Loading...
HomeMy WebLinkAboutR. J. Noble Company - 2017-04-17 CITY OF HUNTINGTON BEACH FOB INTERDEPARTMENTAL COMMUNICATION DATE: 1/2/2018 TO: THOSE LISTED HEREON FROM: John Griffin, PW Contract Administrator SUBJECT: Retention Release Payment- PO#23080 OJ Supplier#18195 Co.#100 Atlanta Avenue and Indianapolis Avenue Rehabilitation, Project#CC-1539 Contractor's Name: R.J. Noble Co-Orange Address: 15505 East Lincoln Ave. City, State and Zip Code: Orange, CA 92865 Phone Number: 714-637-1550 City Business License Number: A005420 Notice of Completion (Date by City Clerk): 8/24/2017 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. / l ate G Travis opkins, Director of Public Works I certify that there are no outstanding invoices on file. lie Q__�14U �4 1� Date Joyce Zadksf Deputy City Treasurer I certify that no stop notices are on file, and that a guaranty bond has been filed with the City Clerk's Office. Date Robin Estanislau, City Clerk Attachments 1. Notice of Completion 2. Maintenance Bond 3. Certificate of Compliance with Prevailing Wage Laws 4. Contractor's Certificate 5. Certificate of Compliance with Title VII of the Civil Rights Act and Equal Employment Opportunity Act of 1972 6. Consent for Release letter from the Surety Company RECEIVED BY: CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office (Name) after signing/dating (Date) , + CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION TO: City Treasurer FROM: City Clerk DATE: ,� — - — d 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. !1 Warranty or Maintenance Bond No. �-�Q'(_�0ab S Ln 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. Approved 7 _,,�-0/21 (Council Approval Date) CC No. •5�� Agenda Item No. ..� MSC No. City Clerk Vault No. Other No. SIRE System ID No. � 7� g:/forms/bond transmittal to treasurer Bond No. 30003635-M MAINTENANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: That R.J. NOBLE COMPANY (contractors name) 15505 E. LINCOLN_AVENUE, ORAN61t, M2865 (contractor's street address,city and state and zip code) as Principal(hereinafter called Contractor),and: Western Surety Company (surety's name) 2020 Main Street Suite 750 Irvine CAA 92614 (surety's street address,city and state and zip code) a corporation organized and existing under the laws of the State of_ South Dakota with its principal office in the City of Irvine as Surety(hereinafter called Surety),are held firmly bound unto CITY OF HUNTINGTON BEACH as Obligee (hereinafter called Owner), in the amount of One million three hundred fifty three* Dollars ($-----1.353 559.94--------), 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, *thousand five hundred fifty nine.and 94/00 WHEREAS,Surety is a duly admitted surety Insurer under the laws of the State of California;and Surety is certified and listed in the U,S.Department of the Treasury Circular 570,and able to provide proof of bonding limitation shown in said circular is sufficient to provide bonds in the amount required by said Contract;and Surety has provided financial strength ratings from reputable companies,such as from AM,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 04/17 20�?entered into a contract with Owner for the ATLANTA AVE ARTERIAL REHABILITATION itgn1A NAorei IS AVF ARTPRIAr RPHAR11€TAT€QN 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 Contractors obligations during the one-year period with a bond executed by a surety duly admitted in the state of California;and The Contract has been completed,and the Owner,Contractor and Surety agree that the commencement date for this Guarantee and Bond shall be December20 20t7, 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 repiace any and all defects arising In the Work, whether resulting from defective materials or defective workmanship, then this obligation shall be null and void;otherwise it will remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be,and dedared by Owner to be In default under the Contract,the Surety shall,within thirty (30) days following Owners written notice of default, either: (a) remedy the default, or (b) shall promptly complete the Contract in accordance with its terms and conditions, Surety shall save the Owner harmless from any claims,judgments,liens or losses arising from the Surety's failure to either remedy the default or to complete the Contract in accordance with its terns and conditions in a timely manner. 1 5 4584/11 B 138 1 Whenever the Principal shall be,and declared by the Owner to be in default under the Contract,which shalt 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 As 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 defaults)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 defoutt(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 Principars defautt(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 20th day of December 20 17 Principal Raised Corporate Seal R_J.NOBLE COMPANY [MUSTBEAFFIXED] (Contractor Name) By: X (Seal) Principal Raised Corporate Seal STEVE MENDOZA [MUST BE AFFIXED] SECRETARY (Title) Western Surety„QQfnpany (aS a�r�ty larrie),. s By: �- (Seat) �`' es Sco al_•andi, Attorney-in-fact APPROVED A$,TO*; RM:.,. B NOTES: Michael E. Ga4es,City Attomey 1. Acknowledgments must be completed and returned as part of the bond. ?fit y 2. Raised Corporate Seals are mandatory. I Please attach Power of Attorney. 15-45941118138 2 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: CC 1539 Project: ATLANTA AVE ARTERIAL REHABILITATION & INDIANAPOLIS AVE ARTERIAL REHABILITATION 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 20TH day of DECEMBER ,20 17 at ORANGE California. X (Contractor Name)LS%f'EVE MENDOZA, SECRETARY R.J. NOBLE COMPANY APPROVED AS, FORM By: Michael E. Gates Gity Attorney 1 li CONTRACTOR'S CERTIFICATE 1 STEVE MENDOZA , state and certify that: (Name of Declarant) 1 R.J. NOBLE COMPANY is the general contractor to the City of Huntington Beach("City") on Contract No. CC 1539 (the"Contract") for the construction of the public work of improvement entitled: ATLANTA AVE ARTERIAL REHABILITATION & INDIANAPOLIS AVE ARTERIAL REHABILITATION (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"): 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"). NONE I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. 15505 E.LINCOLN AVE.,ORANGE,CA 20TH DECEMBER 7 17 Executed at on this day of , �0 X � �, � (Signature of Declarant) APPROVED AS T.OJFORM - STEVE MENDOZA,SECRETARY Michael-E. Gates City Attorney 1 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: CC 1539 Project: ATLANTA AVE ARTERIAL REHABILITATION & INDIANAPOLIS AVE ARTERIAL REHABILITATION 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. Executed this 20TH day of DECEMBER , 20 17 , at ORANGE California. X (Contractor Name)STIVE MENDOZA, SECRETARY APPROVED AS TO FORM, By: C� Michael E. Gates City Attorney 1 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California ) County of ORANGE ) On 12/21/2017 before me, J. DE IONGH, NOTARY PUBLIC , Date Here Insert Name and Title of the Officer personally appeared STEVE MENDOZA 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 foregoi g paragraph is true and correct. J. DE IONGH WITNESS my hand and offi ' eal. Commission # 2128504 c Notary Public -California A s Orange County Signature Nay Comm Expires Oct?8 2019," .4 Sign ure of tary Public J. DE IONGH Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacilty(iles) Claimed by Signer(s) Signer's Name: Signer's Name: ❑Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑General ❑ Partner — ❑ Limited ❑General ❑ Individual ❑Attorney in Fact ❑Individual ❑Attorney in Fact ❑Trustee ❑ Guardian or Conservator ❑Trustee ❑Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: 020114 National Notary Association - www.NationalNotary.org - 1-800-US NOTARY(1-800-876-6827) Item#5907 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 James Scott Salandi, Leonard Ziminsky, David Jacobson, Individually of Irvine,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 June,2017. �suneiy�, WESTERN SURETY COMPANY H f4�QP0ggjW;ys cR�SEAV;'a3 `�"wrea°n013aul T.Bruflat,Vice President State of South Dakota ss County of Minnehaha On this 21st day of June,2017,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 J.MOHR June 23,2021 �s-UTHowroTA� /J 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 pprirnted 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 /'V day of -e ce t-i-i .� ..... yam* o WESTERN SURETY COMPANY A�Q'tQ,POgq�.,d'o .HwrNinDpaa L.Nelson,Assistant Secretary Form F4280-7-2012 Authorizing By-Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange ) On December 20, 2017 before me, Kelly A. Vincent, a Notary Public (insert name and title of the officer) personally appeared James Scott Salandi, Attorney-in-Fact who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/am subscribed to the within instrument and acknowledged to me that he/%ka" executed the same in his/hexftek authorized capacity(ie*, and that by his/herftek signature(%) 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. " ' M #2 2 0 12,.g ORANGE COUNTY MY COIF W RR JUKE 21,9091 Signature ���-�-� �Ltic (Seal) RECEIVEDOBY: CITY CLERK RECEIPT COPY Return DUPLICATE to f ✓ City Clerk's Office (Name) after signing/dating t h y (Date) CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION TO: City Treasurer FROM: City Clerk DATE: rC — SUBJECT: Bond Acceptance I have received the bonds for 14, (Company Name) CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. Payment Bond (Labor and Materials) Bond No. Warranty or Maintenance Bond No. i DO03�, 3 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. Approved 7 -,)--O �7 (Council Approval Date) CC No. 3 Agenda Item No. f MSC No. City Clerk Vault No. 1l Other No. SIRE System ID No. 30 7 7 g:/forms/bond transmittal to treasurer Recorded in Official Records, Orange County Hugh Nguyen, Clerk-Recorder II I I II II III I I 11 I I 11 [1 III II NO FEE PLEASE COMPLETE THIS INFORMATION * $ R 0 0 0 9 5 1 2 5 2 6 $ * RECORDING REQUESTED BY: 201700035975510:22 am 08/24/17 7 405 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 WHEN RECORDED MAIL TO: CITY OF HUNTINGTON BEACH PUBLIC WORKS DEPARTMENT Attn: John Griffin P.O. Box 190—2000 Main Street Huntington Beach, CA 92648 THIS SPACE FOR RECORDER'S USE ONLY TITLE OF DOCUMENT NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN by the City of Huntington Beach, owner in fee, 2000 Main Street, Huntington Beach, CA 92648, that the contract heretofore awarded to R.J. Noble Co-Orange,who was the company thereon for doing the following work to-wit: Atlanta Avenue and Indianapolis Avenue Rehabilitation , Project#CC-1539 That said work was completed 08/18/2017 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 08/18/2017, per City Council Resolution No. 2003-70 adopted October 6, 2003, That upon said contract Western Surety Company,was surety for the bond given by the said company as required by law. This document is solely for the official business of the City of Huntington Beach, as contemplated under Government Code Section 6103 and should be recorded free of charge. 4-Zq t-7 Director of Public Wdfks or City Engineer Dat 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 474 the City of Huntington Beach, as contemplated under Government code section 27383 and Director of Public Works City Engineer Date should be recorded free of charge. City of Huntington Beach, California THIS PAGE IS ADDED TO PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION (Additional recording fee applies) RECEIVED-BY: �? / - CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office (Name) , , after signing/dating (Date) [%V) CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION TO: City Treasurer FROM: City Clerk DATE: ,,/f 7 SUBJECT: Bond Acceptance have received the bonds for !r (Company Name) CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. -:31s 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 i Re: Tract No. Approved ! 7,1 117 (Council Approval Date) CC No. —7; Agenda Item No. MSC No. City Clerk Vault No. �� - V Other No. SIRE System ID No. drf�l g:/forms/bond transmittal to treasurer CITY FUNDED CONSTRUCTION CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND R.J.NOBLE COMPANY FOR ATLANTA AVENUE AND INDIANAPOLIS AVENUE REHABILITATION PROJECT, CC-1539 THIS AGREEMENT("Agreement") is made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as "CITY," and R.J. Noble Company, 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 the Atlanta Avenue and Indianapolis Avenue Rehabilitation Project, CC-1539, 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 be encountered in the prosecution of work, and for all other risks of any description in connection with the work, 1 16-5195/RJ Noble Company.docx—revised 04/2016 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), has inspected the location of the job site, and the conditions under which the work is to be performed, and that it enters into this Agreement based upon its thorough investigation of all such matters and is relying in no way upon any opinions or representations of CITY. It is agreed that the Contract Documents are incorporated into this Agreement by this reference, with the same force and effect as if the same were set forth at length herein, and that CONTRACTOR and its subcontractors, if any, shall be bound by the Contract Documents insofar as they relate in part or in any way, directly or indirectly, to the work covered by this Agreement. "Contract Documents" as defined herein mean and include: A. This Agreement; B. Bonds covering the work herein agreed upon; C. The CITY's standard Plans and Specifications and special contractual provisions, including those on file in the office of the Department of Public Works of CITY, and any revisions, amendments or addenda thereto; 2 16-5195/RJ Noble Company.docx—revised 04/2016 D. The 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 as specified in the particular Plans, Specifications, Special Provisions and Addendum applicable to the Project; 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 Director of Public Works of CITY or his or her written designee (hereinafter referred to as "DPW"), and CONTRACTOR shall not attempt to resolve or adjust the discrepancy without the decision of DPW, save only at its own risk and expense. Should there be any conflict between the terms of this Agreement and the bid or proposal of CONTRACTOR, then this Agreement shall control and nothing herein shall be considered as an acceptance of the terms of the bid or proposal which is in conflict herewith. 3 1 b-5195/RJ Noble Company.docx—revised 04/2016 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 One Million, Three Hundred Forty-Nine Thousand, Three Hundred Forty-Seven Dollars and Thirty Cents ($1,349,347.30), 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 sixty-five (65) consecutive Working days from the day the Notice to Proceed is issued by DPW, excluding delays provided for in this Agreement. 5. TIME OF THE ESSENCE The parties hereto recognize and agree that time is of the essence in the performance of this Agreement and each and every provision of the Contract Documents. CONTRACTOR shall prepare and obtain approval as required by the Contract Documents for all shop drawings, details and samples, and do all other things necessary and incidental to the prosecution of its work in conformance with the progress schedule set forth in the Contract Documents. CONTRACTOR shall coordinate its work with the work of all other contractors, subcontractors, and CITY forces working on the PROJECT in a manner that will facilitate the efficient completion of the PROJECT and in accordance with the terms and provisions of this Agreement. CITY shall have complete control of the premises on which the work is to be performed and shall have the right to decide the time and order in which the 4 16-5195/RJ Noble Company.doex—revised 04/2016 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 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. 5 16-5195/RJ Noble Corapany.docx—revised 04/2016 8. BONDS Only bonds issued by California admitted sureties will be accepted. CONTRACTOR shall, prior to its performance of this Agreement, furnish the following two (2) bonds approved by the City Attorney: One in the amount of one hundred percent (100%) of the contract price to guarantee the CONTRACTOR's faithful performance of the work, and one in the amount of one hundred percent of the contract price to guarantee payment of all claims for labor and materials furnished. In addition, CONTRACTOR shall submit to CITY a bond in the amount of one hundred percent (100%) of the final contract price, including all change orders, to warrant such performance for a period of one (1) year after CITY's acceptance thereof within ten (10) days of filing of the Notice of Completion. 9. WARRANTIES CONTRACTOR unconditionally guarantees all work done under this Agreement including, but not limited to, any workmanship, installation, fabrication, material or structural facilities constructed. CONTRACTOR, within ten (10) days after notice by CITY of any defect in the work, shall have the option to make appropriate repairs or replace the defective item or items. Upon expiration of such ten (10) day period, CITY may then make appropriate repair or replacement at CONTRACTOR's risk and own cost and expense. 10. INDEPENDENT CONTRACTOR It is understood and agreed that CONTRACTOR is, and shall be, acting at all times hereunder as an independent contractor and not an employee of CITY. CONTRACTOR shall secure at its own cost and expense, and be responsible for any and all payment of all taxes, social security, state disability insurance compensation, unemployment compensation and other 6 16-5195/RJ Noble Company.docx—revised 04/2016 payroll deductions for CONTRACTOR and its officers, agents and employees and all business licenses, if any, in connection with the PROJECT and/or the services performed hereunder. 11. LIQUIDATED DAMAGES/DELAYS It is agreed by the parties hereto that in case the total work called for hereunder is not in all parts and requirements finished or completed within the number of calendar days as set forth herein, damage will be sustained by CITY; and that it is, and would be, impractical and extremely difficult to ascertain and determine the actual damage which CITY would sustain in the event of and by reason of such delay. It is, therefore, agreed that CONTRACTOR will pay to CITY, as liquidated damages and not as a penalty, the sum of Five Hundred Dollars ($500.00) per each calendar day's delay in completing the work in excess of the number of working/calendar days set forth herein, which represents a reasonable endeavor by the parties hereto to estimate a fair compensation for the foreseeable damages CITY would sustain in the event of and by reason of such delay; and CONTRACTOR agrees to pay these damages herein provided, and further agrees that CITY may deduct the amount thereof from any monies due or that may become due to CONTRACTOR hereunder. CONTRACTOR will be granted an extension of time and will not be assessed damages for any portion of the delay in the completion of the work due to unforeseeable causes beyond the control and without the fault or negligence of CONTRACTOR, including, but not limited to, acts of God or of the public enemy, fire, floods, epidemics, quarantine restrictions, strikes,unsuitable weather, or delays of subcontractors due to such causes. CONTRACTOR shall, within fifteen (15) days from the beginning of any such delay (unless DPW shall grant a further period of 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 7 16-5195/RT Noble Company.docx—revised 04/2016 findings of fact thereon justify the delay; and the decision of DPW shall be conclusive on the parties hereto. Should CONTRACTOR be delayed in the prosecution or completion of the work by the act, neglect or default of CITY, or should CONTRACTOR be delayed by waiting for materials required by this Agreement to be furnished by CITY, or by damage caused by fire or other casualty at the job site for which CONTRACTOR is not responsible, or by the combined action of the workers, in no way caused by or resulting from default or collusion on the part of CONTRACTOR, or in the event of a lockout by CITY, then the time herein fixed for the completion of the work shall be extended by the number of days CONTRACTOR has thus been delayed, but no allowance or extension shall be made unless a claim therefor is presented in writing to CITY within fifteen (15) days of the commencement of such delay. No claims for additional compensation or damages for delays, irrespective of the cause thereof, and including without limitation the furnishing of materials by CITY or delays by other contractors or subcontractors will be allowed and an extension of time for completion shall be the sole remedy of CONTRACTOR. 12. DEMANDS FOR ADDITIONAL TIME OR MONEY. A. Definitions. (1) "Change Order" means a document signed by the CONTRACTOR and CITY which authorizes an addition, deletion or revision in the work, or an adjustment in the Compensation under Section 3, or the Completion Time specified at Section 4. (2) "Demand" means a written demand for a Change Order by the CONTRACTOR for any of the following: (a) A time extension; 8 16-5195/RT Noble Company.docx—revised 04/2016 (b) Payment of money or damages arising from work done by, or on behalf of, the CONTRACTOR pursuant to this Agreement and payment of which is not expressly permitted pursuant to Section 3 of this Agreement; (c) Payment of an amount the CITY disputes; (d) Any disputes and other matters relating to the acceptability of the work performed or the interpretation of the Contract Documents; (e) A request for a time extension or additional payment based upon differing site conditions, such as subsurface or latent physical conditions at the job site differing materially from those indicated in this Agreement or the Contract Documents, or 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 PROJECT; or (f) A request for a time extension or additional payment based upon acts of neglect by CITY or due to fires, floods, labor disputes, epidemics, abnormal weather conditions or acts of God. B. A Demand for a time extension or payment of money or damages may only be granted by a Change Order. C. No Change Order may be granted except where the Contractor has submitted a Demand to the DPW (or his or her written designee). All Demands shall be submitted promptly, but in no event later than thirty (30) days after the occurrence of the event giving rise to the Demand. The Demand shall be in writing and include all documents necessary to substantiate the Demand. The DPW shall act on the Demand within fifteen (15) days after receipt, including by requesting additional information from the CONTRACTOR to determine whether to approve the Change Order the Demand seeks. The DPW shall act on the Demand 9 16-5195/RJ Noble Company.doex—revised 04/2016 within fifteen (15) days after receipt of the additional information or within a period of time no greater than the time the CONTRACTOR took to produce the additional information requested, whichever is greater. D. Notwithstanding the thirty (30) days to submit a Demand under Subparagraph C, in the case of differing or unknown site conditions, immediately upon encountering the conditions, CONTRACTOR shall notify the DPW in writing of the conditions, so that the CITY may promptly investigate the conditions. E. If the CONTRACTOR disputes the DPW's written response on the Demand, or the CITY fails to respond within the time prescribed, the CONTRACTOR may so notify the City Engineer, in writing, either within fifteen (15) days of receipt of the City Engineer's response or within fifteen (15) days of the DPW's failure to respond within the time prescribed, respectively, and request an informal conference to meet and confer for settlement of the Demand. Upon the CONTRACTOR's request, the DPW shall schedule a meet and confer conference within thirty (30) days to seek to resolve. F. CITY and CONTRACTOR shall execute appropriate Change Orders covering changes to the time or price by executing the Change Order by mutual agreement. If the CITY and CONTRACTOR are unable to reach a mutual agreement, then the City Engineer shall issue a written decision on the claim within a reasonable time. G. Following the meet and confer conference, if the Demand remains in dispute, the CONTRACTOR may file a claim with the City as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the 10 16-5195/RJ Noble Company.doex—revised 04/2016 CONTRACTOR submits his or her Demand until the Demand is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. 13. VARIATIONS IN ESTIMATED QUANTITIES The quantities listed in the bid schedule will not govern final payment. Payment to CONTRACTOR will be made only for the actual quantities of contract items used in construction of the PROJECT, in accordance with the plans and specifications. Upon completion of the PROJECT, if the actual quantities used are either more than or less than the quantities listed in the bid schedule, the bid price shall prevail subject to the provisions of this Section. DPW may, at its sole discretion, when warranted by the facts and circumstances, order an equitable adjustment, upwards or downwards, in payment to CONTRACTOR where the actual quantities used in construction of the PROJECT are in variation to the quantities listed in the bid schedule. No claim by CONTRACTOR for an equitable adjustment in price or time for completion shall be allowed if asserted after final payment under this Agreement. If the quantity variation is such as to cause an increase in the time necessary for completion, DPW shall ascertain the facts and circumstances and make such adjustment for extending the completion date as in its sole judgment the findings warrant. 14. PROGRESS PAYMENTS Each month DPW will make an estimate in writing of the work performed by CONTRACTOR and the value thereof. From each progress estimate, 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 11 16-5195/RJ Noble Company.docx—revised 04/2016 sum as will bring the payments of each month up to one hundred percent(100%) of the value of the work completed since the commencement of the PROJECT, as determined in its sole discretion by DPW, less all previous payments and less all previous retained amounts. CITY's final payment to CONTRACTOR, if unencumbered, or any part thereof unencumbered, shall be made thirty-five (35) days after the acceptance of the work and the filing of a Notice of Completion by CITY. Provided, however, that in the event of a dispute between CITY and CONTRACTOR, CITY may withhold from the final payment an amount not to exceed 150 percent of the value of any disputed amount of work. Payments shall be made on demands drawn in the manner required by law, each payment to be accompanied by a certificate signed by DPW, affirming that the work for which payment is demanded has been performed in accordance with the terms of the Agreement and that the amount stated in the certificate is due under the terms of the Agreement. Partial payments on the contract price shall not be considered as an acceptance of any part of the work. 15. WITHHELD CONTRACT FUNDS SUBSTITUTION OF SECURITIES At the request and at the sole cost and expense of CONTRACTOR, who shall retain beneficial 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 12 16-5195/RJ Noble Company.docx—revised 04/2016 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. A. The CITY has ascertained from the Director of Industrial Relations of the State of California the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime work in the locality in which the work is to be performed for each craft or type of work needed to execute this Agreement, and the same has been set forth by resolution on file in the office of the City Clerk of CITY. CONTRACTOR and any subcontractor under it shall pay not less than said prevailing wage rates to all workers employed on this public works Agreement, as required by California Labor Code Sections 1771 and 1774. In accordance with the provisions of Section 3700 of the California Labor Code, CONTRACTOR agrees to secure payment of compensation to every employee. B. Pursuant to this Agreement and in accordance with Section 1774 and 1775 of the California Labor Code, CONTRACTOR shall, as penalty to CITY, forfeit twenty-five dollars ($25) for each calendar day or portion thereof for each worker paid(either by CONTRACTOR or any of its subcontractors) less than the prevailing wage rate established for that particular craft or type of work. 18. CALIFORNIA PREVAILING WAGE LAW A. The CITY has ascertained from the Director of Industrial Relations of the State of California the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime work in the locality in which the work is to be performed for each craft or type of work needed to execute this Agreement, and the same has been set forth by 13 16-5195/RJ Noble Company.docx—revised 04/2016 resolution on file in the office of the City Clerk of CITY. CONTRACTOR and any subcontractor under it shall pay not less than said prevailing wage rates to all workers employed on this public works Agreement, as required by California Labor Code Sections 1771 and 1774. In accordance with the provisions of Section 3700 of the California Labor Code, CONTRACTOR agrees to secure payment of compensation to every employee. B. Pursuant to this Agreement and in accordance with Section 1774 and 1775 of the California Labor Code, CONTRACTOR shall, as penalty to CITY, forfeit twenty-five dollars ($25) for each calendar day or portion thereof for each worker paid (either by CONTRACTOR or any of its subcontractors) less than the prevailing wage rate established for that particular craft or type of work. 19. CALIFORNIA EIGHT-HOUR LAW A. California Labor Code, Sections 1810 et seq, shall apply to the performance of this Agreement; thereunder, not more than eight (8) hours shall constitute one day's work and CONTRACTOR and each subcontractor employed by its hereunder, shall not require more than eight (8) hours of labor per day or forty (40) hours per week from any one person employed by it hereunder, except as stipulated in California Labor Code Section 1815. CONTRACTOR and each subcontractor employed by it hereunder shall, in accordance with California Labor Code Section 1812, keep an accurate record, open to inspection at all reasonable hours, showing the name and actual hours worked each calendar day and each calendar week by each worker employed in connection with the PROJECT. B. Pursuant to this Agreement and in accordance with California Labor Code Section 1813, CONTRACTOR shall, as a penalty to CITY, forfeit twenty-five dollars ($25) for each worker employed hereunder by CONTRACTOR or any subcontractor for each calendar day during which such worker is required or permitted to work more than eight (8) hours in any 14 16-5195/RJ Noble Company.docx revised 04/2016 one (1) calendar day or forty (40) hours in any one (1) calendar week in violation of California Labor Code Section 1815. 20. PAYMENT OF TRAVEL AND SUBSISTENCE ALLOWANCE Section 1773.8 of the California Labor Code, regarding the payment of travel and subsistence allowance is applicable to this PROJECT. 21. EMPLOYMENT OF APPRENTICES Section 1777.5 of the California Labor Code, regarding the employment of apprentices is applicable to this PROJECT. 22. PAYROLL RECORDS CONTRACTOR agrees to keep accurate payroll record showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice or worker employed by it in connection with the PROJECT and agrees to require each of its subcontractors to do the same. CONTRACTOR further agrees that its payroll records and those of its subcontractors, if any, shall be available at all reasonable times to the CITY, and the employee or his representative, and the Division of Labor Standards Enforcement and the Division of Apprenticeship Standards, and to comply with all of the provisions of California Labor Code Section 1776, in general. 23. INDEMNIFICATION DEFENSE HOLD HARMLESS CONTRACTOR hereby agrees to protect, defend, indemnify and hold harmless CITY, its officers, elected or appointed officials, employees, agents, and volunteers from and against any and all claims, damages, losses, expenses, judgments, demands, defense costs, and consequential damage or liability of any kind or nature, however caused, including those resulting from death or injury to CONTRACTOR's employees and damage to CONTRACTOR's 15 16-5195/RJ Noble Company.docx—revised 04/2016 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. 24. WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE Pursuant to California Labor Code Section 1861, CONTRACTOR acknowledges awareness of Section 3700 et seq, of this Code, which requires every employer to be insured against liability for workers' compensation; CONTRACTOR covenants that it will comply with such provisions prior to commencing performance of the work hereunder. CONTRACTOR shall obtain and furnish to City workers' compensation and employer's liability insurance in an amount of not less than the State statutory limits. CONTRACTOR shall require all subcontractors to provide such workers' compensation and employer's liability insurance for all of the subcontractors' employees. CONTRACTOR shall furnish to CITY a certificate of waiver of subrogation under the terms of the workers' compensation and employer's liability insurance and CONTRACTOR shall similarly require all subcontractors to waive subrogation. 