+gC}�h 1ha•, a'�i E ,x f .'�'� , u"f+ aFt,F s,r' f {,r~,d t $y y ex .t s „ to 4' a c�. <� x"wy(,y� � 4 .rt„+� i V r' .SA iw'V;,w yft _r„�; .:' ' `" �{[•r 5z�C�'3 �R s. �.���^Fw ,, `�,K� r+•�CS stif y,4_ ` 'FT „�YwN � r a .. , �J�a; � , t^,`.6 ��="��55� . t »i^ ;fit," ,3i,1 tt 1 ' r " ` t� a it ��, pf .,.�q'�" ; ^ ,w ray{'*i'"•t x `,_'n+�sF��4 " t {I �"atf , "r , " x!t `�'Sw'sr+'�: 4f a' iLH 'NSY Jy " al E' Y4 T tz N • 1 n "'_ ' r rya O W CD<-n s fD =� 00 ffl n ca jv44I °'`k' ��'' �,,,"i�„+� x. 2� t 1^'•�'+, u+ ,� .�, t; iw ";s �% C. rnf ash `� ;✓�",m r4t'�:'� ° �,L �`° fD 00 ;� e f .'r"t.`wiiY'."s� •4 a ,",� i ' 'u� x'`�a�`, "p''4�? r, a pl a� -,.'^4,,=�,ty� � � S _ `� 11 � � _ �' Lr✓ w � v}'" �` '� � `�f'�krt ��t C ' * ,, �fh Y" T �^ Y ' ate Y�• r M ' { s*ry v�� ly y My Yet C ` ^ �t, 10 �sia��e'`` r ' ��' � Y `� `� t•a^^�3� , ^�4d1 `� ,tit;= *tee, � �, w r 4w °cep, x3q° w� - � ' ' r� L d Ai k, ���"rn^ '�� r s4 „'� fri •'nt -{� iai,.✓',(�„ ^' ICE °+`'��i"i r e5 si ap '��sa8' , Fa t f rr° i � + 9,�Fo k . S ,f ,i , � y 'J _ � L r � ., � ,� • x�Fi , ' t �'E •`t* w^,� r t r , , ,,, r ✓;ce,Ye; = 5 A � � 5�K'pta "T t 4i qo,+� tis��� '` � t 13 � �M're �ir�F. t rY _ 4 �'� EL+rds J{ 4'ry r ! i . r'S Y {RY '� !!v 1i„"� f , � �a.�, � • "-4, ia y4YM , � � a i�'..J'a,.°.t i � ia�'+. Y' , mne `a4 A 4y 3~ i kf'-; ' R'�d � t- �'�tat« Et�t ar o„v � �:�{ r ' r`!J y'� ' `N*'Y4 i�i �- ti t'� a,�'" ;��'.�..5�.s, +��r k's k,I- =r^ t �r,r, ', �F'x'� a(, a.,><q,e' 4`��n �F e,"�{ dap ,rvur";, ,# z r,y Yr 'd,., 4' + '"r' - #D, v4&"yu + s P' f r t ✓ § 1' t j 1r xt"i„a u4 V %a .�=,. ..��F c, fR _,{eg �". " �`�`e °' "a µ'>✓ ;• � a� '� L1 a "» � a '' Y , �°?'r,' �,�>�` �g ds tl�¢ 4, 7 :_#h '_,5`.5 � � . ,. .2 'rry �, u, �`rr '+ �Ft,^.a rf� �1_• a t r. � t, A y,hr' �i{° .r + �„i ry r `' " `-'"•' � �+,"y,"5'.�'f,y ,U �,i�����,�_ ti ��» ,F 1^�,= � q�t� rt� p :w.^`��y�y��= HS+�tr ,.C,� k rs� l�z: �r, P: Aa_ : • ��'„ `� •L-€T,"_ :`f%' ,' r, i• w i "` r. € -z. - fL'i`,>z�.= a'L r E '�t,%;y`,-p ,l{ � � is� _v�r,x:�.h y� i�"e=r�u i�btd9t' qC9 }a�jkL� 1 r eta fi,''dr. 4" f i a' t e xme f Gi; ,R f r `F �r f? AJ d'�v" - '5`""h 4 t =s .1��aT�<,fila'Mt S;`�rt;"�t3:4�;'�z4t4'�l,9•'� "a,r `ie.�Eeb:�'arc'wri��R+a.r.,,t,'ff.�..r�'U'b:;'�^;rt,�`3a�t1'4`�i�-,e�.t�'s ti 'O trl — —r SECTION C PROPOSAL for the construction of MAIN PROMENADE PARKING STRUCTURE IMPROVEMENTS CC No. 1534 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 85 working days, starting from the date of the Notice to Proceed BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc , and will be guaranteed for a period of sixty days from the bid opening date If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void Accompanying this proposal of bid, find Bid Bond in the amount of which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for_% ", as the case may be) Any standard Surety Bid Bond form is acceptable Bidder shall signify receipt of all Addenda here, if any Addenda No. Date Received _ Bidder's Signature 1 12/28/2015 C-2 City of Huntington Beach Public Works Department 2000 Main Street Tel (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For HMAIN PROMENADE PARKING STRUCTURE IMPROVEMENTS CC NO. 1534 in the CITY OF HUNTINGTON BEACH December 28, 2015 Notice To All Bidders Please note the following clarification to the Project Plans, Specifications, and Special Provisions• 1) Prime Contractor submitting bids for this project shall have an "A" or "B" license. This is to acknowledge receipt and review of Addendum Number One, dated December 28, 2015. AC ce ss PAP-igt c I,ric .'-�. T, Company Name By 1-12- l6 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. SECTION C2.1 - PROJECT BID SCHEDULE C2.1 LIST OF UNIT PRICES WORK ITEM DESCRIPTION UNITS QUANTITY UNIT PRICE EXTENSION 1 0 GENERAL REQUIREMENTS 1 1 Project Mobilization L S 1 160, 0-00 $ -7 6, c, 1 2 Concrete Formwork Incidental 1 3 Concrete Shores and Reshores Incidental 14 Concrete Reinforcement Incidental 1 5 Temporary Si na a Incidental PART II. CONCRETE FLOOR / CEILING SURFACES 2.0 FLOOR SURFACE PREPARATION 26 1 Floor Preparation - Traffic Topping / Membrane Removal S F 25000 I S $ 30 CONCRETE FLOOR REPAIR 31 Floor Repair - Partial Depth / Shallow S F 400 5 $ l 03 33 Floor Repair - Full Depth S F 100 ISO $ 23 5 35 Floor Repair - Slab Replacement S O G S F 250 30 $ 5,1 40 CONCRETE CEILING REPAIR 41 Ceiling Repair - Partial Depth / Shallow S F 300 150 $ 1 cl 6 4 3 Ceiling Repair - Remove Loose Concrete L S 1 2-4 000 $ (11 3-1 6 PART III STRUCTURAL CONCRETE FRAME REPAIRS 50 CONCRETE BEAM AND JOIST REPAIR 51 Beam Repair - Partial Depth / Shallow S F 20 13 0 $ t1 N 2 57 Beam Repair - Grout Pockets S F 100 l p $ 2 3 60 CONCRETE COLUMN REPAIR 61 Column Repair - Partial Depth / Shallow S F 50 1 3 o $ 2 6 `I 70 CONCRETE WALL REPAIR 7 1 WaII Repair - Partial Depth / Shallow S F 25 s o $ U 09 72 1 Wall Repair - Partial Depth / Deep S F 10 2 00 $ 9 I u 100 EXPANSION JOINT REPAIR AND REPLACEMENT 1061 Expansion Joint - Silicone Seal L F 300 5 0 $ g 110 CRACK AND JOINT REPAIR 11 1 Rout & Seal Cracks and Joints L F 2000 2. 5 $ 3 2 11 2 Repair Crack / Joint Sealant L F 2200 2 S $ 32 11 3 Vertical Joint Sealant L F 150 50 $ 9$ 11 5 Epoxy injection L F 750 32 $ '-15 11 7 Cove Sealant L F 2300 35 $(4 L4 C2 1-1 160 TRAFFIC TOPPING 16 1 Traffic Topping - Vehicular S F 90500 5• i3o $ -1 164 Traffic Topping - Recoat Partial System) S F 350 5. 6 $ 2 3 21 0 P/T SYSTEM REPAIR - MONOSTRAND 21 1 Inspect P/T Tendon Anchorage EA 2 500 $ 3 1 N1 21 2 Protect Exposed P/T Tendons L F 10 1 5 0 $ -1 SS 216 Tendon Splice Coupling Center -Pull EA 2 I,Soo $ 14 65$ 21 7 Tendon Splice Coupling (Single) EA 2 1 , 56 o $ U 65 21 9 P/T Tendon Material L F 20 3o o $ 64 3 240 SPECIAL P/T REPAIR SYSTEMS 241 Barrier Cable - Tighten Cables EA 63 3 0 $ 123 242 Barrier Cable - Replace Damaged Cable L F 5000 U . 60 $ 1 PART VII MECHANICAL / ELECTRICAL SYSTEMS 250 MECHANICAL - DRAINAGE 252 Mechanical - Supplementary Floor Drains I EA I 1 2' 5 o O 1 $ cg, ? 2 6 253 Mechanical - Pipe and Hangers L F 1 25 1 50 1 $ zq 0 270 MECHANICAL - HVAC 271 Re air / Replace Damaged HVAC Duct EA 11 4500 $ 1 1 15 272 Repair/ Replace Damaged HVAC Duct EA 21 1500 $ 6 5 273 Repair/ Replace Damaged HVAC Duct EA 1 5 o O $ 6 3 C 6 274 Repair/ Replace Damaged HVAC Duct EA $ 6 3 6 g PART VIII ARCHITECTURAL REPAIRS 350 BRICK / MASONRY REPAIRS 352 Masonry Unit Repair/ Replacement SF 100 2 $ 61,1 353 Masonry Unit Repair Capstone L F 50 Z $ I PART IX METALWORK 410 STEEL STAIRS 41 1 Replace Stair Treads - Precast Performance Design L S 1 16 412 Replace Stair Treads EA 60 50o $ 6 6 41 2A Replace Stair Treads -Starter Tread EA 7 S o D $ �I °1 °► 5 413 Paint Hand Stringers and Handrail L S 1 I' , so v $ 414 Replace Landing -CIP Metal Pan EA 7 &00 $ Q 3 6 430 MISCELLANEOUS METALS 432 Re air Hand Rail L S 1 15,000 $ 434 6" Bollard - New EA 52 Li 5 o $ I I 435 6" Bollard - Remove and Replace EA 7 b o o $ (ol y 6 450 PAINTING 451 Paint Traffic Markings L S 1 go 0 0 0 $ U 1,17 C 452 Paint Concrete Columns - Elastomenc EA 14 1 1 o $ 5142 454 Paint Slab Edge - Elastomenc LF 1760 -2, -7 r $ -7 455 Paint Top Level Stub Columns - Elastomenc EA 4 l o o $ 1 , 6 2 456 Paint Structural Steel L S 1 u15 0 60 $ 5 %, 81 6 C2 1-2 730 FLASHING 731 Wall Flashing — Metal LF 110 $ r7 6 732 Wall Flashing — Metal EA 2 So O $ 4 7 84.0 EIFS FACADE 841 Repair Existing EIFS Cladding SF 110 IS Is 8 Z 842 Repair EIFS Cracks LF 50 3 c, $ 1 S 1 950 DOORS AND WINDOWS 95 1 Re -anchor Faux Window Frame EA 30 30c, $ 5 H -7 BASE BID TOTAL $ i7� 14125 State BASE BID cost, which will be the basis of award }wo huv►d�r�d 44-i y ORA, NI ! I i0 n V1118u le nI (n n Dollars (in words) C2.1 LIST OF ALTERNATES A This Section identifies potential changes in the work under consideration for this contract The Owner reserves the right to accept any or all of the listed Alternates, regardless of the order of their listing B For each of the Alternates listed below, state the total amount to be added to, or deducted from, the total contract amount if the individual Alternate is selected for inclusion in the contract scope Amount shown shall include all costs to perform the Work, no extras will be permitted for failure to consider such items as extra permits, overtime, weather protection, etc 1 Painting Ceilings and Columns State added cost to paint all unpainted concrete ceilings and columns on all levels Refer to Section 09900 Painting for Materials and Other Requirements ($ 1 SUT, GDO ) (numbers) Submitted By Type or print firm name Tomas Torres Authorized Signature Date 1/12/2016 C2 1-3 V to os Dollars (in words) 2,100 1,000 2?5a ��oa R, 0o o kxSV7 f �CAfio LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor 'Bid, Item(s) Name ,nd Address of Subcont actor " State ', . License- Number Class DIR .Number Dollar Amount ° . ' % of Contract t�Cf Can ��) InC �goS�S C-32 1100MZ5 ID� c Il J A Cf PteStorc tiov) -d� W 0 4 r e100-4--nf8 TO b2c3 E. Wwltreu�J#kVe-_ F►lICIAC&A 4OZ830 -71MCI Ni 13, Cbl� 06,pIz 03$ l 0000 ID 11�3 2/� � q,01(� 6 '2Ir HI1)y1ZA L.I3, z '%u�j`�1 'hct ynciS PD 50X (0 00 (a (a Irvine )C-A G12-fo02. �Slo`i32 p,CSI" LIOo� Cw -oi IO0DDZ z 366 1`t`1 %GD 21 By submission of this proposal, the Bidder certifies That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing 2 That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration 1S executed on 1/12/2016 at Pasadena , CA Date City State Tomas Torres , being first duly sworn, deposes and says that he or she is President of Access Pacific Inc the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation, that the bid is genuine and not collusive or sham, that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put to 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 Access Pacific Inc Name of Bidder Signature of Bidder 755 E Washington Blvd Pasadena CA 91104 Address of Bidder C-4 LI Q-?,d adner el Coatings, .Inc. Your Waterproofing Specialists Proposal RL# 6922 Date: 01/12/2016 Page 2 of 5 Submitted To: RAFAEL A. GALDAMEZ Company: A CCESS PA CIFIC INC. Project Name: MAIN PROMENADE (PARKING STRUCTURE) Street Address: 755E WASHINGTON BL VD Location: 200 MAIN ST City, State, Zip: PASADENA, CA 91104 HUNTINTONBEACH, CA 92648 Telephone #: (626) 792-0616 Alt. Contact: N/A Facsimile #. (626) 792-0896 E-mail. RAFAEL@ACCESSPACIFICINC COM Mobile #: (626) 817-3594 Representative: RICARDO RAMIREZ The following payment terms apply to this proposal if check marked; TO BE PAID IN FULL WITHIN 15 DAYS OF PROJECT COMPLETION LARGE SCOPE PROJECTS Ladner Coatings, Inc. requests progress payments commensurate with the percentage of completion as of the 25th of each month PROJECTS OVER $5,000 00 40% OF THE CONTRACT DUE UPON MATERIAL DELIVERY 71 of activity allowing 10% retention to be withheld until balance due 10 DAYS PROJECTS UNDER $5,000 00 TO BE PAID IN completion Retention is within FULL WITHIN 10 DAYS OF PROJECT of final job walk and/or completion of work Final job walks are to be completed within two days of COMPLETION coin letion Whenever possible, we endeavor to pay our suppliers and manufacturer's upon delivery to capitalize on up front discounts This enables us to afford you the best price possible Therefore, we need your assistance to maintain these mutual benefits TERMS The "General Terms and Conditions" within this proposal are incorporated herein and made a part hereof PRELIMINARY NOTICE In accordance with section 3097 and 3098, California Civil Code, a California Preliminary Notice is filed on all jobs If payment of the invoice is not paid per the terms of our contract agreement, standard procedure is to file a lien on the property with the County Recorder An Administrative charge to lien & expenses incurred will be applied to the balance We thank you for the opportunity to serve you Acceptance of Proposal: The prices and conditions given in this proposal are satisfactory & hereby accepted Ladner Coatings, Inc. is authorized to proceed with this contract agreement Authorized Signature: Date: Print Name & Title: Ladner Coatings, Inc. Authorized Signature v� ( Date: January 12, 2016 Robert T Ladner, President Ladner Coatings, Inc. hereby proposes to furnish complete in accordance with the following specifications, for the sum of ***FIVE HUNDRED FIFTY TWO THOUSAND NINE HUNDRED FIFTY FIVE AND XX/100**4*DOLLARS ($552,955.00) *Note: This proposal may be withdrawn by us if not accepted within; 30'days. 8372 Monroe Avenue, Stanton, Ca 90680 License #580515 Telephone (714)816-8711 Fav (714)816-8761 e-mail iladnera ladnercoatmgs corn website www Iadnocoatings corn UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the MAIN PROMENADE PARKING STRUCTURE IMPROVEMENTS, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved " The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein Date: 1 / 12/2 016 C-5 Access Pacific Inc. Contractor Tomas Torres �- By President Title DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, 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 regulation9 ❑ Yes 0 No If the answer is yes, explain the circumstances in the space provided Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date 1 / 12/2016 C-7 Access Pacific Inc. Contractor Tomas Torres By President Title BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct Access Pacific Inc Bidder Name 755 E Washington Blvd. Business Address Pasadena CA 91104 City, State Zip ( 626 ) 792-0616 Telephone Number 930437, Class A, B, C10, C21, C36 State Contractor's License No and Class 3/26/2009 Original Date Issued 05/31 /2016 Expiration Date The work site was inspected by Not Inspected of our office on , 201_ The following are persons, firms, and corporations having a principal interest in this proposal Access Pacific Inc The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth Access Pacific Inc. Company Name \ � l 1---� Signature of Bidder Tomas Torres Printed or Typed Signature sworn to before me this _ day of , 1_ NOTARY PUBLIC NOTARY SEAL C-8 Sec, H-4,W CALIFORNIA•• • •. A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document State of California County Of Los Angeles On January 12, 2016 before me, Vasdi Kulikov, Notary Public Date Here Insert Name and Title of the Officer personally appeared Tomas Torres Name(&) of Signer(&) who proved to me on the basis of satisfactory evidence to be the person(&) whose name(&) is/aye subscribed to the within instrument and acknowledged to me that he/&hoA4@y executed the same in his/hex44eic authorized capacity(+&&), and that by his/her4hew signature(&) on the instrument the person(&), or the entity upon behalf of which the person(&) acted, executed the instrument VASILI KULIKOV Commission # 2051653 i =-® Notary Public - California Z Los Angeles County My Comm Expires Dec 13, 2017 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct WITNESS my hand and official seal Signature q,nd Signature i6f Notary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document Description of Attached Document Title or Type of Document Bidder's Information Number of Pages 1 Document Date 01/12/2016 Signer(s) Other Than Named Above Capacity(ies) Claimed by Signer(s) Signer's Name ❑ Corporate Officer — Title(s) ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other Signer Is Representing Signer's Name ❑ Corporate Officer — Title(s) ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other Signer Is Representing 02014 National Notary Association • www NationalNotary org • 1-800-US NOTARY (1-800-876-6827) Item #5907 Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years The County of Orange Public Works- 300 N Flower St, Santa Ana, CA 92703 Name and Address of Public Agency Name and Telephone No of Project Manager Robert Mooneyhan 323-358-7929 $779,132.91 Spall repair & epoxy injection 10/2014 Contract Amount Type of Work Date Completed Provide additional project description to show similar work 3,500 SF of spall repair in confined space of a box culvert spanning 800" with 200 LF of epoxy injection 2 The County of Orange Public Works- 300 N Flower St, Santa Ana, CA 92703 Name and Address of Public Agency Name and Telephone No of Project Manager Robert Mooneyhan 323-358-7929 $835,199 21 Spall repair & epoxy injection' 10/31 /2014 Contract Amount Type of Work Date Completed Provide additional project description to show similar work 7,000 SF of spall repair in flood channel spanning 1 3 miles w/ miscellaneous epoxy injection 3 California State University, Los Angeles- 5151 University Drive, Los Angeles CA Name and Address of Public Agency Name and Telephone No of Project Manager Robert Mooneyhan 323-358-7929 $201,963 42 Spall repair & epoxy injection 2/15/2016 Contract Amount Type of Work Provide additional project description to show similar work, Repair 75 LF of spalling concrete, repair 12 post tension ties, 1,500 LF of epoxy injections C-9 Date Completed Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years These projects do not have to be under the employment of the bidder of this project Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. Robert Mooneyhan Name of proposed Project Manager Telephone No of proposed Project Manager 323-358-7929 epoxy & air re e F13 Redhill Channel Phase 1 & 2- $779,132 91 Spall p p y injection 10/2014 Project Name & Contract Amount Type of Work Date Completed Mood Creek Phase 1 & 2- $835,199 21 Spall repair & epoxy injection 10/31 /2014 Project Name & Contract Amount Type of Work Date Completed Parking Structure C- $201,963 42 Spall repair & epoxy injection 2/15/2016 Project Name & Contract Amount Type of Work Date Completed 2 Erick Diaz Name of proposed Superintendent Telephone No of proposed Superintendent 323-868-3489 F13 Redhill Channel Phase 1 & 2- $779,132 91 Spall repair & epoxy injection 1 0/20 1 4 Project Name & Contract Amount Type of Work Date Completed Mood Creek Phase 1 & 2- $835,199 21 Spall repair & epoxy injection 10/31 /2014 Project Name & Contract Amount Type of Work Date Completed Parkin Structure C- $201,963 42 2/15/2016 9 Spall repair &epoxy infection Project Name & Contract Amount Type of Work Date Completed C-10 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771 1(a)), passed by the California State Senate on June 20, 2014, established a new public works Contractor Registration Program, which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July I through June 30 state fiscal year) with the California Department of Industrial Relations (DIR) Currently the annual non-refundable registration fee for Contractors is $300 Each contractor to whom a public works contract has been awarded shall sign the following certificate DIR FACT SHEET on SB 854 http.//www dir ca gov/DLSE/PublicWorks/SB854FactSheet-6 30 14 pdf DIR's Contractor Registration Link — Call (844) 522-6734 https //efiling dir ca gov/PWCR/ActionServlet?action=displayPWCRegistrationForm DIR's Contractor Registration searchable database https //efilmg dir ca gov/PWCR/Search action I am aware and will comply with the provisions of Labor Code Section 1771.1(a) which states "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103 5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725 5 at the time the contract is awarded " I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid Access Pacific Inc. Contractor Tomas Torres -(�-�- President Date. 1 /12/2016 Title DIR # 1000005406 D-1 l The Guarantee Company of North America USA 25800 Northwestern Highway, Suite 720, Southfield, MI 48075 BOND NO. N/A KNOW ALL MEN BY THESE PRESENTS, That we, Access Pacific, Inc, as Principal, and The Guarantee Company of North America USA, a corporation duly organized under the laws of the State of Michigan, as Surety, are held and firmly bound unto City of Huntington Beach, as Obligee, in the sum of Ten Percent of Amount Bid (10%) Dollars for the payment of which Principal and Surety bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally WHEREAS, Principal has submitted a bid for Main Promenade Parkinq Structure Improvements CC No 1534 NOW, THEREFORE, if the Obligee accepts the bid of the Principal and the Principal enters into a Contract with the Obligee for the Project, or, if the Principal pays the Obligee the amount of this Bond or the difference between Principal's bid and the next lowest bid for the Project, whichever is less this obligation is null and void, otherwise to remain in full force and effect Signed and sealed this 8th day of January, 2016. Access Pacific, Inc BY \/,W-. I aI,KCV (Witness) Principal, Tomas -r-orref ITS N tS AtY-\�- The Guarantee mpany of North America USA BY Connne i- Hernandez, Notary Public fitness) i a r in, Attorney -In -Fact THE GUARANTEE COMPANY OF NORTH AMERICA USA Southfield, Michigan POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS That THE GUARANTEE COMPANY OF NORTH AMERICA USA, a corporation organized and existing under the laws of the State of Michigan, having its principal office in Southfield, Michigan, does hereby constitute and appoint William Syrkin, Sergio D Bechara, Rebecca Ann Haas -Bates, Patricia Ann Bauer, Richard Leroy Adair Millennium Corporate Solutions, Inc its true and lawful attomey(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise The execution of such instrument(s) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office The Power of Attorney is executed and may be certified so, and may be revoked, pursuant to and by authority of Article IX, Section 9 03 of the By -Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31" day of December, 2003 The President, or any Vice President, acting with any Secretary or Assistant Secretary, shall have power and authority To appoint Attorneys) -in -fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, and To revoke, at any time, any such Attorney -in -fact and revoke the authority given, except as provided below In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attorney-m-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner — Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 6th day of December 2011, of which the following is a true excerpt RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed T[g IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer, this 23rd day of February, 2012 THE GUARANTEE COMPANY OF NORTH AMERICA USA q� 'MAl1EPF STATE OF MICHIGAN Stephen C Ruschak, Vice President Randall Musselman, Secretary County of Oakland On this 23rd day of February, 2612 before me came the individuals who executed the preceding instrument, to me personally known, and being by me duly sworn, said that each is the herein described and authorized officer of The Guarantee Company of North America USA, that the seal affixed to said instrument is the Corporate Seal of said Company, that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of Cynthia A Takar IN WITNESS WHEREOF, I have hereunto set my hand at The Guarantee Notary Public, State of Michigan Company of North America USA offices the day and year above written County of Oakland CO- My Commission Expires February 27, 2018 �Acting in Oakland County I, Randall Musselman, Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA, which is still in full force and effect TE#" IN WITNESS WHEREOF, I have thereunto set my hand and attached the seal of said Company this 8th day of January , 2016 f4 � _ Q G % �"'""� Randall Musselman, Secretary ALL-PURPOSECALIFORNIA • • • C:! R�.!:�:�i/.'.... � • ..�•�.ti a•!i4t!:�.•!�.�:�C!s�.�,.��� Yat..�. �. ;/^ ���•/"-.�tr �:y�L:�C./.�t, aC.�2.:w.. C Cwv s�C :/-s�<�: c�Y��:�.•. A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document State of California ) County of Los Angeles ) On January 8, 2016 _ before me, Corinne L Hernandez, Notary Public , Date Here Insert Name and Title of the Officer personally appeared William Syrkin _ Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(e) whose name(* is/ere— subscribed to the within instrument and acknowledged to me that he/sheAh y-executed the same in his/ %,W4laeirauthorized capacity(tes), and that by his/4erA+%w signature(* on the instrument the person(s), or the entity upon behalf of which the person(s)-acted, executed the instrument CORINNE L HERNANDEZ Commission # 2083563 z ,-m Notary Public - California D Z Los Angeles County My Comm Ex Tres Sep 27, 2018 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS mftand and officials al. Signat Vt Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this Information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document - Number of Pages: Document Date Slgner(s) Other Than Named Above: Capactty(es) Claimed by Signer(s) Signer's Name ❑ Corporate Officer — Title(s). ❑ Partner — ❑ Limited ❑ General ❑ individual 2rAttomey in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other Signer Is Representing. The Guarantee Company Signer's Name - El Corporate Officer — Title(s)- ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator El Other Signer Is Representing: Ls:✓tC✓%�.:�✓!�:�i.rim/.;'C/a`5=�.'i��i�✓:�.�w�ti•�wa✓!+.Ym�✓,.�i:C✓.C:.:C✓...,✓.C.Ca�<c�✓.�!���.�!atiy=�,:�:.tt-!:�<�.• isC:n::.-i%`;.�%:-_✓,! City of Huntington Beach 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachea.gov Office of the City Clerk Joan L. Flynn, City Clerk April 1, 2016 Future DB International, Inc 8707 Research Dr Irvine, CA 92618 RE Main Promenade Parking Structure Improvements— CC-1534 Enclosed please find your original bid bond for CC-1534 Sincerely, Joan L Flynn, CIVIC City Clerk JF pe Enclosure Sister Cities Anjo, Japan ♦ Wartakere, New Zealand �lrviVI& 20,6 JAN 12 f i; � 1 1, • 4 l 1. I i i 0 h kl S-EI-tb 13--UD'i fu r Mrs N PI�M N�P� P�rM�-I�i1��1 �i��1�TUl2C' I►�Nf ���-tENi� I� fih� Cs1"'( OF H wl\ TI f l6' F J P,?ClficR - pu 140T D ff N NrfiH P-Ccl t4t✓/+-p, -PEIUV6-P- 7o Tl- f- o rl c-c- w ThrE czfiY c -iL , wvv Mlqria 6T•, 5auND tvvY�- SECTION C .. IUMIM for the construction of MAIN PROMENADE PARKING STRUCTURE IMPROVEMENTS CC No. 1534 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 85 working days, starting from the date of the Notice to Proceed BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc , and will be guaranteed for a period of sixty days from the bid opening date If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find Bidder's Bond for 10% in the amount of not less than 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 for % ", as the case may be) Any standard Surety Bid Bond form is acceptable, Bidder shall signify receipt of all Addenda here, if any: Addenda No, Date Received Bidder's S1 rrr No, 1 12/30/2015 C-2 SECTION C2.1 — PROJECT BID SCHEDULE C2.1 LIST OF UNIT PRICES WORK ITEM I DESCRIPTION 1 0 GENERAL REQUIREMENTS Jroect Mobilization oncrete Formwork oncrete Shores and Rhores oncrete Reinforcement TemporarySi na e PART II: CONCRETE FLOOR / CEILING SURFACES 2.0 FLOOR SURFACE PREPARATION 26 1 Floor Preparation - Traffic Topping / Membrane Removal 3.0 CONCRETE FLOOR REPAIR 31 Floor Repair - Partial Depth / Shallow 33 Floor Repair - Full Depth 3 5 Floor Repair - Slab Replacement S 0 G 4.0 CONCRETE CEILING REPAIR 41 Ceiling Repair - Partial Depth / Shallow 4 3 Ceiling Repair - Remove Loose Concrete PART III: STRUCTURAL CONCRETE FRAME REPAIRS 5.0 CONCRETE BEAM AND JOIST REPAIR 51 Beam Repair - Partial Depth I Shallow 57 1 Beam Repair - Grout Pockets 6.0 CONCRETE COLUMN REPAIR 61 Column Repair - Partial Depth / Shallow 7.0 CONCRETE WALL REPAIR 71 Wall Re air - Partial De th / Shallow 72 Wall Re air - Partial De th / Dee 10.0 EXPANSION JOINT REPAIR AND REPLACEMENT 106 1 Expansion Joint - Silicone Seal 11.0 CRACK AND JOINT REPAIR 11 1 Rout & Seal Cracks and Joints 112 Re air Crack / Joint Sealant 113 Vertical Joint Sealant 115 E oxy Injection 117 Cove Sealant UNIT UNITS QUANTITY PRICE L S 1 I If22 (e Incidental Incidental Incidental Incidental SF I 25000 %, S F S F 100 S F 250 3 S F 300 L,S 1 S F 20 S F 100 S F 50 1 EFFIEEEgR, LF 3 00 ' L F4230011 L FL FL FL F 0►.00 5 , CYD EXTENSION C2 1-1 16.0 TRAFFIC TOPPING 161 Traffic Topping - Vehicular SF 90500 . oo $ DO . 16.4 Traffic Topping - Recoat Partial System) S F. 350 .00 $ 21.0 PIT SYSTEM REPAIR - MONOSTRAND 21 1 Inspect P/T Tendon Anchorage EA 2 cDo o $ %,g00.tDo 21 2 Protect Exposed P/T Tendons L F 10 1 oco•oc $ 1a 1000,00 21 6 Tendon Splice Coupling Center -Pull EA 2 Do. $ k LQQ•qo 21 7 Tendon Splice Coupling (Single) EA 2 570b.00 $ q-uo•ap 21 9 P/T Tendon Material L F 20 3 00. oo $ 6 . ua 24.0 SPECIAL P/T REPAIR SYSTEMS 24 1 Barrier Cable - Tighten Cables EA 63 o.00 $ 1 0 24 2 Barrier Cable - Replace Damaged Cable L F 5000 b•vd $ PART VII: MECHANICAL / ELECTRICAL SYSTEMS 25.0 MECHANICAL - DRAINAGE 252 Mechanical - Supplementary Floor Drains EA 1 c7u $ oo. o0 25.3 1 Mechanical - Pipe and Hangers L F 25 $ 27.0 MECHANICAL - HVAC 271 Repair/ Replace Damaged HVAC Duct EA 11 -io o $ `2a 0 o 272 Repair / Replace Damaged HVAC Duct EA 21 2 $ 273 Repair / Replace Damaged HVAC Duct EA 1 0 00 $ S 0-00 274 Repair / Replace Damaged HVAC Duct EA 1 .00 $ nu • °0 PART VIIL' ARCHITECTURAL REPAIRS 35.0 BRICK / MASONRY REPAIRS 35 2 Masonry Unit Repair / Replacement SF 100 $ 35 3 Masonry Unit Repair Capstone L F 50 $0,na $ PART IX: METALWORK 410 STEEL STAIRS 41 1 Replace Stair Treads - Precast Performance Design L S 1 10 0juu, o$ to 000. 41 2 Replace Stair Treads EA 60 �S v $ Zr 0oc- w 41 2A Replace Stair Treads -Starter Tread EA 7 U ou.00 $ 0 41 3 Paint Hand Stringers and Handrail L S 1 - $ 414 Replace Landing -CIP Metal Pan EA T 7 5 00. $ !' 43.0 MISCELLANEOUS METALS 43.2 434 435 Re air Hand Rail 6" Bollard - New 6" Bollard - Remove and Replace L S EA EA 1 52 7 a�`°`� ljov.a® lroo, $� $ 45.0 PAINTING 451 Paint Traffic Markings 452 Paint Concrete Columns - Elastomeric 454 Paint Slab Edge - Elastomeric 455 Paint To Level Stub Columns - Elastomeric 45 6 Paint Structural Steel L S 1ro $ EA LF 14$ 1760$ A 0•� EA 4 $ D� L S 244q q8 C2 1-2 73.0 FLASHING 73 1 Wall Flashing — Metal LF 110 1 6 , 73 2 Wall Flashing — Metal EA 2 I o $ zd u 84.0 EIFS FACADE 841 Repair Existing EIFS Cladding SF 110 o .o o $ 84 2 Repair EIFS Cracks LF 50 p $LIU, 0 b 95.0 DOORS AND WINDOWS 95.1 Re -anchor Faux Window Frame EA 30 oo. u e $ q, cyo o. On BASE BID TOTAL 1$1 State BASE BID cost, which will be the basis of award one m�hiut�p h�hd�� SivY.r•1..�+���nw ca�nd Dollars (in words) ac\ck its C2.1 LIST OF ALTERNATES A. This Section identifies potential changes in the work under consideration for this contract The Owner reserves the right to accept any or all of the listed Alternates, regardless of the order of their listing. B. For each of the Alternates listed below, state the total amount to be added to, or deducted from, the total contract amount if the individual Alternate is selected for inclusion in the contract scope Amount shown shall include all costs to perform the Work, no extras will be permitted for failure to consider such items as extra permits, overtime, weather protection, etc 1 Painting Ceilings and Columns State added cost to paint all unpainted concrete ceilings and columns on all levels Refer to Section 09900 Painting for Matenals and Other Requirements Ay'/0 hv,-\nlvtrXj -kAc Dollars (in words) ($ 2b0ychx� ) (numbers) Submitted By: Type or print firm name Future DBjternational, Inc. ure' -73 C2 1-3 FIM at Dg LIST OF SUBCONTRACTORS In accordance with Goveininent Code Section 4104, the Biddel shall set forth the naive and business address of each subcontractor who will perform work of render sei vice to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, and the portion of the work to be done by such subcontractoi. Rid Item(s) Name and Address of Subcontractor State License Class DYR Number Dollar Amount % of Contract Number l I 7 3 p � . ► 1 2 G� ti P'V� i3UA !awl y��e� 5�iv;l�7At - , `'- pp 1�w,� ` q; L &oL+ % Tra (tic, 414c ns, ltx 1�v -1,V• rl 0"rtr) 4t #A . a CA-1 G 01 q, }z,, f By submission of this proposal, the Bidder certifies: 1, That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be fiunished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 011110 , at Irvine CA Date City State Bisher Allazzar , being first duly sworn, deposes and says that he or she is CEO/President/Secretary of Future DB International, Inc the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation, that the bid is genuine and not collusive or sham, that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding, that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract, that all statements contained in the bid are true, and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid Future DB International, Inc Name of Bidder 44, � A Si ture of Bidder 8707 Research Dr Irvine, CA 92618 Address of Bidder C-4 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the MAIN PROMENADE PARKING STRUCTURE IMPROVEMENTS, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved " The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein Date / — // — 4 Future DB International, Inc Contractor Bisher Allazzar By CEO/President/Secretary Title C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, 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 Not Applicable Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract Date Future DB International, Inc Contractor Bisher Allazzar By CEO/Presid ent/Secretary Title C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct Future DB International, Inc Bidder Name 8707 Research Dr Business Address Irvine CA 92618 City, State Zip ( 949 ) 390-2110 Telephone Number 976670, A and B State Contractor's License No and Class 09/14/2012 Original Date Issued 06/30/2016 Expiration Date The work site was inspected by No Mandatory inspection required of our office on �j /14 , 201= The following are persons, firms, and corporations having a principal interest in this proposal Bisher Allazzar Future DB International, Inc The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth Future DB International, Inc Bisher Aliazzar Printed or Typed Signature Subscribed and sworn to before me this it"day of , 201�it ICA lA TERRA COMM. #2080705 Z Notary Publk • ca�tiprn�a g or NOTARY PUBLI * dupe Count 1019 NOTARY SEAL C-8 Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years Caltrans, 902 San Gabriel Blvd , Rosemead, CA 91770 Name and Address of Public Agency Name and Telephone No of Project Manager Ibrahim Yaghnam, 626-572-6700 $1,128,198 50 Slope protection & landscape irrigation systems 11/13/2014 Contract Amount Type of Work Date Completed Provide additional project description to show similar work Concrete slope protection and seismic improvements to bridges on the 5 freeway 2 Caltrans, 3347 Michelson Dr, Irvine, CA Name and Address of Public Agency Name and Telephone No of Project Manager 949-279-8625, Kifah Ramadan $ 796,184 00 Construction of new sidewalk with concrete drainage and culvert 01/23/2015 Contract Amount Type of Work Date Completed Provide additional project description to show similar work Concrete ditch, drainage pipe and new sidewalk Caltrans, 902 San Gabriel Blvd , Rosemead, CA 91770 Name and Address of Public Agency Name and Telephone No of Project Manager Mike Wang, 562-401-3333 $429,910 00 Construction of new washrack facility 01/05/2015 Contract Amount Type of Work Date Completed Provide additional project description to show similar work Washrack facility including concrete clarifying tanks C-9 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years These projects do not have to be under the employment of the bidder of this project Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein 1 Subhi Kadaimi Name of proposed Project Manager Telephone No of proposed Project Manager 949-910-6662 Hogan Park Expansion $1,610,000 Site concrete structural steel structures and masonry building 09/2015 Project Name & Contract Amount Type of Work Date Completed Family Crisis Center $1,074,321 Renovation of building and addition 2/29/2016 Project Name & Contract Amount Type of Work Date Completed Caltrans 11-299204 Seismic retrofit 4 bridges on routes 94 and 805 In Progress Project Name & Contract Amount Type of Work Date Completed 2 Carlos Castellon Name of proposed Superintendent Telephone No of proposed Superintendent 949-701-3665 Hogan Park Expansion $1,610,000 Site concrete structural steel structures and masonry building 09/2015 Project Name & Contract Amount Type of Work Date Completed Family Crisis Center $1,074,321 Renovation of building and addition 2/29/2016 Project Name & Contract Amount Type of Work Date Completed Caltrans 11-299204 Seismic retrofit 4 bridges on routes 94 and 805 In Progress Project Name & Contract Amount Type of Work Date Completed C-10 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771 1(a)), passed by the California State Senate on June 20, 2014, established a new public works Contractor Registration Program, which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations (DIR) Currently the annual non-refundable registration fee for Contractors is $300 Each contractor to whom a public works contract has been awarded shall sign the following certificate DIR FACT SHEET on SB 854 http //www dir ca gov/DLSE/PublicWorks/SB854FactSheet_6 30 14 pdf DIR's Contractor Registration Link — Call (844) 522-6734 https //efiling dir ca gov/PWCR/ActionServlet9action=displayPWCRegistrationForm DIR's Contractor Registration searchable database https //efiling dir ca gov/PWCR/Search action I am aware and will comply with the provisions of Labor Code Section 1771 1(a) which states "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725 5 It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029 1 of the Business and Professions Code or by Section 10164 or 20103 5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725 5 at the time the contract is awarded " I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid Future DB International, Inc Contractor Bisher Allazzar By CEO/President/Secretary // Title Date /-//'1 b DIR # 1000007041 D-11 City of Huntington Beach Public Works Department 2000 Main Street Tel (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For HMAIN PROMENADE PARKING STRUCTURE IMPROVEMENTS CC NO 1534 in the CITY OF HUNTINGTON BEACH December 28, 2015 Notice To All Bidders. Please note the following clarification to the Project Plans, Specifications, and Special Provisions 1) Prime Contractor submitting bids for this project shall have an "A" or "B" license This is to acknowledge receipt and review of Addendum Number One, dated Dece ber 28, 2015 ft4tH & pI9,7 Company Name y 011 11120I to Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal BID BOND CONTRACTOR (Name, legal status and address) Future DB International, Inc 8707 Research Dr Irvine, CA 92618 OWNER - (Name, legal status and address) City of Huntington Beach 2000 Main Street Huntington Beach, CA 92648 The H0% SMAft cinover Insurance Group SURETY: (Name, legal status and principal place of business) The Hanover Insurance Company 440 Lincoln Street Worcester, MA 01653 BOND AMOUNT- Ten Percent of Total Bid Amount (10% of total bid amount) PROJECT - (Name, location or address, and Project Number, if any) Main Promenade Parking Structure Improvements CC No 1534 The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner 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 The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond The Hanover Insurance Company vouches that the original text of this document conforms exactly to the text in AIA Document A310 (2010 Edition) Bid Bond Signed and sealed this 8th day of January, 2016 Witness Witness Future DB Inter al, Inc By (Seal) -017 Name Dl'y lr" Alr 17A r Title C6vIGe(-" /tP-,(IP►-6600-t- The Hanover Insurance Company By (Seal) Name Kan A Davis Title Attorney -in -fact The Hanover Insurance Company vouches that the original text of this document conforms exactly to the text in AIA Document A310 (2010 Edition) Bid Bond CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the Identity of the Individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document State of California County of Los Angeles On JAN 0 € 2016 before me, B Wong, Notary Public personally appeared, Karl A Davis who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within Instrument and acknowledged to me that she executed the same In her authorized capacity, and that by her signature on the Instrument the person, or the entity upon behalf of which the person acted, executed the Instrument I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct hand and official seal Commission #► 2085888 Notary Public - CaNiornia z Z Los Angeles County D My Comm Expires Oct 24, 2018 TURE OF OTARY Notary Public Seal OPTIONAL Though the data below Is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form DESCRIPTION OF ATTACHED DOCUMENT: TITLE OR TYPE OF DOCUMENT: NUMBER OF PAGES: DOCUMENT DATE: CAPACITY(IES) CLAIMED BY SIGNER(S) Signer's Name: ❑ INDIVIDUAL ❑CORPORATE OFFICER Title(s) ❑ PARTNER(S)❑ LIMITED El GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER Signer is representing NAME OF PERSON(S) OR ENTITY(IES) Signer's Nam ❑INDIVIDUAL ❑CORPORATE OFFICER Title(s) ❑ PARTNER(S)❑LIMITED El GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER Signer is representing NAME OF PERSON(S) OR ENTITY(IES) THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being Corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan, do hereby constitute and appoint Tenzer V Cunningham, Brenda Wong, Karl A Davis and/or Phuong Truong of Marsh Risk & Insurance Services, Inc , Los Angeles, CA and each is a true and lawful Attorney(s)-in-fact to sign, execute, seal, knowledge and deliver for, and on its behalf, and as its act and deed any place within the United States, or, if the following line be filled in, only within the area therein designated any and all bonds, recognizances, undertakings, contracts of indemnity or other writings obligatory in the nature thereof, as follows Any such obligations in the United States- in any amount WHEREAS, the Board of Directors of the Company duly adopted a resolution on March 24, 2014 authorizing and empowering certain officers of the Company to appoint attorneys -in -fact of the Company to execute on the Company's behalf certain surety obligations and other writings and obligations related thereto (the "Original Surety Resolution"), WHEREAS, the Company's Board of Directors wishes to affirm the continued authority of all of the attorneys -in -fact that were issued pursuant to the Original Surety Resolution prior to the date hereof and that remain issued and outstanding, and WHEREAS, the Company's Board of Directors wishes to restate the Original Resolution and adopt certain related resolutions NOW THEREFORE, be it hereby RESOLVED That the authority of all attorneys -in -fact of the Company validly issued pursuant to the Original Surety Resolution prior to the date hereof and that remain issued and outstanding as of the date hereof are hereby ratified, confirmed and approved in all respects RESOLVED That the President or any Vice President, in con/unction with any Vice President, be and they hereby are authorized and empowered to appoint Attorneys -in -fact of the Company, in its name and as it acts, to execute and acknowledge for and on its behalf as surety, any and all bonds, recognizances, contracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with power to attach thereto the seal of the Company Any such writings so executed by such Attorneys -in -fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons RESOLVED That all such surety Attorneys -in -facts issued by the Company from and including the date hereof shall be authorized pursuant to the foregoing resolution (the "Surety Resolution") RESOLVED That the President or any Vice President of the Company, in conjunction with any Vice President, be and hereby are authorized and empowered to establish, and from time to time review and amend, written security measures, protocols and safeguards for all Attorneys -in -fact issued by the Company pursuant to the Surety Resolution, including without limitation, security features on the actual certificates issued by the Company and evidencing such Attorneys -in -fact IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by two Vice Presidents, this 3rd day of September 2015 18�"3 f>ia° g tita•s 6 THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CrnZENS,JJSURANCE,FOMPANY OF AMERICA Robert Thomas. VILe rrc id,nt THE HANOVER INSURANCE COMPANY =Company, BAY RA CE COMPANY OF AMERICA THE COMMONWEALTH OF MASSACHUSETTS ) a„1COUNTY OF WORCESTER )Ss On this 3rd day of September 2015 before me came the above named Vice Presidents of The Hanover InMassachusetts Bay Insurance Company and Citizens Insurance Company of America, to me personally known to be the individuals and officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations OIANE J MARINO Aq� "^ 10 Diane J o Nolan Fuhh, �= My Convn —O. CcP—. March J 202- I, the undersigned Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this day of 20__dAN V 8 2016 CERTIFIED COPY f f/ — -- —= Theodor: G Martinez, Vi, P,,d, ' V ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document State of California County of Orange ) On January 11, 2016 before me, Jessica La Terra, Notary Public (insert name and title of the officer) personally appeared Bisher Aliazzar who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct WITNESS my hand and official seal Sig (Seal) ASSICA LA TERRA COMM, #2000705 : Notary Pubk • Caldbmia Cam o = Orange Cou * J C, 5.201t City of Huntington Beach 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachca.gov Office of the City Clerk Joan L. Flynn, City Clerk April 1, 2016 Howard Ridley Co, Inc 3936 Chino Ave Chino, CA 91710 RE Main Promenade Parking Structure Improvements— CC-1534 Enclosed please find your original bid bond for CC-1534 Sincerely, Joan L Flynn, CIVIC City Clerk JF pe Enclosure Sister Cities Anjo, Japan ♦ Wartakere, New Zealand Bid Enclosed From ; - ' "RN; Howard Ridley Co, Inc�x °E �„ _ d„ T, �'' L- L V CA Lic # 304198 2Q15 ,1 I C 3936 Chino Ave Y�� ; ' ; [ 2 I f i I : 24 Chino, CA 91710! o1 i � 'C17 , W ar s i}'r Jt J"d° H on'&' M} t KIRK d g",� , r, y ,k+'.' } i ! !- x€!k y�Vtr`l�yj$s��s����,S f "'}'a` Ij �{!`�k g p`���4j� BID ENCLOSED FOR. MAIN PROMENADE PARKING STRUCTURE IMPROVEMENTS x CC No. 1534 BID DATE JANUARY 12, 2016 2:00 PM City Clerk, Second Floor, 2000 Main Street, Huntington Beach, California 92648, - F4 �}Jyr7 v[,(V�),js r Fri 1 F''g4'A,4rfrt.',)rra r' t"r'f Ct,i sr, � e �n� �{ 41 SECTION C PROPOSAL for the construction of MAIN PROMENADE PARKING STRUCTURE IMPROVEMENTS CC No. 1534 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 85 working days, starting from the date of the Notice to Proceed BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule BIDDER understands that failure to enter into a contract in the mariner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc , and will be guaranteed for a period of sixty days from the bid opening date If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void Accompanying this proposal of bid, find 2in the amount of LM 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 for % ", as the case may be) Any standard Surety Bid Bond form is acceptable Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's Signature 1 a- �-2vls C-2 SECTION C2.1 - PROJECT BID SCHEDULE C2.1 LIST OF UNIT PRICES ` e) W f;e C> 2 k -0 (, e Y CO 1 ► C- WORK ITEM DESCRIPTION UNITS QUANTITY UNIT PRICE EXTENSION 10 GENERAL REQUIREMENTS 1 1 Project Mobilization L S 1 I $ AH9 CCU 12 Concrete Formwork Incidental 1 3 Concrete Shores and Reshores Incidental 14 Concrete Reinforcement Incidental 1 5 Temporary Si na a Incidental PART II: CONCRETE FLOOR / CEILING SURFACES 2.0 FLOOR SURFACE PREPARATION 26 Floor Preparation - Traffic Topping / Membrane Removal SF 25000 .0-3 Is 3.0 CONCRETE FLOOR REPAIR 31 Floor Repair - Partial Depth / Shallow S F 400 $ 00 33 Floor Repair - Full Depth S F 100 $ 35 Floor Repair - Slab Replacement S O G S F 250 $ $ 14 4.0 CONCRETE CEILING REPAIR 41 Ceiling Repair - Partial Depth / Shallow S F 300 $ OD 43 Ceiling Repair - Remove Loose Concrete L S 1 1 $ PART III: STRUCTURAL CONCRETE FRAME REPAIRS so CONCRETE BEAM AND JOIST REPAIR 51 Beam Repair - Partial Depth / Shallow S F 20 $ 57 Beam Repair - Grout Pockets S F 100 S09, 1 $ 60 CONCRETE COLUMN REPAIR 61 Column Repair - Partial Depth / Shallow S F 50 Lict 2 1 $ 7.0 CONCRETE WALL REPAIR 7 1 Wall Repair - Partial Depth / Shallow S F 25 $ 1$7 7 2 Wall Repair - Partial Depth / Deep S F 10 $ .Sa 100 EXPANSION JOINT REPAIR AND REPLACEMENT 106 Expansion Joint - Silicone Seal L F 300 $ 0� 11.0 CRACK AND JOINT REPAIR 11 1 Rout & Seal Cracks and Joints L F 2000 112 Repair Crack / Joint Sealant L F 2200 ,50 $ 70D 113 Vertical Joint Sealant L F 150 $-D $ q 115 E ox injection L F 750 $ s ! � 11 7 Cove Sealant L F 2300 1 J9 $ 2z 000 C2 1-1 160 TRAFFIC TOPPING 16 1 Traffic Topping - Vehicular S F 90500 a, 6 $ 7 :2- 4,3C 164 Traffic Topping - Recoat Partial S stem S F 350 $ 30 5 21.0 P/T SYSTEM REPAIR - MONOSTRAND 21 1 Inspect P/T Tendon Anchorage EA 2 7zD $ `r3 212 Protect Exposed P/T Tendons L F 10 y3e1.50 $ j 5. 216 Tendon Splice Coupling Center -Pull EA 2 385Z. $ D �. 217 Tendon Splice Coupling (Single) EA 2 3Z17. $ Ssfj. 219 P/T Tendon Material L F 20 a 7 o$ 8 240 SPECIAL P/T REPAIR SYSTEMS 241 Barrier Cable - Tighten Cables EA 63 6Z/. $ L3GJ 17 S.-- 24 2 Barrier Cable - Replace Damaged Cable L F 5000 y $ 168C�. PART VII: MECHANICAL / ELECTRICAL SYSTEMS 250 MECHANICAL - DRAINAGE 252 Mechanical - Supplementary Floor Drains EA 1 1 y3o. 1$ g30S . 253 Mechanical - Pipe and Hangers L F 25 y 9, LO $ 2 0. 27.0 MECHANICAL - HVAC 271 Re air / Replace Damaged HVAC Duct EA 11 2 $ S Z 272 Repair / Replace Damaged HVAC Duct EA 21 q 9 Z $103,35 273 Repair / Replace Damaged HVAC Duct EA 1 $ 1/ O. 274 Re air / Replace Damaged HVAC Duct EA 1 7 VD $ PART VIII: ARCHITECTURAL REPAIRS 35.0 BRICK / MASONRY REPAIRS 35 2 Masonry Unit Repair / Replacement SF 100 g $ g� 353 Masonry Unit Repair Capstone L F 50 6 1. $ :507 S. PART IX. METALWORK 41.0 STEEL STAIRS 41 1 Replace Stair Treads - Precast Performance Design L S 1 $/ 412 Replace Stair Treads EA 60 $ 1 I 080.r 41 2A Replace Stair Treads -Starter Tread EA 7 1 Z C). $ $ &, 10, 413 Paint Hand Stringers and Handrail L S 1 Y.SO5 $ D O. — 41 4 Replace Landing -CIP Metal Pan EA 7 95 $ o 66 . 430 MISCELLANEOUS METALS 432 Repair Hand Rail I L S 1 1 1 b l SD $ I S 434 6" Bollard - New EA 52 1 7170 $ D (). 435 6" Bollard - Remove and Replace EA 7 $3D,L $ 450 PAINTING 451 Paint Traffic Markings L S 1 �t,3 D$ 3 0- 45 2 Paint Concrete Columns - Elastomeric EA 14 a21 6 $ 3101 454 Paint Slab Edge - Elastomenc LF 1760 1. 8!; $ 3 2-!5 455 Paint Top Level Stub Columns - Elastomenc EA 4 I oo $ D D 456 Paint Structural Steel L S 1 15, V $ t5 y0- C2 1-2 3g IL45 21 ?t7° 1033Z 5il -I c 40WAR-'O l< 730 FLASHING 731 Wall Flashing - Metal LF 110 q0 $ CH DD 732 Wall Flashing - Metal EA 2 S a- $ 1 OZ4 (o 84.0 EIFS FACADE 841 Repair Existing EIFS Cladding SF 110 8• Sp $ a 035 842 Repair EIFS Cracks LF 50 3-7 $ / 95 O 950 DOORS AND WINDOWS 95 1 Re -anchor Faux Window Frame EA 30 S S $ 5 SS D 1= BASE BID TOTAL =$336 State BASE BID cost, which will be the basis of award `f o,vedai,el-W Dollars (in words) C2.1 LIST OF ALTERNATES A This Section identifies potential changes in the work under consideration for this contract The Owner reserves the right to accept any or all of the listed Alternates, regardless of the order of their listing B For each of the Alternates listed below, state the total amount to be added to, or deducted from, the total contract amount if the individual Alternate is selected for inclusion in the contract scope Amount shown shall include all costs to perform the Work, no extras will be permitted for failure to consider such items as extra permits, overtime, weather protection, etc 1 Painting Ceilings and Columns State added cost to paint all unpainted concrete ceilings and columns on all levels Refer to Section 09900 Painting for Materials and Other Requirements am2. Submitted By Type or print firm name q6VAd9J1eq bl/rcl Authorized Signature `" Date V )aV\ I a I aoIS C2 1-3 Ilars (in words) 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 or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor Bid Item(s) Name and Address of Subcontractor State License Number Class DIR Number Dollar Amount % of Contract By submission of this proposal, the Bidder certifies 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing 2 That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project C-3 {�oww TiD eq' 1 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor Bid Item(s) Name and Address of Subcontractor State License Number Class DIR Number Dollar Amount % of Contract 7(.o 24, v Sc h wcLy r bck vi sXt 9 6 # i II W,&(� }�-�¢ �14Z58-L A S G 50/ /00000 - site Li 5'2 k5 45 T1=c.H ND G©vr-r t39 ! AL-LEr- ST K}NV� H�IwI,G1a �j'28D� a96517 Al 13 G_33 /00000 �8y1 By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing 2 That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on �T , at k11 n d , ('1% . Date City State t- l C4 , being first duly s rn, deposes and says that he or she is re-5 Ike n+- of �6k.)O—d-k IA IQy CO TLe 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 refram 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 I- - I --L, Signa re of Bidder Owo Address of Bidder C-4 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the MAIN PROMENADE PARKING STRUCTURE IMPROVEMENTS, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved " The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein Date r 110 — 201t L,jx� Evi L Lj-m, Contractor By Title C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, 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 60 If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract Date l 9,01 b �WO,A Contractor Title C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct ek,-( e�-, 6 -TV0- , Bidder Name Business Address City, State Zip (qoq) 5-90 — 3-q I Telephone NumberA, �, e-PID-0;� goylgg State Contractor's License No. *and Class Original Date Issue a -3 2Dz 6 Expiration Date The work site was inspected by �(3h �Q (�2 of our office on TAW 5 , 201_ The following are persons, firms and corporations having a principal interest jtfproposal ne . 07 The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specification�ss. set forth Pow n_o-A tMcw to Name Signa e of Bidder �O k Z. t Printed or Typed Signature Subscribed and sworn to before me this day of �j� / DIANE E. FIELD L/Q P , 201 (� '� COMM , 10, NLy PubI - California m MERNARDIN0 coufm,4 m Mar 26. 