Loading...
HomeMy WebLinkAboutPaulus Engineering, Inc - 2014-08-18CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION DATE: 9/15/2015 TO THOSE LISTED HEREON FROM: John Griffin, PW Contract AdministratA,�) SUBJECT: Retention Release Payment - PO #20835 OJ Supplier #21584 Co #507 CAST IRON PIPE REPLACEMENT PROJECT, Project # CC 1432 Contractor's Name Paulus Engineering Inc Address 2871 E Coronado Street City, State and Zip Code Anahiem, CA 92806-2504 Phone Number 714-632-3975 City Business License Number A187410 Notice of Completion (Date by City Clerk) 7/16/2015 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 q11-7k_ Date I certify that there are no outstanding invoices on file 91)a115 Date Travis , Public Works Director Joyce Zaecs, 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 9/ i a s Dat Joan Flynn, t erCllerk^" Attachments�U 1 Certificate of Compliance with Prevailing'Wage Laws 2 Contractor's Certificate 3 Certificate of Compliance with Title VII of the Civil Rights Act and Equal Employment Opportunity Act of 1972 4 Consent for Release letter from the Surety Company 5 Maintenance Bond 6 Notice of Completion Certification of Compliance with Prevailing Wage Laws To City of Huntington Beach Department of Public Works 2000 Main Street/P O Box 190 Huntington Beach, CA 92648 Re. Certification of Compliance with Prevailing Wage Laws Contract* !� `d oZ Project The undersigned contractor on the above -referenced project ("Project") hereby certifies that all laborers. mechanics, apprentices, trainees, watchmen and guards employed by him or by any subcontractor performing work under the contract for the Project have been paid pursuant to the minimum wage and bona fide fringe benefit requirements specified for each particular classification of work, as set forth in the wage -rate determinations of the State of California, Department of Industrial Relations, and/or the United States Department of Labor. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct Executed this day of , 20__,�t alifornta ...................... (Contract r ame) APPROVED O FO By: M ael E Gatcs y Attorney 1 CONTRACTOR'S CERTIFICATE I, J czf a state and certify that: (Name of Declarant) 1 -At"o `i lj Jy.. ,!�' is the general contractor to the City of Huntington Beach (` City") on Contr ct No GG• / �%�'.`L (the "Contract') for the construction of the public work of improvement entitled (the "Project"). 2 All work to be performed pursuant to the Contract has been completed in accordance with the Contract Documents (as such term is defined in the Contract) Except for the claims listed below and the disputed claims listed in paragraph five (5), all persons supplying labor, services, materials and equipment to the Project, including all claims against the contractor arising from the performance of the Contract, have been paid and satisfied (list unpaid debts and claims, if none, write "NONE") 4 Attached hereto are the lien waivers required by the Contract Documents, which lien waivers have been executed by all persons who performed work on or supplied labor, services, materials, and/or equipment for use at the Project 5 Set forth below is a list of disputed claims or claims that are the subject of a Notice to Withhold filed pursuant to the Civil Code of the State of California (list all disputed claims. if none, write "NONE") I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct Executed at Co✓ on this f day , 20/ S of Declarant) APPROVED AS ORM Michae Gates City?6 ttorney I Certification of Compliance with Title VII of the Civil Rights Act and Equal Employment Opportunity Act of 1972 To City of Huntington Beach Department of Public Works 2000 Main Strcct/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. G-� /!;� 3 - Projcct G' ce .X �. �-�r� Al- The undersigned contractor on the above -referenced project ("Project") hereby certifies that it has complied with title VII of the Civil Rights Act, the Equal Opportunity Act of 1972 and Executive Order 11246, and has not discriminated against any employee or applicant for employment because of race, 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 �j,, Executed this )Or4- day of , 20/�S—, a/ , California (Contractor 171 APPROVED By Mic el E. Gates Ci , Attorney RECEIVED BY: (Name) (Date) 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 Clery / DATE�?Aqjl l �- SUBJECT Bond Acceptance I have received the bonds for (Company Name) CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. Payment Bond (Labor and Materials) Bond No. p 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 _ 21 (Council Approval Date) Agenda Item No. City Clerk Vault No &o,,,fD SIRE System ID No �l J 0 BOND# 2183850 PREMIUM: INCLUDED IN PERFORMANCE BOND MAINTENANCE BOND KNOW ALL PERSONS BY THESE PRESENTS PAULUS ENGINEERING, INC. (corttractpis name) 2871 E. C_ORONADO STREET ANAHEIM, CA 92806 (contractors street address city and state and zip cods) as Principal (hereinafter called Contractor), and NORTH AMERICAN SPECIALTY INSURANCE COMPANY (surety's name) 6 14i1TTON CENTRE DR.. STE, 850, SANTA ANA, CA 92707 (surety's street address, city and state and rip code) a corporation organized and existing under the taws of the State of NEW HAMP SHIRE with its pnncipal office in the City of SANTA ANA, CA as Surety (hereinafter called Surety), are held firmly bound unto CITY OF HUNTINGTON BEACH as Obligee (hereinafter called Owner), in the amount of ** Dollars ($ 850, 305.00 J, 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, ** EIGHT HUNDRED FIFTY THOUSAND THREE HUNDRED FIVE DOLLARS & NO CENTS WHEREAS, Surety is a duly admitted surety insurer under the laws of the State of California, and Surety is cerlified 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 OCT. 14 , 20114entered into a contract with Owner for the CC-1434: CAST IRON PIPE REPLACEMENT PROJECT in accordance with drawings and specifications prepared by 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 Contractor's 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 JULY 16 20 15 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 ansing 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 wntten 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 ansing 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/t 18138 1 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 21ST day of JULY 20 15 Principal Raised Corporate Seal [MUST BE AFFIXED] Principal Raised Corporate Seal [MUST BE AFFIXED] NOTES Acknowledgments must be completed and returned as part of the bond Raised Corporate Seals are mandatory Please attach Power of Attorney 154594/119138 PAULUS ENGINEERING, INC. (Contractor Name) By- (Seal) (Title) NORTH AMERICAN SPECIALTY INSURANCE COMPANY ty e) By al) CHARLES L. LAKE / ATTORNEY -IN -FACT APPROVED AS, T RM - r BV_ Michael E. Gates, City AttomeyIt CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGEMENT State of California County of Orange } On 07/21/2015 before me, Cynthia J Valencia, Notary Public personally appeared Jason Paulus 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 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 WITN S my hand and official seal CYNTHIA J VALENCIA =� Commission # 1952790 Notary Puhlic - Californiaz z :r z z Orange County D Sign re of Notary Public (Notary Seal) My Comm Expires Oct 15, 2015 ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT Title or description of attached document Number of pages Document Date Additional Information CAPACITY CLAIMED BY THE SIGNER Individual Corporate Officer Partner Attorney -In -Fact Trustee Other X /Title President/Sec 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 7-21-15 before me, Lexie Sherwood Date Insert Name of Notary exactly as it appears on the official seal personally appeared Charles L Flake LEXIE SHE OWR OD k COMM # 2031782 3 NOTARY PUBLIC 0 CALIFORNIA n ORANGE COUNTY 0 Comm Exp JULY 27, 2017 me(s) of , 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 hand and f,ciaj seal Signature Place Notary Seal Above Signature of Nota Public Lexie Sherwood 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 —Title(s) — ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other Signer is Representing 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 Attorneys)-m-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 Wit 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," 20 a SEAL rF m~ SStteven P Anderson, St.nior Vice President of Washington Internatronat Insurance Company a�~ SEAL �y s at 1973 r4 n & Senior Vice President ofNerth American Specialty Insurance Company0' er r AM nlllfilinlllltl�� B �• 'i�� David M Layman, Vice President of Washingtoe Inh.rnatlonal Insurance Company +mluaia & Vice Presldeut of North American Spoelalty 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 Ju y 12014 North Amencan 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. -05R AM L SEAL" III ' 17. 5KLENS Notary Public, State of Illinois My Commission Expaw 1010WO15 i�t �) . ".Z Donna D Sklens, Notary Public I, Jeffrey Goldberg the duly elected Assistant Secretary of North American Specialty Insurance Company and Waslungton 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 this 21st day of July 20 15 leffrey Goldberg Vice President & Assistant Secretary of Wasinngton International Insurance Company & North American Specialty Insum = Company CONSENT OF OWNER SURETY COMPANY ARCHITECT Bond# 2183850 CONTRACTOR TO FINAL PAYMENT SURETY OTHER AIA DOCUMENT G707 PROJECT CC-1432, Cast Iron Pipe Replacement Pro3ect - Huntington Beach, CA (name, address) TO (Owner) City of Huntington Beach 2000 Main Street 7 ARCHITECT'S PROJECT NO CC-1432 Huntington Beach, CA 92648-0000 CONTRACT FOR Cast Iron Pipe Replacement Pro-ject CONTRACT DATE August 18, 2014 FINAL CONTRACT AMOUNT $B50,305 00 TRACTOR Paulus Engineering, Inc In accordance with the provisions of the Contract between the Owner and the Contractor as Indicated above, the (here insert name and address of Surety as it appears in the bond) North American Specialty Insurance Company 6 Hutton Centre Drive, Ste 850, Santa Ana, CA 92707 SURETY COMPANY, on bond of (here insert name and address of Contractor) Paulus Engineering, Inc 2871 E Coronado Street, Anaheim, CA 92806 CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety Company of any of Its obligations to (here insert name and address of owner) City of Huntington Beach 2000 Main Street, CA 92648-0000 as set forth in the said Surety Company's bond , OWNERS, IN WITNESS WHEREOF, North American Specialty Insurance Company the Surety Company has hereunto set Its hand this 25th day of August 20 15 Attest (Seal) Nort merican Specialty Insurance Company Sur y Co Sig ure of Authorized Representative Charles L Flake / Attorney -In -Fact Title NOTE This form is to be used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition AIA DOCUMENT G707 CONSENT OF SURETY COMPANY TO FINAL PAYMENT APRIL 1970 EDITION AIA® ONE PAGE ©1970 THE AMERICAN INSTITUTE OF ARCHITECTS 1735 NEW YORK AVE, NW, WASHINGTON, D C 20006 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 8-25-15 Date before me, Lexie Sherwood Insert Name of Notary exactly as it appears on the official seal personally appeared Charles L Flake Name(s) of Signers) , 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) LEXIE SHERWOOD acted, executed the instrument COMM # 2031782 a NOTARY PUBLIC eCALIFORNIA 1 certify under PENALTY OF PERJURY under the laws of ORANGE COUNTY the State of California that the foregoing paragraph is true Comm Ex..--- JULY 27, 2017 and correct Witness my hand and official sea Signature /t Place Notary Seal Above Signature of N6fary Public Lexie Sherwood 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) El Partner Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other Signer is Representing i F IN I 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 Attomey(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 9th 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," ��ypil1t111Ntlltq ,ya�omuwsaro7, � iAliiYJ iiqaZibNgt/ 5Q ON G*e Rip qf�. ��? ys gQ7y y a r C SEAL TF 519 Steven P Anderson, 8whir Vice President of waslunoon International Insurance Company SEAL 1973 W Q & Senlor Vitt President of Niiab American Specialty insurance Company rnri = P pc �s C �h��uirlwmtu���a By mnru�nuxmt"'""� David M Laymaa, "cc President of Washingtoo Inhrnatlonal Insurance Company & Vice Preaident of North American Specialty Imurance 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 _ y 2014 North American Specialty Insurance Company Waslungton International Insurance Company State of Illinois County of Cook ss 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 EOPACIALSEAL" i�prUnA b� � ��6rnA DONNA D. SKLENS ay Public, State of Illinois Donna D Sklens, Notary Public Commission Expires 10IObf2015 I, Jeffrey Goldberg , the 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 this 25th day of August 2015 Jeffrey Goldberg, Vice Prosident & Asaistsat Secretary of Washington Intemational Insurance Company & Noah Amerlean spoaahy lnsttmnco Company ";{G�7�v' ..osr'�33i� � :"ram cJ�Ftr'l+�c's,�iuVf ��� „� pdy,= naFr�3Cp.,a..wr 2�o:,r � k, • , r s �;-ai: `w �` i"_ � ;F ^ r ,, _ i'r '.� �`-"°�ir�i M,w+k..i �+�..,� ra-� , e+`.. c `y a ,i r';' . t V4 RECEIVED BY. CITY CLERK RECEIPT COPY Return DUPLICATE to i City Clerk's Office (Name) w after signing/dating (Date) CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION TO City Treasurer FROM- City Cler DATE �A,6? /C�6K SUBJECT Bond Acceptance I have received the bonds for 14l.0 L 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 /formstbond transmittal to treasurer (Company Name) Approved 6 (Council Approval Date) Agenda Item No City Clerk Vault No 60(• L SIRE System ID No0� This Document was electronically recorded by City of Huntington Beach PLEASE COMPLETE THIS INFORMATION RECORDING REQUESTED BY WHEN RECORDED MAIL TO CITY OF HUNTINGTON BEACH PUBLIC WORKS PARTMENT Attn John Griffin `may P O Box 190 — 20OU Main Street Huntington Beach, CA 92648 Recorded in Official Records, Orange County Hugh Nguyen, Clerk -Recorder I IIII II I 111111111111111111111111111111111111111111111111 IIII N O F E E 2015000371963 03:56pm 07/16/15 63 404 N12 F13 1 000000000000000000000000 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 Paulus Engineering Inc , who was the company thereon for doing the following work to -wit CAST IRON PIPE REPLACEMENT PROJECT, Project # CC 1432 That said work was completed 07/07/2015 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 07/07/2015, per City Council Resolution No 2003-70 adopted October 6, 2003 That upon said contract North American Specialty Insurance Company, was surety for the bond given by the said company as 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 Director of Public Works r City Engineer Dite 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 should be recorded free of charge 4; 14� `71(al�� Director of Public WorA or City Engineer bate City of Huntington Beach, California THIS PAGE IS ADDED TO PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION (Additional recording fee applies) CITY FUNDED CONSTRUCTION CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND •; TABLE OF CONTENTS Page No. 1. STATE OF WORK; ACCEPTANCE OF RISK 1 2. ACCEPTANCE OF CONDITIONS OF WORK; PLANS 2 3. COMPENSATION 4 4. COMMENCEMENT OF PROJECT 4 5. TIME OF THE ESSENCE 4 6. CHANGES 5 7. NOTICE TO PROCEED 6 8. BONDS 6 9. WARRANTIES 7 10. INDEPENDENT CONTRACTOR 7 11. LIQUIDATED DAMAGES/DELAYS 7 12. DIFFERING SITE CONDITIONS 9 13. VARIATIONS IN ESTIMATED QUANTITIES 10 14. PROGRESS PAYMENTS 11 15. WITHHELD CONTRACT FUNDS, SUBSTITUTION OF SECURITIES 11 16. AFFIDAVITS OF SATISFACTION OF CLAIMS 12 17. WAIVER OF CLAIMS 12 18. INDEMNIFICATION, DEFENSE, HOLD HARMLESS 12 19. WORKERS' COMPENSATION INSURANCE 13 20. INSURANCE 14 21. CERTIFICATES OF INSURANCE; ADDITIONAL INSURED 14 22. NOTICE OF THIRD PARTY CLAIM 15 23. DEFAULT & TERMINATION 16 24. TERMINATION FOR CONVENIENCE 16 25. DISPOSITION OF PLANS, ESTIMATES AND OTHER 17 26. NON -ASSIGNABILITY 17 27. CITY EMPLOYEES AND OFFICIALS 17 28. STOP NOTICES 17 29. NOTICES 18 30. SECTION HEADINGS 18 31. IMMIGRATION 19 32. LEGAL SERVICES SUBCONTRACTING PROHIBITED 19 33. ATTORNEY'S FEES 19 34 INTERPRETATION OF THIS AGREEMENT 19 35. GOVERNING LAW 20 36. DUPLICATE ORIGINAL 21 37. CONSENT 21 38. SURVIVAL 21 39. MODIFICATION 21 40. SIGNATORIES 21 41. ENTIRETY 21 CITY FUNDED CONSTRUCTION CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND PAULUS ENGINEERING, INC. FOR CAST IRON PIPE REPLACEMENT PROJECT- CC1432 THIS AGREEMENT ("Agreement") made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as "CITY," and Paulus Engineering, Inc., a California Corporation, hereinafter referred to as "CONTRACTOR." WHEREAS, CITY has solicited bids for a public works project, hereinafter referred to as "PROJECT," more fully described as Cast Iron Pipe Replacement - CC1432 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 construct the PROJECT pursuant to this Agreement and the Contract Documents (as hereinafter defined) and furnish, at its own cost and expense, all labor, plans, tools, equipment, supplies, transportation, utilities and all other items, services and facilities necessary to complete and construct the PROJECT in a good and workmanlike manner. CONTRACTOR agrees to fully assume the risk of all loss or damage arising out of the nature of the PROJECT, during its progress or prior to acceptance by CITY, from the action of the elements, from any unforeseen difficulties which may arise or g/agree/surfnet/cityconst I of 22 12/11 be encountered in the prosecution of work, and for all other risks of any description in connection with the work, including, but not limited to, all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as are herein expressly stipulated to be borne by CITY, and for well and faithfully completing the work within the stipulated time and in the manner shown and described in this Agreement, and in accordance with the requirements of CITY for the compensation set forth in the accepted bid proposal. 2. ACCEPTANCE OF CONDITIONS OF WORK,• PLANS AND SPECIFICATIONS CONTRACTOR acknowledges that it is fully familiar with all the terms, conditions and obligations of this Agreement and the Contract Documents (as defined below in this Section), the location of the job site, and the conditions under which. the work is to be performed, and that it enters into this Agreement based upon its thorough investigation of all such matters and is relying in no way upon any opinions or representations of CITY. It is agreed that the Contract Documents are incorporated into this Agreement by this reference, with the same force and effect as if the same were set forth at length herein, and that CONTRACTOR and its subcontractors, if any, shall be bound by the Contract Documents insofar as they relate in part or in any way, directly or indirectly, to the work covered by this Agreement. "Contract Documents" as defined herein mean and include: A. This Agreement; B. Bonds covering the work herein agreed upon; g/agree/surfnet/cityconst 2 of 22 12/11 C. The CITY's standard Plans and Specifications and special contractual provisions, including those on file in the office of the Director of Public Works of CITY and adopted by the City Council, and any revisions, amendments or addenda thereto; D. The current edition of Standard Specifications for Public Works Construction, published by Builders' News, Inc., 10801 National Boulevard, Los Angeles, CA 90064, and all amendments thereto, written and promulgated by the Southern California chapter of the American Public Works Association and the Southern California District Associated General Contractors of the California Joint Cooperative Committee; E. Bid documents including the Notice Inviting Bids, the Special Instructions to Bidders and the CONTRACTOR's proposal, (which is attached hereto as Exhibit "A" and incorporated herein by this reference); F. The particular Plans, Specifications, Special Provisions and Addenda applicable to the PROJECT. Anything mentioned in the Specifications and not indicated in the Plans or indicated in the Plans and not mentioned in the Specifications, shall be of like effect as if indicated and mentioned in both. In case of a discrepancy between any Plans, Specifications, Special provisions, or Addenda, the matter shall be immediately submitted by CONTRACTOR to the Department of Public Works of CITY (hereinafter referred to as g/agree/surfnet/cityconst 3 of 22 12/11 "DPW"), and CONTRACTOR shall not attempt to resolve or adjust the discrepancy without the decision of DPW, save only at its own risk and expense. Should there be any conflict between the terms of this Agreement and the bid or proposal of CONTRACTOR, then this Agreement shall control and nothing herein shall be considered as an acceptance of the terms of the bid or proposal which is in conflict herewith. 3. COMPENSATION CITY agrees to pay and CONTRACTOR agrees to accept as full compensation for the faithful performance of this Agreement, subject to any additions or deductions made under the provisions of this Agreement or the Contract Documents, a sum not to exceed Seven Hundred Seventy -Eight Thousand, Eight Hundred and Six Dollars ($778,806.00), as set forth in the Contract Documents, to be paid as provided in this Agreement. 4. COMMENCEMENT OF PROJECT CONTRACTOR agrees to commence the PROJECT within ten (10) working days after the Notice To Proceed is issued and diligently prosecute the PROJECT to completion within One Hundred and Twenty (120) 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. g/agree/surfnet/cityconst 4 of 22 12/11 CONTRACTOR shall prepare and obtain approval as required by the Contract Documents for all shop drawings, details and samples, and do all other things necessary and incidental to the prosecution of its work in conformance with the progress schedule set forth in the Contract Documents. CONTRACTOR shall coordinate its work with the work of all other contractors, subcontractors, and CITY forces working on the PROJECT in a manner that will facilitate the efficient completion of the PROJECT and in accordance with the terms and provisions of this Agreement. CITY shall have complete control of the premises on which the work is to be performed and shall have the right to decide the time and order in which the various portions of the work shall be performed and the priority of the work of other contractors, subcontractors and CITY forces and, in general, all matters concerning the timely and orderly conduct of the work of CONTRACTOR on the premises. 6. CHANGES CONTRACTOR shall adhere strictly to the plans and specifications set forth in the Contract Documents unless a change therefrom is authorized in writing by DPW. CONTRACTOR agrees to make any and all changes, furnish materials and perform all work necessary within the scope of the PROJECT as DPW may require in writing. Under no condition shall CONTRACTOR make any changes without the prior written order or acceptance of DPW, and CITY shall not pay any extra charges made by CONTRACTOR that have not been agreed upon in writing by DPW. When directed to change the work, CONTRACTOR shall submit immediately to DPW a written cost proposal reflecting the effect of the change. Should DPW not agree to such cost proposal, the work shall be performed according to the g/agree/surfnet/cityconst 5 of 22 12/11 changes ordered in writing by DPW and the proper cost thereof shall be negotiated by the parties upon cost and pricing data submitted by CONTRACTOR; thereupon, CITY will promptly issue an adjusted change order to CONTRACTOR and the contract price will be adjusted upward or downward accordingly. 7. NOTICE TO PROCEED No work, services, material, or equipment shall be performed or furnished under this Agreement unless and until a Notice to Proceed has been given to CONTRACTOR by CITY. CITY does not warrant that the work will be available on the date the Notice to Proceed is issued. In the event of a delay in commencement of the work due to unavailability of the job site, for any reason, relief to CONTRACTOR shall be limited to a time extension equal to the delay due to such unavailability. 8. BONDS Only bonds issued by California admitted sureties will be accepted. CONTRACTOR shall, prior to its performance of this Agreement, furnish the following two (2) bonds approved by the City Attorney: One in the amount of one hundred percent (100%) of the contract price to guarantee the CONTRACTOR's faithful performance of the work, and one in the amount of one hundred percent of the contract price to guarantee payment of all claims for labor and materials furnished. In addition, CONTRACTOR shall submit to CITY a bond in the amount of one hundred percent (100%) of the final contract price, including all change orders, to warrant such performance for a period of one (1) year after CITY's acceptance thereof within ten (10) days of filing of the Notice of Completion. g/agree/surfnet/cityconst 6 of 22 12/11 9. WARRANTIES CONTRACTOR unconditionally guarantees all work done under this Agreement including, but not limited to, any workmanship, installation, fabrication, material or structural facilities constructed. CONTRACTOR, within ten (10) days after notice by CITY of any defect in the work, shall have the option to make appropriate repairs or replace the defective item or items. Upon expiration of such ten (10) day period, CITY may then make appropriate repair or replacement at CONTRACTOR's risk and own cost and expense. 10. INDEPENDENT CONTRACTOR It is understood and agreed that CONTRACTOR is, and shall be, acting at all times hereunder as an independent contractor and not an employee of CITY. CONTRACTOR shall secure at its own cost and expense, and be responsible for any and all payment of all taxes, social security, state disability insurance compensation, unemployment compensation and other payroll deductions for CONTRACTOR and its officers, agents and employees and all business licenses, if any, in connection with the PROJECT and/or the services performed hereunder. 11. LIQUIDATED DAMAGES/DELAYS It is agreed by the parties hereto that in case the total work called for hereunder is not in all parts and requirements finished or completed within the number of calendar days as set forth herein, damage will be sustained by CITY; and that it is, and would be, impractical and extremely difficult to ascertain and determine the actual damage which CITY would sustain in the event of and by reason of such delay. It is, therefore, agreed that CONTRACTOR will pay to CITY, as liquidated damages and not as a penalty, g/agree/surfnet/cityconst % of 22 12/11 the sum of Five Hundred Dollars ($500.00) per day for each and every working day's delay in completing the work in excess of the number of working/calendar days set forth herein, which represents a reasonable endeavor by the parties hereto to estimate a fair compensation for the foreseeable damages CITY would sustain in the event of and by reason of such delay; and CONTRACTOR agrees to pay these damages herein provided, and further agrees that CITY may deduct the amount thereof from any monies due or that may become due to CONTRACTOR hereunder. CONTRACTOR will be granted an extension of time and will not be assessed damages for any portion of the delay in the completion of the work due to unforeseeable causes beyond the control and without the fault or negligence of CONTRACTOR, including, but not limited to, acts of God or of the public enemy, fire, floods, epidemics, quarantine restrictions, strikes, unsuitable weather, or delays of subcontractors due to such causes. CONTRACTOR shall, within fifteen (15) days from the beginning of any such delay (unless DPW shall grant a further period of time), notify DPW in writing of the cause of the delay and CITY shall extend the time for completing the work if, in its judgment, the findings of fact thereon justify the delay; and the decision of DPW shall be conclusive on the parties hereto. Should CONTRACTOR be delayed in the prosecution or completion of the work by the act, neglect or default of CITY, or should CONTRACTOR be delayed by waiting for materials required by this Agreement to be furnished by CITY, or by damage caused by fire or other casualty at the job site for which CONTRACTOR is not responsible, or by the combined action of the workers, in no way caused by or resulting g/agree/surfnet/cityconst 8 of 22 12/11 from default or collusion on the part of CONTRACTOR, or in the event of a lockout by CITY, then the time herein fixed for the completion of the work shall be extended by the number of days CONTRACTOR has thus been delayed, but no allowance or extension shall be made unless a claim therefor is presented in writing to CITY within fifteen (15) days of the commencement of such delay. No claims for additional compensation or damages for delays, irrespective of the cause thereof, and including without limitation the furnishing of materials by CITY or delays by other contractors or subcontractors, will be allowed and an extension of time for completion shall be the sole remedy of CONTRACTOR. 12. DIFFERING SITE CONDITIONS A. Notice: CONTRACTOR shall promptly, and before such conditions are disturbed, notify DPW in writing of: (1) Subsurface or latent physical conditions at the job site differing materially from those indicated in this Agreement or the Contract Documents; or (2) Unknown physical conditions at the job site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent to work of the character to be performed under this Agreement. DPW shall promptly investigate the conditions and if it finds that such conditions do materially so differ and cause an increase or decrease in the time required for performance of any part of the work under this Agreement, whether or not changed as a result of g/agree/surfnet/cityconst 9 of 22 12/11 such conditions, an equitable adjustment shall be made and the agreement modified in writing accordingly. B. Time Extension: No claim of CONTRACTOR under this Section shall be allowed unless CONTRACTOR has given the notice required hereunder provided, however, the time prescribed therefor may be extended by CITY. 13. VARIATIONS IN ESTIMATED QUANTITIES The quantities listed in the bid schedule will not govern final payment. Payment to CONTRACTOR will be made only for the actual quantities of contract items used in construction of the PROJECT, in accordance with the plans and specifications. Upon completion of the PROJECT, if the actual quantities used are either more than or less than the quantities listed in the bid schedule, the bid price shall prevail subject to the provisions of this Section. DPW may, at its sole discretion, when warranted by the facts and circumstances, order an equitable adjustment, upwards or downwards, in payment to CONTRACTOR where the actual quantities used in construction of the PROJECT are in variation to the quantities listed in the bid schedule. No claim by CONTRACTOR for an equitable adjustment in price or time for completion shall be allowed if asserted after final payment under this Agreement. If the quantity variation is such as to cause an increase in the time necessary for completion, DPW shall ascertain the facts and circumstances and make such adjustment for extending the completion date as in its sole judgment the findings warrant. g/agree/surfnet/cityconst 10 of 22 12/11 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 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 a acceptance of any part of the work. g/agree/surfnet/cityconst 11 of 22 12/11 15. WITHHELD CONTRACT FUNDS, SUBSTITUTION OF SECURITIES At the request and at the sole cost and expense of CONTRACTOR, who shall retain beneficial ownership and receive interest, if any thereon, CITY shall permit the substitution and deposit therewith of securities equivalent to the amount of any monies withheld by CITY to ensure performance under the terms of this Agreement. 16. AFFIDAVITS OF SATISFACTION OF CLAIMS After the completion of the work contemplated by this Agreement, CONTRACTOR shall file with DPW its affidavit stating that all workers and persons employed, all firms supplying materials and all subcontractors working upon the PROJECT have been paid in full and that there are no claims outstanding against the PROJECT for either labor or material, except certain items, if any, to be set forth in CONTRACTOR's affidavit covering disputed claims, or items in connection with Notices to Withhold, which have been filed under the provisions of the statutes of the State of California. 17. WAIVER OF CLAIMS The acceptance by CONTRACTOR of the payment of the final certificate shall constitute a waiver of all claims against CITY under or arising out of this Agreement. 18. INDEMNIFICATION, DEFENSE, HOLD HARMLESS CONTRACTOR hereby agrees to protect, defend, indemnify and hold harmless CITY, its officers, elected or appointed officials, employees, agents, and volunteers from and against any. and all, claims, damages, losses, expenses, judgments, demands defense costs, and consequential damage or liability of any kind or nature, however caused, including those resulting from death or injury to CONTRACTOR's g/agree/surfnet/cityconst 12 of 22 12/11 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 approve selection of CONTRACTOR's counsel. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by CONTRACTOR. 19. WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE Pursuant to California Labor Code Section 1861, CONTRACTOR acknowledges awareness of Section 3700 et seq. of this Code, which requires every employer to be insured against liability for workers' compensation; CONTRACTOR covenants that it will comply with such provisions prior to commencing performance of the work hereunder. CONTRACTOR shall obtain and furnish to City workers' compensation and employer's liability insurance in an amount of not less than the State statutory limits. CONTRACTOR shall require all subcontractors to provide such workers' compensation and employer's liability insurance for all of the subcontractors' employees. g/agree/surfnet/cityconst 13 of 22 12/11 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 products/completed operations liability and blanket contractual liability, of One Million Dollars ($1,000,000) per occurrence. If coverage is provided under a form which includes a designated general aggregate limit, the aggregate limit must be no less than One Million Dollars ($1,000,000) for this PROJECT. This policy shall name CITY, its officers, elected or appointed officials, employees, agents, and volunteers as Additional Insureds, and shall specifically provide that any other insurance coverage which may be applicable to the PROJECT shall be deemed excess coverage and that CONTRACTOR's insurance shall be primary. Under no circumstances shall said above -mentioned insurance contain a self - insured retention without the express written consent of CITY; however an insurance policy "deductible" of $5,000.00 is permitted. g/agree/surfnet/cityconst 14 of 22 12/11 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 3. promise to provide that such policies will not be canceled or modified without thirty (30) days' prior written notice of CITY. CONTRACTOR shall maintain the foregoing insurance coverages in force until the work under this Agreement is fully completed and accepted by CITY. The requirement for carrying the foregoing insurance coverages shall not derogate from the CONTRACTOR's defense, hold harmless and indemnification obligations as set forth under this Agreement. CITY or its representative shall at all times have the right to demand the original or a copy of all the policies of insurance. CONTRACTOR shall pay, in a prompt and timely manner, the premiums on all insurance hereinabove required. CONTRACTOR shall provide a separate copy of the additional insured endorsement to each of CONTRACTOR's insurance policies, naming CITY, its officers, elected and appointed officials, employees, agents and volunteers as Additional Insureds, to the City Attorney for approval prior to any payment hereunder. g/agree/surfnet/cityconst 15 of 22 12/11 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 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. g/agree/surfnet/cityconst 16 of 22 12/11 24. TERMINATION FOR CONVENIENCE CITY may terminate this Agreement for convenience at any time with or without cause, and whether or not PROJECT is fully complete upon seven (7) calendar days written notice to CONTRACTOR. In the event of termination, under this Section CITY shall pay CONTRACTOR for value of work in place on the PROJECT through the termination period less all such payments already made. In case of such termination for convenience, the CONTRACTOR shall be entitled to receive payment for work executed, and costs incurred by reason of such termination. In no event shall CONTRACTOR be entitled to recover overhead, profit or CONTRACTOR's fee on work not performed. Such payment by CITY shall be CONTRACTOR's sole and exclusive remedy for termination by CITY for its convenience and CITY shall have no further obligation to CONTRACTOR. 25. DISPOSITION OF PLANS, ESTIMATES AND OTHER DOCUMENTS CONTRACTOR agrees that upon completion of the work to be performed hereunder, or upon expiration or earlier termination of this Agreement, all original plans, specifications, drawings, reports, calculations, maps and other documents pertaining to this Agreement shall be delivered to CITY and become its sole property at no further cost. 26. NONASSIGNABILITY CONTRACTOR shall not sell, assign, transfer, convey or encumber this Agreement, or any part hereof, or any right or duty created herein, without the prior written consent of CITY and the surety. 27. CITY EMPLOYEES AND OFFICIALS CONTRACTOR shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of g/agree/surfnet/cityconst 17 of 22 12/11 CITY shall have any financial interest in this Agreement in violation of the California Government Code. 28. STOP NOTICES• RECOVERY OF ADMINISTRATIVE COSTS CITY shall be entitled to all reasonable administrative costs and necessary disbursements arising out of the processing of Stop Notices, Notices to Withhold, or any similar legal document. This obligation shall be provided for in the labor and materials payment bond required of CONTRACTOR. CITY may charge an administrative fee of One Hundred Dollars ($100) for every Stop Notice filed in excess of two (2), regardless of whether or not CITY is named in an action to enforce such stop notices. CITY may set off any unreimbursed cost or expense so incurred against any sum or sums owed by CITY to CONTRACTOR under this Agreement. 29. NOTICES Any notices, certificates, or other communications hereunder shall be given either by personal delivery to CONTRACTOR's agent (as designated in Section 1 hereinabove) or to CITY as the situation shall warrant, or by enclosing the same in a sealed envelope, postage prepaid, and depositing the same in the United States Postal Service, to the addresses specified below; provided that CITY and CONTRACTOR may designate different addresses to which subsequent notices, certificates or other communications will be sent by notifying the other party via personal delivery, reputable overnight carrier or U. S. certified mail -return receipt requested: TO CITY: City of Huntington Beach ATTN: John S. Griffin 2000 Main Street TO CONTRACTOR: Paulus Engineering, Inc. 2871 E. Coronado Anaheim, CA 92806 g/agree/surfnet/cityconst 18 of 22 12/11 Huntington Beach, CA 92648 30. SECTION HEADINGS The titles, captions, section, paragraph and subject headings, and descriptive phrases at the beginning of the various sections in this Agreement are merely descriptive and are included solely for convenience of reference only and are not representative of maters included or excluded from such provisions, and do not interpret, define, limit or describe, or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement. 31. IMMIGRATION CONTRACTOR shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of United States Code Section 1324a regarding employment verification. 32. LEGAL SERVICES SUBCONTRACTING PROHIBITED CONTRACTOR and CITY agree that CITY is not liable for payment of any subcontractor work involving legal services, and that such legal services are expressly outside the scope of services contemplated hereunder. CONTRACTOR understands that pursuant to Huntington Beach City Charter Section 309, the City Attorney is the exclusive legal counsel for CITY; and CITY shall not be liable for payment of any legal services expenses incurred by CONTRACTOR. g/agree/surfnet/cityconst 19 of 22 12/11 33. ATTORNEY'S FEES In the event suit is brought by either parry to construe, interpret and/or enforce the terms and/or provisions of this Agreement or to secure the performance hereof, each party shall bear its own attorney's fees, such that the prevailing party shall not be entitled to recover its attorney's fees from the non -prevailing parry. 34. INTERPR.ETATION 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. g/agree/surfnet/cityconst 20 of 22 12/11 36. DUPLICATE ORIGINAL The original of this Agreement and one or more copies hereto have been prepared and signed in counterparts as duplicate originals, each of which so executed shall, irrespective of the date of its execution and delivery, be deemed an original. Each duplicate original shall be deemed an original instrument as against any parry 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 Agreement shall so survive. 39. MODIFICATION No waiver or modification of any language in this Agreement shall be valid unless in writing and duly executed by both parties. 40. SIGNATORIES Each undersigned represents and warrants that its signature hereinbelow has the power, authority and right to bind their respective parties to each of the terms of this Agreement, and shall indemnify CITY fully for any injuries or damages to CITY in the event that such authority or power is not, in fact, held by the signatory or is withdrawn. g/agree/surfnet/cityconst 21 of 22 12/11 41. ENTIRETY The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arm's length negotiation, and that each has had the opportunity to consult with legal counsel prior to executing this Agreement. The parties also acknowledge and agree that no representations, inducements, promises, agreements or warranties, oral or otherwise, have been made by that party or anyone acting on that party's behalf, which are not embodied in this Agreement, and that that party has not executed this Agreement in reliance on any representation, inducement, promise, agreement, warranty, fact or circumstance not expressly set forth in this Agreement. This Agreement, and the attached Exhibit "A", contain the entire agreement between the parties respecting the subject matter of this Agreement, and supersede all prior understandings and agreements whether oral or in writing between the parties respecting the subject matter hereof. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers on _ q 20a. Ct ry 01),Ft $U6U-r. r- iP, a -®IV g/agree/surfnet/cityconst 22 of 22 12/11 CONTRACTOR Paulus Engineering, Inc. `/ print name ITS: (circle one) Chairm residentN'ce President AND By: print name ITS: (circle one) Secret Chief Financial Officer/ sst. Secretary - Treasurer CITY OF HUNTINGTON BEACH, a municipal corjoratign of the State of California APPROVED AS TO FORM: Ci Attorney g/agree/surfnet/cityconst 23 of 22 12/11 SECTION C PROPOSAL for the construction of CAST IRON PIPE REPLACEMENT PROJECT CC No. CC 1432 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 120 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. Accompanyin t isc`rrosalof bid, find 600'i[�s 'l �o in the amount of h AM 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 ReceiveAd� Bidder's Signature %— C-2 SECTION C Item No. 1 2 PROJECT BID SCHEDULE A PROJECT NAME, CC 1432 ALLEY "B" BETWEEN 9TH AND 10TH STREET SOUTH OF WALNUT AVENUE Description Mobilization and Setup BID ITEMS Excavation Safety Measures.- Furnish excavation safety measures, including sheeting shoring and bracing, or equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable safety orders, complete and in place. Quantity Unit Unit. Cost Total Cost (Extension) 1 LS $ &WO $ 7 coo --w' 1 3 Demobilization & Cleanup 1 LS $ $ 4 Furnish Traffic Control in accordance with the City of 1 ao $ Huntington Beach requirements, complete and in place. LS Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- s cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, in 275 LF $ �/�- 04 $ •� io complete place. �� Furnish and install 1-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 6 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, 8 $®� $ ZSO�P�� complete and operative in place. EA Construct new fire hydrant assembly, including furnish and 7 installing new buried pipe, valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and these in 1 EA $(w (006-! $ r surface repairs shown on plans, complete, and place. Cut, cap, and abandon existing waterline, including all 8 excavation, disposal of excessive earth material, pipe zone fill, slurry, backfill, appurtenances, and surface repair, as shown 1 $ 2 on these plans, complete and in place. LS 9 Abandon valve, remove existing valve box and cover and all 1 na $ 700 $ 70® — other work, as shown on the plans, complete in place. EA Remove and salvage existing fire hydrant including removing 10 buried pipe, valve, and appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface $ 1 s $ repair as shown on these plans, complete, and in place. 1 EA 11 Construct concrete gutter as shown on these plans, complete in 200 LF $ $ ®® place. t12and Construct AC pavement replacement, including all labor, equipment, and materials, as shown on these plans, complete 64 TN $ 05�0 na $ C-2.1 SECTION C PROJECT BID SCHEDULE A PROJECT NAME, CC 1432 ALLEY "B" BETWEEN 9TH AND 10TH STREET SOUTH OF WALNUT AVENUE Item, Description Quantity` . `Unit Unit _Cost �' Total Cost No. _ (Extension) and in place. Construct 6-inch aggregate base replacement, including all 13 labor, equipment, and materials, as shown on these plans, 165 $ $ q 3'5 s complete and in place. TN Adjust all water valve covers, cleanouts, manholes, electrical, 14 telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans, complete and in place 1 LS $ $, rAQO Construct alley approach, per Plan 107 and 210, including all 16 labor, equipment, materials, as shown on these plans, completed and in place. 480 SF $ $ -7 Cut -in new 6-inch Gate Valve, including furnish and installing 16 valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on these in 1 EA $ .* $ 3,700 plans, complete, and place. SUB -TOTAL BID AMOUNT — SCHEDULE A 00. $ t 3 10 r-- SUB-TOTAL BID AMOUNT IN ORDS: �s Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.2 SECTION C PROJECT BID SCHEDULE B PROJECT NAME, CC 1432 ALLEY "C" BOUNDED BY 8TH, 9TH, OLIVE AND ORANGE AVENUE BID ITEMS Item Description Quantity Unit" Unit Cost Total Cost No. (Extension) 1 Mobilization and Setup 1 LS $ 000 2° $ T000 Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable ot� $ $ safety orders, complete and in place. 1 LS .s5-0 3 Demobilization & Cleanup 1 LS $'A' $ 4(.013 4 Furnish Traffic Control in accordance with the City of Huntington Beach in 1 LS AV $� $ / G requirements, complete and place. Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- 5 cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, 418 LF 00 $ y �' $ 1904 2,C) complete in place. Furnish and install 1-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 6 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, complete and operative in place. 20 EA $ /D-P $ Wo Furnish and install 2-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 7 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, in 1 EAC H $ i�g00=� $ 8a complete and operative place. Furnish and install meter box, trench excavation, disposal of 8 excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, complete and 1 EAC H tip $ 7ZO $ 22Ov operative in place. Construct new fire hydrant assembly, including furnish and 9 installing new buried pipe, valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and these in 1 EAC H $ 6t�%0 $ surface repairs shown on plans, complete, and place. Cut, cap, and abandon existing waterline, including all 10 excavation, disposal of excessive earth material, pipe zone fill, slurry, backfill, appurtenances, and surface repair, as shown 1 LS W $' Z1 " $ 7W on these plans, complete and in place. _ 11 Abandon valve, remove existing valve box and cover and all 2 EA $ -701) 2a $ 11 C-2.3 SECTION C PROJECT BID SCHEDULE B PROJECT NAME, CC 1432 ALLEY "C" BOUNDED BY 8TH, 9TH, OLIVE AND ORANGE AVENUE Item Description Quantity Unit Unit Cost Total Cost No. (Extension) other work, as shown on the plans, complete in place. Remove and salvage existing fire hydrant including removing 12 buried pipe, valve, and appurtenances, disposal of excessive 01 o, earth material, imported pipe zone fill, backfill, and surface these in 1 EA $C10t) -S— $ repair as shown on plans, complete, and place. 13 Construct concrete gutter as shown on these plans, complete and in place. 350 LF $f/t—'o $ Construct AC pavement replacement, including all labor, 14 equipment, and materials, as shown on these plans, complete 123 00 $ 14 0 'r $ I7' and in place. TN Construct 6-inch aggregate base replacement, including all 15 labor, equipment, and materials, as shown on these plans, in 253 TN 00 $_ vo $ complete and place. s Adjust all water valve covers, cleanouts, manholes, electrical, 16 telephone, and cable TV pull boxes, gas meters, and vaults to these in 1 LS $� $ grade, as shown on plans, complete and place Construct alley approach, per Plan 107 and 210, including all 17 labor, equipment, materials, as shown on these plans, completed and in place. 350 SF $ $ Cut -in new 6-inch Gate Valve, including furnish and installing 78 valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on these in 1 EA $ %0 — $ plans, complete, and place. SUB -TOTAL BID AMOUNT — SCHEDULE B 00 SUB -TOTAL BID AMOUNT IN WORDS: 1yL-tid6V ` .1 Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.4 V SECTION C PROJECT BID SCHEDULE C PROJECT NAME, CC 1432 ALLEY "D" BETWEEN CHICAGO & BALTIMORE AVE EAST OF ALABAMA STREET BID ITEMS Item Description Quantity Unit Unit Cost Total Cost No. (Extension) 1 Mobilization and Setup 1 LS $ $ -77 oa-� Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable safety orders, complete and in place. 1 LS $ =° $ 3 Demobilization & Cleanup 1 LS $ %0�O $ 'Z.-7= -k' 4 Furnish Traffic Control in accordance with the City of Huntington Beach in 1 LS $ 4 (000— $ / COO - V requirements, complete and place. Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- 5 cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, $ 2G -- $ complete in place. 310 LF iOS-0.._' Furnish and install 1-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 6 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, in 12 EA $ 03Z-_-1 $ complete and operative place. Furnish and install 2-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 7 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, in 3 EA j/ d) $ t e $ complete and operative place. Cut, cap, and abandon existing waterline, including all 8 excavation, disposal of excessive earth material, pipe zone fill, slurry, backfill, appurtenances, and surface repair, as shown 1 $ Cep $ on these plans, complete and in place. LS 9 Abandon valve, remove existing valve box and cover and all p' $ � v $ D0� other work, as shown on the plans, complete in place. 1 EA 10 Construct concrete gutter as shown on these plans, complete in 350 LF to $�_ $ wo and place. , Construct AC pavement replacement, including all labor, 11 equipment, and materials, as shown on these plans, complete 125 $ Iua $ 11 and in place. TN C-2.5 SECTION C PROJECT BID SCHEDULE C PROJECT NAME, CC 1432 ALLEY "D" BETWEEN CHICAGO & BALTIMORE AVE EAST OF ALABAMA STREET Item Description Quantity Unit Unit Cost Total Cost No. (Extension) Construct 6-inch aggregate base replacement, including all 12 labor, equipment, and materials, as shown on these plans, in 230 TN U $�� 00 $ ZT l ca complete and place. Adjust all water valve covers, cleanouts, manholes, electrical, 13 telephone, and cable TV pull boxes, gas meters, and vaults to $ ?y $ grade, as shown on these plans, complete and in place 1 LS Construct alley approach, per Plan 107 and 210, including all 14 labor, equipment, materials, as shown on these plans, completed and in place. 00 SUB -TOTAL BID AMOUNT — SCHEDULE C o SUB -TOTAL BID AMOUNT IN WORDS: flaA'/1✓� S at •2 i[. 7y-e" 4 Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.6 SECTION C Item No. 1 2 3 PROJECT BID SCHEDULE D PROJECT NAME, CC 1432 INDIANAPOLIS AVENUE BETWEEN DELAWARE & ENGLAND STREET BID ITEMS Description Mobilization and Setup Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable safety orders, complete and in place. Demobilization & Cleanup Quantity Unit Unit Cost Total Cost (Extension) 1 LS $ 2pW-60 1 LS $ 5-5-0 Ab 1 $ !C__T0* 1 LS $;&(,00 $ 4 Furnish Traffic Control in accordance with the City of Huntington Beach in 1 LS $ p, Gay $ 1 �oDly requirements, complete and place. Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- s cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, ��c? $ 3go `1 c�J $ � complete in place. 73 LF _ Cut, cap, and abandon existing waterline, including all 6 excavation, disposal of excessive earth material, pipe zone fill, slurry, backfill, appurtenances, and surface repair, as shown on these plans, complete and in place. 1 LS $ P, o OR $ 7 Abandon valve, remove existing valve box and cover and all �p $ 706 oIJ $ `I&V v other work, as shown on the plans, complete in place. 1 EA Construct alley approach, per Plan 107 and 210, including all 8 labor, equipment, materials, as shown on these plans, completed and in place. 432 SF $14 0_ $ Cut -in new 6-inch Gate Valve, including furnish and installing 9 valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on in 2 EA to $ 0® ^! $ `, y�— these plans, complete, and place. Construct AC pavement replacement, including all labor, 10 equipment, and materials, as shown on these plans, complete in 2 TN $,5-00 ' $ 000 and place. ' Construct 6-inch aggregate base replacement, including all 11 labor, equipment, and materials, as shown on these plans, 4 TN $� $ T complete and in place. SUB -TOTAL BID AMOUNT — SCHEDULE D �aa $�— C-2.7 SECTION C PROJECT BID SCHEDULED PROJECT NAME, CC 1432 INDIANAPOLIS AVENUE BETWEEN DELAWARE & ENGLAND STREET SUB -TOTAL BID AMOUNT IN WORDS: e� mz ►/ Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.8 SECTION C PROJECT BID SCHEDULE E PROJECT NAME, CC 1432 ALLEY "F" BETWEEN ENGLAND & FLORIDA ST FROM LINCOLN TO MEMPHIS AVE BID ITEMS Item Description Quantity Unit Unit Cost Total Cost No. (Extension) 1 Mobilization and Setup 1 LS $ Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable safety orders, complete and in place. 1 LS s-spe $ S7_00 3 Demobilization & Cleanup 1 LS $ $ ZC,00� 4 Furnish Traffic Control in accordance with the City of Huntington Beach requirements, complete and in place. 1 LS $vQ $ r� Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- s cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, complete in place. 368 LF c)G $ ZO — da $ P%' Furnish and install 1-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 6 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, 11 jj8.�10, $ /� $ /, 82� complete and operative in place. EA Construct new fire hydrant assembly, including furnish and 7 installing new buried pipe, valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and 1 $(ov40(310 $ surface repairs shown on these plans, complete, and in place. EA Cut -in new 8-inch Gate Valve, including furnish and installing 8 valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on in 1 EA w $ "- these plans, complete, and place. Cut, cap, and abandon existing waterline, including all 9 excavation, disposal of excessive earth material, pipe zone fill, slurry, backfill, appurtenances, and surface repair, as shown these in 1 LS $ Z&OO $ 7 �� on plans, complete and place. —��0" 10 Abandon valve, remove existing valve box and cover and all $ ®0 — r $ 7®0 other work, as shown on the plans, complete in place. 1 EA Remove and salvage existing fire hydrant including removing 11 buried pipe, valve, and appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface "00 93 repair as shown on these plans, complete, and in place. 1 EA $ I $06 $ C-2.9 SECTION C PROJECT BID SCHEDULE E PROJECT NAME, CC 1432 ALLEY "F" BETWEEN ENGLAND & FLORIDA ST FROM LINCOLN TO MEMPHIS AVE Item ' Description Quantity Unit Unit Cost Total Cost No. (Extension) 12 Construct concrete gutter as shown on these plans, complete and in place. 270 LF $ $ 2 Construct AC pavement replacement, including all labor, 13 equipment, and materials, as shown on these plans, complete f r� OU' and in place. 97 TN $ NO $ 13. s-to Construct 6-inch aggregate base replacement, including all 14 labor, equipment, and materials, as shown on these plans, in 230 TN D $ 7 $ C%a. Ui0 complete and place. Adjust all water valve covers, cleanouts, manholes, electrical, 15 telephone, and cable TV pull boxes, gas meters, and vaults to 1 $ 31000'0 $ :31 000-W grade, as shown on these plans, complete and in place LS Construct alley approach, per Plan 107 and 210, including all 16 labor, equipment, materials, as shown on these plans, completed and in place. 720 SF $ $ 1 Remove and re -construct sidewalk per Plan 207, including all 17 labor, equipment, materials, as shown on these plans, completed and in place. 56 $v $ 1, 174 SF Cut -in new 6-inch Gate Valve, including furnish and installing 18 valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on 1 $ 31W $ 3 these plans, complete, and in place. EA SUB -TOTAL BID AMOUNT — SCHEDULE E $ SUB -TOTAL BIDAMOUNT IN WORDS %%��L �/.A i A. 1/0 /011 i1/ /1 �i,./ d c — � i sl� 7'NBi9� .SR�'?oil- 7"!�►✓e.L. �las4f,11.4, Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.10 SECTION C PROJECT BID SCHEDULE TOTALS PROJECT NAME, CC 1432 Sub -Total Bid Schedule A Sub -Total Bid Schedule B Sub -Total Bid Schedule C Sub -Total Bid Schedule D Sub -Total Bid Schedule E TOTAL BID AMOUNT, BASIS OF AWARD (Schedules A-E) TOTAL BIDAMOUNTIN WORDS: Notes: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedules. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.11 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 Pem(s) Name and Address of Subcontractor State License Number Class Dollar Amount % of Contract e0 �f L, /3 z G S �Zvor� 117©, 0E_�;� is /o i3-!G r��ry g,,u, IZ 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 Cal' ornia that the foregoing is true and correct and that this declaration is executed on-125-4, at , CA — Date City State QAS®-J ��1%4 , bei g first dul sworn, deposes and says that he or e is A'S, T` Of�g, LO ,y(,,,��le��� park 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. t4C4LO J 2 f. 11, J� Name of Bidder Signature A Bidder Address of Bidder C-4 JURAT State of California County of Orang Subscribed and sworn to (or affirmed) before me on this 23' day of July, 2014 by Jason proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. Signature (Notary Seal) CYNTMA J. * LENCIA 1952 Commission 1952790 z Notary Public - California zz z z Orange County My Comm. Expires Oct 15.2015 OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) Number of pages: Document Date: (Additional Information) 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 CAST IRON PIPE REPLACEMENT PROJECT, (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: 77 ®23 —IV V C-5 �Ci��'11�P�'C� �i✓b �v c- Contractor It 49eg I 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: 7 e 7-3 9 /'/ C-7 r 4E-s/,vim 4 1--= Title BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: X4G�La�� idder Name M .V ST C► ����•►�e v Business Address City, State Zip Telephone Number L State Contractor's License No. and Class 6 0 9& Original Date Issued Expiration Date The work site was inspected by 16of our office on , 201�( The following are persons, firms, and co orations having a principal interest in this proposal: C-8 The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, t9, perform the contract for the proposed work and improvements in accordance with the planAAd specifications set forth. Company Name Signature of Bidder Printed or Typed Signature Subscribed and sto before me this _ day of , 201_ NOTARY PUBLIC C-9 NOTARY SEAL JURAT State of California County of Orange Subscribed and sworn to (or affirmed) before me on this 23`d day of July, 2014 by Jason Paulus proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. J"99;4��� Signature V (Notary Seal) OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) Number of pages: Document Date: (Additional Information) CYNTHIA J. N ALENCIA Commission # 1952790 Notary Puhlic - California Orange County My Comm. Expires Oct 15, 2015 Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of potable water pipelines within the public right of way, working within alleys and in close proximity to other existing underground utilities. 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 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. 