16 16-5195/RJ Noble Company.docx—revised 04/2016 25. 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 (the "Additionally Insured Parties") as Additional Insureds, and shall specifically provide that any other insurance coverage which may be applicable to the PROJECT shall be deemed excess coverage and that CONTRACTOR's insurance shall be primary and non-contributory with any other valid and collectible insurance or self-insurance available to the Additionally Insured Parties. Any available insurance proceeds in excess of the minimum coverage amount specified herein shall be available to the Additionally Insured Parties. All coverage available to CONTRACTOR shall also be available to the Additionally Insured Parties. Under no circumstances shall said above-mentioned insurance contain a self-insured retention without the express written consent of CITY; however an insurance policy "deductible" of Five Thousand Dollars ($5,000.00) is permitted. CONTRACTOR shall be responsible for causing all Subcontractors to maintain the same types and limits of insurance coverage as that required of CONTRACTOR by this Agreement. 17 16-5195/RJ Noble Company.docx—revised 04/2016 26. 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. 27. 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 18 16-5195/PJ Noble Company.docx—revised 04/2016 which arises out of performance of this agreement within ten (10) days of receipt of such claim or claims. 28. 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 29 and any damages shall be assessed as set forth in Section 29. 29. 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 19 16-5195/RJ Noble Company.docx—revised 04/2016 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. 30. 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. 31. 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. 32. CITY EMPLOYEES AND OFFICIALS CONTRACTOR shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY shall have any financial interest in this Agreement in violation of the California Government Code. 33. 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 20 16-5195/RJ Noble Company.docx—revised 04/2016 expense so incurred against any sum or sums owed by CITY to CONTRACTOR under this Agreement. 34. 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: TO CONTRACTOR: City of Huntington Beach R.J. Noble Company ATTN: John Griffin, Public Works ATTN: Kori Porter, Project Manager 2000 Main Street 15505 E. Lincoln Avenue Huntington Beach, CA 92648 P.O. Box 620 Orange, CA 92856 35. 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. 21 16-5195/RJ Noble Company.docx—revised 04/2016 36. 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. 37. 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. 38. ATTORNEY'S FEES In the event suit is brought by either party to construe, interpret and/or enforce the terms and/or provisions of this Agreement or to secure the performance hereof, each party shall bear its own attorney's fees, such that the prevailing party shall not be entitled to recover its attorney's fees from the non-prevailing party. 39. INTERPRETATION OF THIS AGREEMENT The language of all parts of this Agreement shall in all cases be construed as a whole, according to its fair meaning, and not strictly for or against any of the parties. If any provision of this Agreement is held by an arbitrator or court of competent jurisdiction to be unenforceable, void, illegal or invalid, such holding shall not invalidate or affect the remaining covenants and provisions of this Agreement. No covenant or provision shall be deemed dependent upon any other unless so expressly provided here. As used in this Agreement, the masculine or neuter gender and singular or plural number shall be deemed to include the other 22 16-5195/RJ Noble Company.doex—revised 04/2016 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. 40. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of California. 41. 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 party who has signed it. 42. 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. 43. SURVIVAL Terms and conditions of this Agreement, which by their sense and context survive the expiration or termination of this Agreement shall so survive. 44. MODIFICATION No waiver or modification of any language in this Agreement shall be valid unless in writing and duly executed by both parties. 23 16-5195/RJ Noble Company.doex—revised 04/2016 45. 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. 46. 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. 24 16-5195/RJ Noble Company.doex—revised 04/2016 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers on ���, 20 1:7- . CONTRACTOR: CITY OF HUNTINGTON BEACH, a municipal corporation of the Stale of California By: X &CZ4_4 ka LA -M CRAIG f ORTER,VIC RESIDENT ayor (print name) /7 ITS: Chairman/President/Vice-President City Clerk 2ki l� (circle one) INITIATED AND APPROVED: AND By: X Direc or of Public Works STEVE MENDOZA/SECRE (print name) ITS: Secretary/Chief Financial Officer IE C PROVED: Asst. Secretary/Treasurer (circle one) ager APPROVED AS / ORM: City Attorney 25 16-5195/RJ Noble Company.docx—revised 04/2016 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California ) County of ORANGE ) On 04/20/2017 before me, J. DE IONGH, NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared CRAIG PORTER Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the persons} whose names} 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. J. DE IONGH WITNESS my hand and office I sea rulx Commission #2128504 `� ' Notary Public -California z f' o t Orange County r / Signature--------- --�-�i my Comm. Expires Oct 28.2019 Sign tur No ary Public J. DE IONGH Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Corporate Officer — Title(s): ❑Corporate Officer — Title(s): [:] Partner — ✓I Limited ❑General ❑ Partner — ❑ Limited ❑General ❑ Individual ❑Attorney in Fact ❑ Individual -_1 Attomey in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing: cecz�cxec>c �cE<xcuczeex�cc^ezcrYct _ .: - - - - - - - - - - c�cee�cctu� 02014 National Notary Association •www.NationaiNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California } County of ORANGE } On 04/20/17 before me, J. DE IONGH, NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared STEVE MENDOZA Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the persons} whose names} 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. 'a ��J. DE IONGH WITNESS my hand and o al sea.e Commission ## 2128 504 �� Notary Public -California z z ' o Orange County r My Comm. Expires Oct 28,2019 Signature Signa ure Notary Public J. DE IONGH i Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑Corporate Officer — Title(s): ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑Attorney in Fact ❑ Individual ❑Attorney in Fact ❑Trustee ❑ Guardian or Conservator ❑ Trustee ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing: LeZ�i` ^ -ca b-c-:cr:G..... 02014 National Notary Association - www.NationalNotary.org - 1-800-US NOTARY(1-800-876-6827) Item#5907 SECTION C PROPOSAL for the construction of ATLANTA AVENUE REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET AND INDIANAPOLIS AVENUE REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET CC NO. 1539 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 65 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 10%BID BOND in the amount of --------------------- which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for_% ", as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's Signature NO. 1 03/17/2017 X STEVE MENDOZA,iSECRETARY NO.2 03/21/2017 X /�'�OL�l�( ! STEVE r s SECRETARY C-2 SECTION C PROJECT BID SCHEDULE ATLANTA AVENUE REHABILITATION from Newland Street to Magnolia Street and INDIANAPOLIS AVENUE REHABILITATION from Newland Street to Magnolia Street CC No. 1539 PROJECT BASE BID: Basis of Award Atlanta Avenue Rehabilitation from Newland St. to Magnolia St. and Indianapolis Avenue Rehabilitation from Newland Street to Magnolia Street . . . . . C-2.2 to C-2.11 1. ATLANTA AVENUE REHABILITATION from Newland St. to Magnolia St. 533 .00 2. INDIANAPOLIS AVE. REHABILITATION from Newland St. to Magnolia St. $ 55gi 1110tiy . 30 BASE BID TOTAL AMOUNT LUMP SUM BID IN FIGURES: (TOTAL FOR ITEMS 1 &2) $ 1 �q� , hqj , 50 BASIS OF AWARD C-2.1 SECTION C PROJECT BID SCHEDULE ATLANTA AVENUE REHABILITATION from Newland Street to Magnolia Street and INDIANAPOLIS AVENUE REHABILITATION from Newland Street to Magnolia Street CC No. 1539 ATLANTA AVENUE REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET CC NO. 1539 C-2.2 ATLANTA (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid Const ContractnExtended No. No. Description Quantity 'Unit Price Amount 1 -- MOBILIZATION 1 LS $-1510M. 0 $ •00 2 -- TRAFFIC CONTROL PLAN 1 LS $ 500.00 $ soo.00 3 -- FURNISH PROJECT TRAFFIC 1 LS $ i0 00 .00 $ to 10 n> CONTROL t 4 -- FURNISH AND INSTALL SIGNING AND 1 LS $ 20,000.00 $ 20,000.00 STRIPING PROJECT SPECIFIC WPCP (WATER 5 -- POLLUTION CONTROL PLAN)TO 1 LS $ l,soo.00 $ l,soo.00 ADDRESS CONSTRUCTION BMP'S. INSTALL AND MAINTAIN 6 -- CONSTRUCTION BMP'S PER 1 LS $ 1,500.00 $ 1,500.00 APPROVED WPCP. REMOVE AND RECONSTRUCT CURB .ACCESS RAMP, DEPRESSED CURB, AND GUTTER PER CALTRANS STD PLAN RSP A88A FROM BCR TO ECR. (CASE SHOWN ON PLAN). 7 1 (INCLUDES ALL APPURTENANCES, 4 EA $ 4- w -od $ lV 000.00 CURB GUTTER, DEPRESSED CURB, SIDEWALK, DOMES, RETAINING CURB, SLOT PAVEMENT, AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT 0.17' FIBER s 3 REINFORCED ASPHALT RUBBER 2,820 TN $ 86.00 $ 242,520.00 HOT MIX(ARHM)WET PROCESS OVERLAY. 9 4 ADJUST SEWER MANHOLE TO 12 EA $ 925.00 $ 11,100.00 GRADE. ATLANTA (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid Const ContractnExtended No. No. Description Quantity Unit Price Amount FURNISH AND INSTALL ZEBRON, SANCON OR CITY APPROVED EQUAL 10 -- COATING ON THE NEW CONCRETE 6 EA $ 420.00 $ 2,520.00 INSIDE OF AGENCY SEWER MANHOLE RING. REPLACE WATER VALVE BOX 11 5 ASSEMBLY AND ADJUST TO GRADE 14 EA $ 925.00 $ 12,950.00 PER HB STD PLAN 612. COLD MILL EXISTING A.C. 12 6 PAVEMENT TO A DEPTH OF 0.34' 199,220 SF $ 0.17 $ 33,867.40 FROM EXISTING FINISHED SURFACE PER PLANS. CONSTRUCT NEW 0.17' B-PG-70-10 FIBER REINFORCED A.C. BASE 75.00 13 6 COURSE OVER 95%COMPACTED 2,560 TN $ $ 192,000.00 SUBGRADE PRIOR TO 0.17'ARHM OVERLAY, PER PLANS. EXCAVATE EXISTING A.C. 14 7 PAVEMENT TO A DEPTH OF 0.42' 20,380 SF $ 0.72 $ 14,673.60 FROM EXISTING FINISHED SURFACE, PER PLANS. CONSTRUCT NEW 0.25' B-PG-70-10 FIBER REINFORCED A.C. BASE 15 7 COURSE OVER 95% COMPACTED 390 TN $ 85.00 $ 33,150.00 SUBGRADE PRIOR TO 0.17'ARHM OVERLAY, PER PLANS. 16 g ADJUST SURVEY MONUMENT WELL 1 EA $ 925.00 $ 925.00 TO GRADE. REMOVE AND RECONSTRUCT CONCRETE CURB AND CROSS GUTTER PER HB STD. PLAN 205. 1,665 SF $ 17.00 $ 2s,3os.00 17 10 (ITEM INCLUDES SLOT PAVEMENT, AGGREGATE BASE AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) ATLANTA (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Contract nExtended No. No. Description Quantity Unit Price Amount REMOVE AND RECONSTRUCT LOCAL DEPRESSION PER HB STD 18 11 PLAN 302. (INCLUDES SLOT 90 SF $ 22.00 $ 1,980.00 PAVEMENT, AGGREGATE BASE, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CURB AND GUTTER PER HB STD PLAN 202 (CF=8"). (INCLUDES SLOT 70.00 19 12 PAVEMENT, AGGREGATE BASE, LOT 710 LF $ $ 49,700.00 DRAINS, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT SIDEWALK PER HB STD. PLAN 207 AND AS MODIFIED ON PLANS. (INCLUDES OVER EXCAVATION OR FILL FOR CHANGES IN GRADE, RE- 20 13 GRADE FROM WALK TO EXISTING 7,470 SF $ 5.00 $ 37,350.00 SLOPE, RELOCATING IRRIGATION TO BACK OF NEW WALK, RETURNING LANDSCAPING TO PRE- CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) INSTALL NEW DETECTOR LOOPS PER CITY STANDARD SPECIAL PROVISIONS FOR THE CONSTRUCTION OF TRAFFIC 21 14 SIGNALS AND LIGHTING SYSTEMS, 48 EA $ 210.00 $ 10,080.00 2005 EDITION. SPLICE LOOPS TO DLC IN PULLBOX. BIKE LANE LOOPS AND ALL LOOPS AT LIMIT LINE SHALL BE TYPE"D". REMOVE EXISTING TREE AND ROOTS AND/OR GRIND TREE STUMP 22 15 AND ROOTS TO 24" BELOW TOP OF 17 EA $ 315.00 $ 5. 00 SIDEWALK/GRADE WITHIN PROPOSED IMPROVEMENT AREA. Addendum 1, CC-1539, Replacement Page C-2.6 ATLANTA (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid Cons Contract UnitExtended No. No. Description Quantity Unit Price Amount REMOVE EXISTING MEDIAN PORTION AND CONSTRUCT NEW MEDIAN ISLAND PASSAGEWAY PER CALTRANS STD PLANS RSP A88A, RSP A88B, AND DETAIL ON SHEET 3. (INCLUDES 8-INCH CURB AND GUTTER PER HB STD PLAN 202, SIDEWALK AREA BETWEEN CURB 23 18 AND PASSAGEWAY PER HB STD 1 LS $ W.S00.00 $ W,500 -00 PLAN 207, OVER EXCAVATION OR FILL FOR CHANGES IN GRADE, RELOCATING IRRIGATION TO BACK OF NEW WALK, RETURNING LANDSCAPING TO PRE- CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) INSTALL TRUNCATED DOMES TO EXISTING CURB ACCESS RAMP AS 24 19 REQUIRED PER CALTRANS STD. 2 EA $ 4-00 00 $ (600 • M PLAN RSP A88A AND SPECIFICATIONS SECTION 303- 5.5.5.1. FURNISH AND PLANT NEW 24" BOX MULTI-TRUNK EASTERN RED BUD PER HB STD. PLANS 714, 715, 716, 718&719 AS SHOWN ON PLANS. CITY STREET TREE SUPERVISOR OR THE AGENCY'S REPRESENTATIVE DO $ �3 ZOO -25 20 SHALL DETERMINE TREE LOCATION. 12 EA $ 1 1 00 00 (ITEM INCLUDES PROTECTING EXISTING IRRIGATION, CLEARING AND GRUBBING OF HEDGES WITHIN 5-FEET EITHER DIRECTION OF NEW TREE MEASURED FROM CENTER OF TREE). REMOVE EXISTING MULTI-TRUNK AUSTRALIAN BRUSH CHERRY (SYZYGIUM PANICULATUM) BEHIND 26 21 SIDEWALK; GRIND STUMP AND 74 EA $ 1 00.00 .06 ROOTS TO 24" BELOW TOP OF SIDEWALK/GRADE WITHIN PROPOSED IMPROVEMENT AREA. C-2.6 Addendum 1, CC-1539 Addendum 1, CC-1539, Replacement Page C-2.7 ATLANTA (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid Cons Contract UnitExtended No. No. Description Quantity Unit Price Amount FURNISH AND INSTALL NEW 27 22 HEAVENLY BAMBOO (NANDINA)AT 74 EA $ W 00 $ 11 5n -Do 10-FEET ON CENTER BEHIND SIDEWALK. ADJUST OCSD MANHOLE TO GRADE PER OCSD STD. PLAN S-053, S-054 28 23 AND S-055. CONTRACTOR TO 1 EA $ 925.00 $ 925.00 COORDINATE WITH MIKE BOLSTER AT(714) 593-7645. REMOVE AND RECONSTRUCT DEEPENED CURB AND GUTTER PER HB STD PLAN 202(B) (CF=8")' 110.00 29 24 (INCLUDES SLOT PAVEMENT, 110 LF $ $ lz,loo.00 AGGREGATE BASE, LOT DRAINS, AND ALL ITEMS NECESSARY TO REMOVE EXISTINGPURPLE HOP SEED BEHIND SIDEWALK; RIND 30 25 STUMP AND ROOTS TO 24'GBELOW 12 EA $ �� nd $ 00 .Ob TOP OF SIDEWALK/GRADE WITHIN PROPOSED IMPROVEMENT AREA. Total Amount Bid in Figures: $ UU Total Amount Bid in Words: seV.�n........ hu►' un �h�r rdollars and fro cen+s C-2.7 Addendum 1, CC-1539 SECTION C PROJECT BID SCHEDULE ATLANTA AVENUE REHABILITATION from Newland Street to Magnolia Street and INDIANAPOLIS AVENUE REHABILITATION from Newland Street to Magnolia Street CC No. 1539 INDIANAPOLIS AVENUE REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET CC NO. 1539 C-2.s INDIANAPOLIS (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid lConst Contract Unit Extended No. No. Description Quantity Unit Price Amount 1 -- MOBILIZATION 1 LS $ 1S 1 000 • 00 $ 'IS, 000 •Od 2 -- TRAFFIC CONTROL PLAN 1 LS $ soo.00 $ soo.00 3 -- FURNISH PROJECT TRAFFIC 1 LS $ l b,000 . 00 $ 101000 ,00 CONTROL 4 -- FURNISH AND INSTALL SIGNING 1 LS $ 20,000.00 $ 20,000,00 AND STRIPING PROJECT SPECIFIC WPCP 5 - - (WATER POLLUTION CONTROL 1 LS $ 1,300.00 $ 1,300.00 PLAN)TO ADDRESS CONSTRUCTION BMP'S. INSTALL AND MAINTAIN 6 -- CONSTRUCTION BMP'S PER 1 LS $ 1,soo.00 $ 1,s00.00 APPROVED WPCP. REMOVE AND RECONSTRUCT CURB ACCESS RAMP, DEPRESSED CURB, AND GUTTER PER CALTRANS STD PLAN RSP A88A FROM BCR TO ECR. (CASE SHOWN ON PLAN). (INCLUDES ALL 7 1 APPURTENANCES, CURB 2 EA $ 7,000,00 $ 14,000.00 GUTTER, DEPRESSED CURB, SIDEWALK, DOMES, RETAINING CURB, SLOT PAVEMENT, AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT 0.13' FIBER 8 3 REINFORCED ASPHALT RUBBER 1.550 TN $ 86.00 $ 133,300.00 HOT MIX(ARHM)WET PROCESS OVERLAY. 9 4 ADJUST SEWER MANHOLE TO 3 EA $ 92s.00 $ 2,77s.00 GRADE. FURNISH AND INSTALL ZEBRON, SANCON OR CITY APPROVED 10 - - EQUAL COATING ON THE NEW 2 EA $ 420.00 $ 840.00 CONCRETE INSIDE OF AGENCY SEWER MANHOLE RING. REPLACE WATER VALVE BOX 11 5 ASSEMBLY AND ADJUST TO 5 EA $ 92s.00 $ 4,625.00 GRADE PER HB STD PLAN 612. INDIANAPOLIS (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid lConst Contract Unit Extended No. No. Description Quantity Unit Price Amount COLD MILL EXISTING A.C. 12 6 PAVEMENT TO A DEPTH OF 0.26' 120,500 SF $ 24 $ zB,9zo.00 FROM EXISTING FINISHED 0 SURFACE PER PLANS. CONSTRUCT NEW 0.13' B-PG-70- 10 FIBER REINFORCED A.C. BASE 13 6 COURSE OVER 95% COMPACTED 1,185 TN $ 80.00 $ 94,800.00 SUBGRADE PRIOR TO 0.13'ARHM OVERLAY PER PLANS. EXCAVATE EXISTING A.C. 14 7 PAVEMENT TO A DEPTH OF 0.34' 37,145 SF $ 0.34 $ 12,629.30 FROM EXISTING FINISHED SURFACE PER PLANS. CONSTRUCT NEW 0.21' B-PG-70- 10 FIBER REINFORCED A.C. BASE 15 7 COURSE OVER 95% COMPACTED 590 TN $ 72.00 $ 42,480.00 SUBGRADE PRIOR TO 0.13'ARHM OVERLAY, PER PLANS. 16 9 ADJUST SURVEY MONUMENT 1 EA $ 925.00 $ 925.00 WELL TO GRADE. REMOVE AND RECONSTRUCT LOCAL DEPRESSION PER HB STD 17 10 PLAN 302. (INCLUDES SLOT 65 LF $ 32.00 $ 2,080.00 PAVEMENT, AGGREGATE BASE, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CURB AND GUTTER PER HB STD PLAN 202 (CF=8"). (INCLUDES 18 11 SLOT PAVEMENT, AGGREGATE 600 LF $ 77.00 $ 46,200.00 BASE, LOT DRAINS, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT SIDEWALK PER HB STD. PLAN 207 AND AS MODIFIED ON PLANS. (INCLUDES OVER EXCAVATION OR FILL FOR CHANGES IN GRADE, RE-GRADE FROM WALK TO 5.25 1s 12 EXISTING SLOPE, RELOCATING 15,200 SF $. $ 79,800.00 IRRIGATION TO BACK OF NEW WALK, RETURNING LANDSCAPING TO PRE-CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) INDIANAPOLIS (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount INSTALL NEW DETECTOR LOOPS PER CITY STANDARD SPECIAL PROVISIONS FOR THE CONSTRUCTION OF TRAFFIC 210.00 5,460.00 20 13 SIGNALS AND LIGHTING 26 EA $ $ SYSTEMS, 2005 EDITION. SPLICE LOOPS TO DLC IN PULLBOX. BIKE LANE LOOPS AND ALL LOOPS AT LIMIT LINE SHALL BE TYPE"D". REMOVE EXISTING TREE AND ROOTS; GRIND TREE STUMP AND 21 14 ROOTS TO 24" BELOW TOP OF 32 EA $ 3 5. �� $ 1 0 1 0S® . 00 SIDEWALK/GRADE WITHIN PROPOSED IMPROVEMENT AREA. FURNISH AND PLANT NEW 24" BOX MULTI-TRUNK EASTERN RED BUD(CERCIS CANADENSIS) PER HB STD. PLANS 714, 715, 716, 718 &719 AS SHOWN ON PLANS. CITY STREET TREE SUPERVISOR OR THE AGENCY'S REPRESENTATIVE 22 16 SHALL DETERMINE TREE 16 EA $ 00 - 00 $ tum oo LOCATION. (ITEM INCLUDES PROTECTING EXISTING IRRIGATION, CLEARING AND GRUBBING OF HEDGES WITHIN 5- FEET EITHER DIRECTION OF NEW TREE MEASURED FROM CENTER OF TREE). Total Amount Bid in Figures: $ 5 D 14. 3 D Total Amount Bid in Words: IVz rM �aA TDUr A! lid i h� Nylayed huam Am and *th tiA ces LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid Name and Address of State Class DIR PWC Dollar % of Item(s) Subcontractor License Reglst#vaaon Amount Contract Number NOBEST _ •�d�� 7600 ACACIA AVE 3S9622 A 1000011S29 �� GARDEN GROVE,CA 92841 SMITHSON ELECTRIC _ 1938 E.KATELLA AVE 614S16 C-10 1000001610 •� t� ORANGE,CA 92867 100002157 2-2 2 6•wal nub Isis% 0 1� +{01 t 0•°� °�. 2� f'atlrehM I CA ,1 i-I12A, d L TM Smicp 30 po 60A 3Tso Io54so(� c Z7 l 0oc�oD tq3� 29,580 2 2. 1 2) 2- 21oecme �� ° 1) 1-4 Ca«iP 2 1040 t. btf �d t��S3t1 A �6e000 llo0 3�,�{oD p0 2 �l °I 2 (61tirki CA ` 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 3128117 , at ORANGE CA Date City State STEVE MENDOZA , being first duly sworn, deposes and says that he mrxslo is SECRETARY of R.J. NOBLE COMPANY the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. R.J. NOBLE COMPANY Name of Bidder X Signature/of Bidder STEVE MENDOZA, SECRETARY 15505 E. LINCOLN AVE.,ORANGE,CA 92865 Address of Bidder C-4 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 ,�.-_.-.-.__ __ _ _ _•,� ,�r.�r�c�"ix�-sir=.-.-.- - -- - - - - -.- - - - - -- - -.-.,c--�.�r„�,�,�,c��, 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 03/28/17 before me, J. DE IONGH, NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared STEVE MENDOZA Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the persons} whose names} is/are- subscribed to the within instrument and acknowledged to me that he/she/they-executed the same in his/her/their authorized capacity(ieo, and that by his/her/their signature(*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 an icial sea. a- J. DE IONGH :jam Commission # 2128504 ' Q -=� Notary Public -California z ' Orange County D Signature My Comm. Expires Oct 28,2019 Sighato ANtary Public J. DE IONGH Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Corporate Officer — Title(s): 01 Partner — n Limited ❑ General ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑Attorney in Fact ❑ Individual ❑Attorney in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing: 02014 National Notary Association •www.NationaiNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 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 ATLANTA AVENUE REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET AND INDIANAPOLIS AVENUE REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET CC NO. 1539 (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved. " The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal-OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. R.J. NOBLE COMPANY Contractor By / v STEVE MENDOZA, SECRETARY Title Date: 03/28/2017 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 0 No If the answer is yes, explain the circumstances in the space provided. N/A 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. R.J. NOBLE COMPANY Contractor X / z By U STEVE MENDOZA, SECRETARY Title Date: 03/28/2017 C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: R.J. NOBLE COMPANY Bidder Name 15505 E. LINCOLN AVENUE Business Address ORANGE CA 92865 City, State Zip jenniferdeiongh@rjnoblecompany.com ( 714 637-1550 stevemendoza@rjnoblecompany.com Telephone Number Email Address 782908 CLASS A&C-12 State Contractor's License No. and Class AUGUST 2000 Original Date Issued AUGUST 31, 2018 Expiration Date The work site was inspected by BRADEN PORTER of our office on 03/24 , 2017 . The following are persons,firms, and corporations having a principal interest in this proposal: R.J. NOBLE COMPANY A CALIFORNIA CORPORATION C-8 a � E a lit 31 � a o AM O o o U wo mm� � VLU Z� Z Q W ui iL V a. OW L` O V UQa W ao (A m N O Z N e- v1- 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. R.J. NOBLE COMPANY Company Name X Signatur✓of Bidder STEVE MENDOZA,SECRETARY Printed or Typed Signature Subscribed and sworn to before me this 28TI-day of MARCH , 2017 . 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 MARCH 28,2017 before me, J. DE IONGH, NOTARY PUBLIC Month, Day, and Year Insert Name and Title of Notary personally appeared STEVE MENDOZA Name(o of Signer(# who proved to me on the basis of satisfactory evidence to be the person* whose nameM Wm subscribed to the within instrument and acknowledged to me that he Mkr-y executed the same in hisAWffkqtxauthorized capacity6 , and that by his tk(k signature") on the instrument the personM, 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. J. DE IONGH WITNESS my hand and official seal. '" Commission #2128504 z Notary Public -California z Z '° Orange County D My Comm. Expires Oct 28,2019 Signature X Signat Notary Public (PLACE NOTARY SEAL ABOVE) J. DE IONGH 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{Describe specific work and experience necessary for project. For example, "Sanitary sewer line installation of at least of 1,000 of 8-inch and treater in public right-of-way. Sanitary sewer lift stations of similar size, Project work within Public streets, an area containing high ground water and pipeline construction in NO ground water regions with trench depths of 8-feet to the invert "l. 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, WALT DISNEY IMAGINEERING 1401 FLOWER STREET,GLENDALE,CA 91221 Name and Address of Public Agency Name and Telephone No. of Project Manager: KENNETH DENSKI 714-284-6342 $4.1 MILLION GRADING, PAVING,STORM DRAINAGE AUGUST 2010 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: WALT DISNEY IMAGINEERING SP-9 PARKING FACILITY GRADING AND PAVING PARKING LOT RECONSTRUCTION WITH UNDERGROUND STORM DRAINAGE SYSTEMS INSTALLED 2. CITY OF TUSTIN,300 CENTENNIAL WAY,TUSTIN,CA 92780 Name and Address of Public Agency Name and Telephone No. of Project Manager: BENNY TENKEAN 714-573-3161 $22.6 MILLION ROAD RECONSTRUCTION WITH STORM DRAIN IMPTS APRIL 2014 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: TUSTIN RANCH ROAD RECONSTRUCTION WITH STORM DRAIN IMPROVEMENTS 3• CITY OF TUSTIN,300 CENTENNIAL WAY,TUSTIN,CA 92780 Name and Address of Public Agency Name and Telephone No. of Project Manager: BENNY TENKEAN 714-573-3161 $15.1 MILLION ROAD RECONSTRUCTION WITH STORM DRAIN IMPTS APRIL 2014 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: BARRANCA ROAD RECONSTRUCTION WITH STORM DRAIN IMPTS 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 KORI PORTER, PROJECT MANAGER Name of proposed Project Manager Telephone No. of proposed Project Manager: 714-637-1550 EXT 359 CITY OF ORANGE ANNUAL PAVEMENT MAINTENANCE$2.8 MILLION CLASS A WORK FEBRUARY 2014 Project Name &Contract Amount Type of Work Date Completed CITY OF COSTA MESA 2012-2013 STREET REHAB CITY PROJECT 13-01 $3.6 MILLION CLASS A WORK SEPTEMBER 2015 Project Name& Contract Amount Type of Work Date Completed CITY OF IRVINE JAMBOREE ROAD PAVEMENT REHABILITATION$1.1 MILLION CLASS A WORK FEBRUARY 2014 Project Name&Contract Amount Type of Work Date Completed 2. CHUCK SPIERS,GENERAL SUPERINTENDENT Name of proposed Superintendent Telephone No. of proposed Superintendent: 714-743-1383 CITY OF RIVERSIDE MINOR STREET MAINTENANCE PHASE 1 $2.6 MILLION CLASS A WORK OCTOBER 2015 Project Name &Contract Amount Type of Work Date Completed COUNTY OF ORANGE AC OVERLAY RESURFACING$5 MILLION CLASS A WORK MARCH 2O14 Project Name& Contract Amount Type of Work Date Completed CITY OF TUSTIN ARMSTRONG AVE&WAGNER AVE$10 MILLING CLASS A WORK SEPTEBER 2015 Project Name&Contract Amount Type of Work Date Completed C-11 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771.1(a)), passed by the California State Senate on June 20, 2014, established a new public works Contractor Registration Program, which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations (DIR). Currently the annual non-refundable registration fee for Contractors is $300. Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 http://www.dir.ca.gov/DLSE/PublicWorks/SB854FactSheet-6.30.14.pdf DIR's Contractor Registration Link—Call (844) 522-6734 https://efiling.dir.ca.gov/P WCR/ActionServlet?action--displayP WCRegistrationForm DIR's Contractor Registration searchable database: https://efiling.dir.ca.gov/PWCR/Search.action I am aware and will comply with the provisions of Labor Code Section 1771.1(a)which states: "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded." I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid. R.J. NOBLE COMPANY Contractor x 'y Z�_ jo� By l/ STEVE MENDOZA SECRETARY Title Date: 03/28/2017 PWC REGISTRATION #: 1000004235 C-12 ,..D • • • r` M r r J P„CI<'rYG•u 0 Public Works Contractor(PWC)Registration Search ir,15 a Usurp of:enent aw acne=R'J regMreuons gursuarr.:o C,,—].°art],Cr,pIa,1:o'xnenc yam se:a'n 17F a`me cao:or.-,ia Lae,'C e) Enter a:reasr Sr•@ sparcn cr.rpna rG tl:wlay anne:ag.srp:etl Ge'a1:c rror✓s mn•raclv!s;matc/r::.2:•G•x se:ecrmnx Regm-fl nYear: IC F-1 Year 2015/11 D PWC Regis---Number: (example 1234567693_ Contractor Legal Name: R J.NOBLE COMPANY _ Conn actor 1lcense LookeG Lirense Number: J—piQ 123d66 E=1-PD- 9aaroN Ras 1% One regisiefea contraclol buns 1 Belau.Legal Name _Registration.C—ty City Regis—. Exgraggn Number Dare Dmo \•err R.I.NOBLE CONRANY 1000M4235 ORANGE ORANGE 06/15.:2016 06/30/2017 '2.201oJ:':t } f STATE OF CALIFORNIA DEPARTMENT OF RESOURCES RECYCLING AND RECOVERY(CalRecycle) RELIABLE CONTRACTOR DECLARATION CalRecycle 168(Revised 7/13) This form must be completed and submitted to the Department of Resources Recycling and Recovery(CalRecycle) prior to authorizing a contractor(s) to commence work. Failure to provide this documentation in a timely manner may result in nonpayment of funds to the contractor(s). This form is intended to help the CalRecycle's Grantees comply with the Unreliable List requirement of their Terms and Conditions. The Unreliable List provision requires the following: Prior to authorizing a contractor(s) to commence work under the Grant, the Grantee shall submit to CalRecycle a declaration signed under penalty of perjury by the contractor(s) stating that within the preceding three (3) years, none of the events listed in Section 17050 of Title 14, California Code of Regulations, Natural Resources, Division 7,has occurred with respect to the contractor(s). Please see the reverse of this page,or refer to www.calre�s.com If any of the events listed in Section 17050 have occurred, disclosure is required but will not necessarily result in CalRecycle refusing to approve the contractor. A signed statement explaining the facts and circumstances of the events must be attached to and submitted with this form. Contractor: Complete the form and send original to the Grantee. Grantee: Scan the form and upload it to the grant in CalRecycle's Grant Management System (GMS). For further instruction about logging into GMS and uploading this form, reference the Procedures and Requirements. Retain the original form in your grant file. GRANTEE INFORMATION GRANTEE NAME: GRANT NUMBER: PRIMARY CONTACT NAME: CONTRACTOR INFORMATION CONTRACTOR NAME: R.J. NOBLE COMPANY AUTHORIZED CONTRACTOR REPRESENTATIVE NAME: STEVE MENDOZA MAILING ADDRESS: P.O. BOX 620,ORANGE,CA 92856 As the authorized representative of the above identified contractor, I declare under penalty of perjury under the laws of the State of California that within the preceding three (3)years, none of the events listed in Section 17050 of Title 14, California Code of Regulations, Natural Resources, Division 7, has occurred with respect to the above identified contractor. Alternatively, as the authorized representative of the above identified contractor, 1 declare under penalty of perjury under the laws of the State of California that within the preceding three (3)years, if any of the events listed in Section 17050 of Title 14, California Code of Regulations, Natural Resources, Division 7, has occurred with respect to the above identified contractor, I have disclosed all such occurrences in an attached signed statement that explains the facts and circumstances of the listed events. Signature X Date 03/28/2017 STEVE ME�46OZA,4tCRETARY C-13 STATE OF CALIFORNIA DEPARTMENT OF RESOURCES RECYCLING AND RECOVERY(CalRecycle) RELIABLE CONTRACTOR DECLARATION CalRecycle 168(Revised 7/13) Title 14 CCR,Division 7,Chapter 1 Article 5. Unreliable Contractors,Subcontractors,Borrowers and Grantees Section 17050.Grounds for Placement on Unreliable List The following are grounds for a finding that a contractor, any subcontractor that provides services for a CalRecycle agreement, grantee or borrower is unreliable and should be placed on the CalRecycle Unreliable Contractor, Subcontractor, Grantee or Borrower List ("Unreliable List"), The presence of one of these grounds shall not automatically result in placement on the Unreliable List. A finding must be made by the Executive Director in accordance with section 17054, and there must be a final decision on any appeal that may be filed in accordance with section 17055 et seq. (a) Disallowance of any and/or all claim(s)to CalRecycle due to fraudulent claims or reporting:or (b) The filing of a civil action by the Attorney General for a violation of the False Claims Act,Government Code section 12650 et.seq;or (c) Default on a CalRecycle loan,as evidenced by written notice from CalRecycle staff provided to the borrower of the defau It.or (d) Foreclosure upon real property loan collateral or repossession of personal property loan collateral by CalRecycle;or (e) Filing voluntary or involuntary bankruptcy,where there is a finding based on substantial evidence,that the bankruptcy interfered with the CalRecycle contract, subcontract,grant or loan:or (f) Breach of the terms and conditions of a previous CalRecycle contract,any subcontract for a CalRecycle agreement, grant,or loan,resulting in termination of the CalRecycle contract,subcontract,grant or loan by the CalRecycle or prime contractor;or (g) Placement on the CalRecycle's chronic violator inventory established pursuant to Public Resources Code section 44104 for any owner or operator of a solid waste facility;or (h) The person,or any partner,member,officer,director,responsible managing officer,or responsible managing employee of an entity has been convicted by a court of competent jurisdiction of any charge of fraud,bribery,collusion, conspiracy,or any act in violation of any state or federal antitrust law in connection with the bidding upon,award of,or performance under any CalRecycle contract,subcontract,grant or loan,or (i) The person or entity is on the list of unreliable persons or entities,or similar list,of any other federal or California state agency:or 0) The person or entity has violated an Order issued in accordance with section 18304;or, (k) The person or entity has directed or transported to,has or accepted waste tires at,a site where the operator is required to have but does not have a waste tire facility permit;or, (1) The person or entity has transported waste tires without a waste tire hauler registration:or, (m) The person or entity has had a solid waste facility or waste tire permit or a waste tire hauler registration denied, suspended or revoked:or, (n) The person or entity has abandoned a site or taken a similar action which resulted in corrective action or the expenditure of funds by CalRecycle to remediate.clean,or abate a nuisance at the site:or (o) The following are additional grounds for a finding that,a person or entity described below should be placed on the Unreliable List: (I) The person or entity owned 20%or more of an entity on the Unreliable List at the time of the activity that resulted in its placement on the Unreliable List. (2) The person held the position of officer director,manager,partner,trustee,or any other management position with significant control(Principal Manager)in an entity on the Unreliable List at the time of the activity that resulted in its placement on the Unreliable List; (3) The entity includes a Principal Manager who: 1. Was a Principal Manager in an entity on the Unreliable List at the time of the activity that resulted in its placement on the Unreliable List;or, 2. Owned 20%or more of an entity on the Unreliable List at the time of the activity that resulted in its placement on the Unreliable List: (4) The entity has a person who owns 20%or more of the entity,if that person: 1. Was a Principal Manager in an entity on the Unreliable List at the time of the activity that resulted in its placement on the Unreliable List;or, 2. Owned 20%or more of an entity on the Unreliable List at the time of the activity that resulted in its placement on the Unreliable List. (5) The entity has another entity which owns 20%or more of the entity, if that other entity: I. Is on the Unreliable List;or, 2. Owned 20%or more of an entity on the Unreliable List at the time of the activity that resulted in its placement on the Unreliable List. (6) Subsection(o)is not intended to apply to a person or entity that purchases or otherwise obtains an entity on the Unreliable List subsequent to its placement on the Unreliable List. C-1 4 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For ATLANTA AVENUE REHABILITATION from Newland Street to Magnolia Street and INDIANAPOLIS AVENUE REHABILITATION from Newland Street to Magnolia Street CC No. 1539 in the CITY OF HUNTINGTON BEACH March 17, 2017 Notice.To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) PROJECT BID SHEET—Section C Specification Book(2 Sheets attached to Addendum 1) Replace two pages entitled "Project Bid Sheets—pages C-2.6 and C-2.7"with "Project Bid Sheet—C-2.6 and C-2.7 Addendum 1" (2 sheets). Reason: Bid item"26-Remove Existing Multi-Trunk Australian Brush Cherry..."quantity was changed from 66 EA to 74 EA; Bid item "27-Furnish and Install New Heavenly Bamboo..." quantity was changed from 66 EA to 74 EA, and new Bid Item"30-Remove Existing Dead Purple Hop Seed..."quantity of 12 EA was added as an additional bid item. Bidders Shall Submit Section C With The Most Current Revised Bid Sheet. 