2019 NOTARY PUBLI i NOTARY SEAL C-8 Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years 1. s Na( ),310 N Is�"S-I•• San Name a98 Address of Public Agency Name and Telephone No of Project Manager Ce Sa��► `�f� �S 2 Contract Amount Type of Work Provide additional project description to show similar work: Name lancl Address of Public Agency 50 Date Completed Name and Telephone No. of Project Manager: �� I el-Ob m 1 L4 - q s 3 -e-A � P- 1� J N8 Contract Amount Type of Work (J Date Completed Provide additional project description to show similar work. hfApde. e isti n.a PpXfnA,. rye.Parig spalis uV&k 446�, kt Iau, v 3 9&AAN a 6 3p 6 a Name d Address of Public Agency Name and Telephone No of Project Manager b t Dh 6c, 14S W Q( a. a�c Coati -Dec. �V[3 Contract Amount Type of Work U Date Completed Provide additional project description to show similar work k rap ve -X,i si i nay co a t i oo , 4,Faio s i �s, kp lace Coa•K ,• C-9 F4T,nc. Howard Ridley Company, Inc. Specialized Industrial Contracting, Since 1950 State License #304198 PARKING STRUCTURE REFERENCES FOR HOWARD RIDLEY CO., INC Project Name Civic Center Reseal 5th Floor Owner: County of Santa Clara Location: 2310 North 1st Street, San Jose Project Completed: May, 2015 AND December 2015 Contact Person: Cesar Thomas, Agbayani Construction, Inc. 650-994-9380 Description: Repair and recoating of entire top 5th level of Santa Clara County's Civic Center Parking Garage Project Name Legado Encino - Waterproofing Owner: Legado Encino LLC Location: 16710 Ventura Blvd. Encino Project Completed: January 2015 Contact Person: Ki Ryu 310-432-0800 Description: Crack repair, Curtain wall grouting and application of Traffic coating to Ramp 5 Project Name City Hall Parking Structure Owner- City of Anaheim Location: 200 South Anaheim Blvd. Project Completed: June 2014 Contact Person: Neil Groom 714-765-5195 Description: Spall repair, and application of Traffic coating Project Name Lot 9 Traffic Coating & Sealing Owner: City of Santa Barbara Location: 630 Garden Street, Santa Barbara, CA 93101 Project Completed: December 2013 Contact Person: Dion Tait, 8p-564-5657 ( 805) Description: Spall repair, Traffic coating and sealing — 35,000 ft2 Project Name Removal and recoating of parking deck Owner: Kimco Realty Location. Plaza di Northridge, 19500 Plummer Street, Northridge Project Completed: August, 2013 — June 2014 Contact Person: Megan Moloughney, (310) 284-6000 Description: Removal and replacement of 60,000 ft2 Traffic Coating Project Name Structural Upgrades for Parking Structures 2, 9 & 10 Owner: City of Santa Barbara Location: 630 Garden Street, Santa Barbara, CA 93101 Project Completed: April 2012 Contact Person: Carlos Muro, Cushman Contracting 805-964-8661 Description: Removal and replacement of Neogard Traffic Coating 10,000 ft2 P O Box 1560 Chino, CA, 91708 a Office (909) 590-7415 • Fax (909) 590-7437 concrete_restoration@howardridley com • www howardridley com r1C. Howard Ridley Company, Inc. Specialized Industrial Contracting, Since 1950 State License #304198 Project Name: Cal Poly Pomona Parking Structure Repair Owner: Cal Poly Pomona Location: 3801 W. Temple Ave. Pomona, Project Completed: December 2010 Contact Person: Eric Norback Dalke & Sons Construction 951-313-7118 Description: 16,000 Linear feet of Joint sealant and crack repair on five levels Project Name Civic Center Planter and Parking Structure Waterproofing Owner: City of Rancho Cucamonga Location: 10500 Civic Center Drive Project Completed: December 2009 Contact Person: Michael Courtney 909-477-2740 Ext 4090 Description: 75,000 ft2 of coating applied to Civic Center parking deck Project Name. LADWP Automotive Ramp Owner: LADWP Facilities Maintenance Section Location: 433 East Temple St. Building #5 Project Completed: November, 2008 Contact Person: Boyd Roberts 213-367-6674 Description: 15,000 ft2 Traffic Bearing Coating, Automotive Ramp Project Name: San Jose Civic Center Garage Owner- City of San Jose Location- San Jose Project Completed: November 2008 Contact Person: Chuck Cucco 408-281-9300 ext 111 Description: 112,000 ft2 Structural concrete repair and recoating of Parking Structure P O Box 1560 Chino, CA, 91708 0 Office (909) 590-7415 • Fax (909) 590-7437 concrete_restoration@howardridley com • www howardridley com Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years These projects do not have to be under the employment of the bidder of this project Bidders are encouraged submit supplementalre levantproject history in addition to the projects listed herein I ,ion Name of prop�ile Project Manager Telephone No of proposed Project Manager °151- $5 0- 3 70 -)— �a.1�ia,�'b l: ��i CQ✓l�"�� 2 l?.d� t�i' � �n �anfa C�a�- ��-�-�5 Project Name & Contract Amount Type of Work Date Completed 3low i C NV14f- Gsea ( ft I &Ar►+ h �a C 5-- P- I S Project Name & Contract Amount Type of Wo Date Completed Project'Name & Contrt Amount Type of Work Date Completed \Oe a 2. Name of proposed Superintendent , r Telephone No. of proposed Superintendent 0 01 Le aL 5nci+np �a$b 5ao 6Oo,,,-�,( Proj ct Name & Contract Amount Type of Work P lama �� Nor h�►'� tt-7001#00 ewo Project Name & Contractmount Type of Work Lk ( -m t 1113 5 `art-a,� Project Name & Contract Amount Type of Work C-10 glace Pec KC(,; ►r +; n Completed �uN'26W Completed uQ zo I Date Completed CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771 1(a)), passed by the California State Senate on June 20, 2014, established a new public works Contractor Registration Program, which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations (DIR). Currently the annual non-refundable registration fee for Contractors is $300 Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 http //www.dir ca.gov/DLSE/PublicWorks/SB854FactSheet-6 30 14.pdf DIR's Contractor Registration Link — Call (844) 522-6734 https-//efiling dir ca gov/PWCR/ActionServlet?action--displayPWCRegistrationForm DIR's Contractor Registration searchable database: https://efilmg dir ca gov/PWCR/Search action I am aware and will comply with the provisions of Labor Code Section 1771 1(a) which states "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725 5 It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029 1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725 5 at the time the contract is awarded " I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid Date: Tcfflill )OIL DIR # 100000y8z 9 eri1eq 8' Contractor By v �/ P" Title D-11 City of Huntington Beach Public Works Department 2000 Main Street Tel (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For HMAIN PROMENADE PARKING STRUCTURE IMPROVEMENTS CC NO. 1534 in the CITY OF HUNTINGTON BEACH December 28, 2015 Notice To All Bidders - Please note the following clarification to the Project Plans, Specifications, and Special Provisions• 1) Prime Contractor submitting bids for this project shall have an "A" or "B" license. This is to acknowledge receipt and review of Addendum Number One, dated December 28, 2015. kid- Company Name t , //& By Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF-5atl &rflaj(A0 } �- 1 \ On JQ 1)UQ I' Z efore me, Ian Qn � t rt �jb Ar�_D: —Notary Public, Date personally appeared (here insert name and title of the officer) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscnbed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authonzed capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct WITNESS my hand and official seal loe r Signatu (e: (Seal) Description of Attached Document Title or Type of Document Document Date Other OPTIONAL a DIANE E. FIELD COMM #2104245 m Notary Public - CalHorrila SAN BERNAR0lNO COUNTYds M y Comm Mar 26, 2019 Number of Pages 2015 Aposhlle Sernice, 707-992-5551 www Cal lformaApostllle us California Mobile Notary Network www CAMNN corn A6 tone,,",inc. it Solo wogs Sioce 1963 17025 SO- MAIN ST_ OARDENA, CA 90246110-127.7474 13236 SO. FIGUEROA 57. LOS ANGELES. CA 900611 wwwstvfstvnvinc;,rmm Stepstone, Inc. Precast Concrete Products Limited Warranty Stepstone, Inc provides this warranty for our Precast Concrete Products against failure from manufacturing defect for 5 years from date of purchase When placing an order please request a complete, product and project specific copy of this warranty Defect is defined as failure to meet or maintain the following manufacturing specifications • Compressive strength minimum average of 5,000 PSI when tested in accordance with ASTM C 39 • Freeze thaw resistance to maintain a maximum average of selected samples of 1 %v loss when tested in accordance with ASTM C 666 at 50 cycles • Stepstone, Inc published product specifications This warranty will not cover failure caused by, but not limited to the following Abuse or abnormal use, natural disasters, inadequate or faulty structure design, improper installation, excessive bearing loads, vandalism or malicious mischief, lack of reasonable care by owner in maintaining the installation, chemical action regardless of the origin of the chemical Incidental chipping that occurs during shipping and handling and does not constitute a challenge to the functional integrity of the product will not be considered failure Precast Concrete Products should be kept covered and out of the rain and free of outside water intrusion until ready to install Water which would not stain a finished Precast Concrete Product will leave stains when the Precast Concrete Products are stacked atop each other prior to installation Stepstone, Inc does not warrant against fade or color change All colors will fade a minimum of 10%v Stepstone shall have no liability for the cost of removing or staining faded Precast Concrete Products Precast Concrete Products exposed to freeze -thaw conditions must be sealed before installation and that sealer coating must be maintained to sealer manufacturer's specification for this warranty to remain in force If for any reason, you believe the Precast Concrete Products to be defective, do not install Contact your Stepstone, Inc salesperson Stepstone, Inc is not responsible for claims arising from installation of defective product DISCLAIMER OF WARRANTIES 1 EXCEPT AS PROVIDED HEREIN UNDER "LIMITED WARRANTY," THERE ARE NO OTHER WARRANTIES EXPRESS OR IMPLIED, INCLUDING, WITHOUT LIMITATION, THE IMPLIED WARRANTY OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE 2 EXCEPT AS PROVIDED HEREIN, ALL PRODUCTS ARE SOLD"AS IS " LIMITATION ON DAMAGES Manufacturer's liability under this warranty is limited solely and exclusively to the replacement of defective Stepstone, Inc. PRECAST CONCRETE PRODUCTS and in no event shall manufacturer be Fable for removal, reinstallation, freight, taxes or any other charges related to the defective product Further, manufacturer shall not be liable for any indirect, incidental, punitive, consequential, exemplary or other damages of any kind whatsoever, whether any such claim is based upon theories of contract, warranty, negligence, tort, strict liability or otherwise No person is authorized to alter this warranty orally This agreement is for the benefit solely of the original owner of the installation on which Stepstone, Inc Precast Concrete Products is applied The above warranty represents Stepstone, Inc's entire warranty and is independent of any other warranty made by any other individual, firm, or entity Stepstone, Inc reserves the right to investigate any claims, and to test any Precast Concrete Products units prior to replacement and/or repair Proposal #: 169208 1 have read and understood the above Signature Print Name Company Date rag INSCO INSURANCE SERVICES, INC onscmamp Underwriting Manager for 0 o Developers Surety and Indemnity Company Indemnity Company of California 17771 Cowan, Suite 100 Irvine, California 92614 (949) 263-3300 www InscoDlco corn KNOW ALL MEN BY THESE PRESENTS, Thatwe Howard Ridley Co, Inc as Principal, and 11 = erlL Indemnity Company of California authorized to transact a general surety business in the State of California as Surety, are held and firmly bound unto City of Huntington Beach in the full and just sum of Ten percent of amount bid BOND NO N/A Premium included in Performance Bond a corporation (hereinafter called the Obligee) Dollars, ($ 10% ) for the payment whereof in lawful money of the United States, we bind ourselves, our heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the said PRINCIPAL has submitted the accompanying bid for Main Promenade Parking Structure Improvements NOW, THEREFORE, if the said contract be timely awarded to the Principal and the Principal shall, within such time as may be specified, enter into the contract in writing, then this obligation shall be void, otherwise to remain in full force and effect Signed and Sealed this 5th day of January 2016 YEAR Howard Ridley Co, Inc Indemnity Company of California Surety /� By O�GIGV ib 8 0AU& Pnncipal Laurie B Druck, Attorney -in -Fact ID-1235 (GZ Bid Bond) (REV 7/13) CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT A notary public or other officer completing this certificate verifies only the Identity of the Individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document State of California ss County of San Bernardino On January 5, 2016 before me, Pamela McCarthy, Notary Public Name and Title of Officer (e g , "Jane Doe, Notary Public") personally appeared Laurie B Druck Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature on the instrument the MCCARTHY PAMEr8UC_ person, or the entity upon behalf of which the person COP�#2C6323S Y° acted, executed the instrument ' 1 NCTAtCALIFCdN,A vi SANBFRNARDINCCCUNTY I certify under PENALTY OF PERJURY under the laws of NryComm EzpHesAprt130,2ois the State of California that the foregoing paragraph is true and correct WITN S my hand and official seal y `I c/ Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document Description of Attached Document Title or Type of Document Document Date Signer(s) Other Than Named Above Capacity(ies) Claimed by Signer(s) Signer's Name O Individual O Corporate Officer Title O Partner -- O Limited O General O Attorney -in -Fact O Trustee O Guardian or Conservator Other Signer is Representing Number of Pages Top of thumb here POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO Box 19725, IRVINE, CA 92623 (949) 263-3300 KNOWALL BY THESE PRESENTS that except as expressly limited, DEVELOPERS SURETYAND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, do each hereby make, constitute and appoint "'Cynthia J Young, Jay P Freeman, Laurie B Druck, Pamela McCarthy, jointly or severally — as their true and lawful Attomey(s}in-Fact, to make, execute, deliver and acknowledge, for and on behalf of said corporations, as sureties, bonds, undertakings and contracts of suretyship giving and granting unto said Attorney(s)-in-Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of said corporations could do, but reserving to each of said corporations full power of substitution and revocation, and all of the acts of said Attomey(s)-in-Fact, pursuant to these presents, are hereby ratified and confirmed This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Boards of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, effective as of January 1st, 2008 RESOLVED, that a combination of any two of the Chairman of the Board, the President, Executive Vice -President, Senior Vice -President or any Vice President of the corporations be, and that each of them hereby is, authorized to execute this Power of Attorney, qualifying the attorney(s) named in the Power of Attorney to execute, on behalf of the corporations, bonds, undertakings and contracts of suretyship, and that the Secretary or any Assistant Secretary of either of the corporations be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney, RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporations when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by their respective officers and attested by their respective Secretary or Assistant Secretary this January 29, 2015 By Daniel Young, Senior Vice-President67e, e GO�CR9T��iy , ��' pPQORq ="- 10 `c�_ ;a o: By 'o>z, 1936 k Mark Lansdon, Vice -President = �% 70,Np •\ d0 ,. _ W �,t A notary public or other officer completing this certificate venfies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document State of California County of Orange On January 29, 2015 before me Lucille Raymond Notary Public Date Here Insert Name and Title of the office personally appeared Daniel Young and Mark Lansdon Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of LUCILLE RAYMOND which the person(s) acted, executed the instrument Commission f 20819d5 i Notary Public - California z I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is Z Orange County > true and correct MlComm Expires Oct 13, 2018 WITNESS my hand and official seal Place Notary Seal Above Signature 4J Lucill y ond, Notary Public CERTIFICATE The undersigned, as Secretary or Assistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY or INDEMNITY COMPANY OF CALIFORNIA, does hereby certify that the foregoing Power of Attomey remains in full force and has not been revoked and, furthermore, that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in the Power of Attorney are in force as of the date of this Cerbficate This Certificate is executed in the City of Irvine, California, this cJ A day of � `� , 4016 By C..c. Cassie J blmsford, Assistant Se tary ID-1380(Rev 01/15) City of Huntington Beach 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachca.gov Office of the City Clerk Joan L. Flynn, City Clerk April 1, 2016 John Rohrer Contracting Co , Inc 2820 — S Roe Lane Kansas City, QA� 66103-1594 K RE Main Promenade Parking Structure Improvements— CC-1534 Enclosed please find your original bid bond for CC-1534 Sincerely, Joan L Flynn, CIVIC City Clerk JF pe Enclosure Sister Cities Anjo, Japan ♦ Wartakere, New Zealand ajay juawnoop 6ulddlys }iasu) s ORIGIN IIDKCKA (913) 236-5005 SHIP DATE 11JAN16 A A CONTRACTING CO T90141111NET3672 22g8��200L DRIOONE LLN KAfJSAS CITY KS 66103 BILL SENDER UNITED STATtS US TO CITY CLERK CITY OF HUNTINTON BEACH o j 2000 MAIN STREET w 4-a SECOND FLOOR HUNTINGTON BEACH CA 92648 (7 V14)536-5431 REF lNV Po DEPT .,gym C EVress CD Eo X L1J TUE — 12 JAN 10:30A TRK# 7753 8696 0766 PRIORITY OVERNIGHT 0201 92648 NH APVA CA -US SNA w cr F_ U U N j Z Y c Q M d W N f � ~ f Q w Z w w U U O O Z a a �`'-' zj w Z_ 0 Q m � OcnO ssE)jdxj SECTION C PROPOSAL for the construction of MAIN PROMENADE PARKING STRUCTURE IMPROVEMENTS CC No. 1534 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 85 working days, starting from the date of the Notice to Proceed BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth to the following Bid Schedule BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc, and will be guaranteed for a period of sixty days from the bid opening date If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void Accompanying this proposal of bid, find Bid Bond for 10% 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 lor_—% ", as the case may be) Any standard Surety Bid Bond form is acceptable, Bidder shall signify receipt of all Addenda here, if any - Addenda No. Date Received Bidder's Signature One 12-28-2015 C-Z SECTION C2.1 — PROJECT BID SCHEDULE C2.1 LIST OF UNIT PRICES WORK ITEM DESCRIPTION UNITS QUANTITY UNIT PRICE EXTENSION 10 GENERAL REQUIREMENTS 1 1 Project Mobilization L S 1 1124,845 0 $124,845 00 1 2 Concrete Formwork Incidental 1 3 Concrete Shores and Reshores Incidental 1 4 Concrete Reinforcement Incidental 1 5 Temporary Si na a Incidental PART II. CONCRETE FLOOR / CEILING SURFACES 2.0 FLOOR SURFACE PREPARATION 26 Floor Preparation - Traffic Topping / Membrane Removal S F 25000 200 $ 50,000 00 30 CONCRETE FLOOR REPAIR 31 Floor Repair - Partial Depth / Shallow S F 400 8000 $ 32,000 00 33 Floor Repair - Full Depth S F 100 11600 $ 11,600 00 35 Floor Repair - Slab Replacement S O G S F 250 4700 $ 11,750 00 40 CONCRETE CEILING REPAIR 41 C iling Repair - Partial Depth / Shallow S F 300 17700 $ 53,100 00 43 Ceiling Repair - Remove Loose Concrete L S 1 2,75000 $ 2,75000 PART III STRUCTURAL CONCRETE FRAME REPAIRS 5.0 CONCRETE BEAM AND JOIST REPAIR 51 Beam Repair - Partial Depth / Shallow S F 20 19400 $ 3,88000 57 Beam Repair - Grout Pockets S F 100 14800 $ 14,800 00 6.0 CONCRETE COLUMN REPAIR 6 1 Tcolumn Repair - Partial Depth / Shallow S F 50 18600 $ 9,30000 7.0 CONCRETE WALL REPAIR 71 Wall Repair - Partial Depth / Shallow S F 25 20400 $ 5,10000 72 Wall Repair - Partial Depth / Deep S F 10 31500 $ 3,15000 100 EXPANSION JOINT REPAIR AND REPLACEMENT 106 Expansion Joint - Silicone Seal L F 300 4700 $ 14,100 00 11 0 CRACK AND JOINT REPAIR 11 1 Rout & Seal Cracks and Joints L F 2000 570 $ 11,400 00 11 2 Repair Crack / Joint Sealant L F 2200 570 $ 12,540 00 11 3 Vertical Joint Sealant L F 150 2200 $ 3,30000 11 5 E oxy Injection L F 750 3000 $ 22,50000 11 7 Cove Sealant L F 2300 620 $ 14,260 00 C2 1-1 160 TRAFFIC TOPPING 16 1 Traffic Topping - Vehicular S F 90500 290 $ 262,450 00 164 Traffic Topping - Recoat Partial System) S F 350 290 $ 1,01500 21 0 P/T SYSTEM REPAIR - MONOSTRAND 21 1 Ins ect P/T Tendon Anchorage EA 2 44000 $ 88000 21 2 Protect Exposed P/T Tendon(s) L F 10 12300 $ 1,23000 21 6 Tendon Splice Coupling Center -Pull EA 2 2,22000 $ 4,440 00 21 7 Tendon Splice Coupling Single EA 2 2,22000 $ 4,440 00 21 9 P/T Tendon Material L F 20 F 1000 $ 20000 240 SPECIAL P/T REPAIR SYSTEMS 241 Barrier Cable - Tighten Cables EA 63 299 00 $ 18,837 00 242 Barrier Cable - Replace Damaged Cable L F 5000 300 $ 15,000 00 PART VII MECHANICAL / ELECTRICAL SYSTEMS 25.0 MECHANICAL - DRAINAGE 252 Mechanical - Supplementary Floor Drains EA 1 2,50000 $ 2,50000 253 Mechanical - Pipe and Hangers L F 25 6000 $ 1,50000 27.0 MECHANICAL - HVAC 271 Repair / Replace Damaged HVAC Duct EA 11 77000 $ 8,47000 272 Repair/ Replace Damaged HVAC Duct EA 21 85000 $17,850 00 273 Repair / Replace Damaged HVAC Duct EA 1 1,10000 $ 1,10000 274 Repair / Replace Damaged HVAC Duct EA 1 1,65000 $ 1,65000 PART VIII: ARCHITECTURAL REPAIRS 35.0 BRICK / MASONRY REPAIRS 35 2 Masonry Unit Repair / Replacement SF 100 11500 $11,500 00 353 Masonry Unit Repair Capstone L F 50 1900 $ 95000 PART IX- METALWORK 41.0 STEEL STAIRS 41 1 Replace Stair Treads - Precast Performance Design L S 1 4,70000 $4,700 00 41 2 Replace Stair Treads EA 60 69900 $ 41,940 00 41 2A Replace Stair Treads -Starter Tread EA 7 71900 $ 5,03300 41 3 Paint Hand Stringers and Handrail L S 1 6,75000 $ 6,75000 414 Replace Landing -CIP Metal Pan EA 7 3,54700 $ 24,829 00 43.0 MISCELLANEOUS METALS 432 Repair Hand Rail L S 1 1,32000 $1,320 00 434 6" Bollard - New EA 52 42700 $22,204 00 435 6" Bollard - Remove and Replace EA 7 46900 $ 3,28300 45.0 PAINTING 451 Paint Traffic Markings L S 1 7,250 00 $ 7,250 00 452 Paint Concrete Columns - Elastomenc EA 14 29900 $ 4,186 00 454 Paint Slab Edge - Elastomerc LF 1760 250 $ 4,400 00 455 Paint Top Level Stub Columns - Elastomenc EA 4 7500 $ 30000 456 Paint Structural Steel L S 1 1176000 $ 1,760 00 C2 1-2 730 FLASHING 731 Wall Flashing — Metal LF 110 7700 $ 8,470 00 732 Wall Flashing — Metal EA 2 41500 $ 83000 840 EIFS FAQ,ADE 841 Repair Existing EIFS Cladding S F 110 2800 $ 3,080 00 842 Repair EIFS Cracks LF 50 4000 $ 2,000 00 95.0 DOORS AND WINDOWS 95 1 Re -anchor Faux Window Frame EA 30 9000 $ 2,700 00 F_ BASE BID =TOTAL$ 899,422 00 State BASE BID cost, which will be the basis of award Eight Hundred Ninety Nine Thousand Four Hundred Twenty Two Dollars (in words) C2 1 LIST OF ALTERNATES A This Section identifies potential changes in the work under consideration for this contract The Owner reserves the right to accept any or all of the listed Alternates, regardless of the order of their listing B For each of the Alternates listed below, state the total amount to be added to, or deducted from, the total contract amount if the individual Alternate is selected for inclusion in the contract scope Amount shown shall include all costs to perform the Work, no extras will be permitted for failure to consider such items as extra permits, overtime, weather protection, etc Painting Ceilings and Columns State added cost to paint all unpainted concrete ceilings and columns on all levels Refer to Section 09900 Painting for Materials and Other Requirements Two Hundred Fifty Four Thousand Two Hundred Forty Seven Dollars (in words) ($ 254,247 00 ) (numbers) Submitted By Type or print firm name John Rohrer, Company, Inc. C2 1-3 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 or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor Bid Name and Address of State Class DIR Dollar % of Item(s) Subcontractor License Number Amount Contract Number 352 MPI Contracting 698652B C-27 1000028083 10,750 00 1 % 353 C-53 26 Nelson Industrial 6021 Melrose Lane 671532 C-15 C-33 1000016542 43,750 00 4% Oklahoma City, OK 73127 a o, Inc 7086 11 C-33 100002210 14,460 00 0 454,455, 14555 Valley View Ave - Suite H 456 Santa Fe Springs, CA 60670 ALT 45 3 271,272 Direct Air Conditioning 720148 C-20 1000008159 27,600 00 3% 27 3, 27 4 4250 Artesia Ave Fullerton, CA 92833 By submission of this proposal, the Bidder certifies 1 That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing 2 That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID i declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 1/12/16 , at Kansas City KS Date City State John Rohrer , being first duly sworn, deposes and says that he or she is President of John Rohrer Contracting Company Inc_ the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation, that the bid is genuine and not collusive or sham, that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding, that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract, that all statements contained in the bid are true, and, further, that the bidder has not directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid John Rohrer Contracting Company ature off bidder John Rohrer 2820 Roe Lane, Bldg S Kansas City, KS 66103 Address of Bidder C-a UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen 1 he undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the MAIN PROMENADE PARKING STRUCTURE IMPROVEMENTS, (1)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved " The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Date- January 12, 2016 C-5 Title DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, 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 regulation9 O Yes 0 No If the answer is yes, explain the circumstances in the space provided Note: I his questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code. each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract Date January 12, 2016 C-7 John Rohrer Contracting Company, Inc Title BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct John Rohrer Contracting Company, Inc Bidder Name 2820 Roe Lane, Bldg S Business Address Kansas City KS 66103 City, State Zip (913 ) 236-5005 Telephone Number 346824 Class C-8 B State Contractor's License No and Class Original Date Issued 12/31/2017 Expiration Date fhe work site was inspected by Kirt Courkamp of our office on January 4 2016 The following are persons, firms, and corporations having a principal interest in this proposal John Rohrer, President Kirt Courkamp, Vice President Branndon McMullen, Sr Vice President The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perfor the contract for the proposed work and improvements in accordance with the pla an pe t forth John R r C tractor Co a In C()mp c SXX,ature of Bidder John Rohrer rinted or Typed Signature Subscribed and sworn to before me thisl2th day of January , 2016 NOI ARY PUBLIC C-S MATE 0, EILEEN SUMNER NOTARY • aim , My Appointment Expires May a Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein Listed below are the names, address and telephone numbers for three public agencies for which the bigeC ninwhfasernveneraoa. irPor t m nal Roadway & Garage Repairs 8500 Pena Blvd., Denver CO 80249 - City & County of Denver Name and Address of Public Agency Name and Telephone No, of Project Manager. Bill Shirk - (3 0 3) 3 4 2 - 2 6 0 6 $9,389,343 36 Structure Repair 12/2014 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Concrete Repair to terminal roadway & garages, replacement of expansion joints, misc. waterproofing Ala Moana Mall Parking Structure Repair - GGP, Inc 2 1450 Ala Moana Blvd Horllulu,, HI. 96814 Name and Address of Public Agency Name and Telephone No of Project Manager Paul Cabrera - 5 2 0 - 2 9 3 - 7 3 31 $4,336,866.12 Structural Repairs 9/2015 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Deck overlav removal (hydro-demolition)and replacement misc overhead concrete repairs. Palo Verde Nuclear Generating Station / WRF - Trickling 3, Filter #1 Rebuild. Tonopah, AZ 85354 Name and Address of Public Agency Name and Telephone No of Project Manager John Ke 1 ly 6 2 3- 3 9 3- 3 4 8 7 $1,475,427.00 Structural Repair June, 2012 Contract Amount Type of Work Date Completed Provide additional project description to show similar work - Structural foundation _wall repairs, beam repairs, column cathodic protection jacket. C-9 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years These projects do not have to be under the employment of the bidder of this project Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein 1 Jim Spencer Name of proposed Project Manager Telephone No of proposed Project Manager 3 0 3- 8 3 8- 4 3 0 0 Denver International Airport - Terminal Roadway & Garage Repairs 8500 Pena Blvd , Denver CO 80249 - City & County of Denver $9,480,000.00 Structure Repair / Waterproofing 11/2014 Project Name & Contract Amount Type of Work Date Completed Park Meadows Mall - Parking Garage Repairs 8401 S Park Meadows Center Dr , Lonetree CO 80124 - GGP $461,500 00 Structural Repair / Waterproofing Dec 2015 Project Name & Contract Amount Type of Work Date Completed Palo Verde Nuclear Generating Station / WRF - Trickling Filter #1 Rebuild Tonopah, AZ 85354 $1,642,225 00 Structural Repair June, 2012 Project Name & Contract Amount Type of Work Date Completed 2 David Brown Name of proposed Superintendent Telephone No of proposed Superintendent 913 - 6 2 0- 2 2 8 0 Ala Moana Mall Parking Structure Repair - GGP, Inc 1450 Ala Moana Blvd , Honolulu, HI, 96814 $4,336,866 12 Structural Repairs / Waterproofing 9/2015 Project Name & Contract Amount Type of Work Date Completed Palo Verde Nuclear Generating Station / WRF - Trickling Filter #1 Rebuild Tonopah, AZ 85354 $1,642,225.00 Structural Repair June, 2012 Project Name & Contract Amount Type of Work Date Completed Park Meadows Mall - Parking Garage Repairs 8401 S Park Meadows Center Dr , Lonetree CO 80124 - GGP $461,500.00 Structural Repair / Waterproofing Dec 2015 Project Name & Contract Amount Type of Work Date Completed C-10 City of Huntington Beach Public Works Department 2000 Main Street Tel (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For HMAIN PROMENADE PARKING STRUCTURE IMPROVEMENTS CC NO 1534 in the CITY OF HUNTINGTON BEACH December 28, 2015 Notice To All Bidders. Please note the following clarification to the Project Plans, Specifications, and Special Provisions 1) Prime Contractor submitting bids for this project shall have an "A" or "B" license This is to acknowledge receipt and review of Addendum um One, dated December 28, 2015 7 I John Rohrer Contracting Company, Inc. �Y��C�/(/�L�ii Company Name / Y John Rohrer, President January 12, 2016 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771 1(a)), passed by the California State Senate on June 20, 2014, established a new public works Contractor Registration Program, which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations (DIR) Currently the annual non-refundable registration fee for Contractors is $300 Each contractor to whom a public works contract has been awarded shall sign the following certificate DIR FACT SHF,ET on SB 854 http Hwww dir.ca gov/DLSE/PublicWorks/SB854FactSheet_6 30.14 pdf DIR's Contractor Registration Link — Call (844) 522-6734 https Hefiling dir ca gov/PWCR/ActionServIet'?action=displayPWCRegistrationForm D1R's Contractor Registration searchable database https-Hefiling dir ca gov/PWCR/Search action 1 am aware and will comply with the provisions of Labor Code Section 1771 1(a) which states "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725 5 It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029 1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725 5 at the time the contract is awarded " I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALI, Subcontractors at the time of submitting the bid. Date' January 12, 2016 DIR # 1000033973 D-11 Title 1 16 No. 4662 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN F RANCISCO Amended Certificate of Authority 7I-I15 IS TO CERTIFY, 7hal, pur;munttr to the lusurance Coele of the Stale of Californa, Fldelily evid Deposit Corrtparty of Maryland of Balumore, Maryhmd, organized ruder the lairs of Maryland, srtbject tag its Articles of Incorporation or orherfundamental orgairmarional rlocranenrr, is hereby authorized to [yammer ivithin this State, subjecr la all provlstons ofthfs Certificate, the followit►g classes of hisurance; F;W9, Marine, Surety, Plate Class, Liability, Workers' Compenratio it, Common Carrier Liabliiry, Boiler and Maelditery, Burglary, Credit, Sprinkler, Team and Vehicle, Automobile, Aircraft, and Miscel(aaeous as such classes are not v or may Itereafter be defumel in the litsur ance ,LOI W1 of the State of California, T141S CERTIFICATE is evvpressly conelllloned trpo►i the holder hemeof now and /zeregfter being in full compllance ivith all, evil uar in utolatlon afnay, of the applicable laws and lawful requirements made tutdcr authority oftlie laivs of the State of California as long ns f-ucm laiur or requiremens are lit efj'eet and applicable, and as such Mmi, and retynirentenfs now are, or rblay hereafter be clieviged or amended, IN WITNLSS WIIL-REOF, effecime as ofIha29th day of lanunry, 198S, I have herewito set my liand and caused niy offcial seal to be fixed flits 291h day of January, 198S. Fee $50.00 Bruce I3uaner ftlim ohea com"14sioner Rec. No. S4314 Filed 12/3184 By _ _ _ � , � Vicloria S Sidbury Certlicarlon 1, the undcrsigned.1irsurairce Commissloi:er of dze Stare of C'altforirla, da hereby eerrIfy that r have compared the above copy of Car r ficala ofAvrhortty ",IlJz the dilpltcare oforlgg#yml now on file m my office, and char die scvtte is a,f1t11, true; crrtd correct lranscripf thereof, and of the u0hoim of said duplrccite, and said Cart flcate ofAuthorlty Is now to full force and effect. IN WITNESS WHEREOF, I have her eunlo set my hand and caused my o.(/'t c►al Baal to bit gjjixed Ails 3rd day gfAugust, 2000. J. Clark Kelso Actig Luwonee Conurl anon er Pauluie D'Andrea Dvpidy OHN ROHRER CONTRACTING COMPANY Over A Half Century of Construction PARTIAL LISTING OF COMPLETED CONCRETE RESTORATION/WATERPROOFING PROJECTS 1) Crown Center Office Garage - Phase I Kansas City, Missouri 528,000 S F Latex Modified Concrete Overlay 106,000 S F Monolithically Poured Partial Depth Floor Repairs 12,000 S F Full Depth Floor Repairs Miscellaneous Structural Repairs and Epoxy Injection Work Completed 1981 $3,600,000 00 2) Crown Center Office Garage - Phase II Kansas City, Missouri 4,900 S F Shotcrete Ceiling Repairs Electrical Rewiring Completed 1982 $324,671 00 3) Crown Center Retail Parking Garage - Phase I Kansas City, Missouri 164 ea Shear Friction Collar Installation on Columns 60,000 S F Penetrating Sealer Application 12,000 S F Latex Modified Concrete Overlay Post -tensioned Tendon Splicing, Restressing Miscellaneous Repairs, Fireproofing, Beams, Epoxy Injection Completed 1982 $640,200 00 4) Crown Center Retail Parking Garage - Phase II Kansas City, Missouri 60,000 S F Penetrating Sealer Application 30,000 S F Latex Modified Concrete Floor Patches 100,000 S F Latex Modified Concrete Overlay Post -tensioned Tendon Splicing/Restressing Miscellaneous Structural Repairs and Epoxy Injection Work Completed 1982 $1,104,000 00 5) Plaza Center Building Parking Garage Kansas City, Missouri 62,000 S F Latex Modified Concrete Overlay 12,400 S F Latex Modified Concrete Floor Patches Miscellaneous Ceiling, Wall and Column Shotcrete Patches Epoxy Injection Work Completed 1982 $500,000 00 6) Ward Parkway Shopping Center Rooftop Parking Deck Kansas City, Missouri 32,000 S F Latex Modified Concrete Overlay Expansion Joint Repairs Structural Modifications to Cantilever Completed 1982 $250,000 00 7) Penn Park Medical Building Parking Garage Kansas City, Missouri 15,000 S F Low Slump Concrete Overlay 2,655 S F Monolithic Low Slump Concrete Floor Patches 31 ea Columns rebuilt with Shotcrete Completed 1982 $79,000 00 8) Iowa Beef Processors Plant Storm Lake, Iowa 12,000 S F Heavy Duty Trap Rock Topping 2,000 S F Shotcrete Ceiling Patches Completed 1982 $110,000 00 9) Modern Woodsmen Insurance Company Parking Garage Rock Island, Illinois 40,000 S F Latex Modified Concrete Overlay Waterproof Membrane Work Completed 1983 $275,000 00 10) Crown Center Hotel Parking Garage - Phase I Kansas City, Missouri 31 ea Shear Friction Collar Installation on Columns 2 55,000 S F Latex Modified Concrete Overlay 56,828 S F Penetrating Sealer Application 7,000 S F Latex Modified Concrete Floor Patches Post -tensioned Tendon Splicing and Restressing Epoxy Injection Work Completed 1983 $748,245 00 11) Research Medical Center Parking Garage Kansas City, Missouri 1,100 S F Latex Modified Concrete Floor Patches 6,000 S F Vehicular Deck Coating Miscellaneous Caulking and Waterproofing Completed 1983 $32,000 00 12) Water Treatment Plant Equipment Houses Columbia, Missouri 10,000 S F Chemically Stripped Floor 10,000 S F Floor Coating with Sikatop 144 Coating Completed 1983 $15, 000 00 13) Merchants National Bank Parking Garage Topeka, Kansas 6,000 S F Latex Modified Concrete Floor Patches 31,000 S F Kelmar Vehicular Deck Coating 81,000 S F Penetrating Sealer Application 52,000 S F Removal of Existing Vehicular Deck Membrane Completed 1984 $308,568 00 14) Eight Eleven Main Parking Garage Kansas City, Missouri 202,000 S F Latex Modified Concrete Overlay 151,000 S F Monolithic LMC Floor Patches 3,000 S F Shotcrete Ceiling Patches 2,500 S F Full -depth Removal and Replacement of Cantilevered Slab Section Epoxy Injection Work Completed 1984 $2,000,000 00 15) Southwestern Bell Administration Building Parking Garage Kansas City, Missouri 200,000 S F Cathodic Protection Installation 3 200,000 S F Latex Modified Concrete Overlay 50,000 S F Monolithic Latex Modified Concrete Floor Patches Miscellaneous Column, Wall and Ceiling Shotcrete Patches Epoxy Injection Work Completed 1984 $1,850,000 00 16) Kansas City, Missouri Water and Pollution Control Department Vehicular Maintenance Garage Kansas City, Missouri 16,000 S F Latex Modified Concrete Overlay 2,000 S F Monolithic LMC Floor Patches Miscellaneous Structural and Architectural Modifications Completed 1984 $204,000 00 17) Water Treatment Plant Restoration - Phase I Kansas City, Missouri Sluice Gate Control Platform Demolition and Reconstruction Chemical Slurry Bridge Restoration and Protection Influent Flumes Restoration and 2,500 S F Latex Modified Concrete Overlay 13,750 S F Monolithic LMC Floor Patches Completed 1984 $600,000 00 18) Lionshead Parking Garage Vail, Colorado 120,000 S F Low Slump Concrete Overlay Expansion Joint Improvements Completed 1985 $458, 000 00 19) Ward Parkway Shopping Center Precast Parking Garage Kansas City, Missouri 7,500 S F Concrete Floor Patches 150,000 S F Penetrating Sealer Application Expansion Joint Reconstruction Epoxy Injection and miscellaneous Hand Patching of Walls, Columns and Ceilings Completed 1985 $416,000 00 20) Skelly Building Parking Garage Kansas City, Missouri 15,000 S F LMC Overlay 4,050 S F Monolithic LMC Floor Patches 4 Heat Mat Installation of Ramp Areas Completed 1985 $185, 000 00 21) Kansas City, Missouri Bridge Deck Restoration for the Missouri Highway & Transportation Department Complete Restoration and Protection of 15 Bridges in Kansas City Freeway System Cathodic Protection of 13 Bridges Post -tensioned Concrete Overlay on two Bridges Completed 1986 $5,000,000 00 22) Kansas City, Missouri Bridge Deck Restoration for the Missouri Highway & Transportation Department Complete Restoration and Protection of five Bridges in Kansas City Freeway System Cathodic Protection Low Slump Concrete Overlays Completed 1986 $3,500,000 00 23) Saint Luke's Hospital Spiral Parking Garage - Phase I Kansas City, Missouri 4,500 S F Silica Fume Concrete Floor Patches 30,000 S F Epoxy Overlay System Completed 1986 $200,000 00 24) Crown Center Retail Parking Garage - Phase III Kansas City, Missouri 11,400 S F Silica Fume Concrete Floor Patches Post -tensioned Tendon Splicing/Restressing Miscellaneous Wall, Column and Ceiling Hand Patches 226,000 S F Kelmar Vehicular Deck Coatings Completed 1987 $964,000 00 25) Crown Center Hotel Parking Garage - Phase II Kansas City, Missouri 2,500 S F Silica Fume Concrete Floor Patches 1,122 S F Silica Fume Shotcrete Ceiling, Column and Wall Patches Post -tensioned Tendon Lift-off Testing Epoxy Injection Work Completed 1988 $152, 000 00 26) Saint Luke's Hospital Spiral Parking Garage - Phase II Kansas City, Missouri 5,400 S F Silica Fume Concrete Floor Patches 30,000 S F Kelmar Vehicular Deck Coating 500 S F Overhead hand Patches with Sikatop 123 Completed 1987 $190,000 00 27) Federal Reserve Bank Employee Parking Garage Kansas City, Missouri 4,000 S F Asphalt Overlay and Membrane Removal 400 S F Silica Fume Concrete Patches 890 S F Epoxy Patches 30,000 S F Kelmar Vehicular Deck Coating 70,000 S F Existing Membrane Removal 10,000 S F Epoxy Overlay System Completed 1987 $435,000 00 28) Rusty Scupper Restaurant Parking Garage Kansas City, Missouri Miscellaneous Precast Tee Stem and Haunch Repairs Epoxy Injection Completed 1987 $20, 000 00 29) St. Luke's Hospital Ambulatory Parking Garage Kansas City, Missouri Removal and Replacement of Caulking Application of Penetrating Sealer Miscellaneous Precast Tee Stem and Haunch Repairs Completed 1987 $75,000 00 30) Penn Tower Office Building Parking Garage Kansas City, Missouri 2,800 S F Silica Fume Concrete Floor Patches 187,000 S F Kelmar Vehicular Deck Coating 400 S F Overhead Hand Patches Completed 1987 $593,200 00 31) 63rd Street Parking Garage Rehabilitation Kansas City, Missouri Complete Removal and Replacement of 25,000 S F of Middle Level A Waffle Slab and Access Ramps Completed 1988 $575,000 00 32) Wesley Medical Center Parking Garage Rehabilitation Wichita, Kansas 100,000 S F Latex Modified Concrete Overlay Expansion Joint Modifications Precast Tee Haunch Replacement LMC Patches Shear Transfer Device Installations Completed 1988 $903, 500 00 33) Kansas River Levee Pump Stations' Rehabilitation Kansas City, Kansas Nine Pump Stations along Kansas River Wet Well Restoration, Wall Reconstruction and Floor Overlayment Vinyl Ester Coating for Rehabilitation Work Various Architectural Modifications Pipe Repairs between Pump Stations Completed 1988 $685,000 00 34) Mutual Benefit Life/IBM Plaza Parking Garage Repair Kansas City, Missouri 41,000 S F Existing Membrane, Removal 41,000 S F Kelmar Vehicular Deck Coating 900 S F Silica Fume Gunite Overhead Patches 1,500 S F Silica Fume Concrete Floor Patches Completed 1988 $350,000 00 35) Eight Eleven Main Parking Garage Repair - Phase II Kansas City, Missouri 15,000 S F Low Slump Concrete Overlay 13,250 S F Floor Patches placed monolithically with Overlay Extensive Replacement of Reinforcing Bars Completed 1989 $200,000 00 36) Meyer West Condominium Parking Garage Restoration Kansas City, Missouri 2,500 S F Full -depth Silica Fume Concrete Floor Patches 15,000 S F Kelmar Vehicular Deck Coating Application Rehabilitation of Patio Planter Sheet Waterproofing System 7 Completed 1989 $253,267 00 37) Seven Ten Main Parking Garage Structural Slab Removal and Replacement Kansas City, Missouri 24,000 S F complete Removal and Replacement of 10" cast -in -place Concrete Flat Slab with Drop Panels and Reinforcing Steel Completed 1989 $410,000 00 38) Pasteur Medical Bldg. Parking Garage Restoration Oklahoma City, Oklahoma 6,300 S F Conventional Concrete Patches 8,352 S F 1" Latex Modified Concrete Overlay Completed 1990 $135,289 00 39) Arapahoe County Admin. Bldg. Parking Garage Restoration Littleton, Colorado 500 S F 20' tall Wall Removal and Replacement 24,000 S F existing 1-1/2" Concrete Topping Removal 24,000 S F 1-1/2" Silica Fume Modified Concrete Overlay Asphalt Parking Lot Reconstruction Electrical Modifications Completed 1990 $525,000 00 40) Water Treatment Plant Concrete Restoration - Phase III Kansas City, Missouri Reconstruction of Lime Silo Funnels Reconstruction of Railroad Bridge Abutments Reconstruction of Diffusion Basins and Flumes Reconstruction of Intake Pump Station Exterior Stairs Completed 1990 $310,000 00 41) Parking Facility "C" Rehabilitation Kansas City, Kansas 66,000 S F Hydro -demolition Procedures for unsound Concrete Removals 50,000 S F Silica Fume Modified Concrete Partial Depth Patches 16,000 S F Silica Fume Modified Concrete Full Depth Patches 175,000 S F Kelmar Vehicular Deck Coating $400,000 00 miscellaneous Architectural Improvements Completed 1990 $1,800,000 00 E*-3 42) Hallmark Rooftop Parking Resurfacing Kansas City, Missouri 120,000 S F Asphalt/Roofing Removal 120,000 S F 5" Concrete Overlay 120,000 S F Kelmar Vehicular Deck Coating Completed 1990 $1,030,000 00 43) Kansas Department of Transportation -1-35 Bridge Decks Rehabilitation Reconstruction of Tops and Walls of Concrete Box Bridge Cold Milling of three Bridges Remove and Replace Bridge Approaches and Curb and Gutter at Bridge Low Slump Concrete Overlay at two Bridges Asphalt Overlay at Box Bridge Completed 1990 $1,000,000 00 44) Merrill Lynch Western Operations Center Parking Facility Repair Lakewood, Colorado 65,000 S F 1-1/2" Removal of Concrete Surface (topping on precast dbl tees) 65,000 S F 1-1/2" Silica Fume Modified Concrete Overlay Miscellaneous underside Concrete Repairs —Overhead & Vertical Sprinkler System Installation New Overlay Caulking and Expansion Joints Completed 1990 $460,325 00 45) University of Colorado Health Sciences Center - Phase I 9tn & Clermont Parking Facility Repairs Denver, Colorado 34,000 S F 1-1/2" Removal of Concrete Surface (topping on precast dbl tees) 34,000 S F 2" Silica Fume Modified Concrete Overlay Expansion Joint Rebuilding New Overlay Control Joints/Caulking Completed August 1991 $266,000 00 46) Crown Center Office Garage Repairs Kansas City, Missouri 1,582 S F Column & Beam Gunite Repairs 1,906 S F Overhead Hydro Demolition & Gunite Repairs 2,426 S F Early -strength Prepackaged Concrete Patches 16,200 S F Kelmar Waterproof Vehicular Deck Coating N Miscellaneous Epoxy Injection/Urethane Injection Crack Repairs Electrical Relocation/Reconstruction of Lights & Conduit Completed September 1991 $523,000 00 47) University of Colorado at Boulder Boulder, Colorado 16,000 S F 1-1/2" Removal of Concrete Surface 16,000 S F 2" Silica Fume Modified Concrete Overlay Completed August 1991 $50,750 00 48) University of Colorado Health Sciences Center - Phase II 9t" & Clermont Parking Facility Repairs Denver, Colorado 34,000 S F 1-1/2" Removal of Concrete Surface 34,000 S F 2" Silica Fume Modified Concrete Overlay Expansion Joint Rebuilding Completed August 1992 $250,000 00 49) Copper Mountain Resort Parking Structure Copper Mountain, Colorado 31,000 S F 1-1/2" Removal of Concrete Surface 31,000 S F 2" Silica Fume Modified Concrete Overlay Expansion Joint Removal and Reconstruction New Overlay Control Joints/Caulking Completed October 1992 $240,000 00 50) Palm Beach International Airport Terminal Parking Deck/Roof Slab Repairs West Palm Beach, Florida Complete Removal and Reconstruction/Installation of 212 L F of New Expansion Joint System Waterproof Membrane Application on Structural Slabs Concrete Topping Removal and Reinstallation Completed August 1993 $99,186 00 51) Copper Mountain Resort Condominium Repairs Copper Mountain, Colorado Repair of Concrete Columns supporting Wood Trusses Complete Removal and Replacement of Structural Precast Hollow Core Panel Installation of supplemental Structural Support 10 Steel Members Completed September 1993 $65,000 00 52) 710 Main Parking Structure Kansas City, Missouri Supplemental Steel, Column Installation around Perimeter of Structure at Cantilevered Slabs Fireproofing Application to supplemental Steel Columns Completed September 1993 $111,436 00 53) One Norwest Center Parking Garage Structural Repairs Denver, Colorado 292,000 S F 3/" - 1" Removal of existing Concrete Surface 292,000 S F 2" Silica Fume Concrete Overlay Post -tensioned Tendon Splicing and Restressing Miscellaneous Epoxy Injection of Cracks and Vertical/Overhead Patching 292,000 S F Application of Silane Sealer New Overlay Control/Construction Joints Caulking Completed October 1994 $1,966,764 00 54) 4 Million Gallon Argentine Reservoir Kansas City, Kansas Complete Demolition and Removal of 4MG Concrete Dome Structure, Water Reservoir Completed March 1994 $97,613 00 55) Mercantile Tower Parking Garage Repair Kansas City, Missouri 20,000 S F of 3-inch Concrete Topping Removal/Replacement on Double Tees 4,589 S F Concrete Topping Patches - Levels 1 through 12 Miscellaneous Epoxy Injection and Caulking Replacement Electrical Improvements Precast Double Tees - 12t" level Supplemental Steel Support Bearing Brackets Installation Completed October 1994 $331,312 00 56) Dillard's Ward Parkway Parking Garage Repair Kansas City, Missouri 1,000 S F Concrete Topping on Precast Tee Patching Caulking Repairs/Replacement Precast Inverted-T and L-Beam Repairs, Column Repairs, Wall Repairs Steel Bearing Angle Installations, Steel Shim Replacement 11 36,500 S F Application of Penetrating Floor Sealer 77,500 S F Application of Kelmar Waterproofing Deck Coating System Completed October 1994 $265,638 00 57) Quindaro Water Plant Improvements Kansas Citj , Kansas Repairs to Manhole #1 and Box Tunnel to River - Restoration by complete 4-inch Overlay of Walls and Floors with pre -packaged Sika Materials of 9'x9' Manhole 40' in depth and 4' wide x 6' tall Box Tunnel to River Completed September 1994 $161,302 00 58) U.S. Sprint World Headquarters Parking Garage Repairs Mission, Kansas 1,009 S F Silica Fume Concrete Floor Patches 40 S F Ceiling Patches with pre -packaged Sika Materials 169 S F Column re -building with pre -packaged Sika Materials Ten Precast Tee Column Haunch Replacements 8,000 S F clean and seal Columns Completed December 1994 $42,733 00 59) Route 24 Bridge Deck Overlay for the MO Highway & Transport. Dept Kansas City, Missouri 900 L F Dow Corning XJS Expansion Joint Installation 52,182 S F Low -slump Concrete Overlay at 2" thick 52,182 S F penetrating Sealer Application 159,000 S F Asphalt Overlay Removal 1,000 S F Concrete Patches Completed July 1995 $452,430 00 60) Crown Center West Garage Repair Kansas City, Missouri 5,550 S F Full -depth Silica Fume Concrete Slab Repair 5,345 S F Partial -depth Silica Fume Concrete Slab Repair 1,030 S F Hollow Plane Delamination Epoxy Injection 15,536 S F Kelmar Waterproof Vehicular Deck Coating Completed December 1996 $406,995 00 61) 4220 Shawnee Mission Parkway Garage Repair Mission, Kansas 16,794 S F Partial -depth Concrete Strip Patches 12 10,500 LBS Rebar Installation 5,000 L F Perimeter Patch Caulking Completed October 1996 $85,000 00 62) Greyhound Bus Garage Repair Kansas City, Missouri 53 L F Shotcrete Joist Bottom Repair 25 L F Epoxy Injection of Joist Cracks 114 S F Shotcrete Beam Repair 1 ea Column Replacement Completed December 1996 $24,114 00 63) Cleveland Chiropractic College Parking Garage Kansas City, Missouri 475 S F Full Depth Waffle Slab Repair 283 S F Partial Depth Slab Repair 150 L F Joist Bottom Shotcrete Repair 25,000 S F Traffic Bearing Waterproof Deck Coating Completed December 1996 $91,000 00 64) Regent Street Parking Garage Repair Salt Lake City, Utah 43,000 S F 3" Latex Modified Concrete Overlay on top of 10 Story Parking Structure Completed November 1996 $264,570 00 65) KCATA Bus Maintenance Garage Kansas City, Missouri 8,500 S F Full -depth Slab Replacement 1,207 S F Topping Repair with Anvil Top-300 384 S F Topping Repair with Emaco S66CR 110 L F Concrete Cantilever Pit Repair Sub - Electrical Lighting Renovation Sub - Replacement of 30 Overhead Doors Completed April 1997 $459,811 00 13 66) Omni Hotel Garage Repair (Design/Build) Kansas City, Missouri 16,933 S F Partial -depth Pan/Joist Slab Repairs 4,433 S F Full -depth Pan/Joist Slab Repairs 818 L F Shotcrete Joist Bottom Repairs 399 S F Shotcrete Beam Repairs 22,265 S F old Waterproof Membrane Removal 22,265 S F Neogard Vehicular Waterproof Membrane Application Completed March 1997 $643,000 00 67) Tan -Tar -A Marriott Resort Garage Repair Osage Beach, Missouri 2,720 S F Full -depth Pan/Joist Micro -Silica Concrete Slab Repairs 2,200 S F Partial -depth Pan/Joist Micro -Silica Concrete Slab Repairs 1,400 L F Micro -Silica Shotcrete Joist Bottom Repairs 5,000 S F Plaza Topping Removal/Replacement and Application of Neogard Pedestrian Waterproof Deck Coating 1,000 S F Micro -Silica Shotcrete Repairs 3,000 S F Sandblast clean & seal Exterior Vertical Precast Walls 59,000 S F Neogard Vehicular Waterproof Membrane Application Completed May 1997 $540,000 00 68) Long Beach Medical Center Parking Structure Long Beach, California Removal and Replacement of Sealant 30,500 S F Removal of Traffic Membrane 30,500 S F Installation of new Traffic Membrane Completed November 1997 $120,000 00 69) Vail Marriott Parking Structure Vail, Colorado 4,000 L F Miscellaneous Sealant Removal and Replacement 22,385 S F Installation of new Traffic Membrane Remove and Replace deteriorated CMU Block at Stair Tower Completed October 1997 $51,000 00 14 70) Harbor Beach Marriott Plaza Renovation Supt Kevin Kesinger Ft Lauderdale, Florida P M Kirt Courkamp 2,100 S F Remove / Rework Planters Client Marriott Corp -Roy Muth 2,100 S F New Waterproofing at Planters 301 /380 6338 19,500 S F Demo existing Tile and Remove existing Membrane 19,500 S F Install new Waterproof Membrane with Sand & Paver System Completed August 1997 $476,460 00 71) Bulk Mail Center — Towveyor Patch/Floor Replacement Kansas City, Kansas Supt Randy Manis 15,000 S F 8" Concrete Floor Removal P M Brandon McMullen 13,000 S F 8" Concrete Floor Replacement Client US Postal Service w/Masterplate Broadcast Finish c/o FMC Corp -Dave Baker 2,000 S F 6" Concrete Floor Replacement 215/822 4300 w/2" Anvil -Top Topping @ Turns Misc Towveyor Pit Reconstruction Completed October 1997 $520,000 00 72) GSA Federal Building Garage Repair Supt Randy Manis Kansas City, Missouri P M Brandon McMullen 16,000 S F %" Scarification/1-1/2" Silica Client U S General Fume Concrete Overlay Svcs Admin -Rick Etem 875 S F Partial Depth Slab Repairs 816/823 2261 2,300 S F Full Depth Slab Repairs 330 L F Joist Bottom Shotcrete Repairs 62 S F Beam Bottom Shotcrete Repairs Modification to Dock Leveler Completed November 1997 $208,500 00 73) 7101 College Blvd. Building Parking Deck Supt Dave Hotchkiss Overland Park, Kansas P M Brandon McMullen 650 L F Expansion Joint Removal & Client Jacor Contr -Ted Jaques Replacement with Elastomeric 816/483 7330 Concrete Edged Expansion Joint Completed October 1997 $35,750 00 74) Harbor Beach Marriott Parking Structure Supt Kevin Kesinger Renovation P M Kirt Courkamp 15 Ft Lauderdale, Florida Client Marriott Corp -Roy Muth 1,740 S F Shallow Depth Concrete Repairs 301/380 6338 315 L F Remove and Replace Expansion Joint Completed February 1998 $105, 000 00 75) 8000 South Lincoln Street Parking Structure Supt No longer with JRCC Littleton, Colorado P M Kirt Courkamp 34,000 S F Remove 1" of existing Topping Slab Client Nolen and Co 34,000 S F New 2" Bonded Topping Slab Doran Whitaker 350 L F Spandrel Wall Beam Capacity Upgrade 303/762 1311 Complete January 1998 $267,000 00 76) Kansas University Stadium — Expansion Joint Repairs Supt Jim Pierce Lawrence, Kansas P M Kirt Courkamp 3,430 L F Existing Expansion Joint Demo at Client University of KS Tread and Risers Roger Herman 770 L F Expansion Joint Curb Installation 785/864 5636 w/stainless Flashing 3,430 L F New Expansion Joint Installation at Treads and Risers 12 New Fabricated Steel Step Assemblies Miscellaneous Concrete Repairs Completed September 1998 $710,000 00 77) Kansas University Emergency Room Drive Supt Randy Manis Restoration P M Brandon McMullen Kansas City, Kansas Client University of KS 20,364 S F 4" Concrete Topping Slab Mark Gonzales & Underlying Waterproofing 913/588 5300 Membrane & Insulation Removal 20,364 S F New Hot -Applied Waterproofing Membrane, Insulation & 4" Concrete Topping Slab 270 L F New Bolt Down Panel Expansion Joint System 3,575 S F New Sidewalks New Drains & Drain Lines Completed October 1998 $645,000 00 78) Palmer Center Garage Repairs Colorado Springs, Colorado 55,736 S F Existing Asphalt Overlay Removal 16 79) 3,000 S F Partial and Full -Depth Floor Repairs 3 ea Button Head Tendon Repairs 2,650 L F Expansion Joint Removal and Replacement 90,818 S F Microsilica Concrete Overlay 104,907 S F Traffic Bearing Waterproof Membrane 15,000 L F Caulked Joints 235,000 S F Sealer Application 48 New Drains/Drain Lines Completed October 1998 $1,241,608 00 Columbia Wesley Medical Center Parking Structures Supt No longer with JRCC Wichita, Kansas 30,048 L F Repair/Replace Failed Crack/ Joint Sealant 3,177 L F Cove Joint Sealant 6,800 S F Partial Depth Floor Repairs 308,000 S F Concrete Sealer Application 48,000 S F Traffic Bearing Waterproof Deck Coating 730 S F Beam/Column/Wall/Tee Stem Repairs 350 L F Wabocrete Expansion Joint Installation 30 ea Installation of Shear Connector Devices Completed November 1998 $771,000 00 80) Sherman Tower Apartments Garage Renovation Denver, Colorado 21,500 S F 1" Depth of Supported Slab Removal 4,500 S F Full Depth Concrete Slab Forming 26,000 S F 2" Bonded Concrete Topping 70 New drains Installed with Piping 26,000 S F Traffic Bearing Membrane Installation Completed November 1998 $690,373 00 P M Brandon McMullen Client Wesley Med Center John Hromek 316/688 2379 Supt Randy Manis P M Kirt Courkamp Client Harsch Invest Corp Sarah Marshal 303/837 0611 81) Kansas University Stadium — Waterproofing and Supt Jim Pierce Concrete Repairs P M Kirt Courkamp Lawrence, Kansas Client University of KS 1,430 S F Full Depth Concrete Repairs at Roger Harmon-785/864 5636 Treads and Risers 2,470 S F Shallow Depth Concrete Repairs at Treads and Risers 1,000 S F Overhead Concrete Repairs at Treads and Risers, Beams and Columns 180,825 S F Existing Membrane Prep and New Membrane Installation Completed October 1999 17 $976,000 00 82) Westshore Mall Parking Structure Repairs/ Modifications Supt Kevin Kesinger Tampa, Florida P M Brandon McMullen 2,500 L F Jeene Expansion Joint Installation Client Grosvenor (Owner) to Replace Existing Joints c/o Walker Park Consult 23,000 L F Route & Caulk Cracks/Caulk Joints Hugh Cotton-813/888 5800 65,000 S F Traffic Bearing Waterproof Deck Coating 300 ea Slide Bearing Installation along Expansion Joints 1,008 ea Bearing Pad Removal/Replacement @ PC Double Tee Stems 46,000 S F Concrete Topping on PC Double Tees Removal/Replacement Completed February 1999 $1,504,340 17 83) Regency Tower Apartments Garage Renovation Supt Randy Manis Oklahoma City, Oklahoma P M Kirt Courkamp 4,695 S F Shallow Depth Concrete Repairs Client Harsch Invest Corp 2,775 S F Full Depth Concrete Repairs Sharon Baker-405/235 9303 26,200 S F Sealer Installation 43,800 S F Traffic Bearing Membrane Installation Completed March 1999 $364,315 00 84) University of Nebraska Stadium — West Balcony Rehabilitation Lincoln, Nebraska Supt Randy Manis 300 L F Existing Expansion Joint Demo P M Kirt Courkamp at Treads and Risers Client Univ of Nebraska 300 L F New Expansion Joint Installation Brad Muehling at Treads and Risers 402/472 4812 440 L F Demo bottom two Cantilevered Rows Form and Pour 23,300 S F Prep and Install Membrane at Treads and Risers New Seating, Planks and Bracket Installation Fabricate and Install new Handrails 360 L F Demo Top Back Row Form and Pour East Side Balcony 1,950 S F Shallow Depth Concrete Repairs at Treads and Risers Completed September 1999 $1,020,000 00 85) LDS Visitors Parking Structure Repairs Supt Kevin Kesinger Salt Lake City, Utah P M Kirt Courkamp W. 6,500 S F Shallow Depth Latex Modified Client IHC Hospitals, Inc Concrete Patches Randy Evans-801/321 2271 Post Tension Anchor and Cable Repairs 1,800 S F Full Depth Concrete Repairs at P T Pour Strips 1,110 L F Expansion Joint Block -out Rework and New Installation 202,000 S F Traffic Bearing Membrane Installation Completed October 1999 $864,000 00 86) Country Club Plaza Supt Greg Ostertag Neptune Parking Garage Restoration P M Brandon McMullen Kansas City, Missouri Client Highwoods Properties 28,600 S F Full Depth (Pan -Joist) Floor Repair Chuck Gibson 816/960 6272 (Removal & Replacement) 46,000 S F 3" Asphalt Overlay & Underlying Membrane Removal (23,000 S F over occupied Restaurant) 757 L F Complete Joist Replacement 427 S F Beam/Column/Joist Repair 71 L F New Wabocrete Expansion Joint Installation 6,100 S F 1-1/2" Latex Modified Concrete Overlay 23,000 S F Hot -Applied Waterproof Membrane w/ 2-1/2" Asphalt Overlay over occupied Restaurant 23,000 S F Cold -Applied Waterproof Membrane w/ 2-1/2" Asphalt Overlay $445,500 New Drains & Piping, New Lighting, New Painting of Walls, Columns & Ceilings, HVAC Work, New Masonry Walls, Misc Arch Work 102,000 S F Concrete Sealer Application to Floors 13,000 S F Traffic Bearing Waterproof Deck Coating Completed October 1999 $1,998,000 00 87) Country Club Plaza Parking Garage Repairs — 1999 Supt Jim Pierce Kansas City, Missouri P M Brandon McMullen Plaza III Garage Client Highwoods Prop 32,111 S F Floor Scarification and Installation Chuck Gibson-816/960 6272 of 1-3/4" Latex Modified Concrete Overlay 4,500 L F New Caulking of Control/Construction Joints Two Brush Creek Garage 1,300 S F Latex Modified Concrete Expansion Joint Edge Overlay/Blockout Hall's Garage 2,300 S F 4" Latex Modified Concrete Overlay 250 S F Shotcrete Ceiling/Beam Repairs Mark Shale Garage 4,000 S F Hot Fluid -Applied Waterproofing 4,000 S F 3-1/2" Silica Fume Concrete Overlay 19 (including Caulking of Joints) Completed November 1999 $366,500 00 88) 710 Main Parking Structure Kansas City, Missouri 6,055 S F Shotcrete Ceiling Repair (Hydro -Demolition Removal Method) 503 S F Shotcrete Overhead Beam Repair 3,306 S F Floor Repairs Supplemental Pre -Fireproofed Steel Column Supplemental Column Foundation Installatior Supplemental Steel Beam Installation Completed May 1999 $675,000 00 Supt Fred Johnson (Retired) P M Brandon McMullen Client Downtown Rede- velopment Corp Dan Ellerman/John Clapsaddle 816/374 0621-816/374 0638 Installation — 88 ea 89) Prairie Village Shopping Center Courtyard Slab & Waterproofing Removal & Replacement 12,500 S F Concrete Topping Slab Removal & Waterproofing Removal from Structural Slab 12,500 S F Hot -Applied Waterproofing of Structural Slab 12,500 S F Architectural Colored/Stamped Concrete Topping Slab Replacement Installation of Fountain & Statues Completed February 1999 $340,000 00 *** Concrete Promotional Group Award Winner — 1 St Place Supt Bill Henry P M Brandon McMullen Client Kessinger/Hunter Ed Feltman 816/936 8517 90) Country Club Plaza Parking Garage Repairs - 2000 Supt Mark Eckhoff Kansas City, Missouri P M Gerda Smith Plaza III Garage Client JE Dunn Constr 5,700 S F 2" Latex Modified Concrete Overlay Dennis Cisper 28,000 S F Traffic Bearing Waterproof 816/391 2505 Deck Coating 5,000 L F Caulking Cracks, Control/Construction Joints Mark Shale Garage 19,000 S F Traffic Bearing Waterproof Deck Coating 7,500 S F Hot -Applied Waterproof Membrane w/Asphalt Overlay Hall's Garage 5,100 S F 2" Latex Modified Concrete Overlay 21,000 S F Traffic Bearing Waterproof Deck Coating 4,000 L F Caulking of Cracks, Control/Construction Joints Completed November 2000 $422,000 00 91) GSA Federal Building — Exterior Stair Repair Supt Randy Manis 20 Topeka, Kansas P M Brandon McMullen Removal & Replacement of Handrails Client U S General Removal of Concrete Stair Nosings Services Admin Installation of Heavy Duty Alum Nosings Allen Scherr-785/295 2500 Spall Repairs w/Latex Modified Concrete Installation of Elastomeric Urethane Waterproof Coating to Stair Risers, Treads & Landings— 1,000 S F Completed August 2000 $50,000 00 92) Columbia Wesley Medical Center — Rutan Garage Supt Dave Hotchkiss Top Level Murdock Garage P M Brandon McMullen Wichita, Kansas Client Wesley Med Center Sandblast, Repair, Paint & Waterproof 2 sets of Stairs John Hromek-816/688 2379 1,340 L F Expansion Joint Removal & Replacement with Elastomeric Concrete Edged Expansion Joint Completed May 2000 $146,000 00 93) Sprint Parking Garage Repairs Supt Mark Eckhoff Westwood, Kansas P M Gerda Smith 33,520 S F Traffic Bearing/ Client Sprint Communications Waterproofing System Bryant Crosby-913/624 2677 938 L F Rout and Caulk Cracks 101 S F Curb Repair 110 L F Expansion Joint Replacements 450 S F Concrete Soffit Repair 125 S F Concrete Floor Repair 50 ea Column Cap Repair 10 ea Install New Parking Stops Completed June 2001 $215,691 00 94) LAX Marriott Parking Garage Repairs Supt Greg Ostertag Los Angeles, California P M Kirt Courkamp 60,000 S F Topping Removal and Replacement Client Marriott Corp 60,000 S F Buried Waterproof Membrane Greg McManus Removal and Replacement 508/867 9038 15,000 S F Planter Contents Empty, Planter waterproof Removal and Replacement, Back -fill Planters for new Landscaping 400 L F Expansion Joint Repairs Design/Build — New Lighting, Life Safety Systems and Ventilation System for Garage Completed June 2001 $2,365,970 00 21 95) Canyon Center Plaza Renovation Supt Kevin Kesinger Boulder, Colorado P M Kirt Courkamp 17,700 S F Plaza/Planter Demolition Client Transwestern 17,700 S F Hot applied buried Membrane with Ty MolIicon 1-303/440-3774 Protection Board 17,700 S F New Stained Topping Slab 13 — Steel Custom Fabricated Planters with Irrigation & Landscaping 3,000 S F Rebuild Existing Planter Walls with new Irrigation and Landscaping 200 L F Expansion Joint Repairs Completed June 2001 $1,067,460 00 96) Fairway Corporate Center Garage Overlay Supt Jim Pierce Fairway, Kansas P M Brandon McMullen 35,300 S F Removal of 3" Asphalt Overlay Client BGK Constr Services & Hot -Applied Waterproofing Sam Camilli-505/242 1741 35,300 S F New 4" Concrete Overlay — Sloped to Drains 651 S F Full -Depth Slab Repairs (5") 116 S F Partial -Depth Slab Repairs 1,112 L F Removal of Existing Perimeter Vehicle Barrier 1,112 L F Installation of New, Self -Designed, 3-Line, Galvanized Cable Vehicle Barriers 6,300 L F Caulking of New Control/Construction Joints Completed January 2001 $306,100 00 97) Parking Garage "E" Rehabilitation Supt Bill Begeman Kansas City, Kansas P M Tom Rohrer 57,000 S F Complete Demolition/Removal Client City of KC, KS of PT Structural Deck c/o Bucher Willis Radcliff Modifications to Existing Columns Larry Wagner-816/247 9087 57,000 S F Replacement of New PT Structural Deck on Existing Columns Misc Architectural Work, New Drains/Drain Lines New Sidewalks, Stairs, Approach Slabs, Ramp to Lower Level New Lighting Application of New Traffic Bearing Waterproof Coating Completed October 2001 $2,800,000 00 98) 17th Street Plaza Parking Garage Renovation Supt Greg Ostertag Denver, Colorado P M Kirt Courkamp 21,600 L F Control Joint/Random Crack Removal Client Jones, Lang, LaSalle & Replacement Lilly Barnett-303/2092 4500 22 53,000 S F Sealer Prep and Application 740 L F Expansion Joint Removal and Replacement 450 S F Fireproofing Repairs 3,880 L F Cove Sealant Repairs Misc Concrete Patching and Repairs Completed October 2001 $362,473 00 99) Skelly Building Supt Mark Eckhoff Kansas City, Missouri P M Gerda Smith 400 S F Shotcrete Ceiling Repair Client Block & Co Mgmt Completed November 2001 Jack Serum-816/531 1400 $29,500 00 100) Plaza West Building Plaza Renovation and Supt Greg Ostertag Parking Garage Repairs P M Brandon McMullen 4600 Madison, Kansas City, Missouri Client Highwoods Properties 10,500 S F Subsurface Hot -Applied Chuck Gibson-816/960 6272 Waterproofing & Architectural Colored - Stamped Concrete Topping Slab Removal & Replacement 100 L F Curved Exposed Aggregate Cast -In -Place Walls Planter Re-Waterproofing/Dirt Removal & Replacement Granite Panel Removal, Repair & Replacement 740 L F Expansion Joint Replacement 500 S F Concrete Floor Repairs Completed October 2001 $698,000 00 *** Concrete Promotional Group Award Winner — 1st Place 101) Park Plaza Parking Garage Repairs Supt Randy Manis Kansas City, Missouri P M Troy Fuqua 36,182 S F Microsillica Concrete Overlay Client Highwoods Properties 435 S F Partial Depth Floor Repair Chuck Gibson-816/960 6272 8,045 L F New Caulking 375 L F Expansion Joint Removal & Replacement 78 S F Shotcrete 72,032 S F Concrete Sealer 35,850 S F Shotblasting Completed November 2001 $370,000 00 102) GSA Federal Building Parking Structure Repairs Supt Kevin Kesinger Wichita, Kansas P M Troy Fuqua 2,986 L F New Expansion Joint and Caulking Client U S General Services Completed September 2001 Services Admin 23 $85,000 00 103) Kauffman Foundation Pavement & Caulking Repairs Kansas City, Missouri 6,741 L F Caulking Removal 6,741 L F New Silicone Caulking Installation Completed November 2001 $45,000 00 Roger Hinshaw-316/269 6582 Supt Greg Ostertag P M Troy Fuqua Client Kessinger/Hunter & Co Mike Routen-816/932 1198 104) Denver International Airport Parking Structure Repairs Supt Jim Pierce Denver, Colorado P M Kirt Courkamp 134,000 S F Concrete Topping Slab Removal Jim Spencer and Replacement with Latex Client City & County Modified Concrete Topping Slab of Denver, Aviation Dept 124,000 S F Traffic Bearing Membrane Installation Dale Murphy 50 Tons New Reinforcing Steel Installation 303/342 4435 1,425 L F Expansion Joint Removal & Replacement 50,000 L F Caulking Control Joint Removal & Replacement $500,000 00+ Mechanical Upgrade to Drainage System 32,000 S F Electrical Snow Melt Installation below Topping Completed September 2002 $8,000,000 00 105) City Park Garage Rehabilitation Fort Lauderdale, Florida 34,100 S F Planter Waterproofing Removal and Replacement 1,470 S F Full Depth Concrete Repairs 1,500 S F Shallow Depth Concrete Repairs 5,900 L F Epoxy Injection 650 L F Expansion Joint Removal and Replacement 31,000 S F Corrosion Inhibitor 5,870 L F Rout and Seal Random Crack Repairs 1,600 S F Overhead Concrete Repairs 3,600 S F Concrete Overlay Completion June 2003 $1,086,380 00 106) North Kansas City Fire Station North Kansas City, Missouri 9,000 S F Concrete Drive Approach Removal 9,000 S F Tensar BX-1100 Geogrid 9,000 S F 8" Thick Reinforced Concrete (225 cy) Drive Replacement Supt Greg Ostertag P M Kirt Courkamp Client City of Ft Lauderdale c/o Whiting -Turner Contr Shamia Blanchett 954/776 0800 Supt Bill Begeman P M Troy Fuqua Client City of NKC Bud Keckler-816/274 6004 24 Completed July 2002 $71,000 00 107) Two Brush Creek Parking Garage Repairs 2002 Supt Randy Manis Kansas City, Missouri P M Troy Fuqua 370 S F Partial Depth Concrete Repair Client Kessinger/Hunter 225 S F Full Depth Concrete Repair Tracee Palen-816/936 8507 56,100 S F Sealing of Floors 1,000 L F New Caulking Completed October 2002 $71,000 00 108) Alameda Tower Plaza Renovation Supt Kevin Kesinger Kansas City, Missouri P M Troy Fuqua 32,500 S F Removal & Replacement of Client Alameda Tower Sheet Goods Waterproofing Condominium Association 32,500 S F Removal & Replacement of Dorris Hill Brown Architectural Colored Concrete Topping Slab 816/931 3933 1,310 L F Expansion Joint Removal & Replacement 3,458 S F Removal & Replacement of New Brick Pavers 7,254 L F New Caulking Completed November 2002 $611,000 00 109) Two Pershing Square Plaza Restoration Supt Rick Nolan Kansas City, Missouri P M Troy Fuqua 4,100 S F Plaza Deck Concrete Removal Client Kessinger/Hunter & Replacement Dave Grosdeck 4,100 S F Hot Applied Deck Waterproofing 816/472 4802 Removal & Replacement 965 L F Expansion Joint Removal & Replacement 3,332 S F Concrete Topping with Architectural Cementitious Color Coating 768 S F Installation of New Precast Pavers 730 S F Traffic Topping 4,100 S F Sealing of Floors Completed May 2003 $325,000 00 110) 7101 College Blvd. Building Supt Bill Begeman Parking Garage Repairs P M Brandon McMullen, Overland Park, Kansas Client Kessinger/Hunter 660 L F Exp Joint Removal & Replacement c/o C&M Contracting 6,210 S F Partial -Depth Concrete Overlay/Patch John Thomas Complete October 2002 816/920 5600 25 $58,740 00 111) Jack Henry Clothing Building Supt Randy Manis Parking Garage Repairs P M Brandon McMullen Kansas City, Missouri Client Jack Henry Clothing 16,800 S F Removal of Existing Membrane George Arvanitakis Removal of Wheel Stops and Replacement 816/753 3800 With Cast -In -Place Curbs Misc Drain/Drain Line Work Column Base Repairs 250 S F Partial and Full -Depth Floor Repairs Epoxy Injection of Spandrel Beam 2,000 S F 1" Cold -Milling and Placement of 2" Black Concrete Topping 16,800 S F Installation of New Traffic -Bearing Waterproof Membrane Completed November 2002 $121,000 00 112) Zewalk Residence — Structural Supt Jim Pierce Garage Slab Replacement P M Brandon McMullen Kansas City, Kansas Client State Farm Fire & 500 S F Complete Removal and Replacement of Casualty Co and Dressler Structural Concrete Floor Slab Engineers Installation of 3 New Footings and 16 Steel Phil Nigus Post Columns 913/341 5575 Installation of 6 New W6 Beams and Metal Decking Completed December 2002 $26,000 00 113) Epic Center Parking Garage Repairs Supt Randy Manis Wichita, Kansas P M Troy Fuqua 830 LF Removal and Replacement of Expansion Client IPC Real Estate Mgmt Joints Throughout Garage Susanne Goodwin Completed December 2002 316/291 8450 $81,550 00 114) 1300 E. 104t" Street Building Supt Jim Pierce Parking Garage Repairs P M Brandon McMullen Kansas City, Missouri Client Kessinger/Hunter 120 L F Exp Joint Removal & Replacement Vickie O'Malley Installation of 7 Deflection Brackets @ Exp Joints 816/936 8540 Completed January 2003 $25,000 00 115) 3840 South Wadsworth Parking Garage Bearing Pad Replacement Lakewood, Colorado 408 ea DT Bearing Pad Replacement 1250 S F Pourstrip Removal and Replacement with Latex Modified Concrete 10 ea DT Supplemental Supports 15,000 L F Control Joint and Crack Sealant Removal and Replacement Completed June 2003 $160, 350 00 116) Pine Street Garage Parking Ramp Repairs-2003 Green Bay, Wisconsin 10,500 S F Partial & Full Depth Concrete Repairs 48 Post Tension Cable Repairs 955 L F Concrete Curb Removal & Replacement 1,125 L F Control Joint Sealant 51,859 S F Traffic Bearing Membrane Completed September 2003 $452,909 00 117) Spokane International Airport 1980 Garage Helix Repairs Spokane, Washington 8,490 S F Shallow Depth Concrete Repairs @ Helix & Garage Floors 32,000 S F Epoxy/Aggregate Overlay on Helix Supt Kevin Kesinger P M Jim Spencer Client HRPT Properties Bill Gough 303/693 8754 Supt Kevin Kesinger P M Kirt Courkamp Client City of Green Bay Mike Molzahn 920/609 4753 Supt Mark Eckhoff P M Kirt Courkamp Client Spokane International Airport Jim Patterson 502/455 6412 168,000 S F Shot blast & Epoxy Sealer @ Garage Floors 253,000 S F Prep & Silicone Sealer @ Garage Floors 46,000 S F Paint Exterior of Garage 172 L F Garage Roof Expansion Joint 126 L F Jeene Expansion Joint Completed October 2003 $929,584 00 118) Town of Winter Park Supt David Hotchkiss Parking Structure Repairs — Phase I P M Jim Spencer Winter Park, Colorado Client Town of Winter Park 110 L F Expansion Joint Removal & Replacement Charles Swanson 4,200 L F Control Joint Sealant Removal 970/726 8081 x 222 and Replacement 500 S F Shallow Depth Wall, Column and Floor Patching 200 S F Deep Wall & Column Patching 27 7 ea Column Corbel Repairs Metal Snow Chute Repairs Completed October 2003 $122,749 00 119) Denver World Trade Center Parking Supt David Hotchkiss Garage Repairs P M Jim Spencer Denver, Colorado Client Brookfield Properties 50,000 S F Traffic Coating Installation Colorado LLC 7,500 L F Control Joint and Crack Sealant Installation Sandi Schroeder 2,000 S F Shallow Depth Patching w/ Latex 303/595 7025 Modified Concrete Completed November 2003 $256,517 00 120) Oak Hall Condominium Supt Mark Eckhoff Balcony Repairs/Painting P M Troy Fuqua Kansas City, Missouri Client Curry Assoc Mgmt Balcony Railing Repairs Roger Workman 140 S F Balcony Floor Repairs 816/918 7870 1,100 S F Underside of Balcony Overhead Repairs Painting of Repaired Balconies & Railings Completed May 2003 $98,744 00 121) Lighton Plaza Site Concrete Repairs — Phase I Supt Randy Manis Overland Park, Kansas P M Brandon McMullen 516 L F Curb & Gutter Removal & Replacement Client Trammell & Crow 546 S F Approach Slab on Grade Removal & A Craig Cooper Replacement 913/905 3615 196 S F Exposed Aggregate Sidewalk Removal & Replacement 64 S F Sidewalk Removal & Replacement 2,049 L F Caulking Removal & Replacement Completed June 2003 $54,620 00 122) Lakeview Estates Spillway Repairs Supt Randy Manis Shawnee, Kansas P M Brandon McMullen 1,650 S F Concrete Floor Delamination Repairs Client RTE Technologies 6,700 S F Clean and Seal Concrete S O G Todd Miller Completed July 2003 913/385 9783 $55,000 00 123) Seville Parking Garage Repairs Supt Randy Manis m Kansas City, Missouri P M Gerda Smith 31,680 S F Traffic Bearing Waterproof Membrane Client Highwoods Properties 260 L F Expansion Joint Installation Chuck Gibson Completed August 2003 816/960 6272 $113,295 06 124) Harrisonville Memorial Stadium Supt Randy Manis Harrisonville, Missouri P M Troy Fuqua 5,200 S F Hot -Applied Waterproofing / 4" Concrete Client Orr Construct Mgmt Topping Slab System over Concession Stand Kenneth Orr and Press Box 816/313 2856 Completed September 2003 $64,871 00 125) Crown Center Westin Hotel & Retail Supt Randy Manis Garage Repairs P M Brandon McMullen Kansas City, Missouri Client Kessinger/Hunter Hotel Garage: Fred Wilson 50 S F Floor Delamination Repairs on Structural 816/545 6483 Entrance Ramp 1,200 S F Coating Removal & Replacement 60 L F Urethane Injection 21 L F Edge of Slab Repairs including Removal & Replacement of 6 Post Tension Anchors Retail Garage: Stair Repairs — Removal & Replacement of 3 Post Tension Anchors, Patch Concrete and Application of Waterproof Membrane Replacement of 50 L F of Expansion Joint 50 S F Floor Delamination Repairs 1,000 S F Traffic Bearing Waterproof Membrane Completed October 2003 $45, 318 00 126) Parkway Towers Condominium Supt Mark Eckhoff Balcony Repairs P M Troy Fuqua Kansas City, Missouri Client Curry Assoc Mgmt 255 S F Underside of Balcony Overhead Repairs Roger Workman Completed November 2003 816/918 7870 $43,164 00 127) Target Store Concrete Topping & Waterproofing Supt Ron Shatto Ward Parkway Shopping Center P M Brandon McMullen Kansas City, Missouri Client Kraus Anderson 2,400 S F Concrete Topping Removal & Construction Co Replacement Eugene Pelszynski 29 110 L F Expansion Joint Removal & Replacement 612/721 7581 80 S F Delaminated Concrete Floor Repairs 2,000 S F Traffic Bearing Waterproof Membrane Removal & Replacement 620 L F New Caulking Completed December 2003 $74,841 00 128) Hallmark Lawrence Production Facility Supt Randy Manis Lawrence, Kansas P M Brandon McMullen Repair of 10 Column Bases Client Crown Center Handrail Repairs Bob Fortier Apply 3-M Traffic Bearing Waterproof 816/274 4020 Membrane (700 S F ) Repair Building Fascia Completed December 2003 $29, 500 00 129) Crown Center Condominium Mechanical Room Supt Roger Moore Floor Replacement from Under AHU P M Brandon McMullen Kansas City, Missouri Client Crown Center Removal & Replacement of 450 S F of 6" Concrete Bob Fortier Slab from Under AHU 816/274 4020 Excavation of 6" of Existing Expansive Shale Installation of 6" of Gravel Temporary Support of AHU Completed December 2003 $19,442 00 130) Parking Garage Rehabilitation Supt Greg Ostertag Fort Lauderdale, Florida P M Jim Spencer 1,600 L F Expansion Joint Removal & Replacement Client The Regency Group, Inc 2,200 L F Epoxy Injection Diane Hansen 22,000 L F Joint and Crack Sealant Removal 954/523 6551 and Replacement 160,000 S F Corrosion Inhibitor Installation New Lighting & Wiring Misc Supplemental Drainage Work Completed January 2004 $1,212,250 00 131) Garden Avenue Garage and Supt Kevin Kesinger Municipal Garage Repairs P M Brandon McMullen Clearwater, Florida Client City of Clearwater 2,500 S F Partial Depth Floor Repairs Perry Lopez 42,000 S F Joint Sealant Removal & Replacement 727/462 6988 30 80,000 S F Concrete Sealer Application 500 S F Concrete Wall Construction 7,000 S F Traffic Bearing Waterproof Membrane Cleaning & Painting of Drain Lines, Steel Stairs & Handrails 17 New Drains 2 New Supplemental Bearing Support Brackets Removal of Existing & Construction of New Elevator Enclosure Completed January 2004 $395,000 00 132) Water Treatment Plant Concrete Wall Replacement Drexel, Missouri 70 L F Removal and Replacement of the Top 2'-0" of Flume Walls 10 L F Wall Crack Injection Completed July 2004 $48,000 00 133) Hickman Mills School Admin. Bldg Kansas City, MO 12,000 S F 3' Thick Dirt Removal & Replacement 12,000 S F Removal of Existing Leaking Membrane 12,000 American Hydrotech Hot -Applied Waterproofing 12,000 S F Resodding Completed in 2004 $124, 500 00 134) City Park Garage Rehabilitation — Phase II Ft Lauderdale, FL 4,860 L F Form & Pour Concrete Wall / Planter Cap 8,300 L F Fabricate / Install Custom Steel Bumper Rail 21,800 L F Handrail Repair / Repaint 80,000 S F Exterior Garage Coating Completed April of 2005 $2,201,183 00 135) City of Sacramento, CA — 9 Parking Garages Repair / Maintenance Sacramento, CA 4,200 L F Remove & Replace Expansion Joints 12,600 S F Latex Modified Concrete Repairs/Jt Supt Bill Begeman P M Brandon McMullen Client City of Drexel, MO Mike Stewart 816/419 4914 Supt Mike Patti P M " Brandon McMullen Client Straub Construction Sam Hinds (913) 451 8828 Supt Greg Ostertag P M Kirt Courkamp Client City of Ft Lauderdale Earl Prizlee (954) 838-5963 Supt Mark Eckhoff P M Jim Spencer Client City of Sacramento Mike George Block -outs (916) 808-8433 31 64,250 L F Caulking - Cove Joints / Random Cracks / C J 370,000 S F Sealers 120,000 S F Traffic Membrane Coating Completed May 2005 $2,570,881 00 136) Westin Crown Center Pool Deck Plaza Supt Kevin Kesinger 14,000 S F 2' Thick Dirt Removal & Replacement P M Brandon McMullen 14,000 S F Removal of Existing Leaking Membrane Client Crown Center 14,000 S F American Hydrotech Hot -Applied Wtpfg Don Herold 14,000 S F Resodding and Misc Landscaping (816)274-8380 Completed May 2005 $400,849 00 137) Euclid and Regent Auto Park Structural Repairs Supt Kevin Kesinger Boulder, CO P M Kirt Courkamp 4,000 S F Sidewalk Remove and Replace Client University of 4,100 S F Urethane Soil Stabilization Colorado 7,500 S F Scaling Repairs Greg Fisher 12,050 S F Latex Modified Concrete Overlay (303) 735-3691 300 S F Shallow Depth Concrete Repairs 5,500 S F High Build Epoxy Crack Healer / Sealer 8,100 L F Control Joint Caulking 2,900 L F Random Crack Repairs 8,410 L F Cove Sealant 8,400 S F Traffic Membrane 285,000 L F Sealer Completed October 2005 $732,583 00 138) Town of Winter Park - Garage Repair Supt Dave Hotchkiss Winter Park, CO P M Jim Spencer 420 S F Concrete Floor Repairs Client Town of Winter Park 615 S F Column / Wall Repairs Chuck Swanson 330 L F Expansion Joint Remove / Replace (970) 726-8881 12,200 L F Sealant Repairs 3,600 S F Traffic Coating 135500 S F Sealer Completed July 2005 $330,545 00 139) Rose Medical Center New Parking Garage Supt Dave Hotchkiss Denver, Colorado P M Jim Spencer 8,200 L F Control Joint Sealant Client Rocky Mt Prestressed 8,965 L F Cove Sealant George Carberry 32 13,323 L F Precast Tee to Tee Joint Sealant (303) 481-1111 5, 890 L F Vertical Caulking 167,028 S F Sealer 3,436 S F Traffic Coating Completed September 2005 $191,480 00 140) Orchard Road Christian Center Northeast Entrance Supt Kevin Kesinger Denver, CO P M Jim Spencer 1,250 S F Concrete Removal and Replacement Client OR CC 1,250 S F Strong Coat Traffic Membrane Steve Pennington Completed September 2005 (720) 201-1150 $49,725 00 141) Denver Pavilions Parking Garage Supt Kevin Kesinger Denver, CO P M Jim Spencer 130,000 S F Epoxy Crack Healer / Sealer Client Denver Pavilions 115 Each Decorative Concrete Accent Prep / Coating (303) 260-6001 50,000 S F Plaza Sealer Completed September 2005 $220,188 00 142) Denver Athletic Club Parking Structure Repair Supt Dave Hotchkiss Denver, CO P M Jim Spencer 575 S F Shallow Depth Concrete Repairs Client Denver Athletic Club 110 Each Wall / Column / Spandrel Repairs Kevin King 7,500 S F Latex Modified Concrete Scaling Overlay (303) 534-1211 6,376 L F Sealant Repairs 115 L F Expansion Removal / Replacement 63,500 S F Sealer Completed October 2005 $173,268 00 143) Doubletree Hotel — Balcony Repairs Omaha, NE 2,490 S F Full Depth Concrete Balcony Repairs 240 L F Balcony Edge Repairs 100 S F Shallow Depth Concrete Repairs 273 Each Handrail Base Repairs Completed August 2005 $377,336 00 144) Water Treatment Plant - Flume & Basin Rehab. Kansas City, MO 700 L F Flume Wall Removal / Replacement Supt Rick Nolan P M Kirt Courkamp Client Felcor Lodging Jack Marraccini (770) 649-8581 Supt Jim Pierce P M Curtis Barkley Client City of Kansas City, MO 33 1,500 S F Flume & Basin Floor Removal / Replacement Carla Bergman 300 S F Flume & Basin Vertical Surface Removal / (816) 513 0348 2,500 LF Chemical Grout Injection Remove & Replace Full Depth Vehicle Bridge Completed August 2005 $763,887 00 145) Barney Allis Plaza Garage Repairs Supt Mark Eckhoff Kansas City, MO P M Curtis Barkley 10,000 S F Overhead Soffit Removal & Shotcrete Client Krause -Anderson Replacement Construction 6,000 S F Delamination Concrete Floor Removal & Mark Weckworth Replacement (913) 438-3002 5,000 EA Sacrificial Anode Installation Completion Spring 06 $1,052,624 00 146) LA Dodger Stadium Seating Restoration Supt Kevin Kesinger Los Angeles, CA P M Jim Spencer 300,000 S F Concrete Sealer Application Client The McCourt Co 17,000 L F Seal Random Cracks Scott Regolino 10,000 L F Waterstop Removal & Replacement (323) 224 1310 3,500 Each Precast Concrete Connection Repairs Completion Spring 06 $2,809,460 00 147) One Denver Highlands Supt David Hotchkiss Aurora, CO P M Kirt Courkamp 12,650 S F Vehicular Traffic Coating Client Cushman&Wakefield 5,000 L F Joint Sealant Lisa Stanley 2,100 L F Epoxy Injection (720) 529 1966 1,620 L F Plumbing -New Drain Piping 1,520 S F Delaminated Concrete Floor Repair 67 Each Plumbing -New Drains Completion Summer 06 $365,117 49 148) 1735 Stout Parking Garage Supt David Hotchkiss Denver, CO P M Kirt Courkamp 15,600 S F Install Concrete Sealer Client Central Parking 2,520 L F Control Joint Sealant Rob Bassett 620 L F Cove Joint Sealant (303) 893 9402 Completion Spring 07 $34,500 00 34 149) Monoco Parking Garage Sealer Supt David Hotchkiss Greenwood, CO P M Kirt Courkamp 64,724 S F Install Concrete Sealer Client USA Realty Completion Summer 07 Andy Pickens $25,000 00 (720) 624 0886 150) Parking Structure Moisture Prot. Phase II Supt Kevin Kesinger Denver, CO P M Jim Spencer 1,755,553 S F Concrete Sealer Application Client City&County of Denver 139,554 L F Precast T Joint Sealant Frank Palumbo 57,388 S F Floor Repair — Full Depth (303) 342 2639 35,709 L F Crack/Control A Sealant R/R 22,875 L F Cove Joint Sealant 7,586 Each Stainless Shear Transfer Plates 3,557 S F Floor Repair -Shallow Depth 3,512 L F Supplemental Drain Piping 2,207 Each Grout Pocket Repairs 1,088 L F Winged Expansion Joint R/R 755 Each Tee Stem Repairs 403 Each Replace Existing Drains 212 L F Armored Expansion Joint R/R 89 Each Supplemental Floor Drains 5 Each Rotate/Brace Entry Bridge Beams Completion 10/31 /08 $13,182,118 00 151) 1391 Speer Blvd. Parking Struct. Repair Supt Mark Eckhoff Denver, CO P M Kirt Courkamp 3,284 L F Epoxy Injection Client 1331 Speer, LLC 1,863 S F Delaminated Concrete Floor Repair Lynda Duke 95 Each PT Tendon Recondition (303)799 0979 27 Each PT Splice Repairs Client WMFMT Real Estate 16 Each PT Center Stress Repair Denver Tower Condo Assoc 4 Each PT End Anchor Repair Completion Fall 07 $642,753 50 152) 3101 Broadway Parking Facility Repairs Supt Mark Eckhoff Kansas City, MO P M Curtis Barkley 15,000 S F Delaminated Concrete Deck Repair Client Broadway Ctr Assoc 500 S F Overhead Concrete Beam, Joist, and McKenzie Schleicherdt Deck Repair (Gunite) (816) 931 3101 56,000 S F of Vehicular Traffic Coating 35 Completed Fall 06 $693,000 00 153) Gillham Parking Facility Repairs Kansas City, MO 13,800 S F Delaminated Concrete Deck Repair 1,400 S F Overhead Concrete Beam, Joist, Deck Repair (Gunite) 436 L F of Full Depth Joist Replacement 30,000 S F Concrete Sealer Completed Summer 07 $633,000 00 154) TWA Building Shell Renovation Kansas City, MO 50,000 S F Concrete Roof Waterproofing, Paver Assembly and Garden Roof Assembly Completed Summer 07 $750,000 00 155) Town Fork Creek Bridge Rehab Kansas City, MO 1,051 S F Concrete Wall Repair 13,500 S F Concrete Slab Repair and Overlay 1,300 L F Structural Concrete Crack Injection Completion Summer 07 $700,000 00 156) Mark Shale Parking Garage Roof Level Repairs Kansas City, MO 15,000 S F Asphalt Topping and Membrane Removal 15,000 S F Hot -Applied Waterproofing 15,000 S F Silica Fume Topping 3,000 L F Joint Sealing Completion Fall 07 $550,000 00 157) Plaza III Parking Garage Level 3Supt Dan Moulthrop 2006 Repairs Kansas City, MO 4,600 S F Asphalt Overlay Removal 4,600 S F Full -Depth Pan Joist Slab Replacement 365 L F Full -Depth Joist Replacement Shoring, Removal & Replacement of 3 Columns 100 L F Shoring, Removal & Replacement of Beams 3. Supt Mark Eckhoff P M Curtis Barkley Client Gillham Plaza Assoc McKenzie Schleicherdt (816) 931 3101 Supt Mark Eckhoff P M Curtis Barkley Client TWA Lofts LLC Harris Construction Jeremy Catlett (816) 472 0900 Supt Roger Moore P M Curtis Barkley Client City of KCMO Glenn Hunt (816) 513 2720 Supt Dan Moulthrop P M Curtis Barkley Client Highwoods Properties Chuck Gibson (816) 651 7262 P M Brandon McMullen Client Highwoods Properties Chuck Gibson (816) 651 7262 104 L F Joist Bottom Repairs 20 S F Beam Patching 93 L F Expansion Joint Removal & Replacement 4,200 S F Silica Fume Concrete Overlay 6,200 S F Traffic -Bearing Waterproof Membrane Completed June 2007 $676,152 00 158) Mill Creek Plaza Level Repairs Supt Dan Moulthrop Kansas City, MO P M Curtis Barkley 9,000 S F Concrete Topping and Membrane Removal Client Highwoods Properties 9,000 S F Hot Applied Waterproofing Chuck Gibson 9,000 S F Decorative Concrete Topping (816) 651 7262 1,000 L F Joint Sealing Completion Fall 07 $323,000 00 159) Highland Professional Tower Phase I Supt Mark Eckhoff Kansas City, MO P M Curtis Barkley 2,500 S F Delaminated Concrete Deck Repair Client Cadle's Highwood 220 L F Watson Bowman Exp Jt Replacement McKenzie Schleicherdt 500 S F Overhead Concrete Beam, Joist, and Deck (816) 931 3101 Repair (Gunite) 300 L F Crack Sealant 2,360 S F Vehicular Traffic Coating Completion Spring 07 $270,000 00 160) Highland Professional Tower Phase II Supt Mark Eckhoff Kansas City, MO P M Curtis Barkley 2,400 S F Delaminated Concrete Deck Repair Client Highland Professional 300 S F Overhead Concrete Beam, Joist, and Deck McKenzie Schleicherdt Repair (Gunite) (816) 931 3101 Completion Fall 07 $190,000 00 161) Lakewood Safety Center Supt Dave Hotchkiss Lakewood, CO P M Kirt Courkamp 2,100 S F Install Concrete Sealer Client City of Lakewood 775 L F Joint & Cove Sealant Rick Baldessan 250 S F Concrete Slab on Grade Repair (303) 987 7809 100 L F Increase Cover at Wall Reinforcing 37 Completion Feb 2008 $61,875 00 162) Quadrant Parking Structure Supt David Hotchkiss Greenwood, CO P M Kirt Courkamp 19,024 L F Precast T-T Sealant Client C B Richard Ellis 7,500 L F Cove/Control Joint Sealant Dacharie Luke 2,340 S F Epoxy Healer/Sealer (720) 489 8600 480 L F Demo/Install Jeene Joint 456 L F Demo/Install Winged Exp Joint 254 S F Delaminated Concrete Floor Repair Completion Spring 08 $355,981 00 163) Monoco Parking Garage Sealer — Phase II Supt David Hotchkiss 65,000 S F Concrete Sealer P M Kirt Courkamp Completion 6/1/2008 Client USA Realty $27,000 00 Andy Pickens (720) 624 0886 164) 1391 Speer Blvd. Parking Garage — Phase II Supt David Hotchkiss Denver, CO P M Kirt Courkamp 96,500 S F Concrete Sealer Client Commonwealth 44,600 S F Traffic Coating Realty Services 6,600 L F Rout/Seal Cracks Lynda Duke 3,600 S F Ramp Curb & Topping Replacement (303) 799 0979 360 S F Partial Depth Concrete Repair 300 L F Replace Expansion Joint Completion 8/31/08 $581,680 00 165) LDS Hospital Repairs to Parking Structure Supt David Brown Salt Lake City, UT P M Kirt Courkamp 81,000 S F Traffic Coating Owner's Contact 50,500 S F Traffic Coating (Re -Coat) Randy Beard WRC 19,100 S F Concrete Sealer (303)694 6622 17,500 S F Partial Depth Concrete Repair 6,135 S F Full Depth Concrete Repair 2,500 S F OverheadNertical Repairs (Shotcrete) 50 ea Post Tension Repairs Completion 11 /1 /08 $3,100,000 00 166) Park Meadows Parking Garage Repairs Supt Greg Ostertag Littleton, CO P M Jim Spencer 01 48,000 S F Concrete Sealer Client General Growth 43,500 S F Traffic Coating (Methacrylate) Properties 10,400 L F Remove/Replace T-T Sealant Wm Pollard 1,600 L F Remove/Replace Cove Joint Sealant (303) 792 2999 650 S F Partial Depth Concrete Repair 360 L F Remove/Replace Expansion Joints 120 S F Beam Repairs 24 set Install Shear Transfer Devices Completion 8/22/08 $405,150 00 167) KCMO Downtown Sidewalks Supt Nate Grother Kansas City, MO P M Brandon McMullen 6,000 S F City Sidewalk Removal & Replacement Client DST Realty 400 L F Curb Removal & Replacement Jim Miller 666 S F Brick Paver Repairs (816) 843 6883 4 ea Installation of Tree Wells Completion Summer 08 $180,500 00 168) Corporate Woods Office Complex Supt John Smith Building No. 27 (Negotiated) P M Brandon McMullen Overland Park, KS Client Stoltz Mgmt 4,550 S F Concrete Sidewalks Removal & Replacement Troy Fuqua Concrete Landscaping Planter Walls Installation (913) 451 4466 Completion Summer 08 $91,175 00 169) Unilever Best Foods (Negotiated) Supt John Smith Gardner, KS P M Brandon McMullen 30,400 S F Concrete Paving Removal & Replacement Client CDI Construction Completion Summer 08 Brian White $223,987 00 (913) 287 0334 827 170) Coca-Cola Bottling Co. (Negotiated) Supt Roger Moore Lenexa, KS P M Brandon McMullen 2,100 S F Concrete Paving Removal & Replacement Client Baron Contracting Completion Summer 08 John Bakarich $40,000 00 (913) 662 7188 171) Hallmark Spiral Ramp Repairs (Negotiated) Supt Roger Moore Kansas City, MO P M Curtis Barkley 750 S F of Overhead Structural Deck Partial Client Hallmark Cards Depth Removal Tom Dyer 1,800 S F of Vehicular Traffic Coating (816) 274 5447 39 Completion January 2008 $93,712 00 172) Halls Garage Expansion Joint Repairs Kansas City, MO 1,200 S F Concrete Topping and Structural Deck Removal/Replacement 300 L F Structural Concrete Joist Full Depth Deck Removal/Replacement 300 L F Expansion Joint Removal and Replacement 100 L F of Trench Drain Installation Completion August 2008 $420,800 00 Supt Dan Moulthrop P M Curtis Barkley Client Highwoods Prop Chuck Gibson (816) 960 6272 173) 2345 Grand Parking Facility Repairs Supt Dan Moulthrop Kansas City, MO P M Curtis Barkley 2,500 S F Structural Concrete Deck Partial Depth Repairs Client FSP Grand Blvd 200 S F Structural Concrete Deck Full Depth Repairs 200 S F Structural Concrete Deck Overhead Ceiling Repairs Completion August 2008 $180,664 25 174) KU Watkins Health Center (Negotiated) Lawrence, KS 500 S F Structural Concrete Deck Partial Depth Repairs Completion August 2008 $37,235 00 175) Library District Waterproofing (Negotiated) Kansas City, MO 2,833 S F of Hot -Applied Waterproofing Removal/Replacement 325 S F of Vertical Waterproofing Completion September 2008 $37,246 00 176) 950 South Cherry Street Parking Garage Repair Denver, CO 110 Each Supplemental Steel Support Plates 1,570 S F Partial Depth Concrete Repairs 17,000 S F Epoxy Mortar Leveling 37,000 S F Traffic Coating 15,900 S F Traffic Topping Recoat 524 L F Expansion Joint Remove and Replace Completion May 2009 Randy Jensen (816) 421 5489 Supt Mark Eckhoff P M Curtis Barkley Client E D I Terry Campion (816)531 7705 Supt Mark Eckhoff P M Curtis Barkley Client Mega Industr Tom Rohrer (816) 472 8722 Supt Dave Hotchkiss P M Kirt Courkamp Client Carmel Partners Gary Hickman (303) 759 5123 40 $606,58 00 177) Ten Main Center Garage Repairs Kansas City, MO 3,100 S F Full -Depth Floor Repair 163 L F Joist Bottom Repair 103 L F Full -Depth Joist Replacement 3,100 S F Traffic -Bearing Waterproof Membrane on Patches Completed July 2009 $157,000 00 178) 720 Oak Parking Deck Repairs Kansas City, MO 188 S F Partial -Depth PT Slab Repair 973 S F Full -Depth PT Slab Repair 701 S F Partial -Depth Slab Repair Splice and Retension 4 PT Tendon Cables 43 S F Ceiling Gunite Repairs 41 S F Column Gunite Repairs 32 S F Column Form & Pour Repairs 82 S F Beam Gunite Repairs 58 S F Wall Repairs 988 S F Slab -On -Grade Removal & Replacement 6 New Drains & Drain Lines Completed July, 2009 $296,603 00 179) Kennedy Memorial Parking Garage Repairs Dallas, TX 10,000 L F of Epoxy Injection 5,000 S F of Sidewalk Replacement 4,000 S F of Waterproofing Removal/Replacement 7,200 L F of Crack Sealant 1,000 S F of Concrete Deck Removal/Replacement Completed March 2009 $1, 000, 000 00 180) North Town Mall — Parking Structure Re. 2009 Spokane, WA 18,711 L F Tee Flange Sealant (Lymtal Isoflex) 17,779 L F Control Joint Sealant (Lymtal Isoflex) 2,588 L F Cove Sealant (Lymtal Isoflex) 2,570 S F Epoxy Broadcast Overlay (BASF EP-35) 151 S F Floor Repair — Partial Depth 124 S F Floor Repair — Full Depth Supt Dan Moulthrop P M Brandon McMullen Client Kessinger/Hunter Amy Hurlburt @sbcglobal net (816) 221 V802 Supt Mark Eckhoff P M Brandon McMullen Client KC Builders Assoc Skip Hutton (816) 531 4741 G C /CM A L Huber Constr Bill Shipley bshialevB-alhuber comm (913) 341 4880 Supt Greg Ostertag P M Curtis Barkley Client Dallas County Abbas Kaka (214) 653 6242 Supt Greg Ostertag P M Jim Spencer Client North Town Mall Robert Vander Linden (509) 482 0209 41 75 L F Expansion Joint - Premold (Lymtal) 24 L F Expansion Joint —Armored (Lymtal Durablock) Completed November 2009 $459,761 43 181) Denver International Airport Parking Structure Moisture Prot. Phase III Supt Kevin Kesinger Denver, CO P M Jim Spencer 835,588 S F Concrete Sealer Application Client City&County of Denver (Hydrozo 40/100) 68,139 L F Crack/Control Jt Sealant R/R Bill Shirk (Isoflex 880GB/881) 56,518 L F Precast T Joint Sealant (Isoflex 880GB/881) 303/ 342 2606 29,259 L F Cove Joint Sealant (Isoflex 881) 28,906 S F Floor Repair — Full Depth 3,597 EA Stainless Shear Transfer Plates 1,667 S F Curb Replacement 1,587 L F Supplemental Drain Piping 1,036 S F Floor Repair— Partial Depth 779 EA Wall Repair — Partial Depth 540 L F Winged Expansion Joint R/R (WB-ME 400) 395 S F Tee Flange Repair — Full Depth 191 EA Replace Existing Drains 60 L F Armored Exp Joint R/R (WB-EFJ 400) 50 EA Supplemental Floor Drains 47 EA Tee Stem Repair — Depth 44 EA Tee Stem Repair — Partial Depth Completed November 2009 $6,772,301 17 182) Metropolitan Community College Garage Repairs Supt Mark Eckhoff Kansas City, MO P M Curtis Barkley 5,700 S F Partial Depth Concrete Deck Rem /Replace Client Metropolitan 1,250 S F Full Depth Concrete Deck Rem /Replace Comm College 450 S F Concrete Ceiling Rem /Replace Jon Hopkins Completion June 2009 816/759 4062 $416,151 00 183) Olathe Lake Spillway Repairs (Negotiated) Supt Dan Moulthrop Olathe, KS P M Curtis Barkley 1,566 S F Partial Depth Concrete Dam Rem /Replace Client City of Olathe 26 L F Chemical Group Injection Municipal Services Completion June 2009 Robert Sears $195,000 00 913/971 9053 42 184) Westar Garage Repairs Supt Mark Eckhoff Topeka, KS P M Curtis Barkley 2,200 S F partial Depth Concrete Deck Rem /Replace Client Jacor Contracting 725 S F Full Depth Concrete Deck Rem /Replace T R Jarret 7,200 S F Topping Removal and Replace 816/483 7330 Completion August 2009 $257,722 00 185) Plaza Point Apartments Garage Repairs Supt Dan Moulthrop Kansas City, MO P M Curtis Barkley 1,550 S F Partial Depth Concrete Deck Rem /Replace Client Devinki Developers 8,600 S F Full Depth Concrete Deck Rem /Replace Sam Devinki 29,200 S F Concrete Waterproofing 816/531 4644 Completion November 2009 $339, 000 00 186) 2"d Ave / Fillmore Parking Garage Repair— 2009 Supt David Brown Denver, CO P M Kirt Courkamp 60,735 S F Epoxy Healer Sealer (BASF EP-35) Client Sturm Realty Group 37,280 S F Epoxy Overlay (BASF EP-35) Bob Matuccie 29,354 S F Traffic Coating -Urethane (BASF Sonoguard) 303/ 917 7711 23,000 S F Install Concrete Sealer (BASF-Hydrozo 100) 4,528 S F Floor Repair — Partial Depth Deep 426 S F Concrete Curb Replacement 346 S F Floor Repair — Partial Depth Shallow 294 L F Control Joint Sealant (Lymtal Isoflex 880/881) 88 S F Repair Metal Pan Landing Planks 24 EA Clean / Repair Drains 22 EA Repair Metal Pan Stair Treads 1 L S Fabricate / Install New Stair Railings Completion March 2010 $650,284 20 187) U S Bank Garage (Negotiated) Supt Nathan Grother Topeka, KS P M Brandon McMullen 5,117 S F Full -Depth 4" Slab Repair Client Paul Properties Mgmt 3 EA New Floor Drains Tracy Clubb Completion July 2010 785/232 0747 $181,776 00 188) Arvada Blunn Spillway Repairs Supt David Hotchkiss Arvada, CO P M Kirt Courkamp 70 SF Misc Concrete Repairs Vertical & Horizontal) Client City of Arvada 43 189) 10 gal Urethane Grout Injection of Cracks $20,000 00 Completion August 2010 North Town Mall -Parking Structure Repairs 2010 Spokane, WA 6,000 SF Tee Flange Sealant (Lumtal Isoflex) 5,500 SF Epoxy Broadcast Overlay 4,500 LF Control Joints Sealant (Lymtal Isoflex) 2,200 LF Cove Sealant (Lymtal Isoflex) 475 SF Concrete Repair -Shallow (LMC) 466 LF Expansion Joint R/R (Watson Bowman ME-500) 76 EA Precast Stair Tread/Riser Replacement 38 LF Premold Expansion Joint (Lymtal) 20 SF Tee Flange Repair -Full Depth 18 SF Spandrel Wall Repair -Shallow 8 SF Hollow Core Plank Repair 4 EA Precast Stair Landing Replacement Completion August 2010 $459,392 51 190) Red Lion Hotel Parking Garage Repair 2010 Aurora, CO 51,800 SF Concrete Sealer Application (Enviroseal 40) 9,100 LF Control Joint Sealant (Lymtal Isoflex) 8,200 SF Traffic Coating (Sonoguard) 5,610 SF Floor Repair -Shallow (LMC) 650 LF Drain Piping / Hangers Tim Hoos 720/898 7640 Supt Kevin Kesinger P M Jim Spencer Client North Town Mall Robert Vander Li 509/482 0209 Supt Jon Anderson P M Jim Spencer Client Red Lion Hotel Randy Beard/Walker 303/694 6622 328 LF Expansion Joint w/Wash R/R (Watson Bowman ME-300) 254 SF Floor Repair -Full Depth (LMC) 65 SF Floor Repair-SOG Walk 14 EA T-Stem Repair -Deep 7 EA Stair Tread Replacement 5 EA Supplemental Drains 2 LV Traffic Marking Restripe Completion September 2010 $358,075 00 191) Boulevard Mall Parking Structure Repair 2010 Supt Mark Eckhoff Las Vegas, NV P M Jim Spencer 500 LF Construction Joint Sealant (Sika 2C) Client Gen Growth Prop 477 SF T-Flange Repair -Full Depth Travis Harmon 84 SF Floor Repair -Shallow 720/735 8268 80 EA Supplemental Shear Wall Connections 25 LF Epoxy Injection 10 SF Beam Repair -Shallow 44 7 EA Reweld Shear Wall Connections Completion October 2010 $116,884 10 192) Terminal Parking Garage Column Repair Supt Jon Anderson Denver, CO P M Jim Spencer 143 EA Column to Floor Supplemental Shear Reinf Repair Client J L Cook Co Completion December 2010 303/824 6211 $481,600 00 193) 17th Street Plaza Renovation -Phase I Supt Kevin Kesinger Denver, CO P M Jim Spencer 14,468 SF R/R Hot Applied Waterproofing (Am Hydrotech) Client Reit Mgmt+Research 13,688 SF Replace Plaza Concrete Slab -Acid Etch Kurt Godes 13,688 SF Demo Plaza Concrete Slab 303/292 3861 160 LF R/R Bronze Arch Expansion Joint (Balco) 5 EA R/R Plaza Drains Completion December 2010 $705,505 03 194) NCHS Stadium Repairs Supt David Hotchkiss Casper, WY P M Kirt Courkamp 1,942 LF Epoxy Injection Client Natrona County School 445 SF Overhead Shotcrete Repair District/Dennis Bay 350 EA Replace Broken Seat Brackets 307/253 5317 Completion December 2010 $247, 546 00 195) 17th Street Plaza Renovation — Phase II Supt David Brown Denver, CO P M Jim Spencer 14,000 sf Hot Applied Plaza Waterproofing (Am Hydrotech) Client Reit Mgmt+Research 9,000 SF Removal/Replacement of Granite Pavers Kurt Godes 3,000 SF Acid Etch Topping Slab 303/292 3861 3,000 SF Remove/Replace Topping Slab Completion August 2011 $571,954 00 196) 2099 Welton St. Parking Garage Repairs Supt David Brown Denver, CO P M Kirt Courkamp 22,100 SF Install Epoxy Surface Sealer (BASF Expoxeal GS) Client Transwestern 3 270 LF Replace T-T Sealant (Lymtal Isoflex) Eric Wiengardt 258 SF Remove/Replace Concrete Topping 303/292 1999 32 EA Replace Curb Stops 4 EA Replace Door Frames Completion September 2011 $99,933 00 197) Parking Facility C — Emergency Repairs Supt Dan Moulthrope 45 Kansas City, KS P M Brandon McMullen Installation of 38 Temporary Structural Shores Client Unif Governm Wyanotte 1,570 SF Full-Depth/Full-Bay Slab Removal + Replacement Don Jones, AIA 125 SF Overhead Repairs 913/573 5331 Completed January 2012 $186,539 00 198) US Bank / 8th & Jackson Building (Negotiated) Supt Nathan Grother Parking Garage Entry/Exit Ramp Repairs P M Brandon McMullen Topeka, KS Client Paul Properties Mgmt 4,000 SF Membrane Removal Tracy Clubb 600 SF Floor Repairs 785/232 0747 4,000 SF Installation of New Traffic -Bearing Waterproof Bearing Completed June 2011 $33,171 00 199) Parking Structure Repair * Moisture Protection — Level 5 Supt Kevin Kesinger Denver, CO P M Jim Spencer 7,760 SF Full Depth Repair (LMC) Client City+County of Denver 17 EA Tee -Stem FRP Repairs Bill Shirk 1,041 LF Armored Exp Jt Replacement (WB EFJ-400) 303/342 2606 45,000 LF Crack/Control Jt Sealant Replacement 38,000 LF Tee Flange Sealant Replacement 1,000 LF Epoxy Injection 14,312 LF Cove Jt Sealant Replacement 350,000 SF Penetrating Sealer Application 87,000 SF Urethane Traffic Coating Application 50,000 SF Epoxy Broadcast Overlay 1,200 EA Supplemental Shear Connection Angles Completion November 2012 $3,227,468 00 200) Hallmark Rice Patio (Negotiated) Supt Dan Moulthrope Kansas City, MO P M Curtis Barkley 9,500 sf Neogard Peda-Gard Coating Client Hallmark Completion December 2009 Pat Cozad 816/ 274 4608 $76,205 90 201) Hallmark Employee Garage Structural Repairs (Negotiated) Supt Roger Moore Kansas City, MO P M Curtis Barkley 7 EA PT Tendon Repairs Client Hallmark 9 EA Concrete Wash @ Expansion Jt Pat Cozad 816/274 4608 43 EA Expansion Jt Leak Repairs 133 LF Expansion Jt Remove & Replace 22 EA Remove & Replace Column 782 SF Remove & Replace Post Tension Pour Strip 20 SF Beam Repair 785 SF Neogard Traffic Tuf Coating Completion September 2010 $285,630 00 202) Hallmark Fountain Coating Supt Mark Eckhoff Kansas City, MO P M Curtis Barkley 3,150 SF Remove & Replace Pool Coating Client Hallmark Completion July 2011 Pat Cozad 816/274 4608 $39,900 00 46 203) Hallmark Employee Garage Ramp Repairs (Negotiated) Supt Dan Moulthrope Kansas City, MO P M Curtis Barkley 220 SF Remove & Replace Ramp Client Hallmark 20 SF Remove & Replace Overhead Concrete Soffit Pat Cozad 816/274 4608 400 SF Remove and Replace Concrete Sidewalk Completion December 2011 $46,869 56 204) St. Lukes Hospital Carbon Fiber Col. Wrap Supt Dan Moulthrope Kansas City, MO P M Curtis Barkley 4 Plys for 2 Columns ea Client Fordyce Concrete Completion December 2010 Rusty Owings 913/319 6511 $31,000 00 205) KC Marriott Parking Garage Repairs Supt Mark Eckhoff Kansas City, MO P M Curtis Barkley 50 SF Partial Depth Conc Deck Repair Client J E Dunn Construction 88 SF Full Depth Concrete Repair Josh Christopher 816/426 8833 1,370 LF Epoxy Crack Injection 19,500 SF Hot Applied Waterproofing (American Hydrotech) 77,000 SF Traffic Coating (Neogards Traffic Tuf) Completion August 2010 $425,707 00 206) Crown Center Retail Garage Cathodic Protection Supt Dan Moulthrope Kansas City, MO P M Curtis Barkley 588 SF Partial Depth Slab Client Crown Center 540 SF Soffit Repair Kim Myers 816/564 3467 17 EA P/T Tendon Repair 113,436 LF Anode System Installation 60 SF Column Repair 172 LF Curb Repair 73 SF Wall Repair 95 LF Expansion Jt Repair Completion July 2011 $782,980 00 207) Crown Center Membrane Supt Dan Moulthrope Kansas City, MO P M Curtis Barkley 110,000 SF Traffic Coating (Neogard's Traffic Tuf) Client Crown Center Completion June 2011 Kim Myers 816/564 3467 $243,000 00 208) Crown Center Office Garage Concrete Repairs Supt Mark Eckhoff Kansas City, MO P M Curtis Barkley 18,500 SF Soffit Repairs Client Crown Center 10,650 LF Install Soffit Anode System Kim Myers 816/564 3467 66,000 SF Install Migrating Corrosion Inhibitor 47 1,120 SF Column Repairs 958 LF Install Column Anode System 226 SF Beam Repairs Completion March 2012 $1,826,250 00 209) Tallgrass Prairie Garden Roof Supt Kevin Kesinger Strong City, KS P M Curtis Barkley 9,000 SF Hot Applied Waterproofing (American Hydrotech) Client Au Authum Ki 9,000 SF Intensive Garden Roof System (A/H) Tom DeSpirato 480/497 1997 625 LF Cap Flashing & Fall Protection Railing Completion April 2012 $441,000 00 210) Crown Center Terrace Waterproofing Replacement (Negotiated) Supt Dan Moulthrope Kansas City, MO P M Curtis Barkley 300 CY Soil Removal Client Crown Center 10,000 SF Membrane Removal Kim Myers 816/564 3467 250 LF Structural Wall Replacement 10,000 SF Hot Applied Waterproofing (American Hydrotech) 10,000 SF Intensive Garden Roof System (A/H) Completion May 2012 $450,000 00 211) Crown Center Sea Life Beam Repair (Negotiated) Supt Dan Moulthrope Kansas City, MO P M Brandon McMullen Install Temporary Shores Client Crown Center 100 SF Concrete Beam Spall Repairs Kim Myers 816/564 3467 cell Install Catholic Protection System 816/274 4091 Office Remove Shoring Completion November 2011 $90,000 00 GMP / $79,000 00 Actual 212) Palo Verde — Trickling Filter 1 Rebuild Supt David Brown Tonopah, AZ P M Jim Spencer 1,100 LF Epoxy Crack Filling Client Arizona Public Service 1,000 SF Partial depth Wall Repair w/ Anodes Jim Cutler 623/393 5000 750 SF Shallow Depth Wall Repair 400 LF Top of Wall Rebuild 208 EA Column — Cathodic Protection Jackets 80 EA Beam End Rebuild Completion July 2012 $1,642,225 00 213) Peregrine Condo's Misc. Repairs 2012 Supt Jon Anderson Copper Mountain, CO P M Kirt Courkamp 20 SF Misc Overhead Patching Client Carbonate Real Estate Co 8 EA PC Tee Stem Repair Tom Malgren, 970/968 6854 Completion August, 2012 $24,970 00 214) Thornton IMC Twin Tees Repair Supt Greg Ostertag Thornton, CO P M Kirt Courkamp 250 EA Install Infill Panel Brackets Client City of Thornton, CO 150 SF Double Tee Flange Repair Paul Spacese 303/538 6336 78 EA Tee Stem Repairs M. 75 LF Double Tee Soffit Repair Completion December 2012 $89,490 00 215) Bishop Ward High School Supt Dan Moulthrope Kansas City, KS P M Brandon McMullen 13,000 SF Urethane Traffic Bearing Membrane Client Bishop Ward High School Application to Risers/Runs of Stands Rev Michael Hermes Completed August 2012 913/371 1201 $42,042 00 216) Scottsdale Quarter Garage Repair Supt David Brown Scottsdale, AZ P M Kirt Courkamp 300 SF Concrete Topping Slab Removal + Replacement Client City of Scottsdale, AZ 60 LF Rout/Seal Cracks (Lymtal 880GB) Fred Alieva 480/270 8123 30 LF Expansion Jt Removal/Replacement (WB ME-250) Completion April 2013 $45,215 00 217) Parking Facilities C & E Repairs Kansas City, KS Supt Dan Moulthrope 9,350 SF Full -Depth Slab Repair (Ramp C) P M Brandon McMullen 260 LF HDPE Trench Drain Installation (Ramp C) Client Unified Gov't of Wyandotte 121 EA 14' long Joists Fiber Wrap Strengthening (Ramp C) County & Kansas City, KS 670 LF Epoxy Injection of Joists Mr Don Jones, AIA 150 SF Overhead Beam Repair (Ramp C) 913/573 5331 110 SF Stair and Landing Edge Replacement (Ramp C) 3 EA Floor Drain Installation (Ramp C) Drainage System Piping Improvements (Ramp C) 2,520 SF 6" Concrete Bonded/Reinforced Overlay (Lot E) 2,520 SF Traffic -Bearing Waterproof Membrane (Lot E) Completed December 2013 $936,277 55 218) Ten Central Car Parking Walkway Replacement Supt Nat Grother Kansas City, MO P M Brandon McMullen 1,300 SF SOG Walkway/Steps Replacement Client Broadway Square Handrail Repairs/Painting Partners, LLC Completed June 2014 Jim Miller $44,558 00 816/843 6883 219) Fountain View Post Tension Repairs Supt Mark Eckhoff Kansas City, MO P M Curtis Barkley 1800 LF Barrier Cable Replacement Client Lincoln Properties 200 Barrier Cable Splices Charillie Dillon 10 PT Tendon Locate and Repair 630/954 7000 1 000 SF of Neogard's Traffic Tuf Coating Completion April 2014 $209,000 00 220) Crown Center Retail Garage Cathodic Supt Dan Moulthrope Protection and Waterproofing — Phase 2 P M Curtis Barkley Kansas City, MO Client Crown Center 300 SF Partial Depth Slab Repair Kim Myers 5 EA Tendon Repair 816/564 3467 90,000 Cathodic Protection System Installation 49 Cathodic System Connection 50 SF Ceding Repair 90,000 SF Traffic Coating (Neogard's Traffic Tuff Concrete Repair & Expansion Jt Repair 500 SF Full Waterproofing Membrane 90,000 SF Wear Course Traffic Membrane Completion June 2014 $793,214 65 50 Document A310 TM - 2010 Conforms with The American Institute of Architects AIA Document 310 Bid Bond CONTRACTOR: SURETY: (Nane, legal .obis and addiam) (Mirme, legal,%tutu~ rllld pi711C111[ll pllT6C ()fbn%are%s) John Rohrer Contracting Company, Inc Fidelity and Deposit Company of Maryland 2820-S Roe Lane Kansas City, KS 66103-1594 OWNER: (Name, legal slants and address) Agency 2000 Main Street Huntington Beach, CA 92648 1400 American Lane, Tower I, 18th Floor Schaumburg, IL 60196-1056 BOND AMOUNT: $ 10% Ten Percent of Amount Bid PROJECT: (,'Name, location or address and Project number, ,f mti j This document has important legal consequences Consultation with an attorney is encouraged with respect to its completion or modification Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable Main Promenade Parking Structure Improvements, CC No 1534 in the City of Huntington Beach The Contractor and Surety are bound to the Owner in the amount set forth above, for ilia payment of which the Contractor and Surety bind themselves, their hairs, executors, administrators, successors and assigns, jointly and severally, as provided herein The conditions of this Bond are such that if the Owner accepts ilia bid of the Contractor within the time specified in the bid documents, or within such lime period as niav be agreed to by the Owner and Contractor, and the Contractor tither (I ) enters into a contract with the Owner in accordance %vith the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted ill the lunsdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material tunished in the prosecution thereof, or (2) pays to the Owner the difference, not to e%ceed the amount of this Bond, between the amount specified ni said bid and such larger amount for which the Owner niav in good faith contract with another party to perlorm the work covered by said bid, then this obligation %hall be null and void, otlierwr%e to remain in Bill llircC and ell'ect The Surely hereby \Valve% anv notice ol'an agreement between the Owner and Contractor to extend the unle in which the Owner nnay accept the bid Waiver of nolice by the Surety %hall not apply to any e%lemion exceeding %ixty (60) days in the aggregate beyond the time lbr acceptance of hid% specified in the bid document% and the 0\%ner and Contractor %hall obtain the Surety's convent loran ememion beyond sixty (60) days If this Bond is issued in connection with a subcontractor's bid to n Contractor, the tenn Contractor in this Bond shall be deemed to be Subcontractor and the terin Owner shall be deemed to be Contractor When this Bond has been ltirnitihed to unnply with a statutory or other legal requirement in the location of the Project. any provi%ion in this ilond cunllrcting with %aid slaluloryy or legal requirement %liall be deemed deleted herel'rum and provi%ion%conlorining to %uch statutory or other legal requirement %hall be deenned incorporated lierew When so furnished, the intent is that this ilond %hall be con%trued a%a %tatutoy bond and not ati a (winnion luw bond St-iicd and sealed (his 6th day of January, 2016 01 (!1'uuess) (ASn,e�s) John f oFvr G6ntYactinq Cc By John Rohrer, President and Deposit Company of (Seal) VIVO) � (,Seal) By I (rrtle)Debra J Scarborough/ Attofrry-in-Fact Surety Phone No �`84-7=605-6000 S•0054/AS 8110 PRINCIPAL ACKNOWLEDGMENT STATE OF COUNTY OF On January 12, 2016 , before me, Notary Public in and for the above county, personally appeared who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he/she executed the same in his/her authorized capacity, and that by his/her signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument IN WITNESS WHEREOF, I have hereunto subscribed by name and affixed my official seal the day and year first above written My Commission Expires Signature of Notary SURETY ACKNOWLEDGMENT STATE OF MISSOURI ) COUNTY OF JACKSON) On January 06, 2016, before me, C Stephens Griggs, a Notary Public in and for the above county, personally appeared Debra J Scarborough, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he/she is Attorney -in -Fact of Fidelity and Deposit Company of Maryland, a corporation organized and existing under the laws of the State of Maryland, that the seal affixed to the foregoing instrument is the corporate seal of the said corporation, that the instrument was signed, sealed, and executed in behalf of said corporation by authority of its Board of Directors, and further acknowledged the said instrument and the execution thereof to be the voluntary act and deed of said corporation by his/her voluntarily executed IN WITNESS WHEREOF, I have hereunto subscribed by name and affixed my official seal the day and year first above written My Commission Expires 6/21/2019 Signatur8 of Notary v' C STEPHENS GRIGGS NOTARY PUBLIC -NOTARY SEAL STATE OF MISSOURI JACKSON COUNTY MY COMMISSION EXPIRES 6/21/2019 COMMISSION # 15204195 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, winch are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Debra J SCARBOROUGH, Christy M. BRAILE, Mary T. FLANIGAN, Laura M. BUHRMESTER, Charissa D. LECUYER, Larissa SMITH, Wendy A. CASEY, Rebecca S. GROSS, C. Stephens GRIGGS and Tahitia M. FRY, all of Kansas City, Missouri, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York, the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland, and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland , in their own proper persons The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 8th day of April, A D 2015 ATTEST: Elf ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND 8BAL �x,3—•—° o 1: 1 a1. "(C vo Kla_ Secretary Vice President Eric D Barnes Thomas O McClellan State of Maryland County of Baltimore On this 8th day of April, A D 2015, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, THOMAS O MCCLELLAN, Vice President, and ERIC D BARNES, Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations IN TESTIMONY WHEREOF, 1 have hereunto set my hand and affixed my Official Seal the day and year first above written ♦♦11111111,,, � I /'11111111111♦♦'♦ Constance A Dunn, Notary Public My Commission Expires July 14, 2019 POA-F 076-5892U City of Huntington Beach 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachea.gov Office of the City Clerk Joan L. Flynn, City Clerk April 1, 2016 Minco Construction 522 E Airline Way Gardena, CA 90248 RE Main Promenade Parking Structure Improvements— CC-1534 Enclosed please find your original bid bond for CC-1534 Sincerely, Joan L Flynn, CIVIC City Clerk JF pe Enclosure Sister Cities Anjo, Japan ♦ Waitakere, New Zealand Minako America Corporation dba Minco Construction 522 E. Airline way Gardena, CA 90248 (310) 516-8100 Sealed Bid for: Main Promenade Parking Structure Improvements CC No. 1534 January 12, 2016 at 2:00 pm. 4a', x H`tt' UX t•- , ��, a " �.'-��t� rE ` • �'�Ya � �-s��� � Y'^� f _ � ` 6 � � ,+�?^i"- rkh ,,;," �+` E �%i =rrt,� •`��;, N is��� ��s;#� �,�..� i�X,=�� ;�� ;� ",� ?,' � t� '. ; t� - r>t :x_�a zy '" `�� ^,,,`= `'a ^� q . , %�� _", ,:=s •.•� ��c � _ `jr<. ,rtn. �. �' `� ;< "f �='�c �`� �aa;4 s%. 3ae7k��-ti' ,�wi�.a ' 4�,+. `, `t, �.-re,aar,Fi'6w+` �e FSyo, +� `..,x. ti,yt`�'�"�'t •".•r'''`{� "T' s;yr w"J.. c` R�'�"�[♦'Tw "1�.'w; ��v..�- Y: r,'""' a", _«`a ;ge4°a `.}�.z��s qn 9,` +', r� Y+„si <asC da i♦ fs d 'a "4,,, -;, k hwFxi , 3i°ors '' i", ^v: a "f�,,,-, T � }` a^`4L�.,'t,j�` '<" 1 � but L el-K....> vmk K'J♦"Y � '�� h 3rt/`^ (P-a tU�' Fk`,,, �•✓ ..t ' c '�`� `< * 1 �.i.y" v c4 - x � q` =r,"� a« xe�.�s� a"c'�,*�� m3 r'j "�'�`� "'�4 «" Grm�+��%; b"o •` "�.. _� ,ti � . � `-^ya'`�' k'=�,,'e�'•w�w ��,�r;�,a,�.�� .�i'y'�,"�" a ��y_ '-r„� _�< ,�,fn„ k� } ��� °�: �: `�'„�y�` � M aT `� t ;��-r 'f _; 'i.a_^ y t,.<' 4s,W.n ;� � s � , _�� t t37Y' , x.ry` '„i -"�, .,r'� s� ;i= ��-+��u*,.,aa '^k,��,x v"J,� ✓' �F , a: ,s" ^ �''ra`�i���.f `�F� � `si �w ' tx;: u- u -s "t § cr 'x't `.£y«�. S, i�= <.�-^' . �-ii'�"�'' ^� - '"r=`J"iF"«?.,""u<r,+`q�'�*%,`�-'�?Fza."w,� x-�"-�`r-�� �,, III �dU� +�Et� E' '' „' ``} `^ - r^ r,� ^_J �`� - s �• '`�p `��' ��'*C8 < -,++ - `� Yg�.�-J-a.�r y _�, �".t 'd- • - " i"' a r`s'3 - 3 ��•3 '�*" {� �, iJ,i14� �� I�� J t�' a� � z�"+x o <�� c�•t aX �' ' i. r:39 i_tc�K...� as ' .--.,_.�.�tiwz�c�Z�♦......-+�,-_..rre+�3,c-., _ .1 t:i._..r = S�.tr~ s-d,r„c w'e• r 3z,z"F?_$� zi>` , ��.� a} _3f"max; �� _ � ��Y3 � s xrh� � . - ^,t .y�'� -`»-„ bai '4 t � � y S�F ♦ r'4 � _ of f`r �" [`mot f•i +.µ'� i _ 1%��"�, _ _ j'`a � ',.«tV 't"=At,r ,.c� ` � [lam{ ��k^-��` 3" - 'J- `�� ,-��« '� , _ � � -3•• _ �e _ � � � fo 1 ~y�(^�'+ � I� ARrk - -_ ♦ j.+3<f'3 �a.��'G-^ y.+ Al - - - ,'SS s " _ " - K rw'�'s wY ���.Ae per.- •-±YF` "z-�'"�' -e�� �roa F. G r „ i� a"t " e a l ` ,. ; ' �e`��S i ST � - ,` .r 'Y•. •_;_' a'_r � ^i�L{ _ _ t' t_,� � �..-- �1 M ♦ +... _ ,, t l y .} r r'��` MSTr "- ' ` ,•? ~'�'"` l`-'a - _'r=_al , n' ='j. ,. ?�s•T'�' ''E �_ t � Y � %" ' y � _n `.x4w 4� 'f♦ �- ,y y } _ css- £ r _ � -... � � � �- ._`,� ` n_ ` ` _ - k. .4s.,, '_i .L- ., ., - �z� oT< _'3 - ;r _ a y '*-.�-..t' � f'c ,Y.♦ s"` `E'`- 'a.,r .I - 4i.�- i -' Fi �+ t, ,'ir 4i . ^'tai _ �t _ _4'�4 i a �= _ ♦ 1♦ �'�_?iv �..,-..r..�,.ur�..i.S,,.." <-.,�'�`,.3i.t1'<_f.�__ �. .. �.ka.. �...r �,. _h.*�a�`�' _� x._ _ .3,.�_...ri._a _ ,..s. A f .. '33'.'' �. ":1 -�e'� .._- .�.-....n . .,J'»i .-,�"� .-- s SECTION C PROPOSAL for the construction of MAIN PROMENADE PARKING STRUCTURE IMPROVEMENTS CC No. 1534 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 85 working days, starting from the date of the Notice to Proceed BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc , and will be guaranteed for a period of sixty days from the bid opening date If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default to 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 for 10%" in the amount of offtheftotalbdpcee 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 for_% ", as the case may be) Any standard Surety Bid Bond form is acceptable Bidder shall signify receipt of all Addenda here, if any - Addenda No. Date Received B' der's Signpfure 1 12/28/15 l C-2 SECTION C2.1 — PROJECT BID SCHEDULE C2 1 LIST OF UNIT PRICES WORK I UNIT ITEM DESCRIPTION UNITS I QUANTITY PRICE I EXTENSION 10 GENERAL REQUIREMENTS 11 Project Mobilization I L S 1 1 1100,000 $ t0 .000 1 2 Concrete Formwork I Mr.irtantal 1 3 Concrete Shores and Reshores Incidental 1 4 Concrete Reinforcement Incidental 151 Temporary Si na a Incidental PART II CONCRETE FLOOR / CEILING SURFACES 20 FLOOR SURFACE PREPARATION 26 Floor Preparation - Traffic Topping / Membrane Removal I SF 1 25000 3 $ 7S000O 3.0 CONCRETE FLOOR REPAIR 31 Floor Repair - Partial Depth / Shallow S F 400 So $ �O, Ooo 33 Floor Repair - Full Depth S F 100 100 $ /O 0C,0 35 Floor Repair - Slab Replacement S O G S F 250 30 $ 7 S, o 40 CONCRETE CEILING REPAIR 41 Ceiling Repair - Partial Depth / Shallow S F 300 S0 $ /5- oa0 43 Ceiling Repair - Remove Loose Concrete L S 1 So 00o $ So, Oo O PART III STRUCTURAL CONCRETE FRAME REPAIRS 50 CONCRETE BEAM AND JOIST REPAIR 51 Beam Renair - Partial Denth / Shallow SF g(1 OD R oa o 5 7 j Beam Repair - Grout Pockets S F 100 00 c-, 60 CONCRETE COLUMN REPAIR 61 1 Column Repair - Partial Depth / Shallow SF 50 too $ .SOoo 70 CONCRETE WALL REPAIR 7 1 Wall Repair - Partial Depth / Shallow SF 25 200 $ 12 1 Wall Repair - Partial Depth / Deep I SF 1 10 1 ZOO $ D, 000 10.0 EXPANSION JOINT REPAIR AND REPLACEMENT 106 1 Expansion Joint - Silicone Seal L F 300 2 $ 6,000 110 CRACK AND JOINT REPAIR 11 1 Rout & Seal Cracks and Joints L F 2000 20 $ O 000 11 2 Repair Crack / Joint Sealant L F 2200 20 $ 44 000 113 Vertical Joint Sealant L F 150 90 $ 3,000 11 5 E xy injection L F 750 SO $ 3 71So0 117 Cove Sealant L F 2300 20 $ 46.001) C2 1-1 160 TRAFFIC TOPPING 161 Traffic Topping - Vehicular S F 90500 164 Traffic Topping - Recoat Partial System) S F 350 30 $ /O 5--C>0 21 0 P/T SYSTEM REPAIR - MONOSTRAND 21 1 Inspect P/T Tendon Anchorage EA 2 S, 000 $ /O, 000 21 2 Protect Exposed PR Tendons L F 10 ,000 $ /0 O o o 21 6 Tendon Splice Coupling Center -Pull EA 2 I0 000 $ a0 000 21 7 Tendon Splice Coupling (Single) EA 2 5000 $ /p 000 21 9 P/T Tendon Material L F 20 1 o00 $ .20 000 240 SPECIAL P/T REPAIR SYSTEMS 241 Barrier Cable - Tighten Cables EA 63 /0 0 $ 6,300 242 Barrier Cable - Replace Damaged Cable L F 5000 $ 30,000 PART VII: MECHANICAL / ELECTRICAL SYSTEMS 250 MECHANICAL - DRAINAGE 252 Mechanical - Supplementary Floor Drains EA 1 3,000 $ 3 0-00 253 Mechanical - Pipe and Hangers L F 25 200 $ S, Ooo 270 MECHANICAL - HVAC 271 Repair/ Replace Damaged HVAC Duct EA 11 30o $ 3 00 272 Repair/ Replace Damaged HVAC Duct EA 21 300 $ 6,300 273 Repair / Replace Damaged HVAC Duct EA 1 ,SO $ / SO 274 Repair / Replace Damaged HVAC Duct EA 1 /, 7So $ ! ZSo PART VIII• ARCHITECTURAL REPAIRS 350 BRICK / MASONRY REPAIRS 352 Masonry Unit Repair / Replacement SF 100 So $ 5 000 353 Masonry Unit Repair Capstone L F 50 /00 $ S, 000 PART IX METALWORK 41.0 STEEL STAIRS 41 1 Replace Stair Treads - Precast Performance Design L S 1 190 00v $ JOP 000 412 Replace Stair Treads EA 60 200 $ /,2000 41 2A Replace Stair Treads -Starter Tread EA 7 .0000 $ O o0 41 3 Paint Hand Stringers and Handrail L S 1 6. O JO $ 6 0 0 0 414 Replace Landing -CIP Metal Pan EA 7 a ovo $ O n 43.0 MISCELLANEOUS METALS 432 Repair Hand Rail L S 1 D 000 $ 61901000 434 6" Bollard - New EA 52 / DOo $ 57.,1 00n 435 6" Bollard - Remove and Replace EA 7 /, SO $ 91 jv 450 PAINTING 451 Paint Traffic Markings L S 1 0 00b $ co Oo 0 452 Paint Concrete Columns - Elastomeric EA 14 5-0o $ :7, ooD 45 4 Paint Slab Edge - Elastomeric LF 1760 O $ / 600 455 Paint Top Level Stub Columns - Elastomeric EA 4 00d $ 00 456 Paint Structural Steel L S 1 000 $ 3 po0 C2 1-2 730 FLASHING 73 1 Wall Flashing - Metal I LF 1 1101 30 1 $ 3,300 732 Wall Flashing - Metal EA 1 2 1 000 1 $ 6, ovn 840 EIFS FACADE 841 Repair Existing EIFS Cladding I SF 110 1 So Is SSpo 842 Repair EIFS Cracks LF 50 /0 o $ S O o c> 950 DOORS AND WINDOWS 95 1 Re -anchor Faux Window Frame EA 30 so0 $ /,soo o BASE BID TOTAL $ ,�41 SYO State BASE BID cost, which will be the basis of award 6Ag7!