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: C-10 Original Bid Class (Type) Date Claims, Mediation, Arbitration, Name, Contact, Address, Contract Amount of Work Completed lawsuits amount and results Phone of Owner Niguel Rd. Alicia Pkwy Valve for Moulton Niguel WD, Steve Merk, (949) 795 $ 351,644.00 Valve Repl 08/10 N/A 6799, smerk@mnwd.com Brookhurst St, Garden Grove Sanitary Dist, 13802 Newhope St., Garden Grove, CA, Sam Kim (714) $ 1,587,611.00 Sewer repl/rpr 02/11 N/A 741-5531 Central Balboa W & S Impr., City of Newport Beach, 3300 Newport Blvd., Newport Beach, CA, Alfred Castanon, 949-644- Water & 3314, Sewer acasta non @city. n ewport- $ 1,615,154.00 Improvement 12/10 N/A beach.ca.us OPA -Adams Way, Irvine Ranch Water Dist., 15600 Sand Canyon Ave., Irvine, CA 92618, Anita Arant, 949 $ 45,867.00 Water Syst 11/10 N/A 453-5300 El Retiro & Nogal Recy Water, Santa Margarita $ 84,600.00 Water Recy 04/11 N/A Water Dist., Newport Coast, Irvine Ranch Water Dist., 15600 Sand Canyon Ave., Irvine, CA 92618, Anita Arant, 949 $ 132,539.00 Water System 08/10 NA 453-5300 Horsethief Canyon Gravity & Force Main, City of San Dimas 245 E Bonita, San $ 79,780.00 Gravity/Force Main 04/11 Dimas, CA, Karen Deleon N/A 909-394-6230 Crown Valley Trans Main for Moulton Niguel WD, Steve Merk, (949) 795- $ 544,850.00 Trans Main 05/12 N/A 6799, smerk@mnwd.com Storm Drain/Street Impr. D- 163, City of Orange, 300 E. Chapman Ave., Orange, CA, Alan Truong, 714-744- 5544, � -05.kt . �` a $ 1,092,270.00 SD/St Impr 12/11 N/A atruong@cityoforange.org Ontario Ave. Zone 4 Waterline, City of Corona, 400 S. Vicentia, Corona, CA, Robert Morin, 951-736- 2446, $ 855,650.00 Water Syst 12/12 N/A robertm@ci.corona.ca.us Euclid St, Garden Grove Sanitary Dist, 13802 Newhope St., Garden Grove, CA, Sam Kim (714) $ 740,954.00 Sewer Syst 11/12 N/A 741-5531 Woods Ave. Storm Drain, City of Fullerton, 303 W Commonwealth Ave, Fullerton, CA, Eric $ 740,407.00 Storm Drain 09/12 N/A Villagracia, 714-338-6853 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 40 GI- 2 -,rnd Name of proposed Project Manager Telephone No. of proposed Project Manager: 71 '- o 2 -7®6 `5 try a-rr* Ifs% Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Project Name & Contract Amount Type of Work Date Completed Date Completed Name of proposed Superintendent Telephone No. of proposed Superintendent: 7/4 -2.1-33I L-Y Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Date Completed C-11 Original Bid Class (Type) Date Claims, Mediation, Arbitration, Name, Contact, Address, Contract Amount of Work Completed lawsuits amount and results Phone of Owner Niguel Rd. Alicia Pkwy Valve for Moulton Niguel WD, Steve Merk, (949) 795 $ 351,644.00 Valve Repl 08/10 N/A 6799, smerk@mnwd.com Brookhurst St, Garden Grove Sanitary Dist, 13802 Newhope St., Garden Grove, CA, Sam Kim (714) $ 1,587,611.00 Sewer repl/rpr 02/11 N/A 741-5531 Central Balboa W & S Impr., City of Newport Beach, 3300 Newport Blvd., Newport Beach, CA, Alfred Castanon, 949-644- Water & 3314, Sewer acastanon@city. newport- $ 1,615,154.00 Improvement 12/10 N/A beach.ca.us OPA -Adams Way, Irvine Ranch Water Dist., 15600 Sand Canyon Ave., Irvine, CA 92618, Anita Arant, 949 $ 45,867.00 Water Syst 11/10 N/A 453-5300 El Retiro & Nogal Recy Water, Santa Margarita $ 84,600.00 Water Recy 04/11 N/A Water Dist., Newport Coast, Irvine Ranch Water Dist., 15600 Sand Canyon Ave., Irvine, CA 92618, Anita Arant, 949 $ 132,539.00 Water System 08/10 NA 453-5300 Horsethief Canyon Gravity & Force Main, City of San Dimas 245 E Bonita, San $ 79,780.00 Gravity/Force Main 04/11 Dimas, CA, Karen Deleon N/A 909-394-6230 I Crown Valley Trans Main for Moulton Niguel WD, Steve Merk, (949) 795- $ 544,850.00 Trans Main 05/12 N/A 6799, smerk@mnwd.com Storm Drain/Street Impr. D- 163, City of Orange, 300 E. Chapman Ave., Orange, CA, Alan Truong, 714-744- 5544, $ 1,092,270.00 SD/St Impr 12/11 N/A atruong@cityoforange.org Ontario Ave. Zone 4 Waterline, City of Corona, 400 S. Vicentia, Corona, CA, Robert Morin, 951-736- 2446, $ 855,650.00 Water Syst 12/12 N/A robertm@ci.corona.ca.us Euclid St, Garden Grove Sanitary Dist, 13802 Newhope St., Garden Grove, CA, Sam Kim (714) $ 740,954.00 Sewer Syst 11/12 N/A 741-5531 Woods Ave. Storm Drain, City of Fullerton, 303 W Commonwealth Ave, Fullerton, CA, Eric $ 740,407.00 Storm Drain 09/12 N/A Villagracia, 714-338-6853 North American Specialty Insurance Company Bond #7-B Premium Nil KNOW ALL MEN BY THESE PRESENTS, That We, Paulus Engineering, Inc 71 E. Corona o ree of Anaheim, CA 92806 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 California are held and firmly bound unto City of Huntington Beach as Obligee, in the penal sum often percent of amount bid Dollars ($ l0 0 for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That, whereas the Principal has submitted, or is about to submit, a proposal or a bid to the Obligee on a contract for Cast Iron Pipe Replacement 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, will-i 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 3 0 th day of June 2014 . Paulus Engikeering, Inc. incipal By. North American Specialty Insurance Company By: .Richard 4A.Coton-:AUtt0maey-"-Fa�ci BND 140 S REV (05/95) CALIFORNIAALL-PURPOSE ACKNOWLEDGJiEAT State of California County of Orange On 6 - 3 0 -14 before me, Jan C . Moran, Notary Public Date Here Insert Name and Title of the Officer personally appeared Richard A. Coon Name(s) of Signer(s) JAN C. MORAN _ comm. #1967021 r. CD ; ^ NOTARY PUBLIC 6 CALIFORNIA n ORANGE COUNTY Comm. Exp. FEB. 17, 2016 Place Notary Seal Above 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 han(d� and official seal. Signature V' `.V� Signature of Notary Public OPTIONAL J C . Moran 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: ❑ individual ❑ Corporate Officer — Title(s): ❑ Partner-0 Limited ❑ General ® Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: ,RIGHTTHUMBPRIN f. OF SIGNER Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): _ ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHT THUMBPRINT, nU0F:'SIGNEEI © 2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationalNotary.org Item #5907 Reorder: Call Toll -Free 1-800-876-6827 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, 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`s 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," �R��lAl1Tr �. QE,,......... Ns os��t SIOMauute°�w 'eS° �, A r r By Ra0•"�:i'S' o.....�r�G " Steven P. Anderson, Senior Vice President or Washington International lnsurance Company SEAL z e $ & Senior Vice President of North American Specialty Insurance Company � : .•nm 4111111, B� David M. Layman, Vice President of Washington International Insurance Companyaw,uuinuna & vice President of North American Specialty Insurance Company IN WITNESS WFIEREOF, 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 this20th day of June 2012 • North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook SS: On this 20th day of June 2012 before me, allotary 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 - — -- -- - -- acknowledhed said instrument to be the voluntary act and deed of their resDective companies. "OFFICIAI. SEAL" DONNA D. SKLENS . Notary Public, State of Illinois ion Expires 10/136/20is -i�, �) -w,,- Donna D. Sklens, Notary Public I, Jeffrey Goldberg , the 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 this 3 0 thday of June 2014 , Jeffrey Goldberg, Vice President & Assistant Secretary of Washington International Insurance Company & North American Specialty Insurance Company CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGEMENT State of California County of Orange } On 06/30/2014 before me, Cynthia J. Valencia, Notary Public personally appeared Jason Paulus 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 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. WI SS my hand and official seal. a CYN,H,? ,, ✓ALENC F Commission # 19527,90 -Notary Puhlic - CaliforniaZ rnOrange County r Signature o otary Publi (Notary Seal) My Comm. Expires Oct 15, 2015 ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT Title or description of attached document Number of pages Document Date Additional Information CAPACITY CLAIMED BY THE SIGNER Individual Corporate Officer. Partner Attorney -In -Fact Trustee Other X /Title Pres/Sec 0 PAULUS EI+ OINEERING, INC. 28il -EV401100 Street Anaholm,CA 2504 Phone 714-632-3975 Fax 714-632-1809 2014 JUL 24 AN 9: 55 CITY CLERK CITY OF HUN T INGTON BEACH �eo CAS1 T.o� f'Pe 14r�•w«t+� � �ijw� G� IUo. 10, 00 4#1 Cotoov3Z (�Ic•k 0131D: MEL CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDNYYY) 09/25/14 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 CONTRACTBETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE.CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL -INSURED, the pollcy(les) 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 endorsements . °PRODUCER Phone:949;553-9800 The WOodltch -Company Insurance- '- Services, Inc. Fax: 949-553-067 i Park Plaza, Suite 400 Irvine, CA 92614PRODUCER Christopher:Hodson " -PHONE FA wC No Ex : A/C No): E% 'ADDRESS: ,ME " PAULU-1. INSURER(S) AFFORDING COVERAGE NAIC'i INSURED Paulus.Engineering, Inc:_ 2871 E. Coronado -Street. Anaheim, CA 92806 INSUREWA: WesCO.Insurance Company 2501:1 INSURER B:St. Paul Fire & Marine-lns..Co 24767 INSURER C:Securi " National Insurance Co 19879 INSURER D : INSURERE nnc�coAnec t-cm'RI/PAT'c uu afioco• II?CVISIAN-NIIMRFR•. 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 TYPE.DFINSURANCE ADOL SUB POLICY NUMBER MO LIMITS GENERAL LIABILITY EACH OCCURRENCE- $ 11000100 PREMISES. Eaoccurrence $ 100,004 A X COMMERCIAL GENERAL.LIABILITY X WPP1.09493701 05/01/14 0$10111$: -MED EXP`(Any. one -person) $5,00 CLAIMS -MADE F OCCUR PERSONAL & ADV INJURY $ 1,006,00 GENERAL AAGGREGATE, $ 2,00%00 r,EN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMPIOP AGG $ 2,000,00 $ POLICY- X -PRO LOC A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS X INPP1b9493701 APPROVED A 06101114. TO FOR Q5/.01YI5 COMBINED SINGLE LIMIT (Ea accident) 1,000 00 ' X BODILYINJURYI(For person) . $ ,BODILY INJURY.,(Peraccident) $ PROPERTY DAMAGE (Pere,ccident) $ SCHEDULED AUTOS HIREDAUTOS- NON -OWNED AUTOS BY: I ennifer McGrath, nY AttAm® $ X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 1,000,00 .AGGREGATE $ 1,000;00 B - EXCESSLIAB' CLAIMS -MADE ZUP>1OP7866A-14-NF - 05/01/14 05/01/15 DEDUCTIBLE $ X $ RETENTION 10i000 C WORKERS COMPENSATION .AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERIEXECUTIVE YIN OFFICERIMEMBER EXCLUDED? ❑ (Mandatory in -NH) NIA X SWC1.045857 05/01/14 05/01/15 X 7177,T 1 1 -R E.L. EACH ACCIDENT _ $ 11000,00. E.L. DISEASE - EA EMPLCYEE $ 1,600,00 EL DISEASE -.POLICY LIMIT- $ 1.000 00 If yes,describe under 1. DESCRIPTION- FOP RATI NS Below- -DESCRIPTION-OF OPERATIONS? LOCATIONS I VEHICLES (Attach ACORD 101; Additional Reniwks.Schedule; If more space is required) *Except 10 days notice of cancellation for non-payment of premium. RE�: Paulus Job #1014; HB Job #1434; Cast Iron Ppe`Replacement. This Insurance shall apply as Primary and Non -Contributory per attached lendorsement. Waiver of Subrogation. for Workers Compensation: See Attached ndorsement. **-SEE NOTES" glai (both-sched)./auai/wcwv HUNTIN1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIEVBE-CANCELLED BEFORE THE 'EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED, IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Huntington Beach 2000 Main Street Huntington Beach, CA92648 -- ©1988-2009ACORD COR ACORD 25 (2009109) The ACORD name and logo are registered marks of ACORD All rig (NOTEPAD PAULUA PAGE 2 INSURED'SNAME Paulus Engineering;: -Inc. OP ID:.MEL DATE 091251.14: this policy be cancelled'before the expiration date, The Wooditch will mail 30 (thirty)days written notice to those.Certificate Which require, such action -, per '.contract -or. agreement.* HOLDER CODE HUNTINI PAULU-1 PAGE':3 NOTEPAD. INSURED'S NAME Paulus Engineering; Inc. OP ID: MEL DATE 0912511.4 the City of, Huntington Beach, its officers, elected, or appointed official rs employees, agents and volunteeare includ6d as Additional nsureds as respects General and Auto Liability per attached endorsements: 'THIS VOIDS AND SUPERSEDES PREVIOUS CERTIFICATE DATED o9104 w POLICY NUMBER: WPPI09493701 COMMERCIAL GENERAL LIABILITY CG 2010 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -. OWNERS9 LESSEES OR CONTRACTORS - SCH I EDULED PERSON OR ORGANIZATION This'endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Blanket as required by written contract. Blanket as required by written contract. It is agreed that such insurance as is afforded by this policy for the benefit of the additional insured shown shall be pri- The city of Huntington Beach, its officers, elected, or mary insurance, and any other insurance maintained by the appointed officials, employees, agitints.and volunteers. additional insured(s) shall be excess and noncontributory, as respects any claim, loss or Ii I ability allegedly arising out of the operations of the named insured, provided however that this insurance will not apply to any claim loss or liability which is determined to be solely the result of the additional insured's negligence or solely thee additionialinsured's re- sponsibility. RE: Paulus Job #1014; HB Job-#1434;Cast Iron Pipe Replacement: I information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section 11 — Who Is An Insured is'amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury', "property damage" or "Personal and advertising injury" caused, in whole or in part, by: 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) desig- nated above. B. With respect to the insurance afforded to these additional insureds,. the following additional exclu- sions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equip- ment 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 1. That portion of "your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization,other than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project. CG 2010 07 04 0 ISO Properties, Inc., 2004 Page 1 of 1 POLICY NUMBER: WPIP109493701 COMMERCIAL GENERAL LIABILITY CG 20 37-07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ, IT CAREFULLY. P 1" 0]:?—A' 14 of t &11 Kole], J i NJ W49 g emeagq= 0 This endorsement, modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of.Additional Insured Person(s) Or Organization(s): Location And Description Of Completed Operations Blanket as required by written contract, Blanket as requiredby written contract It is -agreed that such insurance as is.,afforded by, this polity foe the benefitof the additional insured shown The City of Huntington Beach, its officers, elected or shall be primary insurance, and any other insurance appointed officials, employees, agents.and volunteers. maintained by the additional insured(s) shall be excess and noncontributory as respectsany claim, loss or liability allegedly arising ou tof the operations of the named insured, provided howeVerthat,this insurance will not apply to any claim loss or Liability which is: de- termined to, be solely the result of the additional in- sured's negligence or solely the. additional insured's responsibility- RE: Paulus Job #1014; 1­113 Job #1434; Cast Iron Pipe, Replacement,. I information required to complete this Schedule, if not shown above, will be shown in the Declarations. Section 11 — Who Is An Insured is amended 'to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or- "property dam- age" caused, in whole or, i ' n part, by "your work" .at the location, designated and described in the sched- ule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". CG 20 37 07 04 0 ISO Properties, Inc., 2004 Page 1 of 1 POLICY NUMBER: wpP1o94937oi COMMERCIAL AUTO CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of'the Coverage Form apply unless mod- ified by this endorsement. This endorsement identifies person(s) or organization(s).who are "insureds" under the Who Is An Insured Provi- sion of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the. inception date of the policy unless another date is. indicated below. Endorsement Effective: 05/0112014 Countersigned By: at 12:01 AM standard time Named Insured: Paulus Engineering, Inc. Only as required by wnrien contract AuthonzedRepresentative) SCHEDULE Name of Person(s) or Organization(s): Blanket as required by written contract (if no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable: to the= endorsement) Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section 11 of the Coverage Farm. CA 20,48 02 99 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 1 ❑ WORKERS COMPENSATION AND EMPLOYERS.IIABILITY INSURANCE POLICY WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT—CALIFORNIA WC 04 03 '06 (Ed. 04.84) We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not.enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work. under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule:. The additional premium for this endorsement shall be 2,00% of the'Califomia workers'' compensation premium otherwise due on such remuneration. Schedule Person or Organization Any person or organization as required by written contract Job Description Notes: 1. This endorsement may be used to waive the company's right of subrogation against named third parties who may be responsible for an injury. 2. The sentence in ( ) is optional with the company. It limits the endorsement to apply only fo specific jobs of the I nsured, and only to the extent that the insured is required to obtain this waiver. This endorsement changes the policy to which it.is attached and is effective on the date issued unless otherwise stated. (The information below is required only.when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 05101/2014 Policy No. ;SWC1045857 Endorsement No. Insured Paulus Engineering Inc. Insurance Company Security Nabonal.Insurance Company - Countersigned By Only as required by written contract CONTRACTOR'S SWORN STATEMENT AND WARRANTY REGARDING CONTINUING INSURANCE OBLIGATIONS FRO IN: T-aAA, tus a �m I)a (Contractor Name) 16C.PROJECr. r (Sbwt Address) .� (Citt, State and Zip) TO: CITY OF HUrMN st; TON BEACH Attached hereto Is a true and correct copy of the current Certificate of insurance and Additional Insured Endorsement CG 2010 MIS, which Certificate complies with the insurance requirements of the Contract by and between the City of Huntington Beach CCftn and the above -named Contractor (°Contractor') for the above -described project ("Project"). I declare underpenalty of perjury under the laws of the State of California that the above statement is true and correct Signed on (Date) �� # ty�,At (Signature of Inovidp Who Is Making Declaration) Q 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 1185r naming City as an additional insured. Contractor shall supply to Oty, on at least an annual basis, a Certificate of Insurance and the aflorementioned Endorsement evidencing continued coverage which meets the Contract requirements. Signed on Z. '-- �t 20Lqat AIL-01 , v (Date) (01yr State) Name: unbars G- 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 del ", Company Information NORTH AMERICAN SPECIALTY INSURANCE COMPANY 650 ELM STREET, 6TH FLOOR MANCHESTER, NH 03101-2524 Old Company Names Effective Date Agent For Service NANCY FLORES C/O CT CORPORATION SYSTEM 818 WEST SEVENTH STREET LOS ANGELES CA 90017 Reference Information NAIC #: 29874 California Company ID #: 3208-6 Date Authorized in California 06/30/1989 License Status: UNLIMITED -NORMAL Company Type: Property & Casualty State of Domicile: NEW HAMPSHIRE back to top NAIC Group List NAIC Group #: 0181 SWISS RE 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 DISABILITY FIRE LIABILITY MARINE PLATE GLASS SPRINKLER SURETY WORKERS' COMPENSATION back to top https://interactive.web.insurance.ca.gov/companyprofile/companyprofile?event=companyP... 9/25/2014 Certification of Compliance with Title VII of the Civil Rights Act and Equal Employment Opportunity Act of 1972 To: City of Huntington Beach Department of Public Works 2000 Main Street/P.O. Box 190 Huntington Beach, CA 92648 Re: Certification of Compliance with Title VII of the Civil Rights Act and Equal Employment Opportunity Act of 1972 Contract: Project: The undersigned contractor on the above -referenced project ("Project") hereby certifies that it has complied with Title VII of the Civil Rights Act, the Equal Opportunity Act of 1972 and Executive Order 11246, and has not discriminated against any employee or applicant for employment because of race, creed, color, sex, national origin, age or disability. The undersigned contractor also certifies that it has not maintained any segregated facilities at its establishments on the basis of race, creed, color, sex, national origin, age or disability (with the exception of access for the disabled). I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed this day of , 20_, at , California. (Type Contractor Name) By: Name: [Type Name] Title: [Type Title] E > IF R A 0RNEY 1.J 3-_2�6-UP 245911 1 L 1 CONTRACTOR'S CERTIFICATE state and certify that: (Name of Declarant) is the general contractor to the City of Huntington Beach ("City) on Contract No. (the "Contract") for the construction of the public work of improvement entitled: (the "Project"). 2. All work to be performed pursuant to the Contract has been completed in accordance with the Contract Documents (as such term is defined in the Contract). 3. Except for the claims listed.below and the disputed claims listed in paragraph five (5), all persons supplying labor, services, materials and equipment to the Project, including all claims against the Contractor arising from the performance of the Contract, have been paid and satisfied (list unpaid debts and claims; if none, write "NONE"): 4. Attached hereto are the lien waivers required by the Contract Documents, which lien waivers have been executed by all persons who performed work on or supplied labor, services, materials, and/or equipment for use at the Project. 5. Set forth below is a list of disputed claims or claims that are the subject of a Notice to Withhold filed pursuant to the Civil Code of the State of California (list all disputed claims; if none, write "NONE"): I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed at on this day of , 24 APPROVED AS TO FORM By: " �5t� q 1 -7Ja Name: [Type Name] Title: [Type Title] 1 (Signature of Declarant) 245914.1 Certification of Compliance with Prevailing Wage Laws To: City of Huntington Beach Department of Public Works 2000 Main Street/P.O. Box 190 Huntington Beach, CA 92648 Re: Certification of Compliance with Prevailing Wage Laws Contract: Project: The undersigned contractor on the above -referenced project ("Project") hereby certifies that all laborers, mechanics, apprentices, trainees, watchmen and guards employed by him or by any subcontractor performing work under the contract for the Project have been paid pursuant to the minimum wage and bona fide fringe benefit 'requirements specified for each particular classification of work, as set forth in the wage -rate determinations of the State of California, Department of Industrial Relations, and/or the United States Department of Labor. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed this day of 20 , at (Type Contractor Name) By: _ Name: Title: [Type Name] [Type Title] California. r•, - FLS o3- a'b - cs(n 247542.1 1 RECEIVED BY: (Name) (Date) 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 Clerk _ DATE: f SUBJECT: Bond Acceptance I have received the bonds for C 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. (Company / f\3 ?d5� Approved o . (Council Approv 1 Date) Agenda Item No. City Clerk Vault No. (non, Other No. SIRE System ID No./ g1forms/bond transmittal to treasurer EXECUTED IN TWO COUNTERPARTS Bond No. 2183850 PREMIUM: 9, i. y, . IT1,11 3TRAr.l�,. KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, City of Huntington Beach (hereinafter referred to as "City") has, by written agreement dated AUGUST 18 20 4 , entered Into a contract with PAULUS ENGINEERING, INC. 2871 E. CORONADO STREET, ANAHEIM, CA 92806 (name and address of Contractor) (hereinafter referred to as "Principal"), for performance of the work described as follows: CC-1434; CAST IRON PIPE REPLACEMENT 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. WHEREAS, said Principal is required under the terms of the Contract to furnish a bond guaranteeing the prompt, full and faithful performance of said Contract. NOWTHEREFORE, we, the undersigned, as Principal, and NORTH AMERICAN SPECIALTY INSURANCE COMPANY 6 HUTTON CENTRE DRIVE SUITE 850 S NTn ANA, CA 92207 (name and address of Surety) (a duly admitted surety insurer under the laws of the State of California and hereinafter referred to as "Surety'), as Surety, are held and firmly bound unto City In the penal sum of SEVEN HUNDRED SEVENTY—EIGHT THOUSAND EIGHT HUNDRED SIX AND Dollars ($ 7 78.806.00 ), this amount being not less than one hundred percent of the price set forth in the Contract, In lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severalty, 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 bythe Principal In strict accordance with.the terms of the Contract as said contract may be altered, amended or modified from time to time; and If the Principal shall indemnify and save harmless City and all of City's officers, agents and employees (hereinafter collectively referred to as 'Obligees") from any and all losses, liability and damages, claims, judgments, stop notices, fees and costs of every description, whether imposed by law or in equity, which may be incurred by the Obligees by reason of the failure or default on the part of the Principal in the performance of any or all of the terms or the obligations of the Contract, including all afterabons, amendments and modifications thereto, and any warranties or guarantees required thereunder, then this obligation shall be void; otherwise, it shall be and shall remain in full force and effect. Surety stipulates and agrees, for value received, that no adjustment of the time or price in the Contract or any alteration, change, deletion, addition or other modification to the Contract, or the work to be performed thereunder, shall In any way affect, limit, restrict, impair or release the obligations of the Surety under this Bond. Surety waives notice of any adjustment of contract time or contract price, and :TWr r PERFORMANCE BOND Page 1 of 2 Bond No. 2183850 any other alteration, change, deletion, addition or other modification to the Contract, or the work to be performed thereunder, and agrees to automatically adjust the penal sum of this Bond to reflect such adjustments, alterations,changes,deletions, additions or other modifications, Surety 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 §§ 2B45 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: SEPTEMBER 5, 2014 ATTEST (Corporate Seal) ATTEST NORTH AMERICAN SPECIALTY INSURANCE CO ANY (Corporate Seal) (Su ty Name) By: Name: CHARLES L. (Signature of Attomey4n-Fact for Surety). (AttachAttomey-in-Fact Certificate) f714) 550-7799 (Area Code & Telephone Number of Surety) APPROVED AS TO FORM: CITY O UNTINGTON BEACH c By' , ennifer Mc th 4)VU ity Attorney Note: This bond must be executed In duplicate and dated, all signatures must be notarized, and eNdence of the authoNty of any person signing as attomey4rr-fact must be attached. m591.1 PERFORMANCE BOND Page 2 of 2 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGEMENT State of California County of Orange } On 09/05/2014 before me, Cynthia J. Valencia Notary Public personally appeared Jason Paulus 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 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. WITNE y hand and official seal. CYNTHIA J. VALENCIA C-11 Commission # 1952790 a =-et Notary Puhlic - California z z Orange County D Signature o a lic (Notary Seal) My Comm. Expires Oct 15, 2015 ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT Title or description of attached document Number of pages Document Date Additional Information CAPACITY CLAIMED BY THE SIGNER Individual Corporate Officer X /Title President Partner Attorney -In -Fact Trustee Other C ALL-PURPOSECALIFORNIA ACKNOWLEDGMENT State of California County of Orange On 9-05-14 before me Jan C. Moran, Notary Public Date Here Insert Name and Title of the Officer personally appeared Charles L. Flake Name(s) of Signer(s) JAN C. MORAN C.3 IItir�;rc COnri„n. #1967021 9 NOTARY PUBLIC ® CALIFORNIA n ORANGE COUNTY Comm. Exp. FEB. 17, 2016 Place Notary Seal Above 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. Signature Signature of Notary Public OPTIONAL Ja C . Moran 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: ❑ Individual ❑ Corporate Officer —Title(s): ❑ Partner — ❑ Limited ❑ General PS Attorney in Fact • ❑ Trustee Top of thumb here ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): _ ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHTF SSMIGNER:' UMBPRINT; O Top of 02007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationaiNotaryorg Item #5907 Reorder: Call Toll -Free 1-800-876-6827 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 In M" Y 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 91h 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." {tlalla... ,ymngNA ��.�•a ipurr f /i�i,, StoNgt O Ff+ .......HiP G o�PC yQGbQt!''0&,I G 1 AZ By c'e • sail_ . A = Steven P. Anderson, Sensor Viee President of Washingsoa [nleraatlonet Insuranee Company g 2i 'SElil. C3 1973 to+tj &Senior Vice Presfdeni of North American Specialty lnaurance Company 'fit a .f7 - AMPS` By d� 9nt* w� David M. Layman, Vice President of Washington international Insurance Company & 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 ss: 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, of and personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers acknowledged said instrument to be the voluntary act and deed of their respective companies. DONNA D. SKLENS .$ct.uy,Public,State ofdAinois Donna D. Skl ens, Notary Public My Commission Expims;l0(0 Nis. I, Jeffrey Gold era —the 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 this sth day of September 20 14 . Wiley Goldberg, Vice President & Assistant secretary of Washington Sntemational Insurance Company & North American Specialty InsvtanceCompany EXECUTED IN TWO COUNTERPARTS 2183850 Bond No. PREMIUM INCLUDED IN PAYMENT BAN® PERFORMANCE BOND (LABOR AND MATERIALS) KNOW ALL PERSONS BY THESE PRESENTS that: WHEREAS, the City of Huntington Beach (hereinafter referred to as "City") has awarded to PAULUS ENGINEERING, INC. 2871 E. CORONADO STREET, ANAHEIM, CA 92806 (name and address of Contractor) (hereinafter referred to as "Principal"), a contract ("Contract) for the work described as follows: CC-1434• CAST IRON PIPE REPLACEMENT PROJECT (Project title) WHEREAS, Principal Is required under the terms of the Contract and the California Civil Code to secure the payment of claims of laborers, mechanics, materialmen, and other persons as provided by law. NOW THEREFORE, we, the undersigned Principal, and NnRTT4 AMERICAN SPECIALTY INSURANCE COMPANY 6 HUTTON CENTRE DRIVE, SUITE 850, SANTA ANA, CA 92/U/ (name and address of Surety) (a duly admitted surety insurer under the laws of the State of California and hereinafter referred to as "Surety"), as Surety, are held and firmly bound unto City in the penal sum of SF.VRN RUNDRED SEVENTY—EIGHT THOUSAND EIGHT HUNDRED SIX AND NO/ 100' S dollars, ($ 778, 806.00 j, this amount being not less than one hundred percent (100%) of the total price set forth in the Contract, In lawful money of the United States of America, for the payment of which sum, well and truly to be made, we bind ourselves, and each of our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the Principal, his, her, or its heirs, executors, administrators, successors or assigns, or subcontractors shall fail to pay any of the persons named In Section 3181 of the California Civil Code ("Claimants") for all labor, materials or services used or reasonably required for use in performance of the work described In the Contract, or any amounts due under the Unemployment Insurance Code with respect to work or labor performed by any such Claimant, or prevailing wages due and penalties incurred pursuant to Sections 1774, 1775, 1813 or 1815 of the Labor Code, or any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and Subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to the work or labor performed under the Contract, Surety will pay for the same, in an amount not exceeding the penal sum specified in this bond; otherwise, this obligation shall be null and void. This bond shall Inure to the benefit of any of the persons named in Section 3181 of the California Civil Code so as to give a right of action to such persons or their assigns, in case any action is brought upon this bond, Surety further agrees to pay all court costs and a reasonable atbmey's fee in an amount fixed by the court. Surety stipulates and agrees, for value received, that no change, extension of time, alteration, addition or modification to the terms of the Contract, or any contract document or any work 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 nofice of any such change, PAYMENT BOND 277549.1 Page 1 of 2 Bond No. 2183850 extension of time, alteration, addition, or modification to the terms of the Contract, the contract documents or the work thereunder. Surety also waives the provisions of California Civil Code §§ 2845 and 2849. IN WITNESS WHEROF, each party represents and warrants that this instrument has been duly executed by Principal and Surety, on the date set forth below, that the name of each corporate party being affixed hereto Is such party's proper legal name and that the Individuals signing this instrument have been duly authorized pursuant to the authority of Its governing body. Surety, by execution of this bond, waives any defense which Surety has or may have by reason of any failure of the Principal to execute or property execute this bond. Dated: SEPTEMBER 5, 2014 ATTEST (Corporate Seal) ATTEST (Corporate Sea[) (Attach Attorney -in -Fact Certificate) INC. -A TTT TT LNUI T7.TL' By: Name: Its: — NORTH AMERICAN SPECIALTY INSURANCE COMPANY rely Name) By: Name:CHARLES L. FL (Signature of Attomey-In-Fact for Surety) (714} 550-7799 (Area Code & Telephone Number of Surety) _... APPROVED AS TO FORM: CITY OF HUNTINGTON BEACH ByIItyn `. ifer Mc rat Attorney Note: This bond must be executed in duplicate and dated, all signatures must be notarized, and evidence of the authority of any person signing as attomey-jrr lad must be attached. PAYMENT BOND 2"5".1 Page 2 of 2 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGEMENT State of California County of Orange } On 09/05/2014 before me, Cynthia J. Valencia, Notary Public personally appeared Jason Paulus 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 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 hand and official seal. CYNTMA J. VALENCIA Commission # 1952790 Notary Puhlic - California v Orange County Z v. Signature o ry Pu 'c (Notary Seal) My Comm. Expires Oct 15, 2015 ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT Title or description of attached document Number of pages Document Date Additional Information CAPACITY CLAIMED BY THE SIGNER Individual Corporate Officer x /Title_ President Partner Attorney -In -Fact Trustee Other 02 State of California County of Orange On 9-05-14 Date before me, Jan C. Moran, Notary Public Here Insert Name and Title of the Officer personally appeared Charles L. Flake Name(s) of Signer(s) JAN C. MORAN COMM. #1967021 NOTARY PUBLIC ® CALIFORNIA 0 ORANGE COUNTY — Comm. Exp. FEB. 17, 2016 Place Notary Seel Above 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 'yofficial steal. Signature Signature of Notary Public OPTIONAL Ja C . Moran 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: ❑ Individual ❑ Corporate Officer —Title (s): _ ❑ Partner — ❑ Limited ❑ General 2S Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHTTHUMBPRINT �OF SIGNER:: .. of thumb here Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): _ ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHTTHUMBP,RINT, OF SIGNER :2; 02007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 -Chatsworth, CA 91313-2402 • www.NafionaiNotaryorg Item lf5907 Reorder. Call Toll -Free 1-800-876-6827 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 Attomey(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 9th 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," �0 \�ntttnli�Rrlu� uTr - / "eq gQ•G�y41i'01� G i .p,FPO. ' S• " r By °• SEAL :O = Steven P. Anderson, Senior Vice President of Washington International Insuraaee Company A 21, 's i;Ti 1873 Qa q�&SeniorVicePresidentofNorthAmetilSpecialtyInsuranceCompany ate• it!1.e ,h• jjnfM1ttP��a� sy �ttatoa� '. David M. Layman, Vice President of Washingtoq International insurance Company & 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 this17th day of Jnly 20 M North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook ss: On this 17th day of July , 20 M , 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 swom, 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. "DFF[GIAi.`sEAt i� a �0 A DONNA D,.SKLENS Notary.Public,.State of"illioois Donna D. Sklens, Notary Public My Comininion Expird.100. 015 . I, Jeffrey Gold berg =the 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 this sth day of September 20 1414 . Jeffrey Goidisarg, Vice President &Assistant Secretary of Washington International Insurance Company & North American Specialty Insurance, Company Ferrigno, Andrew From: Ferrigno, Andrew Sent: Wednesday, August 13, 2014 8:25 AM To: Esparza, Patty Subject: CC 1432 Return Bid Proposals Patty, I will hand deliver the bid proposals to you for CC 1432. Vido Samarzich, the apparent low bidder withdrew their bid, and we have accepted their explanation. It is alright to return their d bond. The project will be awarded to the number two bidder, Paulus Engineering. Andy Andrew Ferrigno PE Senior Civil Engineer City of Huntington Beach 714-536-5291 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 October 14, 2014 Paulus Engineering, Inc. 2871 E. Coronado Anaheim, CA 92806 Re: Cast Iron Pipe Replacement Project — CC-1432 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 proiect 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 .0 this office prior to release of retention funds, please call the Public Works Department at 536-5517. JF:pe Enclosures:- Copy of Contract including Proposal Copies of insurance/bonds Contractor's Certificate Certificate of Compliances Bid Bond (original) Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand ter: RECEIVED BY (Name) (Date) • F TO: FROM: DATE: SUBJECT: �S. CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office after signing/dating CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION City Treasurer City Clerk 4# //,/ 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 f f —i ) G, (Company Name) r,-3 ?JD Approved (Council Approval Date) Agenda Item No. City Clerk Vault No. e*a/) .A U SIRE System ID No. Dept. ID PW 14-048 Page 1 of 2 ' Meeting Date: 8/18/2014 lowifo 4�� 7 __0 CITY OF HUNTINGTON BEACH REQUEST FOR. CITY COUNCIL ACTION MEETING DATE: 8/18/2014 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 $778,806 to Paulus Engineering, Inc., for the Cast Iron Pipe Replacement Project, CC-1432; and, approve withdrawal of Vido Samarzich Inc. Statement of Issue: On July 24, 2014, bids were publicly opened for the Cast Iron Pipe Replacement Project, CC-1432. Staff requests that the City Council award the contract to Paulus Engineering Inc., the lowest responsive and responsible bidder. Financial Impact: Funds in the amount of $930,000 are available in the Water Master Plan Fund, Account No. 50791006.82100, and $90,000 in Water Master Plan Fund Account No. 50791025.82100. Recommended Action: A) Approve withdrawal of the apparent low bid from Vido Samarzich Inc.; and, B) Accept the lowest responsive and responsible bid submitted by Paulus Engineering Inc., in the amount of $778,806-, and, C) Authorize the Mayor and City Clerk to execute a construction contract in a form approved by the City Attorney. Alternative Action(s): Reject all bids, and provide staff with alternative direction. Analysis: The City's Water Master Plan identified approximately 1,600 lineal feet of old, cast iron, existing water mains located within four (4) alleys in the downtown. These are located within the alleys bounded by 9th Street, 101h Street, Walnut Avenue, and Pacific Coast Highway; bounded by 8th Street, 9th Street, Olive Avenue, and Orange Avenue; bounded by Chicago Avenue, Baltimore Avenue, East of Alabama Street; and lastly bounded by Lincoln Avenue, Memphis Avenue, England Street, and Florida Street. This project will replace the existing six-inch cast iron pipelines with six-inch PVC pipelines. Since construction activities will significantly degrade the existing alley pavement, this project will also include the reconstruction of the alleys after replacement of the pipelines. Item 7. - 1 14B -1 z0- Dept. ID PW 14-048 Page 2 of 2 Meeting Date: 8/18/2014 Bids were opened publicly on July 24, 2014, and are listed in ascending order: BIDDER'S NAME BID AMOUNT CORRECTED BID Vido Samarzich Inc. (Withdrew Bid) $697,128.00 Correct as bid Paulus Engineering Inc. $778,806.00 Correct as bid MAMCO dba Alabbasi $783,000.00 Correct as bid GREFCO Inc.. $837,582.00 Correct as bid MNR General Engineering $850,442.00 Correct as bid Cedro Construction $870,265.67 Correct as bid Bensfield General Engineering Inc. $949,917.00 Correct as bid Kana Pipeline Inc. $1,042,817.00 Correct as bid Atlas Allied Inc. $1,148,485.00 Correct as bid Blois Construction Inc. $1,215,916.00 Correct as bid J A Salzar Construction Inc. $1,327,550.00 $1,409,550 The lowest bidder, Vido Samarzich Inc., requested relief of their bid proposal due to inadvertent omission of costs related to unclassified excavation, which is required for the reconstruction of the alleys after the water pipelines have been installed. Vido Samarzich Inc., estimates the cost for unclassified excavation to be approximately $80,000 over their original bid amount resulting in their proposal to be substantially lower than intended. As a result, the lowest responsive and responsible bidder was determined to be Paulus Engineering Inc. The experience and reference check for Paulus Engineering, Inc. provided acceptable responses from past clients. The engineer's estimate for this contract was $850,000, which is slightly more than Paulus Engineering's bid proposal for amount of $778,806. The total project cost is estimated to be $1,020,000, which includes the construction contract, contingency, supplemental expenses, construction management, and inspection. Environmental Status: The project consists of the expansion of an existing use 19, Section 15301. rehabilitation of existing City -owned facilities, with little or negligible The project is, therefore, categorically exempt from CEQA per Article Strategic Plan Goal: Improve the City's infrastructure Aftachment(s): 1. Location Map 2. Vido Samarzich Inc. correspondence dated July 28, 2014 uB -121- Item 7. - 2 l� C £tip' POOL a DWYER c'T LAKE PARK t i 7 i �s z' SEADRi�'T 2 Al I HCw .> Li U a z rLQ ATLANTA Item 7. - 3 xB _1 22_ 4972 CRESTVIEW PLACE, ALTA LOMA, CALIFORNIA 91701 TELEPHONE 09-987.6377 FAX 909-98 7 -89 8 RojgOlml City Of Huntington :Huntington Beach, Ca 92648 - ubject. Bid Reliefa to Clerical Error Cast Iran Pipe Replacement Project CC No. CC 1432 On Thursday July 24, 2014 - City of Huntington Beach publicly opened and of eleven (11) bids for above subjectproject. s bids were as follows- (1)ido Samar ich, Inc. $697,128.00 2j Paulus Engineering 778,806,00 (3) Mamas 73,0. Upon hearing - vast difference in the bid resultsour •bidder, firm immediately began reviewing our in house bidding forms and figures used to arrive atthe amount.total bid became apparent a errorclerical `transferring them to theproposal. bid bid amount of $80,000.00was estimated for all the unclassified excavation (export, grading, and survey) for the project. Since there was not a bid Item for this unclassified excavation, e should have but inadvertently neglected to transfer that amount from our working in papers to the either bid items, Bence resulting in a bid approximately $80,000.00.less than itwasintended to be. I IB - 123 _ Item 7. - 4 This firm regretfully requests that our bid be withdrawn from this project and that our bid bond be returned in accordance with Section 5101and5103of •Code. request was also conveyed in a phone conversation on Friday July 25, 2014 with Mr. Duncan Lee of the City of Huntington Beach. Pursuant to California Public Contract Code 5103, Vida Samarzich, Inc. has represented the following: gave the City of Huntington Beach written notice within five days after the opening of the bids of the mistake, specifying• - occurred. inspecting(D)-The mistake was made in filling out the bid and not due to: error in judgement or to carelessness in -:of the work, or in readingor specifications. Our firma apologizes for any inconveniences this may have caused and we appreciate your understanding. Sincerely Vido Samarzich Sr. Item 7. - 5 11113 - t 24- CITY OF HUNTINGTON BEACH Watermain Replacement Project CC1432 BID DATE: July, 2014 TIME: 4­6"M ENGINEER'S ESTIMATE: $850,000.00 BID OPENING LIST ................. AMP. . ....... ........... ...... ..... :1810AMOUNT POW. 1 Atlas -Allied, Inc V2 Bensfield General Engineering, Inc. 00 3 Blois Construction, Inc. (/0)_ v,6 Cedro Constructiuon 7D, 4 2d a4: 7 Excet Pavn4g ,/8 Grfco Inc. 00 j/9 JA Salazar op 10 JQ4R4Aa.4&f-e-0 wA 1 Kana Pipeline, Inc. vj 2 mamco, Inc. dba Alabbasi ff3 ' 0 0, t9D 13 MeGfaw-gill 1 14 Min *on 15 n=AG-,-'mc. v-16 IVINR Construction Inc. rY) 0 0 A 7 Paulus Engineering n'z Ine, 18 Step hen , Inc. 19 es 20 21 22 Vidn_A.Ltuke���. ,723 'Vido Sarnarzich, Inc. 00 24 ctors..Jac_ 25 26 27 28 29 30 31 32 33 34 35 GAConstruction Contracts (CCs)\CC1432 Cast Iron Pipe Rx Various Locations\Bid List CC 1432-As SECTION A NOTICE INVITING SEALED BIDS for the construction of CAST IRON PIPE REPLACEMENT PROJECT CC No. CC 1432 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 10:00 AM on July 22, 2014. Bids will be publicly open in the Council Chambers unless otherwise posted. Copies of the Plans, Specifications, and contract documents are available from the Office of the Director of Public Works, 2000 Main Street, Huntington Beach, CA 92648, upon payment of a $40.00 nonrefundable fee if picked up, or payment of a $50.00 nonrefundable fee if sent by UPS ground delivery (bidder shall pay additional costs for special delivery). 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 minority business enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion in any consideration leading to the award of contract. No bid shall be considered unless it is prepared on the approved Proposal forms in conformance with the Instructions to Bidders 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 of the installation of approximately 1600 linear feet 6- inch diameter C900 water pipeline within a total of five different locations within the City of Huntington Beach. The pipelines are predominately located within public alleys. The alleys included within this project will be fully repaved after the waterline construction is complete. Construction in the alleys shall be prohibited during the following periods: November 26,_2014 to January 5, 2014. ® The contract shall allow the Contractor 120 working days to complete the contract. • The engineer's estimate of probable construction cost for the work included in the basis of award is $900,000. The AGENCY reserves the right to reject any or all bids, to waive any irregularity and to take all bids under advisement for a maximum period of 60 days. BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH, CALIFORNIA, the 3rd day of September 2013, by Resolution No. 2013-48. Attest: Joan L. Flynn CITY CLERK OF THE CITY OF HUNTINGTON BEACH M E D I A Order ID: 2495505 GROSS PRICE * G R 0 U P $673.75 PACKAGE NAME: Legal-1-1131- Kinfirac Product(s): Huntington Beach Independent, hbindependent.com, CApublicnotice.com—HBI AdSize(s): 2 Column, Run Date(s): Thursday, July 03, 2014, Thursday, July 10, 2014, Thursday, July 17, 2014 Color Spec. B/W Preview SECTION A NOTICE INVITING SEALED BIDS CAST IRON PIPE REPLACEMENT PROJECT CC No. CC 1432 in the CITY OF HUNTINGTON BEAC14 PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH_ aSAGUiCY, tviam seaied bids far ft 2to-ve swed protects an ivi`,; receive wrh hiriss in the c-ffice of the Gly CPO. Sew Ord moor. 20W VWn Street, ifluntingtort a4am. (Worrua 91164& up to the hart of 10-00 AM on July 22, 2014. &di wil be putitcy -per jn,&.e Couirxil Chambers unless otherwise posted, Copies c(the [Mans, 5pneifteatizris. and (*Wao c1mrriects are dullaW ft. m the Office of the, Director ff Public Woft 2000 Main Street, Hurn-mozon Beach, CAA 92W, upon payrnem ,if a 151O.-W mnrefundahte fee it picked Lip, or paymem of a S50_01G nonrefundable fee 0seir- by UPS grouad derivety [blildef "h pay adeftional calts for special defiveiy) Any [or -tract entered ir.- PuTiant to this rotice will incorporate tre, provisions of #* State Labor Code. Ptusuant to the provisiors of tlite Mbar Cade of the State of U'Womthe minimurn pire-vaiilk rate of per 4 ..im wages 1cr ej& craft, dassifimtim ct ry ,pe of wnamed ned to ee cute the m7itracr shall' be IN-ie i lee—ffnined by the Dirertrx of 1!tugiia1 �elatj�ns of the State 0 Ca1hrrila, which are or file at tile Offict cf Of rurector Di Putir Miki, 210T, Main Sueet, Huntington Beach, CA 9264. Printed: 6/25/2014 5:01:49 PM Page 1 of 3 * Agency Commission not included rA & 41 .1QUE M� JIM ME D I A G RO UP Order ID: 2495505 GROSS PRICE *: $673.75 PACKAGE NAME: Legal-11-11131- - The A&ENOvo de&(t54lfrfTtnC9fT-M -l-1 progress payments, he i[entim-toi may iijbintute an eserov, ho der surety of equal value to Of feteraton T atcordisace mth the provisw-ni dthe Public Ccatract Code, SectFrn 10263- The lentracta shall be beneficannvxej ff the nitcry and Oa!l rfc> rie anyirate restrefec-01 The 9PALY hereby affirmativelly eftsures that criericirrij business triter ices wil be affeidecl 101 oppimuncry, it submit buts in response to lun notice and ivill not be d;uvr-riated against an the basis rf rate, fdx$ nattoca- crigin, acKesu-Y, sex, or religion in aliY ccnsiderat:.Gn tea&4 to tie av,ard of cc r -L(a ho bid t-ital be - M-Cfted tiN ers IT is pier -cured an the alliptrai.t.d Ftoposal forms Tin corfDrtan ot wO thi-nstiucmins to id as determined by the AGENCYThe bid mud be accompanied bjr a certified iteck, cish.eri thect. or triddej s bcad Trade payable to the --,'C.EHCY for an amours re less tfun 10ft 0 The arrovint bid, 1e succesvlul bidder Oat' be licensed In, aaardarce with inovigons or me Business art' urciftislons Code and shall possess a State Contraciinr`i i W inse A at th of the bad ce I opering, The suctessfi-I Cmtractor and his subcontrwols -will be te-quitfid to possess business licertsei hm tbe AGfINR Al- exter-ilon 0.1 unit prices will be subject to venfication, by ille 4UN(Y, r case of a narration betweer, t1re unit pnce and the ertens.-cin. tt-e eft pw.e will gpvefir' Pf0j*CtDe54trjPtjon. The p.-- ' ect consists of the installation Y appraxonate 160,D lif"ear feet 6-IM diameter C9W water pipefine within a If-tal U five diffenern locations wittin the City of Humingtcn Beach. Tt* phoeires, are predominately Wted within public allfys� The alleys included .- within the rojea Villl be fug; tepaveid after Me, wveelfne mnsmi-tion is i-crriplete. CGristruction in the alleys shall be prohibited during the following periods; November 26, 2014 to January 5, 2014. The roatuct sal Arw ttte Cm ir&-of '10 w0flong days to ME larffacl. The r-nVeets Wlrnillf W plotable CUSINCUOP COO f— --. --L. tLIMI Mr1r. Printed: 6/25/2014 5:01:49 PM Page 2 of 3 * Agency Commission not included M E D I A G RO UP Order ID: 2495505 GROSS PRICE*: $673.75 PACKAGE NAME: Legall-1-111131- Tt* A*Ehty reserve-, the right .0 lejer any Or all bids, towaive arcs inegu4srityand -o tale at bibs unc-l!f adv1semen" for amax -muvl pewj Of 6-01 says, BY 3RX0 of the CU'LlWiL of the C-ITY OF rUMNGTON SFEAC',i, 'IDUfll'A, Me 3rd lay of September 2013, b, 4iolutum 4c' 2013-48. A* Joan L Fly0ft 0TYCLERHIFTHE I.TY OF HUNTHWO'; BEAC If Printed: 6/25/2014 5:01:49 PM Page 3 of 3 * Agency Commission not included —ST W Z.0 0 CI> w ;7- z CO T�m rr M rn HOV30 NOIONIINfIH 40 'kilo HOV3e NOi9NIINI1H N8313 AII3 . 30 Allo )18310 AiIO 6 s :6 WV 13 Inr Not - 00 .01 wv I Z IN till (13AI3338: 03AI3338 Unsuccessful Bids CC-1432 Cast Iron Pipe Replacement Project 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 October 16, 2014 Atlas -Allied, Inc. 1210 N. Las Brisas Anaheim, CA 92806 RE: Cast Iron Replacement Project—CC-1432 Enclosed please find your original bid bond for CC-1432. Sincerely, JF:pe enclosure Sister Cities: Anjo, Japan ® Waitakere, New Zealand ATLAS -ALLIED, INC. 1210 N. LAS BRISAS ANAHEIM, CA 92806-1823 TEL (714) 630.3633 FAX (714) 630-0445 City of Huntington Beach City Clerk's Office 2nd Floor 200E Main St. Huntington Beach, CA 34), E A L E D I'D BALED AID T®R: st iron Pipe Replacement Project CAB',er. QI 11f1'rl►IAS AACIU \Airru OC!^111 An ABAII RECEIVED 2914 JUL 24 AM 8= 00 CITY CLEIK' CITY OF HUNTINGTON BEACH SECTION C PROPOSAL for the construction of CAST IRON PIPE REPLACEMENT PROJECT CC No. CC 1432 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 120 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 Bidders Bond in the amount of 10 % Total Bid Amount Which said amount is not less than l 0% 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: C-2 SECTION C PROJECT BID SCHEDULE A PROJECT NAME, CC 1432 ALLEY "B" BETWEEN 9TH AND I OTH STREET SOUTH OF WALNUT AVENUE BID ITEMS 'g; ig v, �0- IM, T N M1 gg wff,�-'Z', 1 Mobilization and Setup LS Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable safety orders, complete and in place. LS 3 Demobilization & Cleanup LS 4 Furnish Furnish Traffic Control in accordance with the City of Huntington Beach requirements, complete and in place. 1 LS $_�o �00,D $ F umis s 11 umish and install 6-inch PVC or PVCO water main including potholing, v 1v s g' pipe potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw - cuffing and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown -7,-7 on these plans, complete in place. 275 $ LF Furnish and install 1-inch polyethylene water service, including pipefittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 6 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, complete and operative in place. 8 - EA Construct new fire hydrant assembly, including furnish and 7 installing new buried pipe, valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and - surface repairs shown on these plans, complete, and in place. 1 EA $ OOC) Cut, cap, and abandon existing waterline, including all 8 excavation, disposal of excessive earth material, pipe zone fill, slurry, backfill, appurtenances, and surface repair, as shown on these plans, complete and in place. LS 9 Abandon valve, remove existing valve box and cover and all - other work, as shown on the plans, complete in place. 1 EA �50 00 00- Remove and salvage existing fire hydrant including removing 10 buried pipe, valve, and appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repair as shown these - on plans, complete, and in place. 1 EA $ ",00- 11 Construct concrete gutter as shown on these plans, complete and in place. 200 LF s 12 Construct AC pavement replacement, including all labor, equipment, and materials, as shown on these plans, complete 64 TN $ 13o- $ f332o - C-2.1 SECTION C PROJECT BID SCHEDULE A PROJECT NAME, CC 1432 ALLEY "B" BETWEEN 9TH AND 10TH STREET SOUTH OF WALNUT AVENUE 01 and in place. Construct 6-inch aggregate base replacement, including all 13 labor, equipment, and materials, as shown on these plans, complete and in $ q0 $ 66,0(), place. 165 TN Adjust all water valve covers, cleanouts, manholes, electrical, 14 telephone, and cable TV pull boxes, gas meters, and vaults to these 5co- 14W grade, as shown on plans, complete and in place 1 LS $ Construct alley approach, per Plan 107 and 210, including all 15 labor, equipment, materials, as shown on these plans, completed and in place. Wco� 480 SF $ $ Cut -in new 6-inch Gate Valve, including furnish and installing 16 valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on these in $ plans, complete, and place. 1 EA SUB -TOTAL BID AMOUNT — SCHEDULE A 7- SUB-TOTAL BID AMOUNT IN WORDS: Two �oMvpy,� _�Wc) off'ots Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.2 SECTION C PROJECT BID SCHEDULE B PROJECT NAME, CC 1432 ALLEY "C" BOUNDED BY 8TH, 9TH, OLIVE AND ORANGE AVENUE BID ITEMS & 1 Mobilization and Setup 1 LS $- Coy Oco- $ ka C)06 Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable safety orders, complete and in place. 1 Ls $ +5,000- $ 3 Demobilization & Cleanup 1 LS S5,5C50 - $ 55-C)o-0 4 Furnish Traffic Control in accordance with the City of Huntington Beach requirements, complete and in place. 1 LS $ (a o cK>- $ Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- 5 cuffing and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, 16-- (10 78 -, 9 0� complete in place, 418 LF $ $ Furnish and install 1-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 6 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, $ $ complete and operative in place. 20 EA Furnish and install 2-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 7 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, complete in 1 EAC $'b" 000 $ and operative place. H Furnish and install meter box, trench excavation, disposal of 8 excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, complete and in EAC $-b,()00- $ operative place. 1 H Construct new fire hydrant assembly, including furnish and 9 installing new buried pipe, valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and EAC $ 000- $ 21 OL) surface repairs shown on these plans, complete, and in place, 1 H Cut, cap, and abandon existing waterline, including all 10 excavation, disposal of excessive earth material, pipe zone fill, slurry, backfill, appurtenances, and surface repair, as shown on these plans, complete and in place. 1 LS -4,500- $ 11 Abandon valve, remove existing valve box and cover and all 1 2 EA 40(30-1 $ /01060— C-2-3 SECTION C PROJECT BID SCHEDULE B PROJECT NAME, CC 1432 ALLEY "C" BOUNDED BY 8TH, 9TH, OLIVE AND ORANGE AVENUE �LQ+Ii]-. _„ 3� $;;,t`�"r' r � . t x�� � �� �gll:+m"'� �.kG z � �. ,� f.� :'�'�, 'Z�h� �"'iss%k�1 iy AY L .y, � N r rv�. ,�+ �♦l'"z �. �t _� j`y . ',:1 �'%lt+`:'.. �� ��,1. {. Yq.s.t,S.',t'�7'fH(P`neg'�6-;�S +, f`4 ,I�.Zt�� C(.(:k'Y.7y����ti�-7��,d :. fsW�.lt .:�r����k %'4�iV.�.35kfl.�� °.]t� Y �.d Rt rk ,] i ��„�Y� f {�� k y�+'•ti[!i other work, as shown on the plans, complete in place. Remove and salvage existing fire hydrant including removing 12 buried pipe, valve, and appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface $ $� repair as shown on these plans, complete, and in place. 1 EA 13 Construct concrete gutter as shown on these plans, complete in $ Z,�a $� and place. 350 LF Construct AC pavement replacement, including all labor, 14 equipment, and materials, as shown on these plans, complete ( 00, 00 i 0 and in place. 123 TN $ $ Construct 6-inch aggregate base replacement, including all 15 labor, equipment, and materials, as shown on these plans, in 00 $ s 0 110 $ complete and place. 253 TN Adjust all water valve covers, cleanouts, manholes, electrical, 16 telephone, and cable TV pull boxes, gas meters, and vaults to as shown these 1 $ 51 $ 3CX>' grade, on plans, complete and in place LS Construct alley approach, per Plan 107 and 210, including all 17 labor, equipment, materials, as shown on these plans, completed and in place. DO r 350 SF $ $�'' Cut -in new 6-inch Gate Valve, including furnish and installing 18 valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on (2) po � these plans, complete, and in place. 1 EA $1'� ,500 $ SUB -TOTAL BID AMOUNT — SCHEDULE B $ 353, t j,16JA Q0 + SUB -TOTAL BID AMOUNT IN WORDS: `�ov�' 1kUndred �xt�� roux �)o\taNz I Z-e-fo cie Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.4 SECTION C PROJECT BID SCHEDULE C PROJECT NAME, CC 1432 ALLEY "D" BETWEEN CHICAGO & BALTIMORE AVE EAST OF ALABAMA STREET BID ITEMS wl?" af�'PV ut RIE21K R Tg I Mobilization and Setup 1 LS $5,&L-)O $ Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable $ 1 0007 $ 216 safety orders, complete and in place. 1 LS al 3 Demobilization & Cleanup 1 LS $ 5'o 0 4 Furnish Traffic Control in accordance with the City of Huntington Beach requirements, complete and in place. 1 LS $(1,000- $ Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- 5 cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, complete in place. 310 LF $ Furnish and install 1-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 6 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, 1312-66 compaction, appurtenances, and temporary surface repair, $ complete and operative in place. 12 EA Furnish and install 2-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 7 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, temporary appurtenances, and surface repair, complete and operative in place, 3 EA $ Cut, cap, and abandon existing waterline, including all 8 excavation, disposal of excessive earth material, pipe zone fill, slurry, backfill, appurtenances, and surface repair, as shown on these plans, complete and in place. 1 LS $ 0G%- 9 Abandon valve, remove existing valve box and cover and all 1 $5,000- $ other work, as shown on the plans, complete in place. EA 10 Construct concrete gutter as shown on these plans, complete and in place. 350 LF $ $ 11 Construct AC pavement replacement, including all labor, equipment, and materials, as shown on these plans, complete ✓ and in place. 125 TN $ $ C-2.5 SECTION C PROJECT BID SCHEDULE C PROJECT NAME, CC 1432 ALLEY "D" BETWEEN CHICAGO & BALTIMORE AVE EAST OF ALABAMA STREET t I""I a MP5,2'Pe", ige Construct 6-inch aggregate base replacement, including all 12 labor, equipment, and materials, as shown on these plans, Z4 C, complete and in place. 230 TN $ 4� $ Adjust all water valve covers, cleanouts, manholes, electrical, 13 telephone, and cable TV pull boxes, gas meters, and vaults to $ grade, as shown on these plans, complete and in place 1 LS $ Construct alley approach, per Plan 107 and 210, including all labor, equipment, materials, as shown on these plans, 14 completed and in place. 132 SF $ $ SUB -TOTAL BID AMOUNT — SCHEDULE C C>0 SUB -TOTAL BID AMOUNT IN WORDS: 7ujen�Nj root' -TV1002aY16 I Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. A I - DM SECTION C PROJECT BID SCHEDULE D PROJECT NAME, CC 1432 INDIANAPOLIS AVENUE BETWEEN DELAWARE & ENGLAND STREET BID ITEMS N 40 ;K811 I Mobilization and Setup Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable Da 1 LL ""�l safety orders, complete and in place. 1 LS $1i0j000 $ 3 Demobilization & Cleanup 1 LS $ 2,00 $ � 6 D 4 Furnish Traffic Control in accordance with the City of Huntington Beach requirements, complete and in place. 1 LS $5, OOC> $ Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- 5 cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary replacement, as shown on these 0 t1b pavement plans, $ Hilt. $ complete in place. 73 LF Cut, cap, and abandon existing waterline, including all 6 excavation, disposal of excessive earth material, pipe zone fill, slurry, backfill, appurtenances, and surface repair, as shown on these plans, complete and in place. 