2) PRE-BID SITE WALK, QUESTIONS AND ANSWERS-(2 Sheets attached to Addendum 1) Reason: Bidders who didn't attend can have this information for preparation of bid. 3) PLANS—ATLANTA AVENUE (NEWLAND AVENUE TO MAGNOLIA) (No sheets attached) a. On the Title Sheet (Sheet 1 of 4) insert the Revised Quantities for Construction Note 21- Remove Existing Multi-Trunk Australian Brush Cherry..." from 66 EA to 74 EA and for Construction Note 22-Furnish and Install New Heavenly Bamboo..." from 66 EA to 74 EA. Reason. Quantities changed to match revised Bid Sheet Insert New Construction Note 25- "REMOVE EXISTING DEAD PURPLE HOP SEED BEHIND SIDEWALK; GRIND STUMP AND ROOTS TO 24" BELOW TOP OF SIDEWALK/ GRADE WITHIN PROPOSED IMPROVEMENT AREA' and Quantity of 12 EA. Reason: New construction note and quantity added to match revised Bid Sheet. b. On the Last Sheet (Sheet 4 of 4) insert a circle (with "25" in the middle) to represent Construction Note 25 located between Sta. 58+25 and 62+01 on the south side. Reason: Remove Existing Dead Purple Hop Seed in this area. c. On Sheet 3 (Sheet 3 of 4) insert circle (with "21" in the middle) and another circle (with "22" in the middle) between sta. 52+92 and 53+60 on the south side. Reason: Remove 8 Australian Brush Cherry and Install 8 Heavenly Bamboo in this area. 4) SIGNING AND STRIPING PLANS—ADD PLANS—(4 Drawings Issued with Addendum 1) a. "Signing and Striping Plan, Atlanta Avenue from Newland St. to Magnolia St." b. "Signing and Striping Plan, Indianapolis Avenue from Newland St. to Magnolia St." Reason: These Signing and Striping plans shall be incorporated into the Project Plans. This is to acknowledge receipt and review of Addendum Number One, dated above. R.J. NOBLE COMPANY Xl/I!' ` s Company Name By STEVPIIENDOZA, SECRETARY MARCH 20, 2017 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. For Addendum questions, please call James Wagner at(714) 536-5467 within 24 hours of posting. City of Huntington Beach Pre- Bid Site Walk, Date 03-16-17, 11:15 AM at corner of Atlanta Ave. and Magnolia Ave. Atlanta Avenue Rehabilitation from Newland Street to Magnolia Street, CC No. 1539 1. Question: Please clarify the limits of Construction Note#1 for both Atlanta Avenue and Indianapolis Avenue: (Construction Note#1 for both projects) REMOVE AND RECONSTRUCT CURB ACCESS RAMP,DEPRESSED CURB,AND GUTTER PER CALTRANS STD PLAN RSP A88A FROM BCR TO ECR.(CASE SHOWN ON PLAN).(INCLUDES ALL APPURTENANCES,CURB GUTTER, DEPRESSED CURB,AND SIDEWALK,DOMES,RETAINING CURB,SLOT PAVEMENT,AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) Answer. construction for the access ramps also includes adjoining sidewalk area between ECR to BCR and the amount of concrete sidewalk between ECR to BCR is included as part of the Curb Ramp item. 2. Question: What is the depth and width of tree stump & root removal for both Atlanta Avenue and Indianapolis Avenue? Answer. (Construction Note for both projects) REMOVE EXISTING TREE AND ROOTS; GRIND TREE STUMP AND ROOTS TO 24" BELOW TOP OF SIDEWALK/GRADE. PULL OUT ALL ROOTS WITHIN PROPOSED IMPROVEMENTS. 3. Question: What traffic control is required? Answer. Please refer to Contract Documents Specification and Standard Drawing Section 7-10.2 Work Area Traffic Control Page E-13 4. Question: How much time is the contractor allowed between the demolition of the sidewalks/access ramps and the placement of new concrete for Atlanta Avenue Construction Note#18? (Atlanta Avenue Construction Note#18) REMOVE EXISTING MEDIAN PORTION AND CONSTRUCT NEW MEDIAN ISLAND PASSAGEWAY PER CALTRANS STD PLANS RSP A88A,RSP A88B,AND DETAIL ON SHEET 3.(INCLUDES 8-INCH CURB AND GUTTER PER HB STD PLAN 202, SIDEWALK AREA BETWEEN CURB AND PASSAGEWAY PER HB STD PLAN 207,OVER EXCAVATION OR FILL FOR CHANGES IN GRADE, RELOCATING IRRIGATION TO BACK OF NEW WALK,RETURNING LANDSCAPING TO PRE-CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE Answer.- Please refer to Contract Documents Specification and Standard Drawing Section 6-1 Construction Schedule and Commencement of Work Page E-13 5. Question: What is the condition of the multi-trunk Australian Brush Cherry species referred to in Construction Note 21 for Atlanta Avenue? (Construction note#21) REMOVE EXISTING MULTI-TRUNK AUSTRALIAN BRUSH CHERRY(SYZYGIUM PANICULATUM) BEHIND SIDEWALK; GRIND STUMP AND ROOTS TO 24" BELOW TOP OF SIDEWALK/GRADE WITHIN PROPOSED IMPROVEMENT AREA. Answer. The existing multi-trunk Australian Brush Cherry shrub screen to be removed along Atlanta Avenue has Not been maintained at a typical shrub height. Page 1 of 2 Addendum 1,CC-1539 City of Huntington Beach Pre- Bid Site Walk, Date 03-16-17, 11:15 AM at corner of Atlanta Ave.and Magnolia Ave. Atlanta Avenue Rehabilitation from Newland Street to Magnolia Street, CC No. 1539 What Construction Notes are being revised in Addendum 1 for Atlanta Avenue? There are (8) additional multi-trunk Australian Brush Cherry shrubs (1 of them is an oleander shrub that will be paid at the unit price for Brush Cherry) to be added to the (66) for a total of 74 along Atlanta Avenue. There are (12) Purple Hop Seed brush to be added for removal along Atlanta Avenue. Page 2 of 2 Addendum 1,CC-1539 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER TWO For ATLANTA AVENUE REHABILITATION from Newland Street to Magnolia Street and INDIANAPOLIS AVENUE REHABILITATION from Newland Street to Magnolia Street CC No. 1539 in the CITY OF HUNTINGTON BEACH March 21, 2017 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) SPECIFICATION BOOK—Appendix A through and including F (38 Sheets attached to Addendum 2)Add Appendices A through F to Specification Book. Reason: Appendices A through F were not included with the initial documents APPENDIX A DOWNLOAD PUBLIC WORKS STANDARDS, TRUCK ROUTE, TRASH PICK UP, STREET SWEEPING SCHEDULE, AND TEMPORARY WATER METER 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 This is to acknowledge receipt and review of Addendum Number One, dated above. R.J. NOBLE COMPANY X 1_5& Company Name By STEVE MENDOe,,SECRETARY 03/21/2017 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. For Addendum questions, please call James Wagner at (714) 536-5467 within 24 hours of posting. Western Surety Company BID BOND (Percentage) Bond Number: N/A KNOW ALL PERSONS BY THESE PRESENTS, That we R. J. Noble Company - -..-- - ----- - _-------------- -- --- -----..._.----------------- - —--- --- — of Orange, California -- -- -__ hereinafter referred to as the Principal, and Western Surety Company as Surety, are held and firmly bound untoof Huntington Beach -- --- - --- --._ - ----- ------ ---- -- hereinafter referred to as the Obligee, in the sum of percent of the greatest amount bid, for the payment of which we bind ourselves, our legal representatives, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has submitted or is about to submit a proposal to Obligee on a contract for Atlanta Avenue Arterial Rehabilitation and Indianapolis Avenue Arterial Rehabilitation NOW, THEREFORE, if the said contract be awarded to Principal and Principal shall, within such time as may be specified, enter into the contract in writing and give such bond or bonds as may be specified in the bidding or contract documents with surety acceptable to Obligee; or if Principal shall fail to do so, pay to Obligee the damages which Obligee may suffer by reason of such failure not exceeding the penalty of this bond, then this obligation shall be void; otherwise to remain in full force and effect. SIGNED, SEALED AND DATED this day of March 2017 R. J. Noble Company ------ ----�—�--(Principal)--- -- -- ------- _ (Seal) B Y -_X STE MEN OZAECRETARY s Western Surety_.Com) y�- - ;S By (Seai Jam tt S Attorney-in-Fact Form F5876 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California ) County of ORANGE ) On 03/16/17 before me, J. DE IONGH, NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared STEVE MENDOZA Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the persons} whose names} 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. J. DE IONGH WITNESS my hand and ial seal ' Commission m 2128504 a�[ � == a Notary Public - California z Orange County Signature My Comm. Expires Oct 28,2019 Signature o Notary Public J. DE IONGH Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Partner — ❑ Limited ❑General ❑ Individual ❑Attorney in Fact ❑ Individual ❑Attorney in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing: 02014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item #5907 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 March 15, 2017 before me, Lauren Emily Bierman, A Notary Public (insert name and title of the officer) personally appeared James Scott Salandi, Attorney-in-Fact who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/arx subscribed to the within instrument and acknowledged to me that he/ghe executed the same in his/hm trek authorized capacity(ie*, and that by his/herAhek signature() 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. N fs�' >�F��IgUREN EMILY BIERMAN ' COMM.#2097Y40;0 d NOTARY PUBLIC-CALIFORNIA ORANGE COUNTY N ' MY COMM.EXP.JAN 15,2019 Signature ���'��� a ^,J (Seal) 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 James Scott Salandi, Leonard Ziminsky,David Jacobson, Individually of Irvine,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 21st day of October,2016. uQET1 WESTERN SURETY COMPANY ti a ............... %W?:oRpOAgr:c3__ _Wj4 l�;D .2s 4 f .... .;,P•.- �rti oAK°+� aul T.Bruflat,Vice President State of South Dakota 1 Jj ss County of Minnehaha On this 21st day of October,2016,before me personally came Paul T.Bruflat,tome 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 J.MOHR (�?)NOTN2YPUdIJG June 23,2021 8WTHDAWTn s 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. _ ��7 _day of I I (L �(� 17 y"s.............. RET'""„ WESTERN SURETY COMPANY �newnw"" L.Nelson,Assistant Secretary Form F4280-7-2012 .i i V_ S 4.1 Ln N 'm 4 ,a U Ld CD s 43 ab.a Z Cn � � O w � C �'�F •� a s' � x p W U N r t s rs OLO z m t` f r l yE1 ,��. c,i ♦ ,t U U co LL 7 a Z I��--i Z w LLI Z - qt LU V n lZ L<7 LO , +�� J t 0 Q ,,, O LLi Z cn Q 0 � z O Q � � z LLi Q Z -J LLJ C�: z LL z O O C�: H LL Q m LLJ J = CO co C = w > LLi LLJ LLJa N 00 O N J N Q Q O m cV Q a w w zZ rrn Q Q C7 Q Q O U 0 0 Q z U c0 c0 ' ® 74/20/2017 E(MM/DD/YYYY) A�O, CERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). CONTACT PRODUCER Patriot Risk& Insurance Services NAME: 100 Spectrum Center Drive, Suite#400 A/CNo Ext: 949 486-7900 FAA/c No: 949 486-7950 Irvine, CA 92618 EMAIL ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# www.patrisk.com OK07568 INSURERA: Zurich American Insurance Company 16535 INSURED INSURER B: R. J. Noble Company, Inc. 15505 Lincoln Avenue INSURERC: P.O. Box 620 INSURER D: Orange CA 92856-9020 INSURER E INSURER F COVERAGES CERTIFICATE NUMBER: 35218438 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR IN SD WV POLICY NUMBER MM/DD/YYYY MM/DD/YYYY A �/ COMMERCIAL GENERAL LIABILITY `/ v/ GLOO17436602 7/1/2016 7/1/2017 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RE CLAIMS-MADE ❑✓ OCCUR PREMISES Ea occNTurrenceED $ 300,000 APPROVED AS TO FO MED EXP(Any one person) $ 5,000 ✓ Contractual Liability s /I PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: By: /ItI ?i GENERAL AGGREGATE $ 2,000,000 POLICY ✓ PRO LOC -1-11 CITY E. GATESPRODUCTS-COMP/OP AGG $ ❑ JECT ❑ U ' CITY ATTORNEY 2,000,000 OTHER: CITY OF HUNTINGTON BEACH $ A AUTOMOBILE LIABILITY ✓ ✓ INED BAP017436702 7/1/2016 7/1/2017 EaaBcidentsINGLELIMIT $ 1,000,000 ✓ ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PR POPCR dTnDAMAGE $ ✓ AUTOS ONLY ✓ AUTOS ONLY P $ II A UMBRELLA LIAB �/ OCCUR AUC017437202 7/1/2016 7/1/2017 EACH OCCURRENCE $ 10,000,000 v/ EXCESS LIAB CLAIMS-MADE Policy Follows Form Over AGGREGATE $ 10,000,000 Underlying General Liab. DED RETENTION$ $ A WORKERS COMPENSATION ✓ WC017436302 7/1/2016 7/1/2017 �/ STATUTE EERH AND EMPLOYERS'LIABILITY Y/N No Deductible for Workers ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? ❑ N/A Compensation (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Re:RJN#91588/Atlanta Avenue and Indianapolis Avenue Rehabilitation Project,CC-1539 City of Huntington Beach,its officers,elected or appointed officials,employees,agents and volunteers are named as Additional Insured, includes Primary&Non-contributory as respects to General Liability&Auto Liability per endorsement attached where required by written contract. Waiver of subrogation applies to GL,Auto and Work and in favor of the additional insureds per attached endorsement 30 days notice of cancellation, 10 days for non-payment of premium. CERTIFICATE HOLDER CANCELLATION Clt of Huntington Beach SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE g THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 20 0 Main Street ACCORDANCE WITH THE POLICY PROVISIONS. Huntington Beach CA 92648 AUTHORIZED REPRESENTATIVE i Leonard E.Ziminsky ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 35218438 1 16/17 - GL/AU/EXC/WC Annette Romero 1 4/20/2017 3:15:28 PM (PDT) I Page 1 of 6 Additional Insured — Owners, Lessees Or Contractors — ZURICH' Scheduled Person Or Organization Policy No. Eff. Date of Pol. I Exp. Date of Pol. I Eff.Date of End. Producer No. AddT Prem Return Prem. GLOO17436602 7/1/2016 7/1/2017 7/1/2016 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured:R.J.Noble Company, Inc. Address (including ZIP Code): 15505 Lincoln Avenue Orange CA 92856-9020 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part SCHEDULE Name Of Additional Insured Person(s) Location And Description Of Covered Operations Or Organization(s) City of Huntington Beach,its officers,employees and e: RJN#91588/Atlanta Avenue and Indianapolis gents and Volunteers venue Rehabilitation Project, CC-1539 A. Section 11 — Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule above, whom you are required to add as an additional insured on this policy under a written contract or written agreement. However, if you have entered into a construction contractor construction agreement with an additional insured person or organization shown in the Schedule of this endorsement, the insurance afforded to such additional insured only applies to the extent permitted by law. B. The insurance provided to the additional insured person or organization applies only to "bodily injury", "property damage" or "personal and advertising injury" covered under Section 1 —Coverage A— Bodily Injury And Property Damage Liability and Section I—Coverage B—Personal And Advertising Injury Liability, 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, and resulting directly from your ongoing operations or"your work" as included in the"products-completed operations hazard", which is the subject of the written contract or written agreement at the Location designated and described in the Schedule above. C. However, regardless of the provisions of Paragraphs A.and B. above: 1. We will not extend any insurance coverage to any additional insured person or organization: U-GL-1177-E CW(04112) Page 1 of 2 35218438 1 16/17 - GL/AU/EXC/WC 1 Ann.tdeotudescomraahtedmateriat efinsuranceServicesdOffice.Inc..with its aennission. a. That is not provided to you in this policy; or b. That is any broader coverage than you are required to provide to the additional insured person or organization in the written contract or written agreement; and 2. We will not provide Limits of Insurance to any additional insured person or organization that exceed the lower of: a. The Limits of Insurance provided to you in this policy; or b. The Limits of Insurance you are required to provide in the written contract or written agreement. D. The insurance provided to the additional insured person or organization does not apply to: "Bodily injury", "property damage" or"personal and advertising injury" arising out of the rendering or failure to render any professional architectural, engineering or surveying services including: 1. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2. Supervisory, inspection, architectural or engineering activities. E. The following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV — Commercial General Liability Conditions: The additional insured must see to it that: 1. We are notified as soon as practicable of an"occurrence"or offense that may result in a claim; 2. We receive written notice of a claim or"suit"as soon as practicable; and 3. A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured, if the written contract or written agreement requires that this coverage be primary and non-contributory. F. For the coverage provided by this endorsement: 1. The following paragraph is added to Paragraph 4.a.of the Other Insurance Condition of Section IV—Commercial General Liability Conditions: This insurance is primary insurance as respects our coverage to the additional insured person or organization, where the written contract or written agreement requires that this insurance be primary and non-contributory with respect to any other policy upon which the additional insured is a Named Insured. In that event, we will not seek contribution from any other such insurance policy available to the additional insured on which the additional insured person or organization is a Named Insured. 2. The following paragraph is added to Paragraph 4.b.of the Other Insurance Condition of Section IV—Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same"occurrence", offense, claim or"suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by written contract or written agreement to provide coverage to the additional insured on a primary and non- contributory basis. All other terms and conditions of this policy remain unchanged. U-GL-1177-E CW(04/12) Page 2 of 2 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. 35218438 116/17 - GL/AU/EXC/WC I Annette Romero 1 4/20/2017 3:15:28 PM (PDT) I Paoe 3 of 6 R. J. Noble Company, Inc. POLICY NUMBER:GLO017436602 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: City of Huntington Beach,its officers,employees and agents and Volunteers Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or '.your work" done under a contract with that person or organization and included in the "products- completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 1 ❑ 35218438 1 16/17 - GL/AU/EXC/WC I Annette Romero 1 4/20/2017 3:15:28 PM (PDT) I Page 4 of 6 POLICY NUMBER:BAP017436702 COMMERCIAL AUTO CA20481013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s)who are "insureds"for Covered Autos Liability Coverage under the Who Is An Insured provision 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. Named Insured:R.J.Noble Company, Inc. Endorsement Effective Date:7i1i2016 SCHEDULE Name Of Person(s)Or Organization(s): City of Huntington Beach,its officers,employees and agents and Volunteers Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an"insured"for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.I. of Section II — Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 1013 ©Insurance Services Office, Inc., 2011 Page 1 of 1 Wolters Kluwer Financial Services I Uniform FormsTm 35218438 116/17 - GL/AU/EXC/WC I Annette Romero 14/20/2017 3:15:28 PM (PDT) I Paqe 5 of 6 WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE POLICY WC 04 03 06 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT- CALIFORNIA This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following"attaching clause"need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 7/1/2016 at 12:01 A.M. standard time,forms a part of (DATE) Policy No. WC017436302 Endorsement No. of the Zurich American Insurance Company (NAME OF INSURANCE COMPANY) issued to R.J.Noble Company, Inc. ` Premium (if any) $ Authorized Representative 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 % of the California workers' compensation pre- mium otherwise due on such remuneration. Schedule Person or Organization Job Description City of Huntington Beach,its officers,employees Re:RJN#91588/Atlanta Avenue and Indianapolis and agents and Volunteers Avenue Rehabilitation Project,CC-1539 WC 252(4-84) WC 04 03 06(Ed.4-84) Page 1 of 1 35218438 1 16/17 - GL/AU/EXC/WC I Annette Romero 1 4/20/2017 3:15:28 PM (PDT) I Page 6 of 6 CONTRACTOR'S SWORN STATEMENT AND 'WARRANTY REGARDING CONTINUING INSURANCE OBLIGATIONS FROM: R.J. NOBLE COMPANY PROJECT: ATLANTA AVENUE&INDIANAPOLIS AVENUE (Contractor Name) REHABILITATION PROJECT CC-1539 15505 E. LINCOLN AVENUE (Street Address) ORANGE,CA 92865 (City,State and Zip) TO: CITY OF HUNTINGTON BEACH DECLARATION Attached hereto Is a true and correct copy of the current Certificate of Insurance and Additional Insured Endorsement CG 2010 1185, which Certificate complies with the insurance requirements of the Contract by and between the City of Huntington Beach("City'?and the above-named Contractor("Contractor")for the above-described project( Project'l. I declare under penalty of perjury under the laws of the State of California that the above statement Is true and correct. Signed on APRIL 20 20J at ORANGE,CA (Date) (City,State) X 4 L� _ (Signatdre of�nrividual Who is Making Declaration) STEVE MENDOZA,SECRETARY WARRANTY Contractor hereby warrants and agrees to maintain Products and Completed Operaflons 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 t185,naming City as an additional Insured. Contractor shall supply to City,on at least an annual basis, a Certificate of Insurance and the aforementioned Endorsement evidencing continued coverage which meets the Contract requirements. Signed on APRIL 20 2oE,at ORANGE,CA (Rate) (City,State) CONTRACTOR: Name: R.J. NOBLE COMPANY Name: STEVE Ili pON Ttle;_�E C RE-�A RY Z776Zi.2 RECEIVED BY: CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office (Name) after signing/dating (Date) J, CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION TO: City Treasurer FROM: City Clerk . DATE: . �/-/7 SUBJECT: Bond Acceptance I have received the bonds for ALL— (Company Name) CAPITAL PROJECTS (Includes CC's and MSC's)Performance Bond No. 30003 6 3f- Payment Bond (Labor and Materials) Bond No. 00 (0 3 6 �J 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. Approved (Council Approval Date) CC No. .�3G' Agenda Item No. MSC No. City Clerk Vault No. /oo Other No. SIRE System ID No. 0� g:/forms/bond transmittal to treasurer Bond No. 30003635 Executed in Duplicate PERFORMANCE BOND KNOW ALL,PERSONS BY THESE PRESENTS: WHEREAS,City of Huntington Beach(hereafter referred to as"City")has, by written agreement dated ,20_,entered into a contract with R.J. NOBLE COMPANY 15505 E.LINCOLN AVE. ORANGE CA92865 (name and address of Contractor) (hereinafter referred to as"Principal"),for performance of the work described as follows: ATLANTA AVE&INDIANAPOLIS AVE REHABILITATION PROJECT CC-1539 WHEREAS, said contract, and all documents referenced therein (hereinafter collectively `Contract"), are incorporated herein by this reference made a part hereof a&though set.forth herein in full;and Said Principal is required under the terms of the Contract to furnish a bond guaranteeing the prompt,full and faithful performance of said Contract, by a duly admitted surety insurer under the laws of the State of California(hereinafter referred to as"Surety");and Surety is certified and listed in the U.S. Department of the Treasury Circular 570, and has provided proof of sufficient bonding limitations as shown in said circular to provide bonds in the amount required by said Contract;and Surety has provided financial strength ratings from reputable companies,such as from A.M.Best,Moody's,or Standard&Poor's,to validate that Surety has positive ratings of being secure or Stable; and Surety is registered and listed with the California Department of Insurance, NOW,THEREFORE,we,the undersigned,as Principal, and Western Surety Company, 915 Wilshire Blvd., Suite 1650, Los Angeles, CA 90017 (name and address of Surety) as Surety,are held and firmly bound unto City in the penal sum of one million three hundred forty nine thousand three hundred forty seven &30/100 Dollars($ 1,349,347.30 ),this amount being not less than one hundred percent of the price set forth in the Contract,in lawful money of the United States,for the payment of which sum,well and truly to be made, we bind ourselves,our heirs,executors,administrators and successors,jointly and severally,firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT if the Principal shall promptly,fully and faithfully perform each and all of the covenants,obligations and things to be done and performed by the Principal in strict accordance with the terms of the Contract as said contract may be altered,amended or modified from time to time;and if the Principal shall indemnify and save harmless City and all of City's'officers, agents and employees(hereinafter collectively referred to as"Obligees")fromany and all losses,liability and damages, claims,judgments,stop notices,fees and costs of every description,whether imposed by law or in equity, which may be incurred by the Obligees by reason of the failure or default on the part of the Principal in the performance of any or all of the terms or the obligations of the Contract,including all alterations,amendments and modifications thereto,and any warranties or guarantees required thereunder,then this obligation shall be void;otherwise,it shall be and shall remain in full force and effect. Surety stipulates and agrees,for value received,that no adjustment of the time or price in the Contract or any alteration,change,deletion;addition or other modification to the Contract,or the work to be performed thereunder,shall in any way affect,limit,restrict,impair or release the obligations of the Surety under this Bond. Surety waives notice of any adjustment of contractor contract price,and any other alteration,change, deletion,addition or other modification to the Contract,or the worts to be performed thereunder,and agrees 15-4584/117174 Bond No. 30003635 Executed in Duplicate to automatically adjust the penal sum of this Bond to reflect such adjustments,alterations,changes, deletions,additions or other modifications. Surety agrees to provide written confirmation of such adjustments in the penal sum to City on not less than a quarterly basis. Surety also waives the provisions of Civil Code§§.2845 and 2849. The obligations of this Bond shall survive the completion of the work described in the Contract as to all obligations and liabilities of the Principal which survive completion of the work. IN WITNESS WHEREOF,each party represents and warrants that this instrument has been duly executed by Principal and Surety,on the data 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: April 20, 2017 ATTEST R.J. NOBLE COMPANY (Corporate Seal) (Principal Name) By-, X Name: STEVE END Title:SECRETARY ATTEST Western Surety Company (Corporate Seal) (Surety Name) By: N s eonard imins Signature of Attom -in-Fact for Sur (Attach Attomay-in-Fact Certificate) U 866-404-7926 (Area Code&Telephone Number for Surety) APPROVED AS TO FARIX_ By: s ¢�, ' `Michael E.Gates,City Attorney [ r Note: This bond must be executed in duplicate and dated,all signatures must be notarized,and evidence of the authority of any person signing as attomey-in-fact must be attached. PERFORMANCE BOND Parse 2 of 2 I5-4584/I 17174 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California ) County of ORANGE ) On 04/21/17 before me, J. DE IONGH, NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared STEVE MENDOZA Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the persons} whose name* is/ar-e- subscribed to the within instrument and acknowledged to me that he/she/they-executed the same in his/kw/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 pa J. DE IONGH ^` TCommission # 2128504 z Notary Public - California z z - ' Orange County n Signature _ My Comm.Expires Oct 28, 2019 f -Ignature f Notary Public J. DE IONGH Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Partner — ❑Limited ❑General ❑ Individual ❑Attorney in Fact ❑ Individual ❑Attorney in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: 02014 National Notary Association -www.NationaiNotary.org• 1-800-US NOTARY(1-800-876-6827) Item#5907 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 April 20, 2017 before me, Lauren Emily Bierman, A Notary Public (insert name and title of the officer) personally appeared Leonard Ziminsky, Attorney-in-Fact who proved to me on the basis of satisfactory evidence to be the person(s) whose name($) is/aHX subscribed to the within instrument and acknowledged to me that he/gue" executed the same in his/tea)*l air authorized capacity(ie*, and that by his/hayAhak signature(g) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. 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. 4�OF} . LAURERIEMILY BIER MAN N = COMM.