►,/1 �3/3 Dollars (in words) C2.1 LIST OF ALTERNATES A This Section identifies potential changes in the work under consideration for this contract The Owner reserves the right to accept any or all of the listed Alternates, regardless of the order of their listing B For each of the Alternates listed below, state the total amount to be added to, or deducted from, the total contract amount if the individual Alternate is selected for inclusion in the contract scope Amount shown shall include all costs to perform the Work, no extras will be permitted for failure to consider such items as extra permits, overtime, weather protection, etc 1 Painting Ceilings and Columns State added cost to paint all unpainted concrete ceilings and columns on all levels Refer to Section 09900 Painting for Materials and Other Requirements .Set/�(c�SWPA LAZys*AddoVO/S Dollars (in words) ($ 4000 ) (numbers) Submitted By Refaat H Mina, President Type or print firm name Minako America Corporation DBA Minco Construction Authqfiz,ed Signature 01/1 C2 1-3 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 or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor Bid, Item(s) Name and Address of Subcontractor State License Number Class DIR Number Dollar Amount % of Contract S 4,42 43.4 4i 3 S &r4M1Z'J& IPAjNi��i, n16-ha� ��6 $VNNf1�0k I >RJ_VL ,Af gA,7ve ✓96((.Y QZ� �q9S g� c33 100000/Sgp bl�6�o d� /. 3 ,S / ARC P> jNG• /S'2 ? r f-'rA7& Sr: NJPR)0c4 g1762— 400 G tZ �2. A - f0000016,08 29ono / Z By submission of this proposal, the Bidder certifies That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2 That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 01/12/16, at Gardena CA Date City State I Refaat H Mina , being first duly sworn, deposes and says that he or she is President o f Minako America corporation DBA Minco construction 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 Minako America Corporation DBA Minco Construction Name of Bidder C-4 CALIFORNIA•• • •. .a�t..� .at/d� ��t..� .c�t..��t_a .�..w �� .cam _�� .cat_a .a .c�� _a .sa _sa•.a� .at.c� .a .sue .at_c�•.c� .a .� .sue .s�t� .a•.at_w .w _w _ A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document State of California ) County of Los Angeles ) On 01/12/16 Date before me, Raffi Varoof Thomassian, Notary Public Here Insert Name and Title of the Officer personally appeared Refaat H Mina Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(%) is/ace subscribed to the within instrument and acknowledged to me that he/s4eA#Pey executed the same in his/hw/+heir authorized capacity(+@&), and that by his/4w/t4err signature(s) on the instrument the person(@), or the entity upon behalf of which the person(@) acted, executed the instrument I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct RAFFI VAROOJ THOMASSIAN Commission # 1975125 Z WITNESS my hand and official seal c = •ee Notary Public - California z Z �' ' Los Angeles County n 111) My Comm Expires May 12, 2016 Signature �/ ' J lu ignature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document Description of Attached Document Title or Type of Document NONCOLLUSION AFFIDAVIT Number of Pages One Document Date 01/12/16 Signer(s) Other Than Named Above No other signers Capaaty(ies) Claimed by Signer(s) Signer's Name Refaat H Mina © Corporate Officer — Title(s) President ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other Signer Is Representing Signer's Name ❑ Corporate Officer — Title(s) ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other Signer Is Representing G0.�: -rigr ei.-e� � -✓ .� '=/G'✓ '✓q�Gvq� ✓ 'er 'evgi -� '-0; 's 'v 'd .L ✓-q✓L'✓qr� .L •ii•✓per '✓G'✓: er .L .L .� .L .y .L .� .� . � 1 � • • � • • • • • • ill � �' ill i • •i •1 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen - The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the MAIN PROMENADE PARKING STRUCTURE IMPROVEMENTS, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved " The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein Date- 01/12/16 C-5 Minako America Corporation DBA Minco Construction Contractor Title DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation ❑ Yes ® No If the answer is yes, explain the circumstances in the space provided Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract Date- 01/12/16 C-7 Minako America Corporation DBA Minco Construction BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct Minako America Corporation DBA Minco Construction Bidder Name 522 E Airline Wav Business Address Gardena CA 90248 City, (310 ) 516-8100 Telephone Number 612429 / A,B,C10,C7 State Contractor's License No and Class 02/10/1991 Original Date Issued 09/30/2016 Expiration Date State Zip The work site was inspected by Bishoui Bastawros of our office on DEC 18 , 201 5. The following are persons, firms, and corporations having a principal interest in this proposal. Minako America Corporation DBA Minco Construction Refaat H Mina, President, Secretary Refaat H Mina, Treasurer, Manager The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth Minako America Corporation DBA Minco Construction Company Name Signature of Bidder Refaat H Mina Printed or Typed Si Subscribed and sworn to before me this 12 d# y1f January , 2016 NOTARY PUBLIC 'Please see notary attached" NOTARY SEAL C-8 CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE § 8202 9x See Attached Document (Notary to cross out lines 1-6 below) ❑ See Statement Below (Lines 1-6 to be completed only by document signer[s], not Notary) 2 3 4 G Signature of Document Signer No 1 Signature of Document Signer No 2 (if any) A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document State of California County of Los Angeles RAFFI VAROOJ THOMASSIAN f Commission # 1975125 z a -t=ce - Notary Public - California z z �'.'' Los Angeles County D My Comm Expires May 12, 2016 Subscribed and sworn to {eA_a##gua@i} before me on this 12 day of JAN 2016 by Date Month Year (1) Refaat H Mina Name(s) of Signer(s) proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me n Signature cv,• Signature of Notary Public Seal Place Notary Seal Above OPTIONAL Though this section is optional, completing this Information can deter alteration of the document or fraudulent reattachment of this form to an unintended document Description of Attached Document Title or Type of Document. BIDDER'S INFORMATION Document Date 01/12/16 Number of Pages- One Signer(s) Other Than Named Above No Other Signers 02014 National Notary Association • www NationalNotary org • 1-800-US NOTARY (1-800-876-6827) Item #5910 Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years 1 Please see attached Bidder's Project History Name and Address of Public Agency 2 3 Name and Telephone No. of Project Manager Contract Amount Type of Work Provide additional project description to show similar work Name and Address of Public Agency Name and Telephone No. of Project Manager Contract Amount Type of Work Provide additional project description to show similar work Name and Address of Public Agency Name and Telephone No of Project Manager Contract Amount Type of Work Provide additional project description to show similar work C-9 Date Completed Date Completed Date Completed Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years These projects do not have to be under the employment of the bidder of this project Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein 1 Moses Khaldi Name of proposed Project Manager Telephone No. of proposed Project Manager (310) 863-2201 C07-1023, Infrastructure & Central Plant, Phase 1 $10,603,697 58 new central plant building 8/19/2009 Project Name & Contract Amount Type of Work Date Completed Montellano Landslide Repair Project, $1,215,324 26 1/3/2011 Project Name & Contract Amount Type of Work Date Completed 2011-4 Parking Lot Lighting & Security Upgrades Project, El Camino College $2,012,037 00 3/1/2013 Project Name & Contract Amount Type of Work Date Completed 2 Mina Ghaly Name of proposed Superintendent Telephone No of proposed Superintendent. (310) 365-4656 CCC-010B, Utilities Infrastructure Project Phase 2 Compton Community College $10,177,700 00 1/13/2014 Project Name & Contract Amount Type of Work Date Completed Bid #2011-4 Parking Lot Lighting & Security Upgrades Project, El Camino College $2,012,037 00 3/1/2013 Project Name & Contract Amount Type of Work Date Completed Irvine High School Classroom Addition (600N-3-14-861), Bid Package 13 Electrical $1,287,770 00 8/20/2015 Project Name & Contract Amount Type of Work C-10 Date Completed CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771 l(a)), passed by the California State Senate on June 20, 2014, established a new public works Contractor Registration Program, which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations (DIR) Currently the annual non-refundable registration fee for Contractors is $300 Each contractor to whom a public works contract has been awarded shall sign the following certificate DIR FACT SHEET on SB 854 http //www dir ca gov/DLSE/PublicWorks/SB854FactSheet-6 30 14 pdf DIR's Contractor Registration Link — Call (844) 522-6734 https•//efiling dir ca gov/PWCR/ActionServlet?action=displayPWCRegistrationForm DIR's Contractor Registration searchable database. https //efiling dir ca gov/PWCR/Search action I am aware and will comply with the provisions of Labor Code Section 1771 l(a) which states - "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029 1 of the Business and Professions Code or by Section 10164 or 20103 5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725 5 at the time the contract is awarded " I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid Date 01/12/16 DIR #• 1000002728 D-11 Minako America Corporation DBA Minco Constru Mlnco's Completed Projects and References Project Name: Installation of Relocatable Restroom and ADA Improvements at Willard Elementary School Bid Schedule 32-1415/93, LBUSD No 8274 01 Project Location: Willard Elementary School 1055 Freeman Avenue, Long Beach, CA 90804 Description of work: Installation of Relocatable Restroom and ADA Improvements Owner Name & Address: Long Beach Unified School District 2201 E Market Street, Long Beach, CA 90805 Contract Amount: Original Contract Amount $1,377,700 00 Final Contract Amount $1,395,812 23 Duration - Started date December 18, 2014 Completion Date September 30, 2015 Architects: Ghataode Bannon Attn David Bannon 760 W 16th Street Costa Mesa, CA 92627 (714) 665-8030 Construction Manager: Attn Mr John Whitmore LBUSD Measure K Bond Program Long Beach Unified School District 2425 Webster Avenue Long Beach, CA 90810 (562) 997-7550 Phone JWhitmore@lbschools net Inspector: Inspector Name Jerald (Ross) Jordan, (949) 289-3298 Mlnco's Completed Projects and References Project Name: Contract No 4726, San Jose Creek Water Quality Laboratory HVAC System Upgrade (Drawing No JO-g-1206) Project Location: 1965 Workman Mill Rd, Whittier, CA, 90601-1415 Description of work: The work consists of removal of existing cooling tower and associated equipment, installation of temporary air conditioning units, replacement of roof -mounted air conditioning units, ventilation fans, mixing boxes and ducting, and all associated piping, electrical, instrumentation, and controls, and all appurtenant work Owner Name & Address: County Sanitation District No 2 of LA County 1955 Workman Mill Rood, Whittier, CA 90601-1400 Owner Contact Name Kimberly S Compton Owner Contact Phone (562) 699-7411 Owner Contact Fax (562) 699-5422 Contract Amount: Original Contract Amount $3,827,700 00 Final Contract Amount $4,103,272 81 Duration. Started date December 10, 2102 Completion Date July 30, 2015 Architects: TMAD Taylor & Gaines, Inc. Attn: Terry Tsang, SE 222 S. Harbor Boulevard, suite 800 Anaheim, CA 92805 P (714) 490-5555, F (714) 490-5560 Construction Manager: County Sanitation District No 2 of LA County Attn Mr Gordon Kariya 1955 Workman Mill Rood Whittier, CA 90601-1400 Phone (562) 908 4288 Ext 2181, Fax (562) 699 4515 Inspector: County Sanitation District No. 2 of LA County Attn: Mr. Gordon Kariya 1955 Workman Mill Rood Whittier, CA 90601-1400 Phone: (562) 908 4288 Ext. 2181, Fax: (562) 699 4515 Mlnco's Completed Projects and References Project Name: Purchase and Installation of Fire Alarm, Intercom and Clock System at Lee and Rogers Schools Bid Schedule No 02-1314/04 - LBUSD Agreement No 8247 01 Purchase Order No, C662194 Long Beach Unified School District Project Location: Lee Elementary School 1620 Temple Avenue, Long Beach, CA 90804 Rogers Middle School 365 Monrovia Ave , Long Beach, CA 90803 Description of work. Purchase and Installation of Fire Alarm, Intercom and Clock system Owner Name & Address Long Beach Unified School District Contract Amount: Original Contract Amount $1,119,800 00 Final Contract Amount $1,159,212 00 Duration Notice to proceed September 16, 2013 Completion Date November 19, 2014 Architects: CSDA Design Group Attn John Culqui 4061 Glencoe Ave Suite B Marina del Rey, CA 90292 T 310 301 4783, F 310 8219201 Jculqui@csdadesigngroup com I www csdadesigngroup com Construction Manager: Attn Mr John Whitmore LBUSD Measure K Bond Program Long Beach Unified School District 2425 Webster Avenue Long Beach, CA 90810 (562) 997-7550 Phone JWhitmore@lbschools net Inspector Inspector Name Robert Schiltz Phone (310) 245-3656 Minco's Completed Projects and References Project Name• LBUSD No 8252 01 Purchase and Installation of Fire Alarm, Intercom and Clock system at Bryant, Stephens, and Washington Schools, Purchase Order No C662328 Project Location: Bryant Elementary School, 4101 East Fountain Street, Long Beach, CA 90804 Stephens Middle School, 1830 West Columbia Street, Long Beach, CA 90810 Washington Middle School, Located at 1450 Cedar Ave, Long Beach, CA 90813 Description of work: Purchase and Installation of Fire Alarm, Intercom and Clock system Owner Name & Address - Long Beach Unified School District 2201 E Market Street, Long Beach, CA 90805 Owner Contract Name Beth A Smith Owner Contract Phone (562) 997-7550 Owner Contract Fax (562) 595-8644 Contract Amount: Original Contract Amount $2,187,700 00 Final Contract Amount $2,319,703 50 Duration Notice to proceed November 12, 2013 Completion Date November 18, 2014 Architects: CSDA Design Group Attn John Culqui 4061 Glencoe Ave Suite B Marina del Rey, CA 90292 T 310 3014783, F 310 8219201 Jculqui@csdadesigngroup com I www csdadesigngroup com Construction Manager: Attn Mr John Whitmore LBUSD Measure K Bond Program Long Beach Unified School District 2425 Webster Avenue Long Beach, CA 90810 (562) 997-7550 Phone JWhitmore@lbschools net Inspector Clint Ticknor, (714) 717-2111 inspector at Bryant Gregory Powell, (818) 331-9253 inspector for Stephens and Washington Minco's Completed Projects and References Project Name: Job Oder Contract 1026 County Los Angeles County, Department of Public Works Project Location - Various Locations Description of work: Parkway Concrete Maintenance, at South Los Angeles Owner Name & Address: Los Angeles County, Department of Public Works Attn Ms Irma Vasquez Contract Administration Construction Division 900 South Fremont Ave. Alhambra, CA 91803 (626) 300-2325 Contract Amount: Original Contract Amount $1,498,480 53 Final Contract Amount $1,498, 480 53 Duration: Started date November 1, 2010 Completion Date November 13, 2012 Architects - Los Angeles County, Department of Public Works Construction Division 900 South Fremont Ave. Alhambra, CA 91803 (626) 300-2325 Inspector: Los Angeles County, Department of Public Works Construction Division 900 South Fremont Ave. Alhambra, CA 91803 (626) 300-2325 Minco's Completed Projects and References Project Name: Job Oder Contract 1029 County Los Angeles County, Department of Public Works Project Location: Various Locations Description of work• Parkway Concrete Maintenance, at South Los Angeles Owner Name & Address: Los Angeles County, Department of Public Works Attn Ms Irma Vasquez Contract Administration Construction Division 900 South Fremont Ave. Alhambra, CA 91803 (626) 300-2325 Contract Amount: Original Contract Amount $2,778,623 93 Final Contract Amount $2,778,623 93 Duration: Started date November 1, 2010 Completion Date November 13, 2012 Architects - Los Angeles County, Department of Public Works Construction Division 900 South Fremont Ave. Alhambra, CA 91803 (626) 300-2325 Inspector: Los Angeles County, Department of Public Works Construction Division 900 South Fremont Ave. Alhambra, CA 91803 (626) 300-2325 Mlnco's Completed Projects and References Project Name: Job Oder Contract RMDJOC1215, Parkway Concrete Maintenance, South Los Angeles County Los Angeles County, Department of Public Works Project Location: Various Locations Description of work: Parkway Concrete Maintenance, at South Los Angeles Owner Name & Address: Los Angeles County, Department of Public Works Attn Ms Irma Vasquez Contract Administration Construction Division 900 South Fremont Ave. Alhambra, CA 91803 (626) 300-2325 Contract Amount: Original Contract Amount $2,881,851 77 Final Contract Amount $2,881,85177 Duration: Started date June 19, 2013 Completion Date November 10, 2014 Architects: Los Angeles County, Department of Public Works Construction Division 900 South Fremont Ave. Alhambra, CA 91803 (626) 300-2325 Inspector: Los Angeles County, Department of Public Works Construction Division 900 South Fremont Ave. Alhambra, CA 91803 (626) 300-2325 Mlnco's Completed Projects and References Project Name: Fire Alarm System Upgrades at Rancho Santa Gertrudes E S , Nelson E S and District Office Los Nietos School District Project Location: Phase 1 Rancho Santa Gertrudes Elementary 11233 East Charlesworth Rd, Santa Fe Springs, CA 90670 Phase 2 Nelson Elementary 8140 South Vicki Dr, Whittier, CA 90606 Description of work: Fire Alarm System Upgrades Owner Name & Address. Los Nietos School District, 8324 South Westman Avenue, Whittier, California 90606 Attn Douglas McMasters Assistant Superintendent of Business Services (562) 692-0271 ext 3223 Consultant Maria -Elena Romero (562) 688-9229 Contract Amount• Original Contract amount $777,000 00 Final Contract Amount $784,090 61 Duration: Started date February 20, 2014 Completion Date September 25, 2014 Architects: Architects MSP, Inc Attn Edgar Paz 3575 Long Beach Boulevard Long Beach, CA 90807 P ( 562) 427- 5007 epazCa)_ArchitectsMSP com Construction Manager Architects MSP, Inc 3575 Long Beach Boulevard Long Beach, CA 90807 P ( 562) 427- 5007 Inspector• B A Inspection Inc Inspector Name Babak Alavi Phone (714) 488-7630 Minco's Completed Projects and References Project Name• New building PE Complex at Crafton Hills College, PO 141298, Project No 11126 Project Location. Crafton Hills College 11711Sand Canyon Road Yucaipa, CA 92399 Description of work: New building Complex Owner Name & Address: San Bernardino Community College District 114 South Del Rosa Drive San Bernardino, CA 92408 Phone 909 382 4000 Fax 909 382 0116 Contract Amount. Original Contract Amount $4,511,070 Final Contract Amount $4,610,079 51 Duration: Notice To Proceed August 8, 2013 Completed date July 31, 2014 Architects: Steinberg Architects 523 W 6th Street, Suite 245 Los Angeles, CA 90014 (213) 629-0500 (213) 629-0500 Construction Manager Kitchell Attn Mr Xavier Rene Adrian 940 South Coast Drive, Suite 115 Costa Mesa, CA 92626 (714) 278 4499 Inspector: Scaffold Contracting Services, Inc. Inspector Name: Jose Gonzales Phone: (818) 744-0654 Minco's Completed Projects and References Project Name: Contract No 1771, Sepulveda Feeder Stray Current Mitigation, Specifications No 1735 Metropolitan Water District of Southern California Project No 104151 Project Location: Los Angeles, CA, Various Locations Description of work: Specifications No 1735 for the Sepulveda Feeder Cathodic Protection project, Install stray current drain stations on the Sepulveda Feeder Owner Name & Address: Metropolitan Water District of Southern California 700 N Alameda Street, Los Angeles, CA 90012 Attn Brian M May (909)392-5140 Contract Amount: Original Contract Amount $878,500 00 Final Contract Amount $1,005,599 02 Duration: Notice To Proceed August 8, 213 Completed date May 30, 2014 Architects: Metropolitan Water District of Southern California Designed K Collins Construction Manager Metropolitan Water District of Southern California Attn Brian M May (909)392-5140 Inspector: Metropolitan Water District of Southern California Attn Brian M May (909)392-5140 Minco's Completed Projects and References Project Name: Contract No 4656- Joint Water Pollution Control Plant East Laboratory Central Plant Upgrade, Drawings JO-g-1213 County Sanitation District No 2 of LA County Project Location: Joint Water Pollution Control Plant (JWPCP) 24501 Figueroa St, Carson, CA 90745 Description of work: Joint Water Pollution Control Plant East Laboratory Central Plant Upgrade, consists of demolition of existing facilities, including chiller, cooling tower, chilled water pumps, condenser water pumps, and associated piping, electrical, instrumentation, and controls, and installation of new chiller, cooling tower, chilled water pumps, condenser pumps, and associated piping, electrical, instrumentation, and controls, and all appurtenant work Owner Name & Address: County Sanitation District No 2 of LA County Attn Kimberly S Compton 1955 Workman Mill Road Whittier, CA 90601 (562) 699-7411 Fax (562) 699-5422 Contract Amount: Original Contract Amount $577,000 00 Final Contract Amount $602,705 39 Duration: Notice To Proceed November 15, 2011 Completed date May 14, 2014 Engineering P2S Engineering, Inc 5000 E Spring St Long Beach, CA 90815 (562) 497-2999 Construction Manager: Sanitation District of La Angeles County, Attn Mr Oscar Morales 24501 South Figueroa Street, Carson, CA 90745, (310) 830-8050 Inspector: Sanitation District of La Angeles County, Attn Mr Oscar Morales 24501 South Figueroa Street, Carson, CA 90745, (310) 830-8050 Minco's Completed Projects and References Project Name: FV129205, Main Kitchen Transformer Upgrade Project Number 12 SR #4, Contract Number FV129205 Project Location: Fairview Developmental Center, specifically 2501 Harbor Blvd , Costa Mesa, CA 92626 Description of work: Kitchen Transformer Upgrade Owner Name & Address: Department of Developmental Services, specifically Fairview Developmental Center 2501 Harbor Blvd Costa Mesa, CA 92626 (714) 957-5212 Attn Kelly Vu Contract Amount: Original Contract Amount $147,000 00 Final Contract Amount $149,022 88 Duration. Started date March 17, 2014 Completion Date September 30, 2015 Architects: Fairview Developmental Center 2501 Harbor Blvd Costa Mesa, CA 92626 Construction Manager: Fairview Developmental Center 2501 Harbor Blvd Costa Mesa, CA 92626 Inspector: Fairview Developmental Center 2501 Harbor Blvd Costa Mesa, CA 92626 Mlnco's Completed Projects and References Project Name: Imperial Middle School East and West Courtyards & Marquees for Washington and Imperial Middle Schools, PIN B07-2013 Project Location: Washington Middle School 716 E La Habra Blvd, La Habra, CA 90631 Imperial Middle School 1450 South School Wood Dr La Habra, CA 90631 Description of work: Construction of 4000 square feet courtyards for elementary school including, grading, new storm drain system, planter walls, and permeable pavers and misc concrete structures Owner Name & Address: La Habra City School District 500 N Walnut St, La Habra, CA 90631 David Decker, AIA (562) 690-2305 (562) 690-4154 Fax Contract Amount: Original Contract Amount $437,700 00 Final Contract Amount $474,493 10 Duration: Started date August 7, 2013 Completion Date January 24, 2014 Architects: TDM Architects Inc. Tegtmeyer, Depanian &Miller Architects, Inc. TDM Architects Inc. 930 Colorado Blvd. Los Angeles, CA 90041 Phone: (323) 254-9200 Fax: (323) 254-9511 Construction Manager: Vanir Construction Management 600 Wilshire Blvd Ste 870 Los Angeles, CA 90017-3224 (213) 627-7371 Inspector: Carey Klingfus, Vice President, American Engineering Laboratories, Inc. (562) 697-4000 Office, (888)287-0875 Toll Free, (562) 697-4009 Fax, (760) 220-7141 cell Mlnco's Completed Projects and References Project Name: CCC-0106, Utilities Infrastructure Project Phase 2 Compton Community College District Project Location: Compton Community College 1111 E Artesia Blvd , Compton, CA 90221 Description of work: Utilities Infrastructure Project Owner Name & Address: Compton Community College 1111 E Artesia Blvd , Compton, CA 90221 Owner Contact David La Shire Owner Phone (951) 757-9439 Owner Fax (213) 430-4699 Contract Amount: Original Contract Amount $10,177,700 00 Final Contract Amount $10,594,225 23 Duration. Started date October 1, 2012 Completion Date January 13, 2014 Architects: S&K Engineers 421 E Huntington Drive Monrovia, CA 91016 (626) 930-1383 x118, Attn Rob Vazquez Construction Manager: Lend Lease (US) Construction Inc 800 West 6th Street, 16th Floor Los Angeles, CA 90017 Inspector: LCC3 Construction Services, Inc, P 0 Box 1292, Victorville, CA 92393 (760) 242-6766, Attn Daryl Koroluck Mlnco's Completed Projects and References Project Name: Site 21 Elementary School, Adelanto School District, Category 2 Concrete DSA: 04-108331 Project Location: Site 21 Elementary School, 13125 Hopland St, Victorville, CA 92394 Description of work: Concrete, Footings, Building Foundation, Paving, Playground Equipment -Material Installation, Play surface, Chain Link Fence & Gates, Shade Structures -Material, Owner Name & Address: Adelanto School District 11824 Air Expressway Adelanto, CA 92301 Contract Amount: Original Contract Amount $2,362,000 00 Final Contract Amount $$2,294,716 12 Duration Notice to proceed April 25, 2011 Completion Date September 23, 2013 Architects: Frick, Frick & Jette Architects, Incorporated 19153 Town Center Dr, Suite 101 Apple Valley, CA 92308 Construction Manager: W. D. Gott Construction Co. Attn: Terry Gott. 1656 West 9th Street Upland, CA 91786 Phone- (909) 982-8951 Inspector None Minco's Completed Projects and References Project Name: Eastern Avenue Hill Complex, Landfill Gas Control System Project Specifications No 6984 C P No 86970 Project Location: 1060 North Eastern Avenue, Los Angeles, CA 90063 Description of work: Landfill Gas Control System Project Owner Name & Address: Los Angeles County, Department of Public Works Attn Ms Irma Vasquez Contract Administration Construction Division 900 South Fremont Ave. Alhambra, CA 91803 (626) 300-2325 Contract Amount: Original Contract Amount $874,200 00 Final Contract Amount $896,837 85 Duration: Started date November 19, 2012 Completion Date September 10, 2013 Engineers• SCS Engineers Long Beach - Environmental Consulting and Contracting Premier Business Centers 3900 Kilroy Airport Way Long Beach, CA 90806 Tel 562-426-9544 Fax (562) 427-0805 Inspector: Charles Richardson, Building Inspector Los Angeles County, Department of Public Works Architectural Engineering Division 900 South Fremont Ave. Alhambra, CA 91803 (626) 458-2581 Mlnco's Completed Projects and References Project Name: Bike Parking & Temporary Modular Offices Santa Monica College Project Location: Santa Monica College 1900 Pico Blvd Santa Monica, CA 90405-1628 Description of work: Bike Parking & Temporary Modular Offices Concrete, Metals, Special Construction, Plumbing, HVAC, Electrical, Earthwork, Exterior Improvements, and Utilities Owner Name & Address. Santa Monica Community College District 1900 Pico Blvd Santa Monica, CA 90405-1628 Greg Brown Director of Facilities/Planning Tel (310) 434-4203 Fax (310) 434-4328 BROWN GREGORY@smc.edu Contract Amount: Original Contract Amount $1,337,700 00 Final Contract Amount $1,442,674 00 Duration: Started date August 20, 2012 Completion Date June 30, 2013 Architects: Morris Architects 2046 Armacost Ave Los Angeles, CA 90025 Tel (310) 820-4600 Fax (310) 820- 4611 Construction Manager: LPI, Inc Attn Mr Lee Paul 2020 Pico Blvd Santa Monica, CA 90405 Tel (310) 452-9555 Fax (866) 419-3740 Inspector. None Mlnco's Completed Projects and References Project Name: FE07-19, P2 City Water Pump Station Standby Power Orange County Sanitation District (OCSD) Project Location: Orange County Sanitation District (OCSD) 22212 Brookhurst St , Huntington Beach, CA 92646 Description of work: Provide infrastructure including Duct Bank installation throughout plant for installation of MV- 1200 A Transfer switch feed from two utility source and power generation stand by Generators, The entire project was to provide back-up for city water station at OCSD plant 2 Work was completed ahead of schedule Owner Name & Address. Orange County Sanitation District (OCSD) 10844 Ellis Avenue Fountain Valley, CA 92708 Contact• Morris Ying, P.E. Tel: (714) 962-2411 Contract Amount: Original Contract Amount $487,000 00 Final Contract Amount $484,477 00 Duration: Started date August 16, 2012 Completion Date June 18, 2013 Architects Pace Water Advanced Water Engineering 17520 Newhope Street, Suite 200 Fountain Valley, California 92708 Tel: (714) 481-7300 Fax: (714) 481-7299 Engineering: Wright Engineering Corp. 165 E. Chilton Drive Chandler, AZ, 85225 Tel: 480 497-5829 Fax: (480) 497-5807 Construction Manager: Orange County Sanitation District (OCSD) 22212 Brookhurst St Huntington Beach, CA 92646 Attn Huan Hoang Nguyen, P E Division 760, Resident Engineer Email hhnguyen@ocsd com Office 714-593-7865 Cell 714-227-5796 Inspector: None contract Amount: - Original Contract Amount $408,350 00 Final Contract Amount $213,015 94 Duration: Started date January 3, 2012 Completion Date May 15, 2013 Architects• P2S Engineering, Inc. 5000 East Spring Street, 8th. FL Long Beach, CA 90815-1275 Tel: (562) 497-2999, Fax: (562) 497-2990 Construction Manager: Sanitation District of La Angeles County Attn: Mr. Oscar Morales 24501 South Figueroa Street Carson, CA 90745 (310) 830-8050 omorales@lacsd.org Inspector: None Minco's Completed Projects and References Project Name* Contract No FE07-20, "P2 Digester Gas Dryer Upgrades" OCSD's Treatment Plant No 2, Purchase Order Number 103998-OB Project Location: Orange County Sanitation District (OCSD) 22212 Brookhurst St , Huntington Beach, CA 92646 Description of work: Provide and install (2) Gas Dryer at OCSD Wastewater Treatment Plant The Work was performed with plant power generation plant in operation Gas Dryer project consist of civil work, Electrical Div 1, class 1 work, mechanical, plumbing and control , including SCADA system connections Gas dryer was used to feed Gas supplied on demand of power generation at the same plant Owner Name & Address: Orange County Sanitation District 10844 Ellis Avenue Fountain Valley. CA 92708-7018 Larry D. Roberson Tel:( 714) 593-7779 (714) 593-7548 Fax: (714) 962-0356 Contract Amount: Original Contract Amount $897,000 00 Final Contract Amount $912,915 00 Duration: Started date November 30, 2010 Completion Date May 13, 2013 Architects: Orange County Sanitation District Attn: Andy DaSilva 10844 Ellis Avenue Fountain Valley. CA 92708-7018 Tel. (714) 962-2411 Fax:( 714) 962-0356 adasilva@ocsd.com Construction Manager: Orange County Sanitation District Attn Huan Hoang Nguyen, P E 10844 Ellis Avenue Fountain Valley, CA 92708-7018 Email hhnguyen@ocsd com Office 714-593-7865 Cell 714-227-5796 Inspector: None Minco's Completed Projects and References Project Name: Fire Alarm System Upgrades at Allison, Arroyo, & Vejar Elementary Schools and Diamond Ranch High School, Bid No 09(11-12) FP - Scopes # 1 & 4 Project Location: Allison Elementary School, 1011 Russell PI , Pomona, CA 91767-3409 Diamond Ranch High School, 100 Diamond Ranch Dr, Pomona, CA 91766 Description of work: Schools Fire Alarm System Upgrades at Allison Elementary School and Diamond Ranch High School Owner Name & Address: Pomona Unified School District Director of Purchasing & Capital Facilities Nathaniel C Holt Contact 800 S Garey Avenue Pomona, CA 91766 Phone ( 909)397-4800, Ext 3900 Fax (909) 865-2739 Contract Amount: Original Contract Amount: $1,044,000.00 Final Contract Amount $994,870.41 Duration: Started date June 5, 2012 Completion Date October 5, 2013 Engineer: MDC Engineers Inc., Attn B A Satya 5101 E La Palma Avenue Suite 205, Anaheim hills, CA 92807 -2056 Tel (213) 746 - 2844 - Fax (213) 746 - 6463 bas@mdceng com Cell 562 537 5380 Construction Manager: LCC3 Construction Services, Inc 3400Inland Empire Boulevard Suite 101 Ontario, CA 91764 Tell (909)476-3567 Fax (800) 420-3407 Attn Dan Franco dan@lcc3 com Cell (951) 809-3906 Inspector• Tyrior Attn- Sammy Joseph 2760 E. Spring St. #180 Long Beach, 90806 Tel (562)426-1965 Mlnco's Completed Projects and References Project Name: International Polytechnic High School Contract No 080789 10 2, International Polytechnic High School Bid Package # 4 — A/C Paving Project Location: International Polytechnic High School 3851 West Temple Avenue Pomona, CA 91768 Description of work: A/C Paving Owner Name & Address: Los Angeles County Office of Education 9300 Imperial Highway, Downey, CA 90242 Contract Amount. Original Contract Amount $279,700 00 Final Contract Amount $293,959 00 Duration: Started date March 14, 2012 Completion Date September 5, 2012 Engineer: HMC Architects 3546 Concours Street Ontario, California 91764 Telephone 909 989 9979 FAX 909 483 1400 Construction Manager: C W Driver, Attn Gavin Sermon 468 N Rosemead Blvd Pasadena, CA 91107-3010 Tel (626) 351-8800 Cell (951) 553-3117 gsermon@cwdriver com Inspector: Team Inspections Michael Agib 1131 Coronet Dr Riverside, CA 92506 T ( 951) 776-0786, F (951) 776-0787 Minco's Completed Projects and References Project Name - Job Oder Contract 1001 County Los Angeles County, Department of Public Works Project Location: Various Locations Description of work: Parkway Concrete Maintenance, at South Los Angeles Owner Name & Address - Los Angeles County, Department of Public Works Attn Ms Irma Vasquez Contract Administration Construction Division 900 South Fremont Ave. Alhambra, CA 91803 (626) 300-2325 Contract Amount: Original Contract Amount $4,000,000 00 Final Contract Amount $3,257,441 68 Duration Started date July 11, 2011 Completion Date July 23, 2012 Architects. Los Angeles County, Department of Public Works Construction Division 900 South Fremont Ave. Alhambra, CA 91803 (626) 300-2325 Inspector: Los Angeles County, Department of Public Works Construction Division 900 South Fremont Ave. Alhambra, CA 91803 (626) 300-2325 Mlnco's Completed Projects and References Project Name: IFB 1420-10/11- Modernization Project -Lincoln School Los Angeles County Office of Education Project location: Lincoln School 600 E Grand Ave , San Gabriel, CA 91776 Description of work. School Modernization Project Demolish earthwork, concrete, plumbing, HVAC units Electrical / Fire Alarm, irrigation, Landscape, new playground Owner Name & Address - Los Angeles County Office of Education 9300 Imperial Highway, Downey, CA 90242 Attn David Albright, Facilities Planning Officer Tel (562) 803-8282 Fax (562) 940-1845 Albright David lacoe edu Contract Amount: Original Contract Amount $1,978,700 00 Final Contract Amount $2,161,511 45 Duration: Started date May 17, 2011 Completion Date March 12, 2012 Architects: Ordiz-Melby Architects, Inc Attn Bill Melby, Principal 5500 Ming Ave, Suite 280 Bakersfield, CA 93309 Tel (661) 832-5258 Fax (661) 832-4291 Construction Manager: Architects MSP, Inc Attn EdgarJ Paz 3575 Long Beach Boulevard Long Beach, CA 90807 Tel (562) 427- 5007 Fax C562) 427 -3007 Cell (310) 930- 1250 Email epaz@architectsmsp corn Inspector: John Teegarden Tel: (760) 455-0509 Mlnco's Completed Projects and References Project Name: Job Oder Contract 1029 County Los Angeles County, Department of Public Works Project Location: Various Locations Description of work: Parkway Concrete Maintenance, at South Los Angeles Owner Name & Address: Los Angeles County, Department of Public Works Attn Ms Irma Vasquez Contract Administration Construction Division 900 South Fremont Ave. Alhambra, CA 91803 (626) 300-2325 Contract Amount: Original Contract Amount $2,778,623 93 Final Contract Amount $2,778,623 93 Duration: Started date November 1, 2010 Completion Date November 13, 2012 Architects: Los Angeles County, Department of Public Works Construction Division 900 South Fremont Ave. Alhambra, CA 91803 (626) 300-2325 Inspector: Los Angeles County, Department of Public Works Construction Division 900 South Fremont Ave. Alhambra, CA 91803 (626) 300-2325 Mlnco's Completed Projects and References Project Name: Cos-1 Kennedy Site Improvements, Project No 20-09-092-2 Santa Ana Unified School District Project Location: Kennedy Elementary School 1300 E McFadden Ave , Santa Ana, CA 92705 Description of work: Earthwork , excavation, Backfill/compaction, survey, Rough grading, Flatwork Concrete, Concrete - benches, Curbs/mow strip, Landscape -grading, Landscape -Irrigation, Landscape trees/plants, play toy equipment's, Synthetic surface, caulking and sealant, water fountains, Landscape -SOD, Track sub grade, Demo AC paving, rough grading, curbs/ ramp at adman, Wrought iron fence, and Chain link fence Owner Name & Address: Santa Ana Unified School District 1601 East Chestnut Avenue Santa Ana, California 92701-6322 Joe Dixon, (714) 480-5356 Joe dixon@sausd us Construction Department Phone (714) 480-5355 Fax (714) 480-5373 Contract Amount: Original Contract Amount $1,979,000 00 Final Contract Amount $1,979,000 00 Duration: Started date September 25, 2009 Completion April 5, 2011 Architects: gkkworks Attn Jeff Fuller 2355 Main Street, Suite 220 Irvine, CA 92614 Tel (949) 250 1500 ext 1046 Fax (949) 955 2708 ifuller@gkkworks com Construction Manager: Barnhart Balfour Beatty Inc Attn Jason Park 2 Park Plz # 1000 Irvine, CA 92614 Tel (949) 502-4000 Inspector: Inspector Name: Mo Nabi Tel :( 562) 598-8236 Mlnco's Completed Projects and References Project Name: Deerfield E S Mod , Project No 120M1-10-F25, Package #03-1 Structural / Site Concrete, Reinforcing, Asphaltic Paving, and Landscaping / Irrigation Project Location: Deerfield Elementary School 2 Deerfield Avenue, Irvine, CA 92604 Description of work: Structural / Site Concrete, Reinforcing, Asphaltic Paving, and Landscaping / Irrigation Owner Name & Address: Irvine Unified School District 4861 Michelson Dr, Irvine, CA 92612 Tel (949) 854-4785 Fax (949) 654 0201 Attn Mr Jeff Marshall Cell (949) 230 0017 Contract Amount: Original Contract Amount $537,000 00 Final Contract Amount $582,147 00 Duration. Started date July 14, 2011 Completion Date November 11, 2011 Architects: HMC Architects, Attn Ms Brooke Reichert 2601 Main Street, Suite 100, Irvine, CA 92614, Fax No 949 567 1838 Construction Manager: CW Driver Attn Mr Jeff Marshall 2 Technology Drive Irvine, CA 92618 Cell (949) 230 0017 Tel (626) 3518800 Fax ( 626) 3518880 imarshallnu cwdriver com Inspector. Charlie Bryan Inspection Inc. 2297 Shamrock Street San Diego, CA 92105-4514 Inspector Name: Charles Bryan Tel: (619) 584-4254 Mlnco's Completed Projects and References Project Name: Bid #1172 Blue Light Phone Project, Rio Hondo Community College Project Location: Rio Hondo Community College 3600 Workman Mill Road, Whittier, CA 90601 Description of work• Blue Light Phone Project Retaining Walls, Bollards, Tower Station Concrete Pads, Call Station Towers - Material, Call Station Wall, Mounts -Material, Tower Stations -Install, Wall Mount Stations, Programming Labor, Call Station Test Owner Name & Address Rio Hondo Community College 3600 Workman Mill Road Whittier, CA 90601 Attn Samir Mehrota Tel (562) 463-3142 Fax (562) 463-4657 Contract Amount: Original Contract Amount $287,700 00 Final Contract Amount $255,368 52 Duration: Started date April 1, 2011 Completion Date October 31, 2011 Architects: Rio Hondo Community College Program Management Team Attn Ken McElroy 3600 Workman Mill Road Whittier, CA 90601 Tel (562) 463-3142 Fax (562) 463-4657 Construction Manager: Rio Hondo Community College Program Management Team Attn Samir Mehrota 3600 Workman Mill Road Whittier, CA 90601 Tel (562) 463-3142 Fax (562) 463-4657 Inspector: None Minco's Completed Projects and References Project Name: John Wayne Airport, Construction of Miscellaneous Site Restoration Project Project No 281-281-4200-P275 Project Location: John Wayne Airport 18601 Airport Way Santa Ana, CA 92707 Description of work: Construction of Miscellaneous Site Restoration Project Owner Name & Address: Orange County, John Wayne Airport 3160 Airway Avenue, Costa Mesa, CA 92626-4608 Attn Kory HARIRI, Sr Project Manager Facilities Development khans@ocair com Contract Amount: Original Contract Amount $777,000 00 Final Contract Amount $923,250 00 Duration: Started date October 25, 2011 Completion Date June 15, 2012 Architects: AE Consulting, Inc 143 Yorba Street Tustin, CA 92780-2924 T (714) 573-0214 F ( 714) 573-1214 E-mail info@airportengineenng com Construction Manager Orange County, John Wayne Airport Attn Kory Harin 3160 Airway Avenue Costa Mesa, CA 92626-4608 Facilities Development khans@ocair com Inspector: None Minco's Completed Projects and References Project Name: Project No 9X25, Foothill Law & Justice Center Fire Alarm Upgrade Rancho Cucamonga, California Project Location: Foothill Law & Justice Center, Rancho Cucamonga Court 8303 Haven Avenue Rancho Cucamonga, CA 91730 Description of work: Fire Alarm Upgrade at Law & Justice Center Owner Name & Address: County of San Bernardino 385 North Arrowhead Ave San Bernardino, CA 91415 Tel (909) 387-3096 Fax (909) 387-5050 Paul DeArmond, Project Manager, at (909) 838-5209 Pdearmond@ae sbcounty gov Contract Amount: Original Contract Amount $377,000 00 Final Contract Amount $433,280 00 Duration - Started date October 28, 2010 Completion Date June 20, 2011 Architects. Design West Engineering 275 W Hospitality Lane, Suite 100 San Bernardino, CA 92408 Tel 909-890-3700 Fax 909-890-3770 Construction Manager: Architecture & Engineering Department Attn Paul DeArmond 385 N Arrowhead, 3rd FI San Bernardino, CA 92415-0184 Tel (909) 387-3096 Fax (909) 387-5050 pdearmond@ae sbcounty gov Inspector: None Minco's Completed Projects and References Project Name: Rehabilitation of Service Connections M-01, P-01, and SMR-01 FM-01, P-01, and SMR-01, of the Upper Feeder, Specifications No 1684, Contract No 1709 Project Location: Three Locations in City Streets, Pasadena, CA, Corner of N Altadena Dr and E Mountain Street, Pasadena, CA Description of work: The project consists of replacing existing 24", 36", and 20" gate valves in underground vaults with Metropolitan -furnished high performance butterfly valves and accessories; removing and restoring existing concrete vault slab; coordinating with various public agencies, obtaining all permits, preparing traffic control plans as required by agencies; and performing traffic control, trenching, disinfection, hydro testing, tie-in work, backfilling, resurfacing the street, and all other appurtenant work as specified and shown on the drawings. Owner Name & Address. Metropolitan Water District 700 North Alameda Street, 3rd A Los Angeles, CA 90012-2944 (909) 392-5140 Contract Amount: Original Contract Amount $377,000 00 Final Contract Amount $470,521 00 Duration: Started date December 20, 2010 Completion Date June 13, 2011 Architects: Metropolitan Water District Attn Glen Yepez 700 North Alameda Street, 3rd A Los Angeles, CA 90012-2944 (909) 392-5140 Construction Manager: Metropolitan Water District Attn Brian May 700 North Alameda Street, 3rd FI Los Angeles, CA 90012-2944, Tel (909) 392-5140 bmay@mwdh20 com Inspector: None Mlnco's Completed Projects and References Project Name: Contract No C0957 - Harbor Transitway Improvements and CCTV Surveillance System Project Location: Harbor Transitway 731 W 182nd Street, Gardena, CA 90248 Description of work: CCTV Surveillance System at Harbor Transitway Owner Name & Address - Metropolitan Transportation Authority One Gateway Plaza Los Angeles, CA 90012-2952 Awny R Malak Tel ( 213) 922 6268 Fax ( 213) 922 3882 Contract Amount: Original Contract Amount $547,000 00 Final Contract Amount $564,440 00 Duration: Started date June 1, 2010 Completion Date April 1, 2011 Architects: Metropolitan Transportation Authority One Gateway Plaza Los Angeles, CA 90012-2952 Awny R Malak Tel ( 213) 922 6268 Fax ( 213) 922 3882 Construction Manager: Metropolitan Transportation Authority One Gateway Plaza Los Angeles, CA 90012-2952 Awny R Malak Tel ( 213) 922 6268 Fax ( 213) 922 3882 Inspector: None Minco's Completed Projects and References Project Name: Montellano Landslide Repair Project, Work Order No 908-001 01 C P Contract Reference 0908/PW 13312 dated December 29, 2009 Project Location: 3246 Heather Field Dr Hacienda Heights, CA 91745 Description of work Construct horizontal boring and vertical drilling and all associated work for land slide drainage improvement Owner Name & Address: County of Los Angeles Department of Public Works 900 South Fremont Avenue Alhambra, CA 91803-1331 Waleed Jouzy (626) 300-3289 Contract Amount: Original Contract Amount $1,200,000 00 Final Contract Amount $1,215,324 26 Duration: Started date June 28, 2010 Completion Date January 3, 2011 Architects: Department of Public Works Attn Waleed Jouzy 900 South Fremont Avenue Alhambra, CA 91803 Tel (626) 300-3289 Construction Manager: Department of Public Works Attn Waleed Jouzy 900 South Fremont Avenue Alhambra, CA 91803 Tel (626) 300-3289 Inspector: None Moses Khalili Project Manager Moses K@mincoconstruction com (310) 863-2201 Experience Over Thirty years of experience in southern California — construction industry (private & public work) Education BSC, MSC in Electrical & Electronics Engineering Brighton University, England, 1979 California State Contractor license C10, 16, 64 NICET Level II Various manufactures Certifications Employment History 2003 — Currently Minco Construction 1998 — 2003 CALICOS stems / Owner & Contractor 1996 — 1998 Firemaster Operations Now Simplex / Grinnell 1990 - 1996 CALICO Electrical / Owner & Contractor 1986 - 1990 General Manager at Firetronics 1984 — 1986 HMH Engineering & Construction Completed Public Work Projects (HVAC Related Projects) Position Site Project Manager Minco Construction Proiect Name- The Joseph Jensen Water Treatment Plant Solids Transfer Spec No 1758, Project No 104463 Proiect Amount $1,977,700 00 Completion Date: July, 2015 Description of Work The work consists of construction of approximately 7,600 feet of 6-inch to 10-inch PVC pipeline with approximately 100 feet of 10-inch HDPE pipe sleeve, a utility crossing structure, four solids lagoon inlet structures, fiber optic cables, and utility duct banks and cabinets, modification of sewer air gap, connection of PVC pipelines to the solids pump station piping system, installation of a new flow meter and replacement of an existing flow meter, replacement of approximately 3,700 feet of chain -link fence with welded wire mesh panel fence, replacement of a block wall structure, and other appurtenant work Owner Metropolitan Water District of Southern California 700 N Alameda Street, Los Angeles, California 90012 Telephone (213) 217-6000 Proiect Name San Jose Creek Water Quality Laboratory HVAC System Upgrade, Contract No 4726 Proiect Amount: $4,053,797 48 Completion Date December, 2014 Description of Work: Replacement of existing cooling tower and associated equipment while laboratories are functional by providing temporary air conditioning units Replacement of all roof mounted air conditioning units, ventilation fans, mixing boxes, and all ductwork Work included all electrical installation, commissioning and start up Owner. County Sanitation District of Los Angeles County 1955 Workman Mill Road Whittier, CA 90601-1400 Kimberly S Compton 562 699 7411 Project Name. Long Beach Main Pumping Plant Electrical System Modifications, Contract No 4521 Contract No 4521 File 85-08 05-31 Project Amount $ 1,877,000 00 Description of work Completed: Provide and install infrastructure for two circuit 12kv substations from grounds up to completion and switch over in an operating waste water pumping plants Work included 600V switchgear, MCC, PLC control, stand by Generator, 250 HP VFD, Control panels, motor replacement and new masonry Electrical room Project Address: 1238 W 16th Street, Long Beach, CA 90813 Owner County Sanitation District of Los Angeles County 1955 Workman Mill Road Whittier, CA 90601-1400 Kimberly S Compton 562 699 7411 Contact Name Walter Alkerman (310) 830-8050 Project Name Contract No FE07-20, "P2 Digester Gas Dryer Upgrades'_OCSD's Treatment Plant No 2 located at 22212 Brookhurst Street, Huntington, Beach, CA 92646 Project Amount $912,915 00 Description of work Completed: Provide and install (2) Gas Dryer at OCSD Wastewater Treatment Plant The Work was performed with plant power generation plant in operation Gas Dryer project consist of civil work, Electrical Div 1, class 1 work, mechanical, plumbing and control, including SCADA system connections Gas dryer was used to feed Gas supplied on demand of power generation at the same plant Owner Orange County Sanitation District Contact Name Andy DaSilva 10844 Ellis Avenue Fountain Valley, CA 92708 (714) 593-7843 adasilva@ocsd com Project Name Contract No 4656- Joint Water Pollution Control Plant East Laboratory Central Plant, County Sanitation District No 2 of LA County Project Location 1928 Nelson Ave Redondo Beach, CA 90278 Description of work: Demolition of existing facilities, and installation of new chiller, cooling tower, chilled water pumps, condenser pumps, and associated piping, electrical, instrumentation, and controls, Owner County Sanitation District No 2, of Los Angeles County 1955 Workman Mill Road, Whittier, CA 90601- 1400 Kimberly S Compton (562) 699-7411 Final Contract Amount $602,705 39 Project Name P2 City Water Pump Station Standby Power, Project No FE07-19 Contractor Amount $ 487,000 00 Description of work Completed Provide infrastructure including Duct Bank installation throughout plant for installation of MV- 1200 A transfer switch feed from two utility source and power generation stand by Generators The entire project was to provide back-up for city water station at OCSD plant 2 Work was completed ahead of schedule Owner Orange County Sanitation District Division 760, Resident Engineer Contact Name Huan Hoang Nguyen 10844 Ellis Avenue Fountain Valley, California 92708-7018 (714) 593-7865 Project Name: FV129205, Main Kitchen Transformer Upgrade Project Number 12 SR #4, Contract Number FV129205 Description of work Completed* Replacement of 700 KVA, 5 KV Transformer for a Kitchen Facility supporting Fairview Hospital, Huntington Beach Work included, civil work, Duct Banks, MV Cable pulling, splices, Terminations, new Switchgear and replacement under 4 hour shutdown windows at night Owner Department of Developmental Services, specifically Fairview Developmental Center Department of Developmental Services, Fairview Developmental Center 2501 Harbor Blvd Costa Mesa, CA 92626 Contact Name Attn Kelly Vu (714) 957-5212 Proiect Name C07-1023, Infrastructure & Central Plant, Phase I Cerritos Community College Contractor Amount* $10,603,697 58 Description of work Completed: Provide and install new 3000A, 12KV switchgear, Master clad by Square D The new MV Gear replaced existing equipment occupied on same footprint The work was performed without interruption to operation of the college campus Work also included civil work, Duct Banks, Temp Generator, Temp 12KV switchgear, MV Cable pulling, MV splices and Terminations Proiect Address: Cerritos Community College, 11110 Alondra Blvd, Norwalk, California 90650 Owner- Cerritos Community College District 16126 Studebaker Rd , Norwalk, CA 90650 Contact Name Jerry Jones - (714) 600-2133 Year Completed 2009 Proiect Name "0708-03, Infrastructure & Central Plant, Phase II, Cerritos Community College" Description of work Completed- Underground site utilities including 12 KV Substation for new central plant building Proiect Address Cerritos Community College, 11110 Alondra Blvd, Norwalk, California 90650 Contractor Amount: $1,737,000 00 Owner- Cerritos Community College District 16126 Studebaker Rd Norwalk, CA 90650 Contact Name Jerry Jones - (714) 600-2133 Year Completed 2009 Proiect Name 0708-12, Infrastructure & Central Plant, Phase III Cerritos Community College Description of work Completed Underground site utilities including 12 KV Substation for new central plant building Proiect Address: Cerritos Community College, 11110 Alondra Blvd, Norwalk, California 90650 Contractor Amount: $4,977,000 00 Owner Cerritos Community College District 16126 Studebaker Rd Norwalk, CA 90650 Contact Name Jerry Jones (714) 600-2133 Year Completed 2009 Proiect Name: Anderson Two Story Classroom Building, Project# 0001-11-12 (New Building, Structural, Steel, Conc , Elec , HVAC) Proiect Address William Anderson Elementary, School 4130 West 154th Street, Lawndale, CA 90260 Contractor Amount $ 4,472,977.53 Owner Lawndale Elementary School District 4161 West 147th Street, Lawndale, CA 90260 Contact Name Kier Toth (858) 610- 3208 Completion date November 26, 2012 Proiect Name IFB 1420-10/11- Modernization Project -Lincoln School, Los Angeles County Office of Education (HVAC Units Replacements) Proiect Address Lincoln Special Education School 600 E Grand Ave, San Gabriel, CA 91776 Description of work: School Modernization Project Contract Amount $2,161,511 45 Owner Los Angeles County Office of Education 9300 Imperial Highway, Downey, CA 90242 Construction Manager Architects MSP, Inc Edgar J Paz, AIA 3575 Long Beach Boulevard, Long Beach, CA 90807 (562) 427 5007 Completion date March 12, 2012 Mina Ghaly 17375 Brookhurst St. Fountain Valley, CA 92708 Cell (714) 362-5941 %lin a Gh alt_:u;yanail (on-i SUMMARY OF EXPERIENCE • Project: "San Stefano Grand Plaza" "http://test.san-stefano.comlenlhome.aspx" Engineering Department of Project consist of one hotel under the Four Season Hotels management, Commercial and multi screen Movie Theater and 11 residential towers of 30 stories The project is under the supervision of "Dar-El-Handasah" consultants group • General management responsibility and problem solving • Working as Site Electrical Engineer in MOBINIL Cell Phone Network Company, Responsible of all Equipments and devices (Installation and Maintenance) • Design of Steam generators Electrical control used for Bakery • Design and install control circuits of machines (Including (Photo Cells, Proximity Switches, Limit Switches, Breakers, Relays, Contactors, Selector Switches, Push buttons, Fuses, Pneumatic, and Hydraulic Valves)) and its electronics boards with full Maintenance EDUCATION 2004 B S in Power Electrical Engineering, Faculty of Engineering, Alexandria University, Egypt, GPA 3 2 Graduation project "Control of Direct Current Motor" Excellent Grade 1992-97 Diploma in Electrical Power, Alexandria Advanced Technical Professional School, Egypt PROFESSIONAL EXPERIENCE "MINAKO America Corporation" Estimator, Estimating Department August 2010 — December 2012 • Prepare take offs for various types of engineering projects • Coordinate and attend preconstruction, submittals, and construction meetings with project managers, project owners, Inspectors and subcontractors • Submit change orders and request for information (RFI) reports due to plans ambiguity • Create and execute project work plans and revise as appropriate to meet changing needs and requirements • Initiate and manage purchase orders Compton Community College - Utility Infrastructure Phase 2 December 2012 to date Work as superintendant • Manage and ensure successful execution of ongoing project • Manage and lead project team to ensure timely and proper execution accruing to project schedule and timeline • Manage project materials inventory and process purchase orders as needed • Address and resolve all open issues/concerns related to project execution and completion • Prepare short term schedule • Prepare RFI's with its proposals • Attend to weekly construction progress meeting • Attend the coordination meetings with other phases contractors • Prepare monthly pay app • Site supervision • Prepare daily report ABB "Automation" Senior Electrical Engineer, April 2007 To November 2009 Swiss Engineering Company, Cairo Branch, Egypt http //www eg abb com Duties and Responsibilities: ➢ Finalizing shop -drawings for the following systems • Power system (race ways & panel phase balance) • BMS (Building management System) • Security system (CCTV (Closed Circuit TV), Access Control & intercom) • Interior & exterior Lighting system (wiring, raceways & phase balance calculation) • Fire alarm system • Closet (power & low current systems) • Voice & data system • Grounding system • Lightning system • Technical meeting with consultant and supplier engineers • Prepare description for power and security systems • Prepare calculations for sub -stations by using Ecodial program ➢ Prepare As -built for above mentioned systems ➢ Prepare material submittals ➢ General management responsibility and problem solving MOBINIL Cell Phone Network Company, Alexandria, Egypt http //www otelecom com/ Site Electrical Engineer, January 2005 To March 2007 • Designing and installing direct control boxes and Alternate Current "AC" Panels • Installing (cable tray, exposed conduits, junction box, cable laying, cable termination, and make phase balance) • Repair and maintenance [Automatic transfer switch "ATS", Air Conditioning "A/C" (Central unit control), Fire system, Lighting systems, Uninterruptible Power Supply "UPS", Rectifiers] • Make alarm test for all previous systems. • Reset Alarms for all previous systems during 24 hours Maintenance Engineer, POLIN Company, Alexandria Branch, Egypt 01/2000 To 12/2004 Maintenance of Bread Equipments, Cookie Machines and Pastry Equipments • Ovens and Proofers • Spiral Mixers • Rolls Design and install Steam generators Electrical control circuits used for Bakery PERSONAL • Practical experience in designing and installing electronic boards • Advanced MS Office (2007, 2010) user • Strong experience in computer hardware and software (installation, parts assembly maintenance, and networking) • Strong practical experience in installing main AC electrical distribution boards and control boards • AutoCAD and drafting certification by Faculty of Engineering Alexandria University • Electronic work Bench 5 (EWB 5) + Paint • Study electrical offers and preparing drawings • Design and install control circuits of machines and its electronics boards MEMBERSHIP AND PROFESSIONAL AFFILIATIONS 0 Member of Egyptian Engineering Association RRSOLUTION ON OF MINAKO AMERICA CORPORATION DBA 1\11NCO CONSTRUCTION Whereas, the Board of Dtreclors of Ndinal.o America Coiporahon com'ened on Novcmber 1 2004, and -Whereas, by unanimous xote authorized Refaal Mina, as President and Secret»)' of the cog)oralion, to sip on behalf of the corporation RESOLVED, that the Chairman of the Board, the President and any ti'ice President of die corporation be and that each of them hereby is, authorized to execute anv and all docUinenis necessary for the ►iransaction of corpoiale business, including but not limited to contracts, bonds, leases, loans and documents of title, and that said officer, and the corporation agree to be bound by the execution of any obligations eNeeuted by said officers IN WITNESS VMEREOF N inako Ainenca Corporation, dba, M i nco Construction, has caused Iliese presents to be signed by its respective President and attested by its Secretary' Ibis I" day of November 2004 efi 0-1 ma President ,,\T-TEST 1 efaal , 412 Secrelarl 15- 1 129 13 _ .. State of California S ` Se-cr-etar-y-of-State — Statement of Information (Domestic Stock and Agricultural Cooperative Corporations) x FILED FEES (Filing and Disclosure) $25 00 J Secretary of State If this is an amendment, see instructions Stag of Caltfomla IMPORTANT — READ INSTRUCTIONS BEFORE COMPLETING THIS FORM SEP 0 8 2015 1 CORPORATE NAME MINAKOAMERICACORP_ORATION- -------------- - - --- - - - ------------ - - 522 E AIRLINE WAY GARDENA CA 90248 j 7 if 1-5[ cc r< 2 2 CALIFORNIA CORPORATE NUMBER C2482226 This Space for Filing Use Dnly No Change Statement (Not applicable if agent address of record is a P O Box address See Instructions ) 3 _ Inhere have been any changes to the Information contained In the last Statement of Information filed with the California Secretary of State, or no statement of Information has been previously filed, this form must be completed in Its entirety EiIf there has been no change In any of the Information contained in the last Statement of Information filed with the California Secretary of State check the box and proceed to Item 17 Complete Addresses for the Following (Do not abbreviate the name of the city Items 4 and 5 cannot be P O Boxes ) 4 STREET ADDRESS DF PRINCIPAL EXECUTIVE DFFICE CITY STATE ZIP CDDE 522 E AIRLINE WAY GARDENA CA 90248 GARDENA CA 90248 5 STREET ADDRESS DF PRINCIPAL BUSINESS DFFICE IN CALIFDRNIA IF ANY CITY STATE ZIP CDDE 522 E AIRLINE WAY GARDENA CA 90248 GARDENA CA 90248 6 MAILING ADDRESS DF CDRPDRATIDN IF DIFFERENT THAN ITEM 4 CITY STATE ZIP CDDE Names and Complete Addresses of the Following Officers (The corporation must list these three officers A comparable title for the specific officer may be added however, the preprinted titles on this form must not be altered ) 7 CHIEF EXECUTIVE DFFICER/ ADDRESS CITY STATE ZIP CDDE REFAAT H MINA 522 E AIRLINE WAY GARDENA CA 90248 8 SECRETARY ADDRESS CITY STATE ZIP CODE REFAAT H MINA 522 E AIRLINE WAY GARDENA CA 90248 9 CHIEF FINANCIAL OFFICER1 ADDRESS CITY STATE ZIP CODE REFAAT H MINA 522 E AIRLINE WAY GARDENA CA 90248 Names and Complete Addresses of All Directors, Including Directors Who are Also Officers (The corporation must have at least one director Attach additional pages If necessary ) 10 NAME ADDRESS CITY STATE ZIP CODE REFAAT H MINA 522 E AIRLINE WAY GARDENA CA 90248 11 NAME ADDRESS CITY STATE ZIP CDDE 12 NAME ADDRESS CITY STATE ZIP CODE 13 NUMBER DF VACANCIES DN THE BDARD DF DIRECTDRS IF ANY Agent for Service of Process If the agent is an individual the agent must reside In California and Item 15 must be completed with a California street address a P O Box address Is not acceptable If the agent Is another corporation the agent must have on file with the California Secretary of State a cerlificate pursuant to California Corporations Code section 1505 and Item 15 must be left blank 14 NAME DF AGENT FOR SERVICE OF PRDCESS REFAAT H MINA 15 STREET ADDRESS OF AGENT FDR SERVICE OF PRDCESS IN CALIFORNIA IF AN INDIVIDUAL CITY STATE ZIP CODE 522 E AIRLINE WAY CA 90248 Type of Business 16 DESCRIBE THE TYPE DF BUSINESS OF THE CORPORATION CONSTRUCTION 77 BY SUBMITTING THIS STATEMENT DF INFORMATIDN 70 THE CALIFORNIA SECRETARY OF: STATE TH CORPO SON C RTIFIES THE INFOPMATION CDNTAINED HEREIN INCLUDING ANY ATTACHMENTS IS TRUE AND CORRECT 08/28/2015 REFAAT H MIA PRESIDENT — DATE DATE TYPEIPRINT NAME OF PERSON COMPLETING FORM TITLE SIGNATURE Stale Qf Caldomia CONTpACTORS ST'IVE TE IC LICENSE BOARD E-- CORP 612429 MINAKO AM ERICA CONSTRUCTION DBA MINCO r1n _ J 0913012016 vnn�v cslb ca gov — Legal Name Registration Number County Ci tY Registraton Date Expiration Date j MINAKO AMERICA CORPORATION 1000002728 LOS ANGELES GARDENA 10611112 015 06I3012016 City of Huntington Beach Public Works Department 2000 Main Street Tel (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For HMAIN PROMENADE PARKING STRUCTURE IMPROVEMENTS CC NO. 1534 in the CITY OF HUNTINGTON BEACH December 28, 2015 Notice To All Bidders• Please note the following clarification to the Project Plans, Specifications, and Special Provisions 1) Prime Contractor submitting bids for this project shall have an "A" or "B" license. This is to acknowledge receipt and review of Addendum Number One, dated December 28, 2015 Minako America Corporation DBA Minco Construction Company Name 01/12/16 Date H Mina, President All bidders must acknowledge and include the receipt of this Addendum with your bid proposal Bid Bond Bid Bond Number CSBA-1037 CONTRACTOR (Name, legal status and address) Minako America Corporation dba Minco Construction 522 E Airline Way Gardena, CA 90248 OWNER (Name, legal status and address) City of Huntington Beach 2000 Mann Street Huntington Beach, CA 92648 SURETY (Name, legal status and pnnapal place of business) Travelers Casualty and Surety Company of America 21688 Gateway Center Dr Diamond Bar, CA 91765 BOND AMOUNT Ten Percent (10 %) of Amount Bid PROJECT Main Promenade Parking Structure Improvements CC No 1534 This document has important legal consequences Consultation with An attorney is encouraged with respect its completion or modification Any singular reference to Contractor, Surety, Owner or other party shall be considered Plural where applicable Project Number, of any - The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein The conditions of this Bond are such that of the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and maternal furnished in the prosecution thereof, or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner 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 The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted here from and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond Signed and sealed this 8th day of January. 