1 LS $5.000, $ 7 Abandon valve, remove existing valve box and cover and all 00 other work, as shown on the plans, complete in place. 1 EA $5,006-, $ Construct alley approach, per Plan 107 and 210, including all 8 labor, equipment, materials, as shown on these plans, completed and in place. 432 SF $ $ Cut -in new 6-inch Gate Valve, including furnish and installing 9 valve, appurtenances, disposal of excessive earth material, 00pa imported pipe zone fill, backfill, and surface repairs shown on g,00 30 these plans, complete, and in place. 2 EA $ $ Construct AC pavement replacement, including all labor, 10 equipment, and materials, as shown on these plans, complete and in place. 2 TIN $ $ Construct 6-inch aggregate base replacement, including all 11 labor, equipment, and materials, as shown on these plans, IZ 0.60 (6-). complete and in place. 4 TN $ $ SUB -TOTAL BID AMOUNT - SCHEDULE D $ C-2.7 SECTION C PROJECT BID SCHEDULE D PROJECT NAME, CC 1432 INDIANAPOLIS AVENUE BETWEEN DELAWARE & ENGLAND STREET -----SUB-TOT-At-BID- ©UNT-lid-WORDS E Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.s SECTION C PROJECT BID SCHEDULE E PROJECT NAME, CC 1432 ALLEY "F" BETWEEN ENGLAND & FLORIDA ST FROM LINCOLN TO MEMPHIS AVE BID ITEMS v� wn g�' ? 6 1-W W, 'R IMF f", Ag I Mobilization and Setup 1 LS $ 15coo 6'0 Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable 66 safety orders, complete and in place. 1 LS $dC'_00a 3 Demobilization & Cleanup 1 LS $ 90 4 Furnish Traffic Control in accordance with the City of Huntington 1 $5LOOO pb $ Beach requirements, complete and in place. LS Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- 5 cutting and removal, excavation, disposal of excess earth ()D material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, complete in place. 368 LF $ Furnish and install 1 -inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 6 and installation of a new meter box, trench excavation, CID disposal of excess earth material, pipe bedding, backfill, U 1 O'L7. compaction, appurtenances, and temporary surface repair, complete and operative in place. 11 EA $ $ Construct new fire hydrant assembly, including furnish and installing new buried pipe, valve, appurtenances, disposal of 7 excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on these plans, complete, and in place. 1 EA Cut -in new 8-inch Gate Valve, including furnish and installing 8 valve, appurtenances, disposal of excessive earth material, do imported pipe zone fill, backfill, and surface repairs shown on 1 $ 000 these plans, complete, and in place. EA Cut, cap, and abandon existing waterline, including all excavation, disposal of excessive earth material, pipe zone fill, 9 slurry, backfill, appurtenances, and surface repair, as shown =DD on these plans, complete and in place. 1 LS $5 ()CQ 10 Abandon valve, remove existing valve box and cover and all other work, as shown on the plans, complete in place. 1 EA $5 Q $ Remove and salvage existing fire hydrant including removing 11 buried pipe, valve, and appurtenances, disposal of excessive oil earth material, imported pipe zone fill, backfill, and surface �oo $ repair as shown on these plans, complete, and in place. EA $5 C-2.9 SECTION C PROJECT BID SCHEDULE E PROJECT NAME, CC 1432 ALLEY "F" BETWEEN ENGLAND & FLORIDA ST FROM LINCOLN TO MEMPHIS AVE X5 12 Construct concrete gutter as shown on these plans, complete pa ea $ and in place. 270 Lr $ Construct AC pavement replacement, including all labor, 13 equipment, and materials, as shown on these plans, complete $ $ and in place. 97 TN 1 Construct 6-inch aggregate base replacement, including all 14 labor, equipment, and materials, as -shown on these plans, $ $ complete and in place. 230 TN i Adjust all water valve covers, cleanouts, manholes, electrical, 15 telephone, and cable TV pull boxes, gas meters, and vaults to $ 5LD-00 $ grade, as shown on these plans, complete and in place 1 i S Construct alley approach, per Plan 107 and 210, including all 16 labor, equipment, materials, as shown on these plans, completed and in place. 0 720 Sr $ $ Remove and re -construct sidewalk per Plan 207, including all 17 labor, equipment, materials, as shown on these plans, completed and in place. 56 $ $ Sr 101) • Cut -in new 6-inch Gate Valve, including furnish and installing 18 valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on $ $ these plans, complete, and in place. 1 EA 00 SUB -TOTAL BID AMOUNT — SCHEDULE E SUB -TOTAL BID AMOUNT IN WORDS Wo Hun d v'r-A- T-iTtq Tw n Th axsa nrl C. f 7cfe) Ley)t)3 Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.10 SECTION C PROJECT BID SCHEDULE TOTALS PROJECT NAME, CC 1432 Sub -Total Bid Schedule A Sub -Total Bid Schedule B Sub -Total Bid Schedule C Sub -Total Bid Schedule D Sub -Total Bid Schedule E TOTAL BID AMOUNT, BASIS OF AWARD (Schedules A-E) TOTAL BID AMOUNT IN WORDS: io r Notes: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedules. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.11 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 Rem(s) Name and Address of Subcontractor State License Number Class ; . -"-.Dollar Amount % of Contract. A,12A,5B 146,5C,11C, 5D,5E13E Hardy & Harper 1312 E. Warner Ave. Santa Ana, California 92705 215952 A, C8, C12 62,686.00 0 5.5 /o 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 AEEIDAVIT TO BE EXECUTED BY BIDDEN AND SUBMITTED WITH DID 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 onJuly 2s, 2014at Anaheim CA Date City State Melissa Siciliani , being first duly sworn, deposes and says that he or she is Vice President of Atlas -Allied, Inc. the parry making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Atlas -Allied, Inc. Name of Bidder Signature of Bidder Melissa Siciliani 1210 N. Las Brisas 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 CAST IRON PIPE REPLACEMENT PROJECT, (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: July 23, 2014 Atlas -Allied, Inc. Contractor By Melissa Siciliani Vice President 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 XN 0 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 CERTI>F'ICATE 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: July 23, 2014 C-7 Atlas -Allied, Inc. Contractor By Melissa Siciliani Title Vice President BIDDER certifies that the following information is true and correct: Atlas -Allied, Inc. Bidder Name 1210 N. Las Brisas St. Business Address Anaheim, CA 92806 City, State Zip 714 ) 630-3633 Telephone Number 437235 A B C34 C36 C42 State Contractor's License No. and Class 4/7/1983 Original Date Issued 4/30/2015 Expiration Date The work site was inspected by Adam Young of our office on July 17 , 2014 . The following are persons, firms, and corporations having a principal interest in this proposal: George L. Siciliani - President Eva Siciliani - Vice President/Treasure Melissa Siciliani - Vice President Catherine Sturgeon - Secretary C-8 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. Atlas -Allied, Inc. Company Name L Signature of Bidder Melissa Siciliani Printed or Typed Signature Subscribed and sworn to before me this 23 day of July , 2014 . NOTARY PUBLIC Please See Attached NOTARY SEAL C-9 k State of California County of Orange Subscribed and sworn to (or affirmed) before me on this 23 rd day of July 2014 by Melissa Siciliani proved to me on the basis of satisfactory evidence to be the person who appeared before me. Signature C.D. Stu ron Not/ryPublic C. 0. SYUR6f: N Commission #t 2035965 a Notary Public - California Oranp County (Seal) Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of potable water pipelines within the public right of way, working within alleys and in close proximity to other existing underground utilities. 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 2. 3. 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: 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: Date Completed Date Completed Date Completed C-10 ATLAS-ALUE®, INC Pipeline General Piping Engineering SINCE 1969 Completed Projects 2013 Descriptive Job List Project: Miscellaneous Water Valve and Appurtenance Replacements/Installations Location: Various Locations through out Temecula/Murrieta-99 Total Owner: Rancho California Water District Contact: Cooly Smith (951) 296-6989 42135 Winchester Rd, Temecula, CA 92590 Arch/Engineer: Wallace & Associates smithc@ranchowater.com Description: Install water valves & appurtenances @ 99 locations throughout Temecula & Murrieta. Included in this work was the installation of 30 cathodic protection test stations per the water department standards. All stations were connected to various size water mains in the public ROW Start Date: July 2012 Completed Date: May 2013 Bid Amount: $1,149,000.00 Final Amount: $1,181,606,00 Project: Green Acres Project -Jamboree Road Bridge Crossing San Diego Creek Repair Project Location: Jamboree Rd. Bridge Between Bayview & Eastbluff in Newport Beach, CA Owner: Orange County Water District Contact: Ben Smith (714) 378-3211 bsmith@ocwd.com 18700 Ward St. Fountain Valley, CA 92708 Arch/Engineer: Tetra Tech, Inc. Description: Installation of 18" CMLC waterline and Modifications Start Date: June 16, 2013 Completed Date: October 2013 Bid Amount: $338,840.00 Final Amount: $347,080.00 Project: Parton Street Seaver Main Improvements Project #12-6418 Location: 1014 N. Ross St. Santa Ana, CA 92701 Owner: City of Santa Ana Contact: Edward Torres 714-647-5018 etorres@ci.santa-ana.ca.us 20 Civic Center Drive, Santa Ana CA 92702 Arch/Engineer: City of Santa Ana - Rodolfo Rosas Description: Install 720 LF of 8" PVC drain pipe, clean outs, sewer testing, manhole install & removal, construct new driveway Start Date: June 1, 2013 Completed Date: August 30, 2013 Bid Amount: $258,760.00 Final Amount: $219,028.00 Project: Recycled Water Main Extension 252 Location: Calle Barcelona/Rancho Santa Fe. Carlsbad, CA Owner: Olivehain Municipal Water District Contact: Chad Williams 760-753-6466 cmilliams@olivehain.com 1966Olivehain Road, Encinitas CA Arch/Engineer. GHD - Sand Diego Office Description: Installed 500 LF of underground recycled water main with connections & fittings Start Date: April 1st, 2013 Completed Date: June 30, 2013 Bid Amount: $113,295.00 Final Amount: $140,531.00 AnL ATLASALUED, INC_ pipeline General Pp1ng Engineering °'�Nce �vb9 Completed Projects 2012 Descriptive Job List Project: Replacement of City Hall Domestic Water Pumping System Location: 3900 Main St. Riverside, CA Basement of Riverside City Hail Owner: City of Riverside Contact: Chris Sauve 951.351.6137 csauve riversideca.gov Arch/Engineer Higginson + Cartozian Architects Contact: David Higginson 909.793.3100 Description: Remove and replace domestic water pumps that service city hall building Start Date: January 2012 Completed Date: April 2012 Bid Amount: $128,400.00 Final Amount: $128,400.00 Project: Bristol Sewer Pump Station Improvements & Jasmine, Mesmer & Overland Improvements Sewer Pump Stations Emergency Bypass Location: Various LocationsThrough Out Culver City Owner: City of Culver City Contact: Andy O"Connell 310-253-5606 andy.o'connell@culverclty.org Arch/Engineer Civil Source . Contact: Brian Elkins 949-585-0477 Description: Extensive site improvements at Bristol sewer pump station, and the installation of 3 sewer bypass valves & piping systems for 3 other pump stations Start Date: August 2011 Bid Amount: $290,694.00 Completed Date: January 2012 Final Amount: $299,694.00 Project: Westminster Police Department Parking Structure BP -Site Utilities Location: 8200 Westminster Blvd. Westminster CA owner: City of Westminster Contact: Glen Balogh (714) 548-3693 Arch/Engineer AECOM CM: McCarthy Contact: Blaze Bartoli (949)355-6395 bbartoli@mccarthy.com Description: Installation of new utilities (water, sewer & storm drain) at new parking structure for Westminster PD Start Date: April 2011 Completed Date: February 1, 2012 Bid Amount: $1,000,000.00 Final Amount: $ 1,000,000.00 Project: The Hercules Campus Site Utilities Location: 12400 Bluff Creek, Playa Vista, CA vwrier: 'Me n'atnvvia./i �uti/pai/y Arch/Engineer Psomas Contact: Brittany Knott (213)223-1472 CM: Shangri-La Construction Contact: Sherwin Chegini (626)239-3718 schegini(@shangrila.us Description: Water, sewer & storm drain at former Huges Aircraft building converted to high tech business campus Start Date: June 2012 Completed Date: December 2012 Bid Amount: $639,000.00 Final Amount: $878,698.00 Orive:References/1-2012 JAnAS-AWED, wal �� E i. sMceivb^ �8v�eering Project: Renovation of Equipment Wash Rack Clarifier at City Corp. Yard Owner: City of Riverside Address: 39000 Main St. Riverside, CA 92522 Contact: Mike Combs (951) 351-6004 Fax: (951)351-6031 E-mail: mcombs@riversideca.gov Description: Demolition, grading, underground waterline, and misc. steel work for construction of new wash rack, equipment and concrete slab at the City of Riverside's Corp Yard. Start Date: 10/1/2010 Completed Date: 4/19/2011 Bid Amount: $118,980.00 Final Amount: $155,898.35 Project: Santa Ana College Sewer & Gas Line Repair Owner: Rancho Santiago Community College District Address: 2323 N. Broadway, Suite 112 Santa Ana, CA 92706 Construction Manager: Bernards Contact: Gerry Neve (760) 250-4734 Fax: (909) 941-5224 E-mail: Leve@bernards.com Description: Updated and modifed the existing sewer and gas system through out the Santa Ana College campus Start Date: 12/6/2010 Completed Date: 5/31/2011 Bid Amount: $355,300.00 Final Amount: $388,267.00 Project: Flush Tank/Lamp Hole Replacements & New Manhole Installations City Wide Owner: City of Pomona Address: 505 S. Garey Ave. Pomona, CA 91769 Contact: Pete Hayes (714) 871-9083 Fax: (714)871-3652 E-mail: pheve@saassociates.net Description: Install new flush tank/lamp hole replacements and new manhole installations city wide Start Date: 10/1/2010 Completed Date: 6/24/2011 Bid Amount: $378,950.00 Final Amount: $402,583.38 Project: Fullerton College Technology & Engineering Complex La Habra Swing Space Owner: North Orange County Community College District Address: 1830 W Romneya Drive Anaheim, CA 92801 Contact: Hanh Vu (626) 351-8800 Fax: (626) 351-8880 E-mail: vu(@cwdriver.com Description. Installation of a new on/off site utility system consisting of; fire water, domestic water, sewer, storm drain & gas connection Start Date: 12/1/2010 Bid Amount: $283,600.00 Completed Date: 10/2011 Final Amount: $272,642.00 Project: Youth Guidance Center -Replace Backflow Preventers Owner: Orange County Public Works Address: 1143 E. Fruit St. Santa Ana, CA 92701 Contact: Michael Smith (714) 667-4933 Fax: (714) 567-7721 Description: Upgraded domestic water backflow protection Start Date: October 1, 2010 Completed Date: March 21, 2011 Bid Amount: $39,750.00 Final Amount: $43,671.76 E-mail: mike.smith@ocpw.oceov.com a7l ATLAS -ALLIED, INC. Pipeline General Piping Engineering SINCE 1969 COMPLETED PROJECTS Descriptive Job List 2011 Project: 2010 Water Meter Purchase & Replacement Owner: City of Carlsbad Address: 1635 Faraday Avenue Carlsbad, CA 92008 Contact: Mario Remillard (760) 438-2722 Fax: (760) 602-4677 E-mail: mremi@ci.carlsbad.ca.us Description: 5 Phase program for purchase & installation of approximately 11,000 new remote read water meters 5/8" — 2, distribution leak sensors & end point units Start Date: 7/1/2010 Completion Date: 7/20/2011 (Phases 1 & 2 ONLY) Bid Amount: $4,386,763.00 Final Amount: $1,671,169.00 ATLAS -ALLIED, INC-11 E *ftcs avp Descriptive Job List 2010 Project: industrial Park Recycled Water Services Owner: Carlsbad Municipal Water District Address: 5950 El Camino Real Carlsbad, CA 92008 Contact: Grant Clavier (760) 802-8783 Fax: (760) 438-4178 E-mail: Rrant.clavier@carlsbadca.gov Description: Installed 1" and 2" water services for Recycled water systems Start Date: 11/30/2009 Bid Amount: $159,500.00 Completed Date: 3/19/2010 Final Amount: $166,227.00 Project: Replace Fireline at Bren Events Center Owner: California University Irvine Address., 201 A Interm Housing Building Irvine, CA 92697 Contact: David Hooks (949) 824-9328 Fax: (949) 824-1744 E-mail: dhooks@uci.sdu Cell (949)422-0539 Description: Installed underground fireline with backflow devices and upgraded fire sprinkler system Start Date: 12/14/2009 Completed Date: 4/30/2010 Bid Amount: $137,300,00 Final Amount: $158,510.00 Project: Westminster Police Department; Site Utilities Bid Package Owner: City of Westminster Address: 8200 Westminster Blvd. Westminster, CA 92683 Contact, Blaze Bartolli (949)355-6395 Fax: 949-851-8398 E-mail: bbartoiii@mccarthy.com Description: Installation of underground water, sewer and storm drain piping system. Start Date: July 2009 Completed Date: April 2011 Bid Amount: $274,700.00 Final Amount: $420,354.00 Project: Replacement of Water valves & Fire Hydrant Installations Owner: City of Beverly Hills Address: 345 Foothill Road Beverly Hills, CA 90210 Contact: Kevin Watson Fax: (310) 278-1838 E-mail: kwatson@beverlyhills.org Description: Cut in 4"-16" Valves through out city public water system utilizing "line stops" to control water. Start Date: Feb-10 Completed Date: August 2010 Bid Amount: $358,000.00 Final Amount: $ 373,000.00 Project: Small Gym & Aquatics Center @ Redondo Beach Union H.S. Plumbing & Site Utilities Bid Package Owner: Redondo Beach Unified School District Address: 1401 Inglewood Ave. Redondo Beach, CA 90278 Contact: Manny Galvan (310)379-3512 Fax: (858)521-4916 E-mail: maalvan@barnhart-heery.com Description: Installation of underground utilities and plumbing system at the new Small Gym & Aquatics Center Start Date: August 2009 Completed Date: January 2011 Bid Amount: $673,482.00 Final Amount: $804,547.00 AW ASAWED, INC. EngineerMc_ Tce �M� Project: Woodbridge High School Parking Lot Expansion & Fire Road Loop Bid Package 2-2 Site Utilities Owner: Irvine Unified School District Address: 100 Nightmist Irvine, CA 92618 Construction Manager: C.W. Driver Contact: David Kelly (949)697-3919 Fax: 949-261-5167 E-mail: dkellvPcwdriver.com Description: Installed new water, sewer and storm drain system for new aquatic facility. Start Date: December 2009 Completed Date: 6/1/2010 Bid Amount: $243,688.00 Final Amount: $242,100.00 ARAS-ALLIED, INC. cam+ Descriptive Job (List 2009 Project: Stuart Mesa (around Water Treatment System Owner: North County Transit District Address. 810 Mission Avenue Oceanside, CA 92054 Contact: Mindy Smith (760) 967-2834 Fax (760-722-8087 Description: Phase I Installation of a ground water pump system, 2- 20,000 above ground tanks with associated underground piping to remove underground water from Rail Facility. Phase II, Low Flow Storm Water Diversion, new storm drain structures, ground water pump system and associated underground piping. Start Date: In" Completed Date: 620M Bid Amount: $433,686.00 Final Amount: $620,641.00 Project: Underground Utilities at North Corona Metrolink Parking Structure Owner. North Corona Metrolink Construction Manager. McCarthy Building Company Inc. Address: 20401 SW Birch St. Newport Beach, CA 92660 Contact: Mike Flick (949) 355-7028 Cell (818) 291-6603 Description: Reroute and Install New Utilities, Storm Drain, Sewer & Domestic / Fire Water outside of New 5 Story Parking Structure at the North Corona Metrolink Station Start Date: 1/28/2008 Completed Date: 6/30/2009 Bid Amount: $257,040.00 Final Amount: $387,532.00 Project: Service Une Replacements at Spring Valley Lake Owner. County of San Bernardino Special Districts Address: 157 West 5th Street, 2nd Floor San Bernardino, CA 92415 Contact: Gary Martin (909) 387-5964 Fax (909) 387.5968 Description: Install 156 New 1" Water Service Lines with Poly Pipe and Fittings. Start Date: 3112/2009 Completed Date. 6/200R Bid Amount: $258,200.00 Final Amount: $258,200.00 Project: Water improvements @ Patton Hospital Owner. CA Department of Mental Health Address: 3102 Highland Avenue. Patton, CA 92369-0999 Contact: Ed Hasell (909) 425-7332 Description: install 1500 LF 14" Underground Owner furnished PVC Waterline from Street Point of Connection to Onsite existing connection. Including 10" Backnow Valve Installation. Start Date: 1/11009 Completed Date: 5/1/2009 Bid Amount: $ 49,000.00 Final Amount: $ 48.510.00 • 4, ^ Project: Monrovia Public Library / Underground Utilities Owner: City of Monrovia Address: 132 W Palm Avenue M©mrovia, CA 91D16 Construction Manager. Bernard Bros Construction Management Contact: Carlos del Campo (661)510-8176 Description: Install underground utilities for new City of Monrovia library facility Start Date: 11/14/2008 Completed Date: 3/31/2009 Bid Amount: $108,500.00 Final Amount: $112,904.79 Project: Emergency Repair Underground Storm Drain System @ Carr Intermediate School Owner: Santa Ana Unified School District Address: 1601 East Chestnut Avenue Santa Ana, CA 92701-6322 Construction Manages: PCM3 Construction Contact: Steve Sachior (Manager) 714-662-0227 Description: Install New Underground Storm Drain System and Catch Basin Start Date: 11/162008 Completed Date: 2/1512009 Bid Amount: $208,600.00 Final Amount: $208,600.00 Project: Simons diddle School and Philadelphia Elementary School Owner Pomona UPIRP 9 Srcieool Distract Address: 800 South Garey Ave Pomona, CA 91766 Contact: Ava Hill (909) 397-4800 Description: Site Improvements, Concrete, Asphalt and Classroom Relocation Start Date: 1 /2009 Completed Date: 52009 Bid Amount: $307,612.18 Final Amount: $307,612.18 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. Adam Young Name of proposed Project Manager Telephone No. of proposed Project Manager: 714-448-6a81 Underground utilities, water, Barstow Performing Arts $875,000.00 fire water, storm drain & sewer 6/14/2014 Project Name & Contract Amount Type of Work Date Completed Underground utilities, water,fire water, Thermal Sheriff Station & Airport 1.6 Million storm drain, mechanical piping & sewer 8/01/2013 Project Name & Contract Amount Type of Work Date Completed Underground utilities, water,fire water, storm drain, mechanical piping & sewer 1/15/2012 Oak Hills High School 1.7 Million plus off site water & sewer Project Name & Contract Amount Type of Work Date Completed 2. Richard Molina Name of proposed Superintendent Telephone No. of proposed Superintendent: 714-926-1012 Green Acres Project - $347,080.00 Installation of 18" CMLC Waterline & Modification October 2013 Project Name & Contract Amount Type of Work Date Completed Water Sewer, & Storm Drain upgrades to Hercules Campus Site Utilities $ 878,698.00 high tech business campus December 2012 Project Name & Contract Amount Type of Work Date Completed Westminster Police Department $1,000,000.00 Installation of new water, sewer & storm drain Parking Structure @ new parking structure February 2012 Project Name & Contract Amount Type of Work Date Completed C-11 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we ATLAS -ALLIED, INC. 1210 N. Las Brisas Anaheim, CA 92806 as Principal, hereinafter called the Principal, and THE OHIO CASUALTY INSURANCE COMPANY 790 The City Drive South, Suite 200 Orange, CA 92868 a corporation duly organized under the laws of the State of NEW HAMPSHIRE 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 THE TOTAL AMOUNT OF THE BID Dollars ($10%), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Cast Iron Pipe Replacement Project - CC No. CC 1432 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. Sign/e�d� and -sealed this 15th day of July, 2014 J mess 4 ,ATLAS -ALLIED, INC. �u� re Eva Siciliani, Vice President/Treasurer The Ohio Casualty Insurance Company Michael Castaneda, Attorney -in -Fact AIA DOCUMENT A310 -131D BOND - AIA - FEBRUARY 1970 ED - THE AMERICAN INSTITUTE OF ARCHITECTS, 1735, N.Y. AVE., N.W., WASHINGTON, D.C. 20006 ACKNOWLEDGMENT State of California County of Orange On July 23, 2014 before me, C.D. Sturgeon, Notary Public personally appeared Eva Siciliani 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. WITNESS my hand and official seal. Signature 6A C.D. Sturgeon Not Public C. D. STURGEON Commission # 2035965 Q "-® Notary Public - California z Z ' Orange County My Comm. Expires Aug5, 2017 (Seal) 14 State of California County of Orange On July 15, 2014 ACKNOWLEDGMENT before me, Rebecca Karen Saldana, Notary Public (insert name and title of the officer) personally appeared Michael Castaneda who proved to me on the basis of satisfactory evidence to be the person(p whose name( _)ire subscribe to the within instrument and acknowledged to r7}}e that k/she/ * executed the same in his/her/thlir authorized capacity(its), and that by h(s/her/thrbir signature() on the instrument the p�rsonk, or the entity upon behdif of which the person(V 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. REBECCA KAREN SAL DANA Commission # 2049077 Z •'® Notary Public - California z Z Orange County D MY Comm. Expires Nov 16, 2017 Signature - (Seal) U THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND: This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. _ _ Certificate No. 6427515 -" American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER -OF ATTORNEY KNOWN ALL PERSONS BY THESE.PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire,that Liberty:Mutual Insurance Company is.a corporation dulyorganized under the laws of the State of Massachusetts, and West American Insurance Company-, is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"),pursuant to and by authority herein_ set forth, does hereby name, constitute and appoint, . Adriana Valenzuela; Lourdes LandA; Mark W.-Rosskopf Michael Castaneda all of the city of Fullerton state of. CA each individually if there be more than one named, its true_and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its "behalf .as surety -and as its:act and deed; any and all undertakings, bonds, recognizances and other surety obligations, in pursuance ofthese presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 2atn -day of January L, 2m a �K.American Fire and Casualty Company The, Ohio Casualty Insurance Company N Liberty.Mutual Insurance Company _ West American Insurance Company GS y �H,a - By: STATE OF PENNSYLVANIA ss David M. Care , Assistant Secretary - C m += COUNTY OF MONTGOMERY _ c dOn this lath day of .January " 2oia before me personally appeared David _M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire H v d and "Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Company, and "West American Insurance Company, and that he, as such, being authorized so to do, -> N p �. executethe foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. _ __ as > IN WITNESS WHEREOF, I have hereunto subseribedit yimme and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on -the day and year first above written. O a O�c� 11, 2� ."� �v O L Teresa Pastella , Notary Public CThis Power of Attorney is made and executedpitothority of the following By-laws and Authorizations ofAmerican Fire and Casualty Company, The Ohio Casualty Insurance" ,wiii O Company, Liberty Mutual Insurance Company, and West icaan Insurance Company which resolutions are now in full force and effect reading as follows:CD .d, ARTICLE IV -OFFICERS- Section 12. Powerof Attorney. Any officer or other official of the Corporation authorized for that. purpose inventing by the Chairman or the President, and subject 0 4; to such limitation as the Chairman or the President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, >% d O S acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety_ obligations. Such attomeys-in-fact, subject to -the limitations set forth in their respective -a 3 E ai powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so '� d p M executed, such instruments shall be as binding as if signed by the.President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under > ,a A the provisions of this article may be revoked 'at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. _ ARTICLE )(Ill - Execution of Contracts - SECTION 5. Surety Bonds and Undertakings. Any officer of the Companyauthohzed for that purpose in writing by the chairman or the president, w, tV: and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact,-as may be necessary to act in behalf of the Company to make, -execute, _ h M O LS seal, acknowledge and deliveras surety any and. all undertakings, _bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their = o?, Z respective powers of attorney, shall have full -powerto bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so 0 o' executed such instruments shallbe as binding as if signed by the president and attested by the secretary. 0 m; Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attomeys-in- ~ r fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety" obligations. - Authorization - By unanimous consent of the Company's.Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the . Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Gregory W. Davenport, the undersigned, Assistant Secretary, of American Fire and CasualtyCompany, The -Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of Which the foregoing is a full, true and correct copy of the Power ofAttomey executed by said Companies, is in full force and effect and has not been revoked. ff ' IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this s �n day of J L �y 20U� s g" Gregory W. Davenport, Assistant Secretary . _. 209 of 250 LMS 12873 122013 City ®f 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 October 16, 2014 Bensfield General Engineering, Inc. 77465 Indian Valley Road San Miguel, CA 93451 RE: Cast Iron Replacement Project—CC-1432 Enclosed please find your original bid bond for CC-1432. Sincerely, J F: pe Enclosure Sister Cities: Anjo, Japan ® Waitakere, New Zealand i i l�S e� duo.L�-t p RECEIVED 2014 JUL 24 Ali 9: 48 CITY CL:RK CITY OF IRINTINGTON BEACH "SEALED BID" for CAST IRON PIPE REPLACEMENT PROJECT CC No. CC 1432 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 140V30 Pdf} I OidLCPdt11i �O A 116 Alto ,81 7n1'lD� SECTION C PROPOSAL for the construction of CAST IRON PIPE REPLACEMENT PROJECT CC No. CC 1432 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 120 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 Va 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 C-2 SECTION C PROJECT BID SCHEDULE A PROJECT NAME, CC 1432 ALLEY "B" BETWEEN 9TH AND 10TH STREET SOUTH OF WALNUT AVENUE BID ITEMS It �" De ri ton (�nU"� o T tat os :. ii', ,�;% s, "'Is �S`n ° 5 Jfl All �a..sxa„ 1 Mobilization and Setup 1 LS $ $ -Cno Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable in 1 LS $Z Sri -- $ 7— tC&a safety orders, complete and place. 3 Demobilization & Cleanup 1 LS $_2�CX2c'3 $Z—t oco 4 Furnish Traffic Control in accordance with the City of Huntington Beach requirements, complete and in place. 1 LS $+� $ Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- 5 cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, in 275 LF $ complete place. Furnish and install 1-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 6 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, in 8 EA $`� complete and operative place. Construct new fire hydrant assembly, including furnish and 7 installing new buried pipe, valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and in 1 EA surface repairs shown on these plans, complete, and place. Cut, cap, and abandon existing waterline, including all 8 excavation, disposal of excessive earth material, pipe zone fill, slurry, backfill, appurtenances, and surface repair, as shown in 1 LS $©® $ 1T on these plans, complete and place. 9 Abandon valve, remove existing valve box and cover and all 1 EA $ _ $ other work, as shown on the plans, complete in place. _ Remove and salvage existing fire hydrant including removing 10 buried pipe, valve, and appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface 1 EA $ U�` $ U0 repair as shown on these plans, complete, and in place. 11 Construct concrete gutter as shown on these plans, complete 200 LF $ $ and in place. 12 Construct AC pavement replacement, including all labor, equipment, and materials, as shown on these plans, complete 64 TN $— $ yc7 en C-2.1 SECTION C PROJECT BID SCHEDULE A PROJECT NAME, CC 1432 ALLEY "B" BETWEEN 9TH AND 10TH STREET SOUTH OF WALNUT AVENUE Item se-606610 4 , tit W N 'U-* t' , �";' WiflMost-M " Vw W-T, o bit", Costst 2 X�' i2l "'au, J rlc Extension 4 R�A and in place. Construct 6-inch aggregate base replacement, including all 13 labor, equipment, and materials, as shown on these plans, 165 $ $ complete and in place. TN Adjust all water valve covers, cleanouts, manholes, electrical, 14 telephone, and cable TV pull boxes, gas meters, and vaults to 1 $k SCAD $ k.s 0(=�_ grade, as shown on these plans, complete and in place LS Construct alley approach, per Plan 107 and 210, including all labor, equipment, materials, as shown on these plans, 15 completed and in place. 480 SF $ $ Cut -in new 6-inch Gate Valve, including furnish and installing valve, appurtenances, disposal of excessive earth material, 16 imported pipe zone fill, backfill, and surface repairs shown on these plans, complete, and in place. EA $ $ SUB -TOTAL BID AMOUNT — SCHEDULE A $ SUB -TOTAL BID AMOUNT IN WORDS. - PtL L_ C' Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.2 SECTION C PROJECT BID SCHEDULE B PROJECT NAME, CC 1432 ALLEY "C" BOUNDED BY 8TH, 9TH, OLIVE AND ORANGE AVENUE BID ITEMS Item"Yescrlpt�ojl W _A� R� Quanta u -Eke"" 1 Mobilization and Setup 1 LS C:CXD— Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable 1 LS safety orders, complete and in place. 3 Demobilization & Cleanup 1 LS $3,nnCT 0510 4 Furnish Traffic Control in accordance with the City of in 1 LS $A,2-C> ©_ Huntington Beach requirements, complete and place. Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- 5 cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, 418 LF complete in place. Furnish and install 1 -inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 6 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, 20 %z-o 0 complete and operative in place. EA Furnish and install 2-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 7 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, EAC 0 complete and operative in place. H Furnish and install meter box, trench excavation, disposal of 8 excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, complete and EAC operative in place. 1 H Construct new fire hydrant assembly, including furnish and installing new buried pipe, valve, appurtenances, disposal of 9 excessive earth material, imported pipe zone fill, backfill, and EAC surface repairs shown on these plans, complete, and in place. 1 H Cut, cap, and abandon existing waterline, including all excavation, disposal of excessive earth material, pipe zone fill, 110 0 slurry, backfill, appurtenances, and surface repair, as shown $ ki'-_292 on these plans, complete and in place. 1 LS — 11 Abandon valve, remove existing valve box and cover and all 2 EA $ C-2.3 SECTION C PROJECT BID SCHEDULE B PROJECT NAME, CC 1432 ALLEY "C" BOUNDED BY 8TH, 9TH, OLIVE AND ORANGE AVENUE It1em Descnpi�ou Quau y,� Umt. Umt host 5 dotal Cosf NaWN m.*Extemsio -, other work, as shown on the plans, complete in place. Remove and salvage existing fire hydrant including removing 12 buried pipe, valve, and appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface 1 EA $ Cl CC) repair as shown on these plans, complete, and in place. 13 Construct concrete gutter as shown on these plans, complete 350 LF $ �2^ $ZI,i ca — and in place. Construct AC pavement replacement, including all labor, 14 equipment, and materials, as shown on these plans, complete 123 TN $ �`', $ and in place. Construct 6-inch aggregate base replacement, including all 15 labor, equipment, and materials, as shown on these plans, 253 TN $ 7 � $ %-k(CR complete and in place. Adjust all water valve covers, cleanouts, manholes, electrical, 16 telephone, and cable TV pull boxes, gas meters, and vaults to in 1 LS $3t5Q� $ grade, as shown on these plans, complete and place Construct alley approach, per Plan 107 and 210, including all 17 labor, equipment, materials, as shown on these plans, completed and in place. 350 SF $ Z� � $ Cut -in new 6-inch Gate Valve, including furnish and installing 18 valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on 1 EA $ LP_' $ kQ, UQO � these plans, complete, and in place. SUB -TOTAL BID AMOUNT — SCHEDULE B ._ SUB -TOTAL BID AMOUNT IN WORDS: N Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.4 SECTION C PROJECT BID SCHEDULE C PROJECT NAME, CC 1432 ALLEY "D" BETWEEN CHICAGO & BALTIMORE AVE EAST OF ALABAMA STREET BID ITEMS f tem s f >r-,. Descripttii `ram„ Wantut f '�' '"�+✓` .''fir CT�os ,< 'r .,'� ���'.''� a os� 1 Mobilization and Setup 1 LS $�� $ q 0 Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable 1 LS $ OCR -- safety orders, complete and in place. 3 Demobilization & Cleanup 1 LS 4 Furnish Traffic Control in accordance with the City of in 1 LS �- $ 0 $ ®PP Huntington Beach requirements, complete and place. Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- 5 cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, 310 LF $ complete in place. Furnish and install 1-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 6 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, 12 EA $^%� $ 2� complete and operative in place. Furnish and install 2-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 7 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, 3 EA �,- $ � - $ O n- complete and operative in place. Cut, cap, and abandon existing waterline, including all excavation, disposal of excessive earth material, pipe zone fill, 8 slurry, backfill, appurtenances, and surface repair, as shown 1 LS $ $SC%Cs on these plans, complete and in place. 9 Abandon valve, remove existing valve box and cover and all 1 EA $5bQ - $ 72 d� other work, as shown on the plans, complete in place. 10 Construct concrete gutter as shown on these plans, complete 350 $ and in place. LF Construct AC pavement replacement, including all labor, 11 equipment, and materials, as shown on these plans, complete $ �`1"1 $ and in place. 125 TN —�— C-2.5 SECTION C PROJECT BID SCHEDULE C PROJECT NAME, CC 1432 ALLEY "D" BETWEEN CHICAGO & BALTIMORE AVE EAST OF ALABAMA STREET Qnl jE}escrittan f r 9 f.� Quantyrut ✓ e` F UnCastr t +�ataliC stfFy . a Construct 6-inch aggregate base replacement, including all 12 labor, equipment, and materials, as shown on these plans, $ $ complete and in place. 230 TN Adjust all water valve covers, cleanouts, manholes, electrical, 13 telephone, and cable TV pull boxes, gas meters, and vaults to 1 LS $ ®© — $ \ grade, as shown on these plans, complete and in place rSbO Construct alley approach, per Plan 107 and 210, including all labor, equipment, materials, as shown on these plans, 14 completed and in place. 132 SF $ Z� $ SV�-1 SUB -TOTAL BID AMOUNT — SCHEDULE C SUB -TOTAL BID AMOUNT IN WORDS: r_- 0/ �l�t." tN� Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.6 SECTION C PROJECT DID SCHEDULE D PROJECT NAME, CC 1432 INDIANAPOLIS AVENUE BETWEEN DELAWARE & ENGLAND STREET BID ITEMS 1 LS 1 Mobilization and Setup Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable 1 -- safety orders, complete and in place. LS 3 Demobilization & Cleanup 1 LS $Q $ Spy 4 Furnish Traffic Control in accordance with the City of 1 $ -- $ Huntington Beach requirements, complete and in place. LS Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- 5 cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, complete in place. 73 LF $ sJ $ Z-S� Cut, cap, and abandon existing waterline, including all 6 excavation, disposal of excessive earth material, pipe zone fill, slurry, backfill, appurtenances, and surface repair, as shown 1 LS $ $ 4SaG on these plans, complete and in place. ti 7 Abandon valve, remove existing valve box and cover and all 1 $'5 _ $ 75'CC other work, as shown on the plans, complete in place. EA -- Construct alley approach, per Plan 107 and 210, including all $ labor, equipment, materials, as shown on these plans, completed and in place. 432 SF -- $'Z'1 $ Cut -in new 6-inch Gate Valve, including furnish and installing 9 valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on in 2 EA $ o -'7 _ $ these plans, complete, and place. Construct AC pavement replacement, including all labor, 10 equipment, and materials, as shown on these plans, complete 2 .® $ $ and in place. TN Construct 6-inch aggregate base replacement, including all 11 labor, equipment, and materials, as shown on these plans, $ complete and in place. 4 TN SUB -TOTAL BID AMOUNT - SCHEDULE D C-2.7 SECTION C PROJECT BID SCHEDULE D PROJECT NAME, CC 1432 INDIANAPOLIS AVENUE BETWEEN DELAWARE & ENGLAND STREET SUB -TOTAL BID AMOUNT IN WORDS: Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.8 SECTION C PROJECT BID SCHEDULE E PROJECT NAME, CC 1432 ALLEY "F" BETWEEN ENGLAND & FLORIDA ST FROM LINCOLN TO MEMPHIS AVE BID ITEMS Item Descr�tion Qua tat J ?a Y r Unf�i f juhit Cyst r ota} ost , No "'ie 1 Mobilization and Setup 1 LS $11, 01b a ©c7 Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable 1 LS (o$O� — $-7 safety orders, complete and in place. 3 Demobilization & Cleanup 1 LS $��� $�- 4 Furnish Traffic Control in accordance with the City of in 1 LS $ �a7 $ Huntington Beach requirements, complete and place. Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- 5 cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, 368 LF $ 5Q $ , complete in place. Furnish and install 1-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 6 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, 11 EA $ � $ , OGr complete and operative in place. Construct new fire hydrant assembly, including furnish and 7 installing new buried pipe, valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and in 1 EA $ (�4-100 $ (a 77 OC::' surface repairs shown on these plans, complete, and place. Cut -in new 8-inch Gate Valve, including furnish and installing 8 valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on in 1 EA $A Z ob $ iZ'nnn these plans, complete, and place. Cut, cap, and abandon existing waterline, including all 9 excavation, disposal of excessive earth material, pipe zone fill, slurry, backfill, appurtenances, and surface repair, as shown 1 LS $ s®� 7 $ S— on these plans, complete and in place. 1 Abandon valve, remove existing valve box and cover and all 1 $ $ -5�U other work, as shown on the plans, complete in place. EA Remove and salvage existing fire hydrant including removing 11 buried pipe, valve, and appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface $9e 0 $ �99,- repair as shown on these plans, complete, and in place. 1 EA C-2.9 SECTION C PROJECT BID SCHEDULE E PROJECT NAME, CC 1432 ALLEY "F" BETWEEN ENGLAND & FLORIDA ST FROM LINCOLN TO MEMPHIS AVE Construct AC pavement replacement, including all labor, 13 equipment, and materials, as shown on these plans, complete 97 TN $ y-1 $ 1 4 3_1�2R and in place. Construct 6-inch aggregate base replacement, including all 14 labor, equipment, and materials, as shown on these plans, 230 TN $ — $ O complete and in place. Adjust all water valve covers, cleanouts, manholes, electrical, 15 telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans, complete and in place 1 LS — $ A '�PQ $ V S Q0 — Construct alley approach, per Plan 107 and 210, including all 16 labor, equipment, materials, as shown on these plans, completed and in place. 720 SF — $ —t-1 $ Remove and re -construct sidewalk per Plan 207, including all 17 labor, equipment, materials, as shown on these plans, completed and in place. 56 SF $U0 $ 95 (2 Cut -in new 6-inch Gate Valve, including furnish and installing 18 valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on in 1 EA $ W_ 1Q $ these plans, complete, and place. vcm� SUB -TOTAL BID AMOUNT — SCHEDULE E .---- f�2S SUB -TOTAL BID AMOUNT IN WORDS N a_ , „c�,r� — , : c- .,� c s�,.► I v.re,.►`�1' i v� oo u aA� S Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.10 SECTION C PROJECT BID SCHEDULE TOTALS PROJECT NAME, CC 1432 Sub -Total Bid Schedule A Sub -Total Bid Schedule B Sub -Total Bid Schedule C Sub -Total Bid Schedule D Sub -Total Bid Schedule E TOTAL BID AMOUNT, BASIS OF AWARD (Schedules A-E) TOTAL BID AMOUNT IN WORDS: t Notes: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedules. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.11 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 Dollar Amount % of Contract 1i110 111, cj 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 Z t.%J at �_, j2jN Date Ci State y-ij, being first duly sworn, deposes and says that he or she is p of - NK: c- xc- .1 i = ice ntn!k-� N., 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. c � v�?�t ft� �C�► �` 'J� a �Nc Name of Bidder Signature of Bidder "1"1'A6S k N-0% 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 CAST IRON PIPE REPLACEMENT PROJECT, (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: Lo 11!:A Contractor L. V 0 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 Isk 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: `"�=c I -1 Contractor Title C- O C-7 BIDDER certifies that the following information is true and correct: Bidder Name Business Address C ik City, ° 3 State Zip Telephone Number qc\ k"iA, State Contractor's License No. and Class Original Date Issued Expiration Date The work site was inspected by Vi� ct ® of our office on 201 The following are persons, firms, and corporations having a principal interest in this proposal: C-s The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. 'E t.s S �= i EL__� l��►'Et�+�t_. l-N (� � .�+ ,.'E-iV "iJ � Company am- Company Name Signature of Bidder p r O r'-- CL Printed or Typed Signature Subscribed and sworn to before me this _ day of , 201_ NOTARY PUBLIC C-9 NOTARY SEAL Jurat State of California County of r Subscribed and sworn to (or affirmed) before me on this day of , I— An '-,- 20 by proved to me on the basis of satisfactory evidence to be the person( who appeared before, me. d (Notary seal) S ature %'•:' PNILLIP PALAZUELOS Commission # 1982306 Notary Public -California z z=r� Orange County �'�• My Comm. Expires Jun 17, 2016 OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT C �� (Title or description of attached document) (Title or description of attached document continued) Number of Pages <�Z Document Date Ad onal ' nnation INSTRUCTIONS FOR COMPLETING THIS FORM The wording of all Jurats completed in California after January 1, 2008 must be in the form as set forth within this Jurat. There are no exceptions. If a Jurat to be completed does not follow this form, the notary must correct the verbiage by using a jurat stamp containing the correct wording or attaching a separate jurat form such as this one which does contain proper wording. In addition, the notary must require an oath or affirmation from the document signer regarding the truthfulness of the contents of the document. The document must be signed AFTER the oath or affirmation. If the document was previously signed, it must be re -signed in front of the notary public during the jurat process. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the jurat process is completed. • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Signature of the notary public must match the signature on file with the office of the county clerk. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different jurat form. Additional information is not required but could help to ensure this jurat is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. • Securely attach this document to the signed document 2008 Version CAPA 0.9.07 800-873-9865 www.NotaryClasses.com Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of potable water pipelines within the public right of way, working within alleys and in close proximity to other existing underground utilities. 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 Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 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: 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: C-10 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. 2. - -a Name of proposed Project Manager Telephone No. of proposed Project Manager: -5\cD -- S c�S-2S t'1 tt 1� Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Project Name & Contract Amount Type of Work Name of proposed Superintendent Telephone No. of proposed Superintendent: Project Name & Contract Amount Type of Work Project Name & Contract Amount Type of Work Project Name & Contract Amount Type of Work Date Completed Date Completed Date Completed Date Completed Date Completed C-11 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For CAST IRON PIPE REPLACEMENT PROJECT CC No. CC 1432 July 17, 2014 Notice to All Bidders: 1. The bid due date and time shall be changed from July 22, 2014 to July 24, 2014, at 10:00 AM. Bids shall be delivered to the City Clerk's Office, prior to 10:00 AM. The Bid Opening will be held in the Conference Room Number B8, which is located adjacent to the City Council Chambers at 10:00 AM on Tuesday July 24, 2014. 2. Section 9-4 Bid Item Descriptions, page E-23 of the project Specifications, shall be amended to add the following text as shown in RED. Bid Item 5, Schedule A, B, C, D, E, Install 6-inch PVC C900 DR14 or C909 PC 305 pipeline: A. This bid item shall be paid at the unit price per lineal foot of pipe and fittings, measured per 9-1.2 Methods of Measurement. B. Furnish and .install 6-inch PVC C900 DR14 or C909 PC305 pipeline including connections to existing water mains, with Styrene Butadiene (SBR)Styrene Butadiene (SBR) gaskets, including all valves, fittings, cathodic protection, temporary blow -offs and appurtenances, potholing of utilities in accordance with the City Water Specifications Section 01724 Part 3, all the work necessary to flush, pressure test, disinfect, de - chlorinate, connection points in accordance with the City's Standards Section 01724 Part 3, tie to existing facilities, protection of existing power poles including support of poles as required during construction, pavement saw cutting and removal, excavation, backfill, temporary AC surface repair, and thrust restraint, as shown on these plans, complete and operative in place. For pipeline that is not located within an alley or an alley approach that is designated to be removed and replaced, this bid item shall include all labor and materials to perform pipeline installation and roadway surface repair in accordance with Standard Plan 109, including saw cutting, cold milling, temporary AC surface repair, asphalt concrete, aggregate base and slurry seal. This Addendum shall be acknowledged within the Bid Proposal on sheet C-2. Any questions or comments to this Addendum Number One shall be directed to Andrew Ferrigno, at 714-536- 5291, or at aferrigno@surfcity-hb.org. BENSFIEL® GENERAL ENGINEERING, INC. "PROJECTS" BGE, Inc. PROJECT NAME, LOCATION & DESCRIPTION AGENCY/OWNER & CONTACT JOB# 2014 - PROJECTS 14-001 Replacement of Sewer & Water Mains Sunset Beach Sanitary District Seal Beach, CA 6901 Vista Del Sol Drive Water & Sewer Pipe Installation and Road Removal & Replacement Huntington Beach, CA 92647 230-feet of 8" DIP with Field-Lok Gaskets Attention. Mr. Thomas Dawes, District Engineer 3-each 8" Inserta-Valves (714) 655-4811 800-feet of 8", 6" and 4" Sewer Main, Laterals and Cleanouts eant=30-venzon net ORIGINAL FINAL ORIGINALCONTRACT FINAL CONTRACT CONTRACT AWARD/NTP DATE TIME & TIME COMPLETIO AMOUNT AMOUNT EXTENSIONS GRANTED N DATE $493,390.00 IN PROGRESS NTP on 5/16/14 100 C.D + 13 C D. $17,074.00 CO #1 $14,340.00 CO #2 TOTAL 2014 $524,804.00 0 COLICH PROJECT NAME, LOCATION & DESCRIPTION JOB # 2142 J.O. "G" Unit 9 Trunk Sewer Rehabilitation, Phase III Sewer Pipe & M.H. Clean, CCTV & Rehabilitation Line 6,340 LF of 33" Brick Pipe with FRP Liner & Grout Annulus Rehabilitate Maintenance Holes with CIPP Liner 2137 Construction Services Contract CISCo8 CIP 9908 W.O SZH11708 Various Urgent Necessity Items Issued by Task Work Order at Hyperion, Glendale, Terminal Island, Tillman Treatment Plants 2131 Avalon Underground Pipeline Project Remove Existing VCP Sewer and Replace with PVC Pipe 4,625' of 6" to 8" Pipe and 33 Each Maintenance Holes ***Logistically challenging project*** 2128 Spring Street Park - Site Demolition W.O.E1907335 Install & Remove Cantilevered Shoring System for Excavation Up to 15-feet Deep over 1+ Acre Site for Grading/Recompaction 2127 Market St Water Replacement Callens Road Sewer & Potable Water Replacement 6,312' of 8" & 12" PVC Waterline Replacement in New Alignment 4,272' of 8" PVC Sewer Rehabilitation by Open Cut & CIPP Liner 3,242' of 8, 10, & 12" Sewer Replacement by Pipe Bursting 2126 J.O. "G" Unit 9 Trunk Sewer Rehabilitation, Phase II Sewer Pipe & M.H. Clean, CCTV & Rehabilitation Line 6,525 LF of 36" Brick Pipe with FRP Liner & Grout Annulus Rehabilitate Maintenance Holes with CIPP Liner 2125 City if Industry Recycled Water Project Phase 1113 Package 2 & portion of 3 15,000 LF of 12" PVC Reclaimed Water and Appurtenances Heavily trafficked streets 2124 Trap Maintenance Hole Modification & Upgrade Phase 2 W O. SZC 12162 Install 78 each SS Gate Traps and Rehabilitate 48 Maint. Holes Construct No. C-6736412 THOMAS R. BENSFIELD PARTIAL LISTING - PROJECTS WITH FORMER EMPLOYER - COUCH SONS, L.P. ACTIVE IN BIDDING AND MANAGEMENT AGENCY/OWNER & CONTACT ORIGINAL CONTRACT FINAL CONTRACT County Sanitation Districts of Los Angeles 2,110,111,00 24501 So. Figueroa Street, Carson CA 90745 Mike Tatalovich 562-908-4288 . ext. 1623 Mtatalovich a LACSD.org City of Los Angeles, Bureau of Engineering 12,000,000.00 12000 Vista Del Mar, Playa Del Rey, CA 90293 Rick Andelin 310-648-6126 (direct) Rick. Andelin(cltLACITY.or� RBF Consulting 1,639,000.00 3,070,750.00 9755 Claremont Mesa Rd. # 100, San Diego, Ca 92124 Dennis Zaich 619-843-0088 Djaich2CitvofAvalon. coin T & M Construction for City of Los Angeles $140,000.00 $164,964.00 780 West Channel St., San Pedro, Ca. 90731 Ms. Francine Accetta 310-833-3366 AccettaMailgi gmail.corn City of San Buenaventura (City of Ventura) $2,844,597.00 $2,899,422.00 P.O. Box 99 Ventura, CA Dan Frost 805-340-9919 DRFrost(i ,Cl. Ventura.CA_US County Sanitation Districts of Los Angeles $1,953,738.00 $1,882,688.00 24501 So. Figueroa Street, Carson CA 90745 Mike Tatalovich 562-908-4288,ext.1623 MtatalovichRvLACSD.or� Upper San Gabriel Valley Municipal Water District 602 E. Huntington Dr., Monrovia 91016 $1,987,640.00 $1,909,755.00 Shane Chapman 626-443-2297 sbane(a),usevmwd.or City of Los Angeles $799,500.00 $744,011.00 1149 So. Broadway 6th Floor L.A. 90015 Celso Perez 213-847-0334 AWARD DATE FINAL DATE 4/11/2013 OPEN 8/1/2012 8/1/2015 11/1/2011 2/l/2013 10/1/2011 5/1/2012 4/l /2011 7/ l/2012 5/l/2011 7/1/2012 12/1/2010 9/l/2011 12/l/2010 9/l/2011 � 0 THOMAS R. BENSFIELD PARTIAL LISTING - PROJECTS WITH FORMER EMPLOYER - COUCH SONS, L.P. ACTIVE IN BIDDING AND MANAGEMENT COLICH PROJECT NAME, LOCATION & DESCRIPTION AGENCY/OWNER & CONTACT ORIGINAL CONTRACT FINAL CONTRACT AWARD DATE FINAL DATE JOB # celso.perez a lacity.or 2123 J.O. "G" Unit 9 Trunk Sewer Rehabilitation, Phase I County Sanitation Districts of Los Angeles $2,825,353.00 $2,585,960.00 7/1/2010 5/1/2011 Sewer Pipe & M.H. Clean, CCTV & Rehabilitation 24501 So. Figueroa Street, Carson Ca. 90745 Line 8,845 LF of 36"- 39" Brick Pipe with FRP Liner & Grout Annulus Russ Vakharia Rehabilitate Maintenance Holes with CIPP Liner 310/830-8050 ext. 5820 rvakharra(a�lacsd. or g 2120 Bayside Drive Improvements CIP #5-61 Orange County Sanitation District $1,385,000.00 $1,448,548.00 8/l/2009 6/1/2010 Newport Beach 10844 Ellis Ave., Fountain Valley 92708 Line 3,100' of 24" DIP with CIPP Martin Dix Full By -Pass of 24" Required 24/7 with 6 each Self Primers & 4,000' 714-593-7831 of 18" HDPE Discharge & Major Street Detours mdix((Docsd.com 2117 La Cienege Interceptor (LCIS) Relocation City of Los Angeles Rodeo to Jefferson W.O. # SZC11844 1149 So. Broadway 6th Floor L.A. 90015 $4,071,740.00 $4,747,242.00 8/1/2009 9/1/2011 1200' 66" Sewer 28' depth steel beatn & plate shoring Pat Cheng 213-485-1481 pat. cheng(t)lacity. org 2115 City of Los Angeles Emergency Repair Contract City of Los Angeles $110,132.00 $110,132.00 9/1/2009 10/1/2009 Wastewater Treatment Plants & Other Wastewater Facilities 1149 So. Broadway 6th Floor L.A. 90015 John No 1 @ Glendale Water Recl. Plant SZL11185 Sean Kenney Remove & Replace 2 each Sodium Hypochlorite FRP Tanks .110-648-6113 scan.kenneyRt_1acity.oi 2114 District 5 Main Trunk Sewer Rehab. Ph III Sanitation Districts of L.A. County $3,292,825.00 $3,2827276.00 7/1/2008 12/1/2009 Inglewood & Hawthorne CIP C-4398 1955 Workman Mill Rd., Whittier Line 7,800' of 15% 42"Sewer with CIPP Alex Manesh Line 2,555' of 42" Clay Lined RCP with FRP Liner & Grout Annulus 310-830-8050 ext 5816 amaneshr(Mascd.org 2110 Water Mains @ Bastanchury Rd S & S Construction Co. $1,688,089.00 1/1/2008 6/l/2009 3377' 36" CML&C WSP Water 8383 Wilshire Blvd. 9700 Beverly Hills, 90211 3389' 18" C905 Water Moti Bogler 818-332-7244 837' 8" C905 water Inspecting agency: Yorba Linda Water District 2109 Alvarado Crandall Relief Sewer - Contract C-113010 City of Los Angeles $11,181,928.00 $I5,313,720.00 1/1/2008 12/1/2010 Install 2,212' of 24" VCP via Microunmeling at 60' Deep In Rock 1149 So. Broadway 6th Floor L.A. 90015 Install 1,943' of 20" HDPE Pipe via HDD at 60' Deep Cristian Geurrero Install 8 each Maintenance Holes at 40- to 60' Deep in Launch Shafts & 213-485-5925 Receiving Shafts for Microtunnel ctistian.aeurreronn lacity ar Shafts Drilled / Shored with Liner Plate 2106 South Bay Cities Main Pumping - CIP C-4334 Sanitation Districts of L.A. County $1,329,388.00 10/1/2007 8/1/2008 Plant Force Mains No. 2 & No. 3, Manhattan Beach 1955 Workman Mill Rd, Whittier Bypass Pump Station to Replace Discharge Piping Alex Manesh 2 THOMAS R. BENSFIELD PARTIAL LISTING - PROJECTS WITH FORMER EMPLOYER - COUCH SONS, L.P. ACTIVE IN BIDDING AND MANAGEMENT COLICH PROJECT NAME, LOCATION & DESCRIPTION AGENCY/OWNER & CONTACT Ion a Install 1,000' of 22" OD HDPE Pipe via Butt -Fusion in Cut/Cover 2105 Lincoln Waterline/Raise Bluff Creek - Contract #2007-3005 Install 1,960 LF of 8" - 12" DIP & CML&C W SP 1960' Cross Jefferson Ave with Solid Sheet Jack & Receive Pits n 2 P deep Landscaping, street lights, curb, gutter, street AC paving new street 310-830-8050 ext5816 amanesh mlased org Playa Capital, LLC 5510 Lincoln Blvd. #100, Los Angeles, Ca. 90094 Cliff Ritz 310-448-4664 critz uplayavista.com ORIGINAL CONTRACT FINAL CONTRACT AWARD DATE FINAL DATE $1,262,285.00 9/1/2007 3/1/2008 4002 Colich & Sons/JR Pipeline, JV - Work Order # SZC11307 City of Los Angeles $55,692,300.00 3/l/2010 North Outfall Sewer Rehabilitation 200 No. Spring Street Los Angeles 90012 Slipform Structural Lining Sewer Rehab. Pat Cheng 4100' 73" CIPP; 10'6" 10,929', 79" 4,876' 213-485-1481 pat.chengalacity org 2070-3 City of Los Angeles Emergency Repair Contract City of Los Angeles $9,000,000.00 4/1/2006 12/17/2007 Wastewater Treatment Plants & Other Wastewater Facilities 12000 Vista Drive, Playa Del Rey Job #3 - Tillman Treatment Plant W.O. SZDI 1195 DCT-Additional Tertiary Filtration, CIP-6167 Install 10 ea - Aqua aerobics Cloth Media Filters John Hamilton 818/723-8520, 310/648-6129 Piping, mechanical, electrical, structural, four feed pumps, VFD's iohn cobb.hamilton(c4lacity org rc'z .,ttii .$:„ +n>:^; 3l .ge �. r.yC "'�'�'�xy..,rar•. �', ;;,'p"1::. w ,'�;-�.-:,�r °-x,: �.,r�. F,,o,'� Zafimztvfi, ,.�� "c^'r;��.'°,y '.�?'. ;i'-;�; '#s"'��, �"-£� ��t�` �.. 2096 Groundwater Treatment Plant Pipeline City of Alhambra $3,778,731.86 5-22-06 to 4/08 8" brine; 18" & 24" potable water I I I So. First St., Alhambra 91801 C2M6-33 NOC 4-28-08 Terry Kerger, PE 626/357-0589, terry@civiltee.com 2095 Springville Storm Drain City of Camarillo $3,168,750.00 3-8-06 to 5-31-07 Project SD-02-04 601 Carmen Dr., Camarillo Ca 93010 1445' 7'xl4' RC Box @ 15' depth Joe Stark 805/377-8999 2093 Edison Ave Recycled Water Main Inland Empire Utilities Agency $3,190,726.00 award 8-3-05 to 8-11-06 Ontario Segment 6075 Kimball Ave Building A Chino, Ca. 91710 15,900' 30" DIP Potable Water & Appurtenances Scott Johnson 909/993-1635 PR# EN05038-A Traffic Control, Pavement Removal & Replacement Michael Camacho (Pacifica Services) 626/405-0131 4001 Colich & Sons/JR Pipeline, JV City of Los Angeles $61,867,389.00 award 9-21-04 Lower North Outfall Sewer 200 No. Spring Street Los Angeles 90012 @ 50% for Colich & Sons project time is 3 years Playa Del Rey/Los Angeles Patricia Chang for Yoon Cho (retired) 213/847-1481 C-10686 Dec 2008 Slipfonn Structural Sewer Rehab. 