#2097240 W w NOTARY PUBLIC-CALIFORNIA;U p� ORANGE COUNTY N Signature(I" (Seal) GWFu" MYCONIM.EXP.JAN15Z24 I Bond No. 30003635 Executed in Duplicate PAYMENT BOND (LABOR AND MATERIALS) KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS,City of Huntington Beach(hereafter referred to as"City")has awarded to R I NOR[E COMPANY 15905 E.LINCOLN AVENUE ORANGE CA 92865 (name and address of Contractor) (hereinafter referred to as"Principal"),a contract("Contract")for the work described as follows: ATLANTA AVE&INDIANAPOLIS AVE REHABILITATION PROJECT (Project Title) WHEREAS, Principal is required under the terms of the Contract and the California Civil Code to furnish a bond to secure the payment of claims of laborers,mechanics,materialmen,and other persons as provided by law, by a duly admitted surety insurer under the laws of the State.of California (hereinafter referred to as 'Surety");and Surety is certified and listed in the U.S. Department of the Treasury Circular 570, and has provided proof of sufficient bonding limitation, as shown in said circular to provide bonds in the amount required by said Contract;and Surety has provided financial strength ratings from reputable companies,such as from A.M.Best, Moody's or Standard&Poor's,to validate that Surety has positive ratings of being secure or stable:and Surety is registered and listed with the California Department of Insurance, NOW THEREFORE,we,the undersigned Principal,and Western Surety Company, 915 Wilshire Blvd., Suite 1650 Los Angeles, (name and address of Surety) as Surety, are held and firmly bound unto City in the penal sum of one million three hundred forty nine thousand three hundred forty seven&30/100 dollars($1,349,347.30 ),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 surn,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 respectto 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 attorney's fee In an amount fixed by the court. PAYMENT BOND Page 1 of 2 1 5-4584/1 1 73 57 Surety stipulates and agrees,for value received,that no change,extension of time,alteration, addition or modification to the terms of the Contract,or any contract document or any work to be performed thereunder,whether made after notice or not,shall in any way affect,impair or release the obligations of Surety under this bond. Surety hereby waives notice of any such change, extension of time,alteration,addition,or modification to the terms of the Contract,the contract documents or the work thereunder. Surety also waives the provisions of California Civil Code§§ 2845 and 2849. IN WITNESS WHEREOF,each party represents and warrants that this instrument has been duly executed by Principal and Surety,on the date set forth below;that the name of each corporate party being affixed hereto is such 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: April 20, 2017 ATTEST R.J.NOBLE COMPANY (Corporate Seal) (Principal Name) By:X Name: STEVE ND Title: SECRETARY ATTEST Western Surety Company (Corporate Seal) (Surety Name) By: N e: Leonard Zimins (Signature.of Attorn -m-Fact for Surety) (Aitach Attorney-an-Fact Certificate) 866-404-7926 (Area Code&Telephone Number for Surety) APPROVED ASTD1'ORM:, r� Midhael E.Gate�ty ttorney Note: Th/s bond must be executed in duplicate and dated,all signatures must be notarized,and evidence of the authority of any person signing as attomey-In-fact must be attached. PAYNIENT BOND Page 2 of 2 1 5-4594/11 735 7 I CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. i State of California ) County of ORANGE ) On 04/21/17 before me, J. DE IONGH, NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared STEVE MENDOZA Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the persons} whose names}is/are- subscribed to the within instrument and acknowledged to me that he/she/they-executed the same in his/her/theif authorized capacity(ies,and that by his/bw their signature(s}on the instrument the person(s); or the entity upon behalf of which the person(s)acted, executed the instrument. certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. - J, DE IONGH WITNESS my hand offici I s al. Commission #2128504 e - Notary Public - California z bOrange County Signature J My Comm. Expires Oct 28,2019 Signat of Notary Public J. DE IONGH Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑General ❑ Partner — ❑ Limited ❑General ❑ Individual ❑Attorney in Fact ❑ Individual ❑Attorney in Fact ❑Trustee ❑ Guardian or Conservator ❑Trustee ❑ Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: 02014 National Notary Association•www.NationalNotary.org- 1-800-US NOTARY(1-800-876-6827) Item#5907 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 April 20, 2017 before me, Lauren Emily Bierman, A Notary Public (insert name and title of the officer) personally appeared Leonard Ziminsky, Attorney-in-Fact who proved to me on the basis of satisfactory evidence to be the person(s) whose name() is/aRx subscribed to the within instrument and acknowledged to me that he/ghe" executed the same in his/harftek authorized capacity(ie*, and that by his/harAhak signature(%) 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 m hand and official seal. 4yFl�OF*"E•r LAURENEMILYBIERMAN COMM.#2097240 i0 _ NOTARY PUBLIC-MFORNIA X ORANGE COUNTY N MY COMM.EXP.JAN 15,2019 Signature (Seal) Western SuretyCompany 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 James Scott Salandi, Leonard Ziminsky,David Jacobson, Individually of Irvine,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 October,2016. WESTERN SURETY COMPANY ?F:.......o, yam' POA'.o =N�oo� grin= a ITN' ey sus£A*--Onµo �,„„„ aul T.Brnflat,Vice President State of South Dakota 1 3 ss County of Minnehaha On this 21st day of October,2016,before me personally came Paul T.Briflat,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 J.MOHR NOTARY PUBLIC June 23,2021 �p 60UTH DAKOTA� 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-everse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this i day of i8 pr,L . WESTERN SURETY COMPANY ?NWaj��P9Rgr°Sa (7)yi L.Nelson,Assistant Secretary Form F4280-1-2012 City of Huntington Beach 2000 Main Street ♦ Huntington Beach, CA92648 (714) 536-5227 ♦ www.huntingtonbeachca.gov `FFB17 jgp9 Office of the City Clerk Robin Estanislau, City Clerk May 26, 2017 R. J. Noble Company Attn: Kori Porter, Project Manager 15505 E. Lincoln Avenue P. O. Box 620 Orange, CA 92856 Re: Atlanta Ave. & Indianapolis Ave. Rehabilitation Project— CC-1539 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 th_e_prolect is completed but prior to the release of retention funds. In addition, the following item must also be on file, with this office before the City can release any retention funds: A warranty bond guaranteeing the final amount of work and materials for one year. If your performance bond does not include specific wording for a one-year warranty, then a rider or separate bond must be submitted. Should you have any questions or concerns regarding the enclosures or items that must be on file in this office prior to release of retention funds, please call the Public Works Department at 536-5517. Sincerely, 4q4ftU (�61 Robin Estanislau, CIVIC City Clerk RE:pe Enclosures: Copy of Contract including Proposal Copies of insurance/bonds Bid Bond (original) Sister Cities. Anjo, Japan ♦ Waitakere, New Zealand Dept. ID PW17-017 Page 1 of 2 Meeting Date:4/17/2017 CITY OF HUNTINGTON BEACH REQUEST FOR. CITY COUNCIL ACTION MEETING DATE: 4/17/2017 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: Accept the lowest responsive and responsible bid and authorize execution of a construction contract with the R.J. Noble Company in the amount of $1,349,347.30 for the Atlanta Avenue Rehabilitation and Indianapolis Avenue Rehabilitation Project, CC-1539 Statement of Issue: On March 28, 2017, bids were publically opened for the Atlanta Avenue Rehabilitation and Indianapolis Avenue Rehabilitation Project. City Council action is requested to award the construction contract to the R.J. Noble Company, the lowest responsive and responsible bidder. Financial Impact: Funding in the amount of $1,580,000 is included in the FY16-17 budget in the General Fund business unit 10040314 ($1,000,000) and in the FY16-17 Infrastructure Fund business unit 31490003 ($580,000). Recommended Action: A) Accept the lowest responsive and responsible base bid submitted by the R.J. Noble Company in the amount of$1,349,347.30; and, B) 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, or provide staff with alternative action. Analysis: The project will rehabilitate Atlanta Avenue (Newland Street to Magnolia Street) and Indianapolis Avenue (Newland Street to Magnolia Street). The segments of Atlanta Avenue and Indianapolis Avenue were last rehabilitated in early 1980's. Rehabilitation methods include grinding out and replacing failed asphalt concrete as well as standard overlay. Sewer manholes and water meter boxes and valves will be adjusted to grade. Areas of raised or settled curb, gutter and sidewalk will be replaced as necessary. The project is using a sustainable paving material which utilizes rubberized asphalt concrete (RAC) which contains crumb rubber derived from 100% California waste tire rubber. A two-inch layer of RAC uses over 2,000 waste tires per lane-mile. The project will divert more than 9,000 waste tires that would otherwise end up in a landfill. Including this project, the use of RAC in the rehabilitation Item 5. - I HB -26- Dept. ID PW17-017 Page 2 of 2 Meeting Date:4/17/2017 of the City's arterial streets has resulted in the diversion of over 305,000 waste tires. Reimbursement from the Cal Recycle Rubberized Asphalt Concrete (RAC) grant in the amount of $32,300 is anticipated. Bids were publicly opened on March 28, 2017, with the following results: BID AMOUNT BID AMOUNT BIDDER'S NAME (Amount Read at Bid Correction Total Contract Amount Opening and Basis of Award) The R.J. Noble Company $1,349,347.30 No Correction $1,349,347.30 All American Asphalt $1,421,157.90 No Correction $1,421,157.90 Hardy and Harper $1,444,000.00 No Correction $1,444,000.00 Excel Paving $1,459,994.05 No Correction $1,459,994.05 Sequel Contractors $1,496,405.00 No Correction $1,496,405.00 Griffith Company $1,692,850.00 $1,691,249.25 $1,691,249.25 Harry H. Joh Construction, Inc. $1,968,446.10 $1,931,038.10 $1,931,038.10 Future DB International $3,650,322.60 No Correction $3,650,322.60 The engineer's estimate for the project is $1,500,000. Staff recommends awarding a contract to the R.J. Noble Company in the amount of$1,349,347.30. The R.J. Noble Company has provided acceptable street rehabilitation construction in the past year including the Main Street (Garfield Ave. to Delaware St.); Talbert Avenue (Gothard St. to Newland St.) and Heil Avenue (Goldenwest St. to Edwards St.). The total project cost is estimated to be $1,580,000, which includes the construction contract, project management, construction contingency, and supplementals (soils and materials testing, construction support services by outside firms, and additional engineering support). Public Works Commission Action: The Public Works Commission reviewed and approved CC-1539 on January 18, 2017, with a vote of 5-0-2 (Carr and Stanford-absent). Environmental Status: The project is categorically exempt pursuant to Class 1, section 15031 c of the California Environmental Quality Act. Strategic Plan Goal: Enhance and maintain infrastructure Attachment(s): 1. Project Location Map xB -27- Item 5. - 2 �o 0 6 ~ BOLSA AVE /�G� O NTS Q V) 2 Mc FADDEN AVE. U z (A J EDING R AVE. z 0 � �` 1 cn 0 cHEILm Q o AVE. c) o w > N Q WAR ER � (If 3:: m AVE. z o w 2 SLATER o � AVE. 05 O TALBERT AVE. Fj PACIFIC ,o 9 ELLIS AVE. GARFIELD�v AV o cn C'p c�� YORKTOWN VE. (n ADAMS AVE. INDI NAPO IS /VE. PROJECT LOCATION 9�F = Of cf) TLAN A Q O1 Indianapolis Ave (Newland St to Magnolia St) 0 n AVE.N 2 O2 Atlanta Ave (Newland St to Magnolia St) m Q m HAMILTON z AVE. 0 < cy- a y�- BANNING OCEAN AVE. LEGEND ARTERIAL STREET LOCATIONS 09/29/16 FY 16/17 ARTERIAL REHABILITATION, CC- 1539 PROJECT LOCATION MAP FB CITY OF HUNTINGTON BEACH DEPARTMENT OF PUBLIC WORKS 1 OF 1 Item 5. - 3 HB -28- CITY OF HUNTINGTON BEACH PROJECT NAME: Arterial Rehabilitation of(1) Indianapolis Avenue (Newland-Magnolia) & Project#(CC #or MSC#): CC-1539 BID OPENING DATE: 3/28/2017 TIME & LOCATION: 2:PM Council Chambers FINAL RESULTS (RANKED BASED ON VERIFIED BID AMOUNT) BIDDER'S NAME FINAL APPARENT BID VERIFIED BID CORRECTED RANK AMOUNT AMOUNT DIFFERENCE All American Asphalt-Corona / 7 C'1c r EBS General Engineering, Inc-Corona _ Excel Paving- Long Beach r 6' C.i�Ccl _ 4 Griffith Company- Santa Fe Springs � 3 � ,Hardy and Harper, Inc.-Santa Ana Harry H. Joh Construction, Inc. - Paramount ( ' ,�✓ /C. _ 3 �. R.J. Noble Co-Orange L Sequel Contractors-Santa Fe Springs .: a cc} Shawnan-Downey _ Sully Miller- Brea _ Vido Samarzich, Inc. -Alta Loma _ ,"C G� PTS 07132016 Version 15 CC1539 V is 4 _ C- tV r r I a /17 NOTICE INVITING SEALED BIDS for the construction of ATLANTA AVENUE REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET AND INDIANAPOLIS AVENUE REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET CC NO. 1539 in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH, as AGENCY, invites sealed bids for the above stated projects and will receive such bids in the office of the City Clerk, Second Floor, 2000 Main Street, Huntington Beach, California 92648, up to the hour of 2:00 PM on Tuesday March 28, 2017. Bids will be publicly opened in the Council Chambers unless otherwise posted. On March 13, 2017, 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 $22.00 nonrefundable fee if picked up, or payment of a $47.00 nonrefundable fee if sent by UPS ground delivery (bidder shall pay additional costs for special delivery). On March 13, 2017, Plans, Specifications, and contract documents can be downloaded free on AGENCY website. http://www.huntinptonbeachea.gov/govemment/departments/public works/Bids/ Select: Current Advertised Projects 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 :I1 *2 CITY OF HUNTINGTON BEACH tau PUBLIC WORKS DEPARTMENT 2000 Main Street P . O Box 190 Huntington Beach , CA 92 64 8 LETTER OF TRANSMITTAL Fax (714) 374-1573 Attention: Robin Estanislau Date: March 2, 2017 To: City Clerk's Office ProjectlC.C. No.: CC No. 1539 2000 Main Street Regarding: ATLANTA AVENUE AND Huntington Beach, CA 92648 INDIANAPOLIS AVENUE REHABILITATION ® We are sending you: ❑ By Mail ❑ By Fax Mail(Number of pages including this sheet:) ❑ We are hand delivering: ❑ Attached ❑ Under a separate cover via the following items: ❑ Shop drawings ❑ Prints ❑ Plans ❑ Samples ❑ Specifications ❑ Copy of letter ❑ Change Order ❑ Other: Item# Copies Pages I Description 1 1 2 Notice Inviting Sealed Bids for ATLANTA AVENUE AND INDIANAPOLIS AVENUE REHABILITATION, PROJECT CC-1539 These are transmitted as checked below: ❑ For approval ❑ Approved as submitted ❑ Resubmit copies for approval ® For your action ❑ Approved as noted ❑ Submit copies for distribution ❑ As requested ❑ Returned for corrections ❑ Return corrected prints ❑ For review/comment ❑ Other: Remarks: Per Resolution No. 2016-58 (adopted on 9/6/16), the City Council authorized the advertisement of the above listed arterial rehabilitation project. Please find the attached Notice Inviting Sealed Bids for advertisement on 3/9/17, 3/16/17, and 3/23/17. The bid opening is scheduled for Tuesday, 3128/17 at 2:00 PM in the City Council Chambers. If you have any questions regarding the enclosed attachment, feel fr a to contact me at jwagner surfcit -hb.or or(714) 536-5467. cc: file B James Wagner,PE, enior CY Engineer accordance with provisions of the Business and Professions Code and shall possess a State Contractor's License Class A at the time of 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 location is the following street segments(1)Atlanta.Avenue from Newland Street to Magnolia Street and(2)Indianapolis Avenue from Newland Street to Magnolia Street. The street rehabilitation work will consist of grinding out and replacing the failed asphalt concrete with fiber reinforced asphalt concrete(FRAC); removal/installation of concrete curbs, gutters; cross gutters, sidewalks and access ramps; adjusting manholes, monitoring wells, survey monuments and water valve covers to grade; removing trees that have uplifted sidewalks or that are in decline; and installing new trees, traffic loops and striping. • The contract shall allow the Contractor 65 working days to complete the contract. • The Indianapolis Avenue segment shall be started first. Atlanta Avenue construction shall commence after substantial completion(as determined by AGENCY) of the Indianapolis Avenue project. Both segments shall be completed within the total allowable working days. • A non-mandatory(optional attendance)pre-bid meeting will be held on March 16, 2017 at 11:00 AM until 12:00 Noon at the Parking Lot located on the northwest corner of the intersection of Atlanta Avenue and Magnolia Street,Huntington Beach, CA 92646. • Plans, Specifications, and contract documents for this project will be available on March 13,2017 on the City's' Web site or for purchase at the City's' Public Works counter, 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 6th day of September 2016, by Resolution No. 2016-58. Attest: /s/Robin Estanislau CITY CLERK OF THE CITY OF HUNTINGTON BEACH City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For ATLANTA AVENUE REHABILITATION from Newland Street to Magnolia Street and INDIANAPOLIS AVENUE REHABILITATION from Newland Street to Magnolia Street CC No. 1539 in the CITY OF HUNTINGTON BEACH March 17, 2017 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) PROJECT BID SHEET—Section C Specification Book(2 Sheets attached to Addendum 1) Replace two pages entitled "Project Bid Sheets—pages C-2.6 and C-2.7"with "Project Bid Sheet—C-2.6 and C-2.7 Addendum 1" (2 sheets). Reason: Bid item "26-Remove Existing Multi-Trunk Australian Brush Cherry..."quantity was changed from 66 EA to 74 EA; Bid item "27-Furnish and Install New Heavenly Bamboo..." quantity was changed from 66 EA to 74 EA, and new Bid Item"30-Remove Existing Dead Purple Hop Seed..."quantity of 12 EA was added as an additional bid item. Bidders Shall Submit Section C With The Most Current Revised Bid Sheet. 2) PRE-BID SITE WALK, QUESTIONS AND ANSWERS-(2 Sheets attached to Addendum 1) Reason: Bidders who didn't attend can have this information for preparation of bid. 3) PLANS—ATLANTA AVENUE(NEWLAND AVENUE TO MAGNOLIA) (No sheets attached) a. On the Title Sheet (Sheet 1 of 4) insert the Revised Quantities for Construction Note 21- Remove Existing Multi-Trunk Australian Brush Cherry..." from 66 EA to 74 EA and for Construction Note 22-Furnish and Install New Heavenly Bamboo..."from 66 EA to 74 EA. Reason: Quantities changed to match revised Bid Sheet Insert New Construction Note 25- "REMOVE EXISTING DEAD PURPLE HOP SEED BEHIND SIDEWALK; GRIND STUMP AND ROOTS TO 24" BELOW TOP OF SIDEWALK/ GRADE WITHIN PROPOSED IMPROVEMENT AREA' and Quantity of 12 EA. Reason: New construction note and quantity added to match revised Bid Sheet. b. On the Last Sheet (Sheet 4 of 4) insert a circle (with "25" in the middle) to represent Construction Note 25 located between Sta. 58+25 and 62+01 on the south side. Reason: Remove Existing Dead Purple Hop Seed in this area. c. On Sheet 3 (Sheet 3 of 4) insert circle (with "21" in the middle) and another circle (with "22" in the middle) between sta. 52+92 and 53+60 on the south side. Reason: Remove 8 Australian Brush Cherry and Install 8 Heavenly Bamboo in this area. 4) SIGNING AND STRIPING PLANS—ADD PLANS—(4 Drawings Issued with Addendum 1) a. "Signing and Striping Plan, Atlanta Avenue from Newland St. to Magnolia St." b. "Signing and Striping Plan, Indianapolis Avenue from Newland St. to Magnolia St." Reason: These Signing and Striping plans shall be incorporated into the Project Plans. This is to acknowledge receipt and review of Addendum Number One, dated above. Company Name By Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. For Addendum questions, please call James Wagner at(714) 536-5467 within 24 hours of posting. Addendum 1, CC-1539, Replacement Page C-2.6 ATLANTA (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid Const Contract Unit -Extended No. No. Description Quantity Unit Price Amount REMOVE EXISTING MEDIAN PORTION AND CONSTRUCT NEW MEDIAN ISLAND PASSAGEWAY PER CALTRANS STD PLANS RSP A88A, RSP A88B, AND DETAIL ON SHEET 3. (INCLUDES 8-INCH CURB AND GUTTER PER HB STD PLAN 202, SIDEWALK AREA BETWEEN CURB 23 18 AND PASSAGEWAY PER HB STD 1 LS $ $ PLAN 207, OVER EXCAVATION OR FILL FOR CHANGES IN GRADE, RELOCATING IRRIGATION TO BACK OF NEW WALK, RETURNING LANDSCAPING TO PRE- CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) INSTALL TRUNCATED DOMES TO EXISTING CURB ACCESS RAMP AS REQUIRED PER CALTRANS STD. 24 19 PLAN RSP A88A AND 2 EA $ $ SPECIFICATIONS SECTION 303- 5.5.5.1. FURNISH AND PLANT NEW 24" BOX MULTI-TRUNK EASTERN RED BUD PER HB STD. PLANS 714, 715, 716, 718 & 719 AS SHOWN ON PLANS. CITY STREET TREE SUPERVISOR OR THE AGENCY'S REPRESENTATIVE 25 20 SHALL DETERMINE TREE LOCATION. 12 EA $ $ (ITEM INCLUDES PROTECTING EXISTING IRRIGATION, CLEARING AND GRUBBING OF HEDGES WITHIN 5-FEET EITHER DIRECTION OF NEW TREE MEASURED FROM CENTER OF TREE). REMOVE.EXISTING MULTI-TRUNK AUSTRALIAN BRUSH CHERRY (SYZYGIUM PANICULATUM) BEHIND 26 21 SIDEWALK; GRIND STUMP AND 74 EA $ $ ROOTS TO 24" BELOW TOP OF SIDEWALK/GRADE WITHIN PROPOSED IMPROVEMENT AREA. C-2.6 Addendum 1, CC-1539 Addendum 1, CC-1539, Replacement Page C-2.7 ATLANTA (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount FURNISH AND INSTALL NEW HEAVENLY BAMBOO (NANDINA)AT 27 22 10-FEET ON CENTER BEHIND 74 EA $ $ SIDEWALK. ADJUST OCSD MANHOLE TO GRADE PER OCSD STD. PLAN S-053, S-054 28 23 AND S-055. CONTRACTOR TO 1 EA $ $ COORDINATE WITH MIKE BOLSTER AT (714) 593-7645. REMOVE AND RECONSTRUCT DEEPENED CURB AND GUTTER PER HB STD PLAN 202(B) (CF=8"). 29 24 (INCLUDES SLOT PAVEMENT, 110 LF $ $ AGGREGATE BASE, LOT DRAINS, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE EXISTING DEAD PURPLE HOP SEED BEHIND SIDEWALK; 30 25 GRIND STUMP AND ROOTS TO 24" 12 EA $ $ BELOW TOP OF SIDEWALK/GRADE WITHIN PROPOSED IMPROVEMENT AREA. Total Amount Bid in Figures: $ Total Amount Bid in Words: .. C-2.7 Addendum 1, CC-1539 City of Huntington Beach Pre- Bid Site Walk, Date 03-16-17, 11:15 AM at corner of Atlanta Ave. and Magnolia Ave. Atlanta Avenue Rehabilitation from Newland Street to Magnolia Street,CC No. 1539 1. Question: Please clarify the limits of Construction Note#1 for both Atlanta Avenue and Indianapolis Avenue: (Construction Note#1 for both projects) REMOVE AND RECONSTRUCT CURB ACCESS RAMP,DEPRESSED CURB,AND GUTTER PER CALTRANS STD PLAN RSP A88A FROM BCR TO ECR.(CASE SHOWN ON PLAN).(INCLUDES ALL APPURTENANCES,CURB GUTTER, DEPRESSED CURB,AND SIDEWALK,DOMES,RETAINING CURB,SLOT PAVEMENT,AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) Answer. construction for the access ramps also includes adjoining sidewalk area between ECR to BCR and the amount of concrete sidewalk between ECR to BCR is included as part of the Curb Ramp item. 2. Question: What is the depth and width of tree stump&root removal for both Atlanta Avenue and Indianapolis Avenue? Answer. (Construction Note for both projects) REMOVE EXISTING TREE AND ROOTS; GRIND TREE STUMP AND ROOTS TO 24" BELOW TOP OF SIDEWALK/GRADE. PULL OUT ALL ROOTS WITHIN PROPOSED IMPROVEMENTS. 3. Question: What traffic control is required? Answer. Please refer to Contract Documents Specification and Standard Drawing Section 7-10.2 Work Area Traffic Control Page E-13 4. Question: How much time is the contractor allowed between the demolition of the sidewalks/access ramps and the placement of new concrete for Atlanta Avenue Construction Note#18? (Atlanta Avenue Construction Note#18) REMOVE EXISTING MEDIAN PORTION AND CONSTRUCT NEW MEDIAN ISLAND PASSAGEWAY PER CALTRANS STD PLANS RSP A88A,RSP A88B,AND DETAIL ON SHEET 3.(INCLUDES 8-INCH CURB AND GUTTER PER HB STD PLAN 202, SIDEWALK AREA BETWEEN CURB AND PASSAGEWAY PER HB STD PLAN 207,OVER EXCAVATION OR FILL FOR CHANGES IN GRADE, RELOCATING IRRIGATION TO BACK OF NEW WALK,RETURNING LANDSCAPING TO PRE-CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE. Answer. Please refer to Contract Documents Specification and Standard Drawing Section 6-1 Construction Schedule and Commencement of Work Page E-13 5. Question: What is the condition of the multi-trunk Australian Brush Cherry species referred to in Construction Note 21 for Atlanta Avenue? (Construction note#21) REMOVE EXISTING MULTI-TRUNK AUSTRALIAN BRUSH CHERRY(SYZYGIUM PANICULATUM)BEHIND SIDEWALK; GRIND STUMP AND ROOTS TO 24"BELOW TOP OF SIDEWALK/GRADE WITHIN PROPOSED IMPROVEMENT AREA. Answer. The existing multi-trunk Australian Brush Cherry shrub screen to be removed along Atlanta Avenue has Not been maintained at a typical shrub height. Page 1 of 2 Addendum 1,CC-1539 City of Huntington Beach Pre- Bid Site Walk, Date 03-16.17, 11:15 AM at corner of Atlanta Ave. and Magnolia Ave. Atlanta Avenue Rehabilitation from Newland Street to Magnolia Street, CC No. 1539 What Construction Notes are being revised in Addendum 1 for Atlanta Avenue? There are (8) additional multi-trunk Australian Brush Cherry shrubs (1 of them is an oleander shrub that will be paid at the unit price for Brush Cherry) to be added to the (66) for a total of 74 along Atlanta Avenue. There are (12) Purple Hop Seed brush to be added for removal along Atlanta Avenue. Page 2 of 2 Addendum 1,CC-1539 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For ATLANTA AVENUE REHABILITATION from Newland Street to Magnolia Street and INDIANAPOLIS AVENUE REHABILITATION from Newland Street to Magnolia Street CC No. 1539 in the CITY OF HUNTINGTON BEACH March 17, 2017 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) PROJECT BID SHEET—Section C Specification Book (2 Sheets attached to Addendum 1) Replace two pages entitled "Project Bid Sheets—pages C-2.6 and C-27' with "Project Bid Sheet—C-2.6 and C-2.7 Addendum 1" (2 sheets). Reason: Bid item "26-Remove Existing Multi-Trunk Australian Brush Cherry..." quantity was changed from 66 EA to 74 EA; Bid item "27-Furnish and Install New Heavenly Bamboo..." quantity was changed from 66 EA to 74 EA, and new Bid Item "30-Remove Existing Dead Purple Hop Seed..." quantity of 12 EA was added as an additional bid item. Bidders Shall Submit Section C With The Most Current Revised Bid Sheet. 2) PRE-BID SITE WALK, QUESTIONS AND ANSWERS-(2 Sheets attached to Addendum 1) Reason: Bidders who didn't attend can have this information for preparation of bid. 3) PLANS—ATLANTA AVENUE (NEWLAND AVENUE TO MAGNOLIA) (No sheets attached) a. On the Title Sheet (Sheet 1 of 4) insert the Revised Quantities for Construction Note 21- Remove Existing Multi-Trunk Australian Brush Cherry..." from 66 EA to 74 EA and for Construction Note 22-Furnish and Install New Heavenly Bamboo..." from 66 EA to 74 EA. Reason: Quantities changed to match revised Bid Sheet Insert New Construction Note 25- "REMOVE EXISTING DEAD PURPLE HOP SEED BEHIND SIDEWALK; GRIND STUMP AND ROOTS TO 24" BELOW TOP OF SIDEWALK / GRADE WITHIN PROPOSED IMPROVEMENT AREA' and Quantity of 12 EA. Reason: New construction note and quantity added to match revised Bid Sheet. b. On the Last Sheet (Sheet 4 of 4) insert a circle (with "25" in the middle) to represent Construction Note 25 located between Sta. 58+25 and 62+01 on the south side. Reason: Remove Existing Dead Purple Hop Seed in this area. c. On Sheet 3 (Sheet 3 of 4) insert circle (with "21" in the middle) and another circle (with "22" in the middle) between sta. 52+92 and 53+60 on the south side. Reason: Remove 8 Australian Brush Cherry and Install 8 Heavenly Bamboo in this area. 4) SIGNING AND STRIPING PLANS—ADD PLANS—(4 Drawings Issued with Addendum 1) a. "Signing and Striping Plan, Atlanta Avenue from Newland St. to Magnolia St." b. "Signing and Striping Plan, Indianapolis Avenue from Newland St. to Magnolia St." Reason: These Signing and Striping plans shall be incorporated into the Project Plans. This is to acknowledge receipt and review of Addendum Number One, dated above. Company Name By Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. For Addendum questions, please call James Wagner at (714) 536-5467 within 24 hours of posting. Addendum 1, CC-1539, Replacement Page C-2.6 ATLANTA (NEWLAND TO MAGNOLIA) PROJECT BID SHEET id Const Contract Unit Extended No. No. Description Quantity Unit Price Amount REMOVE EXISTING MEDIAN PORTION AND CONSTRUCT NEW MEDIAN ISLAND PASSAGEWAY PER CALTRANS STD PLANS RSP A88A, RSP A88B, AND DETAIL ON SHEET 3. (INCLUDES 8-INCH CURB AND GUTTER PER HB STD PLAN 202, SIDEWALK AREA BETWEEN CURB 23 18 AND PASSAGEWAY PER HB STD 1 LS $ $ PLAN 207, OVER EXCAVATION OR FILL FOR CHANGES IN GRADE, RELOCATING IRRIGATION TO BACK OF NEW WALK, RETURNING LANDSCAPING TO PRE- CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) INSTALL TRUNCATED DOMES TO EXISTING CURB ACCESS RAMP AS REQUIRED PER CALTRANS STD. 24 19 PLAN RSP A88A AND 2 EA $ $ SPECIFICATIONS SECTION 303- 5.5.5.1. FURNISH AND PLANT NEW 24" BOX MULTI-TRUNK EASTERN RED BUD PER HB STD. PLANS 714, 715, 716, 718 & 719 AS SHOWN ON PLANS. CITY STREET TREE SUPERVISOR OR THE AGENCY'S REPRESENTATIVE 25 20 SHALL DETERMINE TREE LOCATION. 12 EA $ $ (ITEM INCLUDES PROTECTING EXISTING IRRIGATION, CLEARING AND GRUBBING OF HEDGES WITHIN 5-FEET EITHER DIRECTION OF NEW TREE MEASURED FROM CENTER OF TREE). REMOVE EXISTING MULTI-TRUNK AUSTRALIAN BRUSH CHERRY (SYZYGIUM PANICULATUM) BEHIND 26 21 SIDEWALK; GRIND STUMP AND 74 EA $ $ ROOTS TO 24" BELOW TOP OF SIDEWALK/GRADE WITHIN PROPOSED IMPROVEMENT AREA. C-2.6 Addendum 1, CC-1539 Addendum 1, CC-1539, Replacement Page C-2.7 ATLANTA (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount FURNISH AND INSTALL NEW HEAVENLY BAMBOO (NANDINA)AT 27 22 10-FEET ON CENTER BEHIND 74 EA $ $ SIDEWALK. ADJUST OCSD MANHOLE TO GRADE PER OCSD STD. PLAN S-053, S-054 28 23 AND S-055. CONTRACTOR TO 1 EA $ $ COORDINATE WITH MIKE BOLSTER AT (714) 593-7645. REMOVE AND RECONSTRUCT DEEPENED CURB AND GUTTER PER HB STD PLAN 202(B) (CF=8"). 29 24 (INCLUDES SLOT PAVEMENT, 110 LF $ $ AGGREGATE BASE, LOT DRAINS, AND ALL ITEMS NECESSARY TO REMOVE EXISTINGPURPLE HOP SEED BEHIND SIDEWALK; GRIND 30 25 STUMP AND ROOTS TO 24" BELOW 12 EA $ $ TOP OF SIDEWALK/GRADE WITHIN PROPOSED IMPROVEMENT AREA. Total Amount Bid in Figures: $ Total Amount Bid in Words: .......................................... C-2.7 Addendum 1, CC-1539 City of Huntington Beach Pre- Bid Site Walk, Date 03-16-17, 11:15 AM at corner of Atlanta Ave. and Magnolia Ave. Atlanta Avenue Rehabilitation from Newland Street to Magnolia Street, CC No. 1539 1. Question: Please clarify the limits of Construction Note#1 for both Atlanta Avenue and Indianapolis Avenue: (Construction Note#1 for both projects) REMOVE AND RECONSTRUCT CURB ACCESS RAMP, DEPRESSED CURB,AND GUTTER PER CALTRANS STD PLAN RSP A88A FROM BCR TO ECR.(CASE SHOWN ON PLAN).(INCLUDES ALL APPURTENANCES,CURB GUTTER, DEPRESSED CURB,AND SIDEWALK,DOMES,RETAINING CURB,SLOT PAVEMENT,AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) Answer: construction for the access ramps also includes adjoining sidewalk area between ECR to BCR and the amount of concrete sidewalk between ECR to BCR is included as part of the Curb Ramp item. 2. Question: What is the depth and width of tree stump & root removal for both Atlanta Avenue and Indianapolis Avenue? Answer. (Construction Note for both projects) REMOVE EXISTING TREE AND ROOTS; GRIND TREE STUMP AND ROOTS TO 24" BELOW TOP OF SIDEWALK/GRADE. PULL OUT ALL ROOTS WITHIN PROPOSED IMPROVEMENTS. 3. Question: What traffic control is required? Answer: Please refer to Contract Documents Specification and Standard Drawing Section 7-10.2 Work Area Traffic Control Page E-13 4. Question: How much time is the contractor allowed between the demolition of the sidewalks/access ramps and the placement of new concrete for Atlanta Avenue Construction Note#18? (Atlanta Avenue Construction Note#18) REMOVE EXISTING MEDIAN PORTION AND CONSTRUCT NEW MEDIAN ISLAND PASSAGEWAY PER CALTRANS STD PLANS RSP A88A,RSP A88B,AND DETAIL ON SHEET 3.