2016 Minako America Corporation dba Minco Construction (Pnnczpal) (Witness) RAAF v T1101gf6SS1 A/V (Seal) i raveie L-aSUa1tV ana curery t-oMany or America /0� I (Surety)V-" (Seal) (Witness) Kan Bztto V g etle) Ammo Ayala, Attom71�/" By arrangement with the American Institute of Architects, the National Association of Surety Bond Producers (NASBP) (www nasbp ora) makes this form document available to its members, affiliates, and t associates in Microsoft Word format for use in the regular course of surety business NASBP vouches that the original text of this document conforms exactly to the text in AIA Document A310-2010, Bid Bond Subsequent modifications may be made to the original text of this document by users, so careful review of its wording and consultation with an attorney are encouraged before its completion, execution or acceptance CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document State of California County of Orange On 01/08/2016 before me, personally appeared Arturo Ayala Karen L Ritto , Notary Public who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument I certify under PENALTY OF PERJURY under the laws of the state of California that the foregoing paragraph is true and correct +. KAREN L RITTO COMM #2138527 M WITNESS hand and official seal 4 "" Notary Public -California � 1 ORANGE COUNTY ¢. `....... My Comm Expires Dec 30, 2019 411A Sign e of ary OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER ❑ PARTNER(S) ❑ MEMBER of LLC ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR OTHER DESCRIPTION OF ATTACHED DOCUMENT Bid Bond Title or Type of Document One Number of Pages 01 /08/2016 Date of Document SIGNER IS REPRESENTING Signer(s) other than named above NAME OF PERSON(S) OR ENTITY(IES) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document State of California County of Los Angeles ) On 01/12/16 before me, Raffi Varooj Thomassian, Notary Public Date Here Insert Name and Title of the Officer personally appeared Refaat H Mina Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(e) whose name(q) is/a;e subscribed to the within instrument and acknowledged to me that he/s44e/#+ey+ executed the same in his/Fier/therr authorized capacity(res), and that by his/hw/tktefr signature(s) on the instrument the person(@), or the entity upon behalf of which the persons) acted, executed the instrument RACFI VPROOJ THOMASSIAN ��.:¢''�. Commission # 1975125 z a Notary Public - California z Z �j`' Los Anqeles County D My Comm Expires May 12, 2016 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct WITNESS my hand and official seal Signature Si nature ohV66ary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document Description of Attached Document Title or Type of Document Bid Bond Document Date 01/08/16 Number of Pages One Signer(s) Other Than Named Above No other signers Capacity(ies) Claimed by Signer(s) Signer's Name Refaat H Mina © Corporate Officer — Title(s) President ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other Signer Is Representing Signer's Name ❑ Corporate Officer — Title(s) © Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other Signer Is Representing THE RED BORDER Aftk POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc Travelers Casualty and Surety Company of America St Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St Paul Guardian Insurance Company Attorney -In Fact No 228109 Certificate No 006361371 KNOW ALL MEN BY THESE PRESENTS That Farmington Casualty Company, St Paul Fire and Manne Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc , is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Daniel Huc kabay, Arturo Ayala, Dwight Reilly, and Andrew Waterbury of the City of Orange , State of California , their true and lawful Attorney(s)-m-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law IN WITNFSJS may WHEREOF, the Comp ibe ave caused this instrument to be signed and their corporate seals to be hereto affixed, this day of , Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc St Paul Fire and Marine Insurance Company St Paul Guardian Insurance Company I 1 th St Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company 1�SU FIRE I Jt• A ?�Ir rL '� 6y' @^li NSG9 p�1NSUgq� 3J'` ryp �L /�l/�,_p'�5�\_Y\ ��jj''•vJ � 1 9 81�' O � 19� wcomroiri�`� � - m � lCOR PyRA>F'm i j�Q �pPPORAlp n . a HARTFORD 9s 3 1NHIFdRD,' � O 1896 Sbq •� S'+D 1951 ti®o i SEALi f ; d SEAL n E %� ,%£ ifs ry • a� d �� m:: �f L lsw' A S S • dad rbt aN�a �.ra r AN1S;Ep State of Connecticut City of Hartford ss By le5�x Robert L Raney, enmr Vice President th On this the I 1 day of May 2015 before me personally appeared Robert L Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc , St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer p,TET In Witness Whereof, I hereunto set my hand and official seal My Commission expires the 30th day of June, 2016 p�G * Mane C Tetreault, Notary Public 58440-8-12 Printed in U S A WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER City of Huntington Beach 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachea.gov Office of the City Clerk Joan L. Flynn, City Clerk April 1, 2016 M S Construction 32565 B Golden Lantern #475 Dana Point, CA 92629 RE Main Promenade Parking Structure Improvements — CC-1534 Enclosed please find your original bid bond for CC-1534 Sincerely, Joan L Flynn, CIVIC City Clerk JF pe Enclosure Sister Cities Anjo, Japan ♦ Waitakere, New Zealand M S CONSTRUCTION MGMNT GROUP 32565 B Goiden Lantern 9475 Dana Point Ca 92629 ii i-ta L l 4 L U 2010 JAN 12 PI-1 I: 54 �. i i y r rti�5 TUs GG 141)0. /S3 `� tot Z.5 wl� SECTION C PROPOSAL for the construction of MAIN PROMENADE PARKING STRUCTURE IMPROVEMENTS CC No. 1534 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 85 working days, starting from the date of the Notice to Proceed BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, findin the amount of AO / oMb 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 for % ", as the case may be) Any standard Surety Bid Bond form is acceptable Bidder shall signify receipt of all Addenda here, if any- / Addenda No. Daie Received ' ' ° " " _ ' der's S nature SECTION C2.1 — PROJECT BID SCHEDULE C2.1 LIST OF UNIT PRICES WORK ITEM DESCRIPTION UNITS QUANTITY UNIT PRICE EXTENSION 10 GENERAL REQUIREMENTS 1 1 Pro ect Mobilization L S 1 3 e6o $ 12 Concrete Formwork Incidental 1 3 Concrete Shores and Reshores Incidental 14 Concrete Reinforcement Incidental 1 5 Temporary Si na a Incidental PART II: CONCRETE FLOOR / CEILING SURFACES 20 FLOOR SURFACE PREPARATION 26 1 Floor Preparation - Traffic Topping / Membrane Removal S F 25000 $ 4'06 3.0 CONCRETE FLOOR REPAIR 31 Floor Repair - Partial Depth / Shallow S F 400 44 $ 33 Floor Repair - Full Depth S F 100 Zo ( $ o 35 Floor Repair - Slab Replacement S O G S F 250 3 $ 60 40 CONCRETE CEILING REPAIR 41 Ceiling Repair - Partial Depth / Shallow S F 300 s $ 00 43 Ceiling Repair - Remove Loose Concrete L S 1 2 Y6 $ 06AO' PART III: STRUCTURAL CONCRETE FRAME REPAIRS so CONCRETE BEAM AND JOIST REPAIR 51 Beam Repair - Partial Depth / Shallow S F 20 $ 3.06 57 Beam Repair - Grout Pockets S F 100 t/i' $ / do 60 CONCRETE COLUMN REPAIR 61 Column Repair - Partial Depth / Shallow S F 50 $ 9- Yff -.0 70 CONCRETE WALL REPAIR 71 Wall Repair - Partial Depth / Shallow S F 25 $ 6 72 Wall Repair - Partial Depth / Deep SF 10 Zp $ Z 0/ O 100 EXPANSION JOINT REPAIR AND REPLACEMENT 106 Expansion Joint - Silicone Seal L F 300 Zf- $ p6 11.0 CRACK AND JOINT REPAIR 11 1 Rout & Seal Cracks and Joints L F 2000 7_ 0 $ 4',- /d 11 2 Repair Crack / Joint Sealant L F 2200 r 9T $ Z .IG,rd 11 3 Vertical Joint Sealant L F 150 / . S $ Z 11 5 E xy injection L F 750 $ 11 7 1 Cove Sealant I L F 1 23001 1 $ //; f/y I� C2 1-1 160 TRAFFIC TOPPING 161 Traffic Topping - Vehicular S F 90500 S 6 0 $ XoC oa 164 Traffic Topping - Recoat Partial System) S F 350 S,4,0 $ O 21.0 PIT SYSTEM REPAIR - MONOSTRAND 21 1 Inspect P/T Tendon Anchorage EA 2 S60 $ Z 8 21 2 Protect Exposed P/T Tendons L F 10 $ G$o 216 Tendon Splice Coupling Center -Pull EA 2 Z $ p� 21 7 Tendon Splice Coupling (Single) EA 2 L $ o 21 9 P!T Tendon Material L F 20 0 $ 24.0 SPECIAL P/T REPAIR SYSTEMS 241 Barrier Cable - Tighten Cables EA 63 $ 2 242 Barrier Cable - Replace Damaged Cable L F 5000 , SO $ 0 PART VII: MECHANICAL / ELECTRICAL SYSTEMS 26.0 MECHANICAL - DRAINAGE 252 Mechanical - Supplementary Floor Drams EA 1 253 Mechanical - Pipe and Hangers L F 25 fto $ O 27.0 MECHANICAL - HVAC 271 Re air / Replace Damaged HVAC Duct EA 11 Z O $ 272 Re air / Replace Damaged HVAC Duct EA 21 $ 3 09 273 Repair / Replace Damaged HVAC Duct EA 1 3 00 $ O 274 Repair / Replace Damaged HVAC Duct EA 1 Go $ ,60 PART VIII: ARCHITECTURAL REPAIRS 35.0 BRICK / MASONRY REPAIRS 35 2 Ma onry Unit Repair / Replacement SF 100 F3 $ G a 353 Masonry Unit Repair Capstone L F 50 S'Z $ Z Ld 0 PART IX: METALWORK 41.0 STEEL STAIRS 411 Replace Stair Treads - Precast Performance Design L S 1 00 0-00 $ yo bOG 412 Replace Stair Treads EA 60 y $ -7,0;7-9 o 41 2A Replace Stair Treads -Starter Tread EA 7 0 $ 413 Paint Hand Stringers and Handrail L S 1 1 6 X,4400 $ 6d6 414 Replace Landing -CIP Metal Pan EA 7 74 0 $ Z 430 MISCELLANEOUS METALS 432 Repair Hand Rail L S $ gC 434 6" Bollard - New EA 52 $ ./p 435 6" Bollard - Remove and Replace EA 7 L12 $ S" go 460 PAINTING 451 Paint Traffic Markings L S 1 7- d$ 2lr a 45 2 Paint Concrete Columns - Elastomenc EA 14 $ a g 454 Paint Slab Edge - Elastomenc LF 1760 $ 0 0 455 Paint Top Level Stub Columns - Elastomenc EA 4 $ ,! 456 1 Paint Structural Steel L S 1 1 ,mod O $ 3 Q C2 1-2 73.0 FLASHING 73 1 Wall Flashing - Metal LF 110 D $ 3' 4 732 Wall Flashing — Metal I EA 1 2 $ 6� 84.0 EIFS FACADE 841 Repair Existing EIFS Cladding I SF 110 $ 0,30 842 Repair EIFS Cracks LF 50 1 $ pQ 950 DOORS AND WINDOWS 951 Re -anchor Faux Window Frame EA 30 6 $ BASE BID TOTAL E$/ / fig 1 State BASE BID cost, which will be the basis of award lvsne o/Ie r Z11,an eAe gthd,-,Z 4rX&Al;ge- -rC ��oll��(m words) C2.1 LIST OF ALTERNATES A This Section identifies potential changes in the work under consideration for this contract The Owner reserves the right to accept any or all of the listed Alternates, regardless of the order of their listing B For each of the Alternates listed below, state the total amount to be added to, or deducted from, the total contract amount if the individual Alternate is selected for inclusion in the contract scope Amount shown shall include all costs to perform the Work, no extras will be permitted for failure to consider such items as extra permits, overtime, weather protection, etc Painting Ceilings and Columns State added cost to paint all unpainted concrete ceilings and columns on all levels Refer to Section 09900 Painting for Materials and Other Requirements two At IrW ,P`Dollars (in words) ($ %iVzjz4 Doi (numbers) Submitted By Type or print firm name . 41--i •cam C2 1-3 0 6, CowMoW *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 or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid Name and Address of State Class DIR Dollar % of Item(s) Subcontractor License Number ' Amount = Contract Number 6,3�1/i;� 7 /�stGilec � Pia�j Z-g yS 3 Z a57-57- lo�z86� i °t l (6 $ �l4Y /9 to G;rcle f3343G 14s°'v g0�001d Co/art c y eo 7 L yS, Z , 46, q �lS,b ys 7r.3¢vJ. v u-tJ-1e13rW /1 vS /�^Sto brn.+�lC Coruta.� Gt� ci �8z �3 ? /ooufT� Z��Gbd Ko 1940 P 54v. zl^lo4,wt 161- d ^;q f 4..A L..�d.e44 By submission of this proposal, the Bidder certifies: That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBNHTTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on /"`� Date City State being first duly sworn, deposes and sa s that he or she is ofe 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. Signature of Bidder Id4,j L�TGgj 1q'7-S-- ��h✓A �oia i G,��-• �j2G21 Address of Bidder C-4 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the MAIN PROMENADE PARKING STRUCTURE IMPROVEMENTS, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows. "Qualified Person: A person who, by reason of experience or Instruction, is familiar with the operation to be performed and the hazards Involved " The undersigned also promised and agrees that all such work shall be performed to 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 1114 zo_g. 6A:�f Contractor By / '` "/P / Title C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation ❑ Yes XNo If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date I /,u bk ��?g �% /�104,&/7 4, Contractor 10, By C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder Name _ --b-s6so Zih7i4o J -,# 47 Business Address City, State Zip Telephone Number A B, /M� State Contractor's License No and Class Al.'4'/ lg1d Original Date Issued Expiration Date The work site was inspected by � f /h ,of our office on 1,24 201.5' The following are persons, firms, and corporations having a principal interest in this proposal The undersigned is prepared to satisfy the Council financially or otherwise, to perform the contract accordance with the plans %d §pecifications setfj� Signature of Bidder or Typed Signature Subscribed and sworn to before me this _ day of NOTARY PUBLIC he City of Huntington Beach of its ability, the proposed work and improvements in %. 4124 flG14 do 111 mo„T NOTARY SEAL C-8 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the Individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document State of California County of LOS ANGELES On 12/30/2015 Date before me, PHILIP VEGA, NOTARY PUBLIC Here Insert Name and Title of the Officer personally appeared MIKE SAGHAFI Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the personK whose name( is/M subscribed to the within Instrument and acknowledged to me that he/ske/tT W executed the same in his/Ptsr,/thw authorized capacity(It- and that by his/he;ftso K signatureN on the instrument the person()., or the entity upon behalf of which the personT* acted, executed the instrument. PHILIP VEGA o COMM # 1977088 1 v~i a N07ARY PUBLIC CALIFORNIA LOSANGELESCOUN7Y MY Comm Expires MAY 312016 certify under PENALTY OF PERJU Y under the laws of the State of California that th oregoing paragraph is true and correct ,1 WITNESS my hand aneial seal Signature ture of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document Description of Attached Document Title or Type of Document Number of Pages Document Date Signer(s) Other Than Named Above Capacity(ies) Claimed by Signer(s) Signer's Name ❑ Corporate Officer — Title(s) ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other Signer Is Representing Signer's Name ❑ Corporate Officer — Title(s) ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other Signer Is Representing c�'�'`>'�il`�iK'�C%�'k�o�"�zH rtryrvniv-�vro�o�c.�uorvozv�rrtrn � ©2014 National Notary Association - www NationalNotaryorg - 1-800-US NOTARY (1-800-876-6827) Item #5907 Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years. Name and Address of Public Agency 2 Name and Telephone No of Project Manager. Contract Amount Type of Work Date Completed Provide additional project description to show similar work Name and Address of Public Agency Name and Telephone No of Project Manager Contract Amount Type of Work Date Completed Provide additional project description to show similar work. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Provide additional project description to show similar work: C-9 M.S. CONSTRUCTION MGMNT. GROUP "List of Protects under construction" As of 12131115 Monrovia Station Sauare Public Improvements - On Site Proiect- "A" License Owner City Of Monrovia Project description- Construction of a new Amphitheater, including a restroom building, Water features, and an outdoor plaza, at the newly constructed Metro Gold line Station in City of Monrovia. Contract Duration- 360 days Completion Date 99% completed Contract Amount* $6,225,499 Contact Person Mr. Greg Ripperger (626)357-0588 Email: gipperger@civiltec.com "List of Protects Completed" 1 Knickerbocker Creek Trail Project Owner: City of Big Bear Lake- "A" License Project description: Construction of a new bike and walking trail along the existing Water Creek Contract Duration. 180 days Completion Date. April 15, 2015 Contract Amount: $ 1,424,998 Contact Person: Mr. Joe Cylwik (909)866-5831 Email- Icylwickkcityofbigbearlake.com 2 Riverside Downtown Secunty Operations Control Center Owner Riverside County Transportation Commission- "A" License Project description Construction of a new Security Operation Center building Contract Duration 120 days Completion Date June 30, 2015 Contract Amount* $ 1,879,743 Contact Person. Mr. Parrish Dyer (949)241-7381 Email: parrish dyer@abacus abengoa.com Page 2 "List of Protects Completed" Continued 3 Seismic Retrofit - Phase I -Duncan Road Bridge, Goss Road (Goodwin Drive) Bridge, Maple Avenue Bridge, Mesquite Street Bridge, and Ranchero Road Bridge- "A" License Owner: State of California - Department of Water Resources Project description Seismic repair of 5 separate bridges over the California Contract Duration: Completion Date: Contract Amount. Contact Person Aqueduct in Hesperia California 190 days April 8, 2015 $ 1,564,041 Mr. Nady Said (661)944-8528 Email- Nady Said(a,water ca.gov 4. Inland Empire Headquarter building Central Plant Improvements - "A" License Owner Inland Empire Utility Agency Project description- Central Plant Mechanical improvements including Chiller system, Boiler system, pipeline, underground electrical duct bank, structural steel supports, Rough and finish Grading, Site improvements, etc. Contract Duration: 345 days Completion Date- June 30, 2014 Contract Amount: $1,951,731 Contact Person. Mr Gary Dix (909)993-1670 email: gdixgieua org 5 San Gorgonio High School Modernization Phase 2 - "B" License Owner: San Bernardino City Unified School District Project description: High School Modernization, including some Rough & finish grading Contract Duration:194 days Completion Date: October 13, 2014 Contract Amount $1,642,689 Contact Person: Mr Troy Shandy (909)361-0541 email: Troy. Shandyna,sbcusd.k12 ca.us Page 3 "List of Proiects Completed" Continued 6 Valencia Water Reclamation plant Emergency Generator - "A" License Owner: Los Angeles County Sanitation District Project description. Construction of foundation platform for new high voltage transformers and 2500-KW Emergency Generator. Removal of existing 10,000 underground diesel tank Installation of new above ground tank and fueling station Underground electrical and installation of new outdoor Power Switchboards. Contract Duration 180 days Completion Date October, 20, 2014 Contract Amount: $3,027,419 Contact Person: Mr. Jack Shinan (626)962-8605 email. jshinan@lacsd org 7 Wilson Elementary School Modernization Phase 2 - "B" License Owner- Santa Ana Unified School District Project description Demolition of existing grass field, and concrete structures. Rough and finish grading, construction of a new parking lot Construction of CIP concrete retaining wall, and related handicapped ramps, etc Contract Duration. 55 days Completion Date- August 17, 2013 Contract Amount. $1,100,000 Contact Person- Mr Greg English (714)808-3232 email- GEn lg ish@Balfourbeattyus.com 8 Greenville Elementary School Modernization Phase 2 - "B" License Owner Santa Ana Unified School District Project description- Elementary School Modernization, including some Rough & finish grading Contract Duration 55 days Completion Date: August 17, 2013 Contract Amount $1,297,872 Contact Person: Mr. Greg English (714)808-3232 email GEn lg ishgBalfourbeattyus com Page 4 "List of Proiects Completed" Continued 9. Metrolink Maintenance Support Facility - "B" License Owner: Southern California Regional Railroad Authonty Project description: Design Build TI construction including Mechanical and electrical at an existing warehouse building creating office spaces The project included Rough and finish Grading, Site improvements, and Tenant improvement Contract Duration 270 days Completion Date: June 30, 2013 Contract Amount $2,177,096 Contact Person: Ms. Lia McNeil-Kakans (213)452-0237 email mcneill@scrra net 10 John Adams Elementary School Modernization - "B" License Owner: Santa Ana Unified School District Project description Elementary School Modernization, including some Rough & finish grading Contract Duration. 56 days Completion Date: August 10, 2012 Contract Amount $1,149,500 Contact Person: Mr David Amundson (949)261-5100 email- damundsonRcwdriver com 11. Taft Elementary School Modernization - "B" License Owner Santa Ana Unified School District Project description. Elementary School Moderruzation Contract Duration. 56 days Completion Date. August 10, 2012 Contract Amount- $1,244,975 Contact Person: Mr. David Amundson (949)261-5100 email damundson(a-cwdriver com 12. Sierra Preuaratory Academv Modernization - "B" License Owner: Santa Ana Unified School District Project description. Elementary School Moderruzation Contract Duration: 56 days Completion Date August 10, 2012 Contract Amount- $1,197,292 Contact Person. Mr Tom Haney (949)261-5100 email. thaney .cwdriver com Pale 5 "List of Projects Completed" Continued 13. Katella Ave. Smart Street Improvements - "A" License Owner. County of Orange Department of Public Works Project description: Road widening of Katella Ave Rough and finish Grading, Installation of Masonry sound wall, Storm drain RCB's, including underground utilities, etc. Contract Duration 220 days Completion Date April 2012 Contract Amount- $8,239,000 Contact Person: Mr. Chris Kubasek (714)567-7832 email: chris kubasek@ocpw oc og v.com 14 Sultana -Cypress Storm Drain Phase IIB - "A" License Owner. County of San Bernardino Department of Public Works Project description: Rough and finish Grading, Construction of 1200 lineal feet of open concrete channel. Installation of storm drain RCB's, including underground utilities Contract Duration 120 days Completion Date January 2011 Contract Amount: $4,999,550 Contact Person: Mr Sri (909)387-7935 email: ssnralangdpw.sbcounty.gov 15 Palmdale Water Reclamation plant 12/4-KV Power Service - "A & B" License Owner Los Angeles County Sanitation District Project description: Rough and finish Grading, Construction of new masonry building, and foundation platform for new high voltage transformers. Underground electrical and installation of 12/4- KV power Substation Contract Duration 200 days Completion Date November 2011 Contract Amount $1,313,616 Contact Person- Mr. James Kahle (626)962-8605 email: jkahleglacsd.org 16 Little Hollvwood Affordable Housing Proiect - "A & B" License Owner- City of San Juan Capistrano Project description. Massive grading of a vacant land, construction of all the infrastructure including underground utilities, construction of roadway, and installation of 10 manufactured homes on new foundation Contract Duration 180 days Completion Date November 2009 Contract Amount $2,108,279 Contact Person Ms. Laura Stokes (949)443-6313 email: lstokesgsanjuancMistrano org Page 6 "List of Projects Completed" Continued 17. Riverside Parkiniz Structure # 1 &2 Repair, Improvements - "A & B" License Owner: City of Riverside, Dept. Of Public Works Project description: Repair, Improvements, and Fagade Replacement of Two existing Parking Structures Contract Duration 180 days Completion Date July 2, 2009 Contract Amount. $5,057,308 Contact Person. Ms. Kris Martinez (951)826-5341 email. kmartmez@riversideca gov 18. Cresthne Sanitation District office expansion and modernization - "A & B" License Owner: County of San Bernardino, Special District Office Project description: Construction of a new two story prefabricated steel building, and renovation of the existing building Contract Duration. 190 days Completion Date: June 15, 2009 Contract Amount $1,693,736 Contact Person. Mr. James Oravets (909)387-5940 email joravets@sdd.sbcounty.gov 19 Ontario Quiet Home Project — Group 6.2 Owner. City of Ontario, Housing Department - "B" License Project description- Sound insulation of 58 single family homes Contract Duration. 260 days Completion Date. May 30, 2008 Contract Amount: $1,771,252 Contact Person Mr. Sigfrido Rivers (909)395-2291 email: srivera e ci.ontario.ca us 20. Riverside Drive Storm Drain Project - "A" License Owner: City Of Chino, Dept Of Public Works Project description: Rough and finish Grading, Installation of 72" to 84" storm drain system Contract Duration: 180 days Completion Date: April 30, 2007 Contract Amount: $3,293,800 Contact Person: Ms. Imani (909)464-8367 email mmani e,cityofchino.org Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 14 Name of proposed Project Manager Telephone No. of proposed Project Manager: 1 6151 ) -7hZ— .2V 4 �foVAel X SPFi �.�y✓&I-4 � � 22,5A 1 /►�f.,11101 J �•� 0,'sa ��A.��- `ly 1, 4wl/Wf�v-;) Project Name & Contract Amount Type of Work Date Completed Lr�,7 �rt�scl (S82 jt�a) I�S6N,o4( ,�Ecsrrj4 12�i�ai ;T 5�1,�1gyQ, q%S J Project Name & Contract Amount Type of Work Date Completed L OS,aS'b3o8 Project Name & Contract Amount Type of Work Name of proposed Superintendent Date Completed 8/J0%2 Telephone No of proposed Superintendent (,2/ 3) 304 _ 107`t AYOV/ZO ✓ 4 -:V-di-id u v # 6i 22-S, II r4W 4old 1 y, off„( e1w 2* `f -1*/ �p if i �j Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Date Completed V*J(40w,4on;o II•S. I'I'lo0f.2N;�c1%�rh. 1$Ij6'/2-i61J IMIt Project Name & Contract Amount Type of Work Date Completed C—l0 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771.1(a)), passed by the California State Senate on June 20, 2014, established a new public works Contractor Registration Program, which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations (DIR) Currently the annual non-refundable registration fee for Contractors is $300 Each contractor to whom a public works contract has been awarded shall sign the following certificate DIR FACT SHEET on SB 854 http //www dir ca.gov/DLSE/PublicWorks/SB854FactSheet-6.30.14 pdf DIR's Contractor Registration Link — Call (844) 522-6734 https:Hefiling.dir.ca gov/PWCR/ActionServlet?action=displayPWCRegistrationForm DIR's Contractor Registration searchable database- https:Hefiling.dir.ca.gov/PWCP,/Search action I am aware and will comply with the provisions of Labor Code Section 1771.1(a) which states - "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103 5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725 5 at the time the contract is awarded." I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid Date / AL16 DIR#. /voo0/So3-- lze,_-5 , 414,e Contractor By Title D-11 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For HMAIN PROMENADE PARKING STRUCTURE IMPROVEMENTS CC NO. 1534 in the CITY OF HUNTINGTON BEACH December 28, 2015 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) Prime Contractor submitting bids for this project shall have an "A" or "B" license This is to acknowledge receipt and review of Addendum Number One, dated DecemJ�¢r 28, 2015. // Compan Narile B Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. BID BOND KNOW ALL BY THESE PRESENTS, That we, M S CONSTRUCTION MANAGEMENT GROUP of 32565E GOLDEN LANTERN SUITE 475 DANA POINT, CA 92629 (hereinafter called the Principal), asPiincipal, and ALLIED WORLD INSURANCE COMPANY (hereinafter called the Surety), as Surety are held and firmly bound unto CITY OF HUNTINGTON BEACH (hereinafter called die Obligee) in the penal sum of TEN PERCENT OF AMOUNT BID Dollars ($ 10% ) for the payment of which the Principal and the Surety bind themselves, their hefts, executors, administrators, successors and assigns, jointly and severally, firnily by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That WHEREAS, the Principal has submitted or is about to submit a proposal to the Obligee on a contract for MAIN PROMENADE PARKING STRUCTURE NOW, THEREFORE, if the said Contract be timely awarded to the Principal and the Principal shall, within such time as may be specified, enter into the Contract in writing, and give bond, if bond is required, with surety acceptable to the Obligee for the faithful performance of the said Contract, then this obligation shall be void, otherwise to remain in full force and effect Signed and sealed this 30TH day of DECEMBER Witness MS �.z ,2015 ALLIED WORL Witness By GROUP (Seal) Principal p COMPANY Httomey-in-Fact Allied World Surety Division of Allied World Insurance Company 30 S 17`h St, Suite 810 Philadelphia, PA 19103 MI&VAII/-M1ZI71I11111 T111► -sm Issue Date December 9, ,2015 No 27948-A1032 Smgle Transaction Limit $10,000,000 KNOW ALL MEN, BY THESE PRESENTS. Allied World Insurance Company, a New Hampshire corporation (the "Company') does hereby appoint NAME(s) Philip E Vega Britton Christiansen Myrna Smith FIRM Contractors & Developers Bonding 534 East Badillo Street Covina, CA 91723 Its true and lawful Attomey(s)-in-Fact, with full authority to execute on its behalf bonds, undertakings, reoognizances and other contracts of Indemnity and writings obligatory in the nature thereof, Issued in the course of Its business, and to bind the Company thereby This Power of Attorney shall remain in full force and effect for one year from the issued date above -referenced and shall expire on close of business of the first anniversary of such Issue Date IN WITNESS WHEREOF, ALLIED WORLD INSURANCE COMPANY has caused these presents to be executed by the officer named below, who is duly authorized and empowered to execute on the Company's behalf This 9th day of December, 2015 COMM10++w¢ALYNOfSENWLYLVAWA NOTARIAL L al� �. - �zu��r3*1£:.E.f l,Nt �fdalwry Pak City of F?WwWoia, T-hiib Caum Any Corti 'itse-wri e.�Km Aug6tEt `, �1SEt Title Senior Vice President -Surety State of Pennsylvania ) County of Philadelphia )SS On this 9th day of December, 2015, before me came the above -named officer of ALLIED WORLD INSURANCE COMPANY, to me personally known to be the indivitival and officer described herein, and acknowledged that he executed the foregoing instrument and Notary affixed the seals of said corporation thereto by authority of his office My Commission Expires 08/05/2018 CERTIFICATE Excerpt of Resolution adopted by the Board of Directors of the ALLIED WORLD INSURANCE COMPANY (the "Corporation"), on December 31, 2012 RESOLVED, that the proper officers of the Corporation, the head of the surety business line for the Corporation and their appointed designees (each an "Authorized Officer and oollectrvely, the "Authonzed Officers") be, and each hereby is, authorized to appoint one or more Attomeys-in-Fad to represent and act for and on behalf of the Corporabon in the transaction of the Company's surety business to execute (under the common seal of the Corporation, lappropnate) bonds, undertakings, recogn¢ances and othercenLrads of indemnity and writings obligatory in the nature thereof RESOLVED, that in connection with the Corporation's transaction of surety business, the signatures and attestations of the Authorized Officers and the seal of the Corporation may be affixed to any such Power of Attorney or to any cedificate relating thereto by facsimile, and any such Power of Attorney or certificate beanng such facsimile signatures or facsimile seal shall be valid and binding upon the Corporation when so affixed with respect to any bond, undertaking, recognizance or other contract of indemnify orwnting obligatoryin the nature thereof RESOLVED, that in connection with the Corporation's transacton of surety business, the facsimile or mechanically reproduced signature of any Authorized Officer, whether made heretofore or hereafter, wherever appeanng upon a copy of any Power of Attomey of the Corporation, with signatures affixed as next above noted, shall be valid and binding upon the Corporation with the same force and effect as though manually affixed RESOLVED, that in connection with the Corporation's transaction of surety business, any such Attomeyan-Fad derivenng a secretanal or other ceitficabon that the foregoing resolutions still be in effect may insert in such certficabon the date thereof, said date to be not later than the date of delKery thereof by such AttometHn-Fact RESOLVED, that the Authorized Officers be, and each hereby is, authorized to execute (under the common seal of the Corporation, if appropnate), make, file and deliver in the name and on behalf of the Corporation any and all consents, certificates, agreements, amendments, supplements, instruments and other documents whatsoever, and do any and all other things whatsoever in connection with the Corporation's transaction of surety business, as such Authonzed Officer shall in his or her absolute discretion deem or determine appropriate and any of the foregoing resolutions, the transactions contemplated thereby and any ancillary matters thereto and/or to carry out the purposes and intent thereof, such deeming or determination to be conclusivelyewdenced by any such execution or the taking of any such action by such Authonzed Officer I, Timothy J Curry, Secretary of the ALLIED WORLD INSURANCE COMPANY, do hereby certify that the foregoing excerpts of Resolution adopted by the Board of Directors of this corporation, and the Power of Attorney issued pursuant thereto, are true and correct, and that both the Resolution and the Power of Attorney are in full force and effect IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of the corporation, this '^day of embc r 2015 Timothy Curry, Secretary SUR 00046 00(3/2013) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document State of California County of ��W9e9MVV G 70 Date personally appeared before me, Monica Blaisdell, Notary Public Philip E Vega Here Insert Name and Tale of the Officer Name(s) of SIgner(s) who proved to me on the basis of satisfactory evidence to be the person(a) whose name(s) is/Are subscribed to the within instrument and acknowledged to me that he/XX/ttrey executed the same in his/9iaX/ authorized capacity(pws and that by his/P,YMXsignature(s) on the instrument the person), or the entity upon behalf of which the person( acted, executed the instrument MONICA BLAISDELL Commrssl C on A 1970846 rNolary public aldorma y Z ` i orange County My Comm Expnes Mar 26 20161 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct WITNESS my hand and official seal Signature AM -.11 Signature of Notary PUblIC CALIFORNIA-. •. a.��r v-• r c�•r'^ •r.. • -�:� v^.r.r u� •� • :'.v^c�•�:ro!� r.!r.r r�r--• � u^ v� �:�,-�.•rc"uc.,vc.,•rc...rc. �:�a^.�:i^:� � -�, A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document State of California County of LOS ANGELES On 12/30/2015 before me, PHILIP VEGA, NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared MIKE SAGHAFI Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the persons whose name( is/arm subscribed to the within instrument and acknowledged to me that he/sloe/fhey executed the same in his/hiWthar authorized capacity(IL%4 and that by his/he;/bie+; signature(. on the Instrument the personNI, or the entity upon behalf of which the personN acted, executed the instrument. PHILIP VEGA COMM # 1977088 cn NOTARY PUBLIC CALIFORNIA e LOS ANGELES COUNTY My Comm Expires MAY 312016 certify under PENALTY OF PERJURY under the laws of the State of California that th oregoing paragraph is true and correct A WITNESS my hand an¢",06SAl seal Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document Description of Attached Document Title or Type of Document Number of Pages Document Date, Signer(s) Other Than Named Above Capacity(ies) Claimed by Signer(s) Signer's Name ❑ Corporate Officer — Title(s) ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other - Signer Is Representing Signer's Name ❑ Corporate Officer — Title(s). ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other Signer Is Representing ©2014 National Notary Association • www.NationalNotary org • 1-800-US NOTARY (1-800-876-6827) Item #5907 City of Huntington Beach 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachca.gov Office of the City Clerk Joan L. Flynn, City Clerk April 1, 2016 Pub Construction, Inc 23441 Golden Springs Dr #104 Diamond Bar, CA 91765 RE Main Promenade Parking Structure Improvements— CC-1534 Enclosed please find your original bid bond for CC-1534 Sincerely, Joan L Flynn, CIVIC City Clerk JF pe Enclosure Sister Cities Anjo, Japan ♦ Waitakere, New Zealand PUB Construction, Inc 23441 Golden Springs Dr, #104 Diamond Bar, CA 91765 City of Huntington Beach City Clerk, Second Floor City Hall 2000 Main Street Huntington Beach, CA 92648 Main Promenade Parking Structure Improvements, CC No 1534 Bid Date & Time: January 12, 2016 @2PM n -e f1"z-`,``d.YE, tea`"a��an , �t� g'xg3;J�t�b. ' " "fir 'iti.ft s+`�,�#•�k+�� `� � i� Y � e+c , '�,� �.�,• _" Y �i 'w,es v"� '�+- � <,?;s�''. y y` ,s r a �-`� �? '` �^ ,2v_ =�"ap _per.. ���` '� ;:: a,g 3,•'"{.. i `fit c °"tq; �aR �' x t may., <"'_i > .`',.? w .l.i n_ 3., ff...... r.; 3 . _, •'�'° 'r�4 �.p '�C 4 �'§�S-is '9^ a,3, o+"PW - SZ `+kt ..., c,t:`a4`�-a .;y a"'^s"J'�\'^g .`=�~ ~�j �p;�MY'Ihrw aj'i"4+i✓tk,., p}4�a"°.ysa{Y2 R k PM`jxl;, �-�-r,3-s�..,"._"�x 7+ - „r i•`x �.w "gr-�.`�,/ (� -`��;�+' 41 r�49I fi[ �4r�;V/y @'�,l'�biA` •s_S ;=" `"''-'^'' '.�'+x'�`w'°"' o-r' 4i Y "" V' "TM's`gc ;`'LD,r '$&*„eay.. gC�/�ry-���,y pCIA'rti fti�-`.r'.; �' -`' i•FV21IN �.7 ;1 `, (6 �.GA7,n&.,:.., 'z ,v_i <a-:L-,; H'- �' ry'�436++` �� g z i ;'':'>,'n1zr'r.it - : "+='''+' `` a'?.�,,'ee. F`: +a#, *;$,`r. ','>''„`.!_-, `.i,'s�-a xr `'^qa, s^ - a'_ `_,.� .., .>* „ f rr...°n , d„ spa � r,rt'; �s>} � F g _ " T.,• 3�, >. a< '�€,�a,' _' 4".,i y-.a a'?'' _"4„` y `•-_ ; a �•m��'�'<��, F- '`�;���g-��,"�� e�*� �'�` +'+'':�� ✓fit' € �= ��aka "SEALED BID" yT``„''�,Af-:j'i ' N for MAIN PROMENADE PARKING STRUCTURE IMPRC CC No. 1534 in the CITY OF HUNTINGTON BEACH- DO NOT OPEN WITH R DELIVER T O THE OFFICE OF THE CITY CLERK 2000 M SECTION C PROPOSAL for the construction of MAIN PROMENADE PARKING STRUCTURE IMPROVEMENTS CC No. 1534 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 85 working days, starting from the date of the Notice to Proceed BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc , and will be guaranteed for a period of sixty days from the bid opening date If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void Accompanying this proposal of bid, find 610WZr!S IbM l in the amount oft Itl (v$�.50 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 for10% ", as the case may be) Any standard Surety Bid Bond form is acceptable Bidder shall signify receipt of all Addenda here, if any Addenda No. Date'Received B er's Signature -15 C-2 SECTION C2.1 - PROJECT BID SCHEDULE C2.1 LIST OF UNIT PRICES WORK ITEM I DESCRIPTION UNITS QUANTITY UNIT I PRICE EXTENSION 1 0 GENERAL REQUIREMENTS 1 1 Pro ect Mobilization L S 1 ''If81000 $ 00(7 °° 1 2 Concrete Formwork Incidental 1 3 Concrete Shores and Reshores Incidental 1 4 Concrete Reinforcement Incidental 1 5 Temporary Si na a Incidental PART II CONCRETE FLOOR / CEILING SURFACES 20 FLOOR SURFACE PREPARATION 26 1 Floor Preparation - Traffic Topping / Membrane Removal S F 25000 T 2 0 • 2 0� 30 CONCRETE FLOOR REPAIR 3 1 Floor Repair - Partial Depth / Shallow S F 400 I S DO $ (Q 00(c . ° 3 3 Floor Repair - Full Depth S F 100 I � 0 0 $ 3 5 Floor Re air - Slab Replacement S 0 G S F 250 IS.00 $ 41, S ()." 40 CONCRETE CEILING REPAIR 41 Ceiling Repair - Partial Depth / Shallow S F 300 11.00 $ 100. o 43 Ceiling Repair - Remove Loose Concrete I L S ij 2,50o Is 2 500. PART III STRUCTURAL CONCRETE FRAME REPAIRS 50 CONCRETE BEAM AND JOIST REPAIR 51 Beam Repair - Partial Depth / Shallow S F 20 I $ DO $ 31QD. °O 57 Beam Repair - Grout Pockets S F 100 9 . O $ 60 CONCRETE COLUMN REPAIR 6 1 Column Repair - Partial Depth / Shallow S F 50 l 00 $ Q00 70 CONCRETE WALL REPAIR 71 Wall Repair - Partial Depth / Shallow S F 25 15 00 $ 72 Wall Repair - Partial Depth / Deep S F 10 liz 00 $ t 100 EXPANSION JOINT REPAIR AND REPLACEMENT 106 Expansion Joint - Silicone Seal L F 300 2 56 $ O a o 11 0 CRACK AND JOINT REPAIR 11 1 Rout & Seal Cracks and Joints L F 2000 SO $ 0 0 Oa 11 2 Repair Crack / Joint Sealant L F 2200 3.SO $ 0(7 00 11 3 Vertical Joint Sealant L F 150 SO $ 3 i S °D 11 5 E oxy injection L F 750 .5 0 $ 4 5 • o 11 7 Cove Sealant L F 2300 $ C2 1-1 160 TRAFFIC TOPPING 16 1 Traffic Topping - Vehicular S F 90500 20 $ S 1001 16 4 Traffic To in - Recoat Partial System) S F 350 ZO $ 2 0 21 0 P/T SYSTEM REPAIR - MONOSTRAND 21 1 inspect P/T Tendon Anchorage EA 2 2 00 $ 00 21 2 Protect Exposed P/T Tendons L F 10 iDO $ 1.000 c)o 21 6 Tendon Splice Coupling Center -Pull EA 2 2,40() too O° 21 7 Tendon Splice Coupling (Single) EA 2 Z $ Q o0 go 21 9 P/T Tendon Material L F 20 $ I (' a O 240 SPECIAL P/T REPAIR SYSTEMS 24 1 Barrier Cable - Tighten Cables EA 63 00 $ 25 20D,00 242 Barrier Cable - Replace Damaged Cable L F 5000 a 1 $ 30 000 O° PART VII MECHANICAL / ELECTRICAL SYSTEMS 250 MECHANICAL - DRAINAGE 252 Mechanical - Supplementary Floor Drains EA 1 200 $ j 2,00 oa 253 Mechanical - Pipe and Hangers L F 25 t4 $ 0 aD 270 MECHANICAL - HVAC 271 Repair / Replace Damaged HVAC Duct EA 11 1 g 0'0 $ (q OC)f oz 272 Repair / Replace Damaged HVAC Duct EA 21 00 $ 3 W a° 273 Repair / Replace Damaged HVAC Duct EA 1 / OD $ v °° 274 Repair / Replace Damaged HVAC Duct EA $ , eO PART VIII ARCHITECTURAL REPAIRS 350 BRICK / MASONRY REPAIRS 352 MasonryUnit Repair / Replacement SF 100 Z $ d? CIO, °p 35 3 Masonr Unit Repair Capstone L F 50 3 $ v w PART IX METAL WORK 410 STEEL STAIRS 41 1 Replace Stair Treads - Precast Performance Design L S 1 1 0O0 $ I S, 0Go °D 41 2 Replace Stair Treads EA 60 te p O $ 000 °0 41 2A 41 3 Replace Stair Treads -Starter Tread Paint Hand Stringers and Handrail EA L S 7 1 / 2,0U p0 $ 9 140D- $ 0D 41 4 Replace Landing -CIP Metal Pan EA 7 2 a $ BO 430 MISCELLANEOUS METALS 432 Repair Hand Rail L S 1 Qv $ o0 434 6" Bollard - New EA 52 p $ ;t-qI7 ao 435 6" Bollard - Remove and Replace EA 7 $ a 00 450 PAINTING 451 Paint Traffic Markin s L S 1 Z 0 $ 2.2, ZOO °a 452 Paint Concrete Columns - Elastomenc EA 14 O $ Do 454 Paint Slab Edge - Elastomenc LF 1760 / 3 $ ° 45 5 Paint Top Level Stub Columns - Elastomenc EA 4 OO $ O °D 45 6 Paint Structural Steel L S 1 S 5 v a $$ 500.,9-11 C2 1-2 730 FLASHING 731 Wall Flashing — Metal LF 110 9 C) Is R,800 732 Wall Flashing — Metal EA 2 p $ q00, 0D 840 EIFS FACADE 841 Repair Existing EIFS Cladding S F 110 Q0 $ 13 2.00.00 842 Repair EIFS Cracks LF 50 $ Z 950 DOORS AND WINDOWS 951 Re -anchor Faux Window Frame EA 30 1 (e0 is 4 00. BASE BID TOTAL $ /' I &,, 0 State BASE BID cost, which will be the basis of award oyi.e mitum 0 -e Ho4redSitfem Thousand �Cilkl+ 11cth*0 gixfF Fw'e C2.1 LIST OF ALTERNATES lars (in words) A This Section identifies potential changes in the work under consideration for this contract The Owner reserves the right to accept any or all of the listed Alternates, regardless of the order of their listing B For each of the Alternates listed below, state the total amount to be added to, or deducted from, the total contract amount if the individual Alternate is selected for inclusion in the contract scope Amount shown shall include all costs to perform the Work, no extras will be permitted for failure to consider such items as extra permits, overtime, weather protection, etc 1 Painting Ceilings and Columns State added cost to paint all unpainted concrete ceilings and columns on all levels Refer to Section 09900 Painting for Materials and Other Requirements Two Ruvutr�,4 torf y once That O wU ifundre ollars (in words) ($ a a( I q20 ) (numbers) TWe_ / Submitted By Type or print firm name ?t.> cons -UC. i VY) Authorized Signature Date (-12--1(e C2 1-3 D rim LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor Bid Item(s) Name and Address of Subcontractor State License Number Class DIR Number Dollar Amount % of Contract pmr*nq J TO SbW PON K7 Care- WW?&Q •_ P.0. Bat 3 b�j '18$ gglp�%q 21,CI5 CSy- 1 1�ti3 i � 0fl0' tido 2(0 HV hC Ca•(•iforM,1 Ar Teeii)l''c- t a 'Io a A Iat' +� Spa 13(XQ Can � k, Cfc q�`81`��P CZ0 3� o���,`' ����up� • � .5 % By submission of this proposal, the Bidder certifies 1 That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing 2 That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on I -12-1(p, at pjd�►jmd B&r , Chi Date City State Chris Yl , being first duly sworn, deposes and says that he or she is P(6K:l4e * of 0AB e Iv>c . 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 Pue Cor&iyu rAi an, Inc . Name of Bidder — it Signa re of Bidder 4oldeh S�YI.nT, #lo`t Address of Bidder b16lgwv1J- Mr,CA `L[1(o5 C-4 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the MAIN PROMENADE PARKING STRUCTURE IMPROVEMENTS, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved " The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein Date I—Gl__[LIP C-5 PUB C'ay6+uC--hC)w Inc Contractor By Prc-�i Aer, A - Title DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, 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 ZN 0 1 IV'JVJQI 3110.11 VVIIMILULC: 31r11(LLUM- VI LIIIJ 4UC:JLIVI111(IIIC: C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract Date l - l 2 -1 CP C-7 ND C.opi.&i y cl ovi, Zn�. Contractor By prtosictery Title BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct Bidder Name 29441 C o�deh Spn�s �r ,�lo� Business Address Di aynon d P,a r CA ct l I l� 5 City, o State Zip (Cloal ) q SS -DIt q Telephone Number `l b(ee A, b, C15, C 33 c54 State Contractor's License No and Class 1-5-2000 Original Date Issued la -31-1 Expiration Date The work site was inspected by Pe t"W 1? IVtkh of our office on W- --PL-t , 2015 The following are persons, firms, and corporations having a principal interest in this proposal chn'S Yt - Pt'esi Aent ayis Yi —vice We&*rl�t Chrj S 'fi - 5-pero i-Ary Chn'S Yi - Trea surrelr The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth PU?> Cons-4 -uCf i o V1, IVIC Company Name Signature of Bidder Ck" S Yi Printed or Typed Signature Subscribed and sworn to before me this _ day of , 201_ NOTARY PUBLIC 0 j NOTARY SEAL C-s A notary public or other officer completing this certificate verifies only the Identity of the Individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document State of California County of LOS ANGELES Subscribed and sworn to (or affirmed) before me on this 12th day of January , 20 16, by Chris YI of Pub Construction, Inc. proved to me on the basis of satisfactory evidence to be the person(,"ho appeared before me KARAM CHUNG Commission # 1982656 z�_� Notary Public - California z Los Angeles County D ( My Comm Expires Jun I �Il ! re /� Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years 00 Pico 91V,4. Name and Address of public Agency Name and Telephone No of Project Manager PP-re-7- { 310- `f 34 -y % 3q # 1 / 12 9, Ooo I&Wth, OL, p hA if 1 �201 Contract Amount Type of Work Date Completed Provide additional pro ect descr ption to show similar work bean o . re cove Fa an c one re f-e as pka If , Ira if a cre of 1vuZ ;xv Pa rki lR & YU i re- A 70 y01 2 PDy1-O" 1A Pf ed ! cl OOl .DI b(Cf 1, PO S. Garet eve,, PoMPYut, c/- Il-7(b Name and Address of Public Agency Name and Telephone No of Project Manager KOYI aal- aq " 3 00 D oC) road w", pA,vi 1 /20! 4 Contract Amount Type of Work Date Completed Provide additional project description to show similar work :E xi- pv' the ry ad , Pa VI P%4 3 LDS_ Avqe f 4a De PQr+►n0if el 941;1(c w6yk" q66 S, f iyr loll f -Ave. Name and A dress of Public Agency AihGi PK1gr-Q, CA- q ( 03 Name and Telephone No of Project Manager , ; Vhl Lgoqfi (Q2ie - (el % -OS 493 S,00d nAM 5122O1S Contract Amount Type Ovf Work Date Completed Provide additional project description to show sinr filar work t � . conrr�te , -��`! — �d ztr` poi C-9 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years These projects do not have to be under the employment of the bidder of this project Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein A I-P,< Kai Name of proposed iject Manager Telephone No of proposed Project Manager ctoa-`t55-oft' Project Name & Contract Amount Type of Work VDate Completed L9VM+e., S MC BunA t ?xrKr,,A fiat jI,1284w �emy,,r e�,an�duru�i�v► I/�Dl y Project Name '& Contract Amount Type of Work Date Completed Zuyr,a Beac+i * U41, 29q-12 C&AcP+&, ar,,?k&H- 5 /Zo 13 Project Name & Contract Amount Type of Work Date Completed Yovni Ki k, Jug Name ofproposed Superintendent Telephone No of proposed Superintendent qoq— q5,5 --olg 7 h St 6)I 41431,DOU rO"zEAM-'',kIV-t' 4 1/a-014 Project Name & Contract Amount Type of Work " Date Completed fan 13jo4' WXh LWrWefteY. ids oaf aaui , 6VnA �/2015 Project Name & Contract Amount Type of Work Date Completed Ri v 1-Faqdo IE -. scc+1941 pv+1u!yX Wails 41W,01 3 cr2�e� Lam! fj I1 /;,-of I Project Name & Contract Amount Type of Work Date Completed C-10 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771 1(a)), passed by the California State Senate on June 20, 2014, established a new public works Contractor Registration Program, which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations (DIR) Currently the annual non-refundable registration fee for Contractors is $300 Each contractor to whom a public works contract has been awarded shall sign the following certificate DIR FACT SHEET on SB 854 http Hwww dir ca gov/DLSE/PublicWorks/SB854FactSheet-6 30 14 pdf DIR's Contractor Registration Link — Call (844) 522-6734 https Hefiling dir ca gov/PWCR/ActionServlet9action=displayPWCRegistrationForm DIR's Contractor Registration searchable database https //efiling dir ca gov/PWCR/Search action I am aware and will comply with the provisions of Labor Code Section 1771 1(a) which states "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725 5 It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029 1 of the Business and Professions Code or by Section 10164 or 20103 5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725 5 at the time the contract is awarded " I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid RV-5 Cqrtsirk'c4w), Contractor By Title Date I - I;)- -I DIR# I0DO 540 M _ Le al Name g R �stration Number_ eg County y City r ° Registration Date:` a _ Expiration Date Ez �- PUB CONSTRUCTION INC 1000005407 LOS ANGELES DIAMOND BAR O6/29/2015 06/30/2016 Legal Narne -„ Reg�stratwn Number,zY County,`t _ City x Regist�a6on Date _ Exp�retion Date �d TAE SAN INTERNATIONAL INC 1000011237 LOS ANGELES WALNUT 07/07/2015 06/30/2016 Legal Name Reg�straUon Number _ County - g�� �' #' Cdy �,E � _ , Re6 stialwn Daler `' ' M `' r f Expiration Date CALIFORNIA AIR TECH INC 1000025534 LOS ANGELES CANOGA PARK 07/09/2015 O6/30/2016 City of Huntington Beach Public Works Department 2000 Main Street Tel (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For HMAIN PROMENADE PARKING STRUCTURE IMPROVEMENTS CC NO 1634 in the CITY OF HUNTINGTON BEACH December 28, 2016 Notice To All Bidders Please note the following clarification to the Project Plans, Specifications, and Special Provisions 1) Prime Contractor submitting bids for this project shall have an "A" or "B" license This is to acknowledge receipt and review of Addendum Number One, dated December 28, 2016 Pwb C'0K-tVKC+M ,..1 ne. Company Name Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal Western Surety Company Bid Bond KNOW ALL PERSONS BY THESE PRESENTS, That we Pub Construction, Inc., hereinafter referred to as the Principal, and Western Surety Company as Surety, are held and firmly bound unto the City of Huntington Beach hereinafter referred to as the Obligee, in the sum of Ten (10) percent of amount bid, not to exceed Ten Percent of Amount Bid, (10%), 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 for Main Promenade Parking Structure Improvements CC No. 1534 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 this 7th day of January, 2016 Pub Construction Inc nncipa ea B Western Surety m an ( ety) (Seal) B i yr in, Attorney -in -Fact Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Owen Brown, Richard Adair, William Syrkin, Sergio D Bechara, Margaret Gilmore, Rebecca Haas -Bates, Individually of Irvine, CA, its true and lawful Attomey(s)-m-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakmgs and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholder of the corporation In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 9th day of June, 2015 WESTERN SURETY COMPANY fir Wei~°0jtq �f acA�,p ArPaul T Bmflat, Vice President State of South Dakota ss County of Mmnehaha On this 9th day of June, 2015, before me personally came Paul T Bruflat, to me known, who, being by me duly sworn, did depose and say that he resides in the City of Sioux Falls, State of South Dakota, that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument, that he knows the seal of said corporation, that the seal affixed to the said instrument is such corporate seal, that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation �����.wtiM.Mr�Mti��r�rr My commission expires S. EICH 7 r NOG1R1r rtl�IC 3 February 12, 2021 SOUTH DAKOTA�+ S Eich, Notary Public CERTIFICATE 1, L Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney heremabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 7 th day of January , 2016 WESTERN SURETY COMPANY • L Nelson, Assistant Secretary Form F4280-7-2012 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document State of California ) County of Los Angeles ) On January 7, 2016 before me, Corinne L Hernandez, Notary Public , Date Here Insert Name and Title of the Officer personally appeared William Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(* whose name(*is/ere— subscribed to the within instrument and acknowledged to me that he/sheAhey-executed the same in hisAierk#eirauthorized capacity(ies), and that by his/#� signature(e}on the instrument the person(e), or the entity upon behalf of which the personf*acted, executed the instrument. I=CORINN; L HERNANDEZission # 2083563 z Notary Public - California z ZQMyComm Los Angeles County Ex Tres Sep 27, 2018 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS m .•lien and offi:7L eal. 0 Signat re Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this Information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages. Signer(s) Other Than Named Above: Capacity(es) Claimed by Signer(s) Signer's Name. ❑ Corporate Officer — Titie(s): O Partner — ❑ Limited O General ❑ Individual PrAttorney in Fact L1 Trustee ❑ Guardian or Conservator ❑ Other Signer is Representing: Western Surety Company Signer's Name. ❑ Corporate Officer — Title(s) D Partner — ❑ Limited ❑ General O Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator J Other Signer is Representing: i"u«✓.�. :�_-`�.G�:�.\✓.;�✓': '.•/:\�4\�:V ;�`�:�:�✓A:�.`.1'!:VA_,�✓':�:�•✓1✓:\'�.:4::✓:�.i�:'•✓.�'J.:��.�•�':c .a/,�J. S/s�.t/, :'Q/i. l ✓.'