30,500' 12" thick slip form lining of semi -elliptical sewer pipe, traffic control, clean existing sewer, tunnel lighting & ventilation, access pits 2089 Water Reel. Plant Stage Five Sanitation Districts of L.A. County $17,822,182.00 award 9-22-04 Recycled Water Trans. Main 1955 Workman Mill Rd., Whittier 90607 44069 complete 3/06 1865 West Ave "D", Lancaster Peter Brennan 310/7014927 45000' 26"-36" WSP; 51408' HDPE 2088 MW D LA-37 Connection Dept. of W & P - City of Los Angeles $3,927,332.00 award 4-30-04 3 COUCH PROJECT NAME, LOCATION & DESCRIPTION JOB H Hatteras St. & Sepulveda Blvd. Los Angeles 2000' 54" CML&C WSP, 300' Boring 2081 Seminole Dr Trunk Sewer & Casino Morongo Water Trans. Main 16,000' 18"21" PVC sewer; 17,000' 12"&16" PVC water; 2 pressure reducing stations 2080 Tr. 51122 7501 W. 80th Street West Bluffs Storm Drain Mod. Energy Dissipater Structure 12" mod. Trench drain: Sewer, SD, Water 5200' 48" & 18" RCP, 4500' 8" Ductile Iron, 103' 8" VCP, 7000' 8" PVC THOMAS R. BENSFIELD PARTIAL LISTING - PROJECTS WITH FORMER EMPLOYER - COUCH SONS, L.P. ACTIVE IN BIDDING AND MANAGEMENT AGENCY/OWNER & CONTACT ORIGINAL CONTRACT FINAL CONTRACT I I 1 No. Hope Street 49893 Los Angeles, CA. 90012 Bruce Morris 213/367-0822 Morongo Band of Mission Indians $3,098,666.75 c/o Willdan (Engineers) C# 13381/3003 374 Poli St. Suite 101, Ventura 93001 Gary D. Roepke, Engineer 805/653-6597 Fax 805/643-0791 groepke@willdan.com Catellus Residential Group 4000 Westerly Place, Newport Beach Ken Hasset - Engineer 949/251-6100 Engineer: Robert Bein, William Frost & Associates $37,800.00 $2,372,088.00 AWARD DATE FINAL DATE 3/24/06 official completion Contractrec'd 11/18/03 complete 12/04 10/1/2003 9/l/2005 4 THOMAS R. BENSFIELD 77465 Indian Valley Road, San Miguel, CA 93451 - Cell (310) 505-2517 - TomO-BGE-Corp.com SENIOR -LEVEL EXECUTIVE President / Chief Operations Manager Over 30 years of extensive management experience working for premier general engineering construction firm with a focus on wet utilities, pipeline construction, pipeline rehabilitation, storm and sewer pumping stations, mechanical system installation, concrete structures, and minor plant work. Background includes management of multiple crews of up to150 employees with annual revenues of up to $50,000,000.00 and estimating/winning single projects up to $60,000,000.00 in value. Possess broad strengths and accomplishments in the following areas: Over -site of all Project Managers Cost Analysis & Reporting Contract Review/Negotiate Chief Estimator Home Office Management Change Order Negotiations Management of Multiple Projects Prepare & Maintain Schedules Claim Preparation & Negotiation Business Development Subcontract Prep & Negotiate Operation Analysis & Innovation Trouble Shoot/Problem Solving Material/Equipment Purchasing Communication Skills Budgeting & Cost Controls Site Safety/OSHA Compliance Ability to Develop Team Work Seasoned negotiation skills Excellent written and verbal communication skills PROFESSIONAL EXPERIENCE COUCH & SONS, LP, Gardena, CA September 1980 thru December 2013 General Engineering Construction Firm President/Operations Manager — Working directly beneath the Owner, managing and conducting all aspects of the day-to-day operations, including: • Chief Estimator: Manage the estimating department including complete over -site of the bidding process, from project selection, document review and analysis, site investigation, RFI, RFQ, preparation of bid and/or final bid analysis. • Senior Project Manager — Direct oversight of project Engineer's, Manager's, Superintendent's, and Foremen. Direct communication & interaction with the project Owner and the Owner's representatives, as needed. Manage field operations including: contract review, contract interpretation, material purchase, equipment procurement, subcontract negotiation & preparation, project schedule development, scheduling of construction crews and equipment. • Home Office Manager — Hiring, direct oversight of office personnel responsible for accounting, licensing, insurances, HR, IT, estimating. LICENSES & ASSOCIATIONS CALIFORNIA STATE LICENSE BOARD "A - General Engineering Contractor' License #991722 ENGINEERING CONTRACTORS ASSOCIATION (ECA) Served on the Board of Directors for 5 years *References and job list available upon request NAME Thomas Dawes John Colich Peter Brennan Naser ElSabid Rick Andelin Mike Tatalovich Suren Anketell Dennis Zaich Ted Polich Joe Miller Susie Sikes Mary Klump Greg Cole Emory Stephens COMPANY PHONE EXTENSION Sunset Beach Sanitary District 714-655-4811 Colich & Sons, LP 310-261-4121 MNS Engineers, Inc. 805-722-4765 City of Los Angeles 310-648-6128 City of Los Angeles 310-648-6126 Sanitation Districts of Los Angeles Co. 562-908-4288 1623 Sanitation Districts of Los Angeles Co. 562-699-7411 1618 City of Avalon/RBF Engineering 619-843-0088 Bali Construction 626-442-8003 Monteleone & McCrory 213-612-9900 Colich & Sons (retired) 310-528-5543 Spinello Construction 310-505-2516 Integrity Safety Services 562-201-8241 Emory P. Stephens Insurance 909-982-1329 more references available upon request EMAIL ieantom3@verizon.net candsons@aol.com pbrennan@mnsengineers.com naser.el-saheb@lacity.org rick.andelin@lacity.org mtatalovich@lacsd.org sanketeli@lacsd.org diaich@cityofavalon.com tpolich@baliconstruction.com miller@mmlawyers.com dancinsuzi@att.ngt maryk002001@vahoo.com onegreg c@yahoo.com emory.stephens@verizon.net ASSOCIATION District Engineer Owner Resident Engineer - LACSD Assistant Division Manager Civil Engineer/Program Manager Supervising Engineer/Design Supervising Engineer City Manager / Resident Eng. Business Associate Construction Attorney Secretary of Colich & Sons Business Associate Business Associate Commercial Ins Broker ITMIN INSCO INSURANCE SERVICES, INC. 1 Underwriting Manager for: C�p� ® Developers Surety and Indemnity Company Indemnity Company of California 17771 Cowan, Suite 100 Irvine, California 92614 (949) 263-3300 www.InscoDico.com BOND NO. Bid bond Premium included in Performance Bond KNOW ALL MEN BY THESE PRESENTS, That we Bensfield General Enqineerinq, Inc as Principal, and Developers Surety and Indemnity Company a corporation authorized to transact a general surety business in the State of California as Surety, are held and firmly bound unto City of Huntington Beach (hereinafter called the Obligee) in the full and just sum of Ten Percent of Amount Bid Dollars, ($ 10% of bid amount ) 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 Cast Iron Pipe Replacement Project CC 1432 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, or in the event of the failure of the Principal to enter such Contract, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and Sealed this 21st day of 2014 YEAR Bensfield General Engineering, Inc. Developers Surety and Indemnity Company Surety By: ci Ile L. Tuominen, Attorney -in -Fact ID-1198 (Bid Bond) (REV 7/13) POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PD Box 19725, IRVINE, CA 92623 (949) 263-3300 KNDW ALL BY THESE PRESENTS that except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, do each hereby make, constitute and appoint: ***Susan C. Monteon, Janelle L. Tuominen, jointly or severally*** as their true and lawful Attorney(s)-in-Fact, to make, execute, deliver and acknowledge, for and on behalf of said corporations, as sureties. bonds, undertakings and contracts of surety- ship giving and granting unto said Attorneys) -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 Attorney(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 DEVELDPERS SURETY AND INDEMNITY CDMPANY 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 DF CALIFORNIA have severally caused these presents to be signed by their respective officers and attested by their respective Secretary or Assistant Secretary this November 21, 2013. By: ....... .._._ __._...._....... .__.... `7G....._ ot1 ANO J��r PANYpc Vice -President pp ` Daniel Young, Senior � C� ¢pOq CiOT Sic= z z OCT.5 �a n By G--------- --- ' o= 9$ 3 S r c W 1967 Mark J. Lansdon, Vice -President =, ,, ,a o ff1W ..... 2i q<lFO��P a\ State of California Q,,., �t s ,,,..'° County of Orange On Nov_ember 21 2013 before me, Antonio Alvarado Notary Public Date Here Insert Name and Title of the Officer personally appeared Daniel Young and Mark J. Lar 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/herltheir authorized capacity(ies), and that by hislherltheir signature(s) on the instrument the person(s), or the entity upon behalf of ANTONIOAL1 fjO which the person(s) acted, executed the instrument. tv COMM. # 2"OM 56 �� I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is NDTORANGE COXLOX �° true and correct. 44 +cwma somAug• 9, 2"T WITNESS my hand and official seal. Place Notary Seal Above Signature Antonio Alvarado, Notary Public CERTIFICATE The undersigned, as Secretary or Assistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY or INDEMNITY CDMPANY OF CALIFDRNIA, does hereby certify that the foregoing Power of Attorney remains in full force and has not been revoked and, furthermore, that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in the Power of Attorney are in force as of the date of this Certificate. This Certificate is executed in the City of Irvine. California. this 21st day of July 2014 Cassie J. Berrisfor . ssistant Secretary ID-1380(Rev.11/13) STATE OF CALIFORNIA County of Riverside On July 21, 2014 before me, Date Susan C. Monteon Insert Name of Notary exactly as it appears on the official seal personally appeared Janelle L. Tuominen Name(s) of Signer(s) SLSAN ONTEC "# Comm.#21;33248 ;I a aTi ,1 Notary Public California , �— I RIVERSIDECOUNTY M 13, 21)17 , 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 hand and official seal. Signature Place Notary Seal Above Sign ure 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 the form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer—Title(s):_ ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ 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: City ®f Huntington Beach 2000 Main Street ® Huntington Beach, CA 92648 (714) 536-5227 ® www.huntingtonbeachca.gov Office ®f the City Clerk Joan L. Flynn, City Clerk October 16, 2014 Blois Construction, Inc. 3201 Sturgis Rd. Oxnard, CA 93030 RE: Cast Iron Replacement Project—CC-1432 Enclosed please find your original bid bond for CC-1432. Sincerely, JF:pe Enclosure Sister Cities: Anjo, Japan ® Waitakere, New Zealand I 77 v. L Fl D 201PAN�M A4 6,, - Sfifid�4 T R K c c I �4M 0 I{u V It R%C H li ��,-) \ e-, A � I- A �10 c Rio c-c- i �-A City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For CAST IRON PIPE REPLACEMENT PROJECT CC No. CC 1432 July 17, 2014 Notice to All Bidders: 1. The bid due date and time shall be changed from July 22, 2014 to .l ON 24. 20 14, as 10:00 A N1. Bids shall be delivered to the City Clerk's Office, prior to 10:00 AM. The Bid Opening will be held in the Conference Room plumber B8, which is located adjacent to the City Council Chambers at 10:00 AM on Tuesday July 24, 2014. 2. Section 9-4 Bid Item Descriptions, page E-23 of the project Specifications, shall be amended to add the following text as shown in 14 l a), Bid Item 5, Schedule A, B, C, D, E, Install 6-inch PVC C900 DR14 or C909 PC 305 pipeline: A. This bid item shall be paid at the unit price per lineal foot of pipe and fittings, measured per 9-1.2 Methods of Measurement. B. Furnish and install 6-inch PVC C900 DR14 or C909 PC305 pipeline including connections to existing water mains, with Styrene Butadiene (SBR)Styrene Butadiene (SBR) gaskets, including all valves, fittings, cathodic protection, temporary blow -offs and appurtenances, potholing of utilities in accordance with the City Water Specifications Section 01724 Part 3, all the work necessary to flush, pressure test, disinfect, de - chlorinate, connection points in accordance with the City's Standards Section 01724 Part 3, tie to existing facilities, protection of existing power poles including support of poles as required during construction, pavement saw cutting and removal, excavation, backfill, temporary AC surface repair, and thrust restraint, as shown on these plans, complete and operative in place. 1�or pipeline that is iiot located tkithin an aa=1eor an <allcN approach tltat is desiinated to be removed and replaced. Chia; lild item, shall iaaeiaide .all labor and aaaaterials to pert;ar:r pipelinc installation and roaaiv,ax, stir!11ace rcpaair in accordance ,pith Standard P ;an 100, includim-, say=,- cutting, cold teillp >rW-N, AC surface repair. asphalt concretc, aggregate base and slaarry seal. This Addendum shall be acknowledged within the Bid Proposal on sheet C-2. Any questions or comments to this Addendum Number One shall be directed to Andrew Ferrigno, at 714-536- 5291, or at aferrigno@surfcity-hb.org. CONTRACT DOCUMENTS SPECIFICATIONS AND STANDARD DRAWINGS for the construction of CAST IRON PIPE REPLACEMENT PROJECT CC No. CC 1432 in the CITY OF HUNTINGTON BEACH 2000 MAIN STREET HUNTINGTON BEACH, CALIFORNIA 92648 (714) 536-5431 BIDS DUE: July 22, 2014 10:00 AM, 2ND FLOOR City Clerk's Office TRAVIS K. HOPKINS, DIRECTOR DEPARTMENT OF PUBLIC WORKS CITY OF HUINTINGTON BEACH PLANS S tT N (ENTS PECIFICATIONSANDCONTRACT DOC -), for the construction o-' CC No. CC 1432 Prepared Under the Supervision of: S C 0,52S QJ W, 1213 1 c IVIL 'fCAU0- Jesus Lopez, R.C.E. No. C052517 Date MMUMEM Leo m NOTE: If there are any questions relative to this project, please call Andrew Ferrigno at 714- 536-5291, or email at aferrigno@surfcity-hb.org. CITE' OF HUNTINGTON BEACH DEPARTMENT OF PUBLIC WORKS 2000 MAIN STREET HUNTINGTON BEACH, CALIFORNIA 92648 (714) 536-5431 TABLE OF CONTENTS SECTION A NOTICE INVITING SEALED BIDS ............... SECTION B INSTRUCTIONS TO BIDDERS A-1 ................................................................... B-1 1. Proposal Forms............................................................................................................B 2. Proposal Guarantee......................................................................................................B-1 3. Proposal Signature.......................................................................................................B-1 4. Delivery of Proposal....................................................................................................B-2 5. Return of Proposal Guarantee......................................................................................B-2 6. Taxes............................................................................................................................B-2 7. Disqualification of Bidders..........................................................................................B-2 8. Contractor's License Requirement...............................................................................B-2 9. References....................................................................................................................B-3 10. Listing of Subcontractors...........................................................................................B-3 11. Discrepancies and Misunderstandings.......................................................................B-3 12. Equivalent Materials..................................................................................................B-3 13. Legal Responsibilities................................................................................................B-3 14. Award of Contract......................................................................................................B-4 15. Material Guaranty......................................................................................................B-4 16. Execution of Contract................................................................................................B-4 17. Submission of Bonds and Insurance..........................................................................B-4 18. Addenda.....................................................................................................................B-5 19. Bid Protest..................................................................................................................B-5 20. Questions to the Engineer..........................................................................................B-5 n SECTION C PROPOSAL.......................................................................................................C-1, 2 Project Bid Schedule...................................................................................... C-2.1 - C-2.11 List of Subcontractors......................................................................................................C-3 NoncollusionAffidavit....................................................................................................C-4 UtilityAgreement............................................................................................................C-5 Disqualification Questionnaire........................................................................................C-6 Compensation Insurance Certification.............................................................................C-7 Bidder's Information........................................................................................................C-8 Bidder's Critical Staff ....................................................................................................C-11 SECTION D SAMPLE CONTRACT SECTION E .................... D- I SPECIAL PROVISIONS.....................................................................................E-1 PART I GENERAL. PROVISIONS SECTION 1 - TERMS, DEFINITIONS, ABBREVIATIONS AND SYMBOLS ................... 1-2 DEFINITIONS SECTION 2 - SCOPE AND CONTROL OF WORK .................... 2-1 AWARD AND EXECUTION OF CONTRACT 2-4 CONTRACT BONDS 2-5 PLANS AND SPECIFICATIONS 2-9 SURVEYING 2-10 AUTHORITY OF BOARD AND THE ENGINEER 2-11 INSPECTION SECTION 3 — CHANGES IN WORK • ..................................................... 3-3 EXTRA WORK SECTION 4 - CONTROL OF MATERIALS........... 4-1 MATERIALS AND WORKMANSHIP iv ...... E-2 E-2 E-9 ............ E-10 SECTION 5 - UTILITIES..................................................................................E-11 5-1 LOCATION 5-2 PROTECTION 5-4 RELOCATION 5-5 DELAYS SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK .................................... E-11 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6-7 TIME OF COMPLETION 6-9 LIQUIDATED DAMAGES SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR .......................E-22 7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES 7-2 LABOR 7-3 LIABILITY INSURANCE 7-5 PERMITS 7-8 WORK SITE MAINTENANCE 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS 7-10 PUBLIC CONVENIENCE AND SAFETY 7-12 ADVERTISING SECTION 8 - FACILITIES FOR AGENCY PERSONNEL.............................E-30 8-1 GENERAL SECTION 9 - MEASUREMENT AND PAYMENT 9-3 PAYMENT PART 2 CONSTRUCTION MATERIALS SECTION 200 - ROCK MATERIALS ...................................... 200-1 ROCK PRODUCTS 200-2 UNTREATED BASE MATERIALS SECTION 201 - CONCRETE, MORTAR AND RELATED MATERIALS ................. 201-1 PORTLAND CEMENT CONCRETE SECTION 203 - BITUMINOUS MATERIALS v .............. E-31 E-33 .............. E-33 .................................... E-34 203-6 ASPHALT CONCRETE SECTION 213 - ENGINEERING FABRIC ......................................................E-34 213-3 PAVEMENT REPAIR MEMBRANE PART 3 CONSTRUCTION METHODS SECTION 300 - EARTHWORK.......................................................................E-36 300-1 CLEARING AND GRUBBING 300-2 UNCLASSIFIED EXCAVATION SECTION 302 - ROADWAY SURFACING ....................................................E-37 302-1 COLD MILLING OF EXISTING PAVEMENT 302-5 ASPHALT CONCRETE PAVEMENT SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION.............E-41 303-5 CONCRETE CURBS, WALKS GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS SECTION 306 - UNDERGROUND CONDUIT CONSTRUCTION 306-1 OPEN TRENCH OPERATIONS SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNALS SECTION 308 - LANDSCAPE & IRRIGATION INSTALLATION 308-1 GENERAL 308-2 EARTHWORK AND TOPSOIL PLACEMENT 308-3 HEADER INSTALLATION 308-4 PLANTING 308-5 IRRIGATION SYSTEM INSTALLATION 308-6 MAINTENANCE AND PLANT ESTABLISHMENT 308-7 GUARANTEE 308-8 PAYMENT SECTION 310 - PAINTING...................................................................................... 310-5 PAINTING VARIOUS SURFACES vi . E-42 ........ E-44 E-46 ........ E-64 APPENDIX A DOWNLOAD PUBLIC WORKS STANDARDS APPENDIX B DOWNLOAD ADDITIONAL COPIES OF PROJECT PLANS AND SPECIFICATIONS APPENDIX C DOWNLOAD REGIONAL WATER QUALITY CONTROL BOARD PERMITS APPENDIX D CONTRACTOR BUSINESS LICENSE APPLICATION APPENDIX E INSURANCE AND INDEMNITY REQUIREMENTS APPENDIX F BOND FORMS APPENDIX G LOCATION MAP APPENDIX II Not used APPENDIX I Not used APPENDIX J Not used APPENDIX K Not used APPENDIX L Not used APPENDIX M Not used APPENDIX N Not used APPENDIX O AGENCY STANDARD PLANS APPENDIX P Not used APPENDIX Q SURVEY MONUMENT RECORDS APPENDIX R UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBER APPENDIX S MAINTENANCE BOND vii SECTION A NOTICE INVITING SEALED BIDS for the construction of CAST IRON PIPE REPLACEMENT PROJECT CC No. CC 1432 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 10:00 AM on July 22, 2014. Bids will be publicly open in the Council Chambers unless otherwise posted. Copies of the Plans, Specifications, and contract documents are available from the Office of the Director of Public Works, 2000 Main Street, Huntington Beach, CA 92648, upon payment of a $40.00 nonrefundable fee if picked up, or payment of a $50.00 nonrefundable fee if sent by UPS ground delivery (bidder shall pay additional costs for special delivery). 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 minority business enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion in any consideration leading to the award of contract. No bid shall be considered unless it is prepared on the approved Proposal forms in conformance with the Instructions to Bidders 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 A-1 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 of the installation of approximately 1600 linear feet 6-inch diameter C900 water pipeline within a total of five different locations within the City of Huntington Beach. The pipelines are predominately located within public alleys. The alleys included within this project will be fully repaved after the waterline construction is complete. Construction in the alleys shall be prohibited during the following periods: November 26, 2014 to January 5, 2014. • The contract shall allow the Contractor 120 working days to complete the contract. • The engineer's estimate of probable construction cost for the work included in the basis of award is $850,000. The AGENCY reserves the right to reject any or all bids, to waive any irregularity and to take all bids under advisement for a maximum period of 60 days. BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH, CALIFORNIA, the 3rd day of September 2013, by Resolution No. 2013-48. Attest: Joan L. Flynn CITY CLERK OF THE CITY OF HUNTINGTON BEACH A-2 INSTRUCTIONS TO BIDDERS 1. Proposal Forms Bids shall be submitted in writing on the Proposal forms provided by the AGENCY. All information requested therein must be clearly and legibly set forth in the manner and form indicated. The AGENCY may reject any proposal not meeting these requirements. The bid shall be filed with the City Clerk, Second Floor City Hall, 2000 Main Street, Huntington Beach, California, which shall be endorsed with the Project Title and CC Number as it appears on the Notice Inviting Sealed Bids. The sealed envelopes will be publicly opened and read at the time and place stated in the Notice Inviting Bids. Bidders or their authorized agents are invited to be present at the opening. Unauthorized conditions, limitations, or provisions attached to a proposal will render it informal and may cause its rejection. The complete proposal forms shall be without interlineations, alterations or erasures. Alternative proposals will not be considered unless requested. No oral, telegraphic, or telephonic proposals or modifications will be considered. The proposal may be withdrawn upon request by the bidder without prejudice to himself prior to, but not after the time fixed for opening of bids, provided that the request is in writing, that it has been executed by the bidder or his duly authorized representative, and that it is filed with the AGENCY. 2. Proposal Guarantee Proposals must be accompanied by a proposal guarantee consisting of a certified or cashier's check or bid bond payable to the AGENCY in the amount not less than 10% of the total amount named in the proposal. Any proposal not accompanied by such a guarantee will not be considered. Said check or bond shall be made payable to the AGENCY, and shall be given as a guarantee that the bidder, if awarded the Work, will enter into a contract within 10 working days after the award and will furnish the necessary bonds as hereinafter provided. In the case of refusal or failure to enter into said contract, the check or bond, as the case may be, shall be forfeited to the AGENCY. 3. Proposal Signature If the proposal is made by an individual, it shall be signed and his full name with his address shall be given; if it is made by a firm, it shall be signed with the copartnership name by a member of the firm who shall sign his own name and the name and address of each member shall be given; and if it is made by a corporation, the name of the corporation shall be signed by its duly authorized officer or officers attested by the corporate seal, and the names and titles of all officers of the corporation shall be given. B-1 4. Delivery of Proposal Proposals shall be enclosed in a sealed envelope plainly marked on the outside: "SEALED BID" for CAST IRON PIPE REPLACEMENT PROJECT CC No. CC 1432 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 Proposals may be mailed or delivered by messenger. However, it is the bidder's responsibility alone to ensure delivery of the proposal to the Office of the City Clerk prior to the bid -opening hour stipulated in the Notice Inviting Sealed Bids. Late proposals will not be considered. 5. Return of Proposal Guarantees The proposal guarantees of the second and third lowest bidders will be held until the awarded bidder has properly executed all contract documents. Within 10 working days after the award of contract, the remaining proposal guarantees accompanying all other proposals will become null and void and returned to the unsuccessful bidders. 6. Taxes No mention shall be made in the proposal of Sales Tax, Use Tax or any other tax, as all amounts bid will be deemed and held to include any such taxes which may be applicable. 7. Disqualification of Bidders In the event that any bidder acting as a prime contractor has an interest in more than one proposal, all such proposals will be rejected and the bidder will be disqualified. This restriction does not apply to subcontractors or suppliers who may submit quotations to more than one bidder, and while doing so, may also submit a formal proposal as a prime contractor. 8. Contractor's License Requirement This project requires the Contractor to possess a valid State of California contractor's license of the proper classification in accordance with the provisions of Public Contract Code Section 10164. B-2 9. References All reference information called for in the bid proposal must be submitted with the bid proposal. Failure to provide reference information of history of similar work and experience with the bid proposal at the time of bid opening may lead to rejection of such proposal as non -responsive. 10. Fisting of Subcontractors Bidders shall list in the bid proposal the name and place of business of each subcontractor who will perform work or labor or render services for the Contractor in an amount in excess of one- half of one percent of the Contractor's total bid or $10,000, whichever is greater. 11. ]Discrepancies and Misunderstandings Bidders must satisfy themselves by personal examination of the work site, plans, specifications and other contract documents, and by any other means as they may believe necessary, as to the actual physical conditions, requirements and difficulties under which the Work must be performed. No bidder shall at any time after submission of a proposal make any claim or assertion that there was any misunderstanding or lack of information regarding the nature or amount of work necessary for the satisfactory completion of the job. Should a bidder find any errors, omissions, or discrepancies in the plans, specifications, and other contract documents or should he be in doubt as to their meaning, he shall notify the AGENCY. Should it be found necessary, a written addendum will be sent to all bidders. Any addenda issued during the bidding period shall form a part of the contract and shall be included with the proposal. 12. Equivalent Materials Requests for the use of equivalents to those specified, must be submitted to the AGENCY 10 working days prior to the need of such materials. Within that time, the AGENCY will issue a written response indicating approval or disapproval of such request. It is the sole responsibility of the successful bidder to prove to the AGENCY that such a material is truly an equivalent. 13. Legal Responsibilities All proposals must be submitted, filed, made and executed in accordance with State and Federal laws relating to bids for contracts of this nature whether the same or expressly referred to herein or not. Any bidder submitting a proposal shall by such action thereby agree to each and all of the terms, conditions, provisions and requirements set forth, contemplated and referred to in the Plans, Specifications and other contract documents, and to full compliance therewith. Additionally, any bidder submitting a proposal shall, by such action thereby, agree to pay at least the minimum prevailing per diem wages as provided in Section 1773, et. seq. of the labor code for each craft, classification or type of workman required as set forth by the Director of Industrial Relations of the State of California. 14. Award of Contract The award of contract, if made, will be to the lowest responsive and responsible bidder as determined solely by the AGENCY. The AGENCY reserves the right to reject any or all B-3 proposals, to waive any irregularity, and to take the bids under advisement for a maximum period of 60 days. In no event will an award be made until all necessary investigations are made to the responsibility and qualifications of the bidder to whom the award is contemplated. 15. Material Guarantee The successful bidder may be required to furnish a written guarantee covering certain items of work for varying periods of time from the date of acceptance of the work by the AGENCY. The work to be guaranteed, the form, and the time limit of the guarantee will be specified in the special provisions. Said guarantee shall be signed and delivered to the AGENCY before acceptance of the contract by the AGENCY. Upon completion of the contract, the amounts of the two contract bonds required in Section 2-4, "CONTRACT BONDS," of the Standard Specifications for Public Works Construction, may be reduced to conform to the total amount of the contract bid prices for the items of work to guaranteed, and this amount shall continue in full force and effect for the duration of the guarantee period. However, the Labor and Material Bond can not be reduced until the expiration of 35 days after the date of recordation of the Notice of Completion. 16. Execution of Contract The successful bidder shall execute a written contract with the AGENCY on the form of agreement provided, and shall secure all insurance and bonds required by the Specifications within 10 working days from the date of the award. Failure to enter into a contract shall be just cause for the annulment of the award and the forfeiture of the proposal guarantee. If the successful bidder fails to execute the contract, the AGENCY may award the contract to the second lowest responsible bidder. If the second lowest responsible bidder fails to execute the contract, the AGENCY may award the contract to the third lowest bidder. On the failure of such second or third lowest responsible bidder to execute the contract, such bidder's guarantees shall be likewise forfeited to the AGENCY. The work may then be re -advertised. 17. Submission of Bonds And Insurance The successful bidder will be required to furnish the necessary bonds and insurance to the AGENCY within 10 working days from the award of contract. See Appendix F for the City approved Payment and Performance Bond Forms. The Contractor may use any standard form for the Bid Bond. The successful bidder shall provide a certificate stating that the bonding company is admitted to do business in the State of California. This certification may be obtained from the Executive Officer and Clerk of the Superior Court at the following address & phone: Orange County Superior Court Probate Court Operations 341 The City Drive P.O. Box 14171 Orange, CA 92613-1571 (714) 935-6061, Contact Linda C. Wallace Prior to the issuance of the Notice to Proceed, the AGENCY must be furnished with a Policy Endorsement, from the successful bidder's insurance company, naming the AGENCY as an additional insured. B-4 18. Addenda The effect of all addenda to the contract documents shall be considered in the bid package and said addenda shall be made part of the contract documents and shall be returned with the bid package. Failure to submit any such addenda with the bid package may render the bid irregular and may result in its rejection by the AGENCY. 19. Bid Protest To be considered timely, a bid protest must be filed within the following time limits: (a) Protests based upon alleged defects or improprieties in the bid documents shall be filed prior to the date of bid opening. (b) All other protests must be filed within five calendar days after the protester knew or should have known the basis of the protest, but no later than five calendar days after the date of when the Bids were due to the AGENCY. 20. Questions to the Engineer Questions regarding the bid documents (i.e. plans, specifications, contract documents, bid forms, etc.) will be received by the Engineer up to five working days prior to the bid opening as specified in SECTION A. Questions asked of the Engineer after this time will not be addressed. B-s SECTION C PROPOSAL for the construction of CAST IRON PIPE REPLACEMENT PROJECT CC No. CC 1432 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 120 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,o% of Bid Amounkvhich 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 Ni nature C-2 SECTION C PROJECT BID SCHEDULE A PROJECT NAME, CC 1432 ALLEY "B" BETWEEN 9TH AND 10TH STREET SOUTH OF WALNUT AVENUE BID ITEMS WQuantity' pl T - Co-Aj, I Mobilization and Setup 1 LS s"'Ini $ Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable safety orders, complete and in place. 1 LS $31,;Zp-) 2n:7 3 Demobilization & Cleanup 1 LS $ Q�1'91 4 Furnish Traffic Control in accordance with the City of Huntington Beach requirements, complete and in place. 1 LS $ 1(Q Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- 5 cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, complete in place. 275 $ yo $ M) LF -Un, Furnish and install 1 -inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 6 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe'bedding, backfill, temporary compaction, appurtenances, and surface repair, complete and operative in place. 8 EA $_2 _Ljj, Construct new fire hydrant assembly, including furnish and 7 installing new buried pipe, valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on these plans,, complete, and in place. I EA $ Cut, cap, and abandon existing waterline, including all 8 excavation, disposal of excessive earth material, pipe zone fill, slurry, backfill, appurtenances, and surface repair, as shown on these plans, complete and in place. 1 LS 9 Abandon valve, remove existing valve box and cover and all other work, the in 1 $ as shown on plans, complete place. EA Remove and salvage existing fire hydrant including removing 10 buried pipe, valve, and appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repair as shown on these plans, complete, and in place. 1 EA $ 11 Construct concrete gutter as shown on these plans, complete and in place. 200 LF $ 53- $ 12 Construct AC pavement replacement, including all labor, 64 $ $ equipment, and materials, as -shown on these plans, complete TN C-2.1 SECTION C PROJECT BID SCHEDULE A PROJECT NAME, CC 1432 ALLEY "B" BETWEEN 9TH AND 10TH STREET SOUTH OF WALNUT AVENUE Item �l'Ctpf�on a _Qcxan>�t , il�t �L7tuf most ri os o27 _ �{EXteB Ioi and in place. Construct 6-inch aggregate base replacement, including all 13 labor, equipment, and materials, as shown on these plans, complete and in place. 165 TN Z2 1 13 Adjust all water valve covers, cleanouts, manholes, electrical, 14 telephone, and cable TV pull boxes, gas meters, and vaults to in 1 LS $13W4 $ 3,3 IR grade, as shown on these plans, complete and place Construct alley approach, per Plan 107 and 210, including all 15 labor, equipment, materials, as shown on these plans, completed and in place. 480 SF Cut -in new 6-inch Gate Valve, including furnish and installing 16 valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on these in 1 EA $1�, �O 7) 503 plans, complete, and place. SUB -TOTAL BID AMOUNT — SCHEDULE A �� 1 SUB -TOTAL BID AMOUNT IN WORDS: Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.2 SECTION C PROJECT BID SCHEDULE B PROJECT NAME, CC 1432 ALLEY "C" BOUNDED BY 8TH, 9TH, OLIVE AND ORANGE AVENUE BID ITEMS € Yuan,. �j_7 ttCy 7.7 t.�LelI.JLV �i _ = 1 Mobilization and Setup 1 LS $_i( $ Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable safety orders, complete and in place. 1 LS $3, _20 $ 3t �W'-) 3 Demobilization &Cleanup 1 LS $�'+t� $ 4 Furnish Traffic Control in accordance with the City of Huntington Beach requirements, complete and in place. 1 LS $j $ � � 86 Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- 5 cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, in 418 LF $ $ complete place. Furnish and install 1-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 6 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, in 20 EA $2_ $ complete and operative place. Furnish and install 2-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 7 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, in 1 EAC H $� $ complete and operative place. Furnish and install meter box, trench excavation, disposal of 8 excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, complete and in 1 EAC H $ $ �% 1 operative place. Construct new fire hydrant assembly, including furnish and 9 installing new buried pipe, valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and these in 1 EAC H $ $ surface repairs shown on plans, complete, and place. Cut, cap, and abandon existing waterline, including all 10 excavation, disposal of excessive earth material, pipe zone fill, slurry, backfill, appurtenances, and surface repair, as shown these in 1 LS $ $ on plans, complete and place. 11 Abandon valve, remove existing valve box and cover and all 2 EA $q� $ C-2.3 SECTION C PROJECT BID SCHEDULE B PROJECT NAME, CC 1432 ALLEY "C" BOUNDED BY 8TH, 9TH, OLIVE AND ORANGE AVENUE I ems Descr�ptton # - Quantifynit Umt Gosf Total Cosf , No _� _ ( xte�isioh} other work, as shown on the plans, complete in place. Remove and salvage existing fire hydrant including removing 12 buried pipe, valve, and appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface $ $ repair as shown on these plans, complete, and in place. 1 EA 13 Construct concrete gutter as shown on these plans, complete in 350 LF $ $_ and place. Construct AC pavement replacement, including all labor, 14 equipment, and materials, as shown on these plans, complete 123 TN $ �2 $ 2 and in place. Construct 6-inch aggregate base replacement, including all 15 labor, equipment, and materials, as shown on these plans, in 253 TN $-.29_ $ complete and place. Adjust all water valve covers, cleanouts, manholes, electrical, 16 telephone, and cable TV pull boxes, gas meters, and vaults to these in 1 LS $13 571. $ 13 62 grade, as shown on plans, complete and place . Construct alley approach, per Plan 107 and 210, including all 17 labor, equipment, materials, as shown on these plans, completed and in place. 350 SF $�_ $ Cut -in new 6-inch Gate Valve, including furnish and installing 18 valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on in 1 EA $ fn $ these plans, complete, and place. SUB -TOTAL BID AMOUNT — SCHEDULE B SUB -TOTAL BID AMOUNT IN WORDS: t� N t wr�1 mow® Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.4 SECTION C PROJECT BID SCHEDULE C PROJECT NAME, CC 1432 ALLEY "D" BETWEEN CHICAGO & BALTIMORE AVE EAST OF ALABAMA STREET BID ITEMS n ` Cast ' otal rs - _��, y t _ � 6xm. Exteltt`s o 1 Mobilization and Setup 1 LS $ $ 5 Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable in 1 LS $ $ 3� safety orders, complete and place. j 3 Demobilization & Cleanup 1 LS $ $ 4 Furnish Traffic Control in accordance with the City of 1 LS $ $ -7 Huntington Beach requirements, complete and in place. Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- s cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, in 310 LF $ $_ complete place. Furnish and install 1-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 6 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, 12 EA $ $ complete and operative in place. Furnish and install 2-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 7 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, in 3 EA Q_ e . $ 1�_ complete and operative place. Cut, cap, and abandon existing waterline, including all 8 excavation, disposal of excessive earth material, pipe zone fill, slurry, backfill, appurtenances, and surface repair, as shown in 1 LS on these plans, complete and place. 9 Abandon valve, remove existing valve box and cover and all the in 1 EA $_ $ other work, as shown on plans, complete place. 10 Construct concrete gutter as shown on these plans, complete in 350 LF $_ $ and place. Construct AC pavement replacement, including all labor, 11 equipment, and materials, as shown on these plans, complete 125 TN $ } $ i- and in place. C-2.5 SECTION C PROJECT BID SCHEDULE C PROJECT NAME, CC 1432 ALLEY "D" BETWEEN CHICAGO & BALTIMORE AVE EAST OF ALABAMA STREET Yfl `.GAA Construct 6-inch aggregate base replacement, including all 12 labor, equipment, and materials, as shown on these plans, in 230 TN $�_ $ complete and place. Adjust all water valve covers, cleanouts, manholes, electrical, 13 telephone, and cable TV pull boxes, gas meters, and vaults to 1 $ grade, as shown on these plans, complete and in place LS Construct alley approach, per Plan 107 and 210, including all 14 labor, equipment, materials, as shown on these plans, completed and in place. 132 SF $ �_ $ 0 LA — SUB -TOTAL BID AMOUNT — SCHEDULE C $ S-4, LA g 3 SUB -TOTAL BID AMOUNT IN WORDS: L- Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.6 SECTION C PROJECT BID SCHEDULE D PROJECT NAME, CC 1432 INDIANAPOLIS AVENUE BETWEEN DELAWARE & ENGLAND STREET BID ITEMS _ ties 1i ` a - P t I. _ lect fptiA -l. n t� Ut T1n C©si Ia_ t :1a 3 - - = y, v 1 Mobilization and Setup 1 LS $ $ I — l Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable 1 LS $ $ 3,20 safety orders, complete and in place. 3 Demobilization & Cleanup 1 LS $ 1 $ 4 Furnish Traffic Control in accordance with the City of Huntington Beach in 1 LS $ t �. requirements, complete and place. Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- 5 cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, 73 LF $ $ complete in place. Cut, cap, and abandon existing waterline, including all 6 excavation, disposal of excessive earth material, pipe zone fill, slurry, backfill, appurtenances, and surface repair, as shown these in 1 LS $ $ on plans, complete and place. 7 Abandon valve, remove existing valve box and cover and all the in 1 EA $ 7q ► $ iG i other work, as shown on plans, complete place. Construct alley approach, per Plan 107 and 210, including all 8 labor, equipment, materials, as shown on these plans, completed and in place. 432 SF $L `3 $ I 5y % Cut -in new 6-inch Gate Valve, including furnish and installing 9 valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on in 2 EA $ $ these plans, complete, and place. Construct AC pavement replacement, including all labor, 10 equipment, and materials, as shown on these plans, complete in 2 TN $ z $ and place. Construct 6-inch aggregate base replacement, including all 11 labor, equipment, and materials, as shown on these plans, in 4 TN $_ $ complete and place. 2q 22`� SUB -TOTAL BID AMOUNT — SCHEDULE D ? Jl1 $ C-2.7 SECTION C PROJECT BID SCHEDULED PROJECT NAME, CC 1432 INDIANAPOLIS AVENUE BETWEEN DELAWARE & ENGLAND STREET SUB -TOTAL BID AMOUNT IN WORDS: Rut K/D CAM `11+112-fCt4 Psvl- `I-ktzw-Sa±I D 1fr1 0 N D+2 'Cyvet'J-C\a g- Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.8 SECTION C PROJECT BID SCHEDULE E PROJECT NAME, CC 1432 ALLEY "F" BETWEEN ENGLAND & FLORIDA ST FROM LINCOLN TO MEMPHIS AVE BID ITEMS >€tem W. I)escrifi = _A`., t ua y Cull r T� t Cc�t 1, tslc 1 Mobilization and Setup 1 LS $ $_'�_ Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable in 1 LS $ $% safety orders, complete and place. 3 Demobilization &Cleanup 1 LS $� $ 4 Furnish Traffic Control in accordance with the City of Huntington Beach requirements, complete and in place. 1 LS $, - ,5 ' $ _ Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- s cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, in 368 LF $ complete place. Furnish and install 1-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 6 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, complete and operative in place. 11 EA (,� j� $-��7"�'�` $ ` Construct new fire hydrant assembly, including furnish and 7 installing new buried pipe, valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on these plans, complete, and in place. 1 EA $ �=1 $_ Cut -in new 8-inch Gate Valve, including furnish and installing 8 valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on in 1 EA $ $ these plans, complete, and place. Cut, cap, and abandon existing waterline, including all 9 excavation, disposal of excessive earth material, pipe zone fill, slurry, backfill, appurtenances, and surface repair, as shown on these plans, complete and in place. 1 LS $ a 10 Abandon valve, remove existing valve box and cover and all other work, as shown on the plans, complete in place. 1 EA $ $ 7� Remove and salvage existing fire hydrant including removing 11 buried pipe, valve, and appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repair as shown on these plans, complete, and in place. 1 EA $..) $ 1 C-2.9 SECTION C PROJECT BID SCHEDULE E PROJECT NAME, CC 1432 ALLEY "F" BETWEEN ENGLAND & FLORIDA ST FROM LINCOLN TO MEMPHIS AVE Item _D i- Llescripfton ., `Quanttt [Jmt Umf t oSt I ofat Cost T 12 Construct concrete gutter as shown on these plans, complete and in place. 270 LF $_�' $ Construct AC pavement replacement, including all labor, 13 equipment, and materials, as shown on these plans, complete in 97 TN $ 2 �r $ 2 y 4 and place. Construct 6-inch aggregate base replacement, including all 14 labor, equipment, and materials, as shown on these plans, complete and in place. 230 TN $ $�(� Adjust all water valve covers, cleanouts, manholes, electrical, 15 telephone, and cable TV pull boxes, gas meters, and vaults to in 1 LS $ L $ grade, as shown on these plans, complete and place Construct alley approach, per Plan 107 and 210, including all 16 labor, equipment, materials, as shown on these plans, completed and in place. 720 SF $�_ $ CM Remove and re -construct sidewalk per Plan 207, including all 17 labor, equipment, materials, as shown on these plans, completed and in place. 56 SF �. $�_ $ Cut -in new 6-inch Gate Valve, including furnish and installing 18 valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on in 1 EA $ $ these plans, complete, and place. SUB -TOTAL BID AMOUNT — SCHEDULE E ,I a LJ 1 , I SUB -TOTAL BID AMOUNT IN WORDS fn ' HlkNb Qom --Pip Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.10 SECTION C PROJECT BID SCHEDULE TOTALS PROJECT NAME, CC 1432 Sub -Total Bid Schedule A Sub -Total Bid Schedule B Sub -Total Bid Schedule C Sub -Total Bid Schedule D Sub -Total Bid Schedule E TOTAL BID AMOUNT, BASIS OF AWARD (Schedules A-E) TOTAL BID AMOUNT IN WORDS: w kw 2 ice, al I Notes: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedules. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.11 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 _ =Dollar Amount % of Contract, Aso, wo 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 BIDDEN 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 7/16/14 , at Oxnard , CA Date City State Stephen Woodworth , being first duty sworn, deposes and says that he or she is Secretary of Blois Construction, 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. Blois Construction, Inc. Name of Bidder <�� Pv'-C Sibdture of Bidder 3201 Sturgis Rd. Oxnard, CA 93030 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 CAST IRON PIPE REPLACEMENT PROJECT, (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: July 16, 2014 C-5 Blois Construction, Inc. Contractor B 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 ® 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: J111y 16, 2014 C-7 Blois Construction, Inc. Contractor By Secretary Title t s l BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Blois Construction, Inc. Bidder Name 3201 Sturgis Rd. Business Address Oxnard CA 93030 City, State Zip (805 ) 656-1432 Telephone Number 256065; A,C16,HAZ State Contractor's License No. and Class 2/26/68 Original Date Issued 9/30/14 Expiration Date The work site was inspected by )�, 9 P�1�Gc�� of our office on_)�IiA Z3 , 201�. The following are persons, firms, and corporations having a principal interest in this proposal: James Blois - President Stephen Woodworth - Secretary C-s The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. Blois Construction, Inc. Company Name iianftu of Bidder Stephen Woodworth Printed or Typed Signature Subscribed and swornto.before me this _ day of , 201_ NOTARY PUBLIC NOTARY SEAL 56< du�-f� i C-9 CALIFORNIA GOVERNMENT• 1 Ct..�C_4a .� _.���.at��C�C ..��_.�C����_�N-i�a C�� �C C�C�����C�C� !c�C..��C.-.�• 7�����_�C �Y,s�'<��..^... 2' © 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) Signature of Document Signer No. 1 State of California County of Ventura DANIEL A, PAYAN _C CommtSSion # 1912597 Notary Public - California - z a A.y z <"` Ventura County D My Comm Expires Dec 5, 2014 Place Notary Seal Above Signature of Document Signer No. 2 (if any) Subscribed and sworn to (or affirmed) before me on this 16th day of July 20 14 , by Date Month Year (1) Stephen Woodworth (2) Name(s) of Signer(s) proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. j r Signature /' �'/ P4-7�- 15raturl of ota 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 Document Date: July 16, 2014 Number of Pages: 2 Signer(s) Other Than Named Above: �-`v6�✓,�"S/i-L6�yi`iy`✓,�"••�6�¢,i-L�✓ `J6`✓i✓6�✓,�i✓4��6��:6��:6.J4�i"✓6��:6�yZ��:�"�6\�6�✓�"✓i"S4'L4�✓S"Ss�s,i -ais"✓4✓ '� -d4��J MMINS10F.FiffeT0. NOR • • • • • • :11 :11 : • •: • 1 Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of potable water pipelines within the public right of way, working within alleys and in close proximity to other existing underground utilities. 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, Santa Clarita Water Division 26521 Summit Circle, Santa Clarita, CA 91350 Name and Address of Public Agency Name and Telephone No. of Project Manager: Hugo Bor i s 6 61- 9 6 4- 3 9 9 3 $2,596,164.88 Waterline 10/25/13 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Construction of 24" Mesa Transmission Pipeline 2. City of Burbank 275 E. Olive Ave, Burbank, CA 91502 Name and Address of Public Agency Name and Telephone No. of Project Manager: Lifan Xu 818-238-3932 $1.530 123 Sewerline 5/17/10 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 2 200LF of 18" Sewer Line 20' Deep including boring paving, dewatering and traffic control 3. Calleguas Municipal Water Agency 2100 Olsen Rd, Thousand Oaks, CA 91360 Name and Address of Public Agency Name and Telephone No. of Project Manager: Robert Beamer 805-579-7118 $14,113,261 Waterline 8/12/09 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 8,800LF of 48" Waterline including boring, nag, dewatering and traffic control C-10 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. Jeff Pollack Name of proposed Project Manager 2. Telephone No. of proposed Project Manager: 8 0 5 - 6 5 6 -14 3 2 ext 19 Mesa Water Line $2,444,950 New Waterline 10/18/13 Project Name & Contract Amount Type of Work Date Completed Lincoln Place Apartments $7,038,498 New Waterline 7/2014 Project Name & Contract Amount Type of Work Date Completed Groundwater Restoration & Transmission $13,425,034 New Waterline 2/1/10 Project Name & Contract Amount Type of Work Date Completed Name of proposed Superintendent Telephone No. of proposed Superintendent: Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Date Completed C-11 THE AMERICAN INSTITUTE OF ARCHITECTS KNOW ALL MEN BY THESE PRESENTS, that we Blois Construction, Inc. as Principal, hereinafter called the Principal, and Western Surety Company a corporation duly organized under the laws of the State of South Dakota as Surety, hereinafter called the Surety, are held and firmly bound unto City of Huntington Beachas Obligee, hereinafter called the Obligee, in the sum of Ten Percent of the amount bid Dollars ($100/6), 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 Cast Iron Pipe Replacement Project # CC 1432t. 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 17 day of Jam, 2014. 4 (Witness) Blois Construction, Inc. L ncipal (Seal) BY 7 (Title) Western Surety Company (Surety) (Seal) r (Witness) BY Shirley Littell , Attorn y-In-Fact AIA DOCUMENT A310 o BID BOND o AIA o FEBRUARY 1970 ED. ® THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W. WASHINGTON, D.C. 20006 BIDBOND.DOC CALIFORNIAALL-PURPOSECIVIL •. •• •�<�• •.•..••:�•_a.�•.�.TC�a.'•_a•_s,•-�•_...c�•�•-�•_a•_s.•�.�•�•�...�C_s�N.a•��%�,/_.�,/..�, •_�• ya•�..:.'/.a,/.a<.,,:� �.:.a'�.. State of California County of Ventura On July 17, 2014 before me, TanPt- 'Burton` Notary Public Date Here Insert Name and Title of the Officer personally appeared SHIRLEY LITTELL JANET BURTON Commission * 1904251 -+� Notary Public - California Z Z • Ventura County My Comm. Expires Oct 14. 2014 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 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Place Notary Seal Above Signature: Signature of 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: Bid Bond Document Date: .Till y 1 7 , 2 014 Number of Pages: 1 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual N Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer Is Representing: 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 Shirley I,ittell, Individually of Oxnard, CA, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 21 st day of January, 2014. r`°SURETy'+3,, WESTERN SURETY COMPANY ............ —W�4O r(ney: =i ��H OPKO, ..NN ArPaul T. Bruflat, Vice President State of South Dakota ss County of Minnehaha On this 21st day of January, 2014, 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. My commission expires + f J. MOHR { f SEAL NOTARY PUSUC SEAL June 23, 2015 r SOUTH DAKOTA f } NM,hMMMMMM+aMM�AMhti W 4++ J. Mohr, Notary Public CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation, this _ 17 th day of July '2014 PIP - , - WESTERN SURETY COMPANY �'m�iFi yPK L. Nelson, Assistant Secretary Form F4280-7-2012 City ®f 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 October 16, 2014 Cedro Construction, Inc. 120 E. Santa Maria St. Santa Paula, CA 93060 RE: Cast Iron Replacement Project—CC-1432 Enclosed please find your original bid bond for CC-1432. Sincerely, AlF 0 Joan L. Flynn, CIVIC City Clerk JF:pe Enclosure Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand CC-DfIO UCTION INN. GA. RECEIVED 2814 JUL 24 AM 9: 21 CITY CLERK CITY OF HOUTINGTON BEAC14 ,-.I--- - -- - - -- -7-1- ) SECTION C PROPOSAL for the construction of CAST IRON PIPE REPLACEMENT PROTECT CC No. CC 1432 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 120 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 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: Addendallo. ._=x.,.� Date Received `:.a:<_o Bidder's Signature . C-2 SECTION C PROJECT BID SCHEDULE A PROJECT NAME, CC 1432 ALLEY "B" BETWEEN SITH AND 10TH STREET SOUTH OF WALNUT AVENUE BED ITEMS IticiriUnity De �k S 1 Mobilization and Setup 1 LS 0 �q 3,515' Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable $ 30 'IS' $ -3.0'1 safety orders, complete and in place. LS Z 1 3 Demobilization & Cleanup 1 LS $ 5,553 $ 4 Furnish Traffic Control in accordance with the City of $ K. Z 5 $ Huntington Beach requirements, complete and in place. LS Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- 5 cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, 10 $ 41C $ 37 complete in place. 1 275 LF Furnish and install 1 -inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 6 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, G $ complete and operative in place. 8 EA $ Construct new fire hydrant assembly, including furnish and 7 installing new buried pipe, valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and $ surface repairs shown on these plans, complete, and in place. 1 EA Cut, cap, and abandon existing waterline, including all 8 excavation, disposal of excessive earth material, pipe zone fill, slurry, backfill, appurtenances, and surface repair, as shown /V—' $ on these plans, complete and in place. 1 LS sJ 9 Abandon valve, remove existing valve box and cover and all 1 73" $ 31 73'�" other work, as shown on the plans, complete in place. I EA Remove and salvage existing fire hydrant including removing 10 buried pipe, valve, and appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface $ $ repair as shown on these plans, complete, and in place. 1 EA 11 Construct concrete gutter as shown on these plans, complete 200 LF $ $ and in place. 12 Construct AC pavement replacement, including all labor, $ equipment, and materials, as shown on these plans, complete 64 TjN$ C-2.1 SECTION C PROJECT BID SCHEDULE A PROJECT NAME, CC 1432 ALLEY "B" BETWEEN 9TH AND 10TH STREET SOUTH OF WALNUT AVENUE i%�t �t :. j y =.emu .: 9)"D ` cr tion a uanfst Q'IR- y� Uniai;Cost Yam and in place. Construct 6-inch aggregate base replacement, including all 13 labor, equipment, and materials, as shown on these plans, $ �J r' $ 6. 0 complete and in place. 165 T11 / Adjust all water valve covers, cleanouts, manholes, electrical, 14 telephone, and cable TV pull boxes, gas meters, and vaults to 1 i j $� `� c/ 9 $F7— grade, as shown on these plans, complete and in place LS / Construct alley approach, per Plan 107 and 210, including all 15 labor, equipment, materials, as shown on these plans, completed and in place. c% . Cut -in new 6-inch Gate Valve, including furnish and installing 16 valve, appurtenances, disposal of excessive earth material, , imported pipe zone fill, backfill, and surface repairs shown on 1 t�L` $ 22� -7 $ ! 7_ these plans, complete, and in place. EA /T �. SUB -TOTAL BID AMOUNT — SCHEDULE A 7 SUB -TOTAL BID1 AMOUNT_ INWORDS: / WORDS: 0 q� Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.2 SECTION C PROJECT BID SCHEDULE B PROJECT NAME, CC 1432 ALLEY "C" BOUNDED BY 8TH, 9TH, OLIVE AND ORANGE AVENUE BID ITEMS iptio Qu [anti ty ii R Vk OW" si n 1 Mobilization and Setup 1 LS $ Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable $ safety orders, complete and in place. 1 LS 3 Demobilization & Cleanup 1 LS $ 4 Furnish Traffic Control in accordance with the City of $ 0 $ Huntington Beach requirements, complete and in place. 1 LS Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- 5 cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, 418 LF Fi $ $ complete in place. Furnish and install 1 -inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 6 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, 20 EA $ 4 $ complete and operative in place. Furnish and install 2-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 7 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, EAC $ complete and operative in place, 1 H Furnish and install meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, complete and EAC 1 $ $ operative in place. H Construct new fire hydrant assembly, including furnish and 9 installing new buried pipe, valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and EAC surface repairs shown on these plans, complete, and in place. 1 H $ Cut, cap, and abandon existing waterline, including all 10 excavation, disposal of excessive earth material, pipe zone fill, slurry, backfill, appurtenances, and surface repair, as shown ­7 $ $ on these plans, complete and in place. 1 LS ' 11 Abandon valve, remove existing valve box and cover and all 2 EA 77 C-2.3 SECTION C PROJECT BID SCHEDULE B PROJECT NAME, CC 1432 ALLEY "C" BOUNDED BY 8TH, 9TH, OLIVE AND ORANGE AVENUE ra "Orip ti At �a 4 ty ;tnitistT a] Cost (Extension, other work, as shown on the plans, complete in place. Remove and salvage existing fire hydrant including removing 12 buried pipe, valve, and appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface 1 $ $ repair as shown on these plans, complete, and in place. EA 1 13 Construct concrete gutter as shown on these plans, complete �6 and in place. 350 LF $ $ '-P Construct AC pavement replacement, including all labor, 14 equipment, and materials, as shown on these plans, complete 6NI I and in place. 123 Thl $ 15 Construct 6-inch aggregate base replacement, including all labor, these equipment, and materials, as shown on plans, 253 C $ 0 complete and in place. TN Adjust all water valve covers, cleanouts, manholes, electrical, 3 16 telephone, and cable TV pull boxes, gas meters, and vaults to 1 $ ;7 V $ grade, as shown on these plans, complete and in place LS Construct alley approach, per Plan 107 and 210, including all 17 labor, equipment, materials, as shown on these plans, completed and in place. 350 $ Ll 51 SF Cut -in new 6-inch Gate Valve, including furnish and installing 18 valve, appurtenances, disposal of excessive earth material, 73, 2-- imported pipe zone fill, backfill, and surface repairs shown on these plans, complete, and in place. 1 EA $ $ /7 SUB -TOTAL BID AMOUNT — SCHEDULE B $ 21 SUB -TOTAL BID AMOUNT IN WORDS: Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.4 SECTION C ■/ PROJECT BID SCHEDULE C PROJECT NAME, CC 1432 ALLEY "D" BETWEEN CHICAGO & BALTIMORE AVE EAST OF ALABAMA STREET BID ITEMS Itenn, , Description x NA -%*resin Quantity nit . [7AI Cost Total Cast Ns 1 Mobilization and Setup 1 LS $ $ • �` / Excavation Safety Measures: Furnish excavation safety Fmeasures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable $ $ safety orders, complete and in place. 1 LS /z 3 Demobilization & Cleanup 1 LS $ -51? $ -.5 3 S 4 Furnish Traffic Control in accordance with the City of 7 / $./! Huntington Beach requirements, complete and in place. 1 LS Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- 5 cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, 310 $ complete in place. LF Furnish and install 1-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 6 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, 12 VV f $ / ZVc - N' complete and operative in place. EA 2 Furnish and install 2-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 7 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, - 3 [ / $ �7 $ �! complete and operative in place. EA •X1-� Cut, cap, and abandon existing waterline, including all 8 excavation, disposal of excessive earth material, pipe zone fill, slurry, backfill, appurtenances, and surface repair, as shown $O (, on these plans, complete and in place. 1 LS 9 Abandon valve, remove existing valve box and cover and all 1 EA - 3( $ S , C :�) $ 3,05 other work, as shown on the plans, complete in place. 10 Construct concrete gutter as shown on these plans, complete 350 $ $ 56 and in place. LF Construct AC pavement replacement, including all labor, 11 equipment, and materials, as shown on these plans, complete $ $ . and in place. 