(INCLUDES 8-INCH CURB AND GUTTER PER HB STD PLAN 202, SIDEWALK AREA BETWEEN CURB AND PASSAGEWAY PER HB STD PLAN 207,OVER EXCAVATION OR FILL FOR CHANGES IN GRADE, RELOCATING IRRIGATION TO BACK OF NEW WALK,RETURNING LANDSCAPING TO PRE-CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE. Answer; Please refer to Contract Documents Specification and Standard Drawing Section 6-1 Construction Schedule and Commencement of Work Page E-13 5. Question: What is the condition of the multi-trunk Australian Brush Cherry species referred to in Construction Note 21 for Atlanta Avenue? (Construction note#21) REMOVE EXISTING MULTI-TRUNK AUSTRALIAN BRUSH CHERRY(SYZYGIUM PANICULATUM) BEHIND SIDEWALK; GRIND STUMP AND ROOTS TO 24"BELOW TOP OF SIDEWALK/GRADE WITHIN PROPOSED IMPROVEMENT AREA. Answer: The existing multi-trunk Australian Brush Cherry shrub screen to be removed along Atlanta Avenue has Not been maintained at a typical shrub height. Page 1 of 2 Addendum 1,CC-1539 City of Huntington Beach Pre- Bid Site Walk, Date 03-16-17, 11:15 AM at corner of Atlanta Ave. and Magnolia Ave. Atlanta Avenue Rehabilitation from Newland Street to Magnolia Street, CC No. 1539 What Construction Notes are being revised in Addendum 1 for Atlanta Avenue? There are (8) additional multi-trunk Australian Brush Cherry shrubs (1 of them is an oleander shrub that will be paid at the unit price for Brush Cherry) to be added to the (66) for a total of 74 along Atlanta Avenue. There are (12) Purple Hop Seed brush to be added for removal along Atlanta Avenue. Page 2 of 2 Addendum 1,CC-1539 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER TWO For ATLANTA AVENUE REHABILITATION from Newland Street to Magnolia Street and INDIANAPOLIS AVENUE REHABILITATION from Newland Street to Magnolia Street CC No. 1539 in the CITY OF HUNTINGTON BEACH March 21, 2017 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) SPECIFICATION BOOK—Appendix A through and including F (38 Sheets attached to Addendum 2)Add Appendices A through F to Specification Book. Reason: Appendices A through F were not included with the initial documents APPENDIX A DOWNLOAD PUBLIC WORKS STANDARDS, TRUCK ROUTE, TRASH PICK UP, STREET SWEEPING SCHEDULE, AND TEMPORARY WATER METER 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 This is to acknowledge receipt and review of Addendum Number One, dated above. Company Name By Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. For Addendum questions, please call James Wagner at (714) 536-5467 within 24 hours of posting. APPENDIX A DOWNLOAD PUBLIC WORKS STANDARDS http://www.huntingtonbeachca.gov/Government/Departments/Public_Works then Select the STANDARD PLANS 2008 and WATER STANDARD PLANS DOWNLOAD TRUCK ROUTE http://www.huntingtonbeachca.gov/files/users/public_works/development_services/Truc k%20Route%20Map.pdf DOWNLOAD TRASH PICK UP SCHEDULE http://www.huntingtonbeachca.gov/files/users/public—works/hb—rainbow—collection—sche dule_map.pdf DOWNLOAD STREET SWEEPING SCHEDULE http://www.huntingtonbeachca.gov/files/users/public_works/Streetsweepers2.pdf DOWNLOAD TEMPORARY WATER METER FOR CONSTRUCTION http://www.huntingtonbeachca.gov/businessllicense_permit_codes/temporary-water- meter-info.cfm APPENDIX B DOWNLOAD ADDITIONAL COPIES OF PLANS & SPECS http://www.huntingtonbeachca.gov/Government/Departments/Public_Works/Bids/ then click on "Current Advertised Projects" APPENDIX C DOWNLOAD REGIONAL WATER QUALITY CONTROL BOARD PERMITS GENERAL CONSTRUCTION PERMIT INCLUDING FACT SHEET- ORDER 2009- 0009-DWQ , NPDES CAS000002 hftp://Www.swrcb.ca.gov/water issues/programs/stormwater/constpermits.shtmlhttp: w.swrcb.ca.gov/Water issues/programs/stormwater/constpermits.shtml_ WASTE DISCHARGE REQUIREMENT FOR INSIGNIFICANT (DE MINIMUS ) THREAT TO WATER QUALITY- ORDER R8 -2015 - 0004 AMENDING R8 -2009 - 0030 , NPDES CAG998001 hftp:/hvww.waterboards.ca.gov/santaana/board decisions/adopted orders/orders/2015 or ders.shtml MS4 (MUNICIPAL SEPARATE STORM SEWER SYSTEM) ORDER R8 -2009 -0030 , NPDES CAS618030 hftp://Www.waterboards.ca.gov/santaana/board decisions/adopted orders/orders/2009 o rders.shtml APPENDIX D SAMPLE CITY BUSINESS LICENSE APPLICATION CD _r_ C r - >+-0 C m 0 a) E m c—) E Y N O L c m C) I T a) > Y O cu D U — v U a) >, Q O O p — L Y L a) Q • , (A o cY m (A 0 = dt, _ m co c0i i ° v°i `o m `� � a (n o V o ,°m_ D ui -n - a) mo o, ° � � = 0L � � � ° per — _0 " — (D a) U O 0 C o a) L a) M ° >+ N 6 C -0 Y 0 0 a) 0 0 (a N Y 3 O I` o �a L 3 0 CO >, cn O 'in 0 a) cn �' o °U a) Qc Oc �'~ M O � c ~_ ° � U) E a) ._ OO cr = 0 CS O C M L 0 U L U a) a) i .� C m O c a) C_ m L NCp V (A >1 > N0 I pv 000c � a) 00 a) o - � ` o }) U • I o a coN -0 co a) — Lo � `* `� O C) my C >, m cv I c (a O Y U d p O N a)CD `- :m N _0 '> O m O O cn ° ►+ N = a) C I a) CO p -- •N -o CD ° y m - W L C U M C y U m ° m O cA C - a) `- cl • Q ° m ai a) d 0) His Cr CL I 0 Q c aa) a) a) aci rn 0 . CcD c E � > 0 4) ,— cU mr a) w — U •cam m m m `- m cn m O rn my ° 4 10 m � � m a) O (nn Q- > O I 0 O 0 0 0 = � c'�i � � cY � ° 0Nw — i° ,, 0V > I m � Oma) > 0 � a) 3 da>> U > N tea) c +. m U a) = a) ca LO O = E ca O c0 c O O U > 0 m 0 = � � c � ' o o O Z `nCY U vo co m � U � � ai 6 oo cxa nN U °, � o m U o Cc a? LO N C O C. 0 m d m N p O +' F- cn ` .� 7 m 0 L U C cn C 0 m .cu N c to a C_ U N p Iv d 0 o d CUM a) -0 N Ln U J ° U c) O N (0 L) 7 0 3 m a) Cl) m c O a) M a) N i "O C ` 0 .0 = to ui co C) C a) N O 0 O= CD cn _ CQ V O i L cC0 �VF L 0� G1 N O _U( O c0 •- a) O .�F • �+ •� E Ln O L Y •� U E U Q i R E •L V Q N Y L i�. �l C N V m OM c� L o N U fl. L X �^C m m @ a) m a) .� � am E �.N 0o a..... a) �j 7 U � Ud ULn2 IL U c) a)� o a) O_ m � N (A E 2 now. u. a) > �- J O CD Ca 4 a) a) L m T'� cm x M c a) L L L L L L .0 cn O 0 m C L o m 0 m 0 C_ (0 m p <n O N U U U U U U c - C C O m m Cn E O « . Oc >' E00Lo c � ° µ- mcoca mmm p != OOC c0L } UC .4+ ~"' a) � �_ ca U i a) CA p a) 0 a) a) 0 a) m E L > >' a) a) N O _ � a) O U O U m ° — C 0 0 0 Co 0 0 T N a) L cn • m N m O m Y y c E m cn � T cn m O U cn a) cn v cM N Cq M v C_ U O C T E E cn L U U N D O + N N Y U C Y O L p O m ei>ER Ef> Ef3 ffl EA O O a) Q) O C C _ 3 U M 0 • E a) •� m �' a) C •� • U 0 0 E m • C C Com O a) "O m m Ln c — >- a) E x o �, Q m -oa > � C_ m wC_ oa) a) a) ' 0 O t0n — U L ` U m cn C a) o `— � _U N U S L tZ L 0 .� m m O Cn m a) a) L Q) is U m m Y C • � J m2 L c S cLi c m m � C cn U .>_ c "' c N o • ' CO ° U T o m e O C N ' t� � •N Q N o c O O a) L O • Mn E N O u°) m >o cn U m .� L • Y L N L M E ca U ti O C 7 a) m V m E U N — Ua a) cn N C a) M t m 0 0c0 L •� U U 0 c Eo E a) m C m 0 — Q i 7 a) cn = cn (n N 0 m — C 0 C Y E ° O U C p C O > a) a) j Ln T m n a) N 'U1 '— ` �— a) � m c E i!i O N U) C O ° (0 • E 'Q �L U m U 3 CA 0 (6 C U U p m a) iri a) p a) N L M C_ m U U cn > m a) C m L a) C m L 0 v a) c to c OT a) y C) V U a) uEli V) °) m N O � Q m N • C C C 0 N2 a) Y O 'C = OL O Q U CC) LnC C "T • C a) T .• poo E o � 3 U c E cu E ai � N � aa)i a) cL) � • o a°) � m p m ca L Cm rnE _ • cn Ln -0 t � c m = � ca) Ea) c a) O = >,C a) o ui E ti -o w > a) N «- cn — L c c ° 0 C .E — U :C U p C •+- a) �}Q (a N ca in ° o p N E m cn +% "' 02 O N ca o a) Cc � o m o m E m >,� iao 0 1 LNn 0 0 a) E �U • N 3 � � � Co 0 cc E CO L U m 0 0 Qo0 a°i 0 aa)) N � 2 E aYv _0 ^ � o E � o � aci �a � 0 � o � � � o li mNd m cOC) ln H fl- a) o cn64 Q Q 2 m (n > L Q T._ = U mY N m c � 0 � o a) W o m -0 0 X m 3 c c) ui a) o a) m c' E � 0 - O (Na 3 C v O O x O O rn O C m -a o a) C •U .0 Q o O m >' N ) cm _ :3 � cn U 00 C- Uy u°)i m Nam_ u°)i aNi � � 0 m °) - o (� ° a) Y p m m 0 m (a C C -0 o c m � •� 0 C tom ^ca ;cnMA a) = Oo Nccn� 0 n= m -00 pU73 L (n a) rno — c cCD Z L a) Y Y ai o ca L Ufa) � W -0 O � ->, a) cn cl cn p c � ° 0 -0 0 ai m — C m m N .O c i! c -N c m � O N (D W m a) O a) `- c ° a a) ° N L 00 m W a) N a) Y m o > O 0 L cn cn L N cl C a m U 'a) O O Q) L N E O i 0 N 0 V m 'm 0) Ni :R2mm � ca) Nc Cn- ' � L o - aY 0a) a) E E m C a) C Ln N +� C m e m CA U "O i J o � =_ = •� � L� L c c c c � 'N m ; cn c c E a) a) o o L cn E T O _ � o3 c a � (D (D CD ai Q� �, - m m ui � a) E Eo L o _c o- aa)) y � coo a) N 0 m y c c C O Ui '� U 'o m .- a? m ° O T o a cq a. N ° L U - a) o -0 a) L CA a) V J -Y°— T a) m J c C i Co , c (D co c m c cn O L m m a) cn m L E "-' L m cn "J Z E cp cn ca can cn C 0 =a) 0 cmm U • ° U) C N T O - c = ~ m a) o- L .� p - �`. a) p ° L N C ui 0 o 'Y -a a) T c c 7 - a) m m p U U ? .0 to 0 N C m m 3 m Co ° 0 L a) Cl) <. C ✓ a) w„"_ m .O C cn m ._ O O) O L ._ .c co rn -C w L m cn L a) L L 0 CA U L C o cn Y C C U •� m > m :� Y N C_ ca j O m a) ,L —_ C_ N U p L 3 Y U E Co � -0o c: O ` L > Cl) L cMn o m C_ C N m = U m m ' 2 T p > C Y Q 0 C �i +L a) 'n L w- 0 m N C a) U ° -0 m *- ca L U a) O c in m U a) c >, O N N to C O ° Y O m L E (0 f— 0 O C.— a) Y C Q C `p YO O O C J 0i Q L C ` cn C C C m a) m U a) a) U a) m cu 0 N C r" O m > � Y "" CF) • O U L 7 _ a) 0 O L O 0 a) C_ - .U_ C- L ` V C-Y 'n m C i "O 'Ln co .� T C cn U) c m E C — T m L E to Y C a) C m E m m E � m o '7 7 a) N LO a) 0-c U N L a) N O » 0)'tn 70 c U a) O C C O a) � O 0- ° U a) m a) O ° E E i a) U .' Ln Ln 7 U .c () Y 0 m c C a) Q 9 IL L CO L U L U Q . U m a) E E � cn mcfl z m m C_= m crm in c 0 � 4_ m wr > 0 tT _ — Soo- oi- 0 a) MM 3 0 mn :° , E > > > > > s a r; u M 0 E = a O ,� o 0 uu am V o co c� �o `" M LL o O � J 0 NLnQ .-1 0 -a N OC---tt /^1' 3 o _ 4- CD 0 � N C fu x �, _ � LL = U Z +' N O 70 L Y += Lo M O O N (O O c- c c U U p O y _ p O O .0 c- � 00 00 �- (f) 00 O ti O I- • O C R C (� -6 O L > +� 7 «� > O N 00 V N ti O ti M N O N t L 00 U') 00 Ul) Lo N Cl) t() M (f) LC) CM Q.\N � m OL a L O a) E `' L U m M O N c, L6 N M 6 to to C O C N C 0o o- ~ N O (D O > c -D O O O M ti ao (D co (n N N to c '(� I O (o U = o N 0 a) _ > E Q O 00 c M L U a) p CD CD • 7 ct V O O CO O (O V a) L O � C 7 ti (D ui W e r O O CO O O (6 CA coN :� M O O OU O a) 4) .- L Y a) (a C v M 00 00 00 O v v ti r � = .0 a) N O M N r N N 06 a) N 'N n . N O m = N � C O to O QQL N w• c q OY OO (D E a — U (6 cu a( L O a) � o U- w (� o _ c - m 3C • N c is a) o � � C° Em NcL � YU `= moo Uy � '� CT-_ • m (D U n aci � U) c c ow o c c � 3 aZi o a o � � � N � c � E L) (U N °) o o c • m rna Ia) mCD -0U rn U) � U � (n tZ o p in a) o QWU Cn W a) > o 0 0 C C O O } m (a (a O W = a) C O N O L 7 a y O Q m N C 0 — L C N N Cl w a) L (a O 7 x m O to to • a) E U U m o U N N (a t i s YO N � Q) Q' > C O +r m Ca N U `- U C ` _ Q U) C a) t:! p c • oa) � m 73 � CD cn030 c..) o `0 wp ° p0E m �) � E o co o a) a U rn xE � .«- E � � L m i- L U m c 2m 2UUk CAW cn U .� 3 (/) N (n �� rn }? (Ea E c c Q c o c I ( 1 ( - m m U c� c°� c� w I� o in) n N a) po La) a) c QU � QOQ) NT wV CN) w(a > a) u a) o a) m C a � c N c } , • O O a O Il O �. a)6 LYU L Q'N Co C N t6 U c N E >+ E c)c p a) 0) N N � U 7 <a c a) Q.E = ui C E N Q C W .� sZ U p O _ (a U L ca Ec m4) C: 0CD coo � o � E V 4)) � .� a) E0a) > >p c °) y � aa)) ma) 0_ 0 -0 o o •N c � � m c � c0Q � � ji3O i m mU c > °' E c aa)) o m > � NIA n� o � ui a �_ a� 0 E � c �6g � � � L 3 L `� a, E �) ^, oU :- � \'• •� O O N a) a) X a] Y N L > L c . O N ( O O to W Y U p J d (a a1 L ;F a) .c a) a) c aJ 'O a) Ca = Cl) >• C to N C C U) Y to (D Y Y N 3 3 a) o U O O a) m C N c E �° >i c `� rn • � •� c 0 = o (aY C c 3 uoi mo o w, c � m a E M ( TO +0+ �' o m � U .c a) >. E cc c U E Y L (V co a) O <n O (a V L cu C N O N p � (a G N E •G Z J m 0) O p U 0 -0 a) L Y N 0 to J O U O � p O C c c C O +� Q :. O C m e d m 1° c vi N U)) 6 U �. 4 a) - p j •v-) �' � � � � � m c � 0 � a) N c= c)cli c c = N44) oa) � cL) � � mm mE (ao (u 4) o � La) (a >, la` J � � oNcCY u) y cn <aUo Ec a) NEo -CCa - Z oo c o C3 >, cn c E cc COnu, � a`D) >, c ? y .°1 >'a) Ca) a) a) (6 � cc >'� � (° aco `n � cona) a) c � 2m n QUm 0 ai x a) O c a) (U 3 � y Ca .� Y � o Q - Z tOA `m aciL C � � c o -0) c � Y cN � awZ m c � - i� o pN �cO u � c E °c: (D •a � o co C o c ^ cCca W � 0 a)� c c E Z Cn 3 `n 3 <n >, Cc m E asi � '� n Z Co � � 0 o 0 s o - zz o O () a) o _ a) O � O Ca o m Ca t .. � - o � , r, CITY OF HUNTINGTON BEACH .: FINANCE DEPARTMENT—BUSINESS LICENSE P. O. Box 190-2000 Main Street, Huntington Beach, CA 92648-2702 Phone(714) 536-5267—Fax(714) 536-5934—www.surfcity-hb.org APPLICATION FOR BUSINESS LICENSE l Kr..zt „ , Name of Business(DBA) Name of Corporation (attach list of officers) Owner(s)or Principal(s) Title Title Contact Person Title Business Address Mailing Address Web Site E-mail Address Business Phone Fax Type of Ownership: Social Security# Type of Ownership: Federal Tax ID# State Tax ID# El Sole Proprietor ❑ Partnership ❑ Corporation Date Business Started in Huntington Beach #Employees(include self Full-time Part-time(FTE) SIC# per latest tax filing): Detailed Description of Business Activity Located in a BID? BID tEE11 Area (sq ft) BID Type Discharge into Stormdrain? NPDES Permit# ElYes ElNo El12 ❑Yes ❑ No Description of Products Sold Do you collect sales tax?El Yes El No Seller's Permit(Resale#) Business Vehicles Used in the City? Under 1 ton 1-3 tons Over 3 tons License Plate# License Plate# ❑Yes ❑ No How Many? ❑ General Contractor Contractor's Lic# Classes Type of Job Project Address(#street) ❑ Sub Contractor Burglar Alarm System? ❑Yes ❑ No Alarm Permit# Health Permit# ABC License# CUPA# If es, permit is required. Call 714 960-8805 State License(#/Type/Exp. Date) Live Entertainment? ❑Yes ❑ No Sale of Adult Only Items? ❑ Yes ❑No Coin Operated Machines? #Vending #Amusement #Service #Music #Bulk ❑Yes ❑ No Vending Company's Name/Address/Phone #Apt/Motel/Rooming House/Office Units #Trailer Spaces Date of Purchase Mobile Vendor? ❑Yes ❑ No If yes, complete section on back of form I am aware of the provisions of Section 3700 of the California Labor Code,which requires every employer to be insured against liability for Workers Compensation. (Please check appropriate box) ❑ Certificate of Workers Compensation Insurance ❑ Certificate of Self-Insurance of Workers Compensation ❑ I certify that in the performance of work for which this license is issued I shall not employ any person in any manner so as to become subject to the worker's compensation laws of California. Note: If after signing the certificate,you hire any employee,you become subject to the workers' compensation provisions of the California Labor Code and you must immediately comply with the provisions of Section 3700 or your license immediately becomes revoked. I hereby declare under penalty of perjury that the information and statements on this application are true and correct. Signature: Title: Printed Name: Date: Total Due: StJP LEM NTARY,,,1WF,ORAIIATIC3hi tEQIJIRED , `NO„NP;I;fB, Cltal>I~ORM TIQN g ,. .. ... ,' .5 Owner or Principal Title Residence Address City State Zip Home Phone Date of Birth Social Security# Drivers License Signature Date Partner's Name or Secondary Principal(If applicable) Title Residence Address City State Zip Home Phone Date of Birth 7Socia­1Security# 76rivers License Signature Date AGTERNAT1v CUNTAGT Name Title Phone MOBILE'-3�ENI3RS"C3NLY="SUPPLEMENTARYINFQRMATION ,, _.. ., Products Sold Overnight Location of Vehicle Registered Owner of Vehicle Description of Logo(may attach photo) Make of Vehicle Year Color Serial# Engine# Previous License? City where previous license obtained Date El Yes El No Has license/franchise previously been Reason for Suspension if Yes Year revoked/suspended? ❑Yes ❑ No Please attach list of drivers/vendors; copy of liability insurance; photo of vehicle. IMOORTAMT Please notify the Business License Office of any changes to the business, including business name, location, owners, partners, business type or activity. If the business license is not updated accordingly, it may no longer be valid and the business owner may then be liable for penalties and administrative citations. If the business moves to another commercial location, a Certificate of Occupancy for the new location must be applied for with the Planning Department. Call (714) 536-5271 for application. As an applicant for a business license as a sole proprietor, you are required to provide your Social Security number as part of the application. Pursuant to Section 405(c)(2)(C)(i) of Title 42 of the United States Code, the City is permitted to require disclosure of the Social Security number for tax purposes. Disclosure of this information is mandatory. However, while disclosure is required in order for the City to properly administer the business license tax program, the Social Security number is not public record, and will not be disclosed to any members of the public. 4 . ;'Off 7 "USE� L ��r k >("�b. 4 Certificate of Date Filed Bus License# Drivers Lic Receipt Occupancy TOTAL DUE: CD (Includes non-refundable T processing fee) NOTES: APPENDIX E INSURANCE AND INDEMNITY REQUIREMENTS CONTRACTOR'S SWORIN STATEMENT AND WARRANTY REGARDING CONTMING INSURANCE OBLIGATIONS FROM., PR03EM (r tractar%ame) (Sve Aiddh ess) (City.statm Tarr} TO: MY OF HUMMI TON BEACH DECTIO'N Anadfed twm is a true and oxred oopY of ft ctrrent Certificate of area ark Additionall I raved Endorsement.CG 2()10 iIES,Which CeMk CDtrgAies with ft IMra=�uirem s 4f tt�C> att by and ttr'tvir@e9 the 6ty of lluntlrugF:xt Beach C City"}aind tM aboveimied Contractor(Contramr")frlr ttfe abwe-desa led project("ProjKlli- I defte WKIN pmay of pe Y w4er the lam of the State of Cavornia that ft aboae siA meat is tnx acid t=ect. signed on 20—at ( ) {City,Stake) (signature of In&vidual Who Is baiting DedaraWn) AR E TY cantradm hoeby wrarrards and age to sairitain Products and Cad open Wrts Imurance P cowLave vh1th lt>e Insurance rec emerrts or ibe contract far the Project- Said insurance shall be mairalned though and urrd)the expiration of al Warrantiespruy4ed by Oxeacw. Said shall cmiain Addr6ana instxvd 8xwswient CG 2010 Im naming City as an trlsfared. Cwwactpr shall supply to CitY,on at last anannual bad a cemiificam of irzvxwKe and the aforementioned endorsement evKWdN cal umeed cmrdw vAirh meets#we crrtract ferments. Sigred on 20—at (Date) (MY,st9te) COMRACtM r> BY Nvarne, TMe:— This form to be turned in with Payment Bond RESOLUTION NO. 2008-63 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF HUNTINGTON BEACH REVISING AND RESTATING THE CITY'S INSURANCE AND INDEMNITY REQUIREMENTS WHEREAS, there are persons and organizations who are engaged in various activities in the City,thereby subjecting the City to substantial risk of liability for damage to property and injury to persons;and, The City desires to establish insurance and indemnification requirements; and, in appropriate cases,a procedure for the waiver thereof;and, The City desires to establish internal staff responsibility for the administration of the insurance required by this Resolution and delineate the authority to make adjustments to requirements based upon unique and unusual circumstances. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Huntington Beach that effective on the date of adoption of this Resolution, the insurance coverage and indemnity requirements shall be as follows: SECTION I. DEFINITIONS AND FORMS REQUIRED A. Definitions: 1. "Contractors" are any persons or entities who contract with the City and/or provide services to the City which are readily available and efficiently procured by competitive bidding. 2. "Design Professionals" are professional services contractors who contract with the City and/or provide architectural and/or engineering services to the City. 3. "Licensees/Lessees" are any persons or entities who contract with the City for the use of public property. 4. "Permittees"are any persons or entities who make application to the City for any use of or encroachment upon any public street,waterway,pier, or City property. 5. "Professional Services" are as defined by Huntington Beach Municipal Code section 3.03. 6. "Vendors"are any persons or entities who transfers property or goods to the City which may or may not involve delivery and/or installation. B. Indemnity and Insurance Coverage Requirements Defined 1. General Liability: Combined single limit bodily injury, personal injury and property damage: Minimum limits of$1,000,000 per occurrence. 19723 1 Resolution No. 2008-63 a. Coverage must include completed operations liability and unlimited blanket contractual liability and, where products are furnished, products liability. b. If coverage is provided under a form which includes a designated general aggregate limit, the aggregate limit must be no less than $1,000,000 or an increased coverage as memorialized in the terms and conditions agreed to by the parties and the policy holder shall submit written notice of any known depletion of limits to City attached to the proof of insurance. C. Claims made policies are not acceptable, except that claims made insurance for pollution liability shall be acceptable. d. All deductibles in excess of $5,000, or alternative forms of providing coverage must be approved through the Waiver Procedure set forth in Section III to this Resolution. The requirement for self-insured retention remains at zero. e. The City, its, officers, elected or appointed officials, employees, agents and volunteers are to be covered as additional insureds by separate attached endorsement(s) approved by the City Attorney as respects liability arising out of action performed by or on behalf of the contractor, products and completed operations of the contractor, premises owned, occupied or used by the contractor; or.automobiles owned, leased or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its agents, officers and employees. f. For any claims related to the project,the contractor's insurance coverage shall be primary insurance as respects the City, its agents, officers, and employees. Any insurance or self-insurance maintained by the City, its agents, officers, and employees shall be excess of the contractor's insurance and shall not contribute with it. g. Any failure to comply with reporting or other provisions of the policies including breaches of warranties shall not affect coverage provided to the City, its agents,officers and employees. h. The contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 2. Workers Compensation and-Employers' Liability: In accordance with the applicable state statutes with limits in the case of workers' compensation and employers'liability in amounts not less than the State statutory limits. Alternatively, a signed declaration of non-employee status shall be filed. A certificate or consent to self-insure issued by the California Director of Industrial Relations is also acceptable. 19723 2 Resolution No. 2008-63 3. Professional Liability Insurance: Coverage must be provided at a minimum of $1,000,000 per occurrence and in the aggregate. All deductibles in excess of $10,000, or alternative forms of providing coverage must be approved through the Waiver Procedure set forth in Section III to this Resolution. The requirement for self-insured retention remains at zero. a. Claims made policies are acceptable if the policy further provides that: 1. The policy retroactive date coincides with or precedes the professional services contractor's start of work (including subsequent policies purchased as renewals or replacements). 2. The professional services contractor will make every effort to maintain similar insurance during the required extended period of coverage following project completion, including the requirement of adding all additional insureds_ 3. If insurance is terminated for any reason, professional services contractor agrees to purchase an extended reporting provision of at least two(2)years to report claims arising from work performed in connection with this agreement or permit. 4. The reporting of circumstances or incidents that might give rise to future claims. 4. Automobile Liability Coverage must be provided at a minimum of $1,000,000 per occurrence. a. If coverage is provided under a form which includes a designated general aggregate limit,the aggregate limit must be no less than$1,000,000 and the policy holder shall submit written notice of any known depletion of limits to City attached to the proof of insurance. b. All deductibles in excess of $1,000, or alternative forms of providing coverage must be approved through the Waiver Procedure set forth in Section III to this Resolution. The requirement for self-insured retention remains at zero. C. The City, its officers, elected or appointed officials, employees, agents and volunteers are to be covered as additional insureds by separate attached endorsement(s). The coverage shall contain no special limitations on the scope of protection afforded to the City, its agents, officers and employees. d. For any claims related to the project,the contractor's insurance coverage shall be primary insurance as respects the City, its agents, officers, and employees. Any insurance or self-insurance maintained by the City, its agents, officers, and employees shall be excess of the contractor's insurance and shall not contribute with it. 19723 3 Resolution No. 2008-63 C. Certificate of Insurance Requirements Defined 1. Form. Evidence of insurance coverage and limits as required by the City shall be furnished to the City as a certificate holder on the "Acord' or similar form approved by the City Attorney. (See samples attached herein as Exhibit"A"). a. The description of work to be performed, the City department involved in the performance, and the City staff contact person must be clearly identified on the"Acord"or similar form evidencing insurance coverage. b. All forms of insurance shall identify the City of Huntington.Beach, its. officers, elected or appointed officials, employees, agents and volunteers as an additional insured by separate attached endorsement with respect to general liability and automobile liability coverages. C. Contractors shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 2. Approval of Certificate Insurance certificates must be approved by the City Attorney prior to commencement of any performance under a contract or issuance of any permit,as authorized by the City Charter. 3. Acceptability of Insurers Insurance must be placed with insurer with a Best's rating of no less than A:VII and insurer must be a California admitted carrier. SECTION II INSURANCE AND INDEMNIFICATION REQUIREMENTS A. INSURANCE 1. Contractors and Permittees must meet the requirements as set forth in Exhibit "B" incorporated by reference and attached herein. Permittees who do not use vehicles or equipment in connection with the permit, shall not be required to provide auto.insurance. To be exempt from this requirement, permittees must execute a declaration such as Exhibit I attached hereto and incorporated by this reference. 2. Professional Services providers must meet the requirements as set forth in Exhibit"C"incorporated by reference and attached hereto. 3. Licensees/Lessees must meet the requirements as set forth in Exhibit "D" incorporated by reference and attached hereto. 4. Vendors a. . Vendors supplying goods including delivery, service and/or installation must meet the requirements of Exhibit"B". 19723 4 Resolution No. 2008-63 b. Vendors supplying goods only without delivery,service and/or installation are required to provide products liability coverage only. 5. The insurance requirements of persons or organizations not identified herein shall be as designated by the agreement. All certificates of insurance designated must conform to the requirements of this Resolution. 6. Exceptions. a. Public entities are exempt from the requirements of this resolution. Any insurance and indemnity requirements of a public entity shall be pursuant to Section II(A)(5). b. Persons providing judicial or quasi-judicial services as independent contractors, such as judges, arbitrators, hearing officers, expert witnesses, and court reporters shall be exempt from all insurance coverage requirements. Any insurance and indemnity requirements shall be pursuant to Section II(A)(5). C. Each person making application for a permit for private property construction, alteration, improvement,demolition,or repair of any building or structure shall sign a declaration under penalty of perjury verifying workers' compensation coverage or exemption from coverage, as required by Section 19825 of the Health and Safety Code and,at the time of permit issuance, contractors shall show their valid workers' compensation insurance certificate. d. Persons contracting with the City under subdivision agreements are exempt from providing evidence of workers'compensation. e. Oil operators as regulated by Huntington Beach Municipal Code Section 15.16 and pipeline franchises as regulated by Huntington Beach Municipal Code Section 3.44 are exempt from the requirements of this resolution. f. Taxicabs/Vehicles-for-hire as regulated by Huntington Beach Municipal Code Section 5.50 are exempt from the requirements of this resolution. g. Trucking companies, including those regulated under Huntington Beach Municipal Code Section 10.32, are exempt from the minimum insurance requirements of this resolution .but must submit proof of workers' compensation insurance and general liability insurance in accordance with the requirements of the Public Utilities Commission (PUC) regulations which include: 1) the general liability insurance requirements are$600,000 combined single limit or$250,000 bodily injury or death of one person and $500,000 protection against total liability for bodily injury or death of more than one person from any one accident. 2) this is subject to the same $250,000 limitation for each person and $100,000 protection for accidental damage or destruction of property other than property being transported. 3) the City of Huntington Beach must be 19723 5 Resolution No. 2008-63 named as certificate holder but does not need to be named as additional insured. 7. Indemnity a. Contractors and Permittees shall be required to indemnify City, pursuant to the indemnity provision attached hereto and incorporated herein by this reference as Exhibit"E". b. All design professionals shall be required to indemnify City pursuant to the indemnity provision attached hereto and incorporated herein by this reference as Exhibit"F". C. All other persons or organizations, including but not limited to professional service providers other than Design Professionals as defined by this Resolution, shall be required to indemnify City, pursuant to the indemnity provision attached hereto and incorporated by reference as Exhibit"G". SECTION III. WAIVER OR MODIFICATION PROCEDURE A. Waivers or Modification Request Form. A department Request for Waiver or Modification, Exhibit"H"attached,shall be completed and forwarded to the Risk Manager for all requests for waiver or modifications of the minimum indemnification and insurance requirements. Claim history, financial statements and scope of work must be submitted as attachments with any request for waiver. B. Waiver or Modification Authority. The Risk Manager and the City Attorney may approve any waiver or modification of the insurance and indemnification requirements, including requests for indemnification of third parties. A denial may be appealed to the City Administrator. C. Waiver Criteria. The criteria to evaluate any requests for waiver shall include the following: a. The type of waiver or modification requested; b. The reason for the waiver or modification; C. The nature of the scope of work; d. The cost of the contract; e. The liability exposure of the City; f. The cost and availability of the coverage requested; g. The claim history of the requesting party; h. The past experience of the City with the requesting party; and i. The past experience of the City with other contracting parties of a similar nature. 19723 6 Resolution No. 2008-63 SECTION IV. Resolution 2007-03 and all other resolutions in conflict herewith are hereby repealed. PASSED AND ADOPTED by the City Council of the City of Huntington Beach at a regular meeting held 6th day of OctohPr 200_8__ I NDAPA �Xle ,WAI irecto Hu n Resources VIEW PPROVED: rA/ministrator APPROVED AS TO FORM: City Attomey Attachments Exhibit A Exhibit B Exhibit C Exhibit D Exhibit E Exhibit F Exhibit G Exhibit H Exhibit 19723 7 Resolution No.20OM3 A.CORD CERTIFICATE OF LIABILITY INSURANCE mooucm THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIL N . WsupEO WSM k AISURERB: WsuRERc WSURER D: WSLMERE . COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD WOKATED.NOTWITHSTANDING ANY REOUIRELEM.TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN.THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. piR , ►OUcTErFwmE rm=E71PIRATIw L..m GEN9IALUM LRY EACH OGQA ENE S COWER ULGEfERALLMBUTY SES S CUIIMSMADE❑OCGtM /EDFXP S PER.SOMAL&AOVraucr S t�IPJtA<At:c;aEurE S f.EML•GGFw,—TEUMff APPUESF PROOUCfS.CDLPIOP AGG S POIJCV PR T LOC AIITOYOBRELNBAJfV COL61NEp SMNiI.EUMR ANYAURO II, S ALLOANE9wT05 80011.VPUURY SCHEDULEDAUTOS (Fe;—) Z HMED AUTOS BODILY INAMY NONOMmEDwros /Iv 01w-6O14 S PROPERWOAMAGE S Ivv A-d�0 GARAGEUMIIIry ` AMOONLY-EAACODEW S OTHMR EAACC S / AUTO ONLY: KG S �ICE53AlYRRELIALIABEJRT EACHOCCVRRENCE Z DfLIM O CWMSA1n0E AGGREGATE S S ROEETENfgNE-n E S . i S MCSTATU- R- TIrORKEB3 COIPEMSATION ANO EYPLOTERS UADIUTT ANYPROPRIEIUIIRARTNEP,SnCUME EL EACH CgENT AO S OFT�gC.EPAAE FAEXCLVOFDT E.L DISEASE-EA EMPLOTw S 5!gL7ALp0.pYlyONS ptlw. EL DISEASE-POUCYUMIT S OTHER oESCWrIpNOF0PEP"AT10ft5ILccAT10NSI V911C ESIEXCLUSIDNS ADDED SY ENOORSEMFJR i SPECIAL PITONS ONS CERTIFICATE HOLDER CANCELLATION .. sIODLO ANYOF RE ABOVE O$(-III O POMES BE C l l BEFOaE THE E WWATION DATE B19[EOF,THE 1551MRi WARIER YALL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE M THE CERTIRCATE HOLDER NAMm TO THE LEFT,BUR—M TO M 50 SNALl NwOSE ICI OBIIGATNMI OR UABRIRT OF AM'141*40 IRON THE WSIMER,US AGIXRS OR REPRESENTATNES A nWI RERIESFJITATWE ACORD25(2001108) EXHIBIT A-1 of 4 0 ACORD CORPORATION 1988 Resolution No.2008-63 IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a cwrtract between the issuing insurer(s), authorized representative or producer. and the certificate Folder, nor does it affirmatively or negatively amend,extend or alter the coverage afforded by the policies listed thereon. ACORD 25(2001108) EXHIBIT A-2 of 4 Resolution No.2008-63 PoUCy NUMBER: COMMERCIAL GENERAL C15980I V THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY_ ADDITIONAL INSURED-OWNERS, LESSEES OR .CONTRACTORS (Fortin B) This endorsement modifies insurance provided under the following: comMERCIAL GENERAL LIABILITY SCHEDULE Nameof Person ororganization; THE CITY OF HUNTINGTON BEACH 2000 Main Street Huntington Beach,CA 92M (If no entry appears above.information required to compteta G'us endorsement will be shown in the Declarations as applicable to this endorsement) WHO IS AN INSURED(Section II)is amended to include as an insured the person or organization shown in the Schedule,but only with respect to liability arising out of your worK for that insured by or for you RE: ALL OPERATIONS OF THE NAMED INSURED FOR THE CERTIFICATE HOLDER. City of Huntington Beach,its elected or appointed officials,agents,officers,employees and volunteers CG 20 10 tl 95 Copyright.Insurance Services Office,lne.,198.4 EXHIBIT A-3 of 4 Resolution No.2008-63 STATE P_O.BOX 420807.SAN FRANNCISCO,CA 94142-0807 COMPENSATION I r4a URANCE r—U N® CERTiFI(;,AT_E-:OF WORKERS',COMPENSATION-INSU1134MOF 41 .`3 :�� ter; -.;,�'_ 'e;<;..�.-<-.f:7•. _::i�tiP�.A .- '� 'mat i'',.r. ;L;. .;.