.t. ✓�' City of Huntington Beach 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachca.gov Office of the City Clerk Joan L. Flynn, City Clerk April 1, 2016 RSB Group, Inc 20331 Lake Forest Dr #C13 Lake Forest, CA 92630 RE Main Promenade Parking Structure Improvements— CC-1534 Enclosed please find your original bid bond for CC-1534 Sincerely, Joan L Flynn, CIVIC City Clerk J F pe Enclosure Sister Cities Anjo, Japan ♦ Waitakere, New Zealand C1ti N N U � O U , 1 SECTION C PROPOSAL for the construction of MAIN PROMENADE PARKING STRUCTURE IMPROVEMENTS CC No. 1534 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 Engmeei of the City of Huntington Beach, and to enter into a contract at the following prices The undersigned agrees to complete the work within 85 working days, starting frorn the date of the Notice to Proceed BIDDER declares that this proposal is based upon careful examination of the work site, plans specifications, Instructions to Bidders and all other contract documents If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc , and will be guaranteed for a period of sixty days from the bid opening date If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and fling 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 ,�17) 0 Ov-4 m 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 for 0% ", as the case may be) Any standard Surety Bid Bond form is acceptable Bidder shall signify receipt of all Addenda here, if any Addenda No. Date Received BidderSignature C-2 I 160 TRAFFIC TOPPING 16 1 Traffic Topping - Vehicular S F 90500 $ 02 164 1 Traffic Topping - Recoat Partial System) S F 350 $ d _ 21 0 P/T SYSTEM REPAIR - MONOSTRAND 21 1 Inspect P/T Tendon Anchorage EA 2 176 $ -- 21 2 Protect Exposed P/T Tendons L F 10 & $ 21 6 Tendon Splice Coupling Center -Pull EA 2 $ d 21 7 Tendon Splice Coupling (Single) EA 2 $ .� 21 9 P/T Tendon Material L F 20 $ o 240 SPECIAL P/T REPAIR SYSTEMS 241 Barrier Cable - Tighten Cables EA 63 p, $Oa 242 Barrier Cable - Replace Damaged Cable L F 5000 $ PART VII MECHANICAL / ELECTRICAL SYSTEMS 25 0 MECHANICAL - DRAINAGE 252 Mechanical - Supplementary Floor Drains EA 1 $ op- 25 3 Mechanical - Pipe and Hangers L F 25 $ p 270 MECHANICAL - HVAC 271 Re air / Replace Damaged HVAC Duct EA 11 GO - $ 272 Re air / Replace Damaged HVAC Duct EA 21 7 — $ _ 7 273 Re air / Replace Damaged HVAC Duct EA 1 -, $ aG 274 Re air / Replace Damaged HVAC Duct EA 1 p _ -- $ o o • — PART VIII ARCHITECTURAL REPAIRS 350 BRICK / MASONRY REPAIRS 352 Masonry Unit Repair / Replacement SF 100 , -- $ 353 Masonry Unit Repair Capstone L F 50 . -- $ ea _ PART IX METALWORK 41 0 STEEL STAIRS 41 1 Replace Stair Treads - Precast Performance Design L S 1 SQOu -'- r $ 6OB - 41 2 Replace Stair Treads EA 60 _ — $ O 6W© - 41 2A Replace Stair Treads -Starter Tread EA 7 $ 41 3 Paint Hand Stringers and Handrail L S 1 $ r4 07!'P- 41 4 Replace Landing -CIP Metal Pan EA 7 430 MISCELLANEOUS METALS 432 Repair Hand Rail L S 1 OW - $ liB4- 43 4 6" Bollard - New EA 52 ,f $ p9 , 435 6" Bollard - Remove and Replace EA 7 $ 450 PAINTING 451 Paint Traffic Markings L S 1q goae,' $ geov 452 Paint Concrete Columns - Elastomeric EA 14 — $ Oo 454 Paint Slab Edge - Elastomeric LF 1760 J.— $ 124 c7. ^ 455 Paint Top Level Stub Columns - Elastomeric EA 4 757, — $ 3 456 Paint Structural Steel L S 1 $ " ^g1ODD C2 1-2 SECTION C2 1 — PROJECT BID SCHEDULE C2 1 LIST OF UNIT PRICES WORK ITEM DESCRIPTION UNITS QUANTITY UNIT PRICE EXTENSION 1 0 GENERAL REQUIREMENTS 1 1 Pro ect Mobilization L Sc/Lc- 1 2 Concrete Formwork Incidental 1 3 Concrete Shores and Reshores Incidental 14 Concrete Reinforcement Incidental 1 5 Temporary Si na a Incidental PART II CONCRETE FLOOR / CEILING SURFACES 20 FLOOR SURFACE PREPARATION 26 Floor Preparation - Traffic Topping / Membrane Removal S F 25000 I • $ ^3 90_ 30 CONCRETE FLOOR REPAIR 31 Floor Repair - Partial Depth / Shallow S F 400 j 3 S_— $ 5 CUv--O. 33 Floor Repair - Full Depth S F 100 d, — $35 Floor Repair - Slab Replacement S O G S F 250 $ 40 CONCRETE CEILING REPAIR 41 Ceiling Repair - Partial Depth / Shallow S F 300 $ o Q - 4 3 Ceiling Repair - Remove Loose Concrete L S 1 _ $ PART III STRUCTURAL CONCRETE FRAME REPAIRS ' 50 CONCRETE BEAM AND JOIST REPAIR 51 Beam Repair - Partial Depth / Shallow S F 20 $ Go - 5 7 Beam Repair - Grout Pockets S F 100 60 CONCRETE COLUMN REPAIR 61 Column Repair - Partial Depth / Shallow S F 50 $ % 70 CONCRETE WALL REPAIR 71 Wall Repair - Partial Depth / Shallow S F 25 1 -� $ 72 Wall Repair - Partial Depth / Deep S F 10 $ 100 EXPANSION JOINT REPAIR AND i REPLACEMENT 106 Expansion Joint - Silicone Seal L F 300 bZ5- — $ �O - 11 0 CRACK AND JOINT REPAIR 11 1 Rout & Seal Cracks and Joints L F 2000 $ 112 Repair Crack / Joint Sealant L F 2200 \Q _ $ 11 3 Vertical Joint Sealant L F 150 $ ^p 11 5 Epoxy Injection L F 750 $ @Pr 11 7 Cove Sealant L F 2300 $ C2 1-1 730 FLASHING 73 1 Wall Flashing — Metal LF 110 U -- $ 0 CO- �- 73 2 Wall Flashing — Metal EA 2 Soo — $ 0 c _ 840 EIFS FACADE 841 Repair Existing EIFS Cladding SF 110 O - r $ SCPO 842 Repair EIFS Cracks LF 50 • — $ Doo_ 950 DOORS AND WINDOWS 951 Re -anchor Faux Window Frame EA 30 0,7 . $ 000. BASE BID TOTAL $%,�����' State BASE BID cost, which will be the basis of award Dollars (in words) Lirrii�° C2 1 LIST OF ALTERNATES . A This Section identifies potential changes in the work under consideration for this contract The Owner reserves the right to accept any or all of the listed Alternates, regardless of the order of their listing B For each of the Alternates listed below, state the total amount to be added to, or deducted from, the total contract amount if the individual Alternate is selected for inclusion in the contract scope Amount shown shall include all costs to perform the Work, no extras will be permitted for failure to consider such items as extra permits, overtime, weather protection, etc 1 Painting Ceilings and Columns State added cost to paint all unpainted concrete ceilings and columns on all levels Refer to Section 09900 Painting for Materials and Other Requirements ollars (in words) Submitted By (numbers) - n Type or print firm name Authorized Signat It U N Date C2 1-3 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 or $ 10,000, whichever is greater, and the portion of the work to be done by such subcontractor Bid Name and Address of State Class DIR Dollar % of Item(s) Subcontractor License Number Amount Contract Number fCo . I �•6 K tT5 0►� �, 11571 b-t C la i s Ale �Q04G i3v q3 f 31 s Ajar 5I-a A- 536690 A,C l oa000tq Woav . q i�-� T,� C.at�J 13q\ �Il�` SZ. �6�� C )0oand s Yoco v. a 4 -e A Il Sir s �v, cp �� 10006?qq7a ;/I I 1001t By submission of this proposal, the Bidder certifies I That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing 2 That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on f IZ , at &Jyj , Date City State MA t , being first duly sworn, deposes and says that he or she is of %Lj z)A/ ( • the party making the foregoing bid that the bid is not made in the interest of, 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 depositoiy, of to any member or agent thereof to effectuate a collusive or sham bid Name of Bidder Signature of Bidder a03310 C_ 13 Address of Bidder 9 OT UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the MAIN PROMENADE PARKING STRUCTURE IMPROVEMENTS, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities The teim "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, zs 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 0016 gSB C11"An ) A/C Contractor Title C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, 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 of completing a Federal, State or local government project because of a violation of law or a safety regulation9 ❑ Yes XNo If the answer is yes, explain the circumstances in the space provided Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate I am aware of the provisions of Section 3700 of the Labor Code which 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 ' q � C-7 Contractor By pl--r4den' -I-- Title BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct Bidder Name ,2-63 31 " L, 6# G 3 Business Address City, 14 Telephone Number -7 -7 22 State Contractor's License No and Class Original Date Issued State Zip t;xpiration uate The work site was inspected byAfQjn,9 Kof our office on , 201 The following are persons, firms, and corporations having a principal interest in this proposal q2V 4 11:� 5,4" V(' J &Wjlj' Zr�� 41— Ij ✓nl )�,oLYharm 7 I;e _ The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans Wd specifications set forth Company N Sianature`of B Printed or Typed Si Subscribed and sworn to before me this _ day of , 201_ NOTARY PUBLIC C-8 NOTARY SEAL CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the Identity of the Individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document STATE OF CALIFORNIA County of ORANGE On / 11- / I .o before me, JENNIFER C ANAYA, NOTARY PUBLIC Date Insert Name of Notary exactly as it appears on the official seal personally appeared RAMAK SEPEHRI OFry��9 JENNIFER C. ANAYA m COMM. # 1974158 X a NOTARY PUBLIC-CALIFORNIA X ORANGE COUNTY CO) C'QUFORN� MY COMM EXP MAY 2, 2016 Place Notary Seal Above , Notary Public, who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within Instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument I certify under PENALTX OF PERJURY under the laws of the State of CaliforniO& th bregoing paragraph is true and correct �� Witness my hand Signature Signature of 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 the form to another document Description of Attached Document Title or Type of Document Document Date Signer(s) Other Than Named Above Capacity(ies) Claimed by Signer(s) Signer's Name ❑ Individual ❑ Corporate Officer—Title(s) _ ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other Signer is Representing Number of Pages Signer's Name ❑ Individual ❑ Corporate Officer —Titles) _ ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other Signer is Representing Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work Biddeis are encouraged to submit supplemental relevant project history in addition to the projects listed herein Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years Cz 2 Name and Address of Public Agency Name and Telephone No of Project Manager Contract Amount Type of Work Date Completed Provide additional project description to show similar work Name and Address of Public Agency Name and Telephone No of Project Manager Contract Amount Type of Work Date Completed Provide additional project description to show similar work 3 Name and Address of Public Agency Name and Telephone No of Project Manager Contract Amount Type of Work Date Completed Provide additional project description to show similar work D Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years These projects do not have to be under the employment of the bidder of this project Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein % 0 Name of proposed Telephone No of proposed Project Manager 01 ` I -- � la —9 V ! I Project Name & Contract Amount ' Ty6lof Work Project Name & Contract Amount Type of Work Project Name & Contract Amount Type of Work ame of proposed Superintendent Date Completed Date Completed Date Completed Telephone No of proposed Superintendent q 4q -- 20a _ 1:2 S 5�a avr444w &a - -- rla Project Name & Contract Amount T.Irpe of Work Date Completed Project Name & Contract Amount Type of Work Project Name & Contract Amount Type of Work Date Completed Date Completed C-10 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771 1(a)), passed by the California State Senate on June 20, 2014, established a new public works Contractor Registration Program, which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations (DIR) Currently the annual non-refundable registration fee for Contractors is $300 Each contractor to whom a public works contract has been awarded shall sign the following certificate DIR FACT SHEET on SB 854 http //www dir ca gov/DLSE/PublicWorks/SB854FactSheet-6 30 14 pdf DIR's Contractor Registration Link — Call (844) 522-6734 https //efiling dir ca gov/PWCR/ActionServlet?action=displayPWCRegistrationForm DIR's Contractor Registration searchable database https //efiling dir ca gov/PWCR/Search action I am aware and will comply with the provisions of Labor Code Section 1771 1(a) which states "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725 5 It is not a violation of this section for an unregistered contactor to submit a bid that is authorized by Section 7029 1 of the Business and Professions Code or by Section 10164 or 20103 5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725 5 at the time the contract is awarded " I furthermore will comply by providing proof of registration with DIR as the primary contractoi, as well as for ALL subcontractors at the time of submitting the bid Date o DIR # 9 5 6 (� AIC Contractor 1 Title D-11 California Depailnlem ofIndustlial Relations - Conf;Ict DIR Page 1 ol, I P Press Roan 1 Contact DIR I (.A go`, ^ Go to Search t¢aasn Eames law CatiQ9Ndt 346ft a Hoeft 1ffiwkess Ccmrp Sa6t krauraace ilyproaasM.creNKt Duuctw a CMitia Beards Public Works Public Works Contractor (PWC) Registration Search This is a listing of current and active PWC registrations pursuant to Division 2 Part 7 Chapter 1 (commencing with section 1720 of the California Labor Code ) Enter at least one search criteria to display active registered public works contractor(s) matching your selections Registration Year Current Fiscal Year 2016 v PWC Registration Number 1000011735 -� Contractor Legal Name (example ABC COMPANY Contractor License Lookup L� License Number example 606309 (CSLB) County Select County Search Reset __j Search Results One registered contractor found 1 Details I Legal Name i t - j View ; RSB GRDUP, INC i , "t Export as Excel I PDF Registration $ County _ City ! Registration Expiration Number Date Date ; 1000011735t ^TM _ m ^^ mLAKE FOREST 12/16/2015 06/30/2016: v2 20150806c AbOUt DIR Work with Us Learn More Who we are Licensing, registrations, ceitifications & permits Site tlap DIR Divisions, Boatds & Commissions Notification of actives Frequently Asked Questions Contact DIR Public Records Act Jobs at DIR Conditions of Use Privacy Policy Disclaimer Disability accommodation Site Help Copyright ro 2015 State of California City of Huntington Beach Public Works Department 2000 Main Street Tel (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For HMAIN PROMENADE PARKING STRUCTURE IMPROVEMENTS CC NO 1534 in the CITY OF HUNTINGTON BEACH December 28, 2015 Notice To All Bidders Please note the following clarification to the Project Plans, Specifications, and Special Provisions 1) Prime Contractor submitting bids for this project shall have an "A" or "B" license This is to acknowledge receipt and review of Addendum Number One, dated December 28, gm �q4 C'mu-1f, C— ompany Name Date By All bidders must acknowledge and include the receipt of this Addendum with your bid proposal IZSB Group, Inc. 20331 Lake ,Forest Drive, Suite #C-13 Lake ,Forest, CA 9263o Office A 949.454.1999 .Fax#: 949.454.1888 Emath adminC)rsHgrotip.occoxmaiC.com Project References Vista Coronado Drainage Improvement County of San Diego, Contract # 1017005 Contact:, RE All Pirouzian Email: all pirouzian(a'jsdcounty ca. gov Office: (858) 505-6561 Fax: (858) 694-2462 Address: 5510 Overland Ave, Suite 410 San Diego, CA 92123 Scope: Caisson, RCP, Catch Basin, Asphalt Paving Final Contract Price: $175,000 Dates of Construction: May 2015 to November 2015 Slope & Textured Paving Various Locations Caltrans Contract #07-258704 ( Fed Fund) Contact:, RE Hussein Saad Email: hussein saad@dot.ca gov Office: (562) 860-3085 Fax: (562) 860-6215 Address: 17912 Crusader Ave Suite 101, Cerritos, Ca 90703 Scope: Slope Paving, shoulder Paving, Irrigation Repair Final Contract Price: $428,477.00 Dates of Construction: May 2013 to November 2013 Slope Stablization in Pomona Caltrans Contract #07-3X0104 Contact:, Michael Chou, RE Email: micheal chou(aDdot ca gov Office: (626) 339-1601 Fax: Address: 1041 W Badillo St Covina, CA Scope: Slope Stablization, V ditch Construction Final Contract Price: $297,312.00 Dates of Construction: March 2013 to November 2013 Camarillo Metrolink Entrance Contract # 50293 Contact RE: Alison Sweet, PE Email: Alison.Sweet@ventura.org Office: (805) 477-1911 Fax: Address: 800 S Victon Ave, Ventura CA 93009 Scope: Stamp concrete, traffic loop, Final Contract Price: $78,495 Dates of Construction: Jan 2013 to March 2013 Construct Roundabout on Rt. 145 in Kerman Caltrans Contract # 06-OJ9204 ( Fed Fund) Contact RE: Garnel Olibris, PE Email: garmel olibns@ca.dot.gov Office: (559) 243-0657 Fax: Address: 3240 N Millbrook Ave Fresno, CA 93726 Scope: Excavation, construct Roundabout, Electrical, Irrigation 8v Landscaping, C8vG, Sidewalk, Install Traffic Camera Final Contract Price: $1,400,000 +/- Plant Establishment completed on June 2015 Dates of Construction: June 2014 to Nov 2014 Slope Rapair and roadway construction Freeway 105/405 in Hawthorne Caltrans Contract # 07-3x3504 ( Fed Fund) Contact RE: Zarif Saykali, PE Email: zanf saykab@dot ca.gov Office: (310) 822-2396 Fax: Address : 12975 W. Culver Blvd , Los Angeles, CA 90066 Scope: Excavation, Soldier Pile, Reconstruct slope and freeway 105 roadway structure Electrical, Irngation 8v Landscaping, Final Contract Price: $763,779 +/- Plant Establishment will be completed by Dec 2015 Dates of Construction: March 2014 to Jan 2015 Paint Bridge at various location and slope paving Caltrans Contract # 06-OE6704 Contact RE: Blas Martinez, PE Email: Office: (559) 917-2597 Fax: Address : 8530 W Roosevelt Ave Visalia, CA 93291 Scope: Wash and paint multiple Bridge, traffic control, Stamp concrete slope under bridges Rt. 99 Final Contract Price: $325,542 Dates of Construction: Oct 2013 to Feb 2014 Widen shoulder, install MBGR , Landscaping and irrigation Caltrans Contract #07-4T4304 ( Fed Fund) Contact: Joe Tehram, RE Email: joseph_s_tehrani@dot ca gov Office: (805) 480-4928 ext 401 Fax: (805) 499-0821 Address: 1525 Rancho Conejo Blvd Ste #102 Thousand Oaks, Ca 91320 Scope: widening shoulder, Electrical work, Metal Beam Guard Railing, Irrigation and Landscaping, Final Contract Price: $429,786 00 Dates of Construction: April 2012 to April 2013 Valley Wells Park 8s Ride Improvement Caltrans Contract #08-OA6414 ( Fed Fund) Contact: Khoa Nguyen, RE Email: khoa n nguyen(iDdot ca gov Office: (951) 232-8611 Fax: Address: 222 E. Main St Suite 208 Barstow, CA 92311 Scope: Grading ,Retaining wall, shotcrete sculpting, Ornamental Ceramic Signs and Frames, Ornamental concrete Boulder fabrication, Final Contract Price: $981,000 00 Dates of Construction: March 2011 to May 2012 Architect: Mike Babich 909 383 4521 Hollywood Slope (4) Various Locations Caltrans Contract #07-258604 Contact: Kin Kwan Email: kin w kwan c dot ca gov Office: 818-637-2506 ext #250 Fax: 818-637-2521 Address: 2090 Fern Circle, Glendale CA 91208 Scope: Landscaping, irrigation, grading ,drainage, slope work, concrete & asphalt work Final Contract Price: $982,321 00 Dates of Construction: March 2010 to December 2010 Slope - Ojai Caltrans Contract # 07-4L4304 Contact: Hector Arroyo Email: Hector Arroyo@dot.ca gov Office: 805-480-4928 Ext #405 Fax: 805-499-0821 Address: 1525 Rancho Conejo Blvd # 103, Thousand Oaks, CA 91320 Scope: Repair slope, installation of Geogrid, step compaction, drainage & construct roadway Final Contract Amount: $1,200,000.00 Dates of Construction: January 2009 thru December 2009 Vista Point Rt 74, Palm Desert Caltrans Contract # 08-OC4104 Contact: Essi Mohammadi - Sr Resident Engineer Email: Essi.Mohammadi@dot ca gov Office: 760-328-8142 Cell #951-453-8943 Address: 235 West Lugonia Avenue # F, Redlands, CA 92374 Contract Amount: 700,432.00 Date of Construction: August 2007 thru January 2008 Work Performed: Grading, Construct Perimeter Wall, Curb & Gutter, Sidewalk, Paving AC, Drainage & Striping Barrier I-10A Palm Desert Caltrans Contract # 08-OH4804 Contact: Essi Mohammadi - Sr. Resident Engineer Email: Essi.Mohammadia dot ca.gov Office: 760-328-8142 Cell #951-453-8943 Address: 235 West Lugonia Avenue # F, Redlands, CA 92374 Contract Amount: 740,239 00 Date of Construction: June 2007 thru September 2007 Work Performed: construct Barrier Wall, Fence, Asphalt, Paving and Traffic Control Widen & Resurface on Ramp at LAX Contract # Caltrans 07-41-7304 Contract Person Mashhur Ali Address 18730 S Wilmington # 103 Rancho Dominquez, CA 90220 Contact # 310-609-0264 Contract Amount 380,000 Email Address mashhur ali@dot ca gov Date of Construction January 2009 thru December 2009 Work Performed Paving, Curb & Gutter, Landscaping, Concrete Barrier, Striping Rt. 30 in Redlands construct Approach Slab, Joint seal, and Methacrylate Contract # Caltrans 08-OE5804 Contract Person Godwin Emuh Address 235 West Lugonia Avenue # F, Redlands, CA 92374 Contact # 951-232-3706 Contract Amount 432,927 00 Email Address godwin emuh@dot ca gov Date of Construction January 2008 thru June 2008 Work Performed Approach Slabs, methacrylate, Joint seal, and Striping Harbor Master Office Addition & Pier Work (city of Avalon Contact Name Keith LaFever— Project Manager Address 410 Avalon Canyon Road, P 0 Box 707, Avalon, CA 90704 Phone # 310-510-0220 x 114 Contract Amount $ 500,000 Date of Construction March 2009 thru December 2009 Email Address keith@cityofayalon com Work Performed Building addition, pier work Architect Ron Yeo FAIA Architect 500 Jasimine Ave, Corona Del Mar, CA 92625 714-644 8111 San Dieao Slope (a- 805 & 5 freeways Caltrans Contract 11-292404 Contact: Ray Armduque Email: R_av Arinduquendot ca gov Office: (858) 467-4084 Fax #(858) 467-4082 Address: District 11 7177 Opportunity Road, San Diego, Ca 92111 Scope: Grading, drainage, irrigation, landscape, concrete & asphalt work Contract Price: $603,836.00 Dates of Construction: January 2011 thru September 2011 Grind and Pave, Route 75 & Route 67 Contract #:11A1195 Contact Person- Hassan Daabas Email. Hasan.Daabas@dot.ca gov Address- 4050 Taylor Street MS-221, San Diego, CA 92110 Contact#• 619 698.3367 -Coritract Amount* $700,000 Work Performed Cold Plane, Asphalt, and Traffic Control Retaining Wall, Signal & Lighting — Laguna Beach For Dept of Transportation Contact Elie Najm Phone# 949-589-3590 Contract Amount $279,210 00 Date Completed October 2008 Work Preformed: Install new retaining walls, traffic signals & lighting Route 1-Guardrail (Ventura) Contract # 07-1135704 Contact Person Eloy Castillo — Resident Engineer Address Ventura, CA Contact # 310 649 1821 Contract Amount 250,000 Work Performed Asphalt paving, Guardrail, and Traffic Control Replace Approaching Slab & Median RTe 405/710 Contract # 07-250704 Contact Person Sam Gallardo — Resident Engineer Address 18730 South Wilmington Su19te 103, Rancho Dominquez, CA 90220 Contact# 310 609 0264 Contract Amount 397,000 Completed March 2007 Email samue gallardo@ dot ca gov Work Performed Replace Approach Slab, Grading, Curb and Gutter, Median, and Striping Left Turn Pocket Extension Contact Person Romeo David, Resident Engineer Address 10500 City Center Drive, City of Rancho Cucamonga Ca 91730 Contract Amount $83,705 Completed April2014 Email romeo david(a)c0oft us Work Performed Modified Median, Relocate Trees, cobble stone Paving, Construct Median Curb, Striping & Traffic Control Seating Wall Vista Point Contract # Caltrans 08-OC4004 Contract Person Essi Mohammadi Contact # (760) 328-9142 Contract Amount. 317,000 Email Address Essi Mohammadi@dot ca gov Date Completed: August 2007 Work Performed Walls, Grading, Parking Lot & Draining Main Beach Boardwalk Repair, PCH & Hwy 133 City of Laguna Beach/Contract #06746 $559,483 12 Laguna Beach, CA Project Manager Lisa Penna Office# (949) 497-0792 Work Performed Concrete curb, sidewalks, Replacement of Boardwalk Boards, Sheet Pile Driving CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771 1(a)), passed by the California State Senate on June 20, 2014, established a new public works Contractor Registration Program, which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations (DiR) Currently the annual non-refundable registration fee for Contractors is $300 Each contractor to whom a public works contract has been awarded shall sign the following certificate DIR FACT SHEET on SB 854 http //www dir ca gov/DLSE/PublicWorks/SB854FactSheet-6 30 14 pdf DIR's Contractor Registration Link — Call (844) 522-6734 https //efilmg dir ca gov/PWCR/ActionServlet9action=dispIayPWCRegistrationForm DIR's Contractor Registration searchable database https //efilmg dir ca gov/PWCR/Search action 1 am aware and will comply with the provisions of Labor Code Section 1771 1(a) which states "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725 5 it is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029 1 of the Business and Professions Code or by Section 10164 or 20103 5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725 5 at the time the contract is awarded " I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid Date DIR 4 d rim �Z 5 6 nrc, Contractor By Title CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771 1(a)), passed by the California State Senate on June 20, 2014, established a new public works Contractor Registration Program, which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations (DIR) Currently the annual non-refundable registration fee for Contractors is $300 Each contractor to whom a public works contract has been awarded shall sign the following certificate DIR FACT SHEET on SB 854 http //www dir ca gov/DLSE/PublicWorks/SB854FactSheet_6 30 14 pdf DIR's Contractor Registration Link — Call (844) 522-6734 https Hefiling dir ca gov/PWCR/ActionSery let?action=displayPWC Reg istrationForm DIR's Contractor Registration searchable database https Hefilmg dir ca gov/PWCR/Search action I am aware and will comply with the provisions of Labor Code Section 1771 ] (a) which states "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725 5 It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029 1 of the Business and Professions Code or by Section 10164 or 20103 5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725 5 at the time the contract is awarded " I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid Date DIR # rim (� �; a 5) d C tractor By P)"J _J- Title CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771 1(a)), passed by the California State Senate on June 20, 2014, established a new public works Contractor Registration Program, which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July l through June 30 state fiscal year) with the California Department of Industrial Relations (DIR) Currently the annual non-refundable registration fee for Contractors is $300 Each contractor to whom a public works contract has been awarded shall sign the following certificate DIR FACT SHEET on SB 854 http //www dir ca gov/DLSE/PublicWorks/SB854FactSheet-6 30 14 pdf DIR's Contractor Registration Link — Call (844) 522-6734 https //efiling dir ca gov/PWCR/ActionServlet9action=displayPWCRegistrationForm DIR's Contractor Registration searchable database https //efilmg dir ca govTWCR/Search action I am aware and will comply with the provisions of Labor Code Section 1771 1(a) which states "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725 5 It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029 1 of the Business and Professions Code or by Section 10164 or 20103 5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725 5 at the time the contract is awarded " I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid e 5 e2 ) Ar C . Contractor By J Title Date DIR # I 60OLIL7SAI D-11 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771 1(a)), passed by the California State Senate on June 20, 2014, established a new public works Contractor Registration Program, which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations (DIR) Currently the annual non-refundable registration fee for Contractors is $300 Each contractor to whom a public works contract has been awarded shall sign the following certificate DIR FACT SHEET on SB 854 http //www dir ca gov/DLSE/PublicWorks/SB854FactSheet-6 30 14 pdf DIR's Contractor Registration Link — Call (844) 522-6734 https //efiling dir ca gov/PWCR/ActionServlet9action=displayPWCRegistrationForm DIR's Contractor Registration searchable database https //efiling dir ca gov/PWCR/Search action I am aware and will comply with the provisions of Labor Code Section 1771 1(a) which states "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725 5 It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029 1 of the Business and Professions Code or by Section 10164 or 20103 5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725 5 at the time the contract is awarded " I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid 9 <; la /tic - Contractor By Title Date DIR # D-11 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771 1(a)), passed by the California State Senate on June 20, 2014, established a new public works Contractor Registration Program, which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations (DIR) Currently the annual non-refundable registration fee for Contractors is $300 Each contractor to whom a public works contract has been awarded shall sign the following certificate DIR FACT SHEET on SB 854 http //www dir ca gov/DLSE/PublicWorks/SB854FactSheet_6 30 14 pdf DIR's Contractor Registration Link — Call (844) 522-6734 https //efiling dir ca gov/PWCR/ActionServlet9action=displayPWCRegistrationForm DIR's Contractor Registration searchable database https //efiling dir ca gov/PWCR/Search action I am aware and will comply with the provisions of Labor Code Section 1771 1(a) which states "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725 5 It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029 1 of the Business and Professions Code or by Section 10164 or 20103 5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725 5 at the time the contract is awarded " I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid JeS 6 . I A% Contractor By Tale Date DIR # D-11 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771 1(a)), passed by the California State Senate on June 20, 2014, established a new public works Contractor Registration Program, which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations (DIR) Currently the annual non-refundable registration fee for Contractors is $300 Each contractor to whom a public works contract has been awarded shall sign the following certificate DIR FACT SHEET on SB 854 http //www dir ca gov/DLSE/PublicWorks/SB854FactSheet-6 30 14 pdf DIR's Contractor Registration Link — Call (844) 522-6734 https //efiling dir ca gov/PWCR/ActionServlet9action=displayPWCRegistrationForm DIR's Contractor Registration searchable database https //efiling dir ca gov/PWCR/Search action I am aware and will comply with the provisions of Labor Code Section 1771 1(a) which states "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725 5 It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029 1 of the Business and Professions Code or by Section 10164 or 20103 5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725 5 at the time the contract is awarded " I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid I�Z S J2 Contractor By Date Title DIR # D-1 l THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond Bond No N/A KNOW ALL MEN BY THESE PRESENTS, that we RSB Group, Inc. 20331 Lake Forest Drive, Suite C13 Lake Forest, CA 92630 iHere insert full name and address or legal title of Contractor) as Principal, hereinafter called the Principal, and Endurance Reinsurance Corporation of America a corporation duly organized under the laws of the State of DELAAWARE as Surety, hereinafter called the Surety, are held and fumy bound unto City of Huntington Beach (Here msert full name and address or legal title of Owner) as Obligee hereinafter called the Obligee, in the sum of (10%) Ten percent of the attached bid amount ( 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 Main Promenade Parking Structure Improvements (Here insert full name address and description of project) NOW THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Pruicipal 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 on January 12, 2016 RSB Group, (Principal (Seal) (Witness) 8E13y SEpEHit I (Title) En anc Reinsurance Corporation of America (Seal) (witness) Jennifer-C. aya (Title) Stephanie Hoan Attorney -in -Fact AIA DOCLMENT 4310 BI&bOND AIA V FEBRUARY 1970 ED THE AMERICAN INSTITUTE OF ARCHITECTS 1735 N Y AVE N W WASHINGTON, D C 20006 1 WARNING Unlicensed photocopying violates U S copyrighl laws and is subject to legal prosecution CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the Identity of the Individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document STATE OF CALIFORNIA } County of Orange J On January 8th, 2016 before me, Jennifer C Anaya , Notary Public, Date Insert Name of Notary exactly as it appears on the official seal personally appeared Stephanie Hoang Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they Fp�OFTHE .IEPIIdIFER C. APlAYA executed the same In his/h eir authorized capacity(ies), COMM. # 1974168 X and that by his/her/their gna ure(s) on the instrument the yin NOTARY PUBUC•CAUFORNIAX person(s), or the entity pon ehalf of which the person(s) W r acted, executed the in tru nt Y ORANGE COUNTY g� �4vFoaM MY COMM, EXP. MAY 2, 2016 s 1 certify under PENAL OF PERJURY under the laws of ' the State of Californ t t the foregoing paragraph is true and correct Witness my h d and official al Signature Place Notary Seal Above Signature of Notary Public JenrAfer C Anaya OPTIONAL Though the information below is not required by law, it may prove valuable to per and could prevent fraudulent removal and reattachment of the form to Description of Attached Document Title or Type of Document Document Date Signer(s) Other Than Named Above Capacity(ies) Claimed by Signer(s) Signer's Name ❑ Individual ❑ Corporate Officer —Title(s) ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other Signer is Representing Number of Pages Signer's Name %ing on the document document ❑ Individual ❑ Corporate Officer —Title(s) — ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other Signer is Representing ENDURANCE REINSURANCE CORPORATION OF AMERICA BIDR941600784 POWER OF ATTORNEY KnOW a[i9lfen 6,y those fPltsent, that ENDURANCE REINSURANCE CORPORATION OF AMERICA, a Delaware corporation (the'Corporabon7, with offices at 4 Manhattanville Road, 3rd Floor, Purchase, NY 10577, Purchase, New York 10604, has made, constituted and appointed and by these presents, does make, constitute and appoint ERIC LOWEY, MARK RICHARDSON, SHAWN BLUME, STEPHANIE HOANG its true and lawful Attomey(s)-in-fact, at COSTA MESA in the State of CA and each of them to have full power to act without the other or others, to make, execute and deliver on its behalf, as surety or co -surety, bonds and undertakings given for any and all purposes, also to execute and deliver on its behalf as aforesaid renewals, extensions, agreements, waivers, consents or stipulations relating to such bonds or undertakings provided however, that no single bond or undertaking so made, executed and delivered shall obligate the Corporation for any portion of the penal sum thereof in excess of the sum of SEVEN MILLION FIVE t,LWDRER THOUSAND Dollars ($7,500,000) 1y, [� Such bons ape%�"ings`f rposes, when duly executed by said attomey(s)-in-fact, shall be binding upon the Corporation as fully and to the same extent as ff signed by ,he PresxiP,fit th ride rate seal attested by its Corporate Secretary �. �^� 2, This rt� ri�i rS made under ari > auU)E1rity of certain resolutions adopted by the Board of Directors of the Corporation by unanimous written consent on the9lh of January, 2014, a c ti whic�'i"appears below under the he entitled 'Certificate' Ths Pgwer of Atto �nd sealed V csimile under and by authority of the following resolution adopted by the Board of Directors of the Corporation by unanimous written cons r t on JanuaIgirIning said resoluti0has not since been revoked, amended or repealed RE ED, that powers of attorrra pursuant to certain resolutions adopted by the Board of Directors of the Corporation by unanimous written consent on January9, 2014, the 6�re o ich directors ari&rs, the seal of the Corporation may be affixed to any such power of attorney or any certificate relating thereto by facsimile and any such power, gf`�orn1to�?teCate l g ser�'(acsimile signature or seal shall be valid and binding upon the Corporation in the future with respect to any bond or undertaking to which it is attach , �r. ` + yF1t r` This Powero{Alt RX shall exPge add all authority hereunder shall terminate without notice at midnight (Standard Timer where said attomey(s) in -fact is authorized to act ) June 14, 2016 IN WITNESS WHEREOF, the Corporation has caused these presents to be duly signed and its corporate seal to be hereunto affixed and attested this 151h day of June, 2015 at Purchase, New York (Corporate Seal) ENDURANCE REINSURANCE CDRPORATION OF AMERICA ATTEST By MARIANNE L WILBERT, SENIOR VICE PRESIDENT SHARON L SIMS, SENIORVICE PRESIDENT STATE OF NEW YORK ss Purchase COUNTY OF WESTCHESTER On the 15th day of,June, 2015 before me personally came SHARON L SIMS, SENIOR VICE PRESIDENTto me known, who being by me duly swam, did depose and say that (s)he resides in SCOTCH PLAINS, NEW JERSEY that (s)he is a SENIOR VICE PRESIDENT of ENDURANCE REINSURANCE CORPORATION OF AMERICA, the Corporation described in and which�xecuW the above tnsturrlent that (s)he knows the seal of said Corporation, that the seal affixed to said instrument is such corporate seal, that it was so affixed by order of the Board cf Directors of said Corporation, and that (s)he signed his (her) name thereto by like order (Nolanal Seal) STATE OF NEW YORK = COUNTY OF WESTCHESTER I, CHRISTOPHER DONELAN CERTIFICATE ss Purchase ANIE LICARI, Notary Public My Commission Expires 10/29/2015 the PRESIDENT of ENDURANCE REINSURANCE CORPORATION OF AMERICA, a Delaware Corporation (the'Corporalionl, hereby certify 1 Thal the onginal power of attorney of which the foregoing is a copy was duly executed on behalf of the Corporation and has not sincebeen revoked amended or modified, that the undersigned has compared the foregoing copy thereof with the original power of attomey, and that the same is a true and correct copy of the original power of attorney and of the whole thereof, 2 The following are resolutions which were adopted by the Board of Directors of the Corporation by unanimous written consent on January9, 2014 and said resolutions have not since been revoked, amended or modified 'RESOLVED, that each of the individuals named below is authorized to make, execute, seal and deliver for and on behalf of the Corporation any and all bonds, undertakings or obligations in surety or co -surely with others CHRISTOPHER DONELAN, SHARON L SIMS, MARIANNE L WILBERT And be it fur.4er RESOLkFD tat eacgbo vdual ed above is authorized to appoint attomeys-m-fact for the purpose of making, executing, sealing and delivering bonds, undertakings or oblg�a n� euV dr co -sure q%�d jhalf of the Corporation ° 3 T4dersigned further certifies that lhea-pve resolutions are true and correct copies of the resolutions as so recorded and of the whole thereof IN3nlIT ESS 4yHEi CRAa p hereunto seCj hand and affixed the corporate seal this 8th day of January' 20 16 =rdJ (C6,g3'rate Seal) AA CHRISTOPHER DONELAN, PRESIDENT r ,, 11J,I 1 11" Anyrp d.h--Vad City of Huntington Beach 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachca.gov Office of the City Clerk Joan L. Flynn, City Clerk April 1, 2016 Slater Waterproofing, Inc 5577 Arrow Hwy Montclair, CA 91763 RE Main Promenade Parking Structure Improvements— CC-1534 Enclosed please find your original bid bond for CC-1534 Sincerely, v/ Joan L Flynn, CIVIC City Clerk JF pe Enclosure Sister Cities Anjo, Japan ♦ Waitakere, New Zealand S L A776Q- _/4 i �2FR-J 0�/Avj �Yr 7D 201S iAIN 12 N1 I'- A r GI(Tti 1,WlTJNGT01*' City of Huntington Beach MAIN PROMENADE PARKING STRUCTURE IMPROVEMENTS CC No. 1534 BID ENCLOSED Bid Time: 2PM SECTION C PROPOSAL for the construction of MAIN PROMENADE PARKING STRUCTURE IMPROVEMENTS CC No. 1534 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 85 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc, and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find Bidder's Bond for 10% in the amount Of 10% of Bid 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 for_% ", as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date ,Received Bidder's Si afore 1 12/28/15 C-2 SECTION C2.1 - PROJECT BID SCHEDULE C2.1 LIST OF UNIT PRICES WORK UNIT -F ITEM DESCRIPTION UNITS QUANTITY PRICE EXTENSION 1.0 GENERAL REQUIREMENTS 1 1 12 Project Mobilization Concrete Formwork L S 1 60,000 00 $ 60,000 00 Incidental 1 3 Concrete Shores and Reshores Incidental 14 151 Concrete Reinforcement Temporary Si na a Incidental Incidental PART II: CONCRETE FLOOR / CEILING SURFACES 2.0 FLOOR SURFACE PREPARATION 26 Floor Preparation - Traffic Topping / Membrane Removal S F 25000 1 sz $ 3s,000 00 3.0 CONCRETE FLOOR REPAIR 31 33 351 Floor Repair - Partial Depth / Shallow Floor Repair - Full Depth Floor Repair - Slab Replacement S O G S F S F S F 400 100 250 8100 $ 32,40000 $ 28,70000 $ 4.0 CONCRETE CEILING REPAIR 41 edin Repair - Partial Depth / Shallow S F 300 13300 $ 39,90000 431 Ceiling Repair - Remove Loose Concrete L S 1 1,7s0 00 $ 1,76000 PART III: STRUCTURAL CONCRETE FRAME REPAIRS 5.0 CONCRETE BEAM AND JOIST REPAIR 5 1 Beam Repair - Partial Depth / Shallow S F 20 15200 $ 3.04000 5 7 Beam Repair - Grout Pockets S F 100 1ss o0 $ 1s so0 00 6.0 CONCRETE COLUMN REPAIR 61 FcoiumnRepair - Partial Depth / Shallow S F 50 15200 $ 7,60000 7.0 CONCRETE WALL REPAIR 71 Wall Repair - Partial Depth / Shallow S F 25 15200 $ 3 800 00 7 2 Wall Repair - Partial Depth / Deep 1,900.00 10.0 EXPANSION JOINT REPAIR AND REPLACEMENT 106 Expansion Joint - Silicone Seal L F 300 4300 $ 1290000 11.0 CRACK AND JOINT REPAIR 11 1 Rout & Seal Cracks and Joints L F 2000 575 $ 11,500 00 11 2 Repair Crack / Joint Sealant L F 2200 750 $ 16-500.00 11 3 Vertical Joint Sealant L F 150 600 $ s00 11 5 Epoxy Injection L F 750 2400 $ 18,00000 11 7 Cove Sealant L F 2300 650 $ 14-95000 C2 1-1 16.0 TRAFFIC TOPPING 161 Traffic Topping -Vehicular SF 90500 374 $ 338,470 00 164 Traffic Topping - Recoat Partial System) S F 350 300 $ 1,05000 21.0 P/T SYSTEM REPAIR - MONOSTRAND 21 1 Inspect P/T Tendon Anchorage EA 2 1,01200 $ 2,02400 21 2 Protect Exposed P/T Tendons L F 10 354o0 $ 3,45000 21 6 Tendon Splice Coupling Center -Pull EA 2 3 190 00 $ 6,38000 21 7 Tendon Splice Coupling Sm le EA 2 2,200 00 $ 4,400 00 21 9 P/T Tendon Material I L F 1 20 1 600 $ 12000 24.0 SPECIAL P/T REPAIR SYSTEMS 241 Barrier Cable - Tighten Cables EA 63 440 00 $ 27,720 00 242 Barrier Cable - Replace Damaged Cable L F 5000 330 $ 16,so0 00 PART VII: MECHANICAL / ELECTRICAL SYSTEMS 25.0 MECHANICAL - DRAINAGE 252 Mechanical - Supplementary Floor Drains EA 1 1,34800 $ 1,34800 25 3 Mechanical - Pipe and Hangers L F 25 5200 $ 1,30000 27.0 MECHANICAL - HVAC 271 Repair / Replace Damaged HVAC Duct EA 11 Ill oo $1z 221 00 272 Re air / Replace Damaged HVAC Duct EA 21 1 111 Oo $ 273 Repair / Replace Damaged HVAC Duct EA 1 1,11, 00 $ 274 Repair / Replace Damaged HVAC Duct Eq 1 1,11100 $ PART Vill: ARCHITECTURAL REPAIRS 36.0 BRICK / MASONRY REPAIRS 352 Masonry Unit Repair/ Replacement SF 100 7300 $ 7,300 00 35 3 Mason Unit Repair Capstone L F 50 2000 $1,000 00 PART IX: METALWORK 41.0 STEEL STAIRS 41 1 Replace Stair Treads - Precast Performance Design L S 1 ss,aso 00 $ ss,sao 00 412 Replace Stair Treads EA 60 34400 $ 206400 41 2A Replace Stair Treads -Starter Tread EA 7 $ 2,83500 41 3 Paint Hand Stringers and Handrail L S 1 1s,920 00 $ 16,9200 41 4 Re lace Landing-CIP Metal Pan EA 7 $ 31,780.00 43.0 MISCELLANEOUS METALS 432 Repair Hand Rail L S 1 1,73800 $ 1,738.00 434 6" Bollard - New EA 52 73n on 37,960-00 435 6" Bollard - Remove and Replace EA 7 33000 $ 9,310 oo 46.0 PAINTING 451 Paint Traffic Markings L S 1 a,szo 00 $ 4,620 00 452 Paint Concrete Columns - Elastomenc EA 14 $6,300.00 454 Paint Slab Edge - Elastomenc LF 1760 225 $ 3 Pro an 455 Paint Top Level Stub Columns - Elastomenc EA 4 15000 $ 456 Paint Structural Steel L S 1 I 4.goo.no $ 4,80000 C2 1-2 73.0 FLASHING 731 Wall Flashing — Metal LF 110 85 00 $ s,35o 00 73 2 Wall Flashing — Metal EA 2 50 00 $ 84•0 EIFS FAPADE 100 00 84 1 Repair Existing EIFS Cladding SF 110 $ 12.10000 84 2 Repair EIFS Cracks LF 50 50 oo $ z,5oo 00 95.0 DOORS AND WINDOWS 95 1 Re -anchor Faux Window Frame EA 30 1oo oo $ 3,00000 BASE BID TOTAL $ 979,339 00 State BASE BID cost, which will be the basis of award Nine Hundred Seventy-nine Thousand, Three Hundred Thirty-nine Dollars (in words) C2.1 LIST OF ALTERNATES A This Section identifies potential changes in the work under consideration for this contract The Owner reserves the right to accept any or all of the listed Alternates, regardless of the order of their listing B For each of the Alternates listed below, state the total amount to be added to, or deducted from, the total contract amount if the individual Alternate is selected for inclusion in the contract scope Amount shown shall include all costs to perform the Work, no extras will be permitted for failure to consider such items as extra permits, overtime, weather protection, etc Painting Ceilings and Columns State added cost to paint all unpainted concrete ceilings and columns on all levels Refer to Section 09900 Painting for Materials and Other Requirements One Hundred Ninety-two Thousand Dollars (in words) ($ 192,00000 ) (numbers) Submitted By Type or print firm name Slater Waterproofing, Inc Authorized Signature' Date. 1 1216 C2 1-3 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 or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bald Name and Address of State Class AIR Dollar % of Items) Subcontractor License Number amount Contract Number 271 272 1273 274 411 412 Ramon Welding 694303 C-60 100003g0'1 $141,35500 14% 41 2A 41 4, 432 All Star PT 21 1 21 2 2144 Arden Circle 833636 C-50 1000023972 $51,800 00 0 5/o 216,217 Corona, CA 92882 Calrforma Concrete Cleaning 26,161 10722 Arrow Rte, Unit #108 516922 C-61 1000008675 $75,850 00 7% Rancho Cucamonga, CA 91730 D-38 By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2 That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 1 12 16, at Mnntclair , CA - Date City State Merle M Slater. Jr , being first duly sworn, deposes and says that he or she is Vice President of Slater Water mofing, Inr_ 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. Slater Waterproofing, Inc Name of Bidder Signature of Bidder 5577 Arrow Hwy, Montclair, CA 91763 Address of Bidder C4 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen. The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the MAIN PROMENADE PARKING STRUCTURE IMPROVEMENTS, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved " The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Date: 1 12 16 C-5 Slater Waterproofing, Inc Contractor -' 4.4-rn,��- By Vice President Title DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, 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 W No If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date: 1 12 16 C-7 Slater Waterproofing, Inc Contractor By Vice President Title BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Slater Waterproofing, Inc Bidder Name 5577 Arrow Hwy Business Address Montclair, CA 91763 City, State Zip (qna ) 985-9100 Telephone Number 373368 A. B. C33, C61/D51 State Contractor's License No. and Class February 22, 1977 Original Date Issued Expiration Date The work site was inspected by Chad Game l l of our office on 1/5 ' _ . 2016. The following are persons, firms, and corporations having a principal interest in this proposal: Larry McCauley Merle M Slater, Jr The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. Slater Waterproofing. Inc Comnanv Name „ „ , Signature of Bidder MPrIP M Slater Jr Printed or Typed Signature Cnhscrihed and sworn to before me this day of , 201_ CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County ofSarl' rL:tJ1 3 On Ya • I U before me, P'_- 1-Q nara personally appeared CIVIL CODE § 1189 'I&Y r/sn i o a)wr�A POW1 Here Insert Name and Title otthe Officer Signer(s) who proved to me on the basis of satisfactory evidence to be the personW whose namW is/W subscribed to the within instrument and acknowledged ALA A. 9MR0N to me that he/may executed the same in CowUW • 20210M his/h etr authorized capacityk ' and that by a No" PIINic - Cuiforta z San Bete his/ ietr signatureK on the instrument the Cam,E= AmZO.t011 personor, or the entity upon behalf of which the personKacted, executed the instrument I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct WITNESS my hand and official seal Signature Place Notary Seal Above Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document Description of Attached ocument �, - I , ` Title or Type of Document NU,11 Prb nir'!'1a1J1.. �Cv1,lC.t u .�YU V'� � A)b�) S L I� Document Date 1 ' L l to Number of Pages Signer(s) Other Than Named Above (yy� _ems Capacity(ies) nCllaiimed by Signer(s) _ er's Name t � LTV Lf— M S t��M'�Erporate er's Name Si7CCorporate Officer — Title(s) 1 Officer — Title(s) ❑ Individual ❑ Individual ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other ❑ Partner — ❑ Limited ❑ General ❑ Attorney In Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other Signer Is Representing Lifts 1r'k,'jigner Is Representing © 2012 National Notary Association • NationalNotary org • 1-800-US NOTARY (1-800-876-6827) Item #5907 Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: l Raintree 1200 Riverside LLC c/o Martin Young - 28202 Cabot Road, Suite #300, Laguna Niguel, CA 92677 2. Name and Address of Public Agency Name and Telephone No. of Project Manager: Martin Young 818-843-2441 $869,000 00 Coating & Concrete Repair 10/2015 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Caulking and Epoxy Injection Judicial Council of Califomia Administrative Office of the Courts Office of General Counsel - 455 South Golden Gate Ave San Francisco CA 94102 Judicial Council of California Administrative Office of the Courts Office of Court Construction and Management - 455 South Golden Gate Ave San Francisco CA 94102 - 415-865-4040 Name and Address of Public Agency Name and Telephone No. of Project Manager: Moiz Baig - 714-830-6109 $1 Mil Coating & Concrete Repair 8/2012 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Expansion Joints, Spall Repair and Epoxy Injection 3 LA County of Public Works - 900 S Fremont Ave , Alhambra, CA 91803 Name and Address of Public Agency Name and Telephone No. of Project Manager $440,000 00 Contract Amount Matt Dugan - 213-252-9506 Coating & Concrete Repair Type of Work Provide additional project description to show similar work: Caulking and FpoxyInipction C-9 12/2015 Date Completed Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. Chad Gamell Name of proposed Project Manager Telephone No. of proposed Project Manager: 1200 Riverside Parking Garage - 951-531-3115 contract #011-01566-001 $870,000 00 Coating 8/15 Project Name & Contract Amount Type of Work Date Completed North Coast Village HOA $118,000 00 Concrete Repair 12/15 Project Name & Contract Amount Type of Work Date Completed Glasshouse Square Parking Structure $440,000 00 Coating / Concrete Repair 5/2014 Project Name & Contract Amount Type of Work Date Completed 2. Anwar Alelo Name of proposed Superintendent Telephone No. of proposed Superintendent. 951-300-6210 PS 8 Level 4 Deck Surface Repair Phase 1 $831,000 00 Coating / Concrete Repair 4/11 Project Name & Contract Amount Type of Work Date Completed Long Beach Court Building $1 Mil Coating 8/12 Project Name & Contract Amount Type of Work Date Completed DPW - Downtown Mental Health Center Construction (Part 1) - 1401AED-001 00 $440,000 00 Coating / Concrete Repair 12/15 Project Name & Contract Amount Type of Work Date Completed C-10 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771.1(a)), passed by the California State Senate on June 20, 2014, established a new public works Contractor Registration Program, which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations (DIR) Currently the annual non-refundable registration fee for Contractors is $300. Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 http://www.dir.ca.gov/DLSE/PublieWorks/SB854FactSheet 6.30.14.pdf DIR's Contractor Registration Link — Call (844) 522-6734 https://efiling.dir.ca.gov/PWCR/ActionServlet?action=displayPWCRegistrationFonn DIR's Contractor Registration searchable database: https://efiling.dir.ca.gov/PWCR/Search.action I am aware and will comply with the provisions of Labor Code Section 1771.1(a) which states: "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029 1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded" I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid. Date: 1 12 16 D-11 Slater Waterproofing, Inc Contractor By Vice President Title City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUMNUMBERONE For HMAIN PROMENADE PARKING STRUCTURE IMPROVEMENTS CC NO. 1534 in the CITY OF HUNTINGTON BEACH December 28, 2015 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions. 1) Prime Contractor submitting bids for this project shall have an "A" or "B" license. This is to acknowledge receipt and review of Addendum Number One, dated December 28, 2016. SI./71 E/Z yt% E2 �2�a �l , iN e, Company Name By 12�2f3�1S Date T— All bidders must acknowledge and include the receipt of this Addendum with your bid proposal U. S. SPECIALTY INSURANCE COMPANY 9841 Airport Blvd, 9`h Floor Los Angeles, CA 90045 (310) 649-0990 FAX (310) 649-0416 Bond No CSBA-1012 BID BOND t The language in this document conforms to the language used in American Institute of Architects (ALA) Document A310, February, 1970 edition KNOW ALL MEN BY THESE PRESENTS, that we Stater Waterproofing, Inc 5577 Arrow Hwy, Montclair, CA 6%ractor (Name and Address) .i fl as Principal, hereinafter called the Principal, and U S SPECIALTY INSURANCE COMPANY t a Texas corporation, as Surety, hereinafter called the Surety, are held and firmly bound unto City of Huntington Beach, 2000 Main Street, Huntington Beach, CA 92648 Owner (Name and Address) as Obligee, hereinafter called the Obligee, in the sum of Ten Percent of Amount Bid ; Dollars ($ 10% ) for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, Jointly and severally, firmly by these presents WHEREAS, the Principal has submitted a bid for Main Promenade Parking Structure Improvements (Name, Address and Description of Project) x c 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 5th day of January 2016 s Slater Waterproofing, Inc (Vhncipal) (Seal) By U S SPECIALTY INSURANCE COMPANY (Seal) I Name Larr� nicCa I P_� By Tite es men Dwight Reilly Attorney -in -Fact ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the Identity of the Individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document State of California County of Orange ) On January 5. 2016 before me, Karen L Ritto, Notary Public (insert name and title of the officer) personally appeared Dwight Reilly who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/aNx subscribed to the within instrument and acknowledged to me that he dtWexecuted the same in hisbbeetbbeaxauthorized capacity*s), and that by his&xxYftetxsignature(A) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct WITNESS my hand and official seal : KAREN L RITrO COMM #2138527 r Notary Public -California r ORANGE COUNTY a `' •' My Comm EXP1res Dec 30, 2019I Signature (Seal) Karen L Rltto I�' r III' il'ii I,' ii ii, II �I POWER OF ATTORNEY AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY iiii' lu' d KNOW__=ALL -XIEN BY THES tzES , Vm ican Contractors I1n 6mm I',I; l"oni�any, a Califorma2c ir�c texas _ _ _ hull 9111u,11'll^111o1 Ilh'J',,� a°Villl — — — — Bonding Company; an assumed name _ ris is ri Z actors Indemrii ityll , il! Id tS a>Zy, i p I it'I"II IIIII�States Surety Co1� any � N r arrZ corporation and U S Specialty Insu� ce-�pan�a,I exas corporation (colllleciiv' ly, the `Companies"), do by tW pr�sdifs make, - constitute and appoint Daniel Huckabay, Andrew Waterbury, Arturo Ayala or Dwight Reilly of Orange, California I';'ol, Ilpl'lll�' II'll�l;llo��lj°dill, fs u ari la u ttorney(s)-m-fact,ll�eac inl lltihei�I separa a capacity if in-a-e ar r�is I ove, with fu1LRower=aa3=authority_ III ill IIV, lull' III,, g II q Ih' _ _�ie�y-conf6r6FdW is name, placeland s llelad,!Ito e�l�cutellII;-1 cknowledge air i a l rids, recogmza�rces, unde>takings =or afher instruments or contracts j of suretyship t0 include riders, ani�me�il consents of surety, providing -the bond penalty does not exceed ******Ten Million****** Dollars ($ *10,000,000 00* ) This Power of Attorney shall expire without further action on December 20, 2017 This Power of Attorney is granted under and by authority of -the following resolutions adopted by the Boards of Directors of the Companies _ _-—_ ,L. �lall'ur�,,, 9RIIIVI;p 18'I�II4�G111''11, _Bert=Resolved, that the -President, any Vlce-Pr&Uent any Mrs ire -President, any,Slecret li�i� Ilil yliAsi Iltll all' I Sall�"Ilelltary shall be anc6s he��_estad w -fdf —__ power and authority to appoint any one or rnoresurta6le c_a tto ey(s)-m-Fact to ieseril is d aCt fof dl li�l bE alf of the CompaiRuWe�i the�lfo�mr_ provisions i, l''ll' �I' 111II Jlli j jI�I J �Ill�i�lllljlll' = T - "Ilill'l jl llplllb I,III9III.I =- Attorney -in -Fact may be given full power aad authority for and m the name of and on behalf'of the Company, to execute, acknowledge and deter, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attomey-m-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secr_e_tary _ __ l' �p i,l'Ipulll' l;ll"r„� II,'ll'PII, 1�III ,dlll'I — Be iitResolued= tha6 t ignature of any authonzedI'officler I, III seaal of,thel Company hereto e or hereof � ed_aa ower of attomey_or aay=cemfcate relating_ _ — �fiereto l iacsitnr} aneany power of attorney or ce'> ific ke b'ed ing facsimile signature or of csmale seal s�fflr_ Md bmduig upon the Company with respect to III; 11111 '1'll'''llll 9blllja"illll'"' — an�bond or un3erf-akmg to which rt Is attached ,III I,, IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 1 st day of December, 2014 - AMERICAN CONTRAC'LORS=INDEMNITY COMPANY TEXAS BO I C� COMPANY - --- 'I n'lll vV 'III, h IIVI II IIVI _ `--- -= UNITED TES-5-ffi2T MWANY U.S. SPECI�IT IT '''�1VISURANdE OMPANY — =— =Co orate -Seals= r I' "I - = - ;'p!'h l��Il', I II I' 'I II III' tAc� �o ins.ra = - -_ i ° q- 'lllillllll''� liji'rl�'lliul ' l =s ■caronaEo �_ ='o S= Ex r=__ _ %o=_ y i =Y V_ Y `C �7 r F= _� o 2 ,,1 y; Daniel P. Aguilar, Vice President ''o �UFORtl�P pc`�� '�" *uu„OF'n�,.. — _- illp'P14,9� 'I�°u'i I''�li I�Idi��ld� takpn cFzg o0er officer completing, this;llc&tificatal uIhQ only the identitFMof &-eEj iV@uMlffi t d the - oeumenttoL 10-c— Mrs certificate is attache ii;I d notltligljt iit)ifiilIlness, accuracy, o �alidi of twat d-ocutn StafeoUCalifomia County of Los Angeles SS On this 1st day of December, 2014, before me, Maria G Rodriguez -Wong, a notary public, personally appeared Dan P Aguilar, Vice President of American Contractors=Indemnity Company, Texas Bonding Compaq U�iited States Surety Company and U S (Specialty nsurance Company who proved to me on_ the_basrs of -satisfactory evidence to be the persai whose Vim_ iihscnbed to the t�+ithm lin§trumet�t a I��ac l olKil'edged to me that he exe u e same i _— - 'I�I'ill"' IIPIII'I 'I'll IIVI li'NI� III'llll'll All" authorized capacity, --and that by his srgna on tfiftis-min nt perscl or the enEdity,luporil!Il�ielialfldfilllwl icl ttie �erson acted, exe�tec the ns ent _- — — 'I'ol,h �1 jjl 'iil�ji�il'IlpIi��II�II�jIw Il�ll�'�iijl 'VIIIIdIidIllll I certify under PENALTY OF PERJURYdri er t -&aws of the State of Califomia that thel foregoing paragraph is true and correct WITNESS my hand and official seal - - - - r - I a MARIA G RODRIGUEI-YYONG Comrmssion #i 2049111 Signature — (Seal), = 0 Notac%-RutillF�_ ahforma Z - �=- - III 'fill plod a lllil IoIjI = _—_ �Ot15 my 20, 2017 t I. Michael Chalekson , Assistant Secretary of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U S Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect, furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect y _ - __ , I,''llll'nlil�llj„I Iool Ilarl Iliil, ilPllh �_ _ ri Witness�7Vl►eieof, I have hereunto s� hand d f%1 the seals of s idll;l11'omp tles�i,a� IIos I tgeles, Califoi s i of January 201r — lj;ll,jlllllill, p II ..II„I,i6�,1 = - ` — -- lnilll'I'Ili Corporate Seals "a �Toa ns'SURr, ,,,,No S/N ``��os/.o�;�E e""".