125 TN C-2.5 SECTION C PROJECT DID SCHEDULE C PROJECT NAME, CC 1432 ALLEY "D" BETWEEN CHICAGO & BALTIMORE AVE EAST OF ALABAMA STREET Des+ex�ou {uataty Unit Unit+ Tatal vst �io ;. r,.....r ._ . \ ; (Extension) Construct 6-inch aggregate base replacement, including all 12 labor, equipment, and materials, as shown on these plans, $ $ complete and in place. 230 TN Adjust all water valve covers, cleanouts, manholes, electrical, 13 telephone, and cable TV pull boxes, gas meters, and vaults to 7/3 $ Oj $ grade, as shown on these plans, complete and in place 1 LS / Construct alley approach, per Plan 107 and 210, including all 14 labor, equipment, materials, as shown on these plans, %6 completed and in place. 132 $� $� SF SUB -TOTAL BID AMOUNT — SCHEDULE C %c SUB -TOTAL BID AMOUNT IN WORDS: t: " "/� Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.6 SECTION C PROJECT BID SCHEDULE D PROJECT NAME, CC 1432 INDIANAPOLIS AVENUE BETWEEN DELAWARE & ENGLAND STREET BED ITEMS r, ate, , S1 1 Mobilization and Setup 1 LS $ $ Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable $ 60-3 $ 6�3 safety orders, complete and in place. LS 3 Demobilization & Cleanup 1 LS $ 3,Y5- $ G 35 4 Furnish Traffic Control in accordance with the City of Huntington Beach 1 $ requirements, complete and in place. LS Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- 5 cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, in 73 complete place. LF 4. Cut, cap, and abandon existing waterline, including all 6 excavation, disposal of excessive earth material, pipe zone fill, slurry, backfill, appurtenances, and surface repair, as shown I $ on these plans, complete and in place. LS 7 Abandon valve, remove existing valve box and cover and all the 1 other work, as shown on plans, complete in place. EA Construct alley approach, per Plan 107 and 210, including all 8 labor, equipment, materials, as shown on these plans, completed and in place. 432 6!S $ SF Cut -in new 6-inch Gate Valve, including furnish and installing 9 valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on 1l these complete, and in 2 EA $ q plans, place. 10 Construct AC pavement replacement, including all labor, equipment, and materials, as shown on these plans, complete 75Y'�2 and in place. 2 TN $3,2,74�� $ Construct 6-inch aggregate base replacement, including all 11 labor, equipment, and materials, as shown on these plans, $ $ complete and in place. 4 TN SUB -TOTAL BID AMOUNT — SCHEDULE D a C-2.7 SECTION C PROJECT DID SCHEDULED PROJECT NAME, CC 1432 INDIANAPOLIS AVENUE BETWEEN DELAWARE & ENGLAND STREET SUB -TOTAL BID AMOUNT IN WORDS: Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.8 SECTION C PROJECT BID SCHEDULE E PROJECT NAME, CC 1432 ALLEY "F" BETWEEN ENGLAND & FLORIDA ST FROM LINCOLN TO MEMPHIS AVE 1111D ITEMS i F' "Ro Q OS jx h Mobilization and Setup 1 LS o Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable 1 safety orders, complete and in place. LS 3 Demobilization & Cleanup 1 LS 4 Furnish Traffic Control in accordance with the City of Huntington Beach requirements, complete and in place. 1 LS Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- 5 cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, 15 complete in place. 368 LF Furnish and install 1-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 6 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, complete and operative in place. 11 EA Construct new fire hydrant assembly, including furnish and 7 installing new buried pipe, valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and 1 surface repairs shown on these plans, complete, and in place. EA 7 Cut -in new 8-inch Gate Valve, including furnish and installing 8 valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on 1 $jai, S 6 these plans, complete, and in place. EA Cut, cap, and abandon existing waterline, including all 9 excavation, disposal of excessive earth material, pipe zone fill, slurry, backfill, appurtenances, and surface repair, as shown on these plans, complete and in place. 1 LS 10 Abandon valve, remove existing valve box and cover and all i 3 other work, as shown on the plans, complete in place. 1 EA Remove and salvage existing fire hydrant including removing 11 buried pipe, valve, and appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface J 3,) 3 repair as shown on these plans, complete, and in place. 1 EA C-2.9 SECTION C PROJECT BID SCHEDULE E PROJECT NAME, CC 1432 ALLEY "F" BETWEEN ENGLAND & FLORIDA ST FROM LINCOLN TO MEMPHIS AVE Item,, ;' Descrpt�ou QUaIIiiil� 1jIIli,;. C jm ,. ., .. Ate. 12 Construct concrete gutter as shown on these plans, complete 270 $ L'd� $ o J and in place. LF Construct AC pavement replacement, including all labor, 13 equipment, and materials, as shown on these plans, complete 97 $ / $ and in place. TN Construct 6-inch aggregate base replacement, including all- = 14 labor, equipment, and materials, as shown on these plans, < $ $ complete and in place. 230 TN ' Adjust all water valve covers, cleanouts, manholes, electrical, 15 telephone, and cable TV pull boxes, gas meters, and vaults to $ �17 (� $ grade, as shown on these plans, complete and in place 1 LS 7 / Construct alley approach, per Plan 107 and 210, including all 16 labor, equipment, materials, as shown on these plans, completed and in place. $ 3 720 SF , Remove and re -construct sidewalk per Plan 207, including all 17 labor, equipment, materials, as shown on these plans,�j completed and in place. '-a �i 56 SF $ - $ Cut-in new 6-inch Gate Valve, including furnish and installing 18 valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on (�+ ��� these in 1 EA $ /.' $ '. plans, complete, and place. SUB -TOTAL BID AMOUNT — SCHEDULE E $� SUB -TOTAL BID AMOUNT IN WORDS --I— �/ / /A e� �7 r � i ,T �� �t' ' r o�i"�' o �,� ., Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.10 SECTION C PROJECT DID SCHEDULE TOTALS PROJECT NAME, CC 1432 Sub -Total Bid Schedule A Sub -Total Bid Schedule B Sub -Total Bid Schedule C Sub -Total Bid Schedule D Sub -Total Bid Schedule E TOTAL BID AMOUNT, BASIS OF AWARD (Schedules A-E) TOTAL BID AMOUNT IN WORDS: Notes: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedules. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.11 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 Items) � � 1Vame and Address of Subcontractor State License Number Class' 'Dollar : Amount"' ,: I of � � , ontract ti ic% clz_A41 5J- z 5y 11 6U 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 NONC®LLUSION AFFIIDAVIT TO BE EXECUTED BY BIIDIDER 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 onb- /y, at C1 Date City State being first duly sworn, deposes and says that he or she is r- of -" v ,ti S) ,-�,� ��" 4 v" 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. CArn C®-V\S4T0C4'\Q-" Name o pidder J� Signe 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 CAST IRON PIPE REPLACEMENT PROJECT, (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: / - L k- - / (- o vI Contracto By C 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. 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: 7- �2 l lContracto r By c r-�, Title C-7 BIDDER certifies that the following information is true and correct: Bidder Name Business Address 6 6 (`1 City, State Zip (IZCS) 5 — 05 %GI Telephone Number 7751'-l:;4 State Contractor's License No. and Class -C 3 Original Date Issued :3 -- 3 e — .-;? o I (.-- Expiration Date k `h��-4L IV\ The work site was inspected by 1 \ of our office on '7-1 S , 201_q The following are persons, firms, and corporations having a principal interest in this proposal: -8 The, undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. Company Name Aul /( ` . Signature of Bidder Printed or Typed Signature Subscribed and sworn to before me this ZZ. day of 1 J , 201 . NOTARY PUBLIC _ BAGHEL SINGH DHANOA Commission B 1944331 -a. Notdry PUNIC - Colifornio t 8t WMuro County My Conan. Expires Aug 12, 2015 r� NOTARY SEAL C-9 Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of potable water pipelines within the public right of way, working within alleys and in close proximity to other existing underground utilities. 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. � G ��� CLk-V- _ 3�"2 v s ,Uf' Wt, Name and Addr ss of Public Agency Name and Telephone No. of Project Manager: S 3 Contract Amount Type of Work Date Completed 2. �n�y � 3� �J.S �7()y Ivy A(G:M-eJ Name and Address of Public Agency Name and Telephone No. of Project Manager: 4 l 9CA l �c �i"' 3 d s3 q (,2-e-,�- A- vc "-w\ AUL- 0-(vCIC a � C ntract ount Type of Work Date Completed Provide additional proj ct descriptign„to show similar work: 3. 14 J rI wood 1 3S izj L n3 wood Name and Address of Public Agency Name and Telephone No. of Project Manager: ate-' 1� � Ms`w , ��. )010 A Amount Type of Work d additional project description to sho similar work: Date c>Uk, C-10 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. \k� " c_k, \ , � � V sz, 0 -0--r Name of proposed Project Manager Telephone No. of proposed Project Manager: b o � ~ <�;� -2' d C17 rr Project Name & Contract Type of Work 7535/ Project Name & Contract Amount Type of Work Project Name k Contract Amount Type of Work 2. /-t tj/,Y Cf l e--A/ v Name of proposed Superintendent Ted a U�3 Date Completed j6,10IDQfa Date Completed Date Completed Telephone No. of proposed Superintendent: D 5- 5�2 S— 6 5 y 7 20 Project Name & Contract Amount Type of Work Date Completed A- y�ti Project Name & Contract Amount Type of Work Date Fompleted Project Name Contract Amount Type of Work Date Completed C-11 INTERNATIONAL FIDELITY INSURANCE COMPANY BOND NO: CEDCO-601 KNOW ALL MEN BY THESE PRESENTS: That we, CEDRO CONSTRUCTION, INC. (hereinafter called the Principal), and INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and doing business under and by virtue of the laws of the State of NEW JERSEY, and duly licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the laws of the State of CALIFORNIA, as Surety, are held and firmly bound unto CITY OF HUNTINGTON BEACH, (hereinafter called the obligee) in the sum equal to 10% of the accompanying bid of the Principal, not, however, in excess of TEN PERCENT OF THE TOTAL AMOUNT BID Dollars 0 0% OF BID AMOUNT), for the payment of which, well and truly to be made, we hereby bind ourselves and our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT WHEREAS, the above bounden Principal as aforesaid, is about to hand in and submit to the obligee a bid for CAST IRON PIPE REPLACEMENT PROJECT, JOB/BID NO. CC-1432, in accordance with the plans and specifications filed in the office of the obligee and under the notice inviting proposals therefore. NOW, THEREFORE, if the bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the principal thereupon by the said obligee, and said principal shall enter into a contract and bond for the completion of said work as required by law, then this obligation to be null and void, otherwise to be and remain in full force and effect. IN WITNESS WHEREOF, said principal and said Surety have caused these presents to be duly signed and sealed this 14TH day of JULY, 2014. BY: l I/w RANDYqPOHN, Attorney -In -Fact having tneir pnncipai ounce in me Very or rvewaiK, rvew .,e[,)ey, uu IIUJU y �� �«��•� ors HAMILTON KENNEY, RANDY SPOHN, MATTHEW R. DOBYNS Santa Ana, CA. their true and lawful attorney( s}in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracrs or inaemnuy and other writin s obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and, acknowledged by their regularly elected officers at their principal offices. This Power of Attorney is executed, and may be revoked, pursuant to and by authority of the. By Laws of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY and is granted under and by authority of the following resolution adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 20th day of July, 2010 and by the Board of Directors of ALLEGHENY CASUALTY COMPANY at a meeting duly held on the 15th day of August, 2000., "RESOLVED, that (11 the President, Vice President. Executive Vice President or Secretary of the Corporation shall have the power to appoint, and to revoke the appointments of, Attorneys -in -Fact or agents with power and authority as defined or limited in their respective powers of attorney, and to execute on behalf of the Corporation and affix the Corporation's seal thereto, bonds, undertakings, recognizances, contracts of indemnity and other written obligations in the nature thereof or related thereto;. and (2) any such Officers of the Corporation may appoint and revoke the appointments of joint -control custodians, agents for acceptance of process, and Attomeys-in-fact with authority to execute waivers and consents on behalf of the Corporation; and (3) the signature, of any such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney or certification given for the execution of any bond, undertaking, recognizance, contract of indemnity or other written obligation in the nature thereof or related thereto, such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation, to be valid and binding upon the Corporation with the same force and effect as though manually affixed, IN WITNESS WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY have each executed and attested these presents on this 12th day of March, 2012. p �UAL7 STATE OF NEW JERSEY (41 County of Essex, �936 ROBERT W. MINSTER Executive Vice President/ChiefOperating Officer (International Fidelity Insurance Company) and President (Allegheny Casualty Company), On this 12th day of. March 2012, before me came the individual who executed the preceding instrument, to me personally, known, and, being by me duly sworn, said he is .the therein described and authorized officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY; that the seals affixed to said instrument are the Corporate Seals of said Companies; that the said Corporate Seals and his signature were duly affixed by order of. the Boards of Directors of said Companies. IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of. Newark, New Jersey the day and year first above written. Co A NOTARY PUBLIC OF NEW JERSEY My Commission Expires April 16, 2019 f'rirri:�.•rFw+�'� CERTIFICATtON I, the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY do hereby certify that.I have. compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Sections of the.By-Laws of said Companies as set forth in said Power of Attorney, with, the originals on file in the home .office, of said companies, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. CALIFORMIA ALL-PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County f ORANGE On MJU before me, ERIKA GUIDO, NOTARY PUBLIC, personally appeared RANDY SPOHN , ® who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/a-Fe subscribed to the within instrument and acknowledged to me that he/she/t" executed the same in his/#ef/theif authorized capacity (yes}, and that by his/hff/theif, 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. . _. ERI1(AGU1D0 IP WITNESS m nd and official seal. a COMM. # 2022671 y NOTARY PUBLIC CALIFORNIA go � ORANGE COUNTY N M�comm. expir _es MaY 5.2017 �� x l Signature 4lotary 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) ❑ LIMITED ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT State of California County of On �y> \ `A before me, Rubel Sind Dhanoa Notary blic (Here insert name and title of the officer) personally appeared \ ) 't- .r,,, -f / , who proved to me on the basis of satisfactory evidence to be the person(4whose name(&)is/are-subscribed to the within instiwnent and acknowledged to me that he/she,y executed the same in his/ -authorized capacity(iGsVmd that by his/1� signature(s)-on the instrument the person(s), or the entity upon behalf of which the persons}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. 1MGHEt $INGH DHANOA� 5 Commission # 1944331 ' WITNESS my hand and official seal. _ Notary public - COldotnia S Wantwa County - My Comm. Expees Aug 11, 1015 ra - (Notary Seal) Signature of Notary Public � lit III I i I Ili `• \ I i�1 I" i i�, `. ti I II` I ��11'' '� I �, I ��> `• DESCRIPTION OAF THE ATTACHED DOCUMENT ON (Title or description of attached document (Title or description of attached document continued) Number of Pages Document Date \,A U Vy (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) ❑ Attomey.-in Fact ❑ Trustee(s)- tl' _ 0 t ter INSTRUCTIONS FOR COMPLETING THIS FORM thry aclonowlecignnent completed in California must contain verbiage exactly as appears above in the notmy section or a separate ac6nowledgment f ri n must be properly completed and attached to that document. The only exception is if a document is to be recorded outside nfCalf cn7d r. In such instances, any alternative aclanawledgment verbiage as may be printed 071 suck a document so long -as the verbiage does not regUh a the notary to do something that is illegal for a tnota)y in California (i.e. certl�bdng the alltho•ized capacity of the signer). Please check the doc:m:ent carefully for proper notarial wording and attaelt thisform ifregui ed. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. e Date of notarization must be the date .that the signers) personally appeared which must also be the same date the acknowledgment is completed. a The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). e Print the name(s) of document signer(s) who personally appear at the time of notarization. a Indicate the correct singular or plural forms by .crossing off incorrect forms (i.e. §e/she/*bey,- is Are) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or Iines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. e Signature of the notary public must match the signature on file with the office of the county clerk. s� AdditionaI information is. not required but could help to ensure Ets acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate -Officer, indicate the title (i.e. CEO, CFO, -Secretary). • Securely attach this document to the signed document 2008 Version CAPA vl2.I0.07 800-873-9865 -www.NotaryCIasses.com 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 October 16, 2014 GRFCO, Inc. P. O. Box 7689 Moreno Valley, CA 92552 RE: Cast Iron Replacement Project—CC-1432 Enclosed please find your original bid bond for CC-1432. Sincerely, J F: pe Enclosure Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand GRFCO. P.O. Box 7699 RECEIVED Moreno Valley, CA 92552 2814 JUL 24 AM 9: 59 CITY CLERr CIT11UNTINdGTON 81Ac11 City of Huntington Beach 2000 Main Street Huntington Beach, CA 92648 Project: Cast Iron Pipe Replacement Project (CC 1432) Bids: July 24, 2014 @ 10:OOAM ,,,--1 f r a -4 s : it '`/)v1..I SECTION C PROPOSAL. for the construction of CAST IRON PIPE REPLACEMENT PROJECT CC No. CC 1432 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 120 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. AccompaWning this proposal of bid, find in the amount Of / U G 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 idderIs Signature c-z SECTION C PROJECT BID SCHEDULE A PROJECT NAME, CC 1432 ALLEY "B" BETWEEN 9TH AND 10TH STREET SOUTH OF WALNUT AVENUE BID ITEMS r. Descripfi6wl 0— A. NT� —2 3- 1 Mobilization and Setup 1 LS $5000 Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable 1 $ LIOW-6 $ 0000 safety orders, complete and in place. LS 3 Demobilization & Cleanup 1 LS $ —ZAXD $ Z &40 4 Furnish Traffic Control in accordance with the City of $ Z006 $ Z1060 Huntington Beach requirements, complete and in place. 1 LS Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- 5 cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, 275 $ 7-5 $ it complete in place. LF Furnish and install 1-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 6 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, $ WO $ k4O 0 'a complete and operative in place. 8 EA Construct new fire hydrant assembly, including furnish and 7 installing new buried pipe, valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and in 1 EA $ 000 $ 14-0190 surface repairs shown on these plans, complete, and place. Cut, cap, and abandon existing waterline, including all 8 excavation, disposal of excessive earth material, pipe zone fill, slurry, backfill, appurtenances, and surface repair, as shown 1 LS $ $ ZaoD on these plans, complete and in place. 9 Abandon valve, remove existing valve box and cover and all 1 $ zcoo $ Zaoo- other work, as shown on the plans, complete in place. EA Remove and salvage existing fire hydrant including removing 10 buried pipe, valve, and appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface Bhp $ repair as shown on these plans, complete, and in place. 1 EA 11 Construct concrete gutter as shown on these plans, complete 200 $ 5.0 $ 0 9 and in place. LF 12 Construct AC pavement replacement, including all labor, $ $ 900 d equipment, and materials, as shown on these plans, complete 64 TN C-2.1 SECTION C PROJECT BID SCHEDULE A PROJECT NAME, CC 1432 ALLEY "B" BETWEEN 9TH AND 10TH STREET SOUTH OF WALNUT AVENUE Description Quantity Unit Unit Cast I otal Cast Exteaa�a and in place. Construct 6-inch aggregate base replacement, including all 13 labor, equipment, and materials, as shown on these plans, $ lia O $ j©D complete and in place. 165 TN Adjust all water valve covers, cleanouts, manholes, electrical, 14 telephone, and cable TV pull boxes, gas meters, and vaults to $ Z �4Q $ Z®!30 grade, as shown on these plans, complete and in place 1 uS Construct alley approach, per Plan 107 and 210, including all 15 labor, equipment, materials, as shown on these plans, completed and in place. $ %O $ y'�00 480 SF Cut -in new 6-inch Gate Valve, including furnish and installing 16 valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on 1 EA $ 000 $ OD0 these plans, complete, and in place. SUB -TOTAL BID AMOUNT — SCHEDULE A / Z.S." SUB -TOTAL BID AMOUNT IN WORDS: Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.2 V SECTION C PROJECT BID SCHEDULE B PROJECT NAME, CC 1432 ALLEY "C" BOUNDED BY 8TH, 9TH, OLIVE AND ORANGE AVENUE BID ITEMS Item D - Quantity Unit �Cost Total;+t; No. ;'> �� %>; ;-. , � tens , 1 Mobilization and Setup 1 LS $ O®O $ 00 6 Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable $ 140000 $ Lf0 O ® 0 safety orders, complete and in place. 1 LS 3 Demobilization & Cleanup 1 LS $ Z 000 $ 7—0 06 4 Furnish Traffic Control in accordance with the City of 1 $ Z_d00 $ Z®6® Huntington Beach requirements, complete and in place. LS Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- 5 cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, 418 $ / 75 $ 73 1"; Z!: complete in place. LF Furnish and install 1-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 6 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, $ tOOO $ zQ O®($ complete and operative in place. 20 EA Furnish and install 2-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 7 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, EAC $ ZQ®O $ Z OOd complete and operative in place. 1 H Furnish and install meter box, trench excavation, disposal of 8 excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, complete and EAC $ 00 D $ O operative in place. 1 H Construct new fire hydrant assembly, including furnish and 9 installing new buried pipe, valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and 1 EAC $ 6130 D $ 0® surface repairs shown on these plans, complete, and in place. H Cut, cap, and abandon existing waterline, including all 10 excavation, disposal of excessive earth material, pipe zone fill, slurry, backfill, appurtenances, and surface repair, as shown 1 LS $ ZQ®0 $ Z ®00 on these plans, complete and in place. 11 Abandon valve, remove existing valve box and cover and all 2 EA $ L.000 $ ®D O C-2.3 SECTION C PROJECT BID SCHEDULE B PROJECT NAME, CC 1432 ALLEY "C" BOUNDED BY 8TH, 9TH, OLIVE AND ORANGE AVENUE Item,. .... escriptmn N ;�;�'f ; "'^h Ali ai�z`� � a\�x�����;�„' �`; ••., ,,, .:,-rF%=f�%n •.'is , .. ,, , :w»' nsm' , other work, as shown on the plans, complete in place. Remove and salvage existing fire hydrant including removing 12 buried pipe, valve, and appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repair as shown on these plans, complete, and in place. 1 EA 13 Construct concrete gutter as shown on these plans, complete 350 $ 7 and in place. LF Construct AC pavement replacement, including all labor, 14 equipment, and materials, as shown on these plans, complete $ {� $ and in place. 123 TN Construct 6-inch aggregate base replacement, including all 15 labor, equipment, and materials, as shown on these plans, $ So $ / Z complete and in place. 253 TN Adjust all water valve covers, cleanouts, manholes, electrical, 16 telephone, and cable TV pull boxes, gas meters, and vaults to $3000 $ �.60,0 grade, as shown on these plans, complete and in place 1 LS Construct alley approach, per Plan 107 and 210, including all 17 labor, equipment, materials, as shown on these plans, completed and in place. $ � ® $ 350 SF Cut -in new 6-inch Gate Valve, including furnish and installing 18 valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on $ 2 ®� $ these plans, complete, and in place. 1 EA J SUB -TOTAL BID AMOUNT — SCHEDULE B SUB -TOTAL BID AMOUNT IN WORDS: Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.4 SECTION C PROJECT BID SCHEDULE C PROJECT NAME, CC 1432 ALLEY "D" BETWEEN CHICAGO & BALTIMORE AVE EAST OF ALABAMA STREET BID ITEMS Item De�cnption—, No. 1 Mobilization and Setup 1 LS $ ;000 $ Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable $ Ll 0 "0 0 $ 0 4 safety orders, complete and in place. LS —fi�(& 3 Demobilization & Cleanup 1 LS $ Z0190 $ 4 Furnish Traffic Control in accordance with the City of 1 $37000 $ Huntington Beach requirements, complete and in place. LS Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- 5 cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, 310 $ 7,< complete in place. LF Furnish and install 1-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 6 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, $/coo $ complete and operative in place. 12 EA Furnish and install 2-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 7 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, $ ZOOO $ complete and operative in place. 3 EA Cut, cap, and abandon existing waterline, including all 8 excavation, disposal of excessive earth material, pipe zone fill, slurry, backfill, appurtenances, and surface repair, as shown 1 $ Z- $ on these plans, complete and in place. LS 9 Abandon valve, remove existing valve box and cover and all 1 $ Z000 $ other work, as shown on the plans, complete in place. EA 10 Construct concrete gutter as shown on these plans, complete in 350 LF $ and place, Construct AC pavement replacement, including all labor, 11 equipment, and materials, as shown on these plans, complete in 125 TN $- and place. 1 C-2.5 SECTION C PROJECT BID SCHEDULE C PROJECT NAME, CC 1432 ALLEY "D" BETWEEN CHICAGO & BALTIMORE AVE EAST OF ALABAMA STREET Item No. Construct 6-inch aggregate base replacement, including all 12 labor, equipment, and materials, as shown on these plans, $ $ complete and in place. 230 TN C Adjust all water valve covers, cleanouts, manholes, electrical, 13 telephone, and cable TV pull boxes, gas meters, and vaults to $ $ grade, as shown on these plans, complete and in place 1 LS Construct alley approach, per Plan 107 and 210, including all Construct 14 labor, equipment, materials, as shown on these plans, labor, completed and in place. $ Z $ SgY 132 SF SUB -TOTAL BID AMOUNT — SCHEDULE C1694.- SUB-TOTAL BID AMOUNT IN WORDS: Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.6 SECTION C PROJECT BID SCHEDULED PROJECT NAME, CC 1432 INDIANAPOLIS AVENUE BETWEEN DELAWARE & ENGLAND STREET BID ITEMS ­65iftill S No I Mobilization and Setup 1 LS Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable 1 $ ODQfj $ 4"00 safety orders, complete and in place. LS 3 Demobilization & Cleanup 1 LS $ Z-&00 $ Z-6,00_ r4 Furnish Traffic Control in accordance with the City of $ $ 3006 Huntington Beach requirements, complete and in place. LS Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- 5 cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, 73 $ $ complete in place. LF Cut, cap, and abandon existing waterline, including all 6 excavation, disposal of excessive earth material, pipe zone fill, slurry, backfill, appurtenances, and surface repair, as shown $ $ on these plans, complete and in place. 1 LS 7 Abandon valve, remove existing valve box and cover and all $ Z OD© $ DOB other work, as shown on the plans, complete in place. 1 EA Construct alley approach, per Plan 107 and 210, including all 8 labor, equipment, materials, as shown on these plans, completed and in place. 432 SF $ $ Cut -in new 6-inch Gate Valve, including furnish and installing 9 valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on $ 4000 $ a 0 these plans, complete, and in place. 2 EA Construct AC pavement replacement, including all labor, 10 equipment, and materials, as shown on these plans, complete 2 TN $ GO $ goo and in place. Construct 6-inch aggregate base replacement, including all 11 labor, equipment, and materials, as shown on these plans, 4 TN $ $ complete and in place. —V-qo SUB -TOTAL BID AMOUNT - SCHEDULE D1770.- C-2.7 SECTION C PROTECT DID SCHEDULE D PROTECT NAME, CC 1432 INDIANAPOLIS AVENUE BETWEEN DELAWARE & ENGLAND STREET SUB -TOTAL BID AMOUNT IN WORDS: Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.s SECTION C PROJECT BID SCHEDULE E PROJECT NAME, CC 1432 ALLEY "F" BETWEEN ENGLAND & FLORIDA ST FROM LINCOLN TO MEMPHIS AVE BID ITEMS M C -'R 60 W v rllw- �"" _0N I Mobilization and Setup 1 LS $ Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable 1 LS $ 40000 $ safety orders, complete and in place. 3 Demobilization & Cleanup 1 LS $ 7-606 $ 4 Furnish Traffic Control in accordance with the City of $ $ Huntington Beach requirements, complete and in place. 1 LS _T000 Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- 5 cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, 368 LF $ r v $ complete in place. Furnish and install 1 -inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 6 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, $ l000$ complete and operative in place. 11 EA Construct new fire hydrant assembly, including furnish and 7 installing new buried pipe, valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and $ $ surface repairs shown on these plans, complete, and in place. 1 EA Cut -in new 8-inch Gate Valve, including furnish and installing 8 valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on $ OW $ �'06O these plans, complete, and in place. 1 EA Cut, cap, and abandon existing waterline, including all 9 excavation, disposal of excessive earth material, pipe zone fill, slurry, backfill, appurtenances, and surface repair, as shown 1 $Z000 $ Z-000 on these plans, complete and in place. LS 10 Abandon valve, remove existing valve box and cover and all 1 $ $ other work, as shown on the plans, complete in place. EA Remove and salvage existing fire hydrant including removing 11 1 buried pipe, valve, and appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface $ 040L $ repair as shown on these plans, complete, and in place. EA C-2.9 SECTION C PROJECT BIB SCHEDULE E PROJECT NAME, CC 1432 ALLEY "F" BETWEEN ENGLAND & FLORIDA ST FROM LINCOLN TO MEMPHIS AVE Item Deseriptiion Qaantity� N6% _. W 12 Construct concrete gutter as shown on these plans, complete $ S a- ' $ and in place. 270 LF ,Sao. Construct AC pavement replacement, including all labor, 13 equipment, and materials, as shown on these plans, complete $ `Lz�- $ and in place. 97 TN Construct 6-inch aggregate base replacement, including all 14 labor, equipment, and materials, as shown on these plans, $ D $ complete and in place. 230 TN f Adjust all water valve covers, cleanouts, manholes, electrical, 15 telephone, and cable TV pull boxes, gas meters, and vaults to $ L grade, as shown on these plans, complete and in place 1 LS Construct alley approach, per Plan 107 and 210, including all 16 labor, equipment, materials, as shown on these plans, completed and in place. 720 SF $ / © — $ Z,404 Remove and re -construct sidewalk per Plan 207, including all 17 labor, equipment, materials, as shown on these plans, completed and in place. 56 $ � � $ q� SF Cut -in new 6-inch Gate Valve, including furnish and installing 18 valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on 1 EA $3000. $ ��_ these plans, complete, and in place. SUB -TOTAL BID AMOUNT — SCHEDULE E SUB -TOTAL BID AMOUNT IN WORDS Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.10 SECTION C PROJECT BID SCHEDULE 'TOTALS PROJECT NAME, CC 1432 Sub -Total Bid Schedule A Sub -Total Bid Schedule B Sub -Total Bid Schedule C Sub -Total Bid Schedule D Sub -Total Bid Schedule E TOTAL BID AMOUNT, BASIS OF AWARD (Schedules A-E) TOTAL BID AMOUNT IN WORDS: - 937, 50Z - - Notes: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedules. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.11 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 Dollar Amount o of Contract %a tweek 1L %'7it+e�iw�Z Co�c.aRlr2 71 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 NONC®LLUSION 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 7 14/y, at Date City State r S era S t— , being first duly sworn, deposes and says that he or she is of GRFCO.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. CRFCOI LNQ Siga-St'ure of Bidder GRrCO, INC. A.O. Box 7689 = _ Moreno Vallev. CA 92552 Address of Bidder C-4 ay/^',:!:j>::�5; :�: �..:2t�'�:�:j$;�i!%�V1C!Ali:'.�;L;1<�nj..�r..��_j�?-.c,YS�ir:�:�=jC�fL�c,::L:��;?>.?��. .�:?C�<T.•..7���..'T. �>�:�:; :��;�=�>-�:j<!=j: �:.:j State of California County of Riverside On,C. �% Z �i 20t y before me, Leon Lopez, Notary Public Date' Here insert Name arR title of the otrlcer personally appeared G—E®QGE t+Ro 5T Names) of signers) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Wam subscribed to the within instrument and acknowledged to me that hs/sheAley executed the same in hi&4wAh& authorized capacity(ies), and that by his/Iae &eiF', signature(4 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 LEON NORIEGA LOPEZ of the State of California that the foregoing paragraph is COMM. #1907501 true and correct.. NOTARYPUBLIC- CALIFORNIA y RIVERSIDE COUNTY My Comm. Expires Oct. 9, 2014 WITNESS my hand and al seal. Place Notary Set Above Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons retying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: GE ®R C-6 F: P-C- aT 0 Individual B Corporate Officer — Tftle(s): President & Secretary C. Partner — 0 Limited ❑ General 0 Attorney in Fact . re Top of thumb he Trustee Guardian or Conservator Other: Signer Is Representing: C—R 1-G® mf4C Number of Pages: Signer's Name: 0 Individual 0 Corporate Officer — Title(s): 1 Partner — 0 Limited 0 General =! Attorney in Fact . Top of thumb here Trustee Guardian or Conservator 0 Other: Signer Is Representing: �J -.•✓:-J'<'✓p:Y:: a.� <��!:` :'e��-.v<'�<"✓S'U,<'✓i. UtiG't�<��rv�<�<:rli-Y �J�<'rlp:'!<'e�G`✓C✓<�'G-v<'-�"`is'J6�:ti<�+�<.ai5`✓'as5�i<'✓<',v<�xv<'v<'✓ 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 CAST IRON PIPE REPLACEMENT PROJECT, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved. " The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Date: Z / C-s 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 urlNo 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: 7Y C-7 Pis Title BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: GRFCO, INC. Bidder Name P.O. Box 7689 Moreno Valley, CA 92552 Business Address City, State Zip (451 ) 65 7 Telephone Number ,2�/ct2 A State Contractor's License No. and Class I�`7y Original Date Issued /S Expirat The work site was inspected by of our office on % 3 , 201 The following are persons, firms, and corporations having a principal interest in this proposal: (3RF'CO, INC. 6. Frc,S t— C-8 M The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. Company ame Signature oPflidder Printed or Typed Signature Subscribed and sworn to before me this24 day of .120141. a LEON NORIEGA LOPEZ C - COMM.##1907501 NO"CARY RUSLIC -CALIFORNIA N % RIVERSIDE COUNTY NOTARY PUBLIC My Comm. Expires Oct. 9, 2014 NOTARY SEAL C-9 State of Califomia County of Riverside On 07 ZS 1 IT before nee, Leon Lopez, Notary Public off— Here Insert Nye and Title or ft offer personally appeared FIX-0 Sr t -*S) of sirs) LEON NORIEGA LOPEZ COMM. #1907501 ` NOTARY PUBLIC -CALIFORNIA S2 RIVERSIDE COUNTY My Comm. It pirea ®ct, 9, 2014 Place Notary seat Above who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islelFe subscribed to the within .- instrument and acknowledged to me that harp executed the same in h&%9#&hw authorized capacty(iss), and that by hislherieiF signature(4 on the instrument the person(ft or the entity upon behalf of which the person(ftacted, executed the instrument. I certify under PENALTY OF PERJURY under the .laws of the State of Cafifomia that the foregoing paragraph is true and correct. - WITNESS my h cal seal. Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons retyft on the document and could prevent fraudulent removal and reattachment of ibis form to another document. ' Title or Type of Document: Document Date: Signers) Other Than Named Above: Capacity(tes) ClWmed by Signer(s) Signet's Name: _ CrO O R-Cta>= F RO Si' 0 Individual B Corporate Officer — TtUe(s). President & secretary 0 Partner — 0 Limited 0 General _ Attorney in Fact Top of thurrlb here E3 Trustee r Guardian or Conservator .� Other Signer Is Representing: C R 1:2Co =NC. Number of Pages: Signet's Name: 0 Individual 0 Corporate Officer — T`itie(s): 0 Partner — 0 Limited 0 General 0 Attorney in Fact Top of thumb here 0, Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: r�^✓:1�+i'•i�.�::e.�_/:'S:`-:\�`yG�JG"Jy`rl:'✓�: ti�<'�L'�:'i-'✓. ��:'u G��. y;�J':.`...^.�S\�`G�%G�':G:.�`_�.'G�JS"�ti"lS\.YG�:'.�L:��G:yS'✓S�'l:\:1:: ✓L\vL\iG'Y:'�! Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of potable water pipelines within the public right of way, working within alleys and in close proximity to other existing underground utilities. 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: 2. 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: 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-10 GRFC®, Inc. — Contract References City of Newport Beach - $1,277,350 Contact: Mr. Peter Tauscher (949) 644-3316 Project Summary: Placement of 5 Hydronamic Separation Units City of Inglewood - $884,500 Contact: Mr. Boytrese Osias (310) 412-5333 Project Summary: 141 Sewer Point Repairs City of Chula Vista - $674,500 Contact: Mr. Mike Schedine (619) 397-6119 Project Summary: 1300' of 18" PVC, Manholes "Storm Drain Improvements" Start: August' 14 -Complete: In Progress "Sewer Point Repair Project - Phase II" Start: July ' 14 - Complete: In Progress "Industrial Blvd Sewer Improvement" Start: June ' 14 - Complete: In Progress Central Basin Municipal Water District - $1,478,400 "Recycled Water Main" Contact: Mr, Jonathan Tat (323) 201-5552 Start: June ' 14 - Complete: In Progress Project Summary: 2346' of 24" CML&C Steel Pipe, Jack casing under 5 fwy City of Fountain Valley - $1,364,000 "Garfield Sewer Replacement" Contact: Mr. Temo Galvez (714) 593-4517 Start: January ' 14 -Complete: In Progress Project Surnmary: 2475' of 10" PVC, Dewatering, Sewer Bypass, T-lock Manholes County of San Diego - $1,557,768 "Trunk D Sewer Improvements" Contact: Mr. Hashem El-bahsh (619) 306-8151 Start: June ' 13 - Complete'. May 2014 (on time) Project Summary: Jack & Open Cut 2225' of 18' PVC/HDPE, Manholes, Paving Los Angeles County Sanitation District - $2,128,000 "Union Street Trunk Sewer" Contact: Mr. Ted Brodeur (310) 701-4935 Start: July ' 13 -- Complete: Feb ' 14 (on time) Project Summary: Jack & Open Cut 993' of 18" Fiberglass Pipe, Manholes, Gas Probe Relocation San Bernardino Associated Governments (SANBAG) - $354,300 "E Street Storm Drain" Contact: Mr. Moody Sabet (909) 784-6067 Start: December ' 13 - Complete: January ' 14 (on time) Project Summary: 485' of 36" RCP, Catch Basins, Manholes, AC Paving City of Santa Fe Springs - $297,585 115 Freeway Water Main" Contact: Mr. Frank Beach (562) 868-0511 Start: October ' 13 - Complete: December ' 13 (on time) Project Summary: 770' of 12" DIP, Testing, R&R Pipe in Casing Rev 7/21/14 GRFC®, Inc. — Contract References City of Fullerton - $50,000 "Morningside Manholes" Contact: Mr. Tony Reynoso (714) 412-1116 Start: September ' 13 — Complete: September ' 13 (on time) Project Summary: Remove/ Replace T-lock Manholes Los Angeles County Sanitation District - $551,000 "Puente Hills Landfill Drainage Improvements" Mr. Kurt Greeb (310) 710-1663 Start: April ' 13 — Complete: August ' 13 (on time) Project Summary: 700' of 42" HDPE Pipe, 1516' of Trapezoid Channels, Structures AllState Eng./ W.J. Lent Contracting Services - $353,544 "Vandenberg AFB — Demolish Housing" Contact: Mr. Leonard Reyes (951) 746-8653 Start: April `13 — Complete: August' 13 (on time) Project Summary: Reduce 91,362 Tons of Asphalt/Concrete to 2" Minus TEG/LVI Environmental Services, Inc. - $375,615 "Downey Studios" Contact: Mr. Lon Omori (562) 407-0570 Start: April ' 13 — Complete: June ' 13 (on time) Project Summary: Reduce 148,871 Tons of Asphalt/Concrete to 1" Minus City of Fullerton - $259,000 "Euclid Sewer Replacement" Contact: Mr. Pete Acosta (714) 732-9060 Start: February ' 13 — Complete: March ' 13 (on time) Project Summary: 1520' of 10" VCP, Manhole, Paving Rev 7/21/14 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. `J / S C-9,-, Name of proposed Project Manager Telephone No. of proposed Project Manager: (7/c/� L// 2 — ti 7/2- Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Date Completed 2. _� � F? -5'j— Name of proposed Superintendent Telephone No. of proposed Superintendent: �� a) 9�/� - L13 g S" Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Date Completed C-11 KNOW ALL MEN BY THESE PRESENTS, That we, GRFCO, Inc. as Principal, and The Guarantee Company of North America USA, a corporation duly organized under the laws of the State of Michigan, as Surety, are held and firmly bound unto City of Huntington Beach as Obligee, in the sum of Ten Percent of the Total Amount of the Bid ($ 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 Cast Iron Pipe Replacement, CC No. 1432, the Project. 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 9th day of July, 2014. WA ITS: BY: The GuarOtee C of North America USA n-Fact Bid Bond 1 of 1 7/9/2014 CS0025 v �-� _�.,. .. :� /:�. .� _ . �`��=�f:vf!=�N?. �. T�:� ,c-,-�C=� ��•;.�5_r:, �L=:�.•;a.��S,.\ ���:�=���S,a.;�:;=3:!'�✓ .�:�f -�5; :�:�: S;a State of California County of Riverside On 2 `> 2.n/ L/ before me, Leon Lopez, Notary Public paw - Here trisect Name and TNe of the Officer personally appeared FRO S": Names) of signerls) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) isle % subscribed to the within instrument and acknowledged to me that h9/sh� executed the same in him authorized capacity#es), and that by his;i$*A4& signature(4 on the instrument the person(*,, or the entity upon behalf of which the person(* acted, executed the instrument. 1 certify under PENALTY OF PERJURY under the laws LEON � ORIEGA LOPEZ of the State of California that the foregoing paragraph is Cn y ° COMM.#1907501 m true and correct. mil" NOTARY PUBLIC •CALIFORNIA i RIVERSIDE COUNTY WITNESS hand al seal. My Comm. Expires Oct. 9, 2014 my Signature Place Notary Seal Above tore of Notary talk OPTIONAL Though the Wormation below is not required by law, it may prove valuable to Qrsons 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) Number of Pages: Signef s Name: GEO RG6 EXCA " Signees Name: ❑ Individual ❑ Individual B Corporate Officer — Title(s): President & Secretary ❑ Corporate Officer — Title(s): Partner — Ci Limited ❑ General _ ❑ Partner — ❑ Limited ` General - _t Attorney in Fact - Top of thumb here ❑ Attorney in Fact Top of ttnrmb here D Trustee C Trustee E Guardian or Conservator a Guardian or Conservator .: Other: ❑ Other: Signer Is Representing: Signer Is Representing: G—R FCo -XWG. 021X17 NaiiorW Notary Assoda6m• 8350 De Soto Ave.. P.a Ekix 2402 • ChaZwcrth. CA 91313-2402• wwxl.Pfa nO4otery.mg (tern 95907 Reorder.CaGTOH•rme i-8W-$76-6W ACKNOWLEDGMENT State of California County of Los Angeles On July 09, 2014 before me, Julie M. Shreckengast, Notary Public (insert name and title of the officer) personally appeared Mark E. Shreckengast who proved to me on the basis of satisfactory evidence to be the person(s) whose namem is/NM subscribed to the within instrument and acknowledged to me that heVWKWexecuted the same in hisMlA)WK authorized capacity0om), and that by his/id # signature(O on the instrument the person(, or the entity upon behalf of which the personM 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. Signatur I n (Seal) lh'�4V.'.SLY.•hV.W.'LV: . JULIE M. SHRECKENGAST COMM. #2019504 3 NOTARY PUBLIC ® CALIFORNIA LOS ANGELES COUNTY Commission Expires APRIL 26, 2017 1p'.'S�.VhSY.Vh5i5lY. x r TIDE 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 Mark E. Shreckengast Summit Surety Insurance Services its true and lawful attorney(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: 1. 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 2. To revoke, at any time, any such Attorney -in -fact and revoke the authority given, except as provided below 3. 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 -in -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. 4. 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. 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. i THE GUARANTEE COMPANY OF NORTH AMERICA USA rha"% STATE OF MICHIGAN Stephen C. Ruschak, Vice President Randall Musselman, Secretary County of Oakland On this 23rd day of February, 2012 before me came the individuals who executed the preceding instrument, to me personally known, and being by me duly swom, 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. Takai 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 My Commission Expires February 27, 2018 J 9. Acting in Oakland County �GtG� Cam, 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. / w»*�s� \ IN WITNESS WHEREOF, I have thereunto set my hand and attached the seal of said Company this 9th day of July 2014 5 i 1 o 0�� Randall Musselman, Secretary 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 October 16, 2014 JA Salazar Construction & Supply Corp. 613 N. Harbor Blvd. La Habra, CA 90631 RE: Cast Iron Replacement Project—CC-1432 Enclosed please find your original bid bond for CC-1432. Sister Cities: Anjo, Japan ® Waitakere, New Zealand JASAL4ZAR CONSTRUCTION & SUPPLY CORP. 613 N. HARBOR BLVD. LA HABRA, CA. 90631 RECEIVED 2014 JUL 24 AM 9= 44 CITY CLERK CITY OF HUNTINGTON BEACH SlEAL*'--D 'e.'►p Cc No. Cc l Lk3z ItA 1-4A rc C.IT\, INrc� Orl 'E0%,F-lA - viol ClPl LOvm VUILV�1.A. L UAAL. -tC-L-�v 617-- 'To -r'Ar-- -TEE 0-try eLrzzv . i -,- "NUA sT,l 2ND 'Rzoe— City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For CAST IRON PIPE REPLACEMENT PROJECT CC No. CC 1432 July 17, 2014 Notice to All Bidders: 1. The bid due date and time shall be changed from July 22, 2014 to July 24, 2014, at 10:00 AM. Bids shall be delivered to the City Clerk's Office, prior to 10:00 AM. The Bid Opening will be held in the Conference Room Number BS, which is located adjacent to the City Council Chambers at 10:00 AM on Tuesday July 24, 2014. 2. Section 9-4 Bid Item Descriptions, page E-23 of the project Specifications, shall be amended to add the following text as shown in RED. Bid Item 5, Schedule A, B, C, D, E, Install 6-inch PVC C900 DR14 or C909 PC 305 pipeline: A. This bid item shall be paid at the unit price per lineal foot of pipe and fittings, measured per 9-1.2 Methods of Measurement. B. Furnish and install 6-inch PVC C900 DR14 or C909 PC305 pipeline including connections to existing water mains, with Styrene Butadiene (SBR)Styrene Butadiene (SBR) gaskets, including all valves, fittings, cathodic protection, temporary blow -offs and appurtenances, potholing of utilities in accordance with the City Water Specifications Section 01724 Part 3, all the work necessary to flush, pressure test, disinfect, de - chlorinate, connection points in accordance with the City's Standards Section 01724 Part 3, tie to existing facilities, protection of existing power poles including support of poles as required during construction, pavement saw cutting and removal, excavation, backfill, temporary AC surface repair, and thrust restraint, as shown on these plans, complete and operative in place. For pipeline that is not located within an alley or an alley approach that is designated to be removed and replaced, this bid item shall include all labor and materials to perform pipeline installation and roadway surface repair in accordance with Standard Plan 109, including saw cutting, cold Milling temporary AC surface repair, asphalt concrete, aggregate base and slurry seal. This Addendum shall be acknowledged within the Bid Proposal on sheet C-2. Any questions or comments to this Addendum Number One shall be directed to Andrew Ferrigno, at 714-536- 5291, or at aferrigno@surfcity-hb.org. SECTION C PROPOSAL for the construction of CAST IRON PIPE REPLACEMENT PROJECT CC No. CC 1432 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 120 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 7R�%r 'XOkQ 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: NOW C-2 SECTION C PROJECT BID SCHEDULE A PROJECT NAME, CC 1432 ALLEY "B" BETWEEN 9TH AND 10TH STREET SOUTH OF WALNUT AVENUE BID ITEMS em ese rP n ' K" U nit VIM s. 2m. 1 Mobilization and Setup 1 LS $ 1 SWO $ Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable in 1 LS $ SSM $ ESCO safety orders, complete and place. 3 Demobilization & Cleanup 1 LS $ 1 MOO $ 10000 4 Furnish Traffic Control in accordance with the City of $ $ SM Huntington Beach requirements, complete and in place. 1 LS Soo Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- 5 cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, in 275 LF $ L1 W $ 110000 complete place. Furnish and install 1 -inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 6 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, $ 2Z00 $ 20mo complete and operative in place. 8 EA Construct new fire hydrant assembly, including furnish and 7 installing new buried pipe, valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and in 1 EA $ \SZOG $ 12SQ0 surface repairs shown on these plans, complete, and place. Cut, cap, and abandon existing waterline, including all 8 excavation, disposal of excessive earth material, pipe zone fill, slurry, backfill, appurtenances, and surface repair, as shown in 1 LS $2500 $ 2SQ0 on these plans, complete and place. 9 Abandon valve, remove existing valve box and cover and all 1 $ -2 $ 2Soo other work, as shown on the plans, complete in place. EA —c;m Remove and salvage existing fire hydrant including removing 10 buried pipe, valve, and appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface $ $ repair as shown on these plans, complete, and in place. 1 EA kZSC \-ZSG 11 Construct concrete gutter as shown on these plans, complete 200 LF $ \AD $ JbkZo and in place. - 12 Construct AC pavement replacement, including all labor, 64 TN $ 200 $ equipment, and materials, as shown on these plans, complete C-2.1 SECTION C PROJECT BID SCHEDULE A PROJECT NAME, CC 1432 ALLEY "B" BETWEEN STH AND 10TH STREET SOUTH OF WALNUT AVENUE Its �q Quanh 1<3mt 71 ost tatclosv"' and in place. Construct 6-inch aggregate base replacement, including all 13 labor, equipment, and materials, as shown on these plans, in 165 $ 1C 6500 complete and place. TN Adjust all water valve covers, cleanouts, manholes, electrical, 14 telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans, complete and in place 1 LS $ 55m $ SS,'co Construct alley approach, per Plan 107 and 210, including all 15 labor, equipment, materials, as shown on these plans, completed and in place. $ LA'S 480 SF Cut -in new 6-inch Gate Valve, including furnish and installing 16 valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on these in 1 EA $ 116100 plans, complete, and place. SUB -TOTAL BID AMOUNT — SCHEDULE A SUB -TOTAL BID AMOUNT IN WORDS: 71WCo Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.2 SECTION C PROJECT BID SCHEDULE B PROJECT NAME, CC 1432 ALLEY "C" BOUNDED BY 8TH, 9TH, OLIVE AND ORAN14 AVENUE BID ITEMS Item Descri ion Quantity Unii knit<c�st� a ; s {, 1 Mobilization and Setup 1 LS $ 1�' $ Sa:Q Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable safety orders, complete and in place. 1 LS $ 5'Soo $ Ssc o 3 Demobilization & Cleanup 1 LS $ Lox)-� $ I0000 4 Furnish Traffic Control in accordance with the City of $ $ Huntington Beach requirements, complete and in place. 1 LS 50M 5cm Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- 5 cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, complete in place. 418 LF $LkIZ13 $yrnzoo Furnish and install 1-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 6 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, complete and operative in place. 20 EA $9-SCIO $ SOS Furnish and install 2-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 7 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, in 1 EAC H $ 3SQQ $ �m complete and operative place. Furnish and install meter box, trench excavation, disposal of $ excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, complete and in 1 EAC H $�2cp_ $ \20O operative place. Construct new fire hydrant assembly, including furnish and 9 installing new buried pipe, valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and in 1 EAC H $ 12500 $ \z5�Q surface repairs shown on these plans, complete, and place. Cut, cap, and abandon existing waterline, including all 10 excavation, disposal of excessive earth material, pipe zone fill, slurry, backfill, appurtenances, and surface repair, as shown 1 LS $ 25c c� $ -2Sao on these plans, complete and in place. 11 Abandon valve, remove existing valve box and cover and all 2 EA $ 2_%CQ $ Scoz) C-2.3 SECTION C PROJECT BID SCHEDULE B PROJECT NAME, CC 1432 ALLEY "C" BOUNDED BY 8TH, 9TH, OLIVE AND ORANGE AVENUE itin DCscrpo Unit -%"UW#4". other work, as shown on the plans, complete in place. Remove and salvage existing fire hydrant including removing 12 buried pipe, valve, and appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repair as shown on these plans, complete, and in place. 1 EA $ 1250 $ 125o 13 Construct concrete gutter as shown on these plans, complete and in place. 350 LF $ qS $ 2_cnso Construct AC pavement replacement, including all labor, 14 equipment, and materials, as shown on these plans, complete and in place. 123 TN $ 2.� $ 2L1 (.oQ Construct 6-inch aggregate base replacement, including all 15 labor, equipment, and materials, as shown on these plans, complete and in place. 253 TN $ k � $ 253r_'0 Adjust all water valve covers, cleanouts, manholes, electrical, 16 telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans, complete and in place 1 LS $ SSQQ $ SSQO Construct alley approach, per Plan 107 and 210, including all 17 labor, equipment, materials, as shown on these plans, completed and in place. 350 SF $ 4T; $ 1 s - I S Cut -in new 6-inch Gate Valve, including furnish and installing 18 valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on these in 1 EA $ $ kNsoo plans, complete, and place. SUB -TOTAL BID AMOUNT — SCHEDULE B $ SUB -TOTAL BID AMOUNT IN WORDS: Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.4 SECTION C PROJECT BID SCHEDULE C PROJECT NAME, CC 1432 ALLEY "D" BETWEEN CHICAGO & BALTIMORE AVE EAST OF ALABAMA STREET HID IT -Mu - ki g. Description QuAntityCosh Total Cost No. al M I Mobilization and Setup 1 LS $ 15 OM $ IS;= Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable safety orders, complete and in place. 1 LS $ ESCO $ F; S(',Z 3 Demobilization & Cleanup 1 LS $ 1OMQ $ 4 Furnish Traffic Control in accordance with the City of Huntington Beach in 1 LS $ $ S;000 requirements, complete and place. Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- 5 cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, complete in place. 310 LF $ $ 12-g000 Furnish and install 1 -inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 6 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, complete and operative in place. 12 EA $ 2sm $ �Oaco Furnish and install 2-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 7 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, complete and operative in place. 3 EA $ .3 Soo $ �oscc� Cut, cap, and abandon existing waterline, including all 8 excavation, disposal of excessive earth material, pipe zone fill, slurry, backfill, appurtenances, and surface repair, as shown these in 1 LS $ 2ZCc $ on plans, complete and place. 2-S= 9 Abandon valve, remove existing valve box and cover and all other work, as shown on the plans, complete in place. 1 EA $ 2 $ 2SM 10 Construct concrete gutter as shown on these plans, complete and in place. 350 LF $ $ ZA-ISQ Construct AC pavement replacement, including all labor, 11 equipment, and materials, as shown on these plans, complete in 125 TN $ $ 2 and place. 1 1 C-2.5 SECTION C PROJECT BID SCHEDULE C PROJECT NAME, CC 1432 ALLEY "D" BETWEEN CHICAGO & BALTIMORE AVE EAST OF ALABAMA STREET 10 rE W" gm'�' Ian 3P Construct 6-inch aggregate base replacement, including all 12 labor, equipment, and materials, as shown on these plans, in 230 TN $ 10C) $ 230M complete and place. Adjust all water valve covers, cleanouts, manholes, electrical, 13 telephone, and cable TV pull boxes, gas meters, and vaults to these in 1 LS $_SSC:Q $ grade, as shown on plans, complete and place Construct alley approach, per Plan 107 and 210, including all 14 labor, equipment, materials, as shown on these plans, completed and in place. 132 SF $ LA'S $ SCIL40 — --t- I-- - SUB -TOTAL BID AMOUNT — SCHEDULE C $ 22S(60 SUB -TOTAL BID AMOUNT IN WORDS: %AW4Z. Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.6 SECTION C PROJECT BID SCHEDULE D PROJECT NAME, CC 1432 INDIANAPOLIS AVENUE BETWEEN DELAWARE & ENGLAND STREET B11D ITEMS QU _Vnif ullt*St T 6s if silo 1 Mobilization and Setup 1 LS 15wn Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable in 1 LS G;SQ0 safety orders, complete and place. 3 Demobilization & Cleanup 1 LS 4 Furnish Traffic Control in accordance with the City of Huntington Beach requirements, complete and in place. 1 LS c7 Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- 5 cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, complete in place, 73 LF $L3,00 Cut, cap, and abandon existing waterline, including all 6 excavation, disposal of excessive earth material, pipe zone fill, slurry, backfill, appurtenances, and surface repair, as shown on these plans, complete and in place. 1 LS 7 Abandon valve, remove existing valve box and cover and all other work, as shown on the plans, complete in place. 1 EA 2SpQ 2S30 Construct alley approach, per Plan 107 and 210, including all 8 labor, equipment, materials, as shown on these plans, completed and in place. 432 SF Cut -in new 6-inch Gate Valve, including furnish and installing 9 valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on these plans, complete, and in place. 2 EA $_AL503 ZSQc� Construct AC pavement replacement, including all labor, 10 equipment, and materials, as shown on these plans, complete 2 TN $ ZC0 14(J0 and in place. Construct 6-inch aggregate base replacement, including all 11 labor, equipment, and materials, as shown on these plans, 4 TN $ Aoo 4(30 complete and in place. SUB -TOTAL BID AMOUNT — SCHEDULE D $ C-2.7 SECTION C PROJECT BID SCHEDULED PROJECT NAME, CC 1432 INDIANAPOLIS AVENUE BETWEEN DELAWARE & ENGLAND STREET SUB -TOTAL BID AMOUNT IN WORDS: Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.8 SECTION C PROJECT BID SCHEDULE E PROJECT NAME, CC 1432 ALLEY "F" BETWEEN ENGLAND & FLORIDA ST FROM LINCOLN TO MEMPHIS AVE BED ITEMS ion n n g No' 4LI" I Mobilization and Setup I 1 LS $ ISOOO $ ISCM Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable 1 LS $ SS0C) $ RStO safety orders, complete and in place. 3 Demobilization & Cleanup 1 LS $ 10000 $ _jQQCD_ 4 Furnish Traffic Control in accordance with the City of 1 LS $ Sb*Q $ Huntington Beach requirements, complete and in place. Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- 5 cuffing and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, 368 LF $ 400 $ ITIZ-60 complete in place. Furnish and install 1 -inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 6 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, 11 EA $ 2S00 $ complete and operative in place. Construct new fire hydrant assembly, including furnish and 7 installing new buried pipe, valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and in 1 EA $ 12500 $ 12SQQ surface repairs shown on these plans, complete, and place. Cut -in new 8-inch Gate Valve, including furnish and installing 8 valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on 1 EA $ -2-Soo $ -2_Sno these plans, complete, and in place. Cut, cap, and abandon existing waterline, including all 9 excavation, disposal of excessive earth material, pipe zone fill, slurry, backfill, appurtenances, and surface repair, as shown 1 LS $ 2SO0 $ '2SOO on these plans, complete and in place. 10 Abandon valve, remove existing valve box and cover and all 1 EA $ 2SCO $ 2_S00 other work, as shown on the plans, complete in place. Remove and salvage existing fire hydrant including removing 11 buried pipe, valve, and appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface 1 EA $ 250 $ repair as shown on these plans, complete, and in place. C-2.9 SECTION C PROJECT BID SCHEDULE E PROJECT NAME, CC 1432 ALLEY "F" BETWEEN ENGLAND & FLORIDA ST FROM LINCOLN TO MEMPHIS AVE D i Lo k � 12 Construct concrete gutter as shown on these plans, complete and in place. 270 LF $ $ gic) Construct AC pavement replacement, including all labor, 13 equipment, and materials, as shown on these plans, complete in 97 TN $ $ and place. _JS_40Q_ Construct 6-inch aggregate base replacement, including all 14 labor, equipment, and materials, as shown on these plans, complete and in place. 230 TN $ 100 $ 23OCO Adjust all water valve covers, cleanouts, manholes, electrical, 15 telephone, and cable TV pull boxes, gas meters, and vaults to 1 $ SSdo $ grade, as shown on these plans, complete and in place LS Construct alley approach, per Plan 107 and 210, including all 16 labor, equipment, materials, as shown on these plans, completed and in place. 720 SF $ $ I �'Zt A 0 (3 Remove and re -construct sidewalk per Plan 207, including all 17 labor, equipment, materials, as shown on these plans, completed and in place. 