�;{' ' ''``S _ s CITY OF IMT'IN6e= RISK 49A nos MR ,���� iN STREET; HUNTINGTON BEACH;; 9a48 L This is to cartifY that we have Issued a valid Workers'Compertsation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the po&cv 39oariod indicated- This policy is notsubject to cancellation by the Fund except upon tW flays'advance written notice to the employee 30 We win also give you TKV-d�advance notice should this policy be cancelled prior to Its normal expiration ^_ This certificate of insurance is not an insurance policy and does not amend,extend of attar the wvera9 afforded by the policies listed herein.Notwithstanding any requirement,term, or condition of any contract or other document with respect to which this:certificate iis_firannx main fie issited'.or.may pantain tt}e insn{ra[fMW p4tby the policies -exxlusroris`aiand cOriditiori5_of sucti� diciei -'?-L`s tr -'` , described herein is st�hjed to aN ttt♦e�temts.. _ _ ":� :_ fie.r - ��a`"�`:�.'-��2�'' +`'�f?-ti:' '=may'-�_ _ ;�'s _���:� �"�,'`•''=� . AIrTMORiZEO REPitESEr�T.ATiV EMPLOYER'S LIABILITY.LIMIT INCLl3DIN6.DEFENSE COSTS: 51,000i.800 I$K Ofxt)RREIVCE. ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE e7/01/00 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. EMPLOYER EXHIBIT A-4 of 4 L n• Resolution No.2008-63 EXHIBIT B INSURANCE.REQUIREMENTS FOR CONTRACTORS,AND PERMITTEES PLEASE GIVE THESE INSURANCE REQUIREMENTS TO YOUR INSURANCE AGENT Minimum Limits of Insurance City Council Resolution requires submittal of certificates of insurance evidencing the following minimum limits with a California admitted carver with a current A.M.Besfs Rating of no less than A:VII: 1. General Liability $1,000,000 per occurrence for bodily injury,personal injury and property damage_ if Commercial General Liability Insurance or other form with a general aggregate limit is used,either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 'Claims made'designation is only acceptable for professional or pollution liability insurance. The City of Huntington Beach its officers elected or appointed officials employees agents and volunteers must be named as certificate holder and as additional insured by separate attached endorsement_ (This wording must be exact.) 2. Workers'.Compensation and Employer's Liability: State statutory limits of$250,000 bodily injury by disease,policy limit,and$100,000 bodily injury each employee for accident or disease per occurrence. If you have no employees,you must sign a Declaration of Non-employee Status form available from the City. In lieu of a certificate of insurance, a certificate of consent to self-insure issued by the California Director of Industrial Relations is also acceptable. 3. Automobile liability of $1,000,000 per occurrence for bodily injury, personal injury and property damages. The City of Huntington Beach its officers elected or appointed officials,employees.agents and volunteers must be named as certificate holder and as additional insured by separate attached endorsement. (This wording must be exact). Deductibles Self-Insured Retentions or Similar Forms of Coverage Limitations or Modifications Any deductibles, self-insured retentions or similar forms of coverage limitations or modifications, must be declared to and approved by the City of Huntington Beach. Subcontractors Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and -endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. Description of Work to be Performed The staff contact and purpose of the evidence of coverage must be identified. PLEASE FORWARD THIS NOTICE TO YOUR INSURANCE AGENT. FOR ASSISTANCE,PLEASE CONTACT RISK MANAGEMENT 0&399/5103 EXHIBIT B Resolution No.2008-63 EXHIBIT C INSURANCE REQUIREMENTS PROFESSIONAL SERVICE CONTRACTORS PLEASE GIVE THESE INSURANCE REQUIREMENTS TO YOUR INSURANCE AGENT Minimum Limits of Insurance City Council Resolution No. requires submittal of certificates of insurance evidencing the following minimum limits with a California admitted carrier with a current A.M. Best's Rating of no less than A:VII .Errors and Omissions liability. $1,000,000.per.occurrence. Deductibles. Self-Insured Retentions, or Similar Forms of Coveraqe Limitations or Modifications Any deductibles,self-insured retentions or similar forms of coverage limitations or modifications, must be declared to and approved by the City of Huntington Beach. Description of Work to be Performed The staff contact and purpose of the evidence of coverage must be identified. 0&39915104 EXHIBIT C Resolution No.2008-63 EXHIBIT D INSURANCE REQUIREMENTS FOR LESSEESILICENSEES PLEASE GIVE THESE INSURANCE REQUIREMENTS TO YOUR INSURANCE AGENT Minimum Limits of Insurance City requires submittal of certificates of insurance pursuant to the form- set forth in Resolution No. evidencing the following minimum limits with a California admitted carrier with a current A.M. Best's Rating of no less than AV[[: 1. General Liability: $1,000,000 per occurrence for bodily injury, personal injury. and property damage. If Commercial General Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. "Claims made" designation is only acceptable for professional or pollution liability insurance. For general liability certificate holder, the City of Huntington Beach, its elected or appointed officials agents officers employees, and volunteers must be named as certificate holder and as additional insured by separate attached endorsement. (This wording must be exact). 2. Workers Compensation and Employer's Liability: State statutory limits of $250,000 bodily injury by disease, policy limit, and $100,000 bodily injury each employee for accident or disease per occurrence. If you have no employees, you must sign a Declaration of Non-employee Status form available from the City. In lieu of a certificate of insurance, a certificate of consent to self-insure issued by the California Director of Industrial Relations is also acceptable._ 3. Properly Insurance: Full replacement cost with -no coinsurance penalty provision. Deductibles Self-Insured Retentions or Similar Forms of Coverage Limitations or Modifications Any deductibles, self-insured retentions or similar forms of coverage limitations or modifications, must be declared to and approved by the City of Huntington Beach. Description of Work to be Perfonned The staff contact and purpose of the evidence of coverage must be identified. PLEASE FORWARD THIS NOTICE TO YOUR INSURANCE AGENT, FOR ASSISTANCE,PLEASE CONTACT RISK MANAGEMENT 06-399i5105 EXHIBIT D Resolution No.2008-63 EXHIBIT E TO RESOLUTION NO. CONTRACTOR'S 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 Contractors employees and damage to Contractors 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 fimited to concurrent active or passive negligence, except where caused by the active negligence, sole negligence, or willful misconduct of the City. Contractor will conduct all defense at its sole cost and expense and City shall approve selection of contractor's counsel_ City shall be reimbursed for all costs and attorneys fees incurred by City in enforcing this obligation. 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. Or,399r5106 EXHIBIT E Resolution No.200"3 EXHIBIT F TO RESOLUTION NO. INDEMNIFICATION DEFENSE,AND HOLD HARMLESS To the fullest extent permitted by law(including,without limitation, California Civil Code Sections 2782 and 2782.6), CONSULTANT 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, demands, and defense costs (including without limitation, costs and fees of litigation of every nature or liability of any kind or nature) arising out of or in connection with CONSULTANTs (or CONSULTANT's subcontractors, If any) negligence, recklessness or willful misconduct related to performance of-this Agreement -or its failure to comply with any -of its obligations contained .in .this .Agr_eement by CONSULTANT, its officers, agents or employees- CITY shall be reimbursed by CONSULTANT for all costs and attorneys fees incurred by CITY in enforcing this obligation. CONSULTANT will conduct all defense at its sole cost and expense, and the CITY shall approve selection of CONSULTANTs 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 the CONSULTANT. 0 6-3 9 915 1 07 EXHIBIT F Resolution No.2008-63 EXHIBIT G TO RESOLUTION NO_ INDEMNIFICATION. DEFENSE,AND HOLD HARMLESS CONSULTANT 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 and defense costs(including,without limitation, costs and fees of litigation of every nature or liability of any kind or nature) arising out of or in connection with CONSULTANT's (or CONSULTANT's subcontractors, if any)negligent(or alleged negligent) performance of this Agreement or its failure to comply with any of its obligations contained in this Agreement by CONSULTANT, its officers, agents or employees except such loss or damage which was caused by the sole negligence or willful misconduct of CITY. CITY shall be reimbursed by CONSULTANT for all costs and attorney's fees incurred by CITY in enforcing this obligation. CONSULTANT will conduct all defense at its sole cost and expense and the CITY shall approve selection of CONSULTANTs 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 limitation upon the amount of indemnification to be provided by the CONSULTANT_ OCr3"151o8 EXHIBIT G Resolution No.2008-63 INSURANCE AND INDEMNIFICATION WAIVER MODIFICATION REQUEST 1. Requested by: 2. Date- 3- Name of contractor/permittee: 4. Description of work to be performed: 5. Value and length of contract 6_ Waiver/modification request: 7_ Reason for request and why it should be granted: 8_ Identify the risks to the City in approving this waiver/modification: Department Head Signature Date: APPROVALS Approvals must be obtained in the order listed on this form. Two approvals are required for a request to be granted. Approval from the City Administrator's Office is only required if Risk Management and the City Attorney's Office disagree. 1. Risk Management ❑Approved ❑ Denied Signature Date . 2. City Attorney's Office ❑Approved ❑ Denied Signature Date 3. City Administrator's Office ❑ Approved ❑ Denied Signature Date If approved,the completed waiverlmodfic.-Mon request is to be submitted to the City Attorney's Office along with the contract for approval_ Once the contract has been approved, this form is to be filed with the Risk Management Division of Administrative Services EXHIBIT H Resolution No.2008-63 S ity CITY OF HUNTINGTON BEACH Hrm 2000 Main Street Huntington Beach, CA 92648 DECLARATION OF PERMITTEE I certify that no vehicle(s) will be used or operated in the performance of the task(s)or event(s) for which this permit is granted. I authorize the City of Huntington Beach to immediately and retroactively revoke the license or permit issued in connection with or in the performance of said task(s) or event(s)if any vehicle(s)is used. Signature of Permittee Print name Company name(if applicable) Date signed 16407 EXHIBIT I Res. No. 2008-63 STATE OF CALIFORNIA COUNTY OF ORANGE ) ss: CITY OF HUNTINGTON BEACH ) I,JOAN L. FLYNN the duly elected,qualified City Clerk of the City of Huntington Beach,and ex-officio Clerk of the City Council of said City, do hereby certify that the whole number of members of the City Council of the City of Huntington Beach is seven;that the foregoing resolution was passed and adopted by the affirmative vote of at least a majority of all the members of said City Council at a regular meeting thereof held on October 6,2008 by the following vote: AYES: Hansen, Hardy, Bohr,Cook, Coerper, Carchio NOES: None ABSENT: Green ABSTAIN: None Ci lerk and ex-officio erk of the City Council of the City of Huntington Beach, California APPENDIX F BOND FORMS BID BOND (Not Included) (Bidder may use any standard form) PAYMENT BOND (To be completed only by the awarded Contractor) PERFORMANCE BOND (To be completed only by the awarded Contractor) MAINTENANCE BOND (To be completed only by the awarded Contractor) PAYMENT BOND (LABOR AND MATERIALS) KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, City of Huntington Beach(hereafter referred to as"City") has awarded to (name and address of Contractor) (hereinafter referred to as"Principal"), a contract("Contract")for the work described as follows: (Project Title) WHEREAS, Principal is required under the terms of the Contract and the California Civil Code to furnish a bond to secure the payment of claims of laborers, mechanics, materialmen,and other persons as provided by law, by a duly admitted surety insurer under the laws of the State of California (hereinafter referred to as "Surety"); and Surety is certified and listed in the U.S. Department of the Treasury Circular 570, and has provided proof of sufficient bonding limitation, as shown in said circular to provide bonds in the amount required by said Contract; and Surety has provided financial strength ratings from reputable companies, such as from A.M. Best, Moody's or Standard &Poor's,to validate that Surety has positive ratings of being secure or stable; and Surety is registered and listed with the California Department of Insurance. NOW THEREFORE,we,the undersigned Principal,and (name and address of Surety) as Surety, are held and firmly bound unto City in the penal sum of dollars($ ),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 attorney's fee in an amount fixed by the court. PAYMENT BOND Page 1 of 2 1 5-45 84/1 1 73 5 7 Surety stipulates and agrees,for value received,that no change,extension of time,alteration, addition or modification to the terms of the Contract,or any contract document or any work to be performed thereunder,whether made after notice or not,shall in any way affect,impair or release the obligations of Surety under this bond. Surety hereby waives notice of any such change, extension of time,alteration,addition,or modification to the terms of the Contract,the contract documents or the work thereunder. Surety also waives the provisions of California Civil Code§§ 2845 and 2849. IN WITNESS WHEREOF,each party represents and warrants that this instrument has been duly executed by Principal and Surety,on the date set forth below,that the name of each corporate party being affixed hereto is such 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: ATTEST (Corporate Seal) (Principal Name) By: Name: Title: ATTEST (Corporate Seal) (Surety Name) By: Name: (Signature of Attorney-in-Fact for Surety) (Attach Attomey-in-Fact Certificate) (_) (Area Code&Telephone Number for Surety) APPROVED AST RM: By: �aelGates,61t0kttorney Note: This bond must be executed in duplicate and dated,all signatures must be notarized,and evidence of the authority of any person signing as attomey-in-fact must be attached" PAYMENT BOND Page 2 of 2 15-45841117357 PERFORMANC E BOND KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS,City of Huntington Beach(hereafter referred to as"City")has, by written agreement dated ,20 entered into a contract with (name and address of Contractor) (hereinafter referred to as"Principal'),for performance of the work described as follows: (Project Title) WHEREAS, said contract, and all documents referenced therein (hereinafter collectively "Contract"), are incorporated herein by this reference made a part hereof as though set forth herein in full;and Said Principal is required under the terms of the Contract to furnish a bond guaranteeing the prompt,full and faithful performance of said Contract, by a duly admitted surety insurer under the laws of the State of Caiifomia(hereinafter referred to as"Surety");and Surety is certified and listed in the U.S. Department of the Treasury Circular 570, and has provided proof of sufficient bonding limitations as shown in said circular to provide bonds in the amount required by said Contract;and Surety has provided financial strength ratings from reputable companies,such as from A.M.Best,Moody's, or Standard&Pooes,to validate that Surety has positive ratings of being secure or Stable; and Surety is registered and listed with the California Department of Insurance, NOW,THEREFORE,we,the undersigned,as Principal,and (name and address of Surety) as Surety,are held and firmly bound unto City in the penal sum of Dollars($ },this amount being not less than one hundred percent of the price set forth in the Contract,in lawful money of the United States,for the payment of which sum,well and truly to be made, we bind ourselves, our heirs,executors,administrators and successors,jointly and severally,firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT if the Principal shall promptly,fully and faithfully perform each and all of the covenants,obligations and things to be done and performed by the Principal in strict accordance with the terms of the Contract as said contract may be altered,amended or modified from time to time;and if the Principal shall indemnify and save harmless City and all of City's officers,agents and employees(hereinafter collectively referred to as"Obligees")fromany and all losses, liability and damages, claims,judgments,stop notices,fees and costs of every description,whether imposed by law or in equity, which may be incurred by the Obligees by reason of the failure or default on the part of the Principal in the performance of any or all of the terms or the obligations of the Contract,including all alterations,amendments and modifications thereto,and any warranties or guarantees required thereunder,then this obligation shall be void;otherwise, it shall be and shall remain in full force and effect. Surety stipulates and agrees,for value received,that no adjustment of the time or price in the Contract or any alteration,change,deletion,addition or other modification to the Contract; or the work to be performed thereunder,shall in any way affect, limit, restrict,impair or release the obligations of the Surety under this Bond. Surety waives notice of any adjustment of contract or contract price,and any other alteration,change, deletion,addition or other modification to the Contract,or the work to be performed thereunder, and agrees 1 5-45 84/1 1 71 74 Bond No. to automatically adjust the penal sum of this Bond to reflect such adjustments,alterations,changes, deletions,additions or other modifications. Surety agrees to provide written confirmation of such adjustments in the penal sum to City on not less than a quarterly basis. Surety also waives the provisions of Civil Code§§2845 and 2849. The obligations of this Bond shall survive the completion of the work described in the Contract as to all obligations and liabilities of the Principal which survive completion of the work. IN WITNESS WHEREOF,each party represents and warrants that this instrument has been duly executed by Principal and Surety,on the date set forth below,that the name of each corporate party being affixed hereto is such party's proper legal name and that the individuals signing this instrument have been duly authorized pursuant to the authority of its governing body. Surety,by execution of this bond,waives any defense which Surety has or may have by reason of any failure of the Principal to execute or properly execute this bond. Dated: ATTEST (Corporate Seal) (Principal Name) By: Name: Title: ATTEST (Corporate Seal) (Surety Name) By: Name: (Signature of Attorney-in-Fact for Surety) (Attach Attorney-in-Fact Certificate) (� (Area Code&Telephone Number for Surety) APPROVED AS TO F By: Michael E.Gates,City Attorney Note: This bond must be executed in duplicate and dated,atl signatures must be notarized,and evidence of the authority of any person signing as attorney-in-fact must be attached. PERFORMANCE BOND Page 2 of 2 1545MI17174 MAINTENANCE BOND (To be completed only by the awarded Contractor) MAINTENANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: That (contractor's name) (contractor's street address,city and state and zip code) as Principal(hereinafter called Contractor),and: (surety's name) (surety's street address,city and state and zip code) a corporation organized and existing under the laws of the State of with its principal office in the City of as Surety(hereinafter called Surety),are held firmly bound unto CITY OF HUNTINGTON BEACH as Obligee (hereinafter called Owner), in the amount of Dollars ($ ), equivalent to the entire contract amount including all orders, for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators,successors,and assigns,jointly and severally,firmly by these presents, WHEREAS,Surety is a duly admitted surety insurer under the laws of the State of California;and Surety is certified and listed in the U.S. Department of the Treasury Circular 570,and able to provide proof of bonding limitation shown in said circular is sufficient to provide bonds in the amount required by said Contract;and Surety has provided financial strength ratings from reputable companies,such as from A.M.Best, 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 ,20_,entered into a contract with Owner for the 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 20_, NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Contractor shall, for a period of one year from and after the date of completion and acceptance of the Contract by Owner, repair and/or replace any and all defects arising in the Work, whether resulting from defective materials or defective workmanship, then this obligation shall be null and void;otherwise it will remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the Surety shall, within thirty (30) days following Owner's written notice of default, either (a) remedy the default, or (b) shall promptly complete the Contract in accordance with its terms and conditions. Surety shall save the Owner harmless from any claims,judgments, liens or losses arising from the Surety's failure to either remedy the default or to complete the Contract in accordance with its terms and conditions in a timely manner. 15-4584/118138 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 day of 20 Principal Raised Corporate Seal [MUST BE AFFIXED] (Contractor Name) By: (Seal) Principal Raised Corporate Seal [MUST BE AFFIXED] (Title) (Surety Name) By: (Seal) APPROVED AS RM: B ' NOTES: ichaei E. Gates, City Attorney 1. Acknowledgments must be completed and returned l as part of the bond. tf ter J, 2. Raised Corporate Seals are mandatory. 3. Please attach Power of Attorney. 15-4584/118138 2 AFFIDAVIT OF PUBLICATION Proof of Publication STATE OF CALIFORNIA, ) NOTICE INVITING SEALED BIDS SS. for the constr uction of ATLANTA AVENUE REHABILITATION County of Orange ) FROM NEWLAND STREET TOD DMAGNOLIA STREET AN INDIANAPOLIS AVENUE REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET I am a citizen of the United States and a resident CC NO.1539 in the of the County aforesaid; I am over the age of CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUN- TINGTON BEACH, as AGENCY, invites sealed bids for the above eighteen years, and not a party to or interested in stated protects and will receive Such bids in the office of the City Clerk, Second Floor,2000 Main Street, Huptington Beach, California 92648,up to the hour of 2:00 PM on Tuesday March 28, 2017. Bids the above entitled matter. I am the principal clerk will be publicly opened in the Council Chambers unless otherwise posted. of the Huntington Beach Wave, a newspaper On March 13,2017, 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 that has been adjudged to be a newspaper of of a$22.00 nonrefundable fee if picked up, or payment of a$47.00 nonrefundable fee if sent by UPS ground delivery (bidder shall pay eneral circulation b the Su ior Court of the additional costs for special delivery). On March 13,2017,Plans,Spec- g y per ifications,and contract documents can be downloaded free on AGEN- CY website. County of Orange State of California on July 1 nttp://wwivhun1m tonbeachca. ov overnment/departments > Pu is wor c is Select:CurrenfAdvertised Proiects 1998, Case No. A-185906 in and for the City of The AGENCY will deduct 5% retention from all progress payments. The Contractor may substitute an escrow holder surety of equal value Huntin ton Beach, COUri of Oran e, State Of to the retention in accordance with the provisions of the Public Con- g ty g tract Code,Section 10263. The Contractor shall be beneficial owner of the surety and shall receive any interest thereon. California; that the notice, of which the annexed The AGENCY hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in re- is a true printed copy,has been published in each sponse to this notice and will not be discriminated against on the ba- sis of race, color, national origin, ancestry, sex, or religion in any consideration leading to the award of contract. regular and entire issue of said newspaper and No bid shall be considered unless it is prepared on the approved Pro- posal forms in conformance with the Instructions to Bidders as deter- not in any supplement thereof on the following mined by the AGENCY. The bid must be accompanied by a certified check, cashier's check, or bidder's bond made payable to the AGEN- CY for an amount no less than 10%of the amount bid. The successful dates,to wit: 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 bid opening. The successful Contractor and his March 9, 16,23,2017 subcontractors will be required to possess business licenses from the AGENCY. All extension of unit prices will be subiect to verification by the AGENCY. In case of a variation between the unit price and "I certify (or declare) under the penalty of the extension,the unit price will govern. Project Description: The project location is the following street perjury under the laws of the State of California segments (1) Atlanta Avenue from Newland Street to Magnolia Street and (2) Indianapolis Avenue from Newland Street to Magnolia Street. The street rehabilitation work will consist of grinding out and that the foregoing is true and correct': replacing the failed asphalt concrete with fiber reinforced asphalt concrete (FRAC); removal/installation of concrete curbs, gutters; Executed at Santa Aria Orange County cross gutters, sidewalks and access ramps; adjusting manholes, , monitoring wells, survey monuments and water valve covers to California On grade; removing trees that have uplifted sidewalks or that are in de- r cline;and installing new trees,traffic loops and striping. • The contract shall allow the Contractor 65 working days to com- Mareh 23,2017 plete the contract. • The Indianapolis Avenue segment shall be started first. Atlanta Avenue construction shall commence after substantial completion (as determined by AGENCY) of the Indianapolis Avenue proiect. days segments shall be completed within the total allowable working • A non-mandatory (optional attendance) pre-bid meeting will be held on March 16, 2017 at 11:00 AM until 12:00 Noon at the Park- Si nature ing Lot located on the northwest corner of the intersection of Atlanta g Avenue and Magnolia Street,Huntington Beach,CA 92646. • Plans,Specifications, and contract documents for this project will be available on March 13,2017 on the City's'Web site or for purchase at the City's'Public Works counter. The AGENCY reserves the right to reject any or all bids, to waive Huntington Beach Wave any irregularity and to take all bids under advisement for a maxi- mum period of 60 days. 625 N.Grand Ave. BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON Santa Ana,CA 92701 BEACH, CALIFORNIA, the 6th day of September 2016, by Resolu- (714)796-2209 tion No.2016-58. Attest: /s/Robin Estanislau CITY CLERK OF THE CITY OF HUNTINGTON BEACH Publish:Huntington Beach Wave Mar,.h 9,16,23,2017 10912028 AFFIDAVIT OF PUBLICATION Proof of Publication STATE OF CALIFORNIA, ) NOTICE INVITING SEALED BIDS ss. for the construction of ATLANTA AVENUE REHABILITATION County of Orange ) FROM NEWLAND STREETANODMAGNOLIA STREET INDIANAPOLIS AVENUE REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET I am a citizen of the United States and a resident CC in NO he39 CITY OF HUNTINGTON BEACH of the County aforesaid; I am over the age of PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUN- TINGTON BEACH, as AGENCY, invites sealed bids for the above eighteen years, and not a party to or interested in stated projects and will receive such bids in the office of the City Clerk, Second Floor,2000 Main Street, Huntington Beach, California 92648,up to the hour of 2:00 PM on Tuesday March 28, 2017. Bids the above entitled matter.I am the principal clerk will be publicly opened in the Council Chambers unless otherwise posted. of the Huntington Beach Wave, a newspaper On March 13, 2017, 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 that has been adjudged to be a newspaper of of a$22.00 nonrefundable fee if picked up, or payment of a $47.00 nonrefundable fee if sent by UPS ground delivery (bidder shall pay, additional costs for special delivery). On March 13,2017,Plans,Spec- general circulation by the Superior Court of the ifications,and contract documents can be downloaded free on AGEN- CY website. County of Orange, State of California, on July 1, hTTp://www.huntingtonbeachca.gov overnment/departments/ ublic work ids�— Select:Curren Advertised Projects 1998, Case No. A-185906 in and for the City of 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 Con- Huntington Beach, County of Orange, State of tract Code,Section 10263. The Contractor shall be beneficial owner of the surety and shall receive any interest thereon. California; that the notice, of which the annexed The AGENCY hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in re- sponseprintedpublished to this notice and will not be discriminated against on the ba- p copy, P sis of race, color, national origin, ancestry, sex, or religion in any consideration leading to the award of contract. regular and entire issue of said newspaper and No bid shall be considered unless it is prepared on the approved Pro- posal forms in conformance with the Instructions to Bidders as deter. not in an supplement thereof on the following mined by the AGENCY.The bid must be accompanied by a certified Y pP g check,cashier's check, or bidder's bond made payable to the AGEN- CY for an amount no less Than 10%of the amount bid. The successful dates,to wit: 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 bid opening. The successful Contractor and his subcontractors will be required to possess business licenses from the March 9, 16,23,2017 AGENCY. All extension of unit prices will be subject to verification by the AGENCY. In case of a variation between the unit price and "I certify (or declare) under the penalty of the extension,the unit price will govern. Project Description: The project location is the following street perjury under the laws of the State of California segments (1) Atlanta Avenue from Newland Street to Magnolia Street and (2) Indianapolis Avenue from Newland Street to Magnolia Street. The street rehabilitation work will consist of grinding out and that the foregoing is true and correct": replacing the failed asphalt concrete with fiber reinforced asphalt concrete (FRAC); removal/installation of concrete curbs, gutters; cross gutters, sidewalks and access ramps; adjusting manholes, Executed at Santa Ana, Orange County, monitoring wells, survey monuments and water valve covers to grade; removing trees that have uplifted sidewalks or that are in de. California,on cline;and installing new trees,traffic loops and striping. • The contract shall allow the Contractor 65 working days to com- March 23,2017 plete the contract. • The Indianapolis Avenue segment shall be started first. Atlanta Avenue construction shall commence after substantial completion ^ / Bothdetermined segment sshall be completed within the dthentotallis Avenue al allowable project. working �S� days. • A non-mandatory (optional attendance) Pre-bid meeting will be held on March 16, 2017 at 11:00 AM until 12:00 Noon at The Park- ing Lot located on the northwest corner of the intersection of Atlanta Signature i Avenue and Magnolia Street,Huntington Beach,CA 92646. • Plans,Specifications,and contract documents for this project will be available on March 13,2017 on the City's'Web site or for purchase at the City's'Public Works counter. The AGENCY reserves the right to reject any or all bids, to waive Huntin ton Beach Wave any irregularity and to take all bids under advisement for a maxi- g mum period of 60 days. 625 N. Grand Ave. BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON Santa Ana CA 92701 BEACH, CALIFORNIA, the 6th day of September 2016,by Resolu- tion No.2016-58. (714)796-2209 Attest: CI Robin Estanislau CITY CLERK OF THE CITY OF HUNTINGTON BEACH Publish:Huntington Beach Wave March 9,16,23,2017 10912028 J UNSUCCESSFUL BIDS CC- 1539 Atlanta Ave. & Indianapolis Ave. Rehabilitation CITY OF HUNTINGTON BEACH PROJECT NAME: Arterial Rehabilitation of(1) Indianapolis Avenue (Newland-Magnolia) & Project#(CC#or MSC#): CC-1539 BID OPENING DATE: 3/28/2017 TIME& LOCATION: 2:PM Council Chambers FINAL RESULTS (RANKED BASED ON VERIFIED BID AMOUNT) BIDDER'S NAME FINAL APPARENT BID VERIFIED BID CORRECTED RANK AMOUNT AMOUNT DIFFERENCE All American Asphalt-Corona EBS General Engineering, Inc-Corona Excel Paving-Long Beach Griffith Company-Santa Fe Springs C W a ® ' 1 s (,q)1, Z q g 2- 5 e � Hardy and Harper, Inc. -Santa Ana Harry H. Joh Construction, Inc.-Paramount R.J. Noble Co-Orange / n'7 ^V� �' Ord 10 r Sequel Contractors-Santa Fe Springs 5 ✓ e S ®% - Shawnan-Downey o � Sully Miller- Brea _ Vido Samarzich, Inc.