�0o �o': o _CSB-- — 1012Bond 0_ —Michael �I � i' ,' Ill lip 111I 1 i1'lIN'I "''(III I U, 0Fm"�� =_nmmu Chalekson, Assistant Secreta-ry- City of Huntington Beach 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachca.gov Office of the City Clerk Joan L. Flynn, City Clerk April 1, 2016 Structural Group, Inc 1332 N Miller St Anaheim, CA 92806 RE Main Promenade Parking Structure Improvements — CC-1534 Enclosed please find your original bid bond for CC-1534 Sincerely, Joan L Flynn, CIVIC City Clerk JF pe Enclosure Sister Cities Anjo, Japan ♦ Wartakere, New Zealand 4" STRUCTURAL GROUP, INC CA License No 776932 1332 N Miller Street Anaheim, CA 92806 tt?vo City of Huntington Beach MAIN PROMENADE PARKING STRUCTURE IMPROVEMENT! Project Cc# 1534 2000 Main street Huntington Beach, CA r '9 A �V 4 �k� C"" xi .1"'i "T SECTION C PROPOSAL for the construction of MAIN PROMENADE PARKING STRUCTURE IMPROVEMENTS CC No. 1534 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 85 working days, starting from the date of the Notice to Proceed BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc , and will be guaranteed for a period of sixty days from the bid opening date If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void Accompanying this proposal of bid, find Bidder's Bond in the amount of Bond 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 for_% ", as the case may be) Any standard Surety Bid Bond form is acceptable Bidder shall signify receipt of all Addenda here, if any Addenda No. Date Received htWers Signature 1 12/21 /2015 C-2 SECTION C2.1 - PROJECT BID SCHEDULE C2.1 LIST OF UNIT PRICES WORK ITEM DESCRIPTION UNITS QUANTITY UNIT PRICE EXTENSION 1 0 GENERAL REQUIREMENTS 1 1 Pro ect Mobilization L S 1 3 2&$ $ 3268 1 2 Concrete Formwork Incidental 1 3 Concrete Shores and Reshores Incidental 1 4 Concrete Reinforcement Incidental 1 5 1 Temporary Si na a Incidental PART II• CONCRETE FLOOR / CEILING SURFACES 20 FLOOR SURFACE PREPARATION 261 Floor Preparation - Traffic Topping / Membrane Removal S F 25000 2,57 $ 64,256 30 CONCRETE FLOOR REPAIR 31 Floor Repair - Partial Depth / Shallow S F 400 52 0-1 $ 20,827 33 Floor Repair - Full Depth S F 100 `j 2. $ 5 $ 7285 35 Floor Repair - Slab Replacement S O G S F 250 "] $ 9168 40 CONCRETE CEILING REPAIR 41 Ceiling Repair - Partial Depth / Shallow S F 300 l4 5 5 $ 43,676 43 Ceiling Repair - Remove Loose Concrete L S 1 5 U 1U , $ 5016 PART III: STRUCTURAL CONCRETE FRAME REPAIRS 50 CONCRETE BEAM AND JOIST REPAIR 51 Beam Repair - Partial Depth / Shallow S F 20 235 25 $ 4705 57 Beam Repair - Grout Pockets S F 100 121 -1 $ 12,175 60 CONCRETE COLUMN REPAIR 61 Column Repair - Partial Depth / Shallow S F 50 f 2 v t✓ $ 6048 70 CONCRETE WALL REPAIR 7 1 Wall Repair - Partial Depth / Shallow S F 25 20 , v8 $ 5052 72 Wall Repair - Partial Depth / Deep S F 10 $ 3089 10.0 EXPANSION JOINT REPAIR AND REPLACEMENT 106 Expansion Joint - Silicone Seal L F 300 2S .1 b $ 8429 110 CRACK AND JOINT REPAIR 11 1 Rout & Seal Cracks and Joints L F 2000 ^7 . $ 15,280 11 2 Repair Crack / Joint Sealant L F 2200 . qL, $ 20,808 11 3 Vertical Joint Sealant L F 150 q, Ll (,, $ 1419 11 5 E xy injection L F 750 315.11 $ 26,335 11 7 Cove Sealant L F 2300 9 (5 $ 21,055 C2 1-1 160 TRAFFIC TOPPING 161 Traffic Topping - Vehicular S F 90500 5.5L, $ 502,825 164 Traffic Topping - Recoat Partial System) S F 350 ly1 $ 2685 21.0 P/T SYSTEM REPAIR - MONOSTRAND 21 1 Inspect P/T Tendon Anchorage EA 2 331. 0 $ 663 21 2 Protect Exposed P/T Tendons L F 10 3 b $ 1342 21 6 Tendon Splice Coupling Center -Pull EA 2 l O .f7 D $ 3621 21 7 Tendon Splice Coupling (Single) EA 2 2 238, $ 4477 21 9 P/T Tendon Material L F 20 `LOo $ 4000 240 SPECIAL P/T REPAIR SYSTEMS 241 Barrier Cable - Tighten Cables EA 63 2 01 5 $ 13,063 242 Barrier Cable - Replace Damaged Cable L F 5000 $ $ 19,441 PART VII MECHANICAL / ELECTRICAL SYSTEMS 25.0 MECHANICAL - DRAINAGE 252 Mechanical - Supplementary Floor Drains EA 1 i a21. $ 1927 253 Mechanical - Pipe and Hangers L F 25 2,8 $ 2321 270 MECHANICAL - HVAC 271 Re air / Replace Damaged HVAC Duct EA 11 1 n 01 $ 11,088 272 Repair/ Replace Damaged HVAC Duct EA 21 1160 05 $ 26,461 273 Repair/ Replace Damaged HVAC Duct EA 1 1 q- 00 $ 1260 274 Repair / Replace Damaged HVAC Duct EA 1 11(aD $ 1260 PART VIII: ARCHITECTURAL REPAIRS 350 BRICK / MASONRY REPAIRS 35 2 Masonry Unit Repair / Replacement SF 100 $ 5643 353 Masonry Unit Repair Capstone L F 50 5 0 $ 2507 PART IX- METALWORK 410 STEEL STAIRS 41 1 Replace Stair Treads - Precast Performance Design L S 1 000 7500 $ 412 Replace Stair Treads EA 60 -15. u v $ 4536 41 2A Replace Stair Treads -Starter Tread EA 7 -1 '3 , $ 529 41 3 Paint Hand Stringers and Handrail L S 1 LI(e U('5 $ 46 665 414 Replace Landing -CIP Metal Pan EA 7 2$C�(v.51 $ 20,066 43.0 MISCELLANEOUS METALS 432 Repair Hand Rail L S 1 1,cl',d $ 6930 434 6" Bollard - New EA 52 q(y ( 3 $ 50,343 435 6" Bollard - Remove and Replace EA 7 10 1 $ 7600 450 PAINTING 451 Paint Traffic Markings L S 1 21 6q $ 21,642 452 Paint Concrete Columns - Elastomeric EA 14 22 t, 19 $ 3175 454 Paint Slab Edge - Elastomeric LF 1760 1 , h I $ 2661 455 Paint Top Level Stub Columns - Elastomeric EA 4 T%, 2-5 $ 353 456 Paint Structural Steel L S 1 15 $( N $ 15,814 C2 1-2 73.0 FLASHING 731 Wall Flashing - Metal LF 110 Ql, 18 $ 10,580 732 Wall Flashing - Metal EA 2 b o c,_ 5 $ 2013 840 EIFS FA ADE 841 Repair Existing EIFS Cladding SF 110 D $ 3634 842 Repair EIFS Cracks LF 50 q , o2. $ 451 95.0 DOORS AND WINDOWS 95 1 Re -anchor Faux Window Frame EA 30 t y $ 4329 BASE BID =TOTAL$ 1,091,296 State BASE BID cost, which will be the basis of award One million ninety one thousand two hundred ninety six Dollars (in words) C2.1 LIST OF ALTERNATES A This Section identifies potential changes in the work under consideration for this contract The Owner reserves the right to accept any or all of the listed Alternates, regardless of the order of their listing B For each of the Alternates listed below, state the total amount to be added to, or deducted from, the total contract amount if the individual Alternate is selected for inclusion in the contract scope Amount shown shall include all costs to perform the Work, no extras will be permitted for failure to consider such items as extra permits, overtime, weather protection, etc 1 Painting Ceilings and Columns State added cost to paint all unpainted concrete ceilings and columns on all levels Refer to Section 09900 Painting for Materials and Other Requirements Two hundred eight thousand nine hundred sixty Dollars (in words) ($ 208,960 ) (numbers) Submitted By Type or print firm name STRUCTURAL GROUP INC Authorized Signatu Date 01/10/2016 C2 1-3 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 or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor Bid Item(s) - Name and Address of Subcontractor State License Number Class ,DIR Number Dollar Amount % of Contract 27 Bradley Mechanical 748290 C20 1000031052 $32,000 22 45 2-6 Techno Coatings 296517 C33 1000005841 $17,500 17 By submission of this proposal, the Bidder certifies That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing 2 That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 1/11/1C at ANAHEIM , CA Date Cary State MIKE SZOKE , being first duly sworn, deposes and says that he or she is ASSISTANT SECRETARY of STRUCTURAL GROUP, INC the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation, that the bid is genuine and not collusive or sham, that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding, that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract, that all statements contained in the bid are true, and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid STRUCTURAL GROUP INC Name of Bidder Signature --off Bidder 1332 N Miller St Anaheim CA 92806 Address of Bidder C-4 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the MAIN PROMENADE PARKING STRUCTURE IMPROVEMENTS, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved " The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein Date 01 /10/2016 C-5 STRUCTURAL GROUP INC Contractor Mike Szoke By ASSISTANT SECRETARY Title DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, 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 L:k No If the answer is yes, explain the circumstances in the space provided Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract Date 01/10/2016 C-7 STRUCTURAL GROUP INC Contractor Mike Szoke By ASSISTANT SECRETARY Title BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct STRUCTURAL GROUP INC Bidder Name 1332 N Miller Street Business Address Anaheim CA 92806 City, State Zip ( ) (714) 891-9080 Telephone Number 776932 Class A State Contractor's License No and Class 03/31 /2000 Original Date Issued 03/31 /2016 Expiration Date The work site was inspected by JUSTEN NERO of our office on Dec 16th 52015 The following arc persons, firms, and corporations having a principal interest in this proposal The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth STRUCTURAL GROUP INC Company Name Signature of Bidder U MIKE SZOKE Printed or Typed Signature Subscribed and sworn to before me this _ day of , 201_ NOTARY PUBLIC (PLEASE SEE ATTACHED) NOTARYSEAL C-a Z,ALIFORNIA sa•.caNv�Y_c� _sa•_c���t�•_ C.l', .. _c�t/.c� .sue<_s� .� oa _sue _TY.s�Nsa _s�N_E� _s�� AO:aN_:� .a�A�' sw si cw _ S.. .c�C�• Civsi`_c� _cat! A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document State of California County of Orange On January 12, 2016 before me, Patricia Ann Schnabel Date Here Insert Name and Title of the Officer personally appeared Michael T Szo e NameyJ of Signer(o who proved to me on the basis of satisfactory evidence to be the person* whose name(er [sue subscribed to the within instrument and acknowledged to me that hem executed the same in hisA4oW#i&# authorized capacity", and that by h[sAierRt Virsignature(a) on the instrument the persor*af, or the entity upon behalf of which the persor#*acted, executed the instrument I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct WITNESS my hand and official seal. PATRICIA ANN SCHNABEL Commission N 2047777 Signat re a •i Wary Puarc - Calitornif =Signature of Nofa PublicZ Orange CountyNotary 3 My Comm. Expires Nov 2 2017 0-00000 Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document Description of Attached Document Title or Type of Document HB Main Promenade Parking Bid Doc s Document Date January 12, 2015 Number of Pages. 1 Signer(s) Other Than Named Above N/A Capacity(ies) Claimed by Signer(s) Signer's Name Michael T. Szoke ® Corporate Officer — T[tle(s). Assist. Secretary El Partner — ❑ Limited U General Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other Signer Is Representing Structural Croup Inc Signer's Name N/A ❑ Corporate Officer -- Title(s) ❑ Partner — ❑ Limited [I General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other. Signer Is Representing. 02014 National Notary Association - www NationalNotary org - 1-800-US NOTARY (1-800-876-6827) Item #5907 Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years Westfield, LLC 2800 N Main Street Santa Ana, CA Name and Address of Public Agency Name and Telephone No of Project Manager Thad Miguez 714-547-7877 $1,020,000 Concrete repairs and traffic Coatings 10/2015 Contract Amount Type of Work Date Completed Provide additional project description to show similar work Concrete Beam enlargements. concrete deck repairs. Post Tensionin 2 Grand Champions, LLC 44-600 Indian Wells Lane Indian Wells, CA 92210 Name and Address of Public Agency Name and Telephone No of Project Manager Sixto Ramirez (760) 341-1000 $230,000 Concrete Repair and Traffic Coating 12/2012 Contract Amount Type of Work Date Completed Provide additional project description to show similar work Concrete Deck Repairs, Beam Strengthening, Expansion Joint Replacement, Painting, Traffic Coating, Barrier Cable Repairs SIMON Properties, LLC 6997 Friars Road San Diego, CA 92108 Name and Address of Public Agency Name and Telephone No of Project Manager Michael Simpson (619) 297-3381 $251,000 Concrete Deck Repairs, Painting 06/2015 Contract Amount Type of Work Date Completed Provide additional project description to show similar work Beam Strengthening-FRP, Concrete Deck Repairs, Painting C-9 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years These projects do not have to be under the employment of the bidder of this project Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein 1 Jacob Pardon Name of proposed Project Manager Telephone No of proposed Project Manager 714-782-1519 Westfield Mainplace Mall $1,020,000 Concrete repair Project Name & Contract Amount Type of Work Fashion Valley Mall $251,000 Concrete Repair/Painting Project Name & Contract Amount Type of Work 10/2015 Date Completed 06/2015 Date Completed Hazard Center Parking Structure Concrete Repair 10/2015 Project Name & Contract Amount Type of Work Date Completed 2 Sam Eckenrod Name of proposed Superintendent Telephone No of proposed Superintendent 714-782-1531 Westfield Mainplace Mail $1,020,000 Concrete repair Project Name & Contract Amount Type of Work Fashion Valley Mall $251,000 Concrete Repair/Painting Project Name & Contract Amount Type of Work 10/2015 Date Completed 06/2015 Date Completed Hazard Center Parking Structure Concrete Repair 10/2015 Project Name & Contract Amount Type of Work Date Completed C-10 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771 1(a)), passed by the California State Senate on June 20, 2014, established a new public works Contractor Registration Program, which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations (DIR) Currently the annual non-refundable registration fee for Contractors is $300 Each contractor to whom a public works contract has been awarded shall sign the following certificate DIR FACT SHEET on SB 854 http //www dir ca gov/DLSE/PublicWorks/SB854FactSheet-6 30 14 pdf DIR's Contractor Registration Link — Call (844) 522-6734 https //efilmg dir ca gov/PWCR/ActionServlet9action=displayPWCRegistrationForm DIR's Contractor Registration searchable database https //efilmg dir ca gov/PWCR/Search action I am aware and will comply with the provisions of Labor Code Section 1771 1(a) which states "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725 5 It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029 1 of the Business and Professions Code or by Section 10164 or 20103 5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725 5 at the time the contract is awarded " I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid Date 01 /10/2016 DIR # 1000007650 D-11 STRUCTURAL GROUP INC Contractor Mike Szoke By Assistant Secretary Title THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE Structural Group, Inc 10150 Old Columbia Road Columbia, MD 21046 as Principal, hereinafter called the Principal, and Fidelity and Deposit Company of Maryland 1400 American Lane, Tower I, 18th Floor Schaumburg, IL 60196-1056 a corporation duly organized under the laws of the State of MD as Surety, hereinafter called the Surety, are held and firmly bound unto City of Huntington Beach 2000 Main Street Huntington Beach, CA 92648 as Obligee, hereinafter called the Obligee, in the sum of Ten Percent of Amount Bid Dollars ($ 10% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents WHEREAS, the Principal has submitted a bid for Main Promenade Parking Structure Improvements, 200 Main Street - CC No 1534 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect Signed and sealed this 12th Gennifer Bdrns (Witness) day of January Structural Group, Inc 2016 (seat) i Y to- w !- Jo o de Gaubert, Asst. Secretary (T410 ,,°°Q�t,> Fidelity and Deposit Company of Maryland Q " ( Suret (Seal) ron Weller (Witness) ]�90 a Attomey-in-Fact Robert A Chlada (Tine) AIA DOCUMENT A310 • BID BOND • AIA • FEBRUARY 1970 ED • THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N Y AVE, N W , WASHINGTON, D C 20006 a � G-23208-B ss STATE OF Maryland COUNTY OF Baltimore I, Diane S Loughry Notary Public of Baltimore County, in the State of Maryland do hereby certify that RobertA Chlada Attorney-m-Fact, of the Fidelity and Deposit Company of Maryland who is personally known to me to be the same person whose name is subscribed to the foregoing instrument, appeared before me this day in person, and acknowledged that he signed, sealed and delivered said instrument, for and on behalf of the Fidelity and Deposit Company of Maryland for the uses and purposes therein set forth Given under my hand and notanal seal at my office in the City of Hunt Valley in said County, this 12th day of January A D., 2016 p Notary Public Diane § Lou ry My Commission expires November 16, 2016 FIDELITY AND DEPOSIT COMPANY OF MARYLAND 600 Red Brook Blvd, Suite 600, Owings Mills, MD 21117 Statement of Financial Condition As Of Decembei 31, 2014 ASSETS Bonds Stocks Cash and Short Term Investments Reinsurance Recoverable Other Accounts Receivable TOTAL ADMITTED ASSETS LIABILITIES, SURPLUS AND OTHER FUNDS Reserve fot Taxes and Expenses . ......... . Ceded Reinsurance Piemtums Payable Securities Lendmg Collateral Liability TOTAL LIABILITIES Capital Stock, Paid Up $ Surplus Surplus as iegaids Pollcyholdeis . .... . TOTAL 5,000,000 163,472,717 $ 142,720,308 2138163223 2,0773768 10,375,303 46,778,921 $ 223,768,523 $ 1,321,332 49,965,411 4,009,064 $ 55,295,807 168,472,716 $ 223,768,523 Securities carried at $58,191,540 in the above statement ate deposited with various states as requned by law Securities canied on the basis prescribed by the National Association of Insuiance Commisstoneis On the basis of market quotations for all bonds and stocks owned, the Company's total admitted assets at December 31, 2014 would be $227,936,393 and surplus as regards policyholders $172,640,586 I, DENNIS F KERRIGAN, Corporate Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing statement is a con ect exhibit of the assets and liabilities of the said Company on the 31st day of December, 2014 l r V / / `1 ` 01 poi ate Seci etar y State of Illinois City of Schaumburg SS. Subscribed and sworn to, before me, a Notary Public of the State of Illinois, in the City of Schaumburg, this I Sth day of March, 2015 (5.,ynl , .l� Notary Public DARRYL JU �E R oFRICIAL SEAL L ry Public State of llhrwi� Cammission Expires k February 24, 2010 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS That the ZURiCH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Joseph A. PIERSON, Robert A. CHLADA, Cynthia M. CHARVAT, Dennis C. OURAND, Steven A. DZURIK, JR., John J. MARKOTIC and Diane S LOUGHRY, all of Hunt Valley, Maryland, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York, the regularly elected officers of the COLONIAL AMERiCAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland, and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland, in their own proper persons The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 24th day of August, A D 2015 ATTEST: M ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND �uSiy� ` �p ptlpf� ....iNSt�,p SEAL o: ` E'�—•—° 05 ' pp 1pti v.�.n s y71•..• �, �j� Secretary Vice President Eric D Barnes Thomas O McClellan State of Maryland County of Baltimore On this 24th day of August, A D 2015, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, THOMAS O MCCLELLAN, Vice President, and ERIC D BARNES, Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations iN TESTIMONY WHEREOF, 1 have hereunto set my hand and affixed my Official Seal the day and year first above written Constance A Dunn, Notary Public My Commission Expires July 9, 2019 POA-F 025-0056C EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attornevs-in-Fact The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recogmzances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto, and may with or without cause modify of revoke any such appointment or authority at any time " CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate, and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force 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 ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998 RESOLVED "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company " 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 COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and 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 INTESTIMONY WHEREOF I have he eunto subscribed my name and affixed the corporate seals of the said Companies, this % y of -J ✓O 20 „...,.....,w � 1NS0,yy 1-4 00"W4 ''raw ..„•"� Michael Bond, Vice President PROPOSAL For City of Huntington Beach MAIN PROMENADE PARKING STRUCTURE IMPROVEMENTS Project CC# 1534 2000 Main Street Huntington Beach, CA Date: 1/12/2016 Proposal No.: 421954 This Proposal is submitted to: City Of Huntington Beach Department Of Public Works 2000 Main Street Huntington Beach, CA Submitted by: Justen Nero, Estimator Direct: 714-782-1516 struc'tur'al A Structural Group Company Structural Group, Inc. • CA License #776932 1332 North Miller St. • Anaheim, CA 92806 • Phone: 714-891-9080 • Fax: 714-897-0163 www.structural.net PROPOSAL # 421954 Repairs to Main Promenade Parking Structure low ABOUT STRUCTURAL GROUP With member companies dating back to 1902, Structural Group is firmly str1 llIcl rbI committed to its mission of sustaining and enhancing our customers' lr t�l! infrastructure. As a recognized leader in the specialty construction group industry, Structural Group delivers turnkey solutions that integrate technology, engineering, and construction. We provide specialty contracting services through our construction companies, and state-of-the-art proprietary products and engineering support services through STRUCTURAL TECHNOLOGIES. Specialty Contracting Founded in 1976 by Peter Emmons, STRUCTURAL is widely recognized as struclur'al the industry leader in developing innovative repair solutions to the most challenging infrastructure repair problems. STRUCTURAL integrates technology -driven solutions with specialty contracting services to improve, protect, and enhance the existing infrastructure. STRUCTURAL offers a wide range of specialty repair and maintenance services and is the largest concrete repair contractor in the United States, with over 1,000 employees working from locations nationwide. STRUCTURAL integrates technology -driven solutions into its industry -leading specialty contracting services. STRUCTURAL's specialty contracting services improve, protect, and repair infrastructure. With offices located throughout the country, STRUCTURAL can meet your specialty contracting needs anywhere in the U.S. Products & Engineering STRUCTURAL TECHNOLOGIES develops and integrates proprietary struc'tur'al products and specialty engineering services, to create highly engineered TECHNOLOGIES solutions that sustain and enhance infrastructure across a broad range of end user markets. STRUCTURAL TECHNOLOGIES is the exclusive designer and manufacturer of VSL post - tensioning and construction systems in the United States. STRUCTURAL TECHNOLOGIES also manufactures and engineers solutions for: CONCRETE REPAIRS • POST TENSIONING REPAIRS • CORROSION CONTROL & PROTECTION FRP & STRENGTHENING . FORCE PROTECTION • MOISTURE CONTROL & WATERPROOFING struclur'al www.structural.net PROPOSAL # 421954 Repairs to Main Promenade Parking Structure SCOPE OF SERVICES This proposal is based on the following specifications and documents listed below and provided for this project. ■ Bid drawings G-000, R-01,R-002,R-101, R-102, R-103, R-104, R-105,R-501, R-502, R-503, R-504, R-505, R-506 dated 12-09-2015. ■ Construction specifications dated December 2015. ■ Addendum #1 dated December 28, 2015. STRUCTURAL proposes to provide all necessary labor, material, equipment, and supervision (except as noted below) to perform the following scope of work: 1.0 GENERAL REQUIREMENTS ■ 1.1 Project Mobilization ■ 1.2 Concrete Formwork ■ 1.3 Concrete Shores and Reshores ■ 1.4 Concrete Reinforcement ■ 1.5 Temporary Signage PART II: CONCRETE FLOOR / CEILING SURFACES 2.0 FLOOR SURFACE PREPARATION ■ 2.6 Floor Preparation - Traffic Topping / Membrane Removal 3.0 CONCRETE FLOOR REPAIR ■ 3.1 Floor Repair - Partial Depth / Shallow ■ 3.3 Floor Repair - Full Depth ■ 3.5 Floor Repair - Slab Replacement S.O.G. 4.0 CONCRETE CEILING REPAIR ■ 4.1 Ceiling Repair - Partial Depth / Shallow ■ 4.3 Ceiling Repair - Remove Loose Concrete PART III: STRUCTURAL CONCRETE FRAME REPAIRS 5.0 CONCRETE BEAM AND JOIST REPAIR ■ 5.1 Beam Repair - Partial Depth / Shallow • 5.7 Beam Repair - Grout Pockets struc'tur'al 2 www.structural.net PROPOSAL # 421954 Repairs to Main Promenade Parking Structure 6.0 CONCRETE COLUMN REPAIR ■ 6.1 Column Repair - Partial Depth / Shallow 7.0 CONCRETE WALL REPAIR ■ 7.1 Wall Repair - Partial Depth / Shallow ■ 7.2 Wall Repair - Partial Depth / Deep 10.0EXPANSION JOINT REPAIR AND REPLACEMENT ■ 10.6 Expansion Joint - Silicone Seal 11.0 CRACK AND JOINT REPAIR ■ 11.1 Rout & Seal Cracks and Joints ■ 11.2 Repair Crack / Joint Sealant ■ 11.3 Vertical Joint Sealant ■ 11.5 Epoxy Injection ■ 11.7 Cove Sealant 16.0 TRAFFIC TOPPING ■ 16.1 Traffic Topping - Vehicular ■ 16.4 Traffic Topping - Recoat (Partial System) 21.0 P/T SYSTEM REPAIR - MONOSTRAND ■ 21.1 Inspect P/T Tendon Anchorage • 21.2 Protect Exposed P/T Tendon(s) ■ 21.6 Tendon Splice Coupling (Center -Pull) ■ 21.7 Tendon Splice Coupling (Single) ■ 21.9 P/T Tendon Material 24.0 SPECIAL P/T REPAIR SYSTEMS ■ 24.1 Barrier Cable - Tighten Cables ■ 24.2 Barrier Cable - Replace Damaged Cable PART VI1: MECHANICAL / ELECTRICAL SYSTEMS 25.0 MECHANICAL - DRAINAGE ■ 25.2 Mechanical - Supplementary Floor Drains ■ 25.3 Mechanical - Pipe and Hangers 27.0 MECHANICAL - HVAC • 27.1 Repair / Replace Damaged HVAC Duct ■ 27.2 Repair / Replace Damaged HVAC Duct ■ 27.3 Repair / Replace Damaged HVAC Duct ■ 27.4 Repair / Replace Damaged HVAC Duct PART Vill: ARCHITECTURAL REPAIRS 35.0 BRICK / MASONRY REPAIRS • 35.2 Masonry Unit Repair / Replacement • 35.3 Masonry Unit Repair Capstone struc'tur'al www.structural.net PROPOSAL # 421954 Repairs to Main Promenade Parking Structure PART IX: METAL WORK 41.0 STEEL STAIRS ■ 41.1 Replace Stair Treads - Precast Performance Design ■ 41.2 Replace Stair Treads ■ 41.2A Replace Stair Treads -Starter Tread ■ 41.3 Paint Hand Stringers and Handrail ■ 41.4 Replace Landing -CIP Metal Pan 43.0 MISCELLANEOUS METALS ■ 43.2 Repair Hand Rail ■ 43.4 6" Bollard - New ■ 43.5 6" Bollard - Remove and Replace 45.0 PAINTING ■ 45.1 Paint Traffic Markings ■ 45.2 Paint Concrete Columns - Elastomeric ■ 45.4 Paint Slab Edge - Elastomeric ■ 45.5 Paint Top Level Stub Columns - Elastomeric ■ 45.6 Paint Structural Steel 73.0 FLASHING ■ 73.1 Wall Flashing —Metal ■ 73.2 Wall Flashing —Metal 84.0 EIFS FACADE ■ 84.1 Repair Existing EIFS Cladding • 84.2 Repair EIFS Cracks 95.0 DOORS AND WINDOWS ■ 95.1 Re -anchor Faux Window Frame A. Special Considerations: STRUCTURAL has developed the above "scope of work" in Accordance with standards and practices developed through the American Concrete Institute (ACI) & International Concrete Repair Institute (ICRI). WORKING CONDITIONS Our estimate is based upon the following working conditions. a. Safety Trained Employees b. Daytime work hours (8:00a.m.—4:30p.m.) c. Five (5) day week MTWThF d. Traffic control e. Phased construction f. Public egress, access struclur'al 4 www.structural.net PROPOSAL # 421954 Repairs to Main Promenade Parking Structure g. Daily debris removal h. Sidewalk protection i. Open shop labor j. Cars in work area k. Public work area SAFETY 24/7 — KNOW IT, LIVE IT Safety 24/7 is a STRUCTURAL employee's personal commitment to his or her own safety, as well as to the safety of friends, family, and co-workers. Safety is a core principle — there is nothing more important in what we do, 24/7. This commitment creates a culture of safety on our jobsites, in our manufacturing facilities, offices, and in our private lives. STRUCTURAL's Dedication to Safety The safety of tenants, work crews and property before, during, and after construction is our top priority and it extends to our subcontractors, customers, tenants, the general public and the structure itself. EXCLUSIONS and Support by Others The following items and associated costs are excluded from our estimate. If you would like to make changes to this list, please let us know and we can discuss revisions and potential project impacts. Delays associated with: • Inclement weather • Your operations (alarms, evacuations, logistics) ■ Other contractors a. Damage to embedded utilities. b. Additional work beyond scope described above. c. Electricity: access to 110 volt, 20 amp power sources. d. Sanitary facilities. e. Removal of hazardous materials prior to STRUCTURAL mobilization, if applicable. f. Parking for service vehicles. g. Staging area in close proximity to work area for storage trailer, equipment, supplies, mixing materials, etc. h. Access and egress to work area. i. Materials testing. j. Potable water for mixing materials. k. Cost of Building, Site Permits and Inspection Services. struc'tur'al www.structural.net PROPOSAL # 421954 Repairs to Main Promenade Parking Structure ESTIMATED SCHEDULE We proposes to perform the above noted scope of work in approximately 85 working days. Please let us know if this does not work for you and we can discuss revisions. Typical Project Planning Phase Prepare Prepare Baseline comm nd Haoda Project Team Remw Client _ 0 Project SOW, Schedule & — 0 Kick -Off --► MobilizationPre•Job Brief Requirements Execution Plan Budget Meeting (PEP) FINANCIAL We propose to perform the combined scope of services for: $1,091,296 Unit Rate Total Cost Work Item Description Unit Quantity $ $ 1 GENERAL REQUIREMENTS 1.1 Project Mobilization L.S 1 $3268 1.2 Concrete Formwork Incidental 1.3 Concrete Shores and Reshores Incidental 1.4 Concrete Reinforcement Incidental 1.5 Temporary Signage Incidental PART II: CONCRETE FLOOR / CEILING SURFACES 2 FLOOR SURFACE PREPARATION Floor Preparation - Traffic Topping / Membrane 2.6 Removal S.F 25000 $64,256 3 CONCRETE FLOOR REPAIR 3.1 Floor Repair - Partial Depth / Shallow S.F 400 $20,827 3.3 Floor Repair - Full Depth S.F 100 $7285 3.5 Floor Repair - Slab Replacement S.O.G. S.F 250 $9168 4 CONCRETE CEILING REPAIR 4.1 Ceiling Repair - Partial Depth / Shallow S.F 300 $43,676 4.3 Ceiling Repair - Remove Loose Concrete L.S 1 $5016 struclur`al www.structural.net PROPOSAL # 421954 Repairs to Main Promenade Parking Structure PART III: STRUCTURAL CONCRETE FRAME REPAIRS 5 CONCRETE BEAM AND JOIST REPAIR 5.1 Beam Repair - Partial Depth / Shallow S S.F 20 $4705 5.7 Beam Repair - Grout Pockets S.F 100 $12,175 6 CONCRETE COLUMN REPAIR 6.1 Column Repair - Partial Depth / Shallow S. S.F 50 $6048 7 CONCRETE WALL REPAIR 7.1 Wall Repair - Partial Depth / Shallow S.F 25 $5052 7.2 Wall Repair - Partial Depth / Deep S.F 10 $3089 10 EXPANSION JOINT REPAIR AND REPLACEMENT 10.6 Expansion Joint - Silicone Seal L.F 300 $8429 11 CRACK AND JOINT REPAIR 11.1 Rout & Seal Cracks and Joints L.F 2000 $15,280 11.2 Repair Crack / Joint Sealant L.F 2200 $20,808 11.3 Vertical Joint Sealant L.F 150 $1419 11.5 Epoxy Injection L.F 750 $26,335 11.7 Cove Sealant L.F 2300 $21,055 16 TRAFFIC TOPPING 16.1 Traffic Topping - Vehicular S.F 90500 $502,825 16.4 Traffic Topping - Recoat (Partial System) S.F 350 $2685 21 P/T SYSTEM REPAIR - MONOSTRAND 21.1 Inspect P/T Tendon Anchorage EA 2 $663 21.2 Protect Exposed P/TTendon(s) L.F 10 $1342 21.6 Tendon Splice Coupling (Center -Pull) EA 2 $3621 21.7 Tendon Splice Coupling (Single) EA 2 $4477 21.9 P/T Tendon Material L.F 20 $4000 24 SPECIAL P/T REPAIR SYSTEMS 24.1 Barrier Cable - Tighten Cables EA 63 $13,063 24.2 Barrier Cable - Replace Damaged Cable L.F 5000 $19,441 PART VI 1: MECHANICAL / ELECTRICAL SYSTEMS 25 MECHANICAL - DRAINAGE 25.2 Mechanical - Supplementary Floor Drains EA 1 $1927 25.3 Mechanical - Pipe and Hangers L.F 25 $2321 27 MECHANICAL - HVAC 27.1 Repair/ Replace Damaged HVAC Duct EA it $11,088 27.2 Repair / Replace Damaged HVAC Duct EA 21 $26,461 27.3 Repair/ Replace Damaged HVAC Duct EA 1 $1260 27.4 Repair/ Replace Damaged HVAC Duct EA 1 $1260 PART Vill: ARCHITECTURAL REPAIRS 35 BRICK / MASONRY REPAIRS 3S.2 Masonry Unit Repair/ Replacement S.F 100 $5643 struclurbi 7 www.structural.net PROPOSAL # 421954 Repairs to Main Promenade Parking Structure 35.3 Masonry Unit Repair Capstone L.F 50 $2507 PART IX: METAL WORK 41 STEEL STAIRS 41.1 Replace Stair Treads - Precast Performance Design L.S 1 $7500 41.2 Replace Stair Treads EA 60 $4536 41.2 A Replace Stair Treads -Starter Tread EA 7 $529 41.3 Paint Hand Stringers and Handrail L.S 1 46,665 41A Replace Landing -CIP Metal Pan EA 7 $20,066 43 MISCELLANEOUS METALS 43.2 Repair Hand Rail L.S 1 $6930 43.4 6" Bollard - New EA 52 $50,343 43.5 6" Bollard - Remove and Replace EA 7 $7600 45 PAINTING 45.1 Paint Traffic Markings L.S 1 $21,642 45.2 Paint Concrete Columns - Elastomeric EA 14 $3175 45.4 Paint Slab Edge - Elastomeric L.F 1760 $2661 45.5 Paint Top Level Stub Columns - Elastomeric EA 4 $353 45.6 Paint Structural Steel L.S 1 $15,814 73 FLASHING 73.1 Wall Flashing — Metal L.F 110 $10,580 73.2 Wall Flashing — Metal EA 2 $2013 84 EIFS FACADE 84.1 Repair Existing EIFS Cladding S.F 110 $3634 84.2 Repair EIFS Cracks L.F 50 $451 95 DOORS AND WINDOWS 95.1 Re -anchor Faux Window Frame EA 30 $4329 Alternate -1 Painting Ceilings and Columns LS $208,960 The above noted Background, Scope of Services, Working Conditions, Exclusions, Support by others, and schedule requirements. Changes to these items may affect cost and/or schedule. A. Terms: ■ Payment Terms: net 30 days • Invoicing: Invoices shall be submitted monthly and/or at the completion of work and are payable within thirty (30) days from date of invoice. One and one-half (1.5%) interest due on unpaid balance after thirty (30) days. ■ Contractual Terms: to be mutually agreed upon, as per project specifications and as per Attachment B. ■ Proposal Expiration: This proposal may be withdrawn if not accepted within 30 days. strucbrbl www.structural.net 8 PROPOSAL # 421954 Repairs to Main Promenade Parking Structure SUGGESTED NEXT STEPS If this proposal meets your requirements and you agree to the terms and conditions stated herein, please provide your contract agreement with considerations outlined in our attached terms and conditions. Please let us know if there are any questions related to the requirements and services in this proposal. We look forward to working with you on this important project! Respectfully, lusten Nero Estimator struclur'al A Structural Group Company cc: Mike Szoke, Senior Branch Director Hassan Al Khalifa, P.E., Structural Group Jacob Pardon, Project Manager ATTACHMENTS The following attachments have been provided for your reference: A. STRUCTURAL General Conditions B. City of Huntington Beach Contract Qualification Review C. Addenda #1— Signed Acknowledgement struc`tur'al www.structural.net PROPOSAL # 421954 Repairs to Main Promenade Parking Structure ATTACHMENT A STRUCTURAL General Conditions 1. Commencement of Work: 1.1. Acceptance of this Proposal shall be acceptance of all terms and conditions, recited herein or incorporated by reference. Client's issuance of a Notice to Proceed or a Letter of Intent shall constitute acceptance by Client of this Proposal and corresponding General Conditions. 1.2. After acceptance of this Proposal, and unless otherwise stated, Structural Group, Inc. (hereinafter referred to herein as "Structural") shall be given a reasonable time in which to make delivery of materials or labor to commence and complete its performance. 1.3. Client is required to prepare all work areas so as to be accessible and acceptable for Structural's work. Structural will not be called upon to commence work until sufficient areas are ready to allow logical, continued and efficient progress of work until completion. 2. Form of Agreement 2.1. If an alternative form of contractor subcontract is to be used, then such form shall be the current unmodified AIA Standard Form Contract Document A101 or unmodified Subcontract Document A401. 3. Permits: 3.1. Client will determine need for and provide all necessary permits, fees, and inspections for the contracted work unless otherwise provided herein. 4. Bonds & Insurance: 4.1. The cost of bonds are not included in this proposal unless otherwise provided herein. Should Performance & Payment bonds be required, Client shall be responsible for all associated bond premiums. In addition, certain information is required by Client to satisfy Structural's bonding company underwriting requirements including but not limited to confirmation of project funding. Structural shall furnish said bonds only on standard AIA A312 bond forms. 4.2. Structural shall furnish evidence of insurance in the form of a standard ACORD Certificate of Insurance. Such Insurance Certificate shall include the Client as Certificate Holder and shall provide evidence of the coverages and corresponding limits as follows: Workers' Compensation - Statutory, Employer's Liability - $1M, General Liability - $21VI aggregate, Auto Liability - $1M and Excess Liability - $10M. Any other insurance required of Structural is not included and shall be furnished at Client's sole cost and at Structural's discretion. 5. Payment: 5.1. Payment by Client for Structural's performance is not, under any circumstances, subject to any contingencies or conditions precedent or subsequent other than Structural's performance pursuant to this proposal. 5.2. All sums not paid when due shall bear interest at the rate of 1 1/2% per month from due date until paid or the maximum legal rate permitted by law, whichever is less, plus all costs of collection, including reasonable attorneys' fees. 5.3. Payment is a material issue. If payment is not made to Structural as herein provided, then Structural may stop work with three (3) days written notice to client without prejudice to any other remedy it may have including the right to file a lien, claim, or notice thereof on its behalf. 5.4. Client shall not be entitled to withhold payments on account of third party general liability claims if the liability for such claim(s) has been accepted by Structural's insurer. 5.5. No back charges or claims shall be valid unless agreed to in writing by Structural. Client shall only be entitled to withhold payment from Structural if, and for so long as Structural fails to perform any of its obligations hereunder or struclur'al 10 www.structural.net PROPOSAL # 421954 Repairs to Main Promenade Parking Structure otherwise is in default under any of the Contract Documents; provided Client forwards written notice to Structural of intent to withhold payment and affords Structural five (5) business days to mitigate same. Any such holdback shall be limited to an amount sufficient to cure any such default or failure of performance by Structural and any undisputed work items shall be paid in accordance with the contract provisions. 6. Prosecution of the Work 6.1. Client agrees to furnish freshwater, electricity and staging area (and plant site) for Structural's operation as well as drawings showing locations of all services, utility lines and underground structures unless specifically provided for otherwise herein. 6.2. Work called for herein is to be performed during Structural's regular working hours. Overtime rates will be charged for all work performed outside such hours unless the cause giving rise to having to work overtime is a result of Structural caused delays. 6.3. Structural shall perform the work in a diligent manner and without interruptions (weather permitting). Structural shall be entitled to extensions of time for weather delays. In addition, should adverse weather conditions prohibit Structural from properly applying specified products, including but not limited to waterproofing membranes, deck coatings, and expansion joints per manufacturer's specifications, then the contract time shall be extended accordingly. 6.4. Structural shall not be responsible for delays caused by the Client, Owner, a General Contractor, other contractors or subcontractors, Architect, Engineers, armed conflict or economic dislocation resulting therefrom; embargoes of labor, raw materials, production facilities or transportation; labor difficulties, civil disorders of any kind; action of civil or military authorities; vendor priorities and allocations, fires, floods, accidents and acts of God. 6.5. Structural's liability for delay damages shall be limited to liquidated damages in an amount mutually agreed upon by Structural and Client as Client's sole and exclusive remedy and in no event shall Structural be liable for actual, punitive, indirect, incidental or consequential damages of any kind. Conversely, should Structural be delayed in any manner by the acts, errors, or omissions of the Client, Engineer, or by an employee of either of them, then, in addition to any applicable extension of time, Structural shall be entitled to receive from them compensation for any reasonable damages caused by the delay. 6.6. Structural shall be entitled to stop work if they consider the jobsite conditions unsafe or if another Contractor working around Structural is being unsafe. 7. Changes 7.1. A Change Order is a written instrument prepared by Structural and signed by the Client, Structural and Engineer (if applicable) stating agreement of 1) a change in the work; 2) the amount of adjustment, if any, in the contract sum; and 3) the extent of the adjustment, if any, in the contract time. 7.2. Information used has been provided to Structural by the Client, representatives of Client or others. If conditions are not in accordance with the information furnished, the recommended procedures and scope of work of this proposal may not necessarily apply. The responsibility for delays, liabilities and expenses due to conditions other than represented to Structural is not assumed by Structural but is assumed by the Client. All expenses incurred by Structural due to conditions other than as represented shall be paid to Structural including overhead and profit. 7.3. If Structural, during its work, encounters 1) subsurface or latent physical conditions which differ from those indicated in this Agreement, or 2) unknown physical conditions of an unusual nature, differing from those ordinarily encountered, then Structural shall be entitled to an equitable price and schedule adjustment to compensate it for such changed condition. 8. Hazardous Materials: 8.1. Client warrants that a reasonable effort has been made to inform Structural of known or suspected hazardous materials on the project site. Any hazardous waste uncovered during construction shall be the sole responsibility of struc'tur'al 11 www.structural.net PROPOSAL # 421954 Repairs to Main Promenade Parking Structure the Client, including but not limited to the ultimate disposal of any samples secured by Structural which are found to be contaminated. 8.2. Structural and Client agree that the discovery of unanticipated hazardous materials constitutes a changed condition, and may mandate a re -negotiation of the scope of work and compensation for additional costs incurred or other measures including decontamination of Structural's equipment and/or termination of services. Structural and Client also agree that the discovery of unanticipated hazardous materials may make it necessary for Structural to take immediate measures to protect the health and safety of employees. 8.3. Notwithstanding any other provision of the Agreement, Client waives any claim against Structural with respect to the provisions of Article 8 contained herein and, to the maximum extent permitted by law, agrees to defend, indemnify, and save Structural harmless from any claim, liability, and/or defense costs for injury or loss arising from Structural's discovery of unanticipated hazardous materials or suspected hazardous materials including any costs created by delay of the project and any cost associated with the possible reduction of the property's value. 8.4. Structural agrees to notify Client when unanticipated hazardous materials or suspected hazardous materials are encountered. Client agrees to make any disclosures required by law to the appropriate governing agencies. Client recognizes that it is the Client's responsibility to inform the property owner of the discovery of unanticipated hazardous materials or suspected hazardous materials, in the event the project site is not owned by Client. Client also agrees to defend, indemnify, and hold Structural harmless for any and all consequences relating to disclosures made by Structural, which are required by governing law. 9. Standard of Care: 9.1. Structural will strive to perform services under this Agreement in a manner consistent with the level of care and skill ordinarily exercised by Structural or industry standards, whichever is higher. 10. Termination by Contractor: 10.1. Structural may terminate the contract if the work is stopped for a period of thirty (30) days through no act or fault of Structural, a subcontractor or anyone directly or indirectly employed by them or anyone for whose acts they may be liable for the following reasons: 1) issuance of a court order or other public authority to stop work, 2) an act of government which requires work to be stopped, 3) because Engineer has not issued a Certificate of Payment and has not notified Structural of reason for withholding certification or because Client has not made payment on a Certificate of Payment within the time stated within the contract. 11. Warranty: 11.1. Structural warrants to the Client that the work described herein will be free from defects in material and workmanship and will conform to the specifications / contract documents as herein set forth. If within one (1) year from Substantial Completion, or as otherwise mutually agreed upon in writing between Structural and Client, Structural receives from the Client prompt written notice that the material or workmanship does not meet such warranties, Structural shall thereupon commence to cure, within a reasonable amount of time, each such defect including nonconformance with the specifications, weather permitting. In no event shall Structural's liability to warrant materials exceed the standard warranties provided by each respective supplier or manufacturer. The total liability of Structural to Client whether under warranty, contract, negligence or otherwise, shall not in any case exceed the cost of correcting defects in the material or workmanship as herein provided and upon the expiration of said warranty, all such liability shall terminate. THERE ARE NO OTHER REMEDIES, LIABILITIES (INCLUDING NEGLIGENCE) OR WARRANTIES, EXPRESS OR IMPLIED, INCLUDING BUT NOT LIMITED TO ANY WARRANTIES OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE APPLICABLE TO THE MATERIAL AND/OR SERVICES. Structural's sole responsibility and Client's exclusive remedy hereunder, shall be limited to such repair or replacement as above provided. 12. Liability: 12.1. Liability or damages associated with water leakage shall be the responsibility of the Client unless caused by Structural's sole negligence. struclur'al 12 www.structural.net PROPOSAL # 421954 Repairs to Main Promenade Parking Structure 12.2. Client shall be responsible for any and all property damage and/or bodily injuries (including but not limited to injuries to Structural's employees) that result from damage to interior and/or exterior underground/overhead/surface mounted/embedded utilities or structures unless caused by Structural's sole negligence. 12.3. Structural shall not in any event be liable to any party for claims of any kind related to asbestos, lead paint, EIFS or mold. 12.4. Client warrants that a reasonable effort has been made to inform Structural of known or suspected mold on the project site. Any mold uncovered during construction shall be the sole responsibility of the Client and Structural shall cease operations until the mold is remediated by a certified and licensed mold remediation contractor under the direction of an environmental engineer hired by the Client. Structural shall have the right to also perform post - testing of the affected area prior to resuming Work. It is understood and agreed that Structural shall not be liable or in any way responsible for any conditions or any claims arising from or associated with unknown or undiscovered mold growth or future mold growth at the premises, and Client agrees to waive any claim and indemnify and hold harmless Structural, its affiliates, subsidiaries, officers, qualifiers and employees from any and all claims, causes of actions and liability, whatsoever arising out of or related to mold and all costs and expenses associated with any legal action, including but not limited to mediation, arbitration or litigation and all associated legal fees and costs, including any costs created by delay of the project. 12.5. Whether attributable to contract, warranty, tort (including negligence), strict liability or otherwise, Structural's responsibility for any claims, damages, losses or liabilities arising out of or related to its performance of this contract, including but not limited to any correction of defects under the Warranty, shall not exceed the contract price. In no event shall Structural be liable for any special, indirect, incidental, consequential, or punitive damages of any character, including but not limited to damages claimed for loss of use of productive facilities or equipment, lost profits, governmental fines or penalties, lost production, or non -operation or increased expense of operation, irrespective of whether claims or actions for such damages are based upon contract, warranty, negligence, strict liability or otherwise 13. Indemnification: 13.1. To the fullest extent permitted by law, Structural shall indemnify and hold harmless the Client, Engineer and employees of either of them from and against claims, damages, losses and expenses, including but not limited to attorney's fees, arising out of or resulting from performance of the Work, provided that such claim, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself), but only to the extent caused by negligent acts or omissions of Structural, a subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, except as otherwise provided in Item 12 above. 14. Dispute Resolution & Governing Law: 14.1. All claims, disputes, and other matters and questions arising out of, or relating to this Contract or any breach thereof, which cannot be resolved through negotiation, may be submitted to mediation before the American Arbitration Association at Structural's sole option. If said dispute is not resolved through mediation, Structural may, at its sole option, elect to proceed to binding arbitration before the American Arbitration Association in accordance with the Construction Industry Arbitration Rules then in effect. Hearings shall be held at the office of the American Arbitration Association as determined by Structural. Otherwise, Structural may elect to litigate said dispute in a jurisdiction of its choice. 14.2. This contract shall be governed by the law of the place where the project is located. 14.3. In any legal action arising from this Contract or connected herewith, including but not limited to enforcement of lien rights, the prevailing party shall be entitled to recover all costs and reasonable attorney fees incurred (whether pre - litigation, at mediation, arbitration or trial level and in any appeals.) 15. Miscellaneous: struc'tur'al 13 www.structural.net PROPOSAL # 421954 Repairs to Main Promenade Parking Structure 15.1. Should any of the Conditions of the Agreement be void for any reason, only such void portions shall be inapplicable; the remaining Conditions or portions thereof shall have full force and effect. 15.2. This Agreement and any previous or subsequent agreement between Structural and Client is not intended to inure to the benefit of any party other than Client; provided, however, that obligations imposed upon Client shall bind its successors, assigns, sureties, insurers, officers, principals and heirs. 15.3. No assignment hereunder is allowed without written approval of Structural. 15.4. All specifications, drawings, price and technical data submitted by Structural are to be treated as confidential and shall not be used for any purpose other than the evaluation of this bid, nor shall such information be disclosed to any third party for any purposes without the express written consent of Structural. Such information shall remain Structural's property and be returned to Structural upon demand. struc'tur'ai www.structural.net 14 PROPOSAL # 421954 Repairs to Main Promenade Parking Structure ATTACHMENT B QUALIFICATIONS TO THE CONTRACT FOR THE MAIN PROMENADE PARKINGSTRUCTURE IMPROVEMENTS BETWEEN THE CITY OF HUNTINGDON BEACH (CITY) AND STRUCTURAL GROUP, INC. (CONTRACTOR) Notwithstanding anything to the contrary, the following qualifications shall be attached to and form part of the contract documents and shall supersede all other existing terms and conditions: 1. Section 11. of the Sample Contract entitled "Liquidated Damages/Delays" shall be modified as follows: a) At the end of the first paragraph, in line 12, add the following: "CONTRACTOR's liability & CITY's sole and exclusive remedy for delay damages shall be limited to liquidated damages. CONTRACTOR's total liability hereunder shall be capped at 10% of the Contract sum. b) Replace the last four lines of the final paragraph with: "With the exception of reasonable directs costs only for delays by caused by CITY or CITY's other contractors or subcontractors, no claims for additional compensation or damages for delays, irrespective of the cause thereof, will be allowed and an extension of time for completion shall be the sole remedy of CONTRACTOR." Section 13. of the Sample Contract entitled "Variations in Estimated Quantities"" shall be modified as follows: a) In line 6, replace "may, at its sole discretion," with "shall". 3. Section 14. of the Sample Contract entitled "Progress Payments" shall be modified as follows: a) At the end of line 4, after "CONTRACTOR", add "within thirty (30) days." Section 18. of the Sample Contract entitled "Indemnification, Defense, Hold Harmless" shall be modified as follows: a) In line 4, delete "consequential damage" and "of any kind or nature, however caused, including those". b) In line 10, after "except", add "to the proportionate extent", delete "active" and after "sole negligence", add "strict liability". 5. Add a new Section 44 of the Sample Contract entitled "Mutual Waiver of Consequential Damages": a) In no event shall CONTRACTOR or city be liable for actual, punitive, indirect, incidental or consequential damages of any kind. 6. Section 7-3 of the Special Provisions entitled "Liability Insurance" and Exhibit E of Appendix A entitled "Contractor's Indemnification, Defense and Hold Harmless" shall be modified to replicate the language in item 4, Section 18 above. struc'tur'aI 15 www.structural.net THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE Structural Group, Inc 10150 Old Columbia Road Columbia, MD 21046 as Principal, hereinafter called the Principal, and Fidelity and Deposit Company of Maryland 1400 American Lane Tower 118th Floor Schaumburg, IL 60196-1056 a corporation duly organized under the laws of the State of MD as Surety, hereinafter called the Surety, are held and firmly bound unto City of Huntington Beach 2000 Main Street Huntington Beach, CA 92648 as Obligee, hereinafter called the Obligee, in the sum of Ten Percent of Amount Bid Dollars ($ 10% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents WHEREAS, the Principal has submitted a bid for Main Promenade Parking Structure Improvements, 200 Main Street - CC No 1534 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the 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 Gennifer Sharon Weller 12th day of 3u s � fitness) DE P ps�r ry (Witness) }g9p January Structural Group, Inc (Pnnapal) 2016 (Sta,;) Joc�#de Gaubert, Asst. Secretary (Tine) =idelitv and Deposit Companv of Maryland attoaie -,n-FJct- Robert A Chlada = = - "f �' --:IN (Tide) AIA DOCUMENT A310 • BID BOND • AIA • FEBRUARY 1970 ED • THE AMERICAN; - INSTITUTE OF ARCHITECTS,1735 N.Y AVE, N W , WASHINGTON, D C. 20006, }� G-23208-B ss STATE OF Maryland COUNTY OF Baltimore I, Diane S Loughry Notary Public of Baltimore County, in the State of Maryland , do hereby certify that Robert A Chlada Attomey-in-Fact, of the Fidelity and Deposit Company of Maryland who is personally known to me to be the same person whose name subscribed to the foregoing instrument, appeared before me this day in person, and acknowledged that he signed, sealed and delivered said instrument, for and on behalf of the Fidelity and Deposit Company of Maryland for the uses and purposes therein set forth Given under my hand and notarial seal at my office in the City of Hunt Valley is in said County, this 12th day of January A D , 2016 Notary Public Dia 'e S Laghry My Commission expires Novem6e*,16, 2-01,6, FIDELITY AND DEPOSIT COMPANY OF MARYLAND 600 Red Brook Blvd, Suite 600, Owings Mills, MD 21117 Statement of Financial Condition As Of December 31, 2014 Bonds Stocks Cash and Short Term Investments Reinsurance Recoverable .,,......•.....•.. , . ... Other Accounts Receivable TOTAL ADMITTED ASSETS ASSETS $ 142,720,308 ........... 21,816,223 2,077,768 ................................ 10,375,303 46,778,921 $ 223,768,523 LIABILITIES, SURPLUS AND OTHER FUNDS Reserve foi Taxes and Expenses ......... $ 1,321,332 Ceded Remsmance Piemrums Payable. 49,965,411 Securities Lending Collateral Liability 4,009,064 TOTAL LIABILITIES $ 55,295,807 Capital Stock, Paid Up . $ 5,000,000 Surplus 163,472,717 Surplus as regards Policyholdeis ... 168,472,716 TOTAL . . . $ 223,768,523 Securities carried at $58,191,540 in the above statement ate deposited with various states as requned by law Securities can ied on the basis prescribed by the National Association of Insurance Commissioners On the basis of market quotations for all bonds and stocks owned, the Company's total admitted assets at December 31, 2014 would be $227,936,393 and surplus as regards policyholders $172,640,586 I, DENIMS F KERRIGAN, Corporate Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing statement is a con ect exhibit of the assets and liabilities of the said Company on the 31st day of December, 2014 apoiale Seerelaly State of Illinois City of Schaumburg SS. Subscribed and swoni to, before me, a Notary Public of the State of Illinois, in the City of Schaumburg, this 15th day of March, 2015 Nolayy Pubhe DARRYLJ01\ i ` OFFICIAL Scat. N tany Public Stato of Illuwi., My Commission txptres February 24, 2018 f ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Joseph A PIERSON, Robert A. CHLADA, Cynthia M. CHARVAT, Dennis C. OURAND, Steven A. DZURIK, JR , John J. MARKOTIC and Diane S. LOUGHRY, all of Hunt Valley, Maryland, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York, the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland, and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland, in their own proper persons The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 24th day of August, A D 2015 ATTEST: 9 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND �ryµwig, c ociof ...�►in"s..*,; 7 � � � ,�,�° •,gym: SEAL ro5 :s ;o: *... ... Secretary Vice President Eric D Barnes Thomas O McClellan State of Maryland County of Baltimore On this 24th day of August, A D 2015, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, THOMAS O MCCLELLAN, Vice President, and ERIC D BARNES, Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly swom, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written 'rrrrr nu I,t``�. Constance A Dunn, Notary Public My Commission Expires July 9, 2019 POA-F 025-0056C City of Huntington Beach 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachca.gov Office of the City Clerk Joan L. Flynn, City Clerk April 1, 2016 Truesdell Corp 1310 W 23d St Tempe, AZ 85282 RE Main Promenade Parking Structure Improvements— CC-1534 Enclosed please find your original bid bond for CC-1534 Sincerely, Joan L Flynn, CMC City Clerk JF pe Enclosure Sister Cities Anjo, Japan ♦ Wartakere, New Zealand SEALED BID _ for MAIN PROMENADE PARKING STRUCTURE in the r CITY OF HUNTINGTON BEACH — DO NOT OPEN WITH REGULAR MAIL DELIVER TO THE OFFIVE OF THE CITY CLERK, T 2000 MAIN STREET SECOND FLOOR -' 3r_Jr e. �. �� ++e � " � a a�y�"�w .r"�'m ��`j - �, t: •�« x _ °�,- _ r�,�, 7�.^fiiC�-„,`� w` •. <"� _� ' ' � �a��� � x °?�.�^ram ���. §;« �� '+T�^� �in �g-� � � , `•r",t�}�"'��"` �:� ` �`f�, r' � a">' � t i s� r'r'� ,r?,«� j,.«�,ry '- "' - tit < � g�i�yq` �"fr� '�C ° %qar• ' « .�, J'` : «'^' 4 ��-�y�± • ,Y 5-E �`�<-;!i__ y`�.'3' « 3 " c � ' t, .,a '^;y��v f$�.zr�„ycvurr�i �> ` w`� .. ��„ <_ r �.r-�'3 �.. ` � v.> � - ♦-;+ ,. �— _ w - >.