56 SF $ 2Z $ 1Lyo0 Cut -in new 6-inch Gate Valve, including furnish and installing 18 valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on these plans, complete, and in place. 1 1 EA $ 11sm $ wsoo SUB -TOTAL BID AMOUNT - SCHEDULE E $ SUB -TOTAL BID AMOUNT IN WORDS I Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.10 SECTION C PROJECT BID SCHEDULE TOTALS PROJECT NAME, CC 1432 Sub -Total Bid Schedule A Sub -Total Bid Schedule B Sub -Total Bid Schedule C Sub -Total Bid Schedule D Sub -Total Bid Schedule E TOTAL BID AMOUNT, BASIS OF AWARD (Schedules A-E) TOTAL BID AMOUNT IN WORDS: -Flee 41u.Ao -'F t ed 1 ;32'7. SSG, aG Notes: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedules. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.11 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 $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid Items Name and Addkss"of Subcontractor - _=�" :>..: 'State' License Number ` Class Dollar Amount of Contract to -(LA ALL. AVW=V_%CR ASIPkIALT' E.. b-CN SC'.��Sax2z2q QortoNAI cA CMA11$ 2b�7Q'13A A 293.��1$ 23°t�o 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 BIDDEN 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 , at L�k -o^iayA , eA at City State �Lh-ZAQ- , being first duly sworn, deposes and says that he or she is �12 trr of J , A • S%tj%'Z V— CoNsr. 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. J A SALAZAR CONSTRUCTION & SUPPLY CORP. 613 N. HARBOR BLVD. LA HABRA. CA. 90631 r,tI N • woe- Btyo. LA HaMM . CA gC63t 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 CAST IRON PIPE REPLACEMENT PROJECT, (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: J A SALAZAR CONSTRUCTION & SUPPLY CORP. 613 N. HARBOR BLVD. 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 O 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: I I 2 J A SALAZAR CONSTRUCTION & SUPPLY CORP. 613 N. HARBOR BLVD. Title C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: V SL�d�2A� Cb'..4STlQ-ulCTtb*1 Bidder Name Q:>%3 14- V\990ca- 'VYWD. Business Address LA 3AP.eA.A CA Q063 City, State Zip Telephone Number —743 -1 A ev c-a4 State Contractor's License No. and Class 121a19n Original Date Issued S/31 f 1(a Expiration Date The work site was inspected by ktr Clc agA of our office on --i 2 , 2014. The following are persons, firms, and corporations having a principal interest in this proposal: ":N , !a . SAtkzAP— cba.►s�a.c��tot�i C-8 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 Sett f(EOLAZAR CONSTRUCTION & SUPPLY CORP. 613 N. HARBOR BLVD. f LA HABRA, CA. 90631 Company N ' V \ Signature of Bi r Printed or Typed Signature Subscribed and sworn to before me this _2g day of , 201ti. NOTARY PUBLIC NOTARY SEAL C-9 State of California County of b-� -� On personany appearea -- who proved to me on the basis of satisfactory evidence to be the person(0) whose name(p) isim subscribed to the within instrument and acknowledged to me that he/ executed the same in hisftft& authorized capacity), and that by his/K signature(s) on the instrument the person(*, or the entity upon behalf of which the person(k) 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. Signature 4 " &�i [w (Seal) A.CAS TILLO o COMM. #1912838 z z , Notary Public California M Los Angeles County ° M Comm. Expires Nov. 11, 2014 ACK PARA WPOP (Rev 0MG) Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of potable water pipelines within the public right of way, working within alleys and in close proximity to other existing underground utilities. 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 Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Provide additional project description to show simil work: 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: 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 wor C-10 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. 1'�EssE Name of proposed Project Manager Telephone No. of proposed Project Manager: SSE OCTMO Project Name & Contract Amount Type of Work % Date Completed Project Name & Contract Amount Type of Work Project Name & Contract Amount Type of Work 2. �.ut�Ept Qu-E%r Name of proposed Superintendent Telephone No. of proposed Superintendent: r°IS%� -t- k-1-10 it b, \. Project Name & Contract Amount Type o/Work Project Name & Contract Amount Type o\ Work Project Name & Contract Amount Type of Work Date Completed Date Completed Date Completed Date Completed Date Completed C-11 J.A. SALAZAR CONSTRUCTION & SUPPLY CORP GENERAL ENGINEERING CONTRACTOR License No. A743587 613 N. Harbor Blvd A17ACHMENT "A" La Habra CA 90631 Tel (562) 691-3647 — Fax (562) 691-1092 CURRENT & COMPLETED PROJECTS Data k1 "scriotion Agency A#reas Contact Phoia # "C ontroidt $ .. .......... Central City 8" Water Main Inst 20 Civic Center Plaza (M-43), Ed Torres 1/9/2009 Citv of Santa Ana Santa Ana CA 92701 (714) 647-5018 etorres@santa-ana.or $ 777,329.00 8" Watermain on Maryland Ave Crescenta Valley 2700 Foothill Blvd, La Crescenta — Julian Lee 11/30/2009 Water District CA 91214 (818) 248-3925 iu!ge cvwd.com $ 325,424.00 Bloomfield/Civic Center Dr Golden State 12035 Burke St, Santa Fe Springs Ruben 12/15/2009 Water Company CA 90670 Trigueros (562) 907-9200 rtriguerosswate�r.com $ 1,758,034.00 Slauson Ave Watermain (domestic Golden State — 12035 Burke St, Santa Fe Springs Ruben 5/15/2010 12" water main) Water Company CA 90670 Trigueros (562) 907-9200 rtriguerosp_qswater.com $ 346,935.00 Centralia Plant Discharge Piping Golden State — 12035 Burke St, Santa Fe Springs Ruben 10/30/2010 (plant work, steel & DIP) Water Company CA 90670 Trigueros (562) 907-9200 rtrigueros@gswater.com $ 217,112.00 District 1 Water Main; Phase 1 505 S. Garey Ave, Pomona CA Jason Brown (domestic 8" & 6" DIP water main 11/23/2010 including services, hydrants, appurt.) City of Pomona 91769 (562.) 908-6222 'brown@willdan.com $ 1,440,619.00 Mayflower Ave Water Main Repi Golden State 1920 W. Corporate Way, Anaheim Todd Waltz (domestic8" & 6" DIP water main including 12/29/2010 services, hydrants, appurt.) Water Company Ca 92801 (714) 535-7711 todd.waltz@clswater.com $ 105,115.00 Chapman Ave Watermain Repi Golden State 1920 W. Corporate Way, Anaheim Kerwin Fujikami (domestic 12" & 10" DIP water main 1/7/2011 includin q services, hydrants, appurt.) Water Company Ca 92801 (714) 535-7711 kerwin.fulikami@gswater.com $ 393,353.00 GWP Foothill Well & Facilities 141 N. Glendale Ave, Glendale Ca Rosanna Lau Project (well rehab, discharge line, discharge tank, grading, retaining wall, instrumentation & telemetry, flow meters, 1/24/2011 chlorinations system, 8" DIP, vaults. City of Glendale 91206 (818) 548-3966 rlau@ci.glendale.ca.us $ 1,292,100.00 WB-33 PRS/Vault Replacement Golden State 1225 W 190th St., Suite 350, Joe Farrah (MWD interconnect, 8" & 6" steel piping, metering station, instrumentation & 2/23/2011 telemetry, large vault) Water Company Gardena 90248 (310.) 436-6950 farrah swater.cam $ 355,380.00 Inglewood Waterline Replacement City of Inglewood One Manchester Blvd, Inglewood Jose Ramirez (domestic 8" & 6" DIP water main 3/4/2011 including services, hydrants, appurt.) CA 90301 (310) 412-5333 ramirez cit ofin lewood.or $ 589,310.00 Sayre St Transmission Main City of San 117 Macneil St, San Fernando CA Manuel Fabian 3/31/2011 (domestic 12" DIP water main) Fernando 91340 (818.) 898-1243 mfabian@sfci!y.org $ 255,740.00 2011 Hydrant Replacement Golden State 2143 Convention Center Way Danielle Jones 7/31/2011 Program Water Company # 110, Ontario CA 91764 111 qrl()nes@_gswater.com $ 43,800.00 6" Watermain in Alley e/o Avalon Golden State 1225 W 190th St., Suite 350, Joe Farrah 7/31/2011 Water Company Gardena 90248 (310) 436-6950 1 farrah_@gswater.com $ 56,846.00 8" Watermain in Alley w/o Golden State 1225 W 190th St., Suite 350, Joe Farrah 7/31/2011 Normandie Water Company Gardena 90248 1 1 (310) 436-6950 ±arrah@(Lswater.com $ 227,943.00 PrDlect HatDry - Updated 1 of3 J.A. SALAZAR CONSTRUCTION & SUPPLY CORP GENERAL ENGINEERING CONTRACTOR License No. A743587 613 N. Harbor Blvd ATTACHMENT "A" La Habra CA 90631 Tel (562) 691-3647 — Fax (562) 691-1092 CURRENT & COMPLETED PROJECTS ikiription 'A iiii AddroWa, C ne,#- EmailComplla�t,ed 4 Bonnie Cove Water Main Rep[ Golden State 1920 W. Corporate Way, Anaheim Todd Waltz (domestic 12", 10" & 8" DIP water main 8/5/2011 including services, hydrants, appurt.) Water Company Ca 92801 (714) 535-7711 todd.waltL@_qswater.com $ 396,420.00 Plant 33 Modifications Monte Vista Water 10575 Central Ave Montclair CA Hank Aceves 8/12/2011 District 91763 (909) 267-2185 hacevesp_mvwd.org $ 31,000.00 Josephine St Water Main (install 11330 Bullis Rd, Lynwood CA Paul Nguyen 8/15/2011 2,500 LF of 12" DIP) City of Lynwood 90262 (310) 603-0220 nguyen@jyE!wood. c a, �us $ 464,707.00 2011 Retail Zone Water East Orange 185 N. McPherson Rd Orange CA Distribution Improvements (install County Water Lisa Ohlund 8/26/2011 1,425 LF of 8" DIP) District 92869 (714) 538-5815 lohlund@-eLocwd.com $ 275,000.00 Pressure Reducing Station Zone 2 City of Arcadia City of Arcadia, Public Works Services Dept 11800 Goldring Rd Engineering 10/15/2011 to Zone 2A Arcadia CA 91006 (626) 256-6554 aabe to ci.arcadia.ca.us $ 135,220.00 Diamond Park Mutual Water 20 Civic Center Plaza (M-43), Ed Torres Company Water Main Improvements (install 4,200 LF of 8" & 5/15/2012 12" DIP) City of Santa Ana Santa Ana CA 92701 (714) 647-5018 etorres@santa-ana.org $ 593,068.50 Watermain Replacement; Job 205 S. Willowbrook Ave Compton Martin Urquhart 9/15/2012 120W (install 24,000 LF of 8"-12" DIP) City of Compton CA 90220 (310) 605-6246 murguhart@comptoncity.or q $ 4,300,738.00 College Reservoir Golden State 2143 Convention Center Way Ed Khong 4/15/2012 Water Company #110, Ontario CA 91764 (909.) 937-0111 edkhongQgswater.com $ 25,800.00 Beach Blvd Water Main Repl. Golden State 1920 W. Corporate Way, Anaheim Todd Waltz On Hold (install 1,550 LF of 12" DIP) Water Company Ca 92801 (714) 535-7711 todd.waltzp_qswater.com $ 472,880.00 Watermain Repl #53612; (install 303 W. Commonwealth Ave, Lorrie Lausten 8/8/2012 7,700 LF of 6"-12" DIP) City of Fullerton Fullerton CA 928320 (714) 738-6867 lorrel ci.fullerton.ca.us $ 1,119,020.00 Domestic Water Line (install 4500 LF Cal St Poly 3801 W. Temple Ave Pomona CA Bruyn Bevans 8/6/2012 of 8" PVC) Pomona 91768 909 979-5517 gbevans 0upomona.edu $ 492,000.00 ' Mulford Ave St Water Main (install 11330 Bullis Rd, Lynwood CA Paul Nguyen 10/1/2012 2,500 LF of 12" DIP & steel) City of Lynwood 90262 (310) 603-0220 pnguyen@_Iynwood.ca.us $ 522,775.00 Westmont Service replacments 505 S. Garey Ave, Pomona CA Tim Hampton 8/30/2012 (replace existing domestic water services) City of Pomona 91769 (562) 908-6222 tim ham ton@ci.gomona.ca.us $ 419,730.00 Pioneer Blvd Watermain (domestic Golden State 12035 Burke St, Santa Fe Springs Ray Burk 10/9/2012 8" water main) Water Company CA 90670 562 907-9200 ray.burk@gswater.com $ 432,720.00 Service Line Replacements Golden State 1920 W. Corporate Way, Anaheim Ed Khong 10/18/2012 (domestic services) Water Company Ca 92801 (714) 535-7711 edkhong@gs�te r. c om $ 134,200.00 Florence Ave. & Welk Ave., Bell Golden State 3/29/2013 Water Company $ 635,677.00 Project History - Updated 2 of 3 J.A. SALAZAR CONSTRUCTION & SUPPLY CORP GENERAL ENGINEERING CONTRACTOR License No. A743587 13 N. Harbor Blvd ATTACHMENT "A" L6a Habra CA 90631 Tel (562) 691-3647 — Fax (562) 691-1092 CURRENT & COMPLETED PROJECTS J�b Description A4ency 4- Address re a tC ont ct Phone"*­ tra4l .......... .......... & "Tall Watermain Replacement; Job 205 S. Willowbrook Ave Compton Martin Urquhart 4/25/2013 165W (install 21,000 LF of 8"-12" DIP) City of Compton CA 90220 (310) 605-6246 murguhart@comptoncity.or q $ 3,261,000.00 Bullis Road 11330 Bullis Rd, Lynwood CA 5/22/2013, City of Lynwood 90262 Elias Saikaly (310) 603-0220 esaikalI nwoqd.ca.us $ 448,035.00 Alley Service Conversation, Ph. 11 1800 E. Wardlow Rd., Long Beach 6/14/2013 City of Lon q Beach CA 90807 $ 1,041,501.00 Golden State 630 E. Foothill Blvd. San Dimas, 7/12/2013 8 1 st St. Water Company CA 91703 $ 1,213,573.00 1482 - Gen Srvcs Golden State 2143 Convention Center Way 7/12/2013, Water Company #110, Ontario CA 91764 $ 656,795.00 Central Basin 6252 Telegraph Road, Commerce, Municipal Water CA 90040-2512 7/26/2013 Burke and Dice Road District Jacqueline Bell (323) 201-5528 iacciuelineb@centralbasin.org $ 644,105.00 Jackson Golden State 630 E. Foothill Blvd. San Dimas, 8/23/2013 Water Company CA 91703 Todd Waltz (714) 535-7711 todd.waltz@qs�ater..com $ 295,580.00 Water Main Replacement, Ph. III City of Inglewood 1 Manchester Blvd. Inglewood, CA 11/21/20131 90301 Boytrese Osias (310) 412-5358 bosias@cityofinglewood.org $ 1,855,720.00 Alley Vermont Golden State 2143 Convention Center Way 1/16/2014 Water Company #110, Ontario CA 91764 Shivdev S. Brar (310) 436-6950 Shivdev.Brar@_)gswater.com $ 466,825.00 2" PRV Golden State 2143 Convention Center Way 12/31/2013 Water Company #110, Ontario CA 91764 Shivdev S. Brar (310) 436-6950 Shivdev.Brar gswater.com $ 20,500.00 Peridot, Twin Peak City of Anaheim 200 S. Anaheim Blvd., Anaheim, 3/27/2014 CA 92805 Robert Hoang (714) 765-4229_ Rhoang@anaheim.net $ 840,000.00 8th Street Water Main City of Buena Park 6650 Beach Blvd. Buena Park, CA 6/13/2014 90622 Francisco Gutierrez (714) 562-3687 fqutierrez@bueaqagrk.com $ 544,485.00 Avalon and El Segundo Golden State 2143 Convention Center Way 6/3/2014 Water Compan #110, Ontario CA 91764 Shivdev S. Brar (310) 436-6950 Shivdgy, Brar@gswater.com $ 979,600.00 Rockvale 24" Foothill Transit 1300 W. Optical Dr. #500 Azusa, 3/17/2014 Constructors CA 91702 Matt Hemsath (626) 610-0300 $ 118,850.00 Clair Street Pipeline Monte Vista Water 10575 Central Ave Montclair CA '1(909) District 1 91763 Van Jew 624-00 35 1 voew@mvwd.oLq $ 11,822,001.00� Project History- Updated 3 of 3 BID BOND KNOW ALL BY THESE PRESENTS, That we, J.A. SALAZAR CONSTRUCTION & SUPPLY CORP. of 613 N. HARBOR BLVD. LA HABRA, CA 90631 as Principal, and THE OHIO CASUALTY INSURANCE COMPANY (hereinafter called the Principal), (hereinafter called the Surety), as Suety are held and firmly bound unto CITY OF HUNTINGTON BEACH (hereinafter called the Obligee) in the penal sum of TEN PERCENT OF AMOUNT BID Dollars (S 10% ) for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and. severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION 1S SUCH, That WPIEREAS, the Principal has submitted or is about to submit a proposal to the Obligee on a contract for CAST IRON PIPE REPLACEMENT PROJECT NOW, THEREFORE, If the said Contract be timely awarded to the Principal and the Principal shall, within such time as may be speciFed, enter into the Contract in writing, and give bond, if bond is required, with surety acceptable to the Obligee for [lie Faithful performance of the said Contract, then tills obligation shall be void; otherwise to remain in full force and effect, Signed and sealed this 17TH day of JULY Witness ,2014 J.A. SALW�.STRUCTION & SUPPLY O (Seal) Principal Title THE OHIO CASUALTY INSURANCE COMPANY Witness By ILIP E. Attorney -in -Fact THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED -ON RED BACKGROUND. This Povmr of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to _the extent herein stated. " Certificate No. 6158749 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company WestAmerican Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: ThatAmerican Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire," that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and, West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"),pursuant to and by authority herein set forth, does hereby name, constitute . and appoint, _ Britton Christiansen: Jadon H. Smith: Kevin E."Vega: Myrna Smith; Philip E. Vega all of the city of Covina state of CA each individually if there be more than one named, its true and lawful attomey-in-fact to make, execute, seal, acknowledge" and -deliver, for and on its behalf as surety, and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the. secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed. , thereto this 7th day of June " 2013 w n -American Fire and Casualty Company. - , The Ohio Casualtylnsurance"Company. N' ". Liberty Mutual Insurance Company -" m --West-American Insurance Company BY: - A C STATE OF WASHINGTON ss" Gregory W: Davenport, Assistant Secretary +s COUNTY OF KING t>z, N`0 On this 7th day of June 2013 " before me personally appeared Gregory W. Davenport, who acknowledged himself to be the Assistant Secretary of American : v E�,', v y Fire and Casualty Company, Liberty Mutual. Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, 'as such, being authorized so to do, : �N G. execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. - - = uJ.l R CI y-> - IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Seattle, Washington; on the day and year first above written:. O ant By: o"' G i KID Riley ,.Not Public _- 0 � N O , _ �. This Power ofAttomey is made and executed pursuant to and by authority of the following By-laws and Authorizations of American Fire and Casualty Company, The Ohio Casualty Insurance in c Company, Liberty Mutual Insurance Company, and WestAmerican Insurance Company which resolutions are now in full, force and effect reading"as follows:: Q. IM_N am ARTICLE IV -OFFICERS —Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in.writing by the Chairman or the President, and subject- p =, am to such. limitation as the Chairman or the President may prescribe, -shall appoint such attomeys-in-fact, as maybe necessary to act -in behalf of the Corporation to. make, execute, seal,- `p- = acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys=in-fact, subject to the limitations set forth in their respective :0 3 E. • powers of attomey, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach the reto.the. seal .of the Corporation. When so: '� a executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in=fact under >.= tCD he provisions of this article maybe revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. — v ARTICLE XIII — Execution of Contracts — SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president; 0 and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company -to. make, execute,_ L M p seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations: Such attorneys -in -fact to-theVlimitationsset forth "in' .their E.00 Z c� ,respective powers of attorney, shall have full power to bind the Company by their signature and. execution of any such instruments.and to attach" thereto. the seal of the Whenso " O o.. 1.Company. executed such instruments shall be as binding as if signed by the,president'and attested. by the -secretary. " cue. Certificate of Designation - The President. of the Company, acting pursuant to the Bylaws of the Company; authorizes Gregory W. Davenport Assistant Secretary 16 appoint such-- ~ `— attomeys-in-fact as may be necessaryto act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and: all undertakings,; bonds, recognizances and" other surety obligations." Authorization - By unanimous consent of "the"Companys Board of Directors, the Company consents that facsimile or mechanically -reproduced signatureof any assistant secretary of the - - Company, wherever appearing upon a certified copy of any power of attorney -issued by the Company in connection with surety bonds, shall be valid.and- binding upon the Company with " the same force and effect as though manuallyaffixed: "Casualty I;"David M_:-Carey, the undersigned, Assistant Secretary, of American Fire and Company, -The Ohio -Casualty Insurance Companyliberty"Mutual Insurance Company, "and West, " American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the PowerofAttomey executed by said Companies, is in full force and effect and has not been revoked: IN TESTIMONY WHEREOF, 1 have hereunto set my hand and affixed the seals of said Companies this day of 20, David M. Carey Assistant Secretary LMS-12873 092012 of 2so "�. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California CIVIL CODE § 1189 County of Los Angeles J On JUL 17 2014 before me, Monica Blaisdell, Notary Public Date Here Insert Name and Title of the Officer personally appeared Philip E . Vega M0N1CA BLAISDELL Commission * 1970845 Notary Public - California = Orange County a M Comm. Expires Mar 26, 20i 6 Place Notary Seal Above _ of who proved to me on the basis of satisfactory evidence to be the person)< whose nameK is/&FE�. subscribed to the within instrument and acknowledged to me that he/sWb;ey executed the same in his/ftek eir authorized capacity(Os< and that by his/hAr/t1 - signatureoW on the instrument the personK, 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. WITNESS my hand and official seal. Signature: 8&id'dto Sianature of. Notaa_Public State of Califor 'a County of CKI C,677 per, who proved to me on the basis of satisfactory evidence to be the person(*) whose name($) is/Ne subscribed to the within instrument and acknowledged to me that he/W4~ executed the same in his/ authorized capacity ' , and that by his signature(} on the instrument the person, or the ,entity upon behalf of which the person($) acted, executed the instrument. 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 ab (Seal) MM- oMR2838Nlifornia ountyM CNov. 11, 2014+ ACK ACK PARA edPOP (Rev 008) City ®f 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 October 16, 2014 Kana Pipeline, Inc. 1639 E. Miraloma Ave. Placentia, CA 92870. RE: Cast Iron Replacement Project—CC-1432 Enclosed please find your original bid bond for CC-1432. Sincerely, JF:pe Enclosure Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand 4 CITY OF HUNTINGTON BEACH OFFICE OF THE CITY CLERK, 2ND FLOOR 2000 MAIN STREET HUNTINGTON BEACH, CA 92648 BID DATE: THURSDAY, JULY 24, 2014 UNTIL 10:00 A.M. RECEIVED 2014 JUL 24 All 9: 21 CITY CLERK CITY OF 1iUNTIINGTON BEACH SECTION C PROPOSAL. for the construction of CAST IRON PIPE REPLACEMENT PROJECT CC No. CC 1432 in the CITE' 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 120 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. Acco a ng this proposal of bid, find V?As 2.�� D `iD(L n1-in the amount of m �,-�.�hich 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 maybe) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: i Addenda Noy Date Received dder's Si nature° C-2 SECTION C PROJECT BID SCHEDULE A PROJECT NAME, CC 1432 ALLEY "B" BETWEEN 9TH AND 10TH STREET SOUTH OF WALNUT AVENUE BID ITEMS �TiCIIIDCSCPIptIOn,'`"' of ,�UBntlty �xfUrili� UIIIi,CO5iTOt81 COSt { n No , (Extension) 1 Mobilization and Setup 1 LS $ 0.d00 dd $ 1�1000 Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in `% drQ trenches and open excavation in conformance with applicable $ 2,V $ �',8o0 safety orders, complete and in place. 1 LS 3 Demobilization & Cleanup 1 LS $ 2��r�©� $ �� ° do "— 4 Furnish Traffic Control in accordance with the City of 1 $ 2�°on $ Huntington Beach requirements, complete and in place. LS Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- s cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and c temporary pavement replacement, as shown on these plans, 275 $ 2 b $ 7 -7, 006 complete in place. LF Furnish and install 1-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 6 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, JQ compaction, appurtenances, and temporary surface repair, O complete and operative in place. 8 EA Construct new fire hydrant assembly, including furnish and 7 installing new buried pipe, valve, appurtenances, disposal of co excessive earth material, imported pipe zone fill, backfill, and OD surface repairs shown on these plans, complete, and in place. 1 EA Cut, cap, and abandon existing waterline, including all 8 excavation, disposal of excessive earth material, pipe zone fill,^D "— slurry, backfill, appurtenances, and surface repair, as shown $ 9, $ �� ty on these plans, complete and in place. 1 LS 9 Abandon valve, remove existing valve box and cover and all $ tZ� �� U $ �r Uf3b n other work, as shown on the plans, complete in place. 1 EA Remove and salvage existing fire hydrant including removing 10 buried pipe, valve, and appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface $ �2$D $ repair as shown on these plans, complete, and in place. 1 EA 11 Construct concrete gutter as shown on these plans, complete $ $ and in place. 200 LF 12 Construct AC pavement replacement, including all labor, $ b� $ ��r2 equipment, and materials, as shown on these plans, complete 64 TN C-2.1 SECTION C PROJECT BID SCHEDULE A PROJECT NAME, CC 1432 ALLEY "B" BETWEEN 9TH AND 10TH STREET SOUTH OF WALNUT AVENUE Item y vescr t top Unit Cost r Total Cost:'` (Extension) and in place. Construct 6-inch aggregate base replacement, including all CC 13 labor, equipment, and materials, as shown on these plans, $ complete and in place. 165 TN Adjust all water valve covers, cleanouts, manholes, electrical, 0.0 14 telephone, and cable TV pull boxes, gas meters, and vaults to $ grade, as shown on these plans, complete and in place 1 LS Construct alley approach, per Plan 107 and 210, including all 15 labor, equipment, materials, as shown on these plans, 60- completed and in place. $ 14, 40c�, I 480 SF Cut -in new 6-inch Gate Valve, including furnish and installing 16 valve, appurtenances, disposal of excessive earth material, 03 imported pipe zone fill, backfill, and surface repairs shown on r00 $ 7i� cob these plans, complete, and in place. EA SUB -TOTAL BID AMOUNT — SCHEDULE A SUB -TOTAL BID AMOUNT IN WORDS: Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.2 SECTION C PROJECT BID SCHEDULE B PROJECT NAME, CC 1432 ALLEY "C" BOUNDED BY 8TH, 9TH, OLIVE AND ORANGE AVENUE BID ITEMS Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable $ '21 $ Of safety orders, complete and in place. 1 LS 3 Demobilization & Cleanup 1 LS $ Si $ 2�o0fi 4 Furnish Traffic Control in accordance with the City of 1 �0= U� $ a, $ � Huntington Beach requirements, complete and in place. LS Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- 5 cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, $ '� 1 Q $ complete in place. 418 LF Furnish and install 1-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 6 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, $ ��� $ complete and operative in place. 20 EA Furnish and install 2-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 7 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, (p compaction, appurtenances, and temporary surface repair, EAC $ �i $ complete and operative in place. 1 H Furnish and install meter box, trench excavation, disposal of 8 excess earth material, pipe bedding, backfill, compaction, c�a appurtenances, and temporary surface repair, complete and EAC $ $ 80C) operative in place. 1 H Construct new fire hydrant assembly, including furnish and 9 installing new buried pipe, valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and EAC $ �� ,j $ Co. surface repairs shown on these plans, complete, and in place. 1 H Cut, cap, and abandon existing waterline, including all 10 excavation, disposal of excessive earth material, pipe zone fill, slurry, backfill, appurtenances, and surface repair, as shown $ on these plans, complete and in place. 1 LS 11 Abandon valve, remove existing valve box and cover and all 2 EA $ $ Ai ID C-2.3 SECTION C PROJECT BID SCHEDULE B PROJECT NAME, CC 1432 ALLEY "C" BOUNDED BY 8TH, 9TH, OLIVE AND ORANGE AVENUE Remove and salvage existing fire hydrant including removing 12 buried pipe, valve, and appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface 1 v repair as shown on these plans, complete, and in place. EA 13 Construct concrete gutter as shown on these plans, complete ` all -,and �� 1 in place. 350 LF Construct AC pavement replacement, including all labor, 14 equipment, and materials, as shown on these plans, complete and in place. 123 TN Construct 6-inch aggregate base replacement, including all^ 15 labor, equipment, and materials, as shown on these plans, $ I $ 4ri!) complete and in place. 253 TN Adjust all water valve covers, cleanouts, manholes, electrical, c1>0 e,® 16 telephone, and cable TV pull boxes, gas meters, and vaults to bpa grade, as shown on these plans, complete and in place 1 LS Construct alley approach, per Plan 107 and 210, including all 17 labor, equipment, materials, as shown on these plans, c�? completed and in lace. p p 350 SF $ _)o Cut -in new 6-inch Gate Valve, including furnish and installing 18 valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on $ 7i these plans, complete, and in place. 1 EA SUB -TOTAL BID AMOUNT — SCHEDULE B �o SUB -TOTAL BID AMOUNT IN WORDS: 'two W"OR45D '`��N P 'i � S )Ay�40y'p Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.4 SECTION C PROJECT BID SCHEDULE C PROJECT NAME, CC 1432 ALLEY "D" BETWEEN CHICAGO & BALTIMORE AVE EAST OF ALABAMA STREET BID ITEMS Item 4 ��IDescriptionUnit '�'�L7mtCost i` TotalxCosta No LL (Extension) 1 Mobilization and Setup 1 LS $ Aoco $ Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in rp rye trenches and open excavation in conformance with applicable $ L. �00 $ 2� safety orders, complete and in place. 1 LS 3 Demobilization & Cleanup 1 LS $ $ 2�o 4 Furnish Traffic Control in accordance with the City of 'ar $ w��a $ Huntington Beach requirements, complete and in place. 1 LS Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- 5 cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and Od c temporary pavement replacement, as shown on these plans, $ �b-7 s i� $ complete in place. 310 LF Furnish and install 1-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 6 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, 010 00 compaction, appurtenances, and temporary surface repair, p-' $ fl " $ ,�� complete and operative in place. 12 EA Furnish and install 2-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 7 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, 10,0 compaction, appurtenances, and temporary surface repair, %i ( $ $ complete and operative in place. 3 EA Cut, cap, and abandon existing waterline, including all 8 excavation, disposal of excessive earth material, pipe zone fill, OLD — oe slurry, backfill, appurtenances, and surface repair, as shown slurry, r��1..,�.-�,, $ �a ►` 6D $ on these plans, complete and in place. 1 LS +� 9 Abandon valve, remove existing valve box and cover and all 43 $'ItLbD $ OOt> other work, as shown on the plans, complete in place. 1 EA 10 Construct concrete gutter as shown on these plans, complete G pa $ $ CO — 2, and in place. and 350 LF Construct AC pavement replacement, including all labor, 11 equipment, and materials, as shown on these plans, complete $ L� $ r and in place. 125 TN ` A C-2.5 SECTION C PROJECT BID SCHEDULE C PROJECT NAME, CC 1432 ALLEY "D" BETWEEN CHICAGO & BALTIMORE AVE EAST OF ALABAMA STREET Item } k Description Quantity Umt Umt Cost Total Cost Construct 6-inch aggregate base replacement, including all Gp J J 12 labor, equipment, and materials, as shown on these , lans p $ C pp $ ' ur�o complete and in place. 230 TN Adjust all water valve covers, cleanouts, manholes, electrical, t� '� 13 telephone, and cable TV pull boxes, gas meters, and vaults to n $ $ grade, as shown on these plans, complete and in place 1 LS G� 1� Construct alley approach, per Plan 107 and 210, including all these 09 14 labor, equipment, materials, as shown on plans, �f completed and in place. $ 120 ry C1(op $ 132 SF � SUB -TOTAL BID AMOUNT — SCHEDULE C o0 SUB -TOTAL BID AMOUNT IN WORDS: Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.6 SECTION C PROJECT BID SCHEDULED PROJECT NAME, CC 1432 INDIANAPOLIS AVENUE BETWEEN DELAWARE & ENGLAND STREET BID ITEMS Item Descrighon �, ��f � t�uanhty -�Umt Unit Cost Total Cost f 1 Mobilization and Setup 1 LS S 11�, S Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in A r' trenches and open excavation in conformance with applicable ell $ safety orders, complete and in place. 1 LS $ 3 Demobilization & Cleanup $ 1 LS 4 Furnish Traffic Control in accordance with the City of Huntington Beach requirements, complete and in place. 1 LS $ F Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- 5 cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and '0_Q temporary pavement replacement, as shown on these plans, $ complete in place. 73 LF $ Cut, cap, and abandon existing waterline, including all 6 excavation, disposal of excessive earth material, pipe zone fill, 03 oly slurry, backfill, appurtenances, and surface repair, as shown $ 4f oo on these plans, complete and in place. 1 LS 7 Abandon valve, remove existing valve box and cover and all S S 0-16)C7c' other work, as shown on the plans, complete in place. 1 EA Construct alley approach, per Plan 107 and 210, including all 8 labor, equipment, materials, as shown on these plans, completed and in place. $ I 432 SF Cut -in new 6-inch Gate Valve, including furnish and installing 9 valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on 0,0 7 - - $bon these plans, complete, and in place. 2 EA Construct AC pavement replacement, including all labor, 10 equipment, and materials, as shown on these plans, complete and in place. 2 TN Construct 6-inch aggregate base replacement, including all 11 labor, equipment, and materials, as shown on these plans, complete and in place. 4 TN $ $ SUB -TOTAL BID AMOUNT - SCHEDULE D L_ C-2.7 SECTION C PROJECT BID SCHEDULE D PROJECT NAME, CC 1432 INDIANAPOLIS AVENUE BETWEEN DELAWARE & ENGLAND STREET SUB -TOTAL BID AMOUNT IN WORDS: Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.8 SECTION C PROJECT BID SCHEDULE E PROJECT NAME, CC 1432 ALLEY "F" BETWEEN ENGLAND & FLORIDA ST FROM LINCOLN TO MEMPHIS AVE BID ITEMS Q,* Quantity :UnitDescription U Tot e vZI-, (Extension) 1 Mobilization and Setup 1 LS Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable S safety orders, complete and in place. LS S 3 Demobilization & Cleanup 1 LS 0-V 4 Furnish Traffic Control in accordance with the City of 0005 Huntington Beach requirements, complete and in place. LS 001 S Lr Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- 5 cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and ot temporary pavement replacement, as shown on these plans, S complete in place. 368 LF Furnish and install 1 -inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 6 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, f)o 1,4-70 complete and operative in place. EA Construct new fire hydrant assembly, including furnish and 7 installing new buried pipe, valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on these plans, complete, and in place. 1 EA Cut -in new 8-inch Gate Valve, including furnish and installing 8 valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on $ $ these plans, complete, and in place. 1 EA Cut, cap, and abandon existing waterline, including all 9 excavation, disposal of excessive earth material, pipe zone fill, 00 slurry, backfill, appurtenances, and surface repair, as shown S S on these plans, complete and in place. 1 LS 10 Abandon valve, remove existing valve box and cover and all 1 S2 oc, c-->-- 1 other work, as shown on the plans, complete in place. EA Remove and salvage existing fire hydrant including removing 11 buried pipe, valve, and appurtenances, disposal of excessive ruo earth material, imported pipe zone fill, backfill, and surface repair as shown on these plans, complete, and in place. 1 EA $ C-2.9 SECTION C PROJECT BID SCHEDULE E PROJECT NAME, CC 1432 ALLEY "F" BETWEEN ENGLAND & FLORIDA ST FROM LINCOLN TO MEMPHIS AVE 12 Construct concrete gutter as shown on these plans, complete b- and in place. 270 LF Construct AC pavement replacement, including all labor, taa 13 equipment, and materials, as shown on these plans, complete and in place. 97 TN Construct 6-inch aggregate base replacement, including all 14 labor, equipment, and materials, as shown on these plans, complete and in place. 230 TN Adjust all water valve covers, cleanouts, manholes, electrical, 1*5 15 telephone, and cable TV pull boxes, gas meters, and vaults to $70100 7,100 grade, as shown on these plans, complete and in place 1 LS Construct alley approach, per Plan 107 and 210, including all 16 labor, equipment, materials, as shown on these plans, completed and in place. 100ty �, (0 720 SF Remove and re -construct sidewalk per Plan 207, including all 17 labor, equipment, materials, as shown on these plans, completed and in place. C 11006 56 SF Cut -in new 6-inch Gate Valve, including furnish and installing 18 valve, appurtenances, disposal of excessive earth material, 190 CP— imported pipe zone fill, backfill, and surface repairs shown on -7 I these plans, complete, and in place. EA SUB -TOTAL BID AMOUNT — SCHEDULE E SUB -TOTAL BID AMOUNT IN WORDS T Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.10 SECTION C PROJECT BID SCHEDULE TOTALS PROJECT NAME, CC 1432 Sub -Total Bid Schedule A Sub -Total Bid Schedule B Sub -Total Bid Schedule C Sub -Total Bid Schedule D Sub -Total Bid Schedule E TOTAL BID AMOUNT, BASIS OF AWARD (Schedules A-E) TOTAL BID AMOUNT IN WORDS: P Notes: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedules. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.11 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. Calk — 19 Bid ` Item(s).��;�:.. Name and Address of Subcontractor. �� `�:. State ::: License Number-. Class Dollar ° Amount, 0/0 0 f Contract f ►1-2,,1 a (I2. 6-76 21�Jcl CIO 1147 -2 l A \' 1 8 ®w] 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 , at p �)-�C"i , Gp,L�Ov—, ii la .. Date City State - Li VQ I-� 1 V=-- L Loci a, , being first duly sworn, deposes and says that he or she is (c�IT of �wL , 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. 1kANo.1'»u�-A v-_-. �W - Name of Bidder Signature of Bidder Ft A4--E��C1 t� -\ G4 9z�?)78 Address of Bidder kcAx- C-4 California All -Purpose Aeknowledgennent State of California County of Orange On % 23 U 14 before me, Hernes Salvador-Tabadero . Notary Public , Date Name.& Title of Officer personally appeared N/ rF— L LL- CY-� Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person() whose name(s) is/ate subscribed to the within instrument and acknowledged to me that he/ire/thte. executed the same in his/her/their authorized capacity(-i.es), and that by hisAier/t4t6r signatures(s) on the instrument the person(,$), or the entity upon behalf of which the persons) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true & correct. ...� COMM. �.. WITNESS my hand &official seal. � Signatut of Notary Public Notary Seal Optional Information: Description of Attached Document: Title or Type of Document: Noy% Co —LLk ; (V Div r &ya� tkte- Coin PA - G'4 Document Date: Number of Pages: Signer(s) Other Than Named Above: Other information: 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 CAST IRON PIPE REPLACEMENT PROJECT, (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: ,7 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 ff o If the answer is yes, explain the circumstances in the space provided. OH � 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: r ],W, 1, IP 1;P1u t-I IF--, ) 0 Contractor v By Title C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: �IWAI 1 )-4 U • Bidder Name Business Address City, State Zip ) 1)Li _ Telephone Number 4 (o 14 ?D-7 A State Contractor's License No. and Class nce) 12�D 1 \9 & Original Date Issued ag 1-2, . I -,) -o1 Expiration Date The work site was inspected by �A of our office on 01 , 201-1 The following are persons, firms, and corporations having a principal interest in this proposal: C-8 The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. Company Name I Signature of Bidder Printed or Typed Signature Subscribed and sworn to before me this 23 day of SW4 , 201-f. l\ 1. NOTARY PUBLIC NOTARYSEAL C-9 California All -Purpose Acknowledgement State of California County of Orange On -I 14-0before me, Hemes Salvador-Tabadero , Notary Public , Date Name &- ritieut'Officcr personally appeared ?APIVI= L k i. Naimj,) oi' Signals) who proved to me on the basis of satisfactory evidence to be the person(-g) whose names) is/ar-e subscribed to the within instrument and acknowledged to me that he/tw/they executed the same in his/her/their authorized capacity(-i4s), and that by his/h-er theair signatures( on the instrument the person(-j-), or the entity upon behalf of which the personH acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is tnte & correct. WITN SS my hand & official seal. Sk-maturt)f .Votary Public ( ��til)tlil� ttl-t/)f711at1(.1[l; Description of Attached Document: 11YbAt A�t�FM COMM. 020". A8 Orange C=* tk Comm Votary 5col I'itle or ripe of Document: Document Date: _ -- -- -- Number of Pages: Signerls) Other Than .Famed AboNe: WID0IF, Other information: Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of potable water pipelines within the public right of way, working within alleys and in close proximity to other existing underground utilities. 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. p126 Name and Address of Public Agency Name and Telephone No. of Project Manager: 4rl�Zi,4-Plr-3 - iZE U*CG�; V AV Contract Amount Type of Work Provide additional project description to show similar work: Date Comp Ct7OOTY OF 2. �� V-6 , S�1-� � h. N � 't11.M e J�.Pt-, . CAA OrL` J,„ O j Name and Address of Public Agency W Name and Telephone No. of Project Manager: Tcoq 61LTOy?, h4) 4?Z -`2)q37 Gf o \"V%)ALNA 1 VOWLI�0�s � 2�13 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Zf� e�toO OTT:- 'pit`i-� G" c3r lhi►-5m-� Name and Address of Public Agency Name and Telephone No. of Project Manager: tku obtvA 9eZ 1 4-2%z4, -!Z5 �6b Contract Amount Type of Work Provide additional project description to show similar work: Date MM C-10 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. Name of proposed Project Manager rr Telephone No. of proposed Project Manager: \ 1 �'� /-F >I ���'�K�:i �►�r�' � G3�, o�c>`�'--- ? Project Name & Contract Amount Type of Work Date Completed ►-gyps+,-r 11,&SI,S7� wnst�v���,�1 �ZI2�1C Project Name & Contract Amount Type of Work Date Completed ;12Y r'-A V;- yz�F-Ic i-JN,�;- \�-t/�jZ�2H,�i rJ � 2�3c�2r I'�32' i,-wln�l=►`^t� � a JZ�r Project Name & Contract Amount Type of Work Date Completed Name of proposed Superintendent Telephone No. of proposed Superintendent: Project Name & Contract Amount Type of Work Gc-- 14r2,-q dl 1 ,'sal , 3-5z' UX! IbUAaIq-s �s 1i.3 1 _Z10 Ql� Date Completed Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Date Completed C-11 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For CAST IRON PIPE REPLACEMENT PROJECT CC No. CC 1432 July 17, 2014 Notice to All Bidders: 1. The bid due date and time shall be changed from July 22, 2014 to July 24, 2014, at 10:00 AM. Bids shall be delivered to the City Clerk's Office, prior to 10:00 AM. The Bid Opening will be held in the Conference Room Number B8, which is located adjacent to the City Council Chambers at 10:00 AM on Tuesday July 24, 2014. 2. Section 9-4 Bid Item Descriptions, page E-23 of the project Specifications, shall be amended to add the following text as shown in 12ED. Bid Item 5, Schedule A, B, C, D, E, Install 6-inch PVC C900 DR14 or C909 PC 305 pipeline: A. This bid item shall be paid at the unit price per lineal foot of pipe and fittings, measured per 9-1.2 Methods of Measurement. B. Furnish and install 6-inch PVC C900 DR14 or C909 PC305 pipeline including connections to existing water mains, with Styrene Butadiene (SBR)Styrene Butadiene (SBR) gaskets, including all valves, fittings, cathodic protection, temporary blow -offs and appurtenances, potholing of utilities in accordance with the City Water Specifications Section 01724 Part 3, all the work necessary to flush, pressure test, disinfect, de - chlorinate, connection points in accordance with the City's Standards Section 01724 Part 3, tie to existing facilities, protection of existing power poles including support of poles as required during construction, pavement saw cutting and removal, excavation, backfill, temporary AC surface repair, and thrust restraint, as shown on these plans, complete and operative in place. For pipeline that is not located within an alley or an alley approach that is designated to be removed and replaced, this bid item shall include all labor and materials to perform pipeline installation and roadway surface repair in accordance with Standard Plan 109, including saw cutting, cold milling, temporary AC surface repair, asphalt concrete. aggregate base and slurry seal. This Addendum shall be acknowledged within the Bid Proposal on sheet C-2. Any questions or comments to this Addendum Number One shall be directed to Andrew Ferrigno, at 714-536- 5291, or at aferrigno@surfeity-hb.org. Document A310 TM ® 2010 Conforms with The American Institute of Architects AIA Document 310 • = • L #J CONTRACTOR: ('Ximie, legal.r(trlrrs mrd addr(--ss) Kana Pipeline, Inc. 1639 E. Miraloma Avenue Placentia, CA 92870 OWNER: (Xarne, legal status mrd addr m) City of Huntington Beach 2000 Main Street Huntington Beach, CA 92648 SURETY: ('Xiane, legal malus and principal place t f hresiaesl) Fidelity and Deposit Company of Maryland 1400 American Lane Schaumburg, IL 60196-1056 Mailing Address for Notices same as above BOND AMOUNT: $ 10% Ten Percent of Amount Bid PROJECT: (.'Warne, location or address mrdl'roject number.. if aitt9 Cast Iron Pipe Replacement Project CC No. CC 1432 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. 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 couditions 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 terns of such bid, and gives such bond or bouds 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 Owlmer, 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 dif3erence, 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 perlimn the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full limrce and ellect. The Surely hereby waives any notice of an agreement between the Owner and Contractor to extend the lime in which the Owner may accept the bid. Waiver ol'notice by tlue Surely shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance ol'bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent lbr an extension beyond sixty (60) days. If this Bond is issued in connection %Ath a subcontractor's bid ton 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 tiirnished to comply with a statutory or other legal requirement in the location of the Project any provision in this Bond conllicting with said statutory or legal requirement shall be deemed deleted herellrom and provisions con1brming to such stultilory or other legal requirement Shull be deenmed incorporated herein. When so famished, the intent is that this Bond shall be construed as a statutory bond and not as a common luw bond. Signed and scaled this 18th day of July, 2014. f{ Kana Pipeline, Inc./ (Principal) ;/ (Seal) R',ile) "pd�cl ti 1,oG►LE �s19�rtT" Fidelity and Deposit Company of Maryland (Sureg j (ll mess) Heath S Itarelli By: (ride) Ki " Luu Attorney -in -Fact S-0054/AS 8110 CALIFORNIA ALL-PURPOSE ACKt OWLEDGMENT State of California County of Orange On ja 18 2014 before me, Jeri Apodaca, Notary Public Date Here Insert Name and Title of the Officer personally appeared Kim Luu Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person($) whose name($) is/#M subscribed to the within instrument and acknowledged to me that Mfs/she/fti executed the same in Vgs/her/Db1tt~it authorized capacity(ddg), and that by M/her/ftit signature(6) on the instrument the person(b), or the entity upon behalf of JERI APODACA which the person($) acted, executed the instrument. �"� Commission # 1904081 Z .. a ='-� Notary Public California z z .h, '° > I certify under PENALTY OF PERJURY under the laws z Orange County My Comm. Expires Oct 12, 2014 of the State of California that the foregoing paragraph is %true and correct. WITNESS my hand and official seal. Signature C r Place Notary Seal Above OPTIONAL Aw/ -Signature of Notary FM 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: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General N Attorney in Fact ❑ -Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER _ Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer —Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ° ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Top of thumb here @2007 National Notary Association • 9350 De Solo Ave., P.C. Box 2402 • Chatsworth, CA 91313.2402 • www.NailonaiNotary.org Item N5907 Reorder: Call Toll -Free "00-878-8827 +S 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 James A. SCHALLER, Mike PARIZINO, Rachelle RHEAULT, Rhonda C. ABEL, Kim LUU, Jeri APODACA and Heather SALTARELLI, all of Newport Beach, California, 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 9th day of July, A.D. 2013. ATTEST: Assistant Secretary Eric D. Barnes ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND µwe, c ocrpf. '�s!!rsL°"'•, SAL o O Vice President Thomas O. McClellan State of Maryland City of Baltimore On this 9th day of July, A.D. 2013, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, THOMAS O. MCCLELLAN, Vice President, and ERIC D. BARNES, Assistant 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, I have hereunto set my hand and affixed my Official Seal the day and year first above written. +d+�ii� bj�rrri� #� tltCit��rl:C ;E.:�fiIIG,rG�: Maria D. Adamski, Notary Public My Commission Expires: July 8, 2015 POA-F 012-9310Q . California All -Purpose Acknowledgement State of California County of Orance On %LZ3}'ZG )a before me, Hemes Salvador-Tabadero . Notary Public , Date Nuane &- 'ritit t,ronica personally appeared PA NIEL Namd.N) ol*Siunerts) who proved to me on the basis of satisfactory evidence to be the person(-q--whose names) is/ffesubscribed to the within instrument and acknowledged to me that he/Ate/tl-wy executed the same in his/lam/their authorized capacity(i-es), and that by his/I4.-rithtir signatures(&) on the instrument the personal, or the entity upon behalf of which the personW acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true & correct. IiW09ES UYi40" TAtA COMM. #2066708 WITNESS my hand & official seal. 0 Notary Pubfie - California a orange County Comm. Expires Map30, �98 Si naturt�ut'votaryPublic Notary Scul t )ptiunal 111fomlation: Description of attached Document: Title or r.vpe of Document: D Document Date: t I �� \timber of Panes: — -- -- — — Sit;ner(s) Other Than .Named Above: t V11 LV�L( -- Other information: 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 October 16, 2014 Mamco, Inc. dba Alabbasi 16810 Van Buren Blvd. #200 Riverside, CA 92504 RE: Cast Iron Replacement Project—CC-1432 Enclosed please find your original bid bond for CC-1432. Sincerely, m an L. Flynn, CMC City Clerk JF:pe Enclosure Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand Bid of: Mamco, Inc. dba Alabbasi CA Lic. No. 883649 16810 Van Buren Blvd. #200 Riverside, CA 92504 � Cn U C 4'OZ `} N ?-�U T AST "Sealed Bid" for 30 IRON PIPE REPLACEMENT PROJECT CC No. CC 1432 In the City of Huntington Beach "DO NOT OPEN WITH REGULAR MAIL" Due: Thursday, July 24, 2014 @ 10:00 am Office of City Clerk 2000 Main Street, 2nd Floor Huntington Beach, CA. SECTION C PROPOSAL, for the construction of CAST IRON PIPE REPLACEMENT PROJECT CC No. CC 1432 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 120 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 A Bod Bond in the amount of 10 o 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 Bi Signature 1 July 17, 2014 C-2 SECTION C PROJECT BID SCHEDULE A PROJECT NAME, CC 1432 ALLEY "B" BETWEEN 9TH AND 10TH STREET SOUTH OF WALNUT AVENUE BID ITEMS Ltem 6triptid 4 Q, f'6tfC 4 "Y- 4A., 1 Mobilization and Setup 1 LS $ 2 $1'000-- $ Z g1,400 Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable $ s�11- $ sad safety orders, complete and in place. 1 LS 3 Demobilization & Cleanup 1 LS $ 4 Furnish Traffic Control in accordance with the City of $ $ Huntington Beach requirements, complete and in place. LS Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- 5 cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, $ /10 - $ complete in place. 275 LF Furnish and install 1 -inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 6 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, 8 $ 000 $ gi 000 complete and operative in place. EA Construct new fire hydrant assembly, including furnish and 7 installing new buried pipe, valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill: and $ 6 000 surface repairs shown on these plans, complete, and in place. 1 EA Cut, cap, and abandon existing waterline, including all 8 excavation, disposal of excessive earth material, pipe zone fill, slurry, backfill, appurtenances, and surface repair, as shown 1 $ on these plans, complete and in place. LS 9 Abandon valve, remove existing valve box and cover and all $ 'Z5 _00 2 -00 $ � other work, as shown on the plans, complete in place. 1 EA / Remove and salvage existing fire hydrant including removing 10 buried pipe, valve, and appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface 5W- $ 5-00— $ repair as shown on these plans, complete, and in place. 1 EA 11 Construct concrete gutter as shown on these plans, complete $ 30- $ o". two and in place. 200 LF 12 Construct AC pavement replacement, including all labor, $ Zle) - $ / 31 '/4// equipment, and materials, as shown on these plans, complete 64 TN C-2.1 SECTION C PROJECT BID SCHEDULE A PROJECT NAME, CC 1432 ALLEY "B" BETWEEN 9TH AND 10TH STREET SOUTH OF WALNUT AVENUE Item Description Quantity Un►t Unit Cost Total Cost <' to r t 4 Ot�`p (Extens on) r t and in place. Construct 6-inch aggregate base replacement, including all 13 labor, equipment, and materials, as shown on these plans, $ complete and in place. 165 TN ! Adjust all water valve covers, cleanouts, manholes, electrical, 14 telephone, and cable TV pull boxes, gas meters, and vaults to 1 $ 2 S $ grade, as shown on these plans, complete and in place LS / Construct alley approach, per Plan 107 and 210, including all 15 labor, equipment, materials, as shown on these plans, completed and in place. 480 2 _ $ $ 5�70 O SF i Cut -in new 6-inch Gate Valve, including furnish and installing 16 valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on L� ZC/o $ $ these plans, complete, and in place. 1 EA / SUB -TOTAL BID AMOUNT — SCHEDULE A S©/ Z $ SUB -TOTAL BID AMOUNT IN WORDS: ljne !? 114 dwGd V Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.2 SECTION C PROJECT BID SCHEDULE B PROJECT NAME, CC 1432 ALLEY "C" BOUNDED BY 8TH, 9TH, OLIVE AND ORANGE AVENUE BID ITEMS Iten Deerip i oU,T1ni otions No AN,(Xte sion 1 Mobilization and Setup 1 LS $ $ 2S UvU ' Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable $ � SUU�� , $ safety orders, complete and in place. 1 LS 3 Demobilization & Cleanup 1 LS $ $ 4 Furnish Traffic Control in accordance with the City of 1 $ S 000 $ -54UvU Huntington Beach requirements, complete and in place. LS Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- 5 cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, $ X ' $ qX0 complete in place. 418 LF , Furnish and install 1-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 6 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair,20 $ $ complete and operative in place. 20 EA ,000 Furnish and install 2-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 7 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, EAC $ �/ -100 $ complete and operative in place. 1 H Furnish and install meter box, trench excavation, disposal of 8 excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, complete and EAC $ 5-061— $ Sp0 operative in place. 1 H Construct new fire hydrant assembly, including furnish and 9 installing new buried pipe, valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and EAC $ 000 $ 6,-000 surface repairs shown on these plans, complete, and in place. 1 H Cut, cap, and abandon existing waterline, including all 10 excavation, disposal of excessive earth material, pipe zone fill, slurry, backfill, appurtenances, and surface repair, as shown 1 LS $ y�00� $ on these plans, complete and in place. 11 Abandon valve, remove existing valve box and cover and all 2 EA $ qSO 1j $ 700 ` C-2.3 SECTION C PROJECT BID SCHEDULE B PROJECT NAME, CC 1432 ALLEY "C" BOUNDED BY 8TH, 9TH, OLIVE AND ORANGE AVENUE ' s' �;s;;u �Y ti �' ;�f�5,zt'.'�'� � �.,";,�f/ :''�'S ! d� of 03 SPUR '"..✓r� / ry,;�'W�%��(' �. _�Nk`}.%o- f;., �:�'//;� other work, as shown on the plans, complete in place. Remove and salvage existing fire hydrant including removing 12 buried pipe, valve, and appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface $ $ SO repair as shown on these plans, complete, and in place. 1 EA 13 Construct concrete gutter as shown on these plans, complete $ 3y $ �djSOo and in place. 350 LF Construct AC pavement replacement, including all labor, 14 equipment, and materials, as shown on these plans, complete $ 2✓0 $ ZS�g3�' and in place. 123 TN Construct 6-inch aggregate base replacement, including all 15 labor, equipment, and materials, as shown on these plans, $ $ sO{ complete and in place. 253 TN Adjust all water valve covers, cleanouts, manholes, electrical, 16 telephone, and cable TV pull boxes, gas meters, and vaults to $ 2 s(ii%' - $ grade, as shown on these plans, complete and in place 1 LS / i Construct alley approach, per Plan 107 and 210, including all 17 labor, equipment, materials, as shown on these plans, completed and in place. $ 2 $ q� 2U(� 350 SF Cut -in new 6-inch Gate Valve, including furnish and installing 18 valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on these in 1 EA $ y ZC)U $ �/, 2Uf� plans, complete, and place. SUB -TOTAL BID AMOUNT — SCHEDULE B Z U 3f $ _74 SUB -TOTAL BID AMOUNT IN WORDS: %��� ilyv�d✓� d fhre� �hOv,wd Aw hy,4dad -5iA-1ee,,1 Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.4 SECTION C PROJECT BID SCHEDULE C PROJECT NAME, CC 1432 ALLEY "D" BETWEEN CHICAGO & BALTIMORE AVE EAST OF ALABAMA STREET BID ITEMS ,lff' � i� �,r' 1 E` ?r'�' � .r ,.. !� ,� f l /i y ' r 4n,�� r f/fF' r`�;�.a:/ ✓ f, � f r � f �,,'{;', 1. �: f r.r � 1 Mobilization and Setup 1 LS $ "101'0 $ Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable $ $ SOf% safety orders, complete and in place. 1 LS 3 Demobilization & Cleanup 1 LS $ % $ 4 Furnish Traffic Control in accordance with the City of $ ac;o $ Huntington Beach requirements, complete and in place. 1 LS S Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- 5 cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, ,1 $ 176 $ s ? 7UU complete in place. 310 LF Furnish and install 1-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 6 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, $ )1 4(U(7 UU $ complete and operative in place. 12 EA Furnish and install 2-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 7 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, /I qoO- $ �� UUG — $ complete and operative in place. 3 EA Cut, cap, and abandon existing waterline, including all 8 excavation, disposal of excessive earth material, pipe zone fill, slurry, backfill, appurtenances, and surface repair, as shown $ /� $ �SIlU on these plans, complete and in place. 1 LS 9 Abandon valve, remove existing valve box and cover and all $ SAD - $ 500 other work, as shown on the plans, complete in place. 1 EA 10 Construct concrete gutter as shown on these plans, complete $ 3 $ 101500 and in place. 350 LF Construct AC pavement replacement, including all labor, 11 equipment, and materials, as shown on these plans, complete �/d - $ Z( ZS� $ / and in place. 125 TN C-2.5 SECTION C PROJECT BID SCHEDULE C PROJECT NAME, CC 1432 ALLEY "D" BETWEEN CHICAGO & BALTIMORE AVE EAST OF ALABAMA STREET d . P"% tes Jr+%�lf" ;^`i F,^fi',!` /✓;"N'; ` Grp J<` r sc�` N gin. ra i •' J" f' "� {'''. S%/%i` t t,J gun, r ata ' A !L'f S ..U.si,�v5i i"' b%i � ✓y' Construct 6-inch aggregate base replacement, including all 12 labor, equipment, and materials, as shown on these plans, 230 n $ complete and in place. TN Adjust all water valve covers, cleanouts, manholes, electrical, 13 telephone, and cable TV pull boxes, gas meters, and vaults to 1 2 r✓�®� $ 2 SO(J grade, as shown on these plans, complete and in place LS i Construct alley approach, per Plan 107 and 210, including all 14 labor, equipment, materials, as shown on these plans, completed and in place. 132 SF 2 $ /15�� SUB -TOTAL BID AMOUNT — SCHEDULE C -7 317 f(,<"- $ SUB -TOTAL BID AMOUNT IN WORDS: C� 11v1Jvd 5e,,ev►�j ree f�ivvs4�d� S�veyt Gtr,�clvice� Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.6 SECTION C PROJECT BID SCHEDULE D PROJECT NAME, CC 1432 INDIANAPOLIS AVENUE BETWEEN DELAWARE & ENGLAND STREET BID ITEMS Item f y`Des`eripfioq r Qii awntity 'Ynit 1 Emf'Cost "' T otai"Cost "° �Extens►on) 1 Mobilization and Setup 1 LS $ "2 gi(/ 2g 0U0 Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable 1 LS $ !00 $ C) safety orders, complete and in place. _,:� 3 Demobilization & Cleanup 1 LS $ $ 4 Furnish Traffic Control in accordance with the City of 1 $ $ d U Huntington Beach requirements, complete and in place. LS I Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- 5 cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, 73 22(f $ �( $ /U(oU complete in place. LF Cut, cap, and abandon existing waterline, including all 6 excavation, disposal of excessive earth material, pipe zone fill, slurry, backfill, appurtenances, and surface repair, as shown 1 $ `7 SUy $ on these plans, complete and in place. �S i 7 Abandon valve, remove existing valve box and cover and all $ 7 �� r $ other work, as shown on the plans, complete in place. 1 EA Construct alley approach, per Plan 107 and 210, including all 8 labor, equipment, materials, as shown on these plans, completed and in place. Z — $ j`r $ 1 432 SF Cut -in new 6-inch Gate Valve, including furnish and installing 9 valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on t _ $ OU $ i d U these plans, complete, and in place. 2 EA Construct AC pavement replacement, including all labor, 10 equipment, and materials, as shown on these plans, complete $ 500 $ J, 0ov and in place. 2 TN Construct 6-inch aggregate base replacement, including all 11 labor, equipment, and materials, as shown on these plans, $ foo — $ complete and in place. 4 TN SUB -TOTAL BID AMOUNT - SCHEDULE D 70j�T5 C-2.7 SECTION C PROJECT BID SCHEDULE D PROJECT NAME, CC 1432 INDIANAPOLIS AVENUE BETWEEN DELAWARE & ENGLAND STREET SUB -TOTAL BID AMOUNT IN WORDS: Se✓e✓i�i � tt ayse,4 d_, /i v-C ev A &) )7 4y2 Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.8 SECTION C PROJECT BID SCHEDULE E PROJECT NAME, CC 1432 ALLEY "F" BETWEEN ENGLAND & FLORIDA ST FROM LINCOLN TO MEMPHIS AVE BID ITEMS Item Description Quant►ty ti. Umt Unrt Chost Total Cost , No.f .'zision) 1 Mobilization and Setup 1 LS $ Z7/ f %Z. $ Z 7 990 Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable $ S()O $ 5UG safety orders, complete and in place. 