-Alta Loma _ f 0 11 r I 'J.oU i 01 4WiA L 1 3,660,322 q PTS 07132016 Version 15 CC1539 ENR ---- "SEALED BID' + for ATLANTA AVENUE REHABILITATION e,z FROM NEWLAND STREET TO MAGNOLIA STREET AND �017 I. $ t; 3a IND'IANAPOLIS AVENUE REHABILITATION ` FROM NEWLAND STREET TO MAGNOLIA STREET CC NO.1539 '} c HUh in they CITY OF HUNTINGTON BEACH-DO NOT OPEN WITH REGULAR MAIL r - DELIVER TO THE OFFICE OF THE CITY CLERK 2000 MAIN STREET SECOND FLOOR L ' n� tfs cs. 1 i�b++ssF ''�plrc�a•Y '' -j r 3 ?aY ALL AMERICAN ASPHALT AN EN RC. Box 2229, CORONA, CA 92878-2229 TO: ZZ Xoj RETURN REQUESTED {{rp N111 M1j {.' t S ? x t s .s,....ss...t.>S.S.�r�ii�:a�z�m����_i...�.,.., n ..-.,�✓....._ �....x�,..v1F...a,_. Y..r:.,._s ,.........�......,..-,..,. ...-..... .__. . .. . SECTION C PROPOSAL for the construction of ATLANTA AVENUE REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET AND INDIANAPOLIS AVENUE REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET CC NO. 1539 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 65 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid,find Bid Bond in the amount Of 10% which said amount is not less than 10%of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for_% ", as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's S' nature 1 03/17/2017 lr'� yard J. •ar� ice esi en 2 03/21/2017 Edward VGarlson,Vice rest en C-2 SECTION C PROJECT BID SCHEDULE ATLANTA AVENUE REHABILITATION from Newland Street to Magnolia Street and INDIANAPOLIS AVENUE REHABILITATION from Newland Street to Magnolia Street CC No. 1539 PROJECT BASE BID: Basis of Award Atlanta Avenue Rehabilitation from Newland St. to Magnolia St.and Indianapolis Avenue Rehabilitation from Newland Street to Magnolia Street..... C-2.2 to C-2.11 1.ATLANTA AVENUE REHABILITATION from Newland St. to Magnolia St. $ 2. INDIANAPOLIS AVE. REHABILITATION from Newland St. to Magnolia St. $ C 55791 (0500 00 BASE BID TOTAL AMOUNT LUMP SUM BID IN FIGURES: (TOTAL FOR ITEMS I &2) BASIS OF AWARD C-2.1 SECTION C PROJECT BID SCHEDULE ATLANTA AVENUE REHABILITATION from Newland Street to Magnolia Street and INDIANAPOLIS AVENUE REHABILITATION from Newland Street to Magnolia Street CC No. 1539 ATLANTA AVENUE REHAIBILITATION FROM NEWLAND STREET TO MAGNOLIA STREET CC NO. 1539 C-z.z ATLANTA (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid Const ContractUnit Extended No. No. Description Quantity Unit Price Amount 1 -- MOBILIZATION 1 LS $�����-' $ 2 -- TRAFFIC CONTROL PLAN 1 LS $ OO— $ ,ISCVI/ 3 -- FURNISH PROJECT TRAFFIC 1 LS $ © $ O CONTROL 4 _ FURNISH AND INSTALL SIGNING AND STRIPING "I 1 LS $ 00— $ �-I 00 — —may PROJECT SPECIFIC WPCP (WATER 6 -- POLLUTION CONTROL PLAN)TO 1 LS $ O— $ �b ADDRESS CONSTRUCTION BMP'S. INSTALL AND MAINTAIN 6 -- CONSTRUCTION BMP'S PER 1 LS $ — $ DO APPROVED WPCP. REMOVE AND RECONSTRUCT CURB ACCESS RAMP, DEPRESSED CURB, AND GUTTER PER CALTRANS STD PLAN RSP A88A FROM BCR TO ECR. (CASE SHOWN ON PLAN). 7 1 (INCLUDES ALL APPURTENANCES, 4 EA $ CURB GUTTER, DEPRESSED CURB, -}— SIDEWALK, DOMES, RETAINING CURB, SLOT PAVEMENT,AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT OAT FIBER 8 3 REINFORCED ASPHALT RUBBER 2,820 TN $ $ HOT MIX(ARHM)WET PROCESS OVERLAY. ADJUST SEWER MANHOLE TO C�� GRADE. is1 0 9 4 12 $ 0 C-2.3 ATLANTA (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid onst Contrac -----7U-nTF Extended No. No. Description Quantity Unit Price Amount FURNISH AND INSTALL ZEBRON, SANCON OR CITY APPROVED EQUAL 10 -- COATING ON THE NEW CONCRETE 6 EA $ \,LQ0 $__U, ,0� INSIDE OF AGENCY SEWER MANHOLE RING. REPLACE WATER VALVE BOX 11 5 ASSEMBLY AND ADJUST TO GRADE 14 EA $ !f-,\ — $ 1'I Z PER HB STD PLAN 612. COLD MILL EXISTING A.C. 12 6 PAVEMENT TO A DEPTH OF 0.34' 199,220 SF $ ®• 0 $ FROM EXISTING FINISHED SURFACE PER PLANS. CONSTRUCT NEW 0.17'B-PG-70-10 FIBER REINFORCED A.C. BASE 13 6 COURSE OVER 95%COMPACTED 2,560 TN $ $ SUBGRADE PRIOR TO 0.17'ARHM OVERLAY, PER PLANS. EXCAVATE EXISTING A.C. 14 7 PAVEMENT TO A DEPTH OF 0.42' 20,380 SF $ 0. 55 $ 1 Zak FROM EXISTING FINISHED SURFACE, PER PLANS. CONSTRUCT NEW 0.25'B-PG-70-10 FIBER REINFORCED A.C. BASE 15 7 COURSE OVER 95%COMPACTED 390 TN $ 0 $ 2 �� SUBGRADE PRIOR TO 0.17'ARHM OVERLAY, PER PLANS. 16 9 TO ADJUST SURVEY MONUMENT WELL 1 EA $ 500 — $ dd E. REMOVE AND RECONSTRUCT CONCRETE CURB AND CROSS GUTTER PER HB STD. PLAN 205. r 17 10 (ITEM INCLUDES SLAT PAVEMENT, 1,665 SF $ � � $ AGGREGATE BASE AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) C-2.4 ATLANTA (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Old Const Contract Unit Extended No. No. Description Quantity Unit Price Amount REMOVE AND RECONSTRUCT LOCAL DEPRESSION PER HB STD r 18 11 PLAN 302. (INCLUDES SLOT 90 SF $ ` �� _ $ I.QZd— PAVEMENT,AGGREGATE BASE,AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CURB AND GUTTER PER HB STD PLAN 202 (CF=8"). (INCLUDES SLOT 19 12 PAVEMENT,AGGREGATE BASE, LOT 710 LF $ CJ�• $ �j°r ��jo_ DRAINS,AND ALL ITEMS �— NECESSARY TO COMPLETE THE WORK 1N PLACE.) REMOVE AND RECONSTRUCT SIDEWALK PER HB STD.PLAN 207 AND AS MODIFIED ON PLANS. (INCLUDES OVER EXCAVATION OR FILL FOR CHANGES 1N GRADE, RE- �t 20 13 GRADE FROM WALK TO EXISTING 7,470 SF $ SLOPE, RELOCATING IRRIGATION TO BACK OF NEW WALK, RETURNING LANDSCAPING TO PRE- CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) INSTALL NEW DETECTOR LOOPS PER CITY STANDARD SPECIAL PROVISIONS FOR THE CONSTRUCTION OF TRAFFIC _ 21 14 SIGNALS AND LIGHTING SYSTEMS, 48 EA $ 20� $ Q Z 2005 EDITION.SPLICE LOOPS TO DLC IN PULLBOX. BIKE LANE LOOPS AND ALL LOOPS AT LIMIT LINE SHALL BE TYPE"D". REMOVE EXISTING TREE AND AND/ORROOTS STUMP 22 15 AND ROOTS TO 24"BELOW TOP OF 17 EA $ SIDEWALK J GRADE WITHIN PROPOSED IMPROVEMENT AREA. C-2.5 Addendum 1, CC-1539, Replacement Page C-2.6 ATLANTA (NEWLAND TO MAGNOLIA) PROJECT BID SHEET i > onst " ontract nit Extended No. NO. Description Quantity 'Unit Price Amount REMOVE EXISTING MEDIAN PORTION AND CONSTRUCT NEW MEDIAN ISLAND PASSAGEWAY PER CALTRANS STD PLANS RSP A88A, RSP A88B, AND DETAIL ON SHEET 3. (INCLUDES 8-INCH CURB AND GUTTER PER HB STD PLAN 202, SIDEWALK AREA BETWEEN CURB 23 18 AND PASSAGEWAY PER HB STD 1 LS $ 12 uL— $ 2600 PLAN 207, OVER EXCAVATION OR FILL FOR CHANGES IN GRADE, RELOCATING IRRIGATION TO BACK OF NEW WALK, RETURNING LANDSCAPING TO PRE- CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) INSTALL TRUNCATED DOMES TO EXISTING CURB ACCESS RAMP AS 24 19 REQUIRED PER CALTRANS STD. 2 EA $ O $ Z , �>00 PLAN RSP A88A AND SPECIFICATIONS SECTION 303- 5.5.5.1. FURNISH AND PLANT NEW 24" BOX MULTI-TRUNK EASTERN RED BUD PER HB STD. PLANS 714, 715, 716, 718 &719 AS SHOWN ON PLANS. CITY STREET TREE SUPERVISOR OR THE AGENCY'S REPRESENTATIVE II t�11 25 20 SHALL DETERMINE TREE LOCATION. 12 EA $ $ l Z 0 V"' (ITEM INCLUDES PROTECTING EXISTING IRRIGATION, CLEARING AND GRUBBING OF HEDGES WITHIN 5-FEET EITHER DIRECTION OF NEW TREE MEASURED FROM CENTER OF TREE). REMOVE EXISTING MULTI-TRUNK AUSTRALIAN BRUSH CHERRY (SYZYGIUM PANICULATUM) BEHIND Q 26 21 SIDEWALK; GRIND STUMP AND 74 EA $ $ 1 �� ROOTS TO 24" BELOW TOP OF SIDEWALK/GRADE WITHIN PROPOSED IMPROVEMENT AREA. C-2.6 Addendum 1, CC-1539 Addendum 1, CC-1539, Replacement Page C-2.7 ATLANTA (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid Const Contract :Unit nit xten e ft. No. Description ' Quantity 'Unit Price Amount' FURNISH AND INSTALL NEW 27 22 HEAVENLY BAMBOO (NANDINA)AT 74 EA $ $ �j G 10-FEET ON CENTER BEHIND SIDEWALK. ADJUST OCSD MANHOLE TO GRADE PER OCSD STD. PLAN S-053, S-054 28 23 AND S-055. CONTRACTOR TO 1 EA $ 0 — $_) tw'— COORDINATE WITH MIKE BOLSTER AT (714) 593-7645. REMOVE AND RECONSTRUCT DEEPENED CURB AND GUTTER PER HB STD PLAN 202(B) (CF=8"). 29 24 (INCLUDES SLOT PAVEMENT, 110 LF $ $ 5 — AGGREGATE BASE, LOT DRAINS, AND ALL ITEMS NECESSARY TO REMOVE EXISTINGPURPLE HOP BEHINDSEED 30 25 STUMP AND ROOTS TO 24" BELOW 12 EA $ 1 $ TOP OF SIDEWALK/GRADE WITHIN PROPOSED IMPROVEMENT AREA. Total Amount Bid in Figures: $ Cl 9 Q Total Amount Bid in Words: '( .................,, .................. .............., v{? .........,,,.,,,,..,,,.,,. C-2.7 Addendum 1, CC-1539 SECTION C PROJECT BID SCHEDULE ATLANTA AVENUE REHABILITATION from Newland Street to Magnolia Street and INDIANAPOLIS AVENUE REHABILITATION from Newland Street to Magnolia Street CC No. 1539 INDIANAPOLIS AVENUE REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET CC NO. 1539 C-2.8 INDIANAPOLIS (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount 1 -- MOBILIZATION 1 LS $ O $ moo 2 -- TRAFFIC CONTROL PLAN 1 LS $ $ � 3 -- FURNISH PROJECT TRAFFIC i LS $ O — $ Z O CONTROL 4 -- FURNISH AND INSTALL SIGNING 1 LS $ 7,4 $ Z O AND STRIPING — PROJECT SPECIFIC WPCP 6 -- (WATER POLLUTION CONTROL 1 LS $ O $ � PLAN)TO ADDRESS CONSTRUCTION BMP'S. INSTALL AND MAINTAIN 6 -- CONSTRUCTION BMP'S PER 1 LS $ OO'- $—59 OO�' APPROVED WPCP. REMOVE AND RECONSTRUCT CURB ACCESS RAMP, DEPRESSED CURB,AND GUTTER PER CALTRANS STD PLAN RSP A88A FROM BCR TO ECR. (CASE SHOWN ON PLAN). (INCLUDES ALL //ll 7 1 APPURTENANCES,CURB 2 EA $ V $ 00 GUTTER, DEPRESSED CURB, SIDEWALK, DOMES, RETAINING CURB, SLOT PAVEMENT,AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT OAT FIBER 8 3 REINFORCED ASPHALT RUBBER 1,550 TN $ $ d 0 HOT MIX(ARHM)WET PROCESS OVERLAY. S 4 ADJUST SEWER MANHOLE TO 3 EA $ (9 _ $ r G G. GRADE. -- �L— FURNISH AND INSTALL ZEBRON, SANCON OR CITY APPROVED 10 -- EQUAL COATING ON THE NEW 2 EA $ ®C) $ z ,Z,0 0 CONCRETE INSIDE OF AGENCY SEWER MANHOLE RING.REPLACE 11 5 ASSEMBLY AND ADJUST TOTER VALVE 5 EA $ d `T $ O Jv GRADE PER HB STD PLAN 612. C-2.9 INDIANAPOLIS (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount COLD MILL EXISTING A.C. 12 6 PAVEMENT TO A DEPTH OF 0.26' 120,500 SF $ $1� � / FROM EXISTING FINISHED Q. i J J SURFACE PER PLANS. CONSTRUCT NEW 0.1 3'B-PG-70- 10 FIBER REINFORCED A.C.BASE —7 13 6 COURSE OVER 95%COMPACTED 1,185 TN $ '0 $ 0 NO SUBGRADE PRIOR TO 0.1 T ARHM OVERLAY PER PLANS. EXCAVATE EXISTING A.C. 14 7 PAVEMENT TO A DEPTH OF 0.34' 37,145 SF $ ® .�d $ 2 W .�j FROM EXISTING FINISHED SURFACE PER PLANS. CONSTRUCT NEW 0.21'B-PG-70- 10 FIBER REINFORCED A.C. BASE t , 15 7 COURSE OVER 95%COMPACTED 590 TN $ Q $ �1 " SUBGRADE PRIOR TO 0.1 T ARHM OVERLAY, PER PLANS, ADJUST SURVEY MONUMENT — $ 5 00 16 9 WELL TO GRADE. 1 EA $ , ` -- 1 REMOVE AND RECONSTRUCT LOCAL DEPRESSION PER HB STD n 17 10 PLAN 302. (INCLUDES SLOT 65 LF $2 r'J $ 'I PAVEMENT,AGGREGATE BASE, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CURB AND GUTTER PER HB STD PLAN 202(CF=8").(INCLUDES _ 18 11 SLOT PAVEMENT,AGGREGATE 600 LF $_ $ 3 U BASE, LOT DRAINS,AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT SIDEWALK PER HB STD.PLAN 207 AND AS MODIFIED ON PLANS. (INCLUDES OVER EXCAVATION OR FILL FOR CHANGES IN GRADE, RE-GRADE FROM WALK TO 19 12 EXISTING SLOPE, RELOCATING 15,200 SF $ L9 • IRRIGATION TO BACK OF NEW WALK, RETURNING LANDSCAPING TO PRE-CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) C-2.10 INDIANAPOLIS (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount INSTALL NEW DETECTOR LOOPS PER CITY STANDARD SPECIAL PROVISIONS FOR THE CONSTRUCTION OF TRAFFIC 20 13 SIGNALS AND LIGHTING 26 EA $ 2 y e $ * SYSTEMS,2005 EDITION. SPLICE LOOPS TO DLC IN PULLBOX. BIKE LANE LOOPS AND ALL LOOPS AT LIMIT LINE SHALL BE TYPE"D". REMOVE EXISTING TREE AND ROOTS; GRIND TREE STUMP AND 2 �l 21 14 ROOTS TO 24"BELOW TOP OF 32 EA '— SIDEWALK/GRADE WITHIN PROPOSED IMPROVEMENT AREA. FURNISH AND PLANT NEW 24" BOX MULTI-TRUNK EASTERN RED BUD(CERCIS CANADENSIS)PER HB STD. PLANS 714,715,716,718 &719 AS SHOWN ON PLANS.CITY STREET TREE SUPERVISOR OR THE AGENCY'S REPRESENTATIVE 22 16 SHALL DETERMINE TREE 16 EA $ Z�d — $ I Z,00 " LOCATION. (ITEM INCLUDES PROTECTING EXISTING IRRIGATION, CLEARING AND GRUBBING OF HEDGES WITHIN 5- FEET EITHER DIRECTION OF NEW TREE MEASURED FROM CENTER OF TREE). Total Amount Bid in Figures: $ �j �j ��� , G 0 5 9r�D�� 00 � r Total Amount Bid in Words: 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 Name and Address of State Class DIR PWC Dollar % of Item(s) Subcontractor License Reglstt"tfon Amount Contract Number Porl-i Co LNr)6SCAP<-, 201 zS �v,�-(v� � 2� $C � V ra L5 0i2AwLsL�� 2 e'�� big c- Gal 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 Corona CA Date city Slate Edward J. Carlson, Vice President being first duly sworn, deposes and says that he or she is Vice President of All American Asphalt 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. All American Asphalt Name of Bidder Sigah"ture of Bidder' Edward J. Carlson, Vice President 400 East Sixth Street Corona, CA 92879 Address of Bidder C-4 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached.and not the truthfulness.accuracv.or validity of that document. State of California County of Riverside On March 27, 2017 before me, Courtney Chapas, Notary Public Date Here Insert name and Title of the Officer personally appeared Edward J. Carlson 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/sheAhey executed the same in his/her4heir authorized capacity(ies), and that by his/her/#heir COURTNEY CHAPAS signature(s) on the instrument the person(s), or the entity upon behalf Notary Public - California of which the person(s)acted, executed the instrument. Z Riverside County Z Commission #2172984 M •.Comm.Ex Tres Nov 20,2020+ I certify under PENALTY OF PERJURY under the laws of the State of California that the forgoing paragraph is true and correct. WITNESS my hand a d official seal. Signature Place Notary Seal Above Signal of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person 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 Noncollusion Affidavit Document Date: March 27, 2017 Number of Pages: 1 Signer(s) Other Than Named Above: None Capacity(iel Claimed by Signer(s) Signer's Name: Edward J. Carlson ner's Name: ❑ Individual ❑ In 'dual X Corporate Officer—Title(s): Vice President ❑ Corpor Officer—Title(s): ❑ Partner ❑ ❑ Limited ❑ General RIGHTTHUMBPRINT ❑ Partner ❑ ❑ ited ❑ General RIGHT THUMBPRINT ❑Attorney in Fact ❑Attorney in Fact OF ❑Trustee Top of thumb here Top of thumb here ❑Trustee ❑ Other: ❑ Other: Signer is Representing: All American Asphalt Signer is Representing: All American Asphalt 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 ATLANTA AVENUE REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET AND INDIANAPOLIS AVENUE REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET CC NO. 1539 (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. All American Asphalt Contractor By Edward"J. Carlson Vice President Title Date: 31 Z 7// -] 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? Q Yes CdNo 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. 1 am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. All American Asphalt Contractor 1,01/� By Edward J'Carlson Vice President Title Date: L J/Z 711 C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: All American Asphalt Bidder Name 400 East Sixth Street Business Address Corona, CA 92879 City, State Zip ( 951 ) 227-3007 publicworks@allamericanasphalt.com Telephone Number Email Address 267073 A, C-12 State Contractor's License No.and Class 1/19/71 Original Date Issued 1/31/2018 Expiration Date The work site was inspected by Jim McGee of our office on �3/>_7-/f.7 ,2017. The following are persons,firms, and corporations having a principal interest in this proposal: Mark Luer, President 400 East Sixth Street Edward J. Carlson, Vice President Corona, CA 92879 Michael Farkas, Secretary Ph: (951) 736-7600 Fax: (951) 736-7646 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. All American Asphalt Company Name Signature of Bidder' Edward J. Carlson, Vice President Printed or Typed Signature Subscribed and sworn to before me this_day of ,2017 . A notary public or other officer completing this certificate verifies only the identity of the dividual who signed the document to which this certificate is attached, and not the tru ulness,accuracy, or validity of that document. State of ) County of ) On before me, Month, Day, and Year Insert Name and Title of Notary personally appeared Name(s)of Signer(s) who proved to me on the basis of satisfactory evide a to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/ their signature(s) on the instrument the person(s),or the entity upon behalf of which the person(s) ted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the tate of California that the foregoing paragraph is true and correct. n � WITNESS my hand and official seal Pe a&CC I)C& a91fiOOrI1dQj JUto Signature Signature of Notary Public (PLACE NOTARY SEAL ABO ) C-9 CALIFORNIA JURAT GOV CODE § 8202 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 Riverside Subscribed and sworn to (or affirmed) before me on this 27th day of March , 2017, Date Month By (1) Edward J. Carlson Name of Signer Proved to me on the basis of satisfactory evidence be the person who appeared before me (.) (,) COURTNEY CHAPAS (and Notary Public -California z .P m Riverside County a (2) Z Commission#2172984 Name of Signer M Comm.Expires Nov 20,2020 Proved to me on the basis of satisfactory evidence be the person who appeared before me.) Signature Place Notary Seal Above ig ature of otary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Further Description of Any Attached Document RIGHT THUMBPRINT RIGHT THUMBPRINT OF SIGNER OF SIGNER Title or Type of Document Bidder's Information Top of thumb here Top of thumb here Document Date: 3-27-2017 Number of Pages: 2 Signer(s)Other Than Named Above: None Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of(Describe specific work and experience necessary for project. For example, "Sanitarl sewer line installation of at least of 1,000 of 8-inch and greater in ilublic right-of-way. Sanitary sewer lift stations of similar size ro'ect work within public streets, an area containing high ground water and pipeline construction in high ground water regions with trench depths of 8-feet to the invert"). Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: 1. City of Riverside 3900 Main St. Riverside, CA 92501 Name and Address of Public Agency Name and Telephone No.of Project Manager: Steve Howard, (951) 826-5708 $3,400,725.00 Preservation and Maintenance 06/2016 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 2. City of Diamond Bar 21810 Copley Drive Diamond Bar, CA 91765 Name and Address of Public Agency Name and Telephone No.of Project Manager: Kimberly Young, (909) 839-7044 $1,939,000.00 Beautification Project 05/2016 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 3. City of Victorville 14343 Civic Drive Victorville, CA 92392 Name and Address of Public Agency Name and Telephone No.of Project Manager: Bruce Miller(760) 269-0045 $2,611,215.00 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: C-lt? Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager,and Superintendent. For each of these critical positions,please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1. Jim McGee Name of proposed Project Manager Telephone No.of proposed Project Manager: (951) 736-7600 Ext. 205 2014/2015 Arterial Streets $1,683,076-Street Reconstruction 09/2015 Project Name&Contract Amount Type of Work Date Completed Bristol Street Reconstruction $6,951,475-Street Rehabilitation 12/2014 Project Name&Contract Amount Type of Work Date Completed Gilman Springs Road $1,695,108-Street Reconstruction 09/2013 Project Name &Contract Amount Type of Work Date Completed 2. Rick Selph Name of proposed Superintendent Telephone No.of proposed Superintendent: (951)453-4645 Bristol Street Widening $7,315,904- Road Widening 11/2014 Project Name&Contract Amount Type of Work Date Completed RTE 91 (Caltrans) $16,690,283 Freeway Rehabilitation 07/2014 Project Name& Contract Amount Type of Work Date Completed Residential Street Overlay $2,051,087-Street Overlay 12/2014 Project Name &Contract Amount Type of Work Date Completed C-11 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771.1(a)), passed by the California State Senate on June 20, 2014, established a new public works Contractor Registration Program, which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July I through June 30 state fiscal year) with the California Department of Industrial Relations (DIR). Currently the annual non-refundable registration fee for Contractors is $300. Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 http://www.d ir.ca.gov/DLSE/PublieWorks/SB854FactSheet_6.30.14.pdf DIR's Contractor Registration Link—Call (844) 522-6734 https://efi I ing.dir.ca.gov/P WCR/Action Servlet?action=displayP W CRegistrationForm DIR's Contractor Registration searchable database: https://efiling.dir.ca.gov/PWCR/Search.action 1 am aware and will comply with the provisions of Labor Code Section 1771.1(a)which states: "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code,or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded." I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid. All American Asphalt Contractor By Edward J. Olson Vice President Date: -&2 L J -7 Title PWC REGISTRATION#: 1000001051 C-12 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For ATLANTA AVENUE REHABILITATION from Newland Street to Magnolia Street and INDIANAPOLIS AVENUE REHABILITATION from Newland Street to Magnolia Street CC No. 1539 in the CITY OF HUNTINGTON BEACH March 17, 2017 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) PROJECT BID SHEET—Section C Specification Book(2 Sheets attached to Addendum 1) Replace two pages entitled "Project Bid Sheets—pages C-2.6 and C-27' with"Project Bid Sheet—C-2.6 and C-2.7 Addendum 1" (2 sheets). Reason: Bid item"26-Remove Existing Multi-Trunk Australian Brush Cherry..."quantity was changed from 66 EA to 74 EA; Bid item "27-Furnish and Install New Heavenly Bamboo..." quantity was changed from 66 EA to 74 EA, and new Bid Item"30-Remove Existing Dead Purple Hop Seed..."quantity of 12 EA was added as an additional bid item. Bidders Shall Submit Section C With The Most Current Revised Bid Sheet. 2) PRE-BID SITE WALK, QUESTIONS AND ANSWERS-(2 Sheets attached to Addendum 1) Reason: Bidders who didn't attend can have this information for preparation of bid. 3) PLANS—ATLANTA AVENUE(NEWLAND AVENUE TO MAGNOLIA) (No sheets attached) a. On the Title Sheet (Sheet 1 of 4) insert the Revised Quantities for Construction Note 21- Remove Existing Multi-Trunk Australian Brush Cherry..." from 66 EA t� 74 EA and for Construction Note 22-Furnish and Install New Heavenly Bamboo..."from 66 �A to 74 EA. Reason: Quantities changed to match revised Bid Sheet Insert New Construction Note 25- "REMOVE EXISTING DEAD PURP HOP SEED BEHIND SIDEWALK; GRIND STUMP AND ROOTS TO 24" BELOW TOP OF SIDEWALK/ GRADE WITHIN PROPOSED IMPROVEMENT AREA' and Quantity of 12 EA. Reason: New construction note and quantity added to match revised Bid Sheet. b. On the Last Sheet (Sheet 4 of 4) insert a circle (with "25" in the middle) to represent Construction Note 25 located between Sta. 58+25 and 62+01 on the south side. Reason: Remove Existing Dead Purple Hop Seed in this area. c. On Sheet 3 (Sheet 3 of 4) insert circle (with "21" in the middle) and another circle (with "22" in the middle) between sta. 52+92 and 53+60 on the south side. Reason: Remove 8 Australian Brush Cherry and Install 8 Heavenly Bamboo in this`area. 4) SIGNING AND STRIPING PLANS—ADD PLANS—(4 Drawings Issued with Addendum 1) a. "Signing and Striping Plan, Atlanta Avenue from Newland St. to Magnolia St." b. "Signing and Striping Plan, Indianapolis Avenue from Newland St. to Magnolia St." Reason: These Signing and Striping plans shall be incorporated into the Project Plans. This is to acknowledge receipt and review of Addendum Number One, dated above'. All American Asphalt Company Name By 'Edwar, J. Carlson, Vice President 3/22 zz 7 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. For Addendum questions, please call James Wagner at(714) 536-5467 within 24 hours of posting. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER TWO For ATLANTA AVENUE REHABILITATION from Newland Street to Magnolia Street and INDIANAPOLIS AVENUE REHABILITATION from Newland Street to Magnolia Street CC No. 1539 in the CITY OF HUNTINGTON BEACH March 21, 2017 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) SPECIFICATION BOOK—Appendix A through and including F (38 Sheets attached to Addendum 2)Add Appendices A through F to Specification Book. Reason: Appendices A through F were not included with the initial documents APPENDIX A DOWNLOAD PUBLIC WORKS STANDARDS, TRUCK ROUTE, TRASH PICK UP, STREET SWEEPING SCHEDULE, AND TEMPORARY WATER METER 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 This is to acknowledge receipt and review of Addendum Number One, dated above. All American Asphalt Company Name By Edward J. Carlson, Vice President Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. For Addendum questions, please call James Wagner at (714) 536-5467 within 24 hours of posting. o Fidelity and Deposit Company of Maryland Home Office: P.O. Box 1227. Baltimore.MD 21203-1227 BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, ALL AMERIC:AN ASPHALT � — BOND NO. 085 97 423 as Principal,(hereinafter called the "Principal"), and FIDELITY AND DEPOSIT COMPANY OF_MAR_YLAND P.O. Box 1227, Baltimore, Maryland 21203, a corporation duly organized under the laws of the State of Maryland, as Surety,(hereinafter called the"Surety"),are held and finely bound unto City of Huntington Beach as Obligee,(hereinafter called the"Obligee"), in the sure of TEN PERCENT OF THE TOTAL BID PRICE IN-------- Dollars($ 10%OF TOTAL BID PRICE ), for the payment of which sum well and truly to be made,the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, .jointly and severally, firmly by these presents. %VHEREAS,the Principal has submitted a bid for ATLANTA AVENUE REHABILITATION FRON1 NEWLAND STREET TO MAGNOLIA STREET AND INDIANAPOLIS AVENUE: REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET CC NO. 1539 Bid Date: March 28,2017 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 biddino 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 bi the event of the failure of the Principal to enter into such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void, otherwise to rernain in full force and effect. Signed and sealed this 20th day of March 2017 -- A.D., --- ALL AMERICAN ASPHALT (SEAL) i116 P rcipal 1PGOA6itness d y ti f rifle �- FIDELITY AND DEPOSIT COMPANY OF MARYLAND Surety (SEAL) Rebecca Haas-Bates Attorney-ir.-l=act Printed in cooperation with the American Institute ot'Arehitect;1.,'11A)by Fidelity and Deposit Company of l%laryland. Fidelity and Deposit Company of Manfland vouches that the language in the ducunaettt confonns exactly to the language used in AlA Document A-310,February 1970 Edition, B 1 D 7000OZZ0701 f CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached.and not the truthfulness.accuracy.or validitv of that document. State of California County of Riverside On March 27, 2017 before me, Courtney Chapas, Notary Public Date Here Insert name and TkIe of the Officer personally appeared Edward J. Carlson 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 COURTNEY CHAPAS his/#e,.�tT,�"�'r authorized capacity(ies), and that by his/her4heif _ Notary Public -California signature(s) on the instrument the person(s), or the entity upon behalf a `q Riverside Count = of which the person(s) z _F•_ Y P ( )acted, executed the instrument. Z Commission #2172984 My Comm.Expires Nov 20,2020 1 certify under PENALTY OF PERJURY under the laws of the State of California that the forgoing paragraph is true and correct. WITNESS my hand and fficial seal. Signature Place Notary Seal Above ignature f Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Bid Bond Document Date: March 20, 2017 Number of Pages: 1 Signer(s) Other Than Named Above: None Capacity(ies) Claimed by Signer(s) Signer's Name: Edward J. Carlson ner's Name: ❑ Individual ❑ In 'dual X Corporate Officer—Title(s): Vice President ❑ Corpora Officer—Title(s): ❑ Partner❑ ❑ Limited ❑ General ❑ Partner ❑ ❑ ' ited ❑ General ❑Attorney in Fact ❑Attorney in Fact ro, ❑Trustee Top of th ❑Trusteeumb here umb here ❑ Other: ❑ Other: Signer is Representing: Signer is Representing: i All American Asphalt All American Asphalt CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 r�iC�-,cyC�w��-,o_.c-k`�(t�..�f.;ns=:o-,E=�,�"'�^'="2�—T�✓+^�-�. a.f'.�'a "' � - �-�:-..-�.���;"- 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 j County of Orange ) On 03/20[2017 before me, R. Paramo,Notary Public Date Here Insert Name and Title of the Officer personally appeared Rebecca Haas-Bates NameN of SignerN who proved to me on the basis of satisfactory evidence to be the person(* whose name(.$ is/ate subscribed to the within instrument and acknowledged to me that he/she/it-ray executed the same in hWheritheir authorized capacityN,and that by his(her/tllsir signature�4on the instrument the person(a}} 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 o a i c ' hat the foregoing paragraph jserrd c@ R. PARAMO WITNESS me -ha nd official eal' ., Commission#2035890 Z Notary Public - California i Z Orange County M Comm. Expires Aug5, 2017 J Sign t Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Bid Bond Document Date: 03/20/2017 Number of Pages: 0- I) Signer(s) Other Than Named Above: All American Asphalt Capacity(ies) Claimed by Signer(s) Signer's Name: Rebecca Haas-Bates Signer's Name: ❑Corporate Officer — Title(s): D Corporate Officer — Title(s): _ i. Partner — ❑ Limited ❑General iD Partner — ❑ Limited D General Individual WAttorney in Fact ❑ Individual 0 Attorney in Fact ❑Trustee _ Guardian or Conservator ❑Trustee ❑ Guardian or Conservator Other: DI Other: Signer Is Representing: Signer Is Representing: Fidelity and Deposit Company of Maryland ©2014 National Notary Association • www.NationaiNotary.org - 1-800-US NOTARY(1-800-876-6827) Item#5907 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTI O HEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, thi�day of 20L7—. 'gyp O[Ipj� .G�y4NS(�f�, SEAL Michael Bond,Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT ALL REQUIRED INFORMATION TO: Zurich American Insurance Co. Attn: Surety Claims 1299 Zurich Way Schaumburg,IL 60196-1056 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 GERALD F.HALEY,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 William SYRKIN, Rebecca HAAS-BATES, Sergio D. BECHARA and Richard ADAIR, all of Irvine, 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 May,A.D.2016. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND SEAL '_Ft,O 0=ios� -.`Giyl INSt��gh O` E ;2_._A'':102 ms �7 u;% ION Secretary Vice President Eric D.Barnes Gerald F.Haley State of Maryland County of Baltimore On this 9th day of May, A.D. 2016,before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, GERALD F. HALEY,Vice President,and ERIC D.BARNES,Secretary, of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. I n l 1111\\\\\\ Constance A.Dunn,Notary Public My Commission Expires:July 9,2019 POA-F 012-0033D City of Huntington Beach 2000 Main Street ® Huntington Beach, CA 92648 (714) 536-5227 ® www.huntingtonbeachea.gov A`FFB: SOS, : Office of the City Clerk Robin Estanislau, City Clerk July 24, 2017 All American Asphalt P. O. Box 2229 Corona, CA 92878 RE: Atlanta Ave. & Indianapolis Ave. Rehabilitation —CC-1539 Enclosed please find your original bid bond for CC-1539. Sincerely, Robin Estanislau, CIVIC City Clerk RE:pe Enclosure Sister Cities: Anjo, Japan o Waitakere, New Zealand Ifs.DIA LXCa PAVWj CO~ L" !C9a;M;WENUE LONG 6EAN,UA 90808 ' S � rr, T �r (l� SECTION C PROPOSAL for the construction of ATLANTA AVENUE REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET AND INDIANAPOLIS AVENUE REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET CC NO. 1539 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 65 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 S baw in the amount "TER�I M'f Ca�p�Yv i 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 P. 9ROWN c-2 SECTION C PROJECT BID SCHEDULE ATLANTA AVENUE REHABILITATION from Newland Street to Magnolia Street and INDIANAPOLIS AVENUE REHABILITATION from Newland Street to Magnolia Street CC No. 1539 PROJECT BASE BID: Basis of Award Atlanta Avenue Rehabilitation from Newland St. to Magnolia St. and Indianapolis Avenue Rehabilitation from Newland Street to Magnolia Street . . . . . C-2.2 to C-2.11 1. ATLANTA AVENUE REHABILITATION from Newland St. to Magnolia St. $ 2. INDIANAPOLIS AVE. REHABILITATION from Newland St. to Magnolia St. $ olug3. 6 BASE BID TOTAL AMOUNT LUMP SUM BID IN FIGURES: (TOTAL FOR ITEMS 1 &2) BASIS OF AWARD C-2.1 SECTION C PROJECT BID SCHEDULE ATLANTA AVENUE REHABILITATION from Newland Street to Magnolia Street and INDIANAPOLIS AVENUE REHABILITATION from Newland Street to Magnolia Street CC No. 1539 ATLANTA AVENUE REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET CC NO. 1539 C-2.2 ATLANTA (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount 1 -- MOBILIZATION 1 LS $ $ sawo. ' 2 -- TRAFFIC CONTROL PLAN 1 LS $hff)Q-' $30Q()•� 3 - FURNISH PROJECT TRAFFIC 1 LS $Ib000•� CONTROL 4 FURNISH AND INSTALL SIGNING AND 1 LS $101000•— $(1000,-- STRIPING PROJECT SPECIFIC WPCP(WATER 5 -- POLLUTION CONTROL PLAN)TO 1 LS $ 4. $Cj00, ADDRESS CONSTRUCTION BMP'S. INSTALL AND MAINTAIN 00 6 -- CONSTRUCTION BMP'S PER 1 LS $ ��•'" APPROVED WPCP. REMOVE AND RECONSTRUCT CURB ACCESS RAMP, DEPRESSED CURB, AND GUTTER PER CALTRANS STD PLAN RSP A88A FROM BCR TO ECR. (CASE SHOWN ON PLAN). 