�'M,. ��h'� •�'_�� � b�« tea- - "" � _ f •}a`��°ia to "�9r�^'}R :4 _ t r�xLL � ..Rf e d5+i'r;:�.� � ��:4�✓4�'<`..w'`4t - ��'7 Sb. �„s - „S� `„�`3c. w�� , 3 - ~+t''.v r,� �d -i'"`".s d;` "ors y l rr) 4`,x, ,,y 'u_ ? iV=£' `¢+,x "' '1'a'•«is"t$�'cv�a+�-�ft�" } 3��yi `rV'G' N1. 41i' SfJY` 4,5 h'T ��'.' _r^, r,ri �� ,�'�:'4�izk{ ,rs� .+v `; ;,•�' �k'rs per, �py'ya'C�( y J P ri^"'"'n A"- tf`Fh« y..����`itn'�'y`�#; xmc .T � `3f �r'Nr prv, 41'4'rt eta 3'eF' tie e.. „fir° £ > r � .. -mac lr - •{... +tb m � ory V� � � ! �.r., $f ' _ ' r 1' A* - •ii � . � t f to `Y_.s Ynri t �kY 1 ro , _� ,'.^tk 6 f._SX _ , `v Y� 1n4 -` Tat;_ A�':. Fi t11+ d a ` f `1' �r"~^�" .its,'-i,'�'_ �,.5' mlv cf `•+w °�'^`ft 'crs,.v ;''�dM ��'"y"'�'�` s��Jr tir�4,*.iE'Hr s�..G *`i* ,STr hxsv' b '""'tt,• _`° c t. �y z^r> �` m • tt - � '"a,^' ;t" .r TU'`t� ' '�` .,.. L ,.ry `c`x�= er+.,..�' _ _"�` 'ai�x'—�� '� X�rt z _z �Y a" "^ ?i-'' �' �}�;''f �,. `�afi' �`� "«�r� ,+h '-:+t-°X`` C •=r ,.�,ii1�: �t �+r +r �,` �' i� _ - s � 3 ^T tr t 5.+: u 1;' ,k•P,4 - - j . ,n„ . J _ « t>° - r "`E, �- ,a�,. ,� r � _"_.t ' k �+v , � S 's' - .- a' '�'� r3; .�' -r �, t `ty�A'' Ftag�a - t - « _ - °,�� .. _ 'rem ;. t•x� tv> "ems t� � .., r ��-s .r _ .. .,.,. �, 5.%.7-s r � y ,. r_ .a.` i to i�f. r*` .Tnr� 1"'r Y-3��='.g ".0 r.- o-+� `*�, „ s•.* - _� `' r ;_ : tr ,� C 4! ' 'ea. - ,,,� ,,� r i i� i _.l`,t r`..o ,�'�.o a' tik.« ,« 8+ t> �-� _ n.a ? �' .v.s r !�:I-�[K`,n rS y " .( , y ,� , s _ ^ � +- � , v � ti ^ 'z�'r�= �'� *3 i- t fe �" ,�`-as�� �C %`'rf �," " fir... � n,-a „'1 t +1 ati.>.>-, 'q- ..^.f+L' ,11�: - •,�.. 5,0. "�i t ; fr ° �%-r.;i 4".: +'~ f- `r 2fe`v (W„=, r'�� G'Sr'r�_1 .,ate "',i }i x` "s'tg- + SE �•. iT�-, -Yk' t• _ `r ;�y,,ea AL 'ti. 4'. _ }z`�3 , e'ys,1 y _ p ,�' "{ids +; t t E� 4 �c `.�>•r, v'its, = {;, X r55 fu Si S,q•'. �c,�n,? ; a�.., .. _VN ,; ,r isr�", .,1-• (t ,� _ f2-,', `a .Atka 7`'t +`�y, ^ �" r1 4ha _r t,�t ��:.S�t Ps,S«"s� '' r+M1r }'- . r'•�5_�s r r �, fob SECTION C PROPOSAL for the construction of MAIN PROMENADE PARKING STRUCTURE IMPROVEMENTS CC No. 1534 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 85 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc , and will be guaranteed for a period of sixty days from the bid opening date If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void Accompanying this proposal of bid, find 3 1 in the amount of �'35,� �ls•�° 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 fort% ", as the case may be) Any standard Surety Bid Bond form is acceptable Bidder shall signify receipt of all Addenda here, if any. MWIMMIM, I IrvSign ®m��� C-2 SECTION C2.1 - PROJECT BID SCHEDULE C2.1 LIST OF UNIT PRICES WORK ITEM DESCRIPTION UNITS QUANTITY UNIT PRICE EXTENSION 1.0 GENERAL REQUIREMENTS 1 1 Pro ect Mobilization . L S 1 %Sly °I $ S"(v 1 2 Concrete Formwork Incidental 1 3 Concrete Shores and Reshores Incidental 14 Concrete Reinforcement Incidental 1 5 Temporary Si na a Incidental PART II: CONCRETE FLOOR / CEILING SURFACES 20 FLOOR SURFACE PREPARATION 26 1 Floor Preparation - Traffic Topping / Membrane Removal S F 25000 oz) $" 30 CONCRETE FLOOR REPAIR 31 Floor Repair - Partial Depth / Shallow S F 400 00 $ 6D 33 Floor Repair - Full Depth S F 100 -zw. 000 $'2:-L!v 35 Floor Repair - Slab Replacement S O G S F 250 00 $ , cP 40 CONCRETE CEILING REPAIR 4 1 Ceilin Repair - Partial Depth / Shallow S F 300 $ 5D,4g.w 431 Ceiling Repair - Remove Loose Concrete L S 1 S00•co $ . oa PART III STRUCTURAL CONCRETE FRAME REPAIRS 50 CONCRETE BEAM AND JOIST REPAIR 51 Beam Repair - Partial Depth / Shallow S F 20 oU $3'� , W 57 Beam Repair - Grout Pockets S F 100 1S . 00 $ ,cc> 60 CONCRETE COLUMN REPAIR 6 1 Column Repair - Partial Depth / Shallow S F 50 (o 00 $ CO 7.0 CONCRETE WALL REPAIR 71 Wall Repair - Partial Depth / Shallow S F 25 $ 72 Wall Repair - Partial Depth / Deep S F 10 . m $ 100 EXPANSION JOINT REPAIR AND REPLACEMENT 10 6 Expansion Joint - Silicone Seal L F 300 oO $ , to 11 0 CRACK AND JOINT REPAIR 11 1 Rout & Seal Cracks and Joints L F 2000 , oo $ j v pw ,co 11 2 Repair Crack / Joint Sealant L F 2200 oa $ p m 11 3 Vertical Joint Sealant L F 150 co 11 5 Epoxy injection L F 750 3 $ .bo 11 7 Cove Sealant L F C2 1-1 160 TRAFFIC TOPPING 161 Traffic Topping - Vehicular S F 90500 $ 125. 164 Traffic Topping - Recoat Partial System) S F 350 $ SO 210 P/T SYSTEM REPAIR - MONOSTRAND 21 1 Inspect P/T Tendon Anchorage EA 2 57XJ, $ l 000- 21 2 Protect Exposed P/T Tendons L F 10 $ ' ow - 216 Tendon Splice Coupling Center -Pull EA 2 Too , 00 $ poo,u' 217 Tendon Splice Coupling (Single) EA 2 a5w -00 $ S'cov.`i' 21 9 P/T Tendon Material L F 20 5b-0-1 $ p ,� 240 SPECIAL P/T REPAIR SYSTEMS 24 1 Barner Cable - Tighten Cables EA 63 JSb $ 00 24 2 1 Barrier Cable - Replace Damaged Cable L F 5000 30 `i $ , PART VII MECHANICAL / ELECTRICAL SYSTEMS 250 MECHANICAL - DRAINAGE 252 Mechanical - Supplementary Floor Drains EA 1 $ L16M,00 253 Mechanical - Pipe and Hangers L F 25 $ ZS.� 270 MECHANICAL - HVAC 271 Repair/ Replace Damaged HVAC Duct EA 11 CD $ 272 Repair/ Replace Damaged HVAC Duct EA 21 , , co $ , 273 Repair/ Replace Damaged HVAC Duct EA $ 274 Repair/ Replace Damaged HVAC Duct EA 1 -:12V5.40 $ . m PART VIII ARCHITECTURAL REPAIRS 350 BRICK / MASONRY REPAIRS 352 Masonry Unit Repair / Replacement SF 100 ,w $ LCD ,a > 353 Masonry Unit Repair Capstone L F 50 D.ou $ PART IX METALWORK 41.0 STEEL STAIRS ,41 1 Replace Stair Treads - Precast Performance Design L S 1 �j SOU• $ Sd�• 41 2 Replace Stair Treads EA 60 $ 72a co 41 2A Re lace Stair Treads -Starter Tread EA 7 2 25U `' $ /S •DSO •� 41 3 Paint Hand Stringers and Handrail L S 1 1 WD- $ ,Do 414 Replace Landing -CIP Metal Pan EA 7 soay."u $ 35' 430 MISCELLANEOUS METALS 432 Repair Hand Rail L S 1 p.-D $ 0-,)• 40 434 6" Bollard - New EA 52 $ , 435 6" Bollard - Remove and Replace EA 7 W $ 450 PAINTING 451 Paint Traffic Markings L S 1 61 -u-00 $ p/6d , co 452 Paint Concrete Columns - Elastomeric EA 14 $ , ev 454 Paint Slab Edge - Elastomeric LF 1760 $ 455 Paint Top Level Stub Columns - Elastomeric EA 4 oG $ j 456 Paint Structural Steel I L S 1 '3 $ ,pp C2 1-2 /Lt.e- 3AZc 730 FLASHING 73 1 Wall Flashing — Metal LF 110 0.00 $ i - sco .00 732 Wall Flashing — Metal EA 2 0, 00 $ a>, to 840 EIFS FACADE 841 Repair Existing EIFS Cladding SF 110 $.00 $ ---302570.00 842 Repair EIFS Cracks LF 50 4E;-O.110 $ ` 950 DOORS AND WINDOWS 95 1 Re -anchor Faux Window Frame EA 30 2300 $ (, q00 • Q0 BASE BID TOTAL $ 32 rnState BASE BID cost, `which will be the basis of award w {'`5""' 7 &" 7/,Le tK,- li'v. 4reRVw& e%n1,nywr � Dollars (in words) C2.1 LIST OF ALTERNATES A This Section identifies potential changes in the work under consideration for this contract The Owner reserves the right to accept any or all of the listed Alternates, regardless of the order of their listing B For each of the Alternates listed below, state the total amount to be added to, or deducted from, the total contract amount if the individual Alternate is selected for inclusion in the contract scope Amount shown shall include all costs to perform the Work, no extras will be permitted for failure to consider such items as extra permits, overtime, weather protection, etc Painting Ceilings and Columns State added cost to paint all unpainted concrete ceilings and columns on all levels, Refer to Section 09900 Painting for Materials and Other Requirements f Vu�ti. ejc%t S � d1j1��" ` Dollars words) ($ i% /1 od) (numbers) Submitted By Type or print firm name Authorized C2 1-3 Q LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor Bid ' ' , Name and Address of State Class DIR Dollar % of Item(s)„'' Subcontractor License Number Amount Contract " Number f2tkwv- �S ►�o�a-z�-y 10OZ.VV r ,c 2 +a em.0 *Nd. 2`f I 72-L4--L Uo�c �� LSD "`S •�•��Z I �vv� l oFs -L'���p `% 7- �c c r�� e44, q k� I0060600- I S? aad 3Fi i 5 -- qs k doloFs j� p� L-s CA°lh,G G33 r b5ur��(' ►r (�' v �o�`Ito� (i�5 � /o(bo3 f I cv ��5. 10 F�m u b -� S_- 3s•� r`°co �, A 906LO I i K`Iz �ivi5�` Iwo s. c �„��5-r�� G�sS �+ � 53 ,QM'4>0)� 44,601).°' By submission of this proposal, the Bidder certifies That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing 2 That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the late of California that the foregoing is true and correct and that this declaration is executed on , at Z at ity State 1.4 AP /1k , bein first duly sworn, eposes and s�s��t�hat he or she is 5 of Rls'par 1a ing the regoing bid that the bid is not made m the interest f, 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 --74114AVII 14"2,401A17," IAI ,,VV Name of Bidder 00,10 S e of Bidder Address of Bidder C-4 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the MAIN PROMENADE PARKING STRUCTURE IMPROVEMENTS, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved " The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein 1 Date C-5 Contractor � w a_newwelolt itle DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes No If the answer is yes, explain the circumstances in the space provided Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date / Q C-7 ✓ r or rruq,l�C Contractor r 5� rtle BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct a./' /it vY.-Irniot Bidder Name Business Address _77.Wo?," - XZ City, -1 State Zip ( &oL) M27-/7// Telephone Number State Contractor's License No and Class Issued Date The work site was inspected by of our office on r 2 , 2015— The following are persons, firms, and corporations having a principal interest in this proposal: The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans a specs icatioi}� set forth Typed Signature Subscribed and sworn to before me this day of OFFICIAL SEAL , 201k NANCY L MACKOWIAK Notary Public - Arizona MARICOPA COUNTY My Commission Expires NOTARY PUBLIC Z DULY 302018 NOTARY SEAL C-S Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years i. !9(I uh#' k! 4ki CA 9'Y70-*7oa7 Name and Address of Public Agency Name and Telephone No ofProject anager rvn h� 0 W, Contract Amount Type of Work Date Completed Provide additional protect description to show similar work 2 3 Nami aM Address of Public Agency Iv Name and Telephone No of Pro Manager i 65D2) — 790 7. 14 Zo on �I Contract Amount Type of ork Date Completed Provide additional project descriI.Jption to show similar work - Name and Add ess of Public Agency Name and Telephone No of/Prr.QJ Manager• !/ L / Contract Amount Type of Work Provide addrtio 1 project description to show similes C-9 - V7 leted Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein I IA�A, ) Name of pMopose8 Project Manager ((0 Telephone No of proposed Project Manager- 0 U/it' 14S L n - Project Ant & Contract Amo nt Type f Work Dat Completed Prod Name & Contract Amount^Type f Work Date Com 1p d A a r•- 1ai3. ProjEcUName & Contract Amount Ty of Work Date 6 ompleted 2 r t �e Name f proposed Superintendent rye 9 Telephone No of proposed Superintendent. 1JtAS1 C� IA kG 4- o� ZotZ Project Natheg& Contract Am duntv Type of/Work Date Completed 8f� A�I,W � citU1 t �(.d �►� � iLc`r' 9 zo�f� Prod ct ame & Contract Amount Type of Work 15ate Completed N 6� & V 011 " L,srrW- (4yq" ' . s �/?_Od Proj ct ame & Contract Amount Yype of W rk bate Completed C-10 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771 l(a)), passed by the California State Senate on June 20, 2014, established a new public works Contractor Registration Program, which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations (DIR) Currently the annual non-refundable registration fee for Contractors is $300. Each contractor to whom a public works contract has been awarded shall sign the following certificate DIR FACT SHEET on SB 854 http //www dir ca gov/DLSE/PublicWorks/SB854FactSheet-6 30.14 pdf DIR's Contractor Registration Link — Call (844) 522-6734 https //efilmg dir ca gov/PWCR/ActionServlet?action=displayPWCRegistrationForm DIR's Contractor Registration searchable database: https //efiling dir ca gov/PWCR/Search action I am aware and will comply with the provisions of Labor Code Section 1771.1(a) which states "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725 5 It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103 5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725 5 at the time the contract is awarded " I furthermore will comply by providing proof of registration with DIR{as the'primary contractor, as well as for ALL subcontractors at the time of submitting the bid JVI �2� 61-i2s L4 Contractor 5. WlAI krf itle Date. / S DIR #:J DoW -1&a5 D-11 City of Huntington Beach Public Works Department 2000 Main Street Tel (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For HMAIN PROMENADE PARKING STRUCTURE IMPROVEMENTS CC NO 1534 in the CITY OF HUNTINGTON BEACH December 28, 2015 Notice To All Bidders Please note the following clarification to the Project Plans, Specifications, and Special Provisions 1) Prime Contractor submitting bids for this project shall have an "A" or "B" license This is to acknowledge receipt and review of Addendum Number One, dated December 28, 2015 it-Lnuh aw^h6v,rn�id .A�c• y om me T. 1 m' Da All bidders must acknowledge and include the receipt of this Addendum with your bid proposal THE AMERICAN INSTITUTE OF ARCHITECTS a AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we Truesdell Corporation of California as Principal, hereinafter called the Principal, and Fidelity and Deposit Company of Maryland a corporation duly organized under the laws of the State of Iowa as Surety, hereinafter called the Surety, are held and firmly bound unto City of Huntington Beach, CA as Obligee, hereinafter called the Obligee, in the sum of TEN PERCENT OF AMOUNT BID (10% AMOUNT BID) for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents WHEREAS, the Principal has submitted a bid for Main Promenade Parking Structure Improvements NOW THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter 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 12th MW I ess Witness AIA DOCUMENT A310GAIAGFEBRUARY 1970ED*THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NY AVE, NW WASHINGTON, DC 2006 day of January 2016 Truesdell Corporation of California (Principal) (Seal) B (Title) Fidelity and Deposit Company of Maryland (Surely) (Seal) B Jessika Gu iver, Attorney -In -Fact (Title) ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by DAVID MCVICKER, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Jorge L. MENDEZ, Jessika GULLIVER and Mscha RUSHING, all of Phoenix, Arizona, EACH its true and lawful agent and Attomey-in-Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York, the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland, and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland, in their own proper persons The saiu Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 17th day of August, A D 2015 ATTEST ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND µWyt�y ,tea ociofr� ��µi tNs�a ti I .... 'b � ��•�° � o .'vim coa°"+,�'t�yoc" •r3 0 8SAL '~ r —•_ r0: .r. � � Itw a ° Z • tBBB � <f),-,A . 'dJ ,� 1', 9I Assistant Secretary Vice President Dawn E Brown David McVrcker State of Maryland County of Baltimore On this 17th day of August, A D 2015, before the subscnber, a Notary Public of the State of Maryland, duly commissioned and qualified, DAVID MCVICKER, Vice President, and DAWN E BROWN, Assistant Secretary, of the Companies, to me personally known to be the mdividuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly swom, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscnbed to the said instrument by the authority and direction of the said Corporations IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year fast above written Constance A Dunn, Notary Public My Commission Expires July 9, 2019 POA-F 020-0039 City of Huntington Beach 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachca.gov Office of the City Clerk Joan L. Flynn, City Clerk April 1, 2016 Two Brothers Construction Corp 7299 Orangethorpe Ave Buena Park, CA 90621 RE Main Promenade Parking Structure Improvements— CC-1534 Enclosed please find your original bid bond for CC-1534 Sincerely, Joan L Flynn, CIVIC City Clerk JF pe Enclosure Sister Cities Anjo, Japan ♦ Waitakere, New Zealand i �I 201S,j^,''; 12 f!1 1-T,-,jI Lri ' (-,,_, I,ri 7 Y „. "SEALED BID" For MAIN PROMENADE PARKING STRUCTURE IMPROVEMENTS In the CITY OF HUNTINGTON BEACH — DO NOT OPEN WITH REGULAR MAIL DELIVER TO THE OFFICE OF THE CITY CLERK, 2000 MAIN STREET, SECOND FLOOR SECTION C PROPOSAL for the construction of MAIN PROMENADE PARKING STRUCTURE IMPROVEMENTS CC No. ] 534 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 perfonn 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 85 working days, starting from the date of the Notice to Proceed _ BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc , and will be guaranteed for a period of sixty days from the bid opening date If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertrse the project In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void Accompanying this proposal of bid, find Bidder's Bond for 10% 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 for % ", as the case may be) Any standard Surety Bid Bond form is acceptable Bidder shall signify receipt of all Addenda here, if any Addenda No. " Date Received-- w � � Bidder's Signature 1 December 28, 2015 C-2 SECTION C2.1 - PROJECT BID SCHEDULE C2.1 LIST OF UNIT PRICES WORK ITEM DESCRIPTION UNITS QUANTITY UNIT PRICE EXTENSION 1.0 GENERAL REQUIREMENTS 1 1 Project Mobilization L S 1 $ 6?0, 000 12 Concrete Formwork Incidental 13 Concrete Shores and Reshores Incidental 1 4 Concrete Reinforcement Incidental 1 5 Temporary Si na a Incidental PART II. CONCRETE FLOOR / CEILING SURFACES 2.0 FLOOR SURFACE PREPARATION 26 Floor Preparation - Traffic Topping / Membrane Removal S F 25000 `2 3.0 CONCRETE FLOOR REPAIR 31 Floor Repair - Partial Depth / Shallow S F 400 (7 O $ 6ff, 000 — 3 3 Floor Repair - Full Depth S F 100 dn 0 $ 35 Floor Repair - Slab Replacement S O G S F 250 $ 4-20 4.0 CONCRETE CEILING REPAIR 41 Ceiling Repair - Partial Depth / Shallow S F 300 1 $ s o00 43 Ceiling Repair - Remove Loose Concrete L S 1 0 $ 2- PART III: STRUCTURAL CONCRETE FRAME REPAIRS 50 CONCRETE BEAM AND JOIST REPAIR 51 Beam Repair - Partial Depth / Shallow S F 20 -o $ 3 X-00 57 Beam Repair - Grout Pockets S F 100 c, $ 2 OOa 60 CONCRETE COLUMN REPAIR 61 Column Re air -Partial Depth/ Shallow SF 50 / -C-0 $ O 7.0 CONCRETE WALL REPAIR 71 Wall Repair - Partial Depth / Shallow S F 25 ( $ 72 Wall Repair - Partial Depth / Deep S F 10 $ 10.0 EXPANSION JOINT REPAIR AND REPLACEMENT 106 Expansion Joint - Silicone Seal L F 1 300 1 a 6 1 $ 110 CRACK AND JOINT REPAIR 11 1 Rout & Seal Cracks and Joints L F 2000 p $ 20000 11 2 Repair Crack / Joint Sealant L F 2200 $ ov 11 3 Vertical Joint Sealant L F 150 $ 2 Z 11 5 Epoxy Injection L F 750 $ � 11 7 Cove Sealant L F 2300 AZ $ D 7 60'Z> C2 1-1 16.0 TRAFFIC TOPPING 161 Traffic Topping - Vehicular S F 90500 $ 164 Traffic Topping - Recoat Partial System) S F 350 $ 1-0 21.0 P/T SYSTEM REPAIR - MONOSTRAND 21 1 Inspect P/T Tendon Anchorage EA 2 DO $ 000 21 2 Protect Exposed P/T Tendons L F 10 $ a 21 6 Tendon -Splice Coupling Center -Pull EA 2 O $ f)'�)t 21 7 Tendon Splice Coupling (Single) EA 2 DOD $ O-O 21 9 P/T Tendon Material L F 20 $ 24.0 SPECIAL P/T REPAIR SYSTEMS 241 Barrier Cable - Tighten Cables EA 63 $ 3�j 242 Barrier Cable - Replace Damaged Cable L F 5000 $ p Da PART VII MECHANICAL / ELECTRICAL SYSTEMS 25.0 MECHANICAL - DRAINAGE 252 Mechanical - Supplementary Floor Drains EA 1 / e0a $ 'P-O 253 Mechanical - Pipe and Hangers L F 25 pp $ ro Da 270 MECHANICAL - HVAC 271 Repair / Replace Damaged HVAC Duct EA 11 O $ 272 Repair / Replace Damaged HVAC Duct EA 21 00 $ / O 273 Repair / Replace Damaged HVAC Duct EA 1 e0o $ eoz 274 Repair / Replace Damaged HVAC Duct EA 1 00-00 $ of PART VIII- ARCHITECTURAL REPAIRS 35.0 BRICK / MASONRY REPAIRS 352 Masonry Unit Repair/ Replacement SF 100 !L a $ vaov 353 Masonry Unit Repair Capstone L F 50 a $ O a-D PART IX- METALWORK 41.0 STEEL STAIRS 41 1 Replace Stair Treads - Precast Performance Design L S 1 pOD $ 80-D 41 2 Replace Stair Treads EA 60 O $ OOV 41 2A Replace Stair Treads -Starter Tread EA 7 700 $ p� 41 3 Paint Hand Stringers and Handrail L S 1 odo $ 8a 414 ,Re lace Landing -CIP Metal Pan EA 7 A�Do-O $ oo 43.0 MISCELLANEOUS METALS 432 Repair Hand Rail L S 1 49 01D'a $ 000 434 6" Bollard - New EA 52 $ 6opo 435 6" Bollard - Remove and Replace EA 7 $ 45.0 PAINTING 451 Paint Traffic Markings L S 1 a$ �O oOo 45 2' Paint Concrete Columns - Elastomeric EA 14 M $ O 454 Paint Slab Edge - Elastomeric LF 1760 40 $ /77 6 0-0 455 Paint Top Level Stub Columns - Elastomeric EA 4 IzA.9 $ 16ow 456 Paint Structural Steel L S 1 ., D 0 $ l7 C2 1-2 730 FLASHING 73 1 Wall Flashing - Metal LF 110 t oo Is /l oo10 73 2 Wall Flashing - Metal EA 2 a $ 84.0 EIFS FAr. ADE 841 Repair Existing EIFS Cladding SF 110 $ a 842 Repair EIFS Cracks LF 50 $ �o 95.0 DOORS AND WINDOWS 951 Re -anchor Faux Window Frame EA 30 / C7 BASE BID TOTAL >•lii State BASE BID cosj ohich will be the basis of award rzss.' ollars (in words) orVZ- t-MwotJ SE46�6) TN0VS.9+JD TRCL16-1+V4DV," 7HinTy pW& C2.1 LIST OF ALTERNATES boL.L. -S A This Section identifies potential changes in the work under consideration for this contract The Owner reserves the right to accept any or all of the listed Alternates, regardless of the order of their listing B For each of the Alternates listed below, state the total amount to be added to, or deducted from, the total contract amount if the individual Alternate is selected for inclusion in the contract scope Amount shown shall include all costs to perform the Work, no extras will be permitted for failure to consider such items as extra permits, overtime, weather protection, etc 1 Painting Ceilings and Columns State added cost to paint all unpainted concrete ceilings and columns on all levels Refer to Section 09900 Painting for Materials and Other Requirements 00"ic-HU." " &16dl`/ FIVE Tt101)15,a D Dollars (in words) ($ IeC O2Y2—} (numbers) Submitted By Type or print firm name Two Brothers Construction C Authorized Signature Date January 12, 2016 K Kim C2 1-3 iwb _?4z0Vo_.( LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $ l 0,000, whichever is greater, and the portion of the work to be done by such subcontractor ... Bid",', ,1VAi 'and f Idress of ` State__ 'Class DIR_ Dollar ;- % of w Items) Subcontractor �' �x�License �" _ � %. a Number a $S%�a< An"' nt . y, Contract - ��� Number - - _s_.` W 4a�� �:_ 43 2 Lobby Traffic Systems 24 1 24 2 780 S Van Buren St Placentia, CA92870 578412 C61 00001080 40,000 0C !a 45 1 kBC Resources / 1527 W State St Ontario, CA 91762 538680 C32 1000001608% 45,000 0 16 1 Angelus 400,000 CO 16 4 5731 McFadden Ave 2 6 Huntington Beach, CA92649 461100 C61 100000687) 33 By submission of this proposal, the Bidder certifies 1 That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing 2 That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of penury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 1/12/16, at Buena Paik CA Date City State Dong K Kim , being first duly sworn, deposes and says that he or she is Secretary of Two Brothers Consruction Corp. the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation, that the bid is genuine and not collusive or sham, that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding, that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract, that all statements contained in the bid are true, and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid Two Brothers Construction Corp Name of Bidder (iD g K. Kim) Signature of Bidder 7299 Orangethorpe Avenue Buena Park, CA 90621 Address of Bidder C4 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the MAIN PROMENADE PARKING STRUCTURE IMPROVEMENTS, (1)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proxinuty to any electrical secondary or transmission facilities The term "Qualified Person" is defined in Title 8, Cahfoinia 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 12, 2016 C-5 Two Brothers Construction Corp Contractor ng K Kim) By S ecretary Title DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire QUESTIONNAIRE Has the Bidder, any officer of the Bidder of any employee of the Bidder who has a proptietary 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 3 No If the answer is yes, explain the circumstances in the space provided Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate I am aware of the provisions of Section 3700 of the Labor Code which requne 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 January 12, 2016 C-7 Two Brothers Construction Corp Contractor =� (Doug K Kim) By Secretary Title BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct Two Brothers Construction Corp Bidder Name 7299 Ol angetherne Avenue Business Address Buena Park California 90621 City, ( 714 ) 521-7006 Telephone Number 883217 A. B. C33. C-9 State Contractor's License No and Class 8/23/2006 Original Date Issued 8/31/2017 Expiration Date State Zip The work site was inspected by Don,? K. Kim of our office on December 22 , 2015 The following are persons, firms, and corporations having a principal interest in this proposal Eun Kim, President, Two Brothers Construction Corp Dong K Kim, Secretary, Two Brothel s Construction Corp The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to peiform the contract for the proposed work and improvements in accordance with the plans and specifications set forth Two Brothers Construction Corp. Comnanv Name C- Signature of Bidder Dong K Kim Printed or Typed Signature Subscribed and sworn to before me this _ day of , 201_ . NOTARY PUBLIC C-8 NOTARY SEAL California Jurat Certificate A notary public or other officer completing this certificate verifies only the identity of the individual who signed the I document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document State of California ss County of Subscribed and sworn to (or affirmed) before me on this 1 day of, -20 by ( Kim — - and proved to me on the basis of satisfactory evidence to be the person(e) who appeared before me TERESA ANDRADE Commission # 2002543, = 4 -: Notary Public - California Los Angeles County Comm Ex ires Dee 30. 2016 ".I OPTIONAL INFORMATION AV,,,ougt) sect -,Pis rot,equ,'ed by lids a couiY oreaetti ,jui7aient re77 oval gild reerta ',s7mef,: of Inns , e is ct zft3 Lt't'f}tlZf ': on( i,l,,e'tt and ,t3YT',"Ae- L,4'Vf.'1 tit """Is tss 'C/f I', £)' ,t3,, flti�3i,i�f=i, C{CsfJr*,t`tt? Description of Attached Document The certificate Is attached to a document titled/for the purpose of tom;,& e 2S 1 n a;h on containing pages, and dated Method of Affiant Identification Proved to me on the basis of satisfactory evidence 0 form(s) of identification 0 credible witness(es) Notarial event is detailed in notary journal on Page # Entry # Notary contact Other [-] Affiant(s)Thumbprint(s) [[ Describe (-,,n <> Al € in', Q,,� r „ , "'U f -. Ourt 0 Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work Bidders are encouraged to submit supplemental relevant project history in addition to the piojects listed herein Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years 1 Please See Attachment A - Project History Name and Address of Public Agency Name and Telephone No of Project Manager Contract Amount Type of Work Date Completed Provide additional project description to show similar work 2 Please See Attachment A - Project History Name and Address of Public Agency Name and Telephone No of Project Manager Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 3 Please See Attachment A - Project History Name and Address of Public Agency Name and Telephone No of Project Manager Contract Amount Type of Work Date Completed Provide additional project description to show similar work i C-9 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein Dong K. Kim Name of proposed Project Manager Telephone No of proposed Project Manager- (714) 521-7006 OCTA Metro Tram Station(s) Platform Tiles, Cconcrete Repairs. and Restnping $582,000 00 7/201.5 Project Name & Contract Amount Type of Work Date Completed Wiseburn High School / Non Struc Demo & repars to concrete slab, coulmns, beams (and connections) structural and tensile testing, and metal decking repairs. $810,000 00 4/2014 Project Name & Contract Amount Type of Work Date Completed Santa Ana Bus Station Parking Lot Repair and Joint Sealant $290,000 00 8/2013 Project Name & Contract Amount Type of Work Date Completed 2 Jason Alin Name of proposed Superintendent Telephone No of proposed Superintendent (714) 521-7006 OCTA Metro Train Station(s) Platform Tiles, Cconcrete Repairs, and Restnping $582,000.00 7/2015 Project Name & Contract Amount Type of Work Date Completed Wiseburn High School / Non Struc Demo & repars to concrete slab, coulmns, beams (and connections) structural and tensile testing, and metal decking repairs $810,000 00 4/2014 Project Name & Contract Amount Type of Work Date Completed Santa Ana Bus Station Parking Lot Repaii and Joint Sealant $290,000 00 8/2013 Project Name & Contract Amount Type of Work Date Completed C-10 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771 1(a)), passed by the California State Senate on June 20, 2014, established a new public works Contractor Registration Program, which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations (DIR) Currently the annual non-refundable registration fee for Contractors is $300 Each contractor to whom a public works contract has been awarded shall sign the following certificate DIR FACT SHEET on SB 854 http //www dir ca gov/DLSE/PublicWorks/SB854FactSheet-6 30 14 pdf DIR's Contractor Registration Link — Call (844) 522-6734 https //efiling drr ca gov/PWCR/ActronServlet?action=displayPWCRegistrationForrn DIR's Contractor Registration searchable database https Hefiling dir.ca gov/PWCR/Search action I am aware and will comply with the provisions of Labor Code Section 1771 1(a) which states "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725 5 It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029 1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725 5 at the tune the contract is awarded " I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid Date January 12.2016 DIR # 1000003633 D-11 Two Brothers Construction Contractor ong K Kim) By Secretary Title City of Huntington Beach Public Works Department 2000 Main Street Tel (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For HMAIN PROMENADE PARKING STRUCTURE IMPROVEMENTS CC NO. 1534 in the CITY OF HUNTINGTON BEACH December 28, 2015 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions. 1) Prime Contractor submitting bids for this project shall have an "A" or "B" license. This is to acknowledge receipt and review of Addendum Number One, dated December 28, 2015 Two Brothers Construction Corp. (Dong K. Kim) Company Name January 12, 2016 Date All bidders must acknowledge and include the receipt of this Addendum with your bid Proposal Attachment #A Two Brothers Construction Corp. 7299 Orangethorpe Ave DIR 1000003633 WK Buena Park, CA 90621 Certified Small Business by DGS # 1091600 11 IyA11t t11'Wt 144ANIefG.hi}1.ti 1<9{ ,,R„1,f,,,�CO"$1luxitcmCOR� Tel 714 5217006 Certified DBE/SBE 38620 Exp 6/30/2016 Fax 714 5217007 CSLB License No 883217 Class A, B, C-9, C-33 Public & Commercial Project History Project Name OCTA Metrolink Train Stations Platform Tile and Restriping Project Location Tustin, Irvine, Fullerton Metrolink Stations Project Owner Orange County Transpora_tion Authority (OCTA)��- Owner Address 500 South Main Street, Orange, CA 92863 Owner Contact Name Jason Lee Tel (714) 560-5833 Architect/Engineering Firm ����� �� � �__ �wM. A/E Contact Name Tel Construction Manager Fawne Yamashiro Tel (714) 476-2105 Inspector of Record Carter Cox Tel (714) 730-2300 Scope of Work Replace detectable tiles and restri_pe the painted_ guidelines at each station on the platforms Concrete cutting, concrete, and Joint repairs also included Total w/ Change Orders $582,000 00 Construction Started Tuesday, April 28, 2015 Construction Completed Thursday, July 23, 2015 GC Project Manager Don Kim GC Superintendent Jason An Project Name _Middle School Modernization Project (B03-2014) Project Location Imperial & WashingtonMiddle Schools Project Owner La Habra City School District m __ Owner Address 500 W. Walnut Boulevard, La Habra, CA 90630 Owner Contact Name Moshir Kellada Tel (626) 945-4418 Architect/Engineering Firm TDM A/E Contact Name John S Miller Tel (323) 254-9200 Construction Manager Moshir Kellada Tel moshir@kela_dae com Inspector of Record Kamal (sail Tel (818) 434-3824 _ m Scope of work Modernization of 2 middle schools Upgrades to 5 buildings Science lab, art room, library and classrooms (Imperial and Washington Middle Schools) _ _ Total w/ Change Orders $2,636,000 00 Construction Started Monday, November 17, 2014 Construction Completed _Wednesday, September 30, 2015 Project Duration GC Project Manager Don Kim GC superintendent James Chung& Jason An (Split Shift) Page 1 of 8 Attachment #A Two Brothers Construction Corp. 7299 Orangethorpe Ave DIR 1000003633 Buena Park, CA 90621 Certified Small Business by DGS # 1091600 Stl4l ftdl lVP R\4SNhfH't33 h+ }n� ,,,:p„11:W4c0'1'gT11zc110NcoR,, Tel 714 5217006 Certified DBE/SBE 38620 Exp 6/30/2016 Fax 714 5217007 CSLB License No 883217 Class A, B, C-9, C-33 Project Name Project Location Project Owner Owner Address Owner Contact Name Architect/Engineering Firm A/E Contact Name Construction Manager Inspector of Record Scope of Work Total w/ Change Orders Construction Started Construction Completed GC Project Manager GC Superintendent Project Name Project Location Project Owner Owner Address Owner Contact Name Architect/Engineering Firm A/E Contact Name Construction Manager Inspector of Record Scope of Work Total w/ Change Orders Construction Started Construction Completed GC Project Manager GC Superintendent Public & Commercial Project History Wiseburn High School Non -Structural Demolition 201 N Douglas St, El Segundo, CA Wiseburn School District. 13530 Aviation Blvd , Hawthorne, CA 90250 Vince Madsen_ Tel 310 956 6130 Gensler_Architect _ Tom Williams, AIA, LEED AP Tel 213.327.3996 Aaron Lee, Galfour Beatty Tel 949.502.4000 µ __ Don Rondeau Tel 949-502-4000 Interior Demolition of 350,000 sgft including concrete slab repair, _ column & beam repairs and connections, structural and tensile testing, and metal decking and roof deck repairs (4 story Bdlg) $810,000 00___ Tuesday, January 21, 2014 Saturday, April 19, 2014 Don Kim Jason Ahn Santa Ana Bus Station Parking Lot Repair & Re -Sealant Orange County Transportation Authority 550 S Main St., Orange, CA 92868� e � Tel 714 560 6282 Tel Jim Kahn Tel 714 920 9697 Tel Concrete Parking Lot Repair & Re -Sealant $290,000.00 Friday, May 24, 2013 -� Friday, August 2, 2013 Don Kim _ Jason Ahn Page 2 of 8 Attachment #A Two Brothers Construction Corp. 7299 Orangethorpe Ave D/R 1000003633 0 Buena Park, CA 90621 Certified Small Business by DGS # 1091600 K t i lXii k 4ut\Lf N M {..4 YN KS"f <4[ AORROMVR15CO%vSTRUCII NCORP Tel �r714 521 7006 Certified DBE/SBE 38620 Exp 6/30/2016 Fax 714 5217007 CSLB License No 883217 Class A, B, C-9, C-33 Public & Commercial Project History Project Name Science Career & Mathematics Building Demolition Project Location 1301 Avenida Cesar Chavez, Monterey Park, CA 91754 Project Owner LA East Community College Owner Address 1200 W Floral Dr, Monterey Park, CA Owner Contact Name _ Daniel Robb Tel 213.996 2589 Architect/Engineering Firm Hammel Green & Abrahmason Tel 310 557 7600 A/E Contact Name Ian Erhardt Tel 323,775 2492 Construction Manager Maria Teresa Carvajal Tel 323 434 0244 x Inspector of Record Thomas Durborow _ Tel 916 835 9572_ Scope of work Demolition of six (6) buildings, Electrical, Site Work, Underground, HVAC, and ADA Upgrades Total w/ Change Orders $1,212,500 00 Construction Started Monday, November 5, 2012� Construction Completed Tuesday, April 30, 2013 GC Project Manager John GC Superintendent Gary Snyder (Daytime) / Don Kim (Nighttime) Project Name 7th Floor Alterations (EDD Building in Santa Ana) _ .... Project Location Project Owner State of California Department of General Services Owner Address 707 3rd St Ste 2-305, W Sacramento_, CA_95605 Owner Contact Name Gregg Prettyman Tel 916.375.4226m Architect/Engineering Firm _ A/E Contact Name Tel Construction Manager Gregg Prettyman Tel 375 4226 Inspector of Record _916 Edward Mikolaczyk Tel 213.620.3100 Scope of work T/I Improvements, HVAC, Electrical, Plumbing, Doors & Windows, Roofing Repairs, and Finishes Total w/ Change Orders $587,900 00 Construction Started _Wednesday, November 2, 2011 Construction Completed Saturday, June 30, 2012�� GC Project Manager GC Superintendent Don Kim Page 3 of 8 Attachment #A A v Two Brothers Construction Corp. 7299 Orangethorpe Ave DIR 1000003633 « Buena Park, CA 90621 Certified Small Business by DGS # 1091600 i 1hCi5 R114t tW !{i 3k CiEM1iN \4f c+3 TWO DROTIMM"CONS11RUc1no-Ccr,uw Tel 714 5217006 Certified DBE/SBE 38620 Exp 6/30/2016 Fax 714 5217007 CSLB License No 883217 Class A, B, C-9, C-33 Project Name Project Location Project Owner Owner Address Owner Contact Name Architect/Engineering Firm A/E Contact Name Construction Manager Inspector of Record Scope of Work Total w/ Change Orders Construction Started Construction Completed GC Project Manager GC Superintendent Project Name Project Location Project Owner Owner Address Owner Contact Name Architect/Engineering Firm A/E Contact Name Construction Manager Inspector of Record Scope of Work Total w/ Change Orders Construction Started Construction Completed GC Project Manager GC Superintendent Public & Commercial Project History _Music Department Swing Space_- Los Angeles City College 855 Vermont Ave ,_Los Angeles, CA 90029 Los Angeles Community College District 855 Vermont Ave ,Los Angeles, CA Daniel Robb Tel 323 953 4000 Webb-Cleff, Robert Webb _ Tel 760 415 8892 Eric Waite Tel 323 243 5866 Joe Webber Tel 323 509 9769 x Craig Cohn _ Tel 818 6257370 _ Modifications to the thirdfl000 _ of the DaVinci Hall, including the construction of new classrooms within existing classrooms HVAC, Electrical, Roofing, Doors & Windows, and Finishes Wednesday, June 1, 2011 Saturday, September 10, 2011 Don Kim Richard Hagmaeir�� Jefferson Hall Modernization 855 Vermont Ave., Los Angeles, CA LA Community College 855 Vermont Ave, Los Angeles, CA _ Tel GKK Works, Jeff Fuller Tel 949 250 1500 Angela Mukirae-Hatier Tel 323.953 4000 Sarafin Fernandez Tel 213 798.8466 Craig Cohn _ Tel 818.625 7370 Classroom Improvements, Flooring, HVAC, Electrical A/V System $886,000 00_.. ..._ _____ ___ _ ___ _ Friday, April 15, 2011 Tuesday, August 30, 2011 DonKim .....,_._ .... �..._.._ _�.�__ ....... . __ Brad Williams x 3086 x Page 4 of 8 Attachment #A �r Two Brothers Construction Corp i 7299 Orangethorpe Ave DIR 1000003633 Buena Park, CA 90621 Certified Small Business by DGS # 1091600 'n%OW 4IIJr ,5Co*,sTi u<mt,?vcoap Tel 714 5217006 Certified DBE/SBE 38620 Exp 6/30/2016 Fax 714 5217007 CSLB License No 883217 Class A, B, C-9, C-33 Project Name Project Location Project Owner Owner Address Owner Contact Name Architect/Engineering Firm A/E Contact Name Construction Manager Inspector of Record Scope of Work Total w/ Change Orders Construction Started Construction Completed GC Project Manager GC Superintendent Project Name Project Location Project Owner Owner Address Owner Contact Name Architect/Engineering Firm A/E Contact Name Construction Manager Inspector of Record Scope of Work Total w/ Change Orders Construction Started Construction Completed GC Project Manager GC Superintendent Public & Commercial Project History NEA/SSA Serviceability Enhacement 1111 Figueroa Place, Wilmington, CA 90744 �- LA Harbor Community College 915 Wilshire Blvd Ste 810, Los Angeles, CA Harland Herndon Tel 323 552 6683 Steinberg Architects Vikas_Shrestha, PhD, AIA_ _ Tel 213 559 4358 Stephen Barber - Retired 2013 Tel 310 221 8300 Not a DSA Project _ Tel Rooftop crossovers, roof pads, HVAC, Misc Insulation, Windows $487,450.00���y���� Tuesday, September 28, 2010 Don Kim _ Don McCoy x 8310 SRC_C-Kingdom Dream Center Building F 1900 W Crescent Ave , Anaheim, CA 92801 Sa-Rang Community Church 1111 N Brookhurst St ,Anahei_m, CA 92801 Dr John Kwak _ Tel 714 290 9065 Tel Samuel Yang Tel 714 720 6300 Tel Classroom_ & Office Improvements, HVAC, Electrical, Plumbing, Doors &Windows, and Finishes Wednesday, June 2, 2010 Thursday, December 2, 2010�� Don Kim _ John S Haw Page 5 of 8 Attachment #A y ;arm,, Two Brothers Construction Corp. 7299 Orangethorpe Ave DIR 1000003633 ~ Buena Park, CA 90621 Certified Small Business by DGS # 1091600 �anuni.s+a'ix sr<w rx ctox 111W7 DRC5i 1 rCR5 C01.11112 RUCn011 cc) RP Tel 714 5217006 Certified DBE/SBE 38620 Exp 6/30/2016 Fax 714 5217007 CSLB License No 883217 Class A, B, C-9, C-33 Project Name Project Location Project Owner Owner Address Owner Contact Name Architect/Engineering Firm A/E Contact Name Construction Manager Inspector of Record Scope of Work Total w/ Change Orders Construction Started Construction Completed GC Project Manager GC Superintendent Project Name Project Location Project Owner Owner Address Owner Contact Name Architect/Engineering Firm A/E Contact Name Construction Manager Inspector of Record Scope of Work Total w/ Change Orders Construction Started Construction Completed GC Project Manager GC Superintendent Public & Commercial Project History SRCC-Kingdom Dream Center Building E 1900 W Crescent Ave, Anaheim, CA 92801 Sa-Rang Community_ Church 1111 N Br_ookhurst St , Anaheim, CA 92801µ�mm m Dr John Kwak T Tel 714 290 9065� W Tel Samuel Yang Tel 714 720 6300 Tel Classroom Improvement, HVAC, Structure, Roofing, Electrical Plumbing, Doors & Windows, Metal Siding, and Finishes Wp� $658,800 00 Friday, April 2, 2010 _ Thursday, September 9, 2010 Don Klm John S�Haw SRCC_-KingdomD_ream Center Building D_ 1900 W Crescent Ave., Anaheim, CA 92801 Sa-_Rang Community Church 1111 N Broo_k_hurst St., Anaheim, CA 92801 Dr John Kwak Tel 714 290 9065 Tel Samuel Yang Tel__714 720 6300 __ _ _ �. Tel..__ ___ ......__.__.._.._._�__�._�� Abatement, _ Roofing,_ Structure, HVAC, Electrical, Plumbing Soundwall, Doors, Finishes, Storefront, A/V System, Site Work, Concrete $1,950,000 00 Tuesday, February 2, 2010 Thursday, March 17, 2011 Don Kim--_ _ John S Haw Page 6 of 8 Attachment #A Two Brothers Construction Corp. 7299 Orangethorpe Ave DIR 1000003633 Buena Park, CA 90621 Certified Small Business by DGS # 1091600 Tel 714 521 7006 Certified DBE/SBE 38620 Exp 6/30/2016 Fax 714 5217007 CSLB License No 883217 Class A, B, C-9, C-33 Public & Commercial Project History Project Name SRCC-Kingdom Dream Center Building C Project Location 1900 W Crescent _Ave, Anaheim, CA 92801 Project Owner Sa_-Rang Community Church Owner Address 1111 N Brookhurst St , Anaheim, CA 92801 Owner Contact Name Dr John Kwak Tel 714 290 9065� Architect/Engineering Firm A/E Contact Name _ Tel Construction Manager Samuel Yang Tel 714 720 6300 Inspector of Record Tel Scope of work Kitchen Equipment, Storefront, Roofing, HVAC, Wind -Screen, Electrical,mmm Plumbing, Stucco, Finishes Total w/ Change Orders $810,100.00 _ Construction Started Monday, January 18, 2010� Construction Completed Friday, May 28, 2010 GC Project Manager Don Kim GC Superintendent John S Haw Project Name SRCC-Kingdom Dream Center Building B Project Location 1900 W Crescent Ave, Anaheim, CA 92801µ Project Owner Sa-Rang Community Church Owner Address 1111 N Brookhurst St., Anaheim, CA 92801 _ Owner Contact Name Dr John Kwak Tel 714 290 9065 Architect/Engineering Firm A/E Contact Name � Tel Construction Manager Samuel Yang Tel 714 720 6300 Inspector of Record Tel Scope of Work Classroom improvements, HVAC, Electrical, Plumbing, Finishes Door& Windows, Wind -screens Total w/Change Orders $770,500 00 Construction Started Thursday,_ October 15, 2009 Construction Completed Thursday, February 25, 2010 GC Project Manager Don Kim GC Superintendent John S Haw Page 7 of 8 Attachment #A u F Two Brothers Construction Corp. 7299 Orangethorpe Ave DIR 1000003633 e=x� �# Buena Park, CA 90621 Certified Small Business by DGS # 1091600 � � h 4, 'I'VV0 iio7iirr�cov�eaucrica caar Tel 714 5217006 Certified DBE/SBE 38620 Exp 6/30/2016 Fax 714 5217007 CSLB License No 883217 Class A, B, C-9, C-33 Public & Commercial Project History Project Name SRCC-Kingdom Dream Center Building A Project Location 1900 W Crescent Ave, Anaheim, CA 92801 Project Owner Sa-Rang Community Church Owner Address 1111 N Brookhurst St , Anaheim, CA 92801 Owner Contact Name Dr John Kwak Tel 714 290 9065 Architect/Engineering Firm A/E Contact Name Tel Construction Manager Samuel Yang Tel 714 720 6300 Inspector of Record Tel Scope of work Classroom Improvements, HVAC, Electrical, Plumbing, Finishes _ Door &Windows. Total w/ Change Orders $520,720 00 Construction Started Thursday, September 10, 2009 Construction Completed Sunday, January 10, 2010 GC Protect Manager Don Kim GC Superintendent John S. Haw_____ Page 8 of 8 (1) Metro - June 2, 2014 Los Angeles County One Gateway Plaza 213 922 2000 Tel Metropolitan Transportation Authority Los Angeles, CA 90012-2952 metro net Dong K Kim Two Brothers Construction Corp. 7299 Orangethrope Ave Buena Park, California 90621 Re. Small Business Enterprise Certification Dear Mr Kim Metro File # 5308 We are pleased to advise you that after careful review of your application and supporting documentation, the Los Angeles County Metropolitan Transportation Authority (Metro) has determined that your firm meets the eligibility standards to be certified as a Small Business Enterprise (SBE) as required under Metro's SBE Program Your firm will be listed in Metro's SBE database of certified SBEs under the following specific areas of expertise NAICS (2007) Description 236115 New Single -Family Housing Construction (Except For Sale Builders 236220 Commercial & Institutional Building Construction 237310 Highway, Street & Bridge Construction 238120 Structural Steel & Precast Concrete Contractor 238910 Site Preparation Contractor Your SBE certification is good for five years from the date of this letter and applies only for the above NAICS 2007 codes Any additions and revisions must be submitted to Metro for review and approval After the five-year certification period, your entire file will be reviewed in order to ascertain continued SBE certification status You will be notified of the pending SBE status review and any documentation updates necessary prior to the expiration date Also, should any changes occur that could affect your certification status prior to receipt of the renewal application, such as changes in your firm's name, business/mailing address, ownership, management or control, or failure to meet the applicable business size standards or personal net worth standard, please notify Metro Immediately Metro reserves the right to withdraw this certification if at any time it is determined that it was knowingly obtained by false, misleading, or Incorrect Information Your SBE certification is subject to review at any time The firm thereby consents to the examination of Its books, records, and documents by Metro Congratulations, and thank you for your Interest in Metro's SBE Program Should you have any questions, please contact us at 213-922-2600 For information on Metro contracting opportunities, please visit our website at www metro net Sincerely, _,C.� , � k� M ilydWhite rtification Consultant, HSW Services iversity & Economic Opportunity Department E 3T%v Brothers Construction Corp He #5309 SBE Appnn' l Letter Modlyn-5 doc Small Bwir exr Cn itficniwn Unit 151072 One Gateway Plaza, Mail Stop 99-& e, l.os Angeles, CA wo14-v52 Ph 4n3-944-26tw par �IJ-934-i666 (1) Metro - June 2,2014 Los Angeles County One Gateway Plaza Metropolitan Transportation Authority Los Angeles, CA 90012-2952 CALIFORNIA UNIFIED CERTIFICATION PROGRAM Dong K Kim Two Brothers Construction 7299 Orangethorpe Ave Buena Park, California 90621 RE* Disadvantaged Business Enterprise Certification Dear Mr Kim 213 922 2000 Tel metro net CUCP #38620 Metro File # 5308 We are pleased to advise you that after careful review of your application and supporting documentation, the Los Angeles County Metropolitan Transportation Authority (Metro) has determined that your firm meets the eligibility standards to be certified as a Disadvantaged Business Enterprise (DBE) as required under the U S Department of Transportation (U S DOT) Regulation 49 CFR Part 26, as amended This certification will be recognized by all of the U S DOT recipients in California Your firm will be listed in the California Unified Certification Program (CUCP) database of certified DBEs under the following specific areas of expertise that you have identified on the NAICS codes form of the application package NAICS (2007) Description 236115 New Single -Family Housing Construction (Except For Sale Builders 236220 Commercial & Institutional Building Construction 237310 Highway, Street & Bridge Construction 238120 Structural Steel & Precast Concrete Contractor 238910 Site Preparation Contractor Your DBE certification applies only for the above codes You may review your firm's information in the CUCP DBE database which can be accessed at the CUCP's website at www califormaucp orq Any additions and revisions must be submitted to Metro for review and approval In order to ensure your continued DBE status, you are required to submit an annual No Change Declaration Form (which will be sent to you) along with supporting documentation If no changes are noted, then your DBE status remains current If there are changes, Metro will review to determine continued DBE eligibility Please note, your DBE status remains in effect unless Metro notifies you otherwise Should any changes occur that could affect your certification status prior to receipt of the No Change Declaration Form, such as changes in your firm's name, business/mailing address, ownership, management or control, or failure to meet the applicable business size standards or personal net worth standard, please notify Metro immediately Failure to submit forms and/or change of information will be deemed a failure to cooperate under Section 26 109 of the Regulations Metro reserves the right to withdraw this certification if at any time it is determined that it was knowingly obtained by false, misleading, or incorrect information Your DBE certification is subject to review at any time The firm thereby consents to the examination of its books, records and documents by Metro Small Business Cerhfioelron Unit 51672 One Gateway Plaza, Mail Stop 99-6- F I.os Angeles CA 9(X)12-2952 Ph 211-922-2000 ra> 219-922-7660 Congratulations, and thank you for your interest in the DBE program Should you have any questions, please contact us at 213-922-2600 For information on Metro contracting opportunities, please visit our website at www metro net Sincerely, JJ q ltetion Consultant — HSW Services Diversity & Economic Opportunity Department E.ITma(1r V—C Imd-Frkg9,3os-DBE Ipp—lLl(a Afanho rdw Small Business Certification Unit One Gateway Plaza Mall Stop 99-8-4, Los Angeles, CA 90012-t0g Ph 813-944-2600 Fax u18-992-7660 12/30/2015 Supplier Profiles Supplier Profiles i Certification ID: 1091600 Legal Business Name TWO BROTHERS CONSTRUCTION CORP DBA Name 1 TWO BROTHERS CONSTRUCTION CORP DBA Name 2 i Phone 714/521-7006 Fax 714/521-7007 Address 7299 ORANGETHORPE AVE BUENA PARK CA 90621 Email ' 2broscompany@sbcglobal net I No Employees 4 i Business Types Construction I Website i E Service Areas Alameda , Alpine , Amador, , Butte , Calaveras , Colusa , Contra Costa , Del Norte , El Dorado , Fresno , Glenn , Humboldt , Imperial , Inyo , Kern , Kings , Lake , Lassen , Los Angeles , Madera , i Marin , Mariposa , Mendocino, Merced , Modoc , Mono, Monterey, Napa , Nevada, Orange , Placer , Plumas , Riverside , Sacramento , San Benito , San Bernardino , San Diego , San Francisco , San Joaquin San Luis Obispo , San Mateo , Santa Barbara , Santa Clara , Santa Cruz , Shasta , Sierra , Siskiyou , Solano , Sonoma , Stanislaus , Sutter, Tehama , Trinity , Tulare , I Tuolumne , Ventura , Yolo , Yuba I View Keywords I View Classifications Active Certifications Certification Type Status SB Approved f i https //caieprocure ca gov/pages/SupplierProfile/supplier-profile aspx From 09/12/2013 I To 09/30/2017 i i i 1 /2 Bond #NA North American Specialty insurance Company emium Nil, : :• KNOW ALL MEN BY THESE PRESENTS, That We, Two Brothers Construction Corporation Of7299 Orangethorpe Ave Buena Park, CA 9062i as Principal, and North American Specialty Insurance Company, of Manchester, New Hampshire, as Surety, a New Hampshire corporation duly licensed to do business in the State of (a1 i forni are held and firmly bound unto City of Huntington Beach ,- as Obligee, in the penal sum of Ten Percent of Amount Bid Dollars ($ 10% ), for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. T HE COS dDITION OF THIS OBLIGATION IS SUCH, That, whereas the Principal has submitted, or is about to submit, a proposal or a bid to the Obligee on a contract for Main Promenade Parking Structure Improvements Protect No. 1534 NOW, THEREFORE, if the aforesaid principal shall be awarded the contract, the said principal will within the period specified therefore, or, if no period be specified, within ten (10) days after the notice of such award into a contract and give bond for the faithful performance of the contract, then this obligation shall be null and void, otherwise, the principal and the surety will pay unto the obligee the difference in money between the amount of the bid of said principal and the amount for which the obligee may legally contract with another party to perform the work if the latter amount be in excess of the former, in no event shall the liability hereunder exceed the penal sum hereof. PROVIDED AND SUBJECT OF THE CONDITION PRECEDENT, that any suits at law or proceedings in equity brought or to brought against the Surety to recover any claim hereunder must be instituted and service had upon the Surety within ninety (90) days after the acceptance of said bid of the Principal by the Obligee. Any person who, with the intent to defraud or knowing that he Is facilitating a fraud against an insurer, submits an application or files a claim containing a false or deceptive statement is guilty of insurance fraud SIGNED, SEALED AND DATED this 23rd day of December , 2015 Two Brothers Construction Corporation Pdndpai North American Specialty Insurance Company By: -_• _ _*/��Attor�ney4n-Fa�dt- BND140SREV(05195) Spencer Flake NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having Its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois, each does hereby make, constitute and appoint. DAVID L CULBERTSON, CHARLES L FLAKE, RICHARD A COON, SPENCER FLAKE and LEXIE SHERWOOD JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of FIFTY MILLION {$50)000,000 00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9'b of May, 2012• "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company, and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached," a`vfir•.\'\N•dG,�b1ph�urr/r�lrN�j��g = SRuibnNuwq(wyIr�o a;P BG$ SEAI. 'rFA Steven P Anderson, Seidler Vice Prondent of Washington International Insoreoee Company b r+ S']{(, • rZ 1913 0< m - & Senior Vice President of Nortb American Specialty Insurance Company O i :R otj Wl D B d M Layman, Vice President of Washington IntLroallonal Insurance Company Ian & Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers thisl7th day of July 2014 , North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook On this 17th day of July , 2014 , before me, a Notary Public personally appeared Steven P Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M Layman , Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies - — I - E ICIAL, SPAL� A�%-Z NA D. SKLENS Public, State of Illinois DonnaD Sklens, Notary Public mmission Expires 10t06f2015 i, Jeffrey Goldbergthe duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies thrs23rd day of December 2015 iefrroy Goldberg, Vice President & Assistant Secretary of Washington International Insurance Company & North American Specialty insuanee Company • Esparza, Patty From: David Ward [DWard@ocregister.com] Sent: Thursday, December 10, 2015 11:52 AM To: Esparza, Patty Subject: RE: Legal ad for HB Wave - CC-1534 Here you go Patty. If this is the last time we talk this week....have a GREAT weekend! Ad#10119027 R 7, 12/24 & 12/31 Cost $527.19 PROOF • E SENMON A NOTICE titfi'iPM NC SEALED BIDS for the consyUctio a of KUM PROMENADE PAS STIM C`TURE 11I4PROVEME iT i CC tMrati 1534 in the CM OF NUNT11 =fi4 B"Ct1 PISRUC.9*67R -E IS IMEREV GIVEN 1130 tl'sa C Y of I UINMNf:TON BEACH, as AGENCY; invites sealed Wits for tie above stated =iscts and wilt receive such bids in the elffce: of the. ity Clerk. Second Fkror, 2000 !llain.Street. Hurg�t n Seach, California92648, up,o ftte hour a 2-.00 prn. ort larnrary 12, 2tM6. Bids %0-be.pubficly opened rn the. Council Cflarrl'bers urhlesss 04hemilse posted, Copts txf Ens Plans, Specificafimis, and contract dowmentz are evailabfe from Ite Offm at the Direcla5r of PLI.-9ic Works, 2000 Main Street, Huntington Beach, GA 92645. upon pay= rnent ofZ a SW.00 ncnrefundabie fee if picked or pa'vment of a $75.1XII nonref usdabte too if s4 ttby UPS grourds ddiv�ery fbdd r. small pay a,ddiscnal costs for epee,i delivery). Plans, 5pecifiwdons, $tiro' coiltrool docuuiter>±3 care be downloaded 06 AG, Wm- Si1�C. hlfe:1,trrww.hunthtoonbea&cagevlgovemrraenUdepanroefiWpubUc_wu&se&dst A corare;.t ertred (into ptnuant.to [this notice will ncoarporate the orovisfarts of ft Slate Lahar Code. .PrsrsuarrttO the, pnav k5r�a od ills iahor Coda of the Stain csff.tali9omia, [tie minimum pre vv ingPrile of per diem wage. - for each craft, classification or rope of workman needbd to exscz,t,a the conb= shall be them delArrrdren ray the Mrsttca Of Ir Wle1 Re- lAt OnS. of the .Salta of California,. which ara on Ele aT the t fto of the ClitecMr 01 Pthlic WOWS; 20M f n, Street. CA 92343E The AGE-NCY will deduct 5% retentipn fi yom all ptogriess oaymeftjs. The Cemrac or i.y scahstftute an grow holder suratY of equal w� a to the r�e;lenliaa in acoordance with Mb pc Iona of Late Public Contract Code, Sectlien 10263. The Contractor shelf be beneficial owner of the surethl and shall teceive.any intarWtheream The AGENCY hereby a irlmadvetry trawls trisli minoaty bfrsinims eni,erphsas win be afford - ad full apportiurtity to srabreit bids in response to tries notion and vAN "hot toe d crimblated against on the basis of races, cNor, naliomll orfg;n, ancestry. sex, or religion its arsy consid- station leading to tba award 4f cor&act_ No bid &?tall be considered urdess It is. arepamd on the. atstxvveid Pr000ul Jorrns n e at= bonTww w4h the, 1rm6'uctions.to r3idders as delerrraned.by the A43ENCY. The bid mLat be a0currrt anied toy: a ceAffiesd check, cashier's cheaK or bidder's band) made oayat le to the AGENCY tnr•an amoum,Tw less tiara t0% of the amount.bid. The swcessV bidder snail be lloens'ed in accordance what provislon of t;1e gusinea and Professions Code and stYaei possan$ a St&4 GartV WOr'st: LiCense Class A at the time of the bid opening. The success- ftuut Canteselor wDd his subccnaactots wJll be required to ,00ssess business licenses iro_m the AGENCY. AS nsion -0t :unit latices wiill be rstbi009 10 verification fay itte AGENCY, to Case of a va6atlon baVtma s the unit prim and Vw exienaion, the unit price wlfl gcMrxrL P. fmtt bes9crat�cmc The project carads s pmnarify of meirtt,enare repeera and jrn- provarnanfs..to the ese *,ft parking.strrurd4tre induainp butnot lirniVd to: wraete rt=cairs. watergroofin9 repaim3 rnec:,handcat iepw�m. Rakning, traitfc rrmrksrra. stair replacement and wher 40sceflaneous malydenance ruts re+qufcad In tha parking strur-ture- Esi'us 7'�ra 1S � f�r�aild::sies�{itiQ. The c*MMCt Shall allOw tkae C'opltraetor 45 working days fd cor,"ple a be canDw. The AGENCY reserves the rigf,f to reject any or elf blda, 10 waiye artlr irregufari�ty and to #ales all tam under adv_�emient for a masdrrturn period off days. 'SY optioss of the CrTY cciuNCii. orthe. pm or- J4UNTTNGTON BEACH. CAI 81lr dal/. of September 20116, W Rewfudon N1o, I, Attest: Joan L Fiyrr�aa_. CiTY CLE ICtP%itti t1N! tt ff Pubflshed; The HuntirKpan Sewh Waive DecemberlT; Zt 31. 2W 141nkz? OC REGISTER P_ 714.7grLS7 4 714,.3472724 From: Esparza, Patty[ma ilto:PEsparzaC�surfcity-hb.org] Sent: Thursday, December 10, 2015 8:08 AM