1 LS 3 Demobilization & Cleanup 1 LS $ $ 4 Furnish Traffic Control in accordance with the City of 1 $ SOrJ� S` dGU $ / Huntington Beach requirements, complete and in place. LS Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- 5 cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, $ �7 $ complete in place. 368 LF Furnish and install 1-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 6 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, 11 $ /UU()' $ a complete and operative in place. EA Construct new fire hydrant assembly, including furnish and 7 installing new buried pipe, valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and 1 EA $ GiODU" $ surface repairs shown on these plans, complete, and in place. Cut -in new 8-inch Gate Valve, including furnish and installing 8 valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on $ S�UU� $/UUU - these plans, complete, and in place. 1 EA Cut, cap, and abandon existing waterline, including all 9 excavation, disposal of excessive earth material, pipe zone fill, slurry, backfill, appurtenances, and surface repair, as shown 1 LS $ $ on these plans, complete and in place. 10 Abandon valve, remove existing valve box and cover and all 1 $ 5 00 - $ SUU_ other work, as shown on the plans, complete in place. EA Remove and salvage existing fire hydrant including removing 11 buried pipe, valve, and appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface 5 Ou _ $ $'- repair as shown on these plans, complete, and in place. 1 EA C-2.9 SECTION C PROJECT BID SCHEDULE E PROJECT NAME, CC 1432 ALLEY "F" BETWEEN ENGLAND & FLORIDA ST FROM LINCOLN TO MEMPHIS AVE Item 4 Description,5�T&al Ou�nt t 14)c Uni K"A" ost,- ,N No S1 (Extension)_ 12 Construct concrete gutter as shown on these plans, complete 270 $ $ 61 and in place. LF Construct AC pavement replacement, including all labor, 13 equipment, and materials, as shown on these plans, complete 97 $ 05 $ I�L 915 and in place. TN Construct 6-inch aggregate base replacement, including all 14 labor, equipment, and materials, as shown on these plans, in 230 TN $ 7X- $ J-7? %6) - complete and place. / Adjust all water valve covers, cleanouts, manholes, electrical, 15 telephone, and cable TV pull boxes, gas meters, and vaults to 1 LS $ Z Ste$ 2� SOU grade, as shown on these plans, complete and in place Construct alley approach, per Plan 107 and 210, including all 16 labor, equipment, materials, as shown on these plans, completed and in place. 720 SF $ $ Remove and re -construct sidewalk per Plan 207, including all 17 labor, equipment, materials, as shown on these plans, completed and in place. 56 $ $ 60 SF Cut -in new 6-inch Gate Valve, including furnish and installing 18 valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on $ '90 $ these plans, complete, and in place. 1 EA SUB -TOTAL BID AMOUNT — SCHEDULE E SUB -TOTAL BID AMOUNT IN WORDS Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.10 SECTION C PROJECT BID SCHEDULE TOTALS PROJECT NAME, CC 1432 Sub -Total Bid Schedule A %-5-0i Vz6 Sub -Total Bid Schedule B ZU34 31& Sub -Total Bid Schedule C -7 L34 3V5- Sub-Total Bid Schedule D 70, 5-'15— Sub-Total Bid Schedule E TOTAL BID AMOUNT, BASIS OF AWARD (Schedules A-E) 793,lJUD TOTAL BID AMOUNT IN WORDS: Notes: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedules. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.11 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 Dollar Amount % of Contract 5A 12A 5B Hardy and Harper 1312 E. Warner Ave Santa Ana, CA 92705 215952 A 62,686 8 5C 11C 5D 5E 13E 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 1 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 7 / 2 3 , at Riverside CA Date City State Rumzi AlAbbasi , being first duly sworn, deposes and says that he or she is Vice President of Mamco, Inc. dba Alabbasi 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. Rumzi AlAbbasi Name of Bidder Si ture of Bidder 16810 Van Buren Blvd. Ste 200 Riverside, CA 92504 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 CAST IRON PIPE REPLACEMENT PROJECT, (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: 7/24/14 C-5 Mamco, Inc. dba Alabbasi Contractor 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 ® 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: '/24/14 C-7 Mamco, Inc. dba Alabbasi Contractor By Vice President Title BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Mamco, Inc. dba Alabbasi Bidder Name 16810 Van Buren Blvd. Suite 200 Business Address Riverside, CA 92504 City, State Zip 951 ) 776-9300 Telephone Number 883649 / A State Contractor's License No. and Class 9/6/2006 Original Date Issued 09/30/14 Expiration Date The work site was inspected by Rumz i AlAbba s -bf our office on 7 / 16 , 2014 . The following are persons, firms, and corporations having a principal interest in this proposal: Rumzi AlAbbasi Marwan AlAbbasi Elizabeth AlAbbasi C-8 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. Mamco, Inc. dba Alabbasi Company Name Sisnatur&-unidder Rumzi AlAbbassi Printed or Typed Signature Subscribed and sworn to before me this 24 day of July 1 201 4 NOTARY PUBLIC See Attached C-9 NOTARY SEAL CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of Riverside On 7%Zg1161 before me, Kim A. DeRosia, Notary Public (Here insert name and title of the officer) personally appeared Rumzi Alabbasi who proved to me on the basis of satisfactory evidence to be the persons) whose name( Is • subscribed to the within instrument and acknowledged to me that We4hey executed the same in is ' authorized capacity(-ies), and that by is ' signature(O on the instrument the persono), or the entity upon behalf of which the persons) 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. KIM A. DEROSIA Commission No.2066540 NOTARY PUBLIC-CALIFORNIA RIVERSIDE COUNTY Signature of Notary ublic (Nota SeeMy Comm. Expires MAY 2. IS-] ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Number of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of California. In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in California (i.e. certifying the authorized capacity of the signer). Please check the document caref rlly for proper notarial wording and attach this form if required. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/they- is /afe ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document 2008 Version CAPA v12.10.07 800-873-9865 w,,vw.NotaryClasses.com Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of potable water pipelines within the public right of way, working within alleys and in close proximity to other existing underground utilities. 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 SEE ATTACHED 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. 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: C-10 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. Joe Khader Name of proposed Project Manager Telephone No. of proposed Project Manager: 9 51- 7 7 6- 9 3 0 0 West Garden Grove Transmission Water 08/2013 Project Name & Contract Amount Type of Work Date Completed Gamble Avenue Water Water 7/2014 Project Name & Contract Amount Type of Work Date Completed Baseline Gardens Water Water Project Name & Contract Amount Type of Work 2. Rami AlAbbasi Name of proposed Superintendent Telephone No. of proposed Superintendent: 9 51- 7 7 6- 9 3 0 West Garden Grove Transmission Water Project Name & Contract Amount Type of Work Gamble Avenue Water Water Project Name & Contract Amount Type of Work Baseline Gardens Water Water Project Name & Contract Amount Type of Work C-11 07/2014 Date Completed 08/2013 Date Completed 7/2014 Date Completed 07/2014 Date Completed Mamco, Inc. dba Alabbasi Corporate Resolution to Execute Contracts At a meeting of the corporation today, after considerable discussion, the following resolution was moved, seconded, and unanimously adopted; Resolved that any of the following persons, Marwan AlAbbasi, Elizabeth AlAbbasi, or Rumzi M. AlAbbasi be; and they hereby are, authorized without further authorization of the board of directors to enter into and execute on behalf of the corporation any and all contracts to do corporate business for Mamco, Inc. In witness whereof, I have hereunto set my hand as such secretary and affixed the corporate seal of said corporation this 23rd day of December, 2013. AUTHORIZED SIGNATURES "SAIAbbasi [� &6 Elizabeth AlAbbasi amziAbbasi arwan S. Alabbasi- Secretary 16810 Van Buren Boulevard #200, Riverside, CA 92504 * Phone (951)776-9300 0 Fax (951)776-0404 0 www.alabbasi.biz T - =abba i .:. Mixed References Project: Gamble Avenue Waterline Replacement Scope: Construction of 1,200 LF of 12" Waterline, Temporary Highline, Reconnection of Services, and appurtenant work. Location: Gamble Avenue and Van Buren Avenue Riverside, CA Owner: Western Municipal Water District 14205 Meridian Parkway Riverside, CA 92518 Contact: Sergio Felix (951) 571-7204 Project Engineer: Sergio Felix (951) 571-7204 Project value: $300,000 Start Date: May 2014 End Date: July 2014 Project: Jackson Avenue Street at Warm Springs Creek Scope: Construction of 6 cell- 20' high x 24' wide x 125' long concrete arch culvert; Roadway/ Structural Excavation of 200,000 CY of earth with 40' cuts and 20' fills and 25,000 CY of export; 9,000 tons of AC pavement; 12,000 CY of Aggregate Base; 14,000 LF of Curb/ Curb and Gutter and 30,000 SF of minor concrete; 3,000 LF of storm drainage systems; 2,000 CY of Rip Rap; 4,800 SF of CMU retaining walls up to 12' high and 2,000 SF of concrete retaining walls up to 30' tall; Relocation of 3,000 LF of 12" and 16" EMWD/ RCWD DIP/ CMLC/ PVC Water lines and appurtenant facilities; extensive landscaping and aesthetic enhancements. Location: Jackson Avenue and Murrieta Hot Springs, City of Murrieta Owner: City of Murrieta 1 Town Square Murrieta, CA 92562 Contact: Ken Burris (951) 965-4413 Project Engineer: Jeff Hitch (951) 461-6076 Project value: $5,500,000 Start Date: September 2013 End Date: April 2014 Project: West Garden Grove Supplemental Transmission Main Scope: Construction of 24,000 LF of 16" PVC, 1,215 LF of 16" DIP, 2,500 LF of 10" PVC, 2,000 LF of 8" PVC and 1,000 LF of of 6" PVC Potable Water Mains and approx.. 50 appurtenances. Construction of Electric Control Valve, and Connection to 16810 Van Buren Boulevard #200, Riverside, CA 92504 f Phone (951)776-9300 • Fax (951)776-0404 • www.alabbasi.biz Reservoir and Pump Station and all electrical wiring. Construction 4,000 LF of 15"-24" VCP Sewer Trunkline (R&R) and bypassing of 4,100 GPM flow. 3 Separate jacking and boring operation totaling 300 LF under UPRR ROW and a Flood Channel. Night work within HWY 38. Mainline ran along Euclid, HWY 38, and Chapman Avenue requiring extensive traffic control. Location: Chapman Avenue, City of Garden Grove Owner: City of Garden Grove 11222 Acacia Parkway Garden Grove, CA 92840 Contact: Sam Kim (714) 719-1025 Project Engineer: Sam Kim (714) 719-1025 Project value: $6,350,000 Start Date: October 2012 End Date: July 2013 Project: Guava Street and Storm Drain Improvements Project Scope: Construction of 1,100 LF of triple 12'x7' Reinforced Concrete Box, Wing Walls, Warped Wing Walls, Roadway Excavation of 80,000 CY, Import of 35,000 CY, Relocation of 100 LF of 18" VCP Sewer and Manholes, Relocation of approx. 400 LF of 42"-48" CMLC Watermains. Location: Owner: Contact: Project Engineer: Project value: Start Date: End Date: Guava Street and Jefferson Avenue, Murrieta City of Murrieta 1 Town Square Murrieta, CA 92562 Jeff Hitch (951) 461-6076 Jeff Hitch (951) 461-6076 $4,000,000 January 2013 June 2013 Project: Beaumont Pedestrian Bridge and Waterline Reconnections Scope: Construction of 2- 36" x 35' piers and bridge abutments (bridge placed under separate contract), construct of 300 LF of 24" reclaimed waterline and 300 LF of 16" waterline and hanging under bridge structure, construction of 100 LF of double 18"x42" reinforced concrete box, grading of 10,000 LF of trails, construction of retaining walls, construction of 25,000 SF of AC sidewalks and appurtenant work. Location: Beaumont Avenue and Brookside ave, Beaumont Owner: City of Beaumont 550 East 6th Street Beaumont, CA 92223 Contact: Ponce Yambot- (951) 769-6999 Project Engineer: Ponce Yambot- (951) 769-6999 Project value: $520,000 Start Date: December 2012 End Date: March 2013 Project: Mecca Roundabout and Street Improvement Project Scope: Construction of Roundabout, Sidewalks, Curbs, Roadway Excavation and Stabilization, decorative concrete 16810 Van Buren Boulevard #200, Riverside, CA 92504 • Phone (951)776-9300 • Fax (951)776-0404 0 www.alabbasi.biz Location: 4th Street and Hammond Road Mecca, CA Owner: County of Riverside, Dept. of Transportation 2950 Washington Street Riverside, CA 92504 Contact: Alec Yzaugirre (951) 961-6703 Project Engineer: Alec Yzaugirre (951) 961-6703 Project value: $1,850,000 Start Date: August 2012 End Date: December 2012 Project: Railroad Canyon Road Widening Project Scope: Widening of 1.6 Miles of Roadway from 4 lanes to 6 lanes, 6 new signalized intersections, complete reconstruction of all improvements including sidewalks, curbs, medians, etc... median and parkway improvements, utility relocations and all appurtenant work Location: Railroad Canyon Road- City of Canyon Lake Owner: City of Canyon Lake 101 N. D Street Perris, CA 92570 Contact: Habib Motlagh- City Engineer- 951-943-6504 Project Engineer: Habib Motlagh- City Engineer- 951-943-6504 Project value: $6,150,000 Start Date: January 2012 End Date: January 2013 Project: Briggs Road and Baxter Road Street Improvements Scope: Construction of new roadways and utilities in 60 calendar day window. 165,000 CY of earth work, 3,300 LF of 18" PVC Water, 1,800 LF of 18" VCP trunk line at 20'+ depths, rock excavation, installation of 3,500 LF of 18"-60" RCP Storm Drainage System, 18,000 CY of Base, utility relocations and appurtenant work. Location: Briggs Road and Baxter- Road Murrieta, CA Owner: County of Riverside, Dept. of Transportation 2950 Washington Street Riverside, CA 92504 Contact: William E. Jackson- Resident Engineer- (951) 955-6885 Project Engineer: William E. Jackson- Resident Engineer- (951) 955-6885 Project value: $3,500,000 Start Date: June 2012 End Date: September 2012 Project: Hamner Avenue Trunk Sewer Scope: Construction of 2,000 LF of 12" VCP Trunk Line and Sluice Gates at Depths of 20- 261. Location: Hamner Avenue, Eastvale Owner: Jurupa Community Services District 11201 Harrel Street Jurupa Valley, CA 91752 Contact: Brad Sackett, Webb Associates- 951.248.4209 Project Engineer: Brad Sackett, Webb Associates- 951.248.4209 Project value: $506,000 16810 Van Buren Boulevard #200, Riverside, CA 92504 0 Phone (951)776-9300 0 Fax (951)776-0404 0 www.alabbasi.biz Start Date: May 2012 End Date: September 2012 Project: SR 91 HOV Sewer Relocation Scope: Construction of 2,000 LF of 12, 15 and 18" VCP, boring under SR 91 and 30' depths, extensive bypassing, manholes, and abandonment of existing facilities Location: 14th street and Vine Street, Riverside, CA Owner: City of Riverside 3900 Main Street Riverside, CA 92522 Contact: Michael Wolff (951) 826-5341 Project Engineer: Michael Wolff (951) 826-5341 Project value: $950,000 Start Date: February 2012 End Date: May 2012 Project: Rancho California Road Roundabout Scope: Construction of new Roundabout, truck apron, retention basin, 2,500 LF of HDPE Storm Drain, 500 LF of 3x4 RC13, 200 LF of 24" steel casing sleeve, and utility relocations (24 hour construction). Location: Rancho California Road and Anza Road Owner: County of Riverside, Dept. of Transportation 2950 Washington Street Riverside, CA 92504 Contact: Cesar Tolentino- (951) 955-1520 Project Engineer: Cesar Tolentino- (951) 955-1520 Project value: $1,900,000 Start Date: January 2012 End Date: May 2012 Project: Main Street and Michigan Avenue Street Improvements Scope: Construction of 1,000 LF of 24" RCP Storm Drain, Widening of Main Street and Michigan Avenue, and Construction of new median. Location: Main Street and Michigan Avenue, Grand Terrace, CA Owner: County of Riverside, Dept. of Transportation 2950 Washington Street Riverside, CA 92504 Contact: Justin Robbins (951) 237-4280 Project Engineer: Justin Robbins (951) 237-4280 Project value: $2,000,000 Start Date: January 2012 End Date: June 2012 Project: Jurupa Hills Safe Route to School Improvements Scope: Installation of 1,000 LF of 36" RCP Storm drain, construction of 10,000 LF of curb and gutter and sidewalks, roadway reconstruction of 4 streets and all appurtenant work. Location: Various streets near Citrus Avenue and Santa Ana Owner: City of Fontana 8353 Sierra Ave. Fontana, CA 92335 16810 Van Buren Boulevard #200, Riverside, CA 92504 0 Phone (951)776-9300 0 Fax (951)776-0404 0 www.alabbasi.biz Contact: Noel Castillo -Senior Engineer- (909) 350-7632 Project Engineer: Noel Castillo- (909) 350-7632 Project value: $2,000,000 Start Date: October 2011 End Date: May 2012 Project: Jane Street Railroad Crossing Scope: Abandonment of Railroad Crossing and construction of 2 Cul-de-sacs. Project required railroad permitting. Location: Jane street and Indiana Avenue Owner: City of Riverside 3900 Main Street Riverside, CA 92522city of riverside Contact: Jack Lynn- (951) 712-2321 Project Engineer: Jack Lynn- (951) 712-2321 Project value: $350,000 Start Date: December 2011 End Date: February 2012 Project: Beaumont Sidewalk Phase III Scope: Construction of 200' long pedestrian bridge, abutments, and piers. Location: Beaumont Avenue and Brookside Owner: City of Beaumont 550 East 6th Street Beaumont, CA 92223 Contact: Rob Owen- Project Manager- Urban Logic Corporation- (951) 769-6999 Project Engineer: Ponce Yambot- (951) 769-6999 Project value: $450,000 Start Date: March 2011 End Date: January 2012 Project: Via Blairo Sewer Main Scope: Construction of 1,000 LF of 8" Sewer Main, Relocation of Existing Force Main, Construction of Manholes, Construction 20" Steel Casing and open -cut Installation at depths of 20-25 within a 20' opening between 2 houses. Location: Via Blairo and Hidden Valley PKWY, Corona, CA Owner: City of Corona 400 S. Vicentia Avenue Corona, CA 92882 Contact: Linda Bazmi- (951) 739-4960 Project Engineer: Linda Bazmi- (951) 739-4960 Project value: $450,000 Start Date: December 2011 End Date: February 2012 Project: Ohio Street and Oriente Drive Pipeline Replacement Project Scope: Construction of 6,000 LF of 16" DIP Restrained Joint Pipe, Cathodic Welding, Abandonments, Appurtenant Items, and Trench Repair Location: Ohio St. and Oriente Dr., Yorba Linda, CA Owner: Yorba Linda Water District 1717 E. Miraloma Avenue 16810 Van Buren Boulevard #200, Riverside, CA 92504 • Phone (951)776-9300 • Fax (951)776-0404 • www.alabbasi.biz Placentia, CA 92870 Contact: Joe Polimino-(714) 701- 3000 Project Engineer: Joe Polimino-(714) 701- 3000 Project value: $1,400,000 Start Date: May 2011 End Date: January 2012 Project: Kline Drive Improvements Scope: Construction of new roadway and installation of 1,500 LF of 24" RCP Location: Kline Drive, Newport Beach, CA Owner: Orange County Public Works 1152 E. Fruit Street Santa Ana, CA 92701 Contact: Jeaniene Casiello- (714) 448-9531 Project Engineer: Jeaniene Casiello- (714) 448-9531 Project value: $450,000 Start Date: September 2011 End Date: January 2012 Project: Well No. 14 Emergency Connection to Temescal Desalter Influent Pipeline Scope: Installation of 1,250 LF of 16" DIP Potable Water Main, Cut -In Connections to existing Mains, and Cathodic protection. Location: 10th St. and Lincoln Ave., Corona, CA. Owner: City of Corona 400 S. Vicentia Ave. Corona, CA 92882 Contact: Clint Herrera (951) 736-2266 Project Engineer: Clint Herrera (951) 736-2266 Project value: $400,000 Start Date: September 2011 End Date: September 2011 Project: 2011 Perris Citywide Sewer Upgrades Scope: Removal of 7,000 LF existing 8" VCP sewer line and replacement with new 8" SDR, temporary bypassing, reconnection of all service laterals, and surface restoration. Location: Various Locations Owner: City of Perris 101 N. D Street Perris, CA 92570 Contact: Wero Cervantes- Inspector- Tri Lake Consultants (951) 453-4774 Project Engineer: Joe Van Sickle- Tri Lake Consultants (951) 378-6147 Project value: $650,000 Start Date: July 2011 End Date: November 2011 Project: Hemet Missing Link Sidewalk and ADA Improvement Project Scope: Widening of approx. 3,000 LF of roadway, construction of curbs/ curbs and gutters, sidewalks, curb ramps, and appurtenant work. Location: Soboba and Lake Street, Hemet, CA Owner: City of Hemet 16810 Van Buren Boulevard #200, Riverside, CA 92504 0 Phone (951)776-9300 0 Fax (951)776-0404 0 www.alabbasi.biz Contact: Project Engineer: Project value: Start Date: End Date: 445 E. Florida Ave. Hemet, CA 92543 Victor Monz- City Engineer- (951) 765-3847 Victor Monz- City Engineer- (951) 765-3847 $520,000 May 2011 August 2011 Project: Lemon Street Trail Improvements Scope: Narrowing of approx. 3,500 LF of existing roadway, construction of curbs/ curbs and gutters, ramps, driveways, decomposed granite trail and appurtenant work. Location: Lemon Street and Santiago Blvd. Villa Park, CA Owner: City of Villa Park 17855 Santiago Blvd. Villa Park, CA 92861 Contact: Bill Tarin- Inspector- (909) 263-6988 Project Engineer: WM Joe O'Neil- City Engineer- (714) 998-1500 Project value: $375,000 Start Date: May 2011 End Date: August 2011 Project: Fontana City Hall Parking Project Scope: Removal of 5,000 CY of concrete and asphalt, installation of 500 LF of 24" RCP, construction of all site utilities, construction of curbs/ curbs and gutters, sidewalks, curb ramps, driveways, fencing, landscaping, AC Paving, and all appurtenant work. Location: Sierra Ave. and Upland Ave, Fontana, CA Owner: City of Fontana 8353 Sierra Ave. Fontana, CA 92335 Contact: Grace Martinez- Project Manager- (909) 350-6522 Project Engineer: Noel Castillo- (909) 350-7632 Project value: $2,500,000 Start Date: February 211 End Date: August 2011 Project: Winchester Road 8" Pipeline Interconnect Scope: Installation of 6,500 LF of 8" C-900 Reclaimed Waterline, installation of 30 services, cut -in connections to existing water mains, and all appurtenant work Location: Winchester Rd. at Diaz Rd. Owner: Rancho California Water District 42135 Winchester Road Temecula, CA 92589 Contact: Bill Eckman- Inspector- (951) 538-6563 Project Engineer: Ken Cope- (951) 269-6900 Project value: $650,000 Start Date: April 2011 End Date: August 2011 Project: Greenspot Rd. "S" Curve Realignment 16810 Van Buren Boulevard #200, Riverside, CA 92504 0 Phone (951)776-9300 0 Fax (951)776-0404 0 www.alabbasi.biz Scope: Pulverization of existing AC Roadway, mass grading, and realignment of existing road Location: Greenspot Rd. and Santa Paula St, Highland, CA Owner: City of Highland 27215 Base Line Highland, CA 92346 Contact: Harvey Levin- Inspector- (909) 234-1001 Project Engineer: Etta R. Pulce- (909) 890-1255 Project value: $650,000 Start Date: March 2011 End Date: June 2011 Project: Colton Avenue Street Improvements Scope: Pulverization of existing roadway, construction of 500 LF of 24" HDPE storm drain, construction of curbs, sidewalks, curb ramps, driveways, reconstruction of new road, and all appurtenant work. Location: Colton Avenue and Wabash Avenue, Redlands, CA Owner: County of San Bernardino Department of Public Works 825 East Third Street San Bernardino, CA 92415 Contact: Sri Srirajan- Project Manager- (909) 387-7935 Project Engineer: Sri Srirajan- (909) 387-7935 Project value: $600,000 Start Date: March 2011 End Date: May 2011 Project: Indiana Avenue Street Improvements Scope: Construction of masonry retaining walls, utility relocations, construction of curb and gutters, sidewalks, driveways, curb ramps, reconstruction of existing AC pavement and all appurtenant work. Location: Indiana Ave. and Grant St., Riverside, CA Owner: County of Riverside Economic Development Agency 3403 Tenth St. Suite 500 Riverside, CA 92501 Contact: Erik Sydow- Project Manager- (951) 955-8274 Project Engineer: Phil Lemoine- Webb Associates- (951) 686-1070 Project value: $625,000 Start Date: January 2011 End Date: April 2011 Project: Pomona Sewer Replacement Project "B" Scope: Complete removal and reconstruction of 10,000 LF of 8", 10", 12", 15", and 24", ESVCP, sewer lateral repairs, manhole connections, pavement repairs, and appurtenant work at various locations throughout city. Location: Various locations bound by SR 60, Interstate 10, SR 71, and Interstate 15. Owner: City of Pomona 505 South Garey Avenue Pomona, CA 91766 Contact: Paul Mochel- Valley CM- Project Manager- (858) 444-6804 Project Engineer: Timotheus Hampton- (909) 620-3783 16810 Van Buren Boulevard #200, Riverside, CA 92504 0 Phone (951)776-9300 • Fax (951)776-0404 0 www.alabbasi.biz Project value: Start Date: End Date: $1,250,000 February 2011 August 2011 Project: East Valley Pipeline Replacement Project Scope: Installation of approx. 3,500 LF of 12" potable PVC water main, approximately 20 connections to existing water lines, abandonments of existing facilities, Open cut installation 24 inch steel casing across HWY 74, removal of 20" irrigation line and road repairs. Location: Santa Fe St. and Esplanade Ave in the City of San Jacinto, and Hemet Owner: Eastern Municipal Water District 2270 Trumble Road Perris, CA 92572 Contact: Boyd Ferrel- Inspector (951) 750-8990 Project Engineer: Bruce Ross (951) 928-3777 Project value: $675,000 Start Date: January 2010 End Date: August 2010 Project: Water Main Relocations for 1-215 Segment 5 and SR-210 Segment 11 freeway widening contract 3. Specification No. 1472 Scope: Installation of approximately 10,000 LF of 12" and 24" DIP water main, 100 house service connections, CDF abandonments and road repairs Location: Various locations in the City of San Bernardino near 215 and 210 freeway interchange. Owner: San Bernardino Municipal Water Department P.O. Box 710 San Bernardino, CA 92402 (909) 384-5377 Contact: Danny Robinson- Inspector (858) 583-6403 Project Engineer: Infrastructure Engineering Corporation (858) 413-2400 Project value: $1,125,000 Start Date: October 2009 End Date: April 2010 Project: Bedford Canyon Rd. Reclaimed Waterline Scope: Installation of approx. 3,300 LF of 16" DIP recycled water main, open cut installation 100 LF of 40" steel casing, cathodic welding, and road repairs. Location: El Cerrito Rd. and Bedford Canyon Parkway, Corona CA Owner: City of Corona 400 S. Vicentia Ave. Corona, CA 92882 Contact: Brian Ladnier- Inspector (951) 232-3762 Project Engineer: Linda Bazmi (951) 736-2266 Project value: $651,000 Start Date: September 2009 End Date: October 2009 Project, Citywide Sidewalk and Curb Cut Improvements Scope: Construction of approx.. 40,000 SF of sidewalk, 100 handicap ramps, 175 driveways, and appurtenant work. 16810 Van Buren Boulevard #200, Riverside, CA 92504 s Phone (951)776-9300 0 Fax (951)776-0404 0 www.alabbasi.biz Location: Various Location in Redlands, CA Owner: City of Redlands 35 Cajon Street #15A Redlands, CA 92373 Contact: Erick Weck- Project Manager- (909) 798-7584 Project Engineer: Erick Weck- (909) 798-7584 Project value: $650,000 Start Date: August 2009 End Date: October 2009 16810 Van Buren Boulevard #200, Riverside, CA 92504 0 Phone (951)776-9300 0 Fax (951)776-0404 0 www.alabbasi.biz Document A310 TM - 2010 Conforms with The American institute of Architects AIA Document 310 CONTRACTOR: (,''cone, legal slaltrs and addrerti) Mamco, Inc. dba Alabbasi 16810 Van Buren Boulevard, Suite 200 Riverside, CA 92504 OWNER: (.'Farm:, legal status and address) City of Huntington Beach 2000 Main Street Huntington Beach, CA 92648 SURETY: (Maine, legal smlus and principal place of hay a mv) Fidelity and Deposit Company of Maryland 1400 American Lane, Tower I, 18th Floor Schaumburg, IL 60196-1056 Mailing Address for Notices 777 South Figueroa Street, Suite 3900 Los Angeles, CA 90017 BOND AMOUNT: $ 10% Ten Percent of Amount Bid PROJECT: (,Vane, localionoraddmn andl'rojectnumber, ifarrt) Cast Iron Pipe Replacement, DR#201300480169 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. The Contractor and Surety arc 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 temms 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) pars to the Owner the dit%erence, 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 perlixrn the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full Vince and ellert. The Surely hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which lie Owner may accept the bid. Waiver ornolice by the Surely shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance orbids specified in the bid documents_ and the Owner and Contractor shall obtain the Surety's consent firr an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the tcmm Contractor in this Bond shall be doomed to be Subcontractor and the term Ow•ncr shall be doomed to be Contractor. When this i3ond has been furnished to comply with a statutory or other legal requirement in the location ol'lhe Pnrjec4 any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herel'rom and provisions conlimmming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this i3ond %hail be construed as a statutory bond and not as a common law blind. Signed and scaled this 8th day of July, 2014. i flYfnress) r�L� j t (Vil,lesv) erl odaca Mamco, Inc, dba asi (Principal) (seal) By: (lilt Fidelity and (surety) (rille) of Maryland S-00541AS 8110 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Orange On JUL 0 8 2014 before me, Jeri Apodaca, Notary Public Date rime trumt Nam and TMs tna 0". personally appeared Rhonda C . Abel JER1 APODACA Commission # 1904081 z : = Notary Public - California z Z i. D Orange County My Comm. Expires OCt 12. 2014 who proved to me on the basis of satisfactory evidence to be the person(o) whose name($) isiW subscribed to the within instrument and acknowledged to me that WsheftW executed the same In IMs/her/tWi authorized capacity(M), and that by ft1herAW& signature(b) on the instrument the person($), 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. WITNESS my hand and official seal. Signature _.� OPTIONAL Though the informatlon below is not required by law, B may prove valuable to persons retying an 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(les) Claimed by Signers) Signers Name: ❑ Individual O Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ® Attorney in Fact . ❑ Trustee Top of thumb here O Guardian or Conservator O Other: Signer Is Representing: u Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer — Thle(s): ❑ Partner —❑ Limited O General _ ❑ Attorney in Fact ❑ Tfvstee Top of thumb here ❑ Guardian or Conservator O Other: Signer Is Representing: 0=!jgft Notuy Aswdodm•om De Sob Ara..P.QSmi2402•ChetmwftCA91313u,,Mm. nw.NetloroMsta .v Mm#UW fteorda:C0T*Ree1 "W 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 James A. SCHALLER, Mike PARIZINO, Rachelle RHEAULT, Rhonda C. ABEL, Kim LUU, Jeri APODACA and Heather SALTARELLI, all of Newport Beach, California, 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 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 9th day of July, A.D. 2013. ATTEST: W. ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND a 8$AL ` ; f -f1 - Cnlow Assistant Secretary Vice President Eric D. Barnes Thomas O. McClellan State of Maryland City of Baltimore On this 9th day of July, A.D. 2013, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, THOMAS O. MCCLELLAN, Vice President, and ERIC D. BARNES, Assistant 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, I have hereunto set my hand and affixed my Official Seal the day and year first above written. !l/f111111�11 Maria D. Adamski, Notary Public My Commission Expires: July 8, 2015 POA-F 012-93100 City ®f 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 October 16, 2014 MNR Construction, Inc. 5103 Bleecker Street Baldwin Park, CA 91706 RE: Cast Iron Replacement Project—CC-1432 Enclosed please find your original bid bond for CC-1432. Sincerely, D an L. Flynn, CIVIC City Clerk J F: pe Enclosure Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand a�6a` Engineering Cone 11016, License No. 891298-A MNR Construction, Inc. 5103 Bleecker Street -Baldwin Park, CA 91706 ® Cast Iron Pipe Replacement CC No. CC 1432 LU Date: 7/24/2014 Time: 10:00 AM RECEIVED 2014 JUL 24 AM 9: SG CITY CLFRK CITY OF HUNTINGTON 13U. cjq City Of HUNTINGTON BEACH City Clerk 2000 Main Street Huntington Beach, CA 92648 SECTION C ,, 11 J , A for the construction of CAST IRON PIPE REPLACEMENT PROJECT CC No. CC 1432 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 120 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 ppsa of bid, find � _ G# in the amount of v� y`�`v�hich sai' 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 C-2 SECTION C PROJECT BID SCHEDULE A PROJECT NAME, CC 1432 ALLEY "B" BETWEEN 9TH AND 10TH STREET SOUTH OF WALNUT AVENUE BID ITEMS 4- 1 ItemsJe3NsMefiti?I tantirPQ ry xtesom LS $IC)Lt-� $ fC40c,:�;'35� 1 Mobilization and Setup 1 Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable 1 $ safety orders, complete and in place. LS 'C64—_ 3 Demobilization & Cleanup 1 LS $14,«'_ $ Lt C2CSG_- 4 Furnish Traffic Control in accordance with the City of Huntington Beach requirements, complete and in place. 1 LS $ -5,(5<5C,_cS Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- 5 cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, in 275 LF $ $ complete place. Furnish and install 1 -inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 6 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, 8 $ complete and operative in place. EA Construct new fire hydrant assembly, including furnish and 7 installing new buried pipe, valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and 1 $ surface repairs shown on these plans, complete, and in place. EA Cut, cap, and abandon existing waterline, including all 8 excavation, disposal of excessive earth material, pipe zone fill, slurry, backfill, appurtenances, and surface repair, as shown 1 $_1066 $ J,CX-X-O� on these plans, complete and in place. LS 9 Abandon valve, remove existing valve box and cover and all in 1 EA $ '4, 065-1 other work, as shown on the plans, complete place. Remove and salvage existing fire hydrant including removing 10 buried pipe, valve, and appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface I d, $ 41, $ ew repair as shown on these plans, complete, and in place. EA 11 Construct concrete gutter as shown on these plans, complete 200 cb$ 12,600 and in place. LF 12 Construct AC pavement replacement, including all labor, 64 $ equipment, and materials, as shown on these plans, complete TN C-2.1 SECTION C PROJECT BID SCHEDULE A PROJECT NAME, CC 1432 ALLEY "B" BETWEEN 9TH AND 10TH STREET SOUTH OF WALNUT AVENUE Item g, '! TZ_ ��KQW, Mn� tity-­T�44!i and in place. Construct 6-inch aggregate base replacement, including all 13 labor, equipment, and materials, as shown on these plans, $ 5 $ complete and in place. 165 TN Adjust all water valve covers, cleanouts, manholes, electrical, 14 telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans, complete and in place 1 LS $ Construct alley approach, per Plan 107 and 210, including all 15 labor, equipment, materials, as shown on these plans, completed and in place. $ao $ 480 SF Cut -in new 6-inch Gate Valve, including furnish and installing 16 valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on these plans, complete, and in place. 1 EA $_bACQ::`= $ 10,00C,' SUB -TOTAL BID AMOUNT — SCHEDULE A $ 1-714, 575`—�' SUB -TOTAL BID AMOUNT IN WORDS: Note: 4fer to ectiol n 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner_ In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.2 SECTION C PROJECT BID SCHEDULE B PROJECT NAME, CC 1432 ALLEY "C" BOUNDED BY 8TH, 9TH, OLIVE AND ORANGE AVENUE BID ITEMS le ng- "WW, W o 011 1" I Mobilization and Setup 1 LS $ Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable in 1 LS oo co $ safety orders, complete and place. 3 Demobilization & Cleanup 1 LS $ 0,C)c5c,"p- 4 Furnish Traffic Control in accordance with the City of 1 $5 C)CC; $ fB C)0� Huntington Beach requirements, complete and in place. LS Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- 5 cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, 418 ZK> $12,5- complete in place. LF Furnish and install 1-inch polyethylene water service, including pipe fittings, valves, connection to existing Meter, abandonment of existing line, removal of existing meter box 6 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, $ 2- 5C>O' $ 5Di complete and operative in place. 20 EA CXDC' Furnish and install 2-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 7 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, 1 EAC $ Gf complete and operative in place. H Furnish and install meter box, trench excavation, disposal of 8 excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, complete and EAC $ $ operative in place. 1 H Construct new fire hydrant assembly, including furnish and 9 installing new buried pipe, valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and 1 EAC $ $ '7 surface repairs shown on these plans, complete, and in place. H Cut, cap, and abandon existing waterline, including all V 10 excavation, disposal of excessive earth material, pipe zone fill, slurry, backfill, appurtenances, and surface repair, as shown $ on these plans, complete and in place. 1 LS 11 Abandon valve, remove existing valve box and cover and all 2 EA $ cco' $ oon' - C-2.3 SECTION C PROJECT BID SCHEDULE B PROJECT NAME, CC 1432 ALLEY "C" BOUNDED BY 8TH, 9TH, OLIVE AND ORANGE AVENUE MIPW :intjPI 'IIe V. V�NhVN other work, as shown on the plans, complete in place. Remove and salvage existing fire hydrant including removing 12 buried pipe, valve, and appurtenances, disposal of excessive earth material, impor ted pipe zone fill, backfill, and surface repair as shown on these plans, complete, and in place. 1 EA $14 MU05� $ 13 Construct concrete gutter as shown on these plans, complete and in place. 350 LF $ 2— "0. Construct AC pavement replacement, including all labor, 14 equipment, and materials, as shown on these plans, complete in 123 $ $ and place. TN Construct 6-inch aggregate base replacement, including all 15 labor, equipment, and materials, as shown on these plans, 253 $ -7 $ complete and in place. TN Adjust all water valve covers, cleanouts, manholes, electrical, 16 telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans, complete and in place 1 LS $ $ OCO Construct alley approach, per Plan 107 and 210, including all 17 labor, equipment, materials, as shown on these plans, completed and in place. 350 SF $ jam, 560":n- Cut-in new 6-inch Gate Valve, including furnish and installing 18 valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on in 1 $ '0_ $ these plans, complete, and place. EA SUB -TOTAL BID AMOUNT — SCHEDULE B s -22 SUB -TOTAL BID AMOUNT IN WOR Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.4 SECTION C PROJECT BID SCHEDULE C PROJECT NAME, CC 1432 ALLEY "D" BETWEEN CHICAGO & BALTIMORE AVE EAST OF ALABAMA STREET BID ITEMS Z I Mobilization and Setup 1 LS $QCUO' $ :2, CCX> Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable 1 LS $!,P� $ 2 0%n safety orders, complete and in place. 3 Demobilization & Cleanup 1 LS $ -?— �00nf—o 4 Furnish Traffic Control in accordance with the City of $ $cs Huntington Beach requirements, complete and in place. LS Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- 5 cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, 310 LF $ $ complete in place. Furnish and install 1-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 6 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, in 12 EA $ Zan $ 1-11c� CC16 complete and operative place. Furnish and install 2-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 7 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, 3 $ J Cc, $ \C)j complete and operative in place. EA Cut, cap, and abandon existing waterline, including all 8 excavation, disposal of excessive earth material, pipe zone fill, slurry, backfill, appurtenances, and surface repair, as shown 1 $ $ -7,cw*ae- on these plans, complete and in place. LS 9 Abandon valve, remove existing valve box a ' nd cover and all in 1 EA $ 4 $ other work, as shown on the plans, complete place. 10 Construct concrete gutter as shown on these plans, complete $ $ and in place. 350 LF Construct AC pavement replacement, including all labor, 11 equipment, and materials, as shown on these plans, complete $ and in place. 125 TN C-2.5 SECTION C PROJECT BID SCHEDULE C PROJECT NAME, CC 1432 ALLEY "D" BETWEEN CHICAGO & BALTIMORE AVE EAST OF ALABAMA STREET D escripudn' Quantity Qi! Unit nif"Cd t� 4 L Tot dgt'�' i (Exie-n-s'ion-'). g. A Construct 6-inch aggregate base replacement, including all 12 labor, equipment, and materials, as shown on these plans, 230 ace $ m $ complete and in place. TN Adjust all water valve covers, cleanouts, manholes, electrical, 13 telephone, and cable TV pull boxes, gas meters, and vaults to OM"— $ DCCD grade, as shown on these plans, complete and in place 1 LS Construct alley approach, per Plan 107 and 210, including all 14 labor, equipment, materials, as shown on these plans, completed and in place. 132 SF $ $ CC> SUB -TOTAL BID AMOUNT — SCHEDULE C SUB -TOTAL BID AMOUNT IN WORDS: WWI R Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.6 SECTION C PROTECT BID SCHEDULED PROTECT NAME, CC 1432 INDIANAPOLIS AVENUE BETWEEN DELAWARE & ENGLAND STREET BID ITEMS Description Qua►ittty Umt^ b Unit Cosst '44jTotal Cost x_ " No sion ) e (Exten'Z __ i � r _ 1 Mobilization and Setup 1 LS $ $ 2- Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable 1 _ a, $ Lcz=c,'� safety orders, complete and in place. LS 3 Demobilization & Cleanup 1 LS $ Z,O�U� $ 2,CZ'V 4 Furnish Traffic Control in accordance with the City of 1 $65' $ Huntington Beach requirements, complete and in place. LS Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- s cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, in 73 LF complete place. Cut, cap, and abandon existing waterline, including all 6 excavation, disposal of excessive earth material, pipe zone fill, slurry, backfill, appurtenances, and surface repair, as shown 1 $156b on these plans, complete and in place. LS 7 Abandon valve, remove existing valve box and cover and all the in 1 EA $ 4i05bon $ ��' other work, as shown on plans, complete place. 1 Construct alley approach, per Plan 107 and 210, including all 8 labor, equipment, materials, as shown on these plans, completed and in place. 432 SF $ 11'o0 0� $1 Cut -in new 6-inch Gate Valve, including furnish and installing 9 valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on these in 2 EA g, $ Z� $ 1(9jR9_1' plans, complete, and place. _� Construct AC pavement replacement, including all labor, 10 equipment, and materials, as shown on these plans, complete 2 f �, $ (0 ' $ and in place. TN Construct 6-inch aggregate base replacement, including all 11 labor, equipment, and materials, as shown on these plans, w $ `J2 ' $ complete and in place. 4 TN SUB -TOTAL BID AMOUNT — SCHEDULE D C-2.7 SECTION C PROJECT BID SCHEDULE D PROJECT NAME, CC 1432 INDIANAPOLIS AVENUE BETWEEN DELAWARE & ENGLAND STREET 0110 T/ITAI E)IPI A11IVlI IAIT IAI 1A//IMPIQ- Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.8 SECTION C PROJECT BID SCHEDULE E PROJECT NAME, CC 1432 ALLEY "F" BETWEEN ENGLAND & FLORIDA ST FROM LINCOLN TO MEMPHIS AVE BID ITEMS Unit Cost iL 1 Mobilization and Setup 1 LS $qL g5b-171 $ 4, oz5o Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable safety orders, complete and in place. 1 LS 3 Demobilization & Cleanup LS $ '3' $ 4 Furnish Traffic Control in accordance with the City of 1 $ Huntington Beach requirements, complete and in place. LS Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- 5 cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, $ $ complete in place. 368 LF Furnish and install 1 -inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 6 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, 11 EA VIM $j7,!5jM"-- complete and operative'in place. Construct new fire hydrant assembly, including furnish and 7 installing new buried pipe, valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and in 1 EA I cb! W60 $ FL/fVGbf-5 surface repairs shown on these plans, complete, and place. Cut -in new 8-inch Gate Valve, including furnish and installing 8 valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on in 1 EA $ 101 Coban these plans, complete, and place. Cut, cap, and abandon existing waterline, including all 9 excavation, disposal of excessive earth material, pipe zone fill, slurry, backfill, appurtenances, and surface repair, as shown $ $ 71 on these plans, complete and in place. 1 LS 10 Abandon valve, remove existing valve box and cover and all in 1 EA cp $ other work, as shown on the plans, complete place. Remove and salvage existing fire hydrant including removing 11 buried pipe, valve, and appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface in 1 EA $ repair as shown on these plans, complete, and place. C-2.9 SECTION C PROJECT BID SCHEDULE E PROJECT NAME, CC 1432 ALLEY "F" BETWEEN ENGLAND & FLORIDA ST FROM LINCOLN TO MEMPHIS AVE Item ` Description Quan"tity ' Unit Unit Cost TotahGost No}, (Extension) 12 Construct concrete gutter as shown on these plans, complete in 270 oa $�� / and place. LF Construct AC pavement replacement, including all labor, 13 equipment, and materials, as shown on these plans, complete in 97 $ Z (Ja $ NI 7�� and place. TN Construct 6-inch aggregate base replacement, including all 14 labor, equipment, and materials, as shown on these plans, 230 $ 7 `� sa zo complete and in place. TN �l Adjust all water valve covers, cleanouts, manholes, electrical, 15 telephone, and cable TV pull boxes, gas meters, and vaults to these in 1 LS $ $ (M' grade, as shown on plans, complete and place Construct alley approach, per Plan 107 and 210, including all 16 labor, equipment, materials, as shown on these plans, completed and in place. 720 SF $ l�(� $ ��ivOD Remove and re -construct sidewalk per Plan 207, including all 17 labor, equipment, materials, as shown on these plans, completed and in place. 56 SF o $A � ca $ it � Cut -in new 6-inch Gate Valve, including furnish and installing 18 valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on these in 1 EA oa W ay p2 $ 10,OCZ) plans, complete, and place. SUB -TOTAL BID AMOUNT — SCHEDULE E 26 SUB-TOTAL BID AMOUNT IN WOR Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.10 SECTION C PROJECT BID SCHEDULE TOTALS PROJECT NAME, CC 1432 Sub -Total Bid Schedule A Sub -Total Bid Schedule B Sub -Total Bid Schedule C Sub -Total Bid Schedule D Sub -Total Bid Schedule E TOTAL BID AMOUNT, BASIS OF AWARD (Schedules A-E) Notes: Refer to S •oo 9, Measure and Payment for description of each Item on Bid Schedules. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. D ►M] 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 Dollar Amount % of Contract f b,;tb> C14-, qv rl 2l 4- �• �b,�z,22� rtm ��-, az8 -fig Z6�o�3 0255; s 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 BIDDEN 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 , at6-L1G ,g-NVl'Rcc(CO Date City State V , being first duly sworn, deposes and sa s that he or she is of 2 ony) ( AC' im i *ty 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. M N'P— n' oc4inn Name of Bidder iUJ-"'-—Reigmi of Bidder Address of Bidder C 1 + q 1"70 G 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 CAST IRON PIPE REPLACEMENT PROJECT, (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: IV �At�v== Contractor By 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 C 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: -:7 Lz, C-7 Contractor :�+ By Title BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: M Iv 2 C0-ncsY UG;16Y -i ::Q1G Bidder Name 4l(�3 Business Address �d&� JYI mark_ C r4 1-I� G, City, State Zip _(902) f-112 -,�LDhn Telephone Number gq 12-2e - tq- State Contractor's License No. and Class Original Date Issued- ,. The work site was inspected by kt" 'S of our office on 01 , 2011. The following are persons, firms, and corporations having a principal interest in this proposal: t SzQ I I I, _ p t' Ci VCL - Vi r� C-8 The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. Company Name Signature of Bidder Printed or Typed S Subscribed and sworn to before me thisc3day of NAIV-A , 201q . NOTARY PUBLIC VESNA PERIC =� r Commission # 1972172 z -I z ;�,` - Notary Public -California z Los Angeles County MY Comm: Expires Mar 16, 2016 C-9 NOTARY SEAL Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of potable water pipelines within the public right of way, working within alleys and in close proximity to other existing underground utilities. 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: �k Name and Address of Public Agency Name and Telephone No. of Project Manager: J/ Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 2. 'S� (� V,� )J 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-10 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 z a6d-h -Torre.-7 Name of proposed Project Manager Telephone No. of proposed Project Manager:OQQ) 5 75 r -7531 {a4act,\'eI /Y Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Date Completed 2. Name of proposed Superintendent Telephone No. of proposed Superintendent:LGo?6�� &-lyzl Project Name & Contract Amount Type of Work Date Completed ` su-, ri Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Date Completed C-11 N A N1*1 "A FIL ALI` t Affi Cori -AIN & 'n 9, Project =- PCojict Title ardin ority. A' i'rdingl' �Nut On Sta �prnpldtfiqn_Daie a V ii NU Manager & -4 co e t r S -dnt Ct 7'111�111 , , — i �' N d' W­- --w­__ -aw- RON: 'Am "$ 1 1!1'1111gl!l�i�' " - % 00 ME 00. A 2- m �a Ili', Crescenta Valley Water "Dubs" install 12" & 6" CML & CMC steel water pipeline & appurtenant 12" Water Main on the 2700, 2800, District 2700 Foothill Boulevard October-07 to MNR Construction, Inc. Nicholas Water Main construction. Install 6" Fire Hydrant, steel water pipe laterals & 0704 2900 block of Foothill Blvd. Ernie Diego La Crescenta, CA 91214 March-08 (909) 592-2760 Gregorovic $682,872.93 appurtenant construction. Relocation of Customer in-house Plumbing. (818)284-5820 (818) 271-7242 Installation of Pressure Reducing Valves Install 12-inch & 8-inch class 200 AWWA C900 PVC Water Main, First Street Water Main & First City of Santa Ana 20 Civic Center Plaza Santa Ana, December-07 to All American Asphalt Jim McGee Sewer Main & Water Main $488,658.19 co nstruct 1-inch, 2-inch and 3-inch water service, 12-inch 1" and 8" 0705 Street Sewer Main Kurt Wisemann CA 92701 March-08 (951) 757-8026 (951) 757-8028 gate valve, fire hydrant assembly. Construct 12" and 8" sewer main, (714) 647-5074 sewer manhole and 6" PVC sewer lateral. Construct Trench Drain System including 12" PVC Perforated Pipe, Subdrain Improvements in Calle City of San Dimas 245 East Bonita Avenue March-08 to MNR Construction, Inc. Elizabeth Torrez Water Main complete in place. Construct Concrete Blanket Protection per A.P.W.A 0801 Carrillo Shari Garwick San Dimas, CA 91773 March-08 (909) 592-2760 (909) 592-2760 $67,970.00 Std. No. 225-1, complete in place. Construct Lateral Drain System, (909) 394-6248 complete in place. Santa Clara & Lyon - PCO #2/ Project City of Santa Ana 20 Civic Center Plaza Santa Ana, December'07 to All American Asphalt Jim McGee Water Main Install Hot Tap, Water Line and Future Water Service 6-inch. 08,02 No. 06-1012 Kurt Wisemann CA 92701 March-08 (951) 757-8026 (951) 757-8028 $18,607.66 (714) 647-5074 - Garden Grove Blvd -Palm Street City of Garden Grove 11222 Acacia Pkwy Garden Vasilj Construction John Gavigan Water Main 6" and 8" PVC pipe & fittings, 6" and 12" GV, C-509 (FLG X MJ / valve 0803 Sewer improvements Ron Kuklovsky Grove, CA 92840 March-08 to May-08 (626) 480-1442 (909) 772-2631 $236,157.29 can assembly reconnect existing laterals, (949) 254-9270 0804 Nevada Street Storm Drain Weiss Properties Clay Elliott 17213 Aie Avenue April-08 to May-08 EC Construction John Walters Storm Drain 36" - R.C.P. storm drain, 19" laterals Torrannnce, CA 90504 (626) 444-9596 (626) 444-9596 $73,182.84 (3101542-9315 0805 Relocate 5 Sewer Laterals- Sunset County of Orange Jim Caslin 1152 East Fruit Street Santa Ana, June-08 to June-08 All American Asphalt Jim McGee Sewer Laterals Install 6" ABS sewer lateral (using INSERTA TEE) at various locations Beach CA 92701 (951) 757-8026 (951) 757-8028 $62,300.22 1 (714) 330-3728 0806 Willow Glen Road & Nichols Canyon - City of Los Angeles 1149 S. Broadway, 6th floor Los May-08 to August-08 VasiIj Construction John Gavigan Sewer Main Installation of sewer main, and tie-ins to house connection. H28A Angeles, CA 90015 (626) 480-1442 (909) 772-2631 S44,364.74 City of Los Angeles 1149 S. Broadway, 6th floor Los Remove & replace 6-inch and 8-inch VCP sewer., install maintenance 0807 Canyon Drive &Spring Oak -H32A Sam Alvarado Angeles, CA 90015 Mail Stop M ay-08 to J u ly-09 MNR Construction, Inc. Elizabeth Torrez 592-2760 Sewer Main $1,796,587.50 holes, adjust MH to grade, remove flush tank mechanism, rehabilitate (213) 300-9292 #538 (909) 592-2760 (909) sewer by lining, clean and CCTV sewer City of Los Angeles 1149 S. Broadway, 6th floor Los Remove & replace 6-inch and 8-inch VCP sewer., install maintenance 0808 Veteran Ave and Sunset Blvd- Anthony Daniel Angeles, CA 90015 Mail Stop April-09 to MNR Construction, Inc. Elizabeth Torrez Sewer Main holes, adjust MH to grade, remove flush tank mechanism, rehabilitate SSRP-U18B (213) 485-5439 #538 February-10 (909) 592-2760 (909) 592-2760 $1,396,872.5 o sewer by lining, clean and CCTV sewer Lincoln Avenue - East Street to Larch Furnish and install 12" DIP, 8" DIP, 6" fire hydrant, cut & cap existing 0901 Street and Sewer Diversion at State City of Anaheim 200 S. Anaheim Blvd Anaheim, March-09 to VasiIj Construction John Gavigan Sewer Main fire hydrant, 12"resiliant wedge gate valve, 18" connection to existing College Blvd/Almond Ave CA92805 March-09 (626) 480-1442 (909) 772-2631 $10,000.00 pipe, 1" air release and vacuum relief valve. Harbor UCLA Sewer Project No. MTM Construction, Inc. 16035 Phoenix Drive City of March-09 to MNR Construction, Inc. Elizabeth Torrez Sewer Main INSTALL 4"SDR-35 (APROX 200 LF) CORE INTO EXISTING MANHOLE, 3 0902 721-014.00 Raymond Johnston Industry, CA 91745 April-09 (909) 592-2760 (909) 592-2760 $61,000.00 CLEANOLITS, SLURRY BACKFILL (626)934-1112 Construction Services for Emergency City of Glendale 633 E. Broadway Glendale, CA N/A MNR Construction, Inc. Elizabeth Torrez Sewer & Storm Drain On-call/emergency list for sewer and storm drain repairs. 0903 Sewer & Storm Drain Repairs (818) 548-3945 91206 (909) 592-2760 (909) 592-2760 $100,000.00 F & 12-inch water svc & 6" fire hydrant assembly, 10" class 52 DI pipe City of Arcadia 11800 Goldring Road Arcadia, CA MNR Construction, Inc. Elizabeth Torrez Water Main bore and jack 6" and 8" DI pipe, hot tap existing 12-inch pipe, furnish 0904 Water Main Replacement Project Mark Ornelas 91066 May-09 to August-09 (909) 592-2760 (909) 592-2760 $369,097.00 & install 4' x 5' concrete vault, flow meter, control valve, nitrate (626) 840-6851 analyzer assembly. City of Montclair Installation of VCP to property line, saddle on mainline, sewer lateral 0905 Central Avenue House Connection Cecilia Leonard 5111 Benito Street Montclair, May-09 to May-09 MNR Construction, Inc. Elizabeth Torrez Sewer Connection from property line to back of house, fill septic tank with sand and CA 91763 (909) 592-2760 (909) 592-2760 $20,550.00 1909)625-9445 abandon. City of Anaheim F & 112" DIP, 8" DIP, 6" fire hydrant, cut & cap existing fire hydrant, 0906 12" Water Main- Lincoln Ave from John Lamar 200 S. Anaheim Blvd Anaheim, Ju ly-09 to October-09 MNR Construction, Inc. Elizabeth Torrez Water Main ge gate valve, 18" connection to existing pip 12"resiliant wede, 1" air East St to La Plaza St (714) 768-4591 CA 92805 1 (909) 592-2760 (909) 592-2760 $276,600.00 release and vacuum relief valve. MNR CONSTRUCTION, INC. 7/23/2014 Aw", , , �11, AWNS, JIFUR M 7_ lvl� Na 1,11p!$1�1311TITI 4AW 0- 11 ffill­­, Pit, W"d 6i�tracti I. 7RUIMNO _K 0 r,0 Ct ritli! J6 g- A B t Wo r' din' _ity,�,J� L.n R, puthc Prity vp' Ad' D t iow ate', lwni�p r Number Amount---- 11 01 VY P - Beach Water Remove and replace existing master backwash and 24-inch ball valve Department 1800 E Wardlow Road October-09 to MNR Construction, Inc. Elizabeth Torrez Water Main and actuator, repair cistern vault and piping, sheeting shoring and 0907 Cistern 3 Vault Repair Project Robert Verceles Long Beach, CA 90807 October-10 (909) 592-2760 (909) 592-2760 $885,465.19 bracing. Portrait Homes Water Service 8" double -detector check assembly, lateral to property line, extend 0908 1275-1287 East Lincoln Avenue - Michael Woodhart 265 IN Joy Street, Ste 200 September-09 to MNR Construction, Inc. Elizabeth Torrez Connection fire hydrant assembly, 2" irrigation meter, 2" RIP backflow, 3" Water Service Connection (951) 741-7963 Corona, CA 92879-1323 October-09 (909) 592-2760 (909) 592-2760 $68,009.65 compound meter w/4" service, 4" double -detector check assembly. Weiss Properties Install new 4xg water meter vault, move double -detector assembly, 0909 Redlands Boulevard to Park Avenue - Clay Elliott 17213 Arnie Avenue September-09 to EC Construction John Walters Water Main install new 2" svc, construct manhole, encase 24" sewer, 2'xl' Installation of Water Main (310) 542-9315 Torrance, CA 90504 September-09 (626) 444-9596 (626) 444-9596 $78 001.00 concrete box, construct catch basin. San Gabriel HS - Booster Pump & Alhambra Unified School 801 S Ramona St EC Construction John Walters Water Main Connection at 4" backflow preventer, install 4" C9000200, pump 0910 Water Main Installation District San Gabriel, CA 91776 October-09 to June-10 (626) 444-9596 (626) 444-9596 $78,691.00 station, pressure test. Install air release above ground, domestic mainline in 2" & 12" HDPE, Phase I Roadway Extensions Forest Forest Lawn Memorial Park 1712 South Glendale Ave, January-10 to EC Construction John Walters Sewer & Water Main irrigation main line 6", 10" 12", 14", 16" HDPE, Irrigation main line 0911 Lawn Covina Hills Association Glendale, CA 91205 October 2010 (626) 444-9596 (626) 444-9596 $706,260.00 transition and 12" AVL valve, gate valve, sanitary sewage piping, storm drain installation. Alhambra Unified School 801 S Ramona St San Gabriel, CA EC Construction John Walters Sewer & Water Main Connection at 4" backflow preventer, install 4" C9000200, pump 1001 AUSD Transportation Bus Storage I District 91776 February-10 to May-10 (626) 444-9596 (626) 444-9596 $62,948.00 station, pressure test. Magnolia Drive Sewer Repair - Forest Forest Lawn Memorial Park 1712 S Glendale Ave, Glendale, EC Construction John Walters Sewer Main install 8" VCP, connect to existing HC Sewer, install maintenance hole, 1002 Lawn Hollywood Hills Association CA 91205 M a r�h-10 to April-10 (626) 444-9596 (626) 444-9596 $67,900.00 CCTV Installation of two (2) manholes including: clewatering, over 1003 Street Repair and Rehabilitation City of Glendale 633 E. Broadway Glendale, CA April-10 to April-10 EC Construction John Walters Sewer Main excavating all mud and/or unsuitable material(s), extra miscellaneous Project - Phase I (Chevy Chase Drive) (818) 548-3945 91206 (626) 444-9596 (626) 444-9596 $29,750.00 shoring in deep hole, approximately 30T LF of 8-inch sewer pipe. Sewer Repair At Various Locations- 505 S. Garey Ave Pomona, CA MNR Construction, Inc. Elizabeth Torrez Sewer Main Remove and Replace 120 LF of 8-inch VCP Point Repairs. Remove and 1004 City of Pomona City of Pomona (909) 620-2269 91769 May-10 to June-10 (909) 592-2760 (909) 592-2760 $152,550.00 Replace 736 LF of 8-inch VCP Facility Replacement 1149 S. Broadway, 6th floor Los Remove & replace 8-inch and 15-inch VCP sewer., install maintenance 1005 SSRP S15 Grand Ave & 58th Street City of Los Angeles Michael Angeles, CA 90015 Mail Stop August-10 to MNR Construction, Inc. Elizabeth Torrez Sewer Main holes, remove flush tank mechanism and remodel MH Base, W.D. SZC 11889 Affeldt (213) 485-4590 #538 December-10 (909) 592-2760 (909) 592-2760 $449,485.00 rehabilitate sewer by lining, clean and CCTV sewer Remove & replace 2300 LF of 8-inch and 12-inch VC? sewer. Remove City of Pasadena - 2010 Sewer City of Pasadena Bob 100 N. Garfield Avenue P.O. Box MNR Construction, Inc. Elizabeth Torrez Sewer Main & replace 100 LF of 8-inch and 12-inch VCP sewer with Ductile Iron 1006 Capacity Upgrades Gardner (626) 744-4643 7115Pasadena, CA 91109 June-10 to August-10 (909) 592-2760 (909) 592-2760 $341,045.00 Pipe with Protecto 401 Ceramic Epoxy lining. Construct concrete encasement, remove and reconstruct manhole floor, and CCTV sewer Remove & replace 8-inch and 10-inch VCP sewer., Reconnect existing SSRP P18A Eagle Rock Blvd & York City of Los Angeles Michael 1149 S. Broadway, 6th floor Los October-10 to MNR Construction, Inc. Elizabeth Torrez Sewer Main HC Sewer, install maintenance holes, remove flush tank mechanism 1007 Blvd. W.C. SZC 11840 Affeldt (213) 485-4590 Angeles, CA 90015 Mail Stop September-11 (909) 592-2760 (909) 592-2760 $1,835,936.50 and remodel MH Base, rehabilitate sewer bylining, clean and CCTV #538 sewer SSRP P12 Avenue 50 and Monte City of Los Angeles Carla 1149 S. Broadway, 6th floor Los December-10 to MNR Construction, Inc. Elizabeth Torrez Sewer Main Remove and Replace 120 LF of 8-inch VCP Point Repairs. Remove and 1008 Vista Street SZC 11960 Rinehart (213) 487-0366 Angeles, CA 90015 Mail Stop October-11 (909) 592-2760 (909) 592-2760 $858,295.00 Replace 736 LF of 8-inch VCP Facility Replacement #538 1149 S. Broadway, 6th floor Los R & R 8-inch and 15-inch VCP sewer., install maintenance holes, 1009 SSRP P13 Range View and North City of Los Angeles Cristian Angeles, CA 90015 Mail Stop December-10 to MNR Construction, Inc. Elizabeth Torrez Sewer Main remove flush tank mechanism and remodel MH Base, rehabilitate Avenue SZC 11961 Guerrero (213) 485-5925 #538 May-11 (909) 592-2760 (909) 592-2760 $871,217.20 sewer by lining, clean and CCTV sewer Pipeline and Manhole Rehabilitation City of Beverly Hills (310) 455 N. Rexford Drive Beverly Insituform Technologies Lonny Laven (714) Sewer Main Sewer line spot repairs in various locations ranging from 6-10" VCP 1010 for Various Locations 285-2467 Hills, CA 90210 M—h-litojune-11 (714) 728-1900 $286,378.75 including furnish and installing manholes. 728-1900 Empress Avenue, Crestlake Avenue, City of South Pasadena 1414 Mission Street South EC Construction John Walters Sewer Main Remove and Replace 630LF of 8-inch VCP Sewer and Point Repairs. 1011 Elm Park Improvement Project (626) 403-7240 Pasadena, CA 91030 July-10 to August-10 (626) 444-9596 (626) 444-9596 $102,500.00 Remove and Replace 25 VCP House Connections. MNR CONSTRUCTION, INC. "C -* -!;CtXi Z, , I Pti _.%tk "'­r"0.fi.A* Mpg-(22 � i�x_ L�"` UP vl 0111 il$ 1, 6.1 6 016 "o lConstruction_kM a 11!�,111 tg, Al "NON-1 """ I Protect P "ec 0 SProjecfTitlig Aw. aF ngAuth4ri 21 % Awarding Authority III 'k� Datef ion D te Rriffie,Contractor & ri U�T 1 mg; WManager -11 ME, ---- TO Scopdgontract "C -jr SNIP Q cripti I No S ,,on. 4 Sp 4 T N 11 11 City of Los Angeles Lynn 1149 S. Broadway, 6th floor Los Remove and Replace &/or rehab over 3 miles of 8-inch and 10-inch 1101 SSRP T03 - Paseo Del Mar & Carolina Hanami-Cummings Angeles, CA 90015 Mail Stop June-11 to January -12 MNR Construction, Inc. Elizabeth Torrez Sewer Main sewer lines as part of the Wastewater Collection System Settlement 1 Street SZC 11849 (310)732-4693 #539 (909) 592-2760 (909) 592-2760 $1,736,843.75 agreement Secondary Sewer Renewal Program City of Los Angeles 1149 S. Broadway, 6th floor Los September-11 to MNR Construction, Inc. Elizabeth Torrez Sewer Main Remove & Replace &/or rehab 4.56 mi sewer lines in the W LA area 1102 (SSRP) U22A - Mullholland Elvin Yeck Angeles, CA 90015 Mail Stop June-12 (909) 592-2760 (909) 592-2760 $1,723,800.00 for the Wastewater Collection System Settlement Agreement (213) 847-0299 #538 City of Santa Monica 1437 Fourth St, Suite 300 Santa October-11 to MNR Construction, Inc. Elizabeth Torrez Water Main Remove and Replace 11,730LF of 6-20 inch D.I.P. including 1103 Water Main Replacement Project Carlos Rosales (310) 458-8721 Monica, CA 90401 January-12 (909) 592-2760 (909) 592-2760 $2,208,850.00 appurtenances Indiana Avenue Street Improvement City of South Pasadena 1414 Mission Street South EC Construction John Walters Sewer Main Remove and Replace 170 LF of sewer and existing house connections S1104 Project (626) 403-7240 Pasadena: CA 91030 January-12 (626) 444-9596 (626) 444-9596 $34,400.00 with 8" VCP. EMR3- Magnolia Avenue Emergency Repair City of Los Angeles Jon Haskett 1149 S. Broadway, 6th floor Los Angeles, CA 90015 Mail Stop October-11 MNR Construction, Inc. Elizabeth Torrez Sewer Main Remove and replace broken sewer main on emergency contract. 1105 W.O. SWC 01819 (909) 592-2760 (909) 592-2760 $47,000.00 (213) 485-5864 #538 Remove & replace (R/R) &/or rehab about 6 miles of 8-in, 10-in, and SSRP CO3 -Venice Boulevard & City of Los Angeles Lynn 1149 S. Broadway, 6th floor Los MNR Construction, Inc. Elizabeth Torrez Sewer Main 12-in sewer lines in the Palms -Mar Vista -Del Rey -Venice area for the 1201 Stewart Avenue SZC - 12087 Hanami-Cummings Angeles, CA 90015 Mail Stop Apri-12 to August-12 (909) 592-2760 (909) 592-2760 $2,125,698.50 Wastewater Collection System Settlement Agreement - 60 Mile (310)732-4693 #539 Program 1203 Hemlock Avenue Sewer City of Carlsbad 1200 Carlsbad Village Drive March-12 MNR Construction, Inc. Elizabeth Torrez Sewer Main Remove and replace 116 LF of VCP sewer including associated laterals. Replacement Carlsbad, CA 92008 (909) 592-2760 (909) 592-2760 $83,555.00 Oceangrove Drive Sewer County of Los Angeles Irma Serna P.O. Box 1460 Alhambra, CA May-14 MNR Construction, Inc. Elizabeth Torrez Sewer Main Remove and replace 466 LF of VCP sewer. 1204 Reconstruction 91802 (909) 592-2760 (909) 592-2760 $101,655.00 (626) 458 - 4951 EMR3- City of Los Angeles 1149 S. Broadway, 6th floor Los MNR Construction, Inc. Elizabeth Torrez Sewer Time & Remove and Replace approximately 250 LF of 6 and 8 inch VCP on 1205 783 Be] air Road Jon Haskett Angeles, CA 90015 Mail Stop April-12 (909) 592-2760 (909) 592-2760 Material property easement. (213) 485-5864 #538 EMR3- Electric Avenue & San Juan Court City of Los Angeles Jon Haskett 1149 S. Broadway, 6th floor Los Angeles, CA 90015 Mail Stop April-12 MNR Construction, Inc. Elizabeth Torrez Storm Drain Time Remove and Replace storm drain maintenance hole in Venice Beach. 1206 (909) 592-2760 (909) 592-2760 and Material (213) 485-5864 #538 Upper San Gabriel Valley City of Industry Recycled Water Municipal Water District 602 E. Huntington Drive July-12 to MNR Construction, Inc. Elizabeth Torrez Water Main Remove and Replace 7,535 LF of 4-inch PVC, 3,320 LF of 6-inch PVC, 1207 Pipeline Phase 1113, Package 4 Shane Chapman Monrovia, Ca 91016 November-12 (909) 592-2760 (909) 592-2760 $1,947,430.00 3,968 LF of 8-inch PVC, 2,856 LF of 12-inch PVC (626) 443-2297 1 Secondary Sewer Renewal Program City of Los Angeles Lynn 1149 S. Broadway, 6th floor Los Remove & replace (R/R) &/or rehab about 5.44 mi of 8-in, 10-in, & 12- 1208 (5SRP) T01 3rd Street and Mesa anami-Cummings Angeles, CA 90015 Mail Stop September-12 to MNR Construction, Inc. Elizabeth Torrez Sewer in sewer lines in San Pedro for the Wastewater Collection System Street & T05 Channel Street and (310)732-4693 #538 February-13 (909) 592-2760 (909) 592-2760 $1,256,295.50 Settlement Agreement - 60 Mile Program Gaffey Street EMR3- City of Los Angeles 1149 S. Broadway, 6th floor Los MNR Construction, Inc. Elizabeth Torrez Sewer Time & Remove and Replace Sewer on Time and Material Basis for City of Los 1209 ESR Madison Avenue Jon Delkhaste Angeles, CA 90015 Mail Stop September-12 (909) 592-2760 (909) 592-2760 Material Angeles Emergency Sewer Repair Contract (213) 847-1911 #538 1 Baldwin Avenue and Old Ranch Road City of Arcadia 11800 Goldring Road Arcadia, CA MNR Construction, Inc. Elizabeth Torrez Sewer Main Remove and replace approximately 1,425 LF of 15-inch and 12-inch 1210 Sewer Capacity Improvement Mark Ornelas 91066 September-14 (909) 592-2760 (909) 592-2760 $413,620.00 VCP Sewer; reinstating laterals and modifying maintenance holes. Proiect - (626) 840-6851 Tank Pad Area Improvements, Forest Lawn Memorial Park 1712 S Glendale Ave, Glendale, October-12 to EC Construction John Walters Sewer & Water Installation & fusion of 16-inch HOPE pipelines, electrical conduits, Roadway Extension and Pump House Association CA 91205 February-14 (626) 444-9596 (626) 444-9596 $609,736.36 bladder tanks, and gate valves. S1211 Pasadena Ave Street Improvement City of South Pasadena 1414 Mission Street South August-12 EC Construction John Walters Sewer Remove and Replace approximately 500 LF of 8-inch sewer. S1212 Project (626) 403-7240 Pasadena, CA 91030 (626) 444-9596 (626) 444-9596 $71,702.00 City of Los Angeles 1149 S. Broadway, 6th floor Los MNR Construction, Inc. Elizabeth Torrez Sewer Time& Remove and Replace Sewer on Time and Material Basis for City of Los EMR3 - Carlos Ave Jon Delkhaste Angeles, CA 90015 Mail Stop September-12 (909) 592-2760 (909) 592-2760 Material Angeles Emergency Sewer Repair Contract 1213 (213) 847-1911 #538 Sanitary Sewer System City of El Segundo Nick , 350 Main St. MNR Construction, Inc. Scott Barnett Sewer Remove and replace approximately 5,055 LF of 8-inch, 10-inch and 12- Rehabilitation Petrevski (310)5241 El Segundo, CA 90245 February-13 (909 )592-2760 (909) 592-2760 $970,757.00 inch VCP. 1214 2360 1 1 1 1 MNR CONSTRUCTION, INC. 7/23/2014 Tv rojeci Ad On City of Los Angeles 1149 S. Broadway, 6th floor Los MNR Construction, Inc. Elizabeth Torrez Sewer Time & Remove and Replace Sewer on Time and Material Basis for City of Los EMR4- 3500 West Olympic Boulevard ion Delkhaste Angeles, CA 90015 Mail Stop January-13 (909) 592-2760 (909) 592-2760 Material Angeles Emergency Sewer Repair Contract SSRP E35 Glenoaks & Maclay SZC City of Los Angeles 1149 S. Broadway, 6th floor Los MNR Construction, Inc. Elizabeth Torrez Sewer Remove & replace (R&R) or rehab 4.24 mi of sewer pipes for the 12356 and E39 Balboa Boulevard & Anthony Daniel Angeles, CA 90015 Mail Stop February,13 toJune-13 (909) 592-2760 (909) 592-2760 $1,408,415.50 Collection System Settlement P1302 Ventura Blvd - SZC 12316 (213) 485-5439 #538 Agreement's 60 mi/year requirement — City of Azusa Daniel v 213 E. Foothill BI d. Southwest Pipeline and Justin Duchaineau Sewer Remove and Replace approximately 5,900 LF of 8, 10 and 12 inch Sewer Master Improvements September-13 Trenchless Corp ain. Install 4 maintenance holes and 15 Sewer Laterals. City of Los Angeles 1149 S. Broadway, Sth floor Los MNR Construction, Inc. Elizabeth Torrez Sewer Time& Remove and Replace Sewer on Time and Material Basis for City of Los EMR4- Lytelle Place Jon Delkhaste Angeles, CA 90015 Mail Stop February-13 (909) 592-2760 (909) 592-2760 Material Angeles Emergency Sewer Repair Contract City of Los Angeles 1149 S. Broadway, Sth floor Los MNR Construction, Inc. Elizabeth Torrez Sewer Time& Remove and Replace Sewer on Time and Material Basis for City of Los EMR4- Welland Ave ion Delkhaste Angeles, CA 90015 Mail Stop Feb uary-1 Remove & replace (R/R) &/or rehab 5.49 miles of �ewer pipes in the SSRP T04 South Alma Street & 10th City of Los Angeles Lynn 1149 S. Broadway, Sth floor Los MNR Construction, Inc. Elizabeth Torrez Sewer San Pedro area for WW Collection System Settlement Agreement- 60 Street SZC 12177 and Z13 Moray Hanami-Cummings Angeles, CA 90015 Mail Stop April-13 to August-13 SSRP H23 Vermont & Olympic SZC City of Los Angeles Carla 1149 S. Broadway, 5th floor Los The scope of this project consists of removing and replacing (R/R) 12328, H33 Kenmore an Fountain - Angeles, CA 90015 Mail Stop October-13 to MNR Construction, Inc. Elizabeth Torrez Sewer and/or rehabilitating approximately 4.15 reach miles (21,900 reach F1308 Leiahton SZC 12329 Inland Empire Utilities Agency 6075 Kimball Ave Chino, CA MNR Construction, Inc. Scott Barnett Water Main The scope of this project consists ofthe installation of 11,651 LF of 30" 130-9 930 Zone Recycled Water Pipeline In Progress (310)508-2813 2012 Sewer Capacity Upgrades 100 N. Garfield Ave. VasiIj Construction John Gavigan Sewer Main Install approximately 400 LF of 10-inch VCP sewer in various locations 1311 ESR Hazeltine Ave. (5200 Block) City of Los Angeles Jon Delkhaste 1149 S. Broadway, Sth floor Los Angeles, CA 90015 Mail Stop May-14 MNR Construction, Inc. Elizabeth Torrez Sewer Time& Remove trap maintenance hole and rebuild bottom to create smooth (909) 592-2760 (909) 592-2760 Material ESR Mission Road (100 Blk South) City of Los Angeles 1149 S. Broadway, 5th floor Los MNR Construction, Inc. Elizabeth Torrez Sewer Time& Provide 24 hour sewage bypass, pothole to find buried downstream 1312 Jon Delkhaste Angeles, CA 90015 Mail Stop April-13 (909) 592-2760 (909) 592-2760 Material maintenance hole, and spot repair sewer main as directed by Engineer W.O. SWC 02157 (213) 847-1911 #538 after review of CCTV ESR Woodlake Avenue (7500 Block) City of Los Angeles 1149 S. Broadway, 5th floor Los MNR Construction, Inc. Elizabeth Torrez Sewer Time& Remove and Replace 8-inch main sewer line to an 18-inch VCP sewer 1313 W.O. SZC 12502 ion Delkhaste Angeles, CA 90015 Mail Stop June-13 (909) 592-2760 (909) 592-2760 Material line. Remodel upstream maintenance hole City of Los Angeles 1149 S. Broadway, 5th floor Los I Pre -Determined Unit Super Expedited Wastewater Emergency Repair Services - Pre- 1314 SEWERS 5 Jon Delkhaste Angeles, CA 90015 Mail Stop November-13 to MNR Construction, Inc. Scott Barn ett Prices (As -Needed determined unit prices to expedite the repair and replacement in (213) 847-1911 #538 March-14 (909) 592-2760 (909) 592-2760 Contract) various locations of Los Angeles. ESR Pandora Avenue Alley (1700 Blk) City of Los Angeles 1149 S. Broadway, 5th floor Los MNR Construction, Inc. Elizabeth Torrez Sewer Time & Provide sewage bypass, repair broken pipe of sewer main as directed 1315 W.O. SWCO2354 ion Delkhaste Angeles, CA 90015 September-13 (909) 592-2760 (909) 592-2760 Material by Engineer after review of CCTV North Hollywood Park Recreation Rec and Parks Dept City of LA 221 N. Figueroa Street Los MNR Construction, Inc. Elizabeth Torrez Sewer installation of 5-inch sewer from property line to pre-cletermined 1316 Center -Jacqueline Lopez Angeles, CA 90012 October-13 (909 )592-2761 (909) 592-2761 $48,229.00 location for the placement of future restroom. 1317 ESR Etiwancla Ave (6500 Block) W.O. City of Los Ange�es Jon Delkhaste 1149 S. Broadway, 5th floor Los I December-13 MNR Construction, Inc. Elizabeth Torrez Sewer Time & I Spot repair lateral connection at chimney. [W7 ��� NR[ON3TRUCT|ON,|N[. '---- 14 N %W _40 N � �A4 t' -T-4- ;' -7%� mg p gig -`A ma "Ift U~ W SO I i � ift—, ­-_ - - ' 'A r, Y K�Abta at PrImei itractor i� Wnstruction'19 -W scope/'._-, ontractl- AN- 7-111�"I' k5l'�';"Z." 0 05�Project,M. RIO, 110, V P'! --di Ing-Abithio-fity� 101, re' Auu SSE, C, P e aaw t Ph6"Vrnlber M11!P!1!l ­ra�n�ager & !fte N j, AmiRint IW, _.Descrioti6 wax WA �P' ',amg I ------- 21 51 1!M da- Arl, 1318 ESR Beaufait and Spring - W.O. SZS City,of Los Angeles Hans Chang 1149 S. Broadway, 6th floor Los December-13 MNR Construction, Inc. Elizabeth Torrez Sewer Time& Removal oftress stumps to th e invert ofthe spillway and patch 11536 1 (213) 485-1073 Angeles, CA 90015 (909) 592-2763 (909) 592-2763 Material concrete. Clean & remove debris 1319 Water Main Replacement - Hadley City of Whittier Kyle Cason 13230 E. Penn Street January-14 to MNR Construction, Inc. Elizabeth Torrez Water $281,740.19 Install approximately 1,032 LF of Ductile Iron Pipe ranging in sizes Street (562)567-9511 Whittier, CA 90602 February-14 (909) 592-2764 (909) 592-2764 from 6-12 inches along with gate valves ;,1,6treet resurfacing. LA State Historic Park - 1799 Baker Department of Parks and 1925 Las Virgines Road MNR Construction, lnc. Elizabeth Torrez Sewer Install new sewer connectior drid ZM.5717ar as well as cap and plug, as indicated on the plans herein this contract, 1320 Street, Los Angeles Recreation Lynn Mochizuki Calabasas, CA 91302 February-14 (909) 592-2765 (909) 592-2765 $23,500.00 for future connection of maintenance building, located in designated 4 (818) 880-0395 area of maint !;',n -ce. a&n7rule, (SSRP) T08 Alameda Street and Anaheim City of Los Angeles Lynn 1149 S. Broadway, 6th floor Los MNR Construction, Inc. Elizabeth Torrez Sewer $749,458.00 TY or 6- inch, 10-inch, 12-inch and 15-inch sewer lines in the Harbor Los 1401 Street Hanami-Cummin gs Angeles, CA 90015 In Progress (909) 592-2766 (909) 592-2766 Angeles area as part of the Wastewater Collection System Secondary W.C. No. S7C1251 1 (310)732-4693 Sewer Renewal Program (SSRP)� ESR Western Avenue (9400 Block) - City of Los Angeles 1149 S. Broadway, 6th floor Los - MNR Construction, Inc. Elizabeth Torrez Sewer Tirne& 1402 W.O. SWC 02412 ion Delkhaste (213) 847-1911 Angeles, CA 90015 February-14 (909) 592-2767 (909) 592-2767 Material Install new ring and cover and remodel maintenance hole base.. Sun Valley RC - Prefabricated Rec and Parks Dept City of LA 221 N. Figueroa Street Los MNR Construction, Inc. Elizabeth Torrez Sewer & Water installation of 4-inch sewer and 2-inch domestic water main from I 1403 Restroom -Jacqueline Lopez Angeles, CA 90012 In Progress (909) 592-2768 (909) 592-2768 $61,850.00 property line to pre -determined location for the placement of future (818) 756-8190 restroom. 1404 ESR Murrieta Avenue (4000 Block) City of Los Angeles Jon Delkhaste 1149 S. Broadway, 6th floor Los June-14 MNR Construction, Inc. Elizabeth Torrez Sewer Time& Replace severely damaged pipe located within easement, replace W.O. SWC 02430 (213) 847-1911 Angeles, CA 90015 1 (909) 592-2769 (909) 592-2769 Material 1 1 concrete driveway and CIPP line. 1405 ESR Ivan Court R/W (2700 Block) City of Los Angeles ion Delkhaste 1149 S. Broadway, 6th floor Los 1 MNR Construction, Inc. Elizabeth Torrez Sewer Tirne& 1 Relocate WYE connection and remodel brick maintenance hole by 1 W.O. SWCO2448 Angeles, CA 90015 (909) 592-2770 (9c Material hand. 1 (213) 847-1911 1 IVINR CONSTRUCTION, INC. 7/23/2014 Engineering Conn o� a C9 g, License No. 891298-A Contract Fulfillment — IVINR Construction, Inc. STATEMENT OF QUALIFICATIONS MNR Construction, Inc. has the workforce, competence, and experience to perform the proposed contract in a timely, qualified and acceptable manner, including — but not limited to — having available and committed performance of the contract such as: A. Satisfactory financial resources B. Necessary licenses, organization, experience, accounting and operational ability C. Sufficient personnel with the essential expertise and technical skills D. Requisite production, construction, and technical equipment E. Contracts or other binding arrangements with responsible subcontractors to perform all History of Contract Performance — MNR Construction has a well-known reputation and history of virtuous performance on contracts for the life of the firm, and by our officers and key personnel including — but not limited to —the following: A. No suspension or revocation of any relevant professional license, significant fines, penalties or failure to comply with licensing requirements. B. No termination for default of any contract, nor significant failure to perform timely or in accordance with the proposal, plans and/or specifications. C. No premeditated failure to comply with labor laws and regulations including — but not limited to — laws pertaining to timely payment of wages, payment of prevailing wages and/or signatory (union) wages, sexual harassment, child labor and timely payment of all obligations to subcontractors, vendors, suppliers and truckers. D. No intentional disregard for the personal safety of employees, other personnel on construction sites, or the public (repeated or multiple failures to comply with safety rules, regulations, or requirements can be considered as significant) E. No violation of Workers' Compensation laws F. No failure to comply with laws and regulations prohibiting discrimination or promoting equal employment opportunity and G. No significant violation of local, state or federal environmental protection laws, rules, regulations or requirement including those related to the unauthorized or unpermitted discharge of pollutants, including wastewater. Record of Ethics and Business Practice — MNR Construction, Inc. has a notable record of integrity and business ethics for the life of the firm and by their officers including — but not limited to the following — A. No conviction of a crime involving bidding upon or performance of a local, state or federal government contract B. No conviction of a crime involving serious moral turpitude, a fundamental lack of integrity, or the knowing disregard of the law 5103 Bleecker Street • Baldwin Park, CA 91706 • Phone: (909) 592-2760 ^ Fax: (909) 599-0946 • www.mnrconst.com ,engineering Conti c� a 01 License No. 891298-A Subcontractor Relations — MNR Construction, Inc. MNR Construction has a proven record of appropriate business ethics toward subcontractors, including — but not limited to —the following: A. Demonstrated knowledge of and compliance with federal, state and all local and applicable including City of Los Angeles laws and regulations pertaining to utilization of subcontractors and business practices toward subcontractors B. Demonstrated commitment to practices of good faith, and fair dealing toward subcontractors. C. Demonstrated record of intended performance of contractual obligations owing to subcontractors, including timely payment. D. Demonstrated loyalty to union contractors with an emphasis on minority subcontractors. Bonding and Insurance — MNR Construction, Inc., has fully achieved all requirements having to do with the submission of all required bonds and insurance certificates/documents upon notifications of award of the contract by the said awarding agency. Bidding History — MNR Construction, Inc., has not failed to submit any requested additional information by the date and time specified by said agency after receipt of bids or proposals but prior to the award of the contract. 5103 Bleecker Street • Baldwin Park, CA 91706 • Phone: (909) 592-2760 • Fax: (909) 599-0946 • www.mnrconst.com Engineering Cons c� a o„ License No. 891298-A MNR Construction, Inc. MNR Construction Inc. CompanV History MNR Construction, Inc., began work in 2007 under its present organization. The company was derived by Mr. Robert Vasilj, the eldest son of Ivan Vasilj, President of Vasilj Construction where Robert formally served as Vice President, and Responsible Managing Officer (RMO) for 19 years. With the blessing of his father, he went into business for himself and has been quite successful in making a name for the company with agencies and.counties in and around the Los Angeles area. MNR Construction, Inc., has worked hard to earn the respect of peers and agencies alike becoming a member of the Engineering Contractors Association along with being signatory to both the Operating Engineers Local 12 and the Laborers International Union, Local 300. Additionally, MNR Construction, Inc., has been previously qualified and currently serves on the "On -Call Emergency List" for the City of Los Angeles, City of Glendale and City of Anaheim. With a combined total of nearly 50 years of experience, MNR Construction, Inc., is confident in its abilities and proud of its accomplishments thus far. Key Personnel: Robert Vasilj was the Senior Foreman, Responsible Managing Officer, and Vice President at Vasilj Incorporated for nearly 19 years. His duties included both the supervision of his own crew, and the daily operations needed in accordance with the project. His projects over the years of working with Vasilj Incorporated ranged from $60,000.00 to $6.1 Million totaling approximately $25 million in work over the course of his time at Vasilj Incorporated. Robert opened MNR Construction, Inc,. in 2007 and was awarded his first contract that July in the amount of $680,00.00 and has since been awarded contracts totaling $18 Million over four years. His skills include all competent training, confined space, CPR/First Aid, OSHA, Class A drivers license, and is the current license holder of the MNR Construction. Elizabeth Torrez worked as the assistant to Mr. Vasilj at Vasilj Incorporated working with partnering charters, time and material tickets, submittals, and preparation of bid proposals. Elizabeth currently serves as the Director of Operations for MNR Construction. She has been both the on -site and corporate headquarters contact assisting and coordinating project management, submittals, loss control, human resources, and project development predominately working with the City of Los Angeles and serves as a member of the Ad -Hoc Working Group for the City of Los Angeles Bureau of Engineering and the Engineering Contractors Association. Elizabeth is second in command to Mr. Vasilj. Nicholas Gregorovic currently serves as a Project Estimator and Waterline Specialist for MNR Construction. His experience ranges in basic field work, operating of heavy equipment to the supervision of various large sewer, waterline, and storm drain projects. He now uses the aforementioned expertise as a competitive project estimator for MNR. Kreso "Chris" Grbavac currently serves as a Foreman for MNR Construction handling predominantly City of Los Angeles sewer projects but has also served several other agencies in the Los Angeles and Orange counties. Chris has been both a Foreman and a Corporate Officer of pipeline working in the sewer field for over 10 years bringing knowledge, dedication and expertise as an Operator Foreman. Steve Brkic serves as a Senior Foreman for MNR Construction dealing specifically with Project Management and Supervision from the field working hand -in -hand with the MNR corporate headquarters to assure all projects are well managed and effective communication is in place from start to finish of the project. Scott Barnett serves as a Project and Safety manager for MNR Construction handling all safety related issues and compliance with State and Federal standards. Working in the area of construction management for nearly 7 years, Scott brings an added element of development to MNR in relation to scheduling, correspondence, project documentation and overall communication between the respective agency and our company. 5103 Bleecker Street • Baldwin Park, CA 91706 • Phone: (909) 592-2760 • Fax: (909) 599-0946 • www.mnrconst.com ��eta�Engineering Con& c� a o„ MNR Construction, Inc. License No. 891298-A ELIZABETH TORREZ Education California State University San Marcos, San Marcos, Ca Bachelor of Arts, Communication, 2007 Work Experience April 2010 —Present Director of Operations, MNR Construction, Inc., Baldwin Park, Ca • Supervise daily operations of MNR Construction, Inc. main office • Serve as head liaison between public agencies and MNR Construction • Responsible for Human Resources, Safety Training preparation, OSHA compliance and guidelines • Acting project coordinator and responsible for initial submittal stages and final stages of agency contracts. April 2010 - July 2007 Office Manager, MNR Construction, Inc., San Dimas, Ca • Responsible for initiating Underground Service Alert requests Keeping track of daily field records and hours of crews • Attend project pre -bid conferences • Responsible for initiating safety guidelines and attending safety seminars. July 2007 - September 2005 Resident Advisor, Allen and O'Hara, Inc. • Assisted with community building between the residents and staff, including marketing and publicity of events. • Coordinated programs for residents, managed budget, and worked closely with the University departments to provide residents with information encouraging healthy social, emotional and academic development, crisis management and problem solving August 2005 - 2004 Administrative Assistant, Vasil/ Construction, Irwindale, Ca • Administrative Assistant to the Vice President; responsible for screening all incoming information. • Acted as a liaison between Vice President, project managers, general contractors and vendors. • Scheduled meetings, created and maintained all company files, and coordinated construction progress for multiple jobs at a time. • Communicated with general contractors, tracked submittals and project status, generated proposals, tracked submittals and assisted with various projects as directed. References Robert Vasilj, President/Owner, MNR Construction, Inc., (909) 592-2760 5103 Bleecker Street • Baldwin Park, CA 91706 • Phone: (909) 592-2760 • Fax: (909) 599-0946 • www.mnrconst.com a\ Engineering Conn c� a o„ License No. 891298-A ROSERT VASILJ Licenses and Certifications CPR/First Aid Certification Confined Space Entry OSHA Competent Person Work Experience January 2007—Present MNR Construction, Inc. President/Superintendent, MNR Construction, Inc. • Supervised all construction projects: pipeline —sewer and water, storm drain, sub drain. • Oversaw and supervised project crew, scheduling (time, materials, supplies), daily jobsite tasks, all field operations. • Communicated with field inspectors, and project engineers. January 1990-January 2007 Vice President/Superintendent, Vasilj, Inc. dba Ivanko • Supervised various construction projects in excess of $5.5 million: pipeline —sewer and water, storm drain, sub drain. • Oversaw and supervised project crew, scheduling (time, materials, supplies), daily jobsite tasks, all field operation. • Communicated with field inspectors, and project engineers. Alliance Affiliations International Union of Operating Engineers of Southern California Engineering Contractors Association References John Gavigan, Project manager, Vasilj, Inc., (909) 772-2631 5103 Bleecker Street • Baldwin Park, CA 91706 • Phone: (909) 592-2760 • Fax: (909) 599-0946 • www.mnrconst.com Engineering Conti c� a 01 License No. 891298-A MNR Construction, Inc. NICHOLAS "DUBI" GREGOROVIC Licenses and Certifications CPR/First Aid Certification Confined Space Entry OSHA Competent Person Work Experience November 2011 - Present Project Estimator and Operator Foreman, MNR Construction, Inc., Baldwin Park, Ca • Responsibilities include project management, estimating, engineering and general management of field operations. Also utilizes operating and Foreman skills when needed on on -going projects. November 2011 - 2009 Project Estimator, Mike Bubalo Construction Co., Inc., Baldwin Park, Ca Responsibilities include project management, estimating, engineering and general management of main office and field operations. 2007 - 2009 Operator/Foreman, MNR Construction, Inc., Baldwin Park, Ca • Supervised various projects up to $1.5 Million (sewer, water and storm drains) • Managed field personnel, job scheduling, testing and acceptance. • Procured necessary and specialized tools, materials and services. • Acted as intermediary between public agencies, local and city officials, private property owners, suppliers and subcontractors to resolve various issues during construction. 2006 - 2007 Operator/Foreman, J. DeSigio Construction, Inc. - Monrovia, Ca • Managed/supervised underground construction, field personnel and communicated with project Engineers and Inspectors. • Attended pre -job, pre -construction and project meetings. Called-in/managed Underground Service Alerts. • Negotiated price changes and extra work. 2006 - 1994 Operator/Foreman, Engineering Plumbing, Inc., Baldwin Park, Ca • Managed/supervised underground construction, field personnel and communicated with project Engineers and Inspectors. Negotiated price changes and extra work. 5103 Bleecker Street • Baldwin Park, CA 91706 • Phone: (909) 592-2760 • Fax: (909) 599-0946 • www.mnrconst.com �'Oe\ Engineering Cohn c� a o„ License No. 891298-A SCOTT BARNETT Education University of California, Riverside MNR Construction, Inc. Bachelor of Science, Business Administration, 2006 California State Polytechnic University, Pomona, Ca 2008 Construction Management Certification Mount San Antonio College Water Treatment Certificate, 2012 and Water Distribution Certificate, 2012 Licenses and Certificates 30 Hour Occupation Safety and Health Administration Certification Work Experience • 6+ Years of Public Works Infrastructure/K-12 Education Construction Management Experience. 2+ Years in a Supervisory Capacity. • Managed the installation of 100,000+ LF of infrastructure improvements with a cumulative construction value of approx. $20M. • Managed new K-12 school construction, modernization, and renovation projects with a cumulative construction value of approx. $64M. • State, federal, and bond funding experience. (State Revolving Fund, ARRA, etc.) • Typical supervisory role consisted of 2 immediate employees. In addition, project teams consisted of 15-25 members. • Highly motivated professional with a proven track record to communicate effectively and establish strong working relationships with all organizations. • Proven ability in understanding and implementing contractual requirements. • Excellent multitasking, strategic planning and negotiating skills. • Exceptional schedule management skills. • Knowledge of requirements related to Low Bid Project Delivery Method, Deferred Maintenance, Purchase Orders, Certified Payroll, DBE, WBE, PCC, LEED, local, state, and federal building codes. • Strong analytic skills in recognizing problems, developing solutions, and implementing/evaluating solutions. Project Management Experience • City of Ell Segundo, Sanitary Sewer System Rehabilitation Project Manager, project value: $1.1Mil • Inland Empire Utilities Agency, 930 Zone Recycled Water Pipeline Project Manager, project value: $6.1 Mil • City of Azusa, Sewer Master Improvements, Project Manager, project value: $1.2 Mil • Upper San Gabriel Valley Municipal Water District, City of Industry Recycled Water Pipeline Construction Manager, project value: $13 Mil • Upper San Gabriel Valley Municipal Water District, Rosemead Extension Recycled Water Project Phase I & II, Project Manager/IOR, project value: $4.5 Mil • Upper San Gabriel Valley Municipal Water District, Whittier Narrows Golf Course Recycled Water Infrastructure Project, Construction Manager/IOR, project value: $450K 5103 Bleecker Street • Baldwin Park, CA 91706 • Phone: (909) 592-2760 • Fax: (909) 599-0946 • www.mnrconst.com City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For CAST IRON PIPE REPLACEMENT PROJECT CC No. CC 1432 July 17, 2014 Notice to All Bidders: 1. The bid due date and time shall be changed from July 22, 2014 to July 24, 2014, at 10:00 AM. Bids shall be delivered to the City Clerk's Office, prior to 10:00 AM. The Bid Opening will be held in the Conference Room Number B8, which is located adjacent to the City Council Chambers at 10:00 AM on Tuesday July 24, 2014. 2. Section 9-4 Bid Item Descriptions, page E-23 of the project Specifications, shall be amended to add the following text as shown in RED. Bid Item 5, Schedule A, B, C, D, E, Install 6-inch PVC C900 DR14 or C909 PC 305 pipeline: A. This bid item shall be paid at the unit price per lineal foot of pipe and fittings, measured per 9-1.2 Methods of Measurement. B. Furnish and install 6-inch PVC C900 DR14 or C909 PC305 pipeline including connections to existing water mains, with Styrene Butadiene (SBR)Styrene Butadiene (SBR) gaskets, including all valves, fittings, cathodic protection, temporary blow -offs and appurtenances, potholing of utilities in accordance with the City Water Specifications Section 01724 Part 3, all the work necessary to flush, pressure test, disinfect, de - chlorinate, connection points in accordance with the City's Standards Section 01724 Part 3, tie to existing facilities, protection of existing power poles including support of poles as required during construction, pavement saw cutting and removal, excavation, backfill, temporary AC surface repair, and thrust restraint, as shown on these plans, complete and operative in place. For pipeline that is not located within an alley or an alley approach that is designated to be removed and replaced. this bid item shall include all labor and materials to perform pipeline installation and roadway surface; repair in accordance with Standard Plan 109. including saw cutting, cold milling, temporary AC; surface repair, asphalt concrete. aggregate base and slurry seal. This Addendum shall be acknowledged within the Bid Proposal on sheet C-2. Any questions or comments to this Addendum Number One shall be directed to Andrew Ferrigno, at 714-536- 5291, or at aferrigno@surfcity-hb.org. BID BOND KNOW ALL BY THESE PRESENTS, That we, MNR Construction, Inc. of Baldwin Park, CA (hereinafter called the Principal), as Principal, and Fidelity & Deposit Company of Maryland (hereinafter called the Surety), as Surety are held and firmly bound untcCity of Huntington Beach (hereinafter called the Obligee) in the penal sum of Ten Percent of Amount Bid Dollars ($ 10% of amount bid ) for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION 1S SUCH, That WHEREAS, the Principal has submitted or is about to submit a proposal to the Obligee on a contract for Cast Iron Pipe Replacement Project 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 21 st day of July 12014 MNR Construction, Inc. (Seal) Principal Robert V silj, President Title Fidelity & Deposit Company of Maryland By -- -- Frank Morones Attorney -in -Fact S-0053/GEEF 10/99 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 Frank MORONES, of Brea, California, 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 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 16th day of July, A.D. 2013. ATTEST: Assistant Secretary Gerald F. Haley ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND wp DLIpS� ,,•G',ti INSf/ •� ♦. 8SAL ... g ; �_._' 05 Vice President Thomas O. McClellan State of Maryland City of Baltimore On this 16th day of July, A.D. 2013, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, THOMAS O. MCCLELLAN, Vice President, and GERALD F. HALEY, Assistant 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. �r''nn�/ii�1�N• Constance A. Dunn, Notary Public My Commission Expires: July 14, 2015 POA-F 012-0114B CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT State of California County of Orange On -721 ;?o before me, Lynn A. Beimer, Notary Public Dat Here Insert Name and Title of the Officer personally appeared Frank Morones Name(s) of Signer(s) LYNN A. BEIMER F Commission # 1960927 a y" Notary Public - California z z cP,`i ` _D Orange County My Comm. Expires Dec 16, 2015 Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person whose name( are subscribed to the within instrument and acknowledged -to me thaito/she/they executed the same in (fi'f�her/their authorized capaclty(.ie and that byq is/ er/their signatures on the instrument the persorX-,or the entity upon behalf of which the personfW 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. VSignature /,/ 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 D 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: Top of thumb here Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer - Title(s): ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: CERTIFICATE OF ACKNOWLEDGMENT State of California County of On I 23 . 4efore me, personally appeared � M (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 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. SS my hand and official seal. of Notary _ VESNA PERK Commission # 1972172 Notary Public - California z a =s z ' t= y Los Angeles County (Notary ea My Comm. Expires Mar 16, 2016 AIDDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Number of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of California. In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notazy to do something that is illegal for a notazy in California (i.e. certifying the azzthori:ed capacity of the signer). Please check the document carefully for proper notarial wording and attach this form if required. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. lie/she/they- is /are ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover teat or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document 2008 Version CAPA v12.10.07 800-873-9865 www.NotaryClasses.com City ®f Huntington Beach 2000 Main Street o Huntington Beach, CA 92648 (714) 536-5227 ® www.huntingtonbeachca.gov Office of the City Clerk Joan L. Flynn, City Clerk October 16, 2014 Vido Samarzich, Inc. 4972 Crestview Place Alta Loma, CA 91701 RE: Cast Iron Replacement Project—CC-1432 Enclosed please find your original bid bond for CC-1432. Sincerely, -aft A dan L. Flynn, CIVIC City Clerk JF:pe Enclosure Sister Cities: Anjo, Japan ® Waitakere, New Zealand ..¢. ,«, . Vido Samarzich Inc. 4972 Crestview Place Alta Loma Ca 91701 Bid To The City Of Huntington Beach CAST IRON PIPE REPLACEMENT CC NO. 1432 10 A.M. July 24, 2014 2000 Main Stre3t Huntington Beach Ca 92648 N o � n G � -4 r CD Ln SECTION C PROPOSAL for the construction of CAST IRON PIPE REPLACEMENT PROJECT CC No. CC 1432 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 120 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. 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 13 10 fJ E R 5 QO 14 D in the amount of D% 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. " ''7KV,Dare Received" " ",°" 1 Biddei's Si har e" r SULY Zd C-2 SECTION C PROJECT BID SCHEDULE A PROJECT NAME, CC 1432 ALLEY "B" BETWEEN 9TH AND 10TH STREET SOUTH OF WALNUT AVENUE BID ITEMS K_" lu Ilk Ale, -a 1 Mobilization and Setup 1 LS $-,f $ Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable in 1 LS $4000 -0-0 safety orders, complete and place. 3 Demobilization & Cleanup 1 LS $ $ 4 Furnish Traffic Control in accordance with the City of 1 $ZCWZO $ L 'XO- 06 Huntington Beach requirements, complete and in place. LS Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- 5 cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, 275 L 1 $ �O • 00 $ S0,00 I complete in place. L!P Furnish and install 1 -inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 6 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, in 8 EA $1360.00 $/a Wo. 60 complete and operative place. Construct new fire hydrant assembly, including furnish and 7 installing new buried pipe, valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on these plans, complete, and in place. 1 EA $ Cut, cap, and abandon existing waterline, including all 8 excavation, disposal of excessive earth material, pipe zone fill, slurry, backfill, appurtenances, and surface repair, as shown 1 $406-00 $ '1000-06 on these plans, complete and in place. LS 9 Abandon valve, remove existing valve box and cover and all 1 EA $ smob $ other work, as shown on the plans, complete in place. -366-00 Remove and salvage existing fire hydrant including removing 10 buried pipe, valve, and appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repair as shown on these plans, complete, and in place. 1 EA $(coo .60 $ 1600-00 11 Construct concrete gutter as shown on these plans, complete 200 LF $(oS-00 V3 0 and in place. 12 Construct AC pavement replacement, including all labor, equipment, and materials, as shown on these plans, complete 64 TN $187-00 C-2.1 SECTION C PROJECT BID SCHEDULE A PROJECT NAME, CC 1432 ALLEY "B" BETWEEN 9TH AND 10TH STREET SOUTH OF WALNUT AVENUE sa IU No.,, av AM and in place. Construct 6-inch aggregate base replacement, including all 13 labor, equipment, and materials, as shown on these plans, 165 TN $ 75-00 $ complete and in place. _Z,3 _ZF00 Adjust all water valve covers, cleanouts, manholes, electrical, 14 telephone, and cable TV pull boxes, gas meters, and vaults to 1 Ls $ 00 $1500-00 grade, as shown on these plans, complete and in place Construct alley approach, per Plan 107 and 210, including all 15 labor, equipment, materials, as shown on these plans, completed and in place. 480 SF $15-00 $ 7 ZOO-00 Cut -in new 6-inch Gate Valve, including furnish and installing 16 valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on 1 EA $35410-60 $ 3500. 00 these plans, complete, and in place. SUB -TOTAL BID AMOUNT — SCHEDULE A $ s- 9 3. ®0 SUB -TOTAL BID AMOUNT IN WORDS: —0^,,C- Hvsao"D 7wfrJ*r-t F-Lbrif 'rHQV.C,4eJD FIVC HVP,'Pr-" /­1 f IV f- -r I -T H a Ff t2n'L tw+ R_ 5 Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.2 SECTION C PROJECT BID SCHEDULE B PROJECT NAME, CC 1432 ALLEY "C" BOUNDED BY 8TH, 9TH, OLIVE AND ORANGE AVENUE BID ITEMS „ r,...,50F. ... esc VIRPf°> 1 Mobilization and Setup 1 LS OQ?•0 $ ,OA� 00 Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable in 1 LS $3Q2o-O $ 3 OOp .0 0 safety orders, complete and place. 3 Demobilization & Cleanup 1 LS $ .00 $ 3500 00 a Furnish Traffic Control in accordance with the City of Huntington Beach requirements, complete and in place. 1 LS $ $ Zc. 08 Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- s cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, $I g0. 00 $ 6 Z % 00, UU complete in place. 418 LF Furnish and install 1-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 6 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, in 20 EA $r30o•oO $ 6 p00.00 complete and operative place. Furnish and install 2-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 7 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, 1 EAC H complete and operative in place. Furnish and install meter box, trench excavation, disposal of 8 excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, complete and 1 EAC H $ 00•DO $©©•®b operative in place. Construct new fire hydrant assembly, including furnish and 9 installing new buried pipe, valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and in 1 EAC H $ D00 d 0 $ 9.000- 0-d surface repairs shown on these plans, complete, and place. Cut, cap, and abandon existing waterline, including all 10 excavation, disposal of excessive earth material, pipe zone fill, slurry, backfill, appurtenances, and surface repair, as shown 1 WSW- $ �%�� •0 0 on these plans, complete and in place. LS 11 Abandon valve, remove existing valve box and cover and all 2 EA $ 3W, 00 $ (,(DSO. 00 C-2.3 SECTION C PROJECT BID SCHEDULE B PROJECT NAME, CC 1432 ALLEY "C" BOUNDED BY 8TH, 9TH, OLIVE AND ORANGE AVENUE ost n other work, as shown on the plans, complete in place. Remove and salvage existing fire hydrant including removing 12 buried pipe, valve, and appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repair as shown on these plans, complete, and in place. 1 EA $ (600.00 $(000-00 13 Construct concrete gutter as shown on these plans, complete and in place. 350 LF $(aszo $220 750.00. Construct AC pavement replacement, including all labor, 14 equipment, and materials, as shown on these plans, complete and in place. 123 TN $187-00 $Z3, 001 00 Construct 6-inch aggregate base replacement, including all 15 labor, equipment, and materials, as shown on these plans, complete and in place. 253 TN $ 76.6 0 $/q q7500 Adjust all water valve covers, cleanouts, manholes, electrical, 16 telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans, complete and in place 1 LS $0566-00 $ 2660 - 100 Construct alley approach, per Plan 107 and 210, including all 17 labor, equipment, materials, as shown on these plans, . completed and in place. 350 SF $IS.00 $3 �o - co Cut -in new 6-inch Gate Valve, including furnish and installing 18 valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on 1 $ 4OX-00 $ these plans, complete, and in place. EA SUB -TOTAL BID AMOUNT — SCHEDULE B $ 17 6, 67 6, 00 SUB -TOTAL BID AMOUNT IN WORDS: OrJIE kVPJQ"—Q AJwF_-rY S I X 7WO (1-Cof PJD -;/;c HvfVjQ^E4 — S f t/,E '-, -ry 9 1 z duo 1- -4 /ZT Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.4 SECTION C PROJECT BID SCHEDULE C PROJECT NAME, CC 1432 ALLEY "D" BETWEEN CHICAGO & BALTIMORE AVE EAST OF ALABAMA STREET BID ITEMS ,c'iri D inn' I3i1L UllltTOt`ai EX 1 Mobilization and Setup 1 LS Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable in 1 LS $3� .00 $, �� 00 safety orders, complete and place. 3 Demobilization & Cleanup 1 LS $jj:? , $ 3560 • DB 4 Furnish Traffic Control in accordance with the City of Huntington Beach requirements, complete and in place. 1 LS $ZOO.0CL $ Z©W. 66 Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- s cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, 310 $ S0• 00 $ Ll 69 00 complete in place. LF .500. Furnish and install 1-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 6 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, complete and operative in place. 12 EA $1300.Od $ 15, 600. 00 Furnish and install 2-inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 7 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, 3 EA $3,e1M00 $ ety - iv complete and operative in place. Cut, cap, and abandon existing waterline, including all 8 excavation, disposal of excessive earth material, pipe zone fill, slurry, backfill, appurtenances, and surface repair, as shown 1 WW0•150 $ q, 000. 00 on these plans, complete and in place. LS 9 Abandon valve, remove existing valve box and cover and all other work, as shown on the plans, complete in place. 1 EA $ Zio�oO 10 Construct concrete gutter as shown on these plans, complete 350 LF $ �.DO $ZZS� o0 and in place. Construct AC pavement replacement, including all labor, 11 equipment, and materials, as shown on these plans, complete 125 TN $/ 00 $ Z3�%� DD and in place. C-2.5 SECTION C PROJECT BID SCHEDULE C PROJECT NAME, CC 1432 ALLEY "D" BETWEEN CHICAGO & BALTIMORE AVE EAST OF ALABAMA STREET T, 0 Construct 6-inch aggregate base replacement, including all 12 labor, equipment, and materials, as shown on these plans, complete and in place. 230 TN $ 7-5. QQ $/7 Z,5'0, 0 0 Adjust all water valve covers, cleanouts, manholes, electrical, 13 telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans, complete and in place 1 LS $ 5&e) $ ZSOO.610 Construct alley approach, per Plan 107 and 210, including all 14 labor, equipment, materials, as shown on these plans, completed and in place. 132 SF $ $Lye), 00 SUB -TOTAL BID AMOUNT - SCHEDULE C SUB -TOTAL BID AMOUNT IN WORDS: — OpaE k,u#,jPrtr_-D r-fiF-r-/ _ci-,K THou..4A^10 SEVeAl H,11V.0^46 Five r7oL4_4 R. 5 Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.6 SECTION C PROJECT BID SCHEDULED PROJECT NAME, CC 1432 INDIANAPOLIS AVENUE BETWEEN DELAWARE & ENGLAND STREET BED ITEMS 1 R Q u an tity V 1 Mobilization and Setup 1 LS $4S600,00 Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable in 1 LS $36P2•00 $3,000-00 safety orders, complete and place. 3 Demobilization & Cleanup 1 LS $3K.-W-00 $ 3-00 - 0 0 4 Furnish Traffic Control in accordance with the City of Huntington Beach requirements, complete and in place. 1 LS $eeD0.0 $ Z000-00 Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- 5 cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, 73 $ oo $ o6 complete in place. LF Cut, cap, and abandon existing waterline, including all 6 excavation, disposal of excessive earth material, pipe zone fill, slurry, backfill, appurtenances, and surface repair, as shown on these plans, complete and in place. 1 LS ,P00_-_0a $ 7 Abandon valve, remove existing valve box and cover and all other work, as shown on the plans, complete in place. 1 EA V40,00 $ ?'00. 00 Construct alley approach, per Plan 107 and 210, including all 8 labor, equipment, materials, as shown on these plans, completed and in place. 432 SF $ 15-00 $ Cut -in new 6-inch Gate Valve, including furnish and installing 9 valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on 2 EA $'/00-00 $ 6 these plans, complete, and in place. Construct AC pavement replacement, including all labor, 10 equipment, and materials, as shown on these plans, complete 2 TN $Z06,60 $ and in place. I Construct 6-inch aggregate base replacement, including all 11 labor, equipment, and materials, as shown on these plans, 4 TN $� $ qM'00 complete and in place. L SUB -TOTAL BID AMOUNT - SCHEDULE D -3 5" C-2.7 SECTION C PROJECT BID SCHEDULE D PROJECT NAME, CC 1432 INDIANAPOLIS AVENUE BETWEEN DELAWARE & ENGLAND STREET SUB -TOTAL BID AMOUNT IN WORDS: F4p-`ry 'THR 'fNov sANO TM2f.L Hv.�,onED /'%,IriF'rY FIVE d,76uA0-5 Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.s SECTION C PROJECT BID SCHEDULE E PROJECT NAME, CC 1432 ALLEY "F" BETWEEN ENGLAND & FLORIDA ST FROM LINCOLN TO MEMPHIS AVE BID ITEMS to D �aiqyty inn uni N ite 1 Mobilization and Setup 1 LS $5 $ Excavation Safety Measures: Furnish excavation safety measures, including sheeting shoring and bracing, or 2 equivalent method for the protection of life and limb in trenches and open excavation in conformance with applicable in 1 LS $ 0 safety orders, complete and place. 3 Demobilization & Cleanup 1 LS $39W-00 $ _U00. 0 0 — 4 Furnish Traffic Control in accordance with the City of Huntington Beach requirements, complete and in place. 1 LS $ Z=- 0 0 $ ZOM- 0 0— Furnish and install 6-inch PVC or PVCO water main including potholing, pipe valves, fittings, pressure testing, chlorination, disinfection, connections, appurtenances, pavement saw- 5 cutting and removal, excavation, disposal of excess earth material, imported pipe zone fill, backfill, compaction, and temporary pavement replacement, as shown on these plans, 368 LF $'Iyo Do $ _5"�57_0o. 00 complete in place. Furnish and install 1 -inch polyethylene water service, including pipe fittings, valves, connection to existing meter, abandonment of existing line, removal of existing meter box 6 and installation of a new meter box, trench excavation, disposal of excess earth material, pipe bedding, backfill, compaction, appurtenances, and temporary surface repair, 11 EA 0 $ Iq S00' 00 complete and operative in place. Construct new fire hydrant assembly, including furnish and 7 installing new buried pipe, valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on these plans, complete, and in place. 1 EA $ $ Cut -in new 8-inch Gate Valve, including furnish and installing 8 valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on $ q660 • oo these plans, complete, and in place. EA Cut, cap, and abandon existing waterline, including all 9 excavation, disposal of excessive earth material, pipe zone fill, slurry, backfill, appurtenances, and surface repair, as shown 1 $ g600.00 $ vem, 66 on these plans, complete and in place. LS 10 Abandon valve, remove existing valve box and cover and all in 1 EA $3100-60 $ other work, as shown on the plans, complete place. Remove and salvage existing fire hydrant including removing 11 buried pipe, valve, and appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repair as shown on these plans, complete, and in place. 1 EA $ 6W, 00 $ (-160-00 C-2.9 SECTION C PROJECT BID SCHEDULE E PROJECT NAME, CC 1432 ALLEY "F" BETWEEN ENGLAND & FLORIDA ST FROM LINCOLN TO MEMPHIS AVE e. i« ter+ 12 Construct concrete gutter as shown on these plans, complete and in place. 270 LF $603. a o $ /,650 6 Construct AC pavement replacement, including all labor, 13 equipment, and materials, as shown on these plans, complete and in place. 97 TN $ 7- 00 $ /.3 • DO Construct 6-inch aggregate base replacement, including all 14 labor, equipment, and materials, as shown on these plans, complete and in place. 230 TN $ 75.CO $ /�. 250. 0000 Adjust all water valve covers, cleanouts, manholes, electrical, 15 telephone, and cable TV pull boxes, gas meters, and vaults to in 1 LS $ dO -0 $ Z 540.00 grade, as shown on these plans, complete and place Construct alley approach, per Plan 107 and 210, including all 16 labor, equipment, materials, as shown on these plans, completed and in place. 720 SF $ /5. ©O $/O 000.0 0 Remove and re -construct sidewalk per Plan 207, including all 17 labor, equipment, materials, as shown on these plans, completed and in place. Cut -in new 6-inch Gate Valve, including furnish and installing 18 valve, appurtenances, disposal of excessive earth material, imported pipe zone fill, backfill, and surface repairs shown on these plans, complete, and in place. 1 EA $356040 $ 3500.06 SUB -TOTAL BID AMOUNT — SCHEDULE E ;9 7 � S9.00 $ � I SUB -TOTAL BID AMOUNT IN WORDS DNr SE41 1Q_ry oP'F_ ?HodSA.JO SE✓Eri Hafjor� F IF 'g-" 2 5 Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.10 SECTION C PROJECT BID SCHEDULE TOTALS PROJECT NAME, CC 1432 Sub -Total Bid Schedule A Sub -Total Bid Schedule B Sub -Total Bid Schedule C Sub -Total Bid Schedule D Sub -Total Bid Schedule E TOTAL BID AMOUNT, BASIS OF AWARD (Schedules A-E) TOTAL BID AMOUNT IN WORDS: 12, 8, S' l I vo 156 io5,®p Lf 3 3 9.5. on 17 10 7 59, ®0 r S I X HuivoAEp 9Eyan% TH041s4,✓® DnJE H41^10�10 `p'wErj TY E) b pt T i�i cA-^S fvf_a1 Notes: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedules. All extensions of unit prices will be subject to verification by Owner. In case verification is required between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.11 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_ Items) � Name and Address of Subcontractor ".2M °P: ' :Fg: . State, � - License Numner< Class Dollar `=Amount %of . Contract A' e- PRvi�b 1-IARAY L' rIR1LP�e �� 13 a Z E. Lvi4rLN62 AvF. ;A j-rA f 'A, 9 z,oS 21 S 4 S -4 A �l '%o, 000. oo 1 O o/ 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 on7`2 Vl , at ALTA Le)d-rl4, _ Date City State ytDo SAMAAZIU4 , being first duly sworn, deposes and says that he or she is PRES10 £h1T of VlDO SAMAR7J0 lA/(, 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. Vlao SAolARZICN l �1(' Name of Bidder Signature of Bidder C S t V 1P64Q- "7 E )-OM4 Address of Bidder � (.j-EG/Q/ i q/ 70 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 CAST IRON PIPE REPLACEMENT PROTECT, (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: T�LY V4, Z O ! Y V/Do _SAA1 -R zl CN l 0C Contractor By �le S I D F-AI/T 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 Ly"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: SOY Z`/i Zoly W I)o SAA1AAZ1 CL! INC Contractor By -PRE S!D F-alT Title C-7 BIDDER'S INFORMATION BIDDER certifies that the Tollowing information is true and correct: V 1 DO S i4 vr1 i4 fL Bidder Name H 97 Z. G12CST6/i`w Business Address A-L,-rA c/� i i 7 0 J City, State Zip (90°0) Telephone Number L633z10 A State Contractor's License No. and Class d C-T- Original Date �L�'3r/ boa Expiration Date V 1 >0 Si4rnfFRi *'e The work site was inspected by of our office on Tu,--i `2 Z , 2014 The following are persons, firms, and corporations having a principal interest in this proposal: Iff ►'o .. -L a III W �7 r.r- S 1 OE ri ->- e rL EJ aF J- C-8 The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. Comp Name Signature of BiXder ' 0 17 O L- e4/L Z' l G rZ Printed or Typed Signature Subscribed and sworn to before me thisl day of , 201 . RUTH N. HERREKA COMM. #2022930 0° mm Notary Public - Califomia LOS ANGELES COUNTY A My Comm. Exp. May 2, 2017 NOTARY PUBLIC ` NOTARY SEAL Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of potable water pipelines within the public right of way, working within alleys and in close proximity to other existing underground utilities. 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: C IT O 4 MI✓�NHAT rAN aeA-r- 1 - 1400 H 1 b HL,4,JO A-V- mANH�T-r4 Name and Address of Public Agency a Elk+1 Name and Telephone No. of Project Manager: -TI YY7 S c H E rrL2 - (9og,) -3' 6 - O Z79 At1. 1501 OCO • o o 044-T F7 R ZO / 3 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 2. �(OR&A C 1 bLl» WA7 e 1-70 P67JeI Q- •- Name and Address of Public Agency Name and Telephone No. of Project Manager: oE2jEC N 6 U-16P J - 6 , N) % o r - 3 / 15" I' 75' © Dp0 - o o VV4TEi? z o 13 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: C tTi ©i H Eh? E-T-" Name and Address of Public Agency Name and Telephone No. of Project Manager: M I ICE caw - 09 s 1) (0 s 8- 3 2-4 ) 50 O, G©© -100 VI/4 E7 IP 2. e I Q Contract Amount Type of Work Date Completed Provide additional project description to show similar work: C-10 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. l V!DD SAMAAZICd-/ Name of proposed Project Manager Telephone No. of proposed Project Manager: '70 R 9 87( 3 7 CtrY 04 mw4 zat Project Name & Contract Amount Type of Work Date Completed YojeSA wtiDFJ WATT PI.srRI04 a1aTER zm13 Project Name & Contract Amount Type of Work Date Completed Cory o4 Hyivi ET Project Name & Contract Amount Type of Work Date Completed 2. V! Dp L . Name of proposed Superintendent Telephone No. of proposed Superintendent: !?O!y 'P76 3 7 7 G rry c4 might fl47't4N 8 E*-,') w4rER Z al 3! Project Name & Contract Amount Type of Work Date Completed tfW 9A 0108' LvJ+T" PI,,57*)Cr ccl41V ze i3 Project Name & Contract Amount Type of Work Date Completed C IT Y tl M Vr w14T£R Project Name & Contract Amount Type of Work Date Completed C-11 Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of potable water pipelines within the public right of way, working within alleys and in close proximity to other existing underground utilities. 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: 1C IT Y 04 N✓ N HA rrAN a EA-r- H tyoo H16HZ.14a0 /�vE rhRNHRs-rA� Name and Address of Public Agency TtX% }a -4-_ rA# Name and Telephone No. of Project Manager: 'T ► ►-Y7 5 H E Icl-r2 - C qo�� 3 6 - o 75 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 2. NroRgA e-AIC FI WA1-EQ PIS7'XIC7- ► 7')P "4 Name and Address of Public Agency tn x -earl �S Name and Telephone No. of Project Manager: A 750 ,000.00 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: C iTY 04 H Ewi E�1 Name and Address of Public Agency 4 1: -- - - Name and Telephone No. of Project Manager:(, M i K F- GOO - 9 s- ►� s 8 - 3 Zy 1 Z�j�j 1:5 o l , 0&0 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: C-10 FIDELITY AND DEPOSIT COMPANY OF MARYLAND BOND NO: VIDSA-1350 KNOW ALL MEN BY THESE PRESENTS: That we, VIDO SAMARZICH, INC., (hereinafter called the Principal), and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation organized and doing business under and by virtue of the laws of the State of MARYLAND, and duly licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by ! the laws of the State of CALIFORNIA, as Surety, are held and firmly bound unto CITY OF HUNTINGTON BEACH, (hereinafter called the obligee) in the sum equal to 10% of the accompanying bid of the Principal, not, however, in excess of TEN PERCENT OF THE TOTAL AMOUNT BID Dollars (10% OF BID AMOUNT), for the payment of which, well and truly to be made, we hereby bind ourselves and our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT WHEREAS, the above bounden Principal as aforesaid, is about to hand in and submit to the obligee a bid CAST IRON PIPE REPLACEMENT PROJECT, in accordance with the plans and specifications filed in the ,office of the obligee and under the notice inviting proposals therefore. NOW, THEREFORE, if the bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the principal thereupon by the said obligee, and said' principal shall enter into a contract and bond for the completion of said work as required by law, then this obligation to be null and void, otherwise to be and remain in full force and effect. IN WITNESS WHEREOF, said principal and said Surety have caused these presents to be duly signed and sealed this 17th day of JULY, 2014. 0 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 Randy SPOHN, Matthew R. DOBYNS and Hamilton KENNEY, all of Santa Ana, California, 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 18th day of June, A.D. 2014. ATTEST: By ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND 1NSrr�� i � tq�' GOw SIRAL O wry rtN s 6 1 Ft ar .-Vo - .. Assistant Secretary Vice President Eric D. Barnes Thomas O. McClellan State of Maryland City of Baltimore On this 18th day of June, A.D. 2014, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, THOMAS O. MCCLELLAN, Vice President, and ERIC D. BARNES, Assistant 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, I 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 14, 2015 POA-F 012-3955A CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of ORANGE On �j 1 0before arse. ERIKA GUIDO, NOTARY PUBLIC. r personal ly�appeared RANDY SPOHN , ® who proved to me on the basis of satisfactory evidence to be the persons) whose name(-s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/hef/t4eif authorized capacity (ies}, and that by his/ice/theif signature(s) on the instrument the person(s), or the entity upon behalf of which the person(5) acted, executed the instrument. I I ( ERIKA GUIDO P COMM. # 2022671 NOTARY PUBLIC CALIFORNIA 0 3 pRANGECOUNTYN 9 M Comm. expires May 5,2017 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS rnv_hand and official seal. Its 111H -am a R 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) ❑ LIMITED ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSONS) OR ENTITY(IES) DESCRIPTION OF ATTACKED DOCUMENT