7 1 (INCLUDES ALL APPURTENANCES, 4 EA $ -IoOU•' $ MO. ' CURB GUTTER, DEPRESSED CURB, SIDEWALK, DOMES, RETAINING CURB, SLOT PAVEMENT, AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT OAT FIBER C. ,• 8 3 REINFORCED ASPHALT RUBBER 2,820 TN $ � '�• $-28�6 HOT MIX(ARHM)WET PROCESS OVERLAY. 9 4 ADJUST SEWER MANHOLE TO 12 EA $ GRADE. C-2.3 ATLANTA (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount FURNISH AND INSTALL ZEBRON, SANCON OR CITY APPROVED EQUAL 10 -- COATING ON THE NEW CONCRETE 6 EA $ $3100 INSIDE OF AGENCY SEWER MANHOLE RING. REPLACE WATER VALVE BOX 11 5 ASSEMBLY AND ADJUST TO GRADE 14 EA $�1 •' $�aOQ' PER HB STD PLAN 612. COLD MILL EXISTING A.C. 12 6 PAVEMENT TO A DEPTH OF 0.34' 199,220 SF $0-01� $ 51"I�l�j•a' FROM EXISTING FINISHED SURFACE PER PLANS. CONSTRUCT NEW 0.17' B-PG-70-10 FIBER REINFORCED A.C. BASE b$•� 13 6 COURSE OVER 95% COMPACTED 2,560 TN $ $ SUBGRADE PRIOR TO 0.17'ARHM OVERLAY, PER PLANS. EXCAVATE EXISTING A.C. 14 7 PAVEMENT TO A DEPTH OF 0.42' 20,380 SF $ •� $� '� FROM EXISTING FINISHED SURFACE, PER PLANS. CONSTRUCT NEW 0.25' B-PG-70-10 FIBER REINFORCED A.C. BASE 15 7 COURSE OVER 95% COMPACTED 390 TN $ $ 33�`f 0•� SUBGRADE PRIOR TO 0.1 T ARHM OVERLAY, PER PLANS. 16 9 ADJUST SURVEY MONUMENT WELL 1 EA $ •� $�i�' TO GRADE. REMOVE AND RECONSTRUCT CONCRETE CURB AND CROSS GUTTER PER HB STD. PLAN 205. 17 10 (ITEM INCLUDES SLOT PAVEMENT, 1,665 SF $-ikfo • AGGREGATE BASE AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) C-2.4 ATLANTA (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount REMOVE AND RECONSTRUCT LOCAL DEPRESSION PER HB STD 18 11 PLAN 302. (INCLUDES SLOT 90 SF $ ��•� $ �11b•� PAVEMENT,AGGREGATE BASE, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CURB AND GUTTER PER HB STD PLAN 202 (CF=8"). (INCLUDES SLOT 19 12 PAVEMENT, AGGREGATE BASE, LOT 710 LF $ DRAINS, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT SIDEWALK PER HB STD. PLAN 207 AND AS MODIFIED ON PLANS. (INCLUDES OVER EXCAVATION OR FILL FOR CHANGES IN GRADE, RE- 20 13 GRADE FROM WALK TO EXISTING 7,470 SF $�•� $�� �•� SLOPE, RELOCATING IRRIGATION TO BACK OF NEW WALK, RETURNING LANDSCAPING TO PRE- CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) INSTALL NEW DETECTOR LOOPS PER CITY STANDARD SPECIAL PROVISIONS FOR THE CONSTRUCTION OF TRAFFIC 21 14 SIGNALS AND LIGHTING SYSTEMS, 48 EA $a3U•' $ 2005 EDITION. SPLICE LOOPS TO DLC IN PULLBOX. BIKE LANE LOOPS AND ALL LOOPS AT LIMIT LINE SHALL BE TYPE"D". REMOVE EXISTING TREE AND ROOTS AND/OR GRIND TREE STUMP 22 15 AND ROOTS TO 24" BELOW TOP OF 17 EA $�1100.' $1��•' SIDEWALK/GRADE WITHIN PROPOSED IMPROVEMENT AREA. C-2.5 Addendum 1, CC-1539, Replacement Page C-2.6 ATLANTA (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid Const Contract Unit Extended p - unt No. No. Description uantity Unit Price Amo Q REMOVE EXISTING MEDIAN PORTION AND CONSTRUCT NEW MEDIAN ISLAND PASSAGEWAY PER CALTRANS STD PLANS RSP A88A, RSP A88B, AND DETAIL ON SHEET 3. (INCLUDES 8-INCH CURB AND GUTTER PER HB STD PLAN 202, SIDEWALK AREA BETWEEN CURB 23 18 AND PASSAGEWAY PER HB STD 1 LS $ Q $ �.� PLAN 207, OVER EXCAVATION OR FILL FOR CHANGES IN GRADE, RELOCATING IRRIGATION TO BACK OF NEW WALK, RETURNING LANDSCAPING TO PRE- CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) INSTALL TRUNCATED DOMES TO EXISTING CURB ACCESS RAMP AS 24 19 REQUIRED PER CALTRANS STD. 2 EA $�j�00•� $ �(r7C7.� PLAN RSP A88A AND SPECIFICATIONS SECTION 303- 5.5.5.1. FURNISH AND PLANT NEW 24" BOX MULTI-TRUNK EASTERN RED BUD PER HB STD. PLANS 714, 715, 716, 718 & 719 AS SHOWN ON PLANS. CITY STREET TREE SUPERVISOR OR THE AGENCY'S REPRESENTATIVE 25 20 SHALL DETERMINE TREE LOCATION. 12 EA $��Ot7•� $lS (ITEM INCLUDES PROTECTING EXISTING IRRIGATION, CLEARING AND GRUBBING OF HEDGES WITHIN 5-FEET EITHER DIRECTION OF NEW TREE MEASURED FROM CENTER OF TREE). REMOVE EXISTING MULTI-TRUNK AUSTRALIAN BRUSH CHERRY (SYZYGIUM PANICULATUM) BEHIND 26 21 SIDEWALK; GRIND STUMP AND 74 EA $ $ ROOTS TO 24" BELOW TOP OF SIDEWALK/GRADE WITHIN PROPOSED IMPROVEMENT AREA. C-2.6 Addendum 1, CC-1539 Addendum 1, CC-1539, Replacement Page C-2.7 ATLANTA (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount FURNISH AND INSTALL NEW 27 22 HEAVENLY BAMBOO (NANDINA)AT 74 EA $��1.� $ 10-FEET ON CENTER BEHIND SIDEWALK. ADJUST OCSD MANHOLE TO GRADE PER OCSD STD. PLAN S-053, S-054 28 23 AND S-055. CONTRACTOR TO 1 EA $ $ t90D. COORDINATE WITH MIKE BOLSTER AT (714) 593-7645. REMOVE AND RECONSTRUCT DEEPENED CURB AND GUTTER PER 29 24 HB STD PLAN 202(B) (CF=8"). ( , 110 LF $aH•� $ �b�0•' INCLUDES SLOT PAVEMENT AGGREGATE BASE, LOT DRAINS, AND ALL ITEMS NECESSARY TO REMOVE EXISTINGPURPLE HOP SEED BEHIND SIDEWALK; GRIND 30 25 STUMP AND ROOTS TO 24" BELOW 12 EA $ C>O $ (400• ' TOP OF SIDEWALK/GRADE WITHIN PROPOSED IMPROVEMENT AREA. 0 Total Amount Bid in Figures: $ Total Amount Bid in Words:p�j h�hvWed�° ►U,fil�{�,ovl fe Whurdred-Cull dul(aT Gi cry .............,...,............,,...,,,..... ... ........... ............. .............g........................................... i.............. ...,.........._.., .......,,...................................... ...................... ...... ..... .. ................ C-2.7 Addendum 1, CC-1539 SECTION C PROJECT BID SCHEDULE ATLANTA AVENUE REHABILITATION from Newland Street to Magnolia Street and INDIANAPOLIS AVENUE REHABILITATION from Newland Street to Magnolia Street CC No. 1539 INDIANAPOLIS AVENUE REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET CC NO. 1539 C-2.s : INDIANAPOLIS (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount 1 -- MOBILIZATION 1 LS $40M.- $S0wo•� 2 - - TRAFFIC CONTROL PLAN 1 LS $ 3 FURNISH PROJECT TRAFFIC 1 LS $I W00•' $kb000-' CONTROL 4 FURNISH AND INSTALL SIGNING 1 LS $��I000•' $ AND STRIPING PROJECT SPECIFIC WPCP 5 (WATER POLLUTION CONTROL 1 LS $ �iOO.' $ 900.' PLAN)TO ADDRESS CONSTRUCTION BMP'S. INSTALL AND MAINTAIN 6 -- CONSTRUCTION BMP'S PER 1 LS $ 3Dx. ' APPROVED WPCP. REMOVE AND RECONSTRUCT CURB ACCESS RAMP, DEPRESSED CURB, AND GUTTER PER CALTRANS STD PLAN RSP A88A FROM BCR TO ECR. (CASE SHOWN ON PLAN). (INCLUDES ALL 7 1 APPURTENANCES, CURB 2 EA $ q000. $ 10000. GUTTER, DEPRESSED CURB, SIDEWALK, DOMES, RETAINING CURB, SLOT PAVEMENT, AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT 0.13' FIBER 8 3 REINFORCED ASPHALT RUBBER 1,550 TN $ IIc(350. HOT MIX (ARHM)WET PROCESS OVERLAY. 9 4 ADJUST SEWER MANHOLE TO 3 EA $ L00. $ 1$00•' GRADE. FURNISH AND INSTALL ZEBRON, SANCON OR CITY APPROVED 10 -- EQUAL COATING ON THE NEW 2 EA $ �100' $ 10�•' CONCRETE INSIDE OF AGENCY SEWER MANHOLE RING. REPLACE WATER VALVE BOX 11 5 ASSEMBLY AND ADJUST TO 5 EA $1S0•' $ 3�p0-� GRADE PER HB STD PLAN 612. C-2.9 INDIANAPOLIS (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount COLD MILL EXISTING A.C. 12 6 PAVEMENT TO A DEPTH OF 0.26' 120,500 SF $ 0 a� $ ;ggyq• FROM EXISTING FINISHED SURFACE PER PLANS. CONSTRUCT NEW 0.13' B-PG-70- 10 FIBER REINFORCED A.C. BASE 13 6 COURSE OVER 95% COMPACTED 1,185 TN $ b7 ' $ �1�13y5• ' SUBGRADE PRIOR TO 0.13'ARHM OVERLAY PER PLANS. EXCAVATE EXISTING A.C. 14 7 PAVEMENT TO A DEPTH OF 0.34' 37,145 SF $ d • $ ��C113 FROM EXISTING FINISHED SURFACE PER PLANS. CONSTRUCT NEW 0.21' B-PG-70- 10 FIBER REINFORCED A.C. BASE 15 7 COURSE OVER 95% COMPACTED 590 TN $ $b•' $ SO"l`I0. SUBGRADE PRIOR TO 0.13'ARHM OVERLAY, PER PLANS. 16 9 ADJUST SURVEY MONUMENT 1 EA $ 900• $Soo• ' WELL TO GRADE. REMOVE AND RECONSTRUCT LOCAL DEPRESSION PER HB STD 17 10 PLAN 302. (INCLUDES SLOT 65 LF $ ' $ PAVEMENT, AGGREGATE BASE, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CURB AND GUTTER PER HB STD PLAN 202 (CF=8"). (INCLUDES 18 11 SLOT PAVEMENT, AGGREGATE 600 LF $ 0. BASE, LOT DRAINS, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT SIDEWALK PER HB STD. PLAN 207 AND AS MODIFIED ON PLANS. (INCLUDES OVER EXCAVATION OR FILL FOR CHANGES IN GRADE, RE-GRADE FROM WALK TO 19 12 EXISTING SLOPE, RELOCATING 15,200 SF $IRRIGATION TO TO BACK OF NEW WALK, RETURNING LANDSCAPING TO PRE-CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) C-2.10 INDIANAPOLIS (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount INSTALL NEW DETECTOR LOOPS PER CITY STANDARD SPECIAL PROVISIONS FOR THE CONSTRUCTION OF TRAFFIC 20 13 SIGNALS AND LIGHTING 26 EA $ AD,-" SYSTEMS, 2005 EDITION. SPLICE LOOPS TO DLC IN PULLBOX. BIKE LANE LOOPS AND ALL LOOPS AT LIMIT LINE SHALL BE TYPE "D". REMOVE EXISTING TREE AND ROOTS; GRIND TREE STUMP AND 21 14 ROOTS TO 24" BELOW TOP OF 32 EA $tea $ SIDEWALK/GRADE WITHIN PROPOSED IMPROVEMENT AREA. FURNISH AND PLANT NEW 24" BOX MULTI-TRUNK EASTERN RED BUD(CERCIS CANADENSIS) PER HB STD. PLANS 714, 715, 716, 718 &719 AS SHOWN ON PLANS. CITY STREET TREE SUPERVISOR OR THE AGENCY'S REPRESENTATIVE 22 16 SHALL DETERMINE TREE 16 EA $ $ LOCATION. (ITEM INCLUDES PROTECTING EXISTING IRRIGATION, CLEARING AND GRUBBING OF HEDGES WITHIN 5- FEET EITHER DIRECTION OF NEW TREE MEASURED FROM CENTER OF TREE). Total Amount Bid in Figures: $ bj0a"63 Total Amount Bid in Words„ tX,�lf14.91i1DUfwttNn1!t�ltt 'ie�� ....... . .. .....„ ... ... I ►'. .................... ... F.. . .. C-2.1 1 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid Name and Address of State Class DIR PWC Dollar % of Item(s) Subcontractor License Regis#ation Amount Contract Number m.ox ho V 46 lye ervi�� �SyS� 011 1p�Opl`l3(0 �b�•' ;I-Y. 2�� �a5�t��lVI�1.Tf UPI 3-1S S �S� M &W,•,a#d4m C'el" V'ti' 3S�'b��' 10000115?9 nor. bra ve OA ko,a1 C.0"W P is "t" A- IWO.` J�Mot+9�raurfe � -1g3y0� �,v 160(�I%8o LA 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 ffk 2 6 L01/at LO"SEAC 4 CALIFORNIA Date City State C.P. L90WN being Y e rn, deposes and says that he or she is of the party making the foregoing bid that the bid is not made in t ehalf 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. We KIM, I. A Name of Bidder 0 "-VIJ Signature of Bidder C.P. BROWN, PRESIDENT 2230 LEM04 AVENUE Address of Bidder LC F-AU', 0A St% 06 C-4 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Los Angeles ? On MAR 2 8 2017 before me, C. Phillips, Notary Public Notary Public, (Here insert name and title of the officer) personally appeared C.P. Brown who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/4t< subscribed to the within instrument and acknowledged to me that he/sue/tl* executed the same in his/IWY/tl*r authorized capacity(ies), and that by his/l�o¢/th�*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. C.PFIILLIPS C WITNESS my hand and o ctal seal. , . ''a COMM 17 7' U) t Notary Public-California � LOS ANGELES COUNTY LL My Comm.Expires Oct 29,2020 ' C ? Signature of Notary Public I (Notary Seal) I I` I ADDITIONAL OPTIONAL INFORMATION l� INSTRUCTIONS FOR COMPLETING THIS FORM 4 Any acknowledgment completed in California must contain verbiage exactly as DESCRIPTION OF THE ATTACHED DOCUMENT appears above in the notary section or a separate acknowledgment form must be i 1 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 I (Title or description of attached document) acknowledgment verbiage as may be printed on such a document so long as the li verbiage does not require the notary to do something that is illegal for a notary in (l ?' California (i.e. certifying the authori=ed capacity of the signer). Please check the f (Title or description of attached document continued) document carefully for proper notarial wording and attach this form if required. 1 • State and County information must be the State and County where the document ff Number of Pages Document Date I 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. (Additional information) • 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. CAPACITY CLAIMED BY THE SIGNER • Indicate the correct singular or plural forms by crossing off incorrect forms(i.e. ❑ Individual(s) he/she/they,is/are)or circling the correct forms.Failure to correctly indicate this information may lead to rejection of document recording. ❑ Corporate Officer • 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 (Title) sufficient area permits,otherwise complete a different acknowledgment form. l I--- Parhler(S) • Signature of the notary public must match the signature on file with the office of the county clerk. ❑ Attorney-in-Fact Additional information is not required but could help to ensure this Trustee(s) acknowledgment is not misused or attached to a different document.❑ Other Indicate title or type of attached document,number of pages and date.Indicatethe capacity claimed by the signer. If the claimed capacity is acorporate officer,indicate the title(i.e.CEO,CFO,Secretary). Securely attach this document to the signed document C 2004-2015 Prounk Signing Service,Inc.-All Rights Reserved www.TheProLink.com-Nationwide Notary Service e 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 ATLANTA AVENUE REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET AND INDIANAPOLIS AVENUE REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET CC NO. 1539 (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. M ANCLU a PO . G CWAW, Contractor By 0.P. BROWN!,?MESADENT Title Date: MAR 2 8 2017 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 M No If the answer is yes, explain the circumstances in the space provided. NV� 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 w 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. pA�gNG COMPAW Contractor ail Auv"l By C.p, BH()V°4N,FREISAKW Title Date: MAR 2 8 2017 C-7 x BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder Name PAR, INC UCA EXCa FA1 22n l.WON VENUE Business Address '044 ' City, State Zip OWSIM841 Telephone Number Email Address STATE LUC. 698659 "A' A, w, L 3 ► State Contractor's License No. and Class 5 I�� I ►ga� Original Date Issued Expiration Date The work site was inspected by '(\M (41 PM of our office on 3 1 � , 201'1. The following are persons, firms, and corporations having a principal interest in this proposal: [teW"CAM GwgE6 O Rrnwn President and Chief Executive Officer Curtis P.Brown III Vice President and Chief Operating Officer. Rnice E.Flatt Vice President and Chief Financial Officer Marcia S.Miller Secretary Michele E.Drakulich Assistant 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. WMA G COMINY Company Name Signature of Bidder G.P. DROWN.,PRESIDENT Printed or Typed Signature Subscribed and sworn to before me this day of MAR 28 2017 , 201_ . A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of CALIFORNIA ) County of LOS ANGELES ) On MAR 2 8 2017 before me, C. Phillips, Notary Public Month, Day, and Year Insert Name and Title of Notary personally appeared C.P. BROWN 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. C.PHILLIPS WITNESS my hand and official seal. COMM.#2170177 N Notary Public-California LOS ANGELES COUNTY LL My Comm.Expires Oct 29,2020I� Signature Sigt%e of Notary Public (PLACE NOTARY SEAL ABOVE) 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 {Describe specific work and experience necessary for project. For example, "Sanitary sewer line installation of at least of 1,000 of 8-inch and greater in public right-of-way. Sanitary sewer lift stations of similar size, project work within public streets, an area containing high ground water and pipeline construction in high ground water regions with trench depths of 8-feet to the invert."I. 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: ter," Name and Address of Public Agency Name and Telephone No. of Project Manager: %MJ 1_Aon, S Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Gr 2. 6�j 0 k a ' Name and Address of Public Agency Name and Telephone No. of Project Manager: Aqq \- 161, mt1 ILI kKykt"�- A I Contract Amount Type of Work Date Completed Prov de additional project description to how, similar work: n"k 3. G\h � � 1�louo G v�� C Name and Address of Public Agency Name and Telephone No. of Project Manager:'-�' ��.,p J Contract Amount Type of Work Date Completed Provide additional roject descr' tin show similar work: C-10 e 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. ( Name of proposed Vroject Manager I Telephone No. of proposed Project Manager: �i) &A I S�`l �0 S Pro I.tOft L Lk1\��j8� � J Asv S t AA-I Ar ��1 �132 �'1-I 10 I l'r Project Name & Contract Amount Type of Work Date Completed cAn \�,A voA- w,c" 11 '►� rye QA wf�,&A P\rojec, Name &ppC..o""ntract Amount Type of Work Date Completed Gl0 �J I�k 1Z11�"�I„ r Sr ` 12� 1 Project Name& Contract Amount Type of Work Date Completed 2. fit, � tJ OJG/ Name of proposed Superintendent Telephone No. of proposed Superintendent: SWl �A P?Sl?f If 001111- VU1 m �T- MAC Af P oject Name & Contract Amount Type of Work Date Completed C�n �60 Ox I A TtA,�,Dt �P`roje t, Name & Qpntract Type of Work Date Completed Project Name &Contract Amount Type of Work Date Completed C-11 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT _ OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771.1(a)), passed by the California State Senate on June 20, 2014, established a new public works Contractor Registration Program, which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations (DIR). Currently the annual non-refundable registration fee for Contractors is $300. Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 http://www.dir.ca.gov/DLSE/PublicWorks/SB854FactSheet_6.30.14.pdf DIR's Contractor Registration Link—Call(844) 522-6734 https://efiling.dir.ca.gov/PWCR/ActionServlet?action=displayPWCRegistrationForrn DIR's Contractor Registration searchable database: https://efiling.dir.ca.gov/PWCR/Search.action I am aware and will comply with the provisions of Labor Code Section 1771.1(a) which states: "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded." I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid* weim EKG .PAM A Contractor By MAR 2 8 2017 Title Date: PWC REGISTRATION#: U C-12 STATE OF CALIFORNIA DEPARTMENT OF RESOURCES RECYCLING AND RECOVERY(CalRecycle) RELIABLE CONTRACTOR DECLARATION CalRecycle 168(Revised 7/13) This form must be completed and submitted to the Department of Resources Recycling and Recovery (CalRecycle) prior to authorizing a contractor(s) to commence work. Failure to provide this documentation in a timely manner may result in nonpayment of funds to the contractor(s). This form is intended to help the CalRecycle's Grantees comply with the Unreliable List requirement of their Terms and Conditions. The Unreliable List provision requires the following: Prior to authorizing a contractor(s) to commence work under the Grant, the Grantee shall submit to CalRecycle a declaration signed under penalty of perjury by the contractor(s) stating that within the preceding three (3) years, none of the events listed in Section 17050 of Title 14, California Code of Regulations,Natural Resources, Division 7, has occurred with respect to the contractor(s). Please see the reverse of this page,or refer to www.calre sg com If any of the events listed in Section 17050 have occurred, disclosure is required but will not necessarily result in CalRecycle refusing to approve the contractor. A signed statement explaining the facts and circumstances of the events must be attached to and submitted with this form. Contractor: Complete the form and send original to the Grantee. Grantee: Scan the form and upload it to the grant in CalRecycle's Grant Management System (GMS). For further instruction about logging into GMS and uploading this form, reference the Procedures and Requirements. Retain the original form in your grant file. GRANTEEINFORMATION v- � . . � .;, .:. . GRANTEE NAME: GRANT NUMBER: PRIMARY CONTACT NAME: CONTRACTOR INFORMATION`„ CONTRACTOR NAME: PAVING COMP W AUTHORIZED CONTRACTOR REPRESENTATIVE NAME: MAILING ADDRESS: 2230 LEMON AVENUE As the authorized representative of the above identified contractor, I declare under penalty of perjury under the laws of the State of California that within the preceding three (3)years, none of the events listed in Section 17050 of Title 14, California Code of Regulations, Natural Resources, Division 7, has occurred with respect to the above identified contractor. Alternatively, as the authorized representative of the above identified contractor, I declare under penalty of perjury under the laws of the State of California that within the preceding three (3)years, if any of the events listed in Section 17050 of Title 14, California Code of Regulations, Natural Resources, Division 7, has occurred with respect to the above identified contractor, I have disclosed all such occurrences in an attached signed statement that explains the facts and circumstances of the listed events. Signature Date PEAR 2 8 7017 Cop, BROWN, PR SMENTI C-13 STATE OF CALIFORNIA DEPARTMENT OF RESOURCES RECYCLING AND RECOVERY(CalRecycle) RELIABLE CONTRACTOR DECLARATION CalRecycle 168(Revised 7/13) Title 14 CCR,Division 7,Chapter 1 Article 5. Unreliable Contractors,Subcontractors,Borrowers and Grantees Section 47050.Grounds for Placement on Unreliable List The following are grounds for a finding that a contractor, any subcontractor that provides services for a CalRecycle agreement, grantee or borrower is unreliable and should be placed on the CalRecycle Unreliable Contractor, Subcontractor, Grantee or Borrower List ("Unreliable List"). The presence of one of these grounds shall not automatically result in placement on the Unreliable List. A finding must be made by the Executive Director in accordance with section 17054,and there must be a final decision on any appeal that may be filed in accordance with section 17055 et seq. (a) Disallowance of any and/or all claim(s)to CalRecycle due to fraudulent claims or reporting;or (b) The filing of a civil action by the Attorney General for a violation of the False Claims Act,Government Code section 12650 et.seq;or (c) Default on a CalRecycle loan,as evidenced by written notice from CalRecycle staff provided to the borrower of the default;or (d) Foreclosure upon real property loan collateral or repossession of personal property loan collateral by CalRecycle;or (e) Filing voluntary or involuntary bankruptcy,where there is a finding based on substantial evidence,that the bankruptcy interfered with the CalRecycle contract,subcontract,grant or loan;or (f) Breach of the terms and conditions of a previous CalRecycle contract,any subcontract for a CalRecycle agreement, grant,or loan,resulting in termination of the CalRecycle contract,subcontract,grant or loan by the CalRecycle or prime contractor;or (g) Placement on the CalRecycle's chronic violator inventory established pursuant to Public Resources Code section 44104 for any owner or operator of a solid waste facility;or (h) The person,or any partner,member,officer,director,responsible managing officer,or responsible managing employee of an entity has been convicted by a court of competent jurisdiction of any charge of fraud,bribery,collusion, conspiracy,or any act in violation of any state or federal antitrust law in connection with the bidding upon,award of,or performance under any CalRecycle contract,subcontract,grant or loan;or (i) The person or entity is on the list of unreliable persons or entities,or similar list,of any other federal or California state agency;or (j) The person or entity has violated an Order issued in accordance with section 18304;or, (k) The person or entity has directed or transported to,has or accepted waste tires at,a site where the operator is required to have but does not have a waste tire facility permit;or, (1) The person or entity has transported waste tires without a waste tire hauler registration;or, (m) The person or entity has had a solid waste facility or waste tire permit or a waste tire hauler registration denied, suspended or revoked;or, (n) The person or entity has abandoned a site or taken a similar action which resulted in corrective action or the expenditure of funds by CalRecycle to remediate,clean,or abate a nuisance at the site;or (o) The following are additional grounds for a finding that,a person or entity described below should be placed on the Unreliable List: (1) The person or entity owned 20%or more of an entity on the Unreliable List at the time of the activity that resulted in its placement on the Unreliable List; (2) The person held the position of officer director,manager,partner,trustee,or any other management position with significant control(Principal Manager)in an entity on the Unreliable List at the time of the activity that resulted in its placement on the Unreliable List; (3) The entity includes a Principal Manager who: 1. Was a Principal Manager in an entity on the Unreliable List at the time of the activity that resulted in its placement on the Unreliable List;or, 2. Owned 20%or more of an entity on the Unreliable List at the time of the activity that resulted in its placement on the Unreliable List; (4) The entity has a person who owns 20%or more of the entity,if that person: 1. Was a Principal Manager in an entity on the Unreliable List at the time of the activity that resulted in its placement on the Unreliable List;or, 2. Owned 20%or more of an entity on the Unreliable List at the time of the activity that resulted in its placement on the Unreliable List. (5) The entity has another entity which owns 20%or more of the entity,if that other entity: 1. Is on the Unreliable List;or, 2. Owned 20%or more of an entity on the Unreliable List at the time of the activity that resulted in its placement on the Unreliable List. (6) Subsection(o)is not intended to apply to a person or entity that purchases or otherwise obtains an entity on the Unreliable List subsequent to its placement on the Unreliable List. C-14 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For ATLANTA AVENUE REHABILITATION from Newland Street to Magnolia Street and INDIANAPOLIS AVENUE REHABILITATION from Newland Street to Magnolia Street CC No. 1539 in the CITY OF HUNTINGTON BEACH March 17, 2017 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) PROJECT BID SHEET—Section C Specification Book(2 Sheets attached to Addendum 1) Replace two pages entitled "Project Bid Sheets—pages C-2.6 and C-2.7"with "Project Bid Sheet— C-2.6 and C-2.7 Addendum 1" (2 sheets). Reason: Bid item"26-Remove Existing Multi-Trunk Australian Brush Cherry..."quantity was changed from 66 EA to 74 EA; Bid item "27-Furnish and Install New Heavenly Bamboo..." quantity was changed from 66 EA to 74 EA, and new Bid Item "30-Remove Existing Dead Purple Hop Seed..."quantity of 12 EA was added as an additional bid item. Bidders Shall Submit Section C With The Most Current Revised Bid Sheet. 2) PRE-BID SITE WALK, QUESTIONS AND ANSWERS-(2 Sheets attached to Addendum 1) Reason: Bidders who didn't attend can have this information for preparation of bid. 3) PLANS—ATLANTA AVENUE(NEWLAND AVENUE TO MAGNOLIA) (No sheets attached) a. On the Title Sheet (Sheet 1 of 4) insert the Revised Quantities for Construction Note 21- Remove Existing Multi-Trunk Australian Brush Cherry..." from 66 EA to 74 EA and for Construction Note 22-Furnish and Install New Heavenly Bamboo..."from 66 EA to 74 EA. Reason: Quantities changed to match revised Bid Sheet Insert New Construction Note 25- "REMOVE EXISTING DEAD PURPLE HOP SEED BEHIND SIDEWALK; GRIND STUMP AND ROOTS TO 24" BELOW TOP OF SIDEWALK / GRADE WITHIN PROPOSED IMPROVEMENT AREA'and Quantity of 12 EA. Reason: New construction note and quantity added to match revised Bid Sheet. b. On the Last Sheet (Sheet 4 of 4) insert a circle (with "25" in the middle) to represent Construction Note 25 located between Sta. 58+25 and 62+01 on the south side. Reason: Remove Existing Dead Purple Hop Seed in this area. c. On Sheet 3 (Sheet 3 of 4) insert circle (with "21" in the middle) and another circle (with "22" in the middle)between sta. 52+92 and 53+60 on the south side. Reason: Remove 8 Australian Brush Cherry and Install 8 Heavenly Bamboo in this area. 4) SIGNING AND STRIPING PLANS—ADD PLANS—(4 Drawings Issued with Addendum 1) a. "Signing and Striping Plan, Atlanta Avenue from Newland St. to Magnolia St." b. "Signing and Striping Plan, Indianapolis Avenue from Newland St. to Magnolia St." Reason: These Signing and Striping plans shall be incorporated into the Project Plans. This is to acknowledge receipt and review of Addendum Number One, dated above. Company ame By =Ps SHOWN,PREc;413ENT MAR 2 8 2017 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. For Addendum questions, please call James Wagner at (714) 536-5467 within 24 hours of posting. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER TWO For ATLANTA AVENUE REHABILITATION from Newland Street to Magnolia Street and INDIANAPOLIS AVENUE REHABILITATION from Newland Street to Magnolia Street CC No. 1539 in the CITY OF HUNTINGTON BEACH March 21,2017 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) SPECIFICATION BOOK—Appendix A through and including F(38 Sheets attached to Addendum 2)Add Appendices A through F to Specification Book. Reason: Appendices A through F were not included with the initial documents APPENDIX A DOWNLOAD PUBLIC WORKS STANDARDS,TRUCK ROUTE, TRASH PICK UP, STREET SWEEPING SCHEDULE, AND TEMPORARY WATER METER 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 This is to acknowledge receipt and review of Addendum Number One, dated above. Company Name By GA 13OWN, PRER)ENT (BAR 2 R 2017 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. For Addendum questions, please call James Wagner at(714) 536-5467 within 24 hours of posting. Bond No. Bid Bond BID BOND The American Institute of Architects, AIA Document No.A310(February, 1970 Edition) KNOW ALL MEN BY THESE PRESENTS,that we PALP Inc.dba Excel Paving Company as Principal hereinafter called the Principal,and Federal Insurance Company a corporation duly organized under the laws of the state of Indiana as Surety, hereinafter called the Surety, are held and firmly bound unto City of Huntington Beach as Obligee,hereinafter called the Obligee,in the sum of Ten percent of the total amount of the bid Dollars ($ 10% ), for the payment of which sum well and truly to be made,the said Principal and the said Surety, bind ourselves, our heirs, executors,administrators,successors and assigns,jointly and severally, firmly by these presents. WHEREAS,the Principal has submitted a bid for Atlanta Avenue&Indianapolis Avenue(1539) 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 Coatzact and for the prompt payment of labor and material famished 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 iv full force and effect. Signed and sealed this 15th day of March 2017 cuPALP Inc.dba Excel Paving Company Principal (Seal) Witness WIMIELE E;911AKULICIis ,'4647. SkCRE7ARy By; C. �� ?-Vu� Name/ritle C.P. WOWN Federal Insurance Company PRESIDENT Surety (Sea]) Witness By: QDouglas A.Rapp Attorney-in-Fact ORSC 21328(5/97) AGKNOWLEDGMENT State of California County of Orange On March 15, 2017 before me, Debra Swanson, Notary Public (insert name and title of the officer) personally appeared Douglas A. Rapp who proved to me on the basis of satisfactory evidence to be the person($)whose name(o) isAefe subscribed to the within instrument and acknowledged to me that he/ehe4hey executed the same in his/*e A*eir authorized capacity(Ye*, and that by his/hef+liefr signature($) 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. o'`"�°''hE,} DEB; SWANSON COMM. #2170759 X g NOTARY PUBLIC-CAUFORNIA N ORANGE COUNTY N `4L& MY COMM,EXP,NOV 10,2020 Signature (Seal) Chubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY ty cNuels Pacific Indemni CompanyWarren, NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Douglas A. Rapp and Timothy D. Rapp of Aliso Viejo, California------------------- --------------------------------------- each as their true and lawful Attorney-in-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof(other than bail bonds)given or executed in the course of business,and any instruments amending or altering the same,and consents to the modifcition or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 16th day of December,2011. Kenneth C.Wendel,Assistant Secretary .Norris,Jr.,Vice President STATE OF NEW JERSEY ss. County of Somerset On this 16th day of December, 2011 before me,a Notary Public of New Jersey,personally came Kenneth C.Wendel,to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel, being by me duly sworn, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By-Laws of said Companies;and that he signed said Power of Attomey as Assistant Secretary of said Companies by like authority;and that he is acquainted with David B.Norris,Jr.,and knows him to be Vice President of said Companies;and that the signature of David B. Norris,Jr.,subscribed to said Power of Attorney is in the genuine handwriting of David B.Norris, Jr.,and was thereto subscribed by authority of said By- Laws and in deponent's presence. .Notarial Seal KATHERINE 1,ADELAAR �.AOc �PAY�y9 NOTARY t'UBUC 16 NEW JEkSFI �v �G Commission Expi�Ju ly I6,2014 Notary Public CERTIFICATION Extract from the By-Laws of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY: "All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company,either by the Chairman or the President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved,printed or lithographed.The signature of each of the following officers:Chairman,President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached.' I,Kenneth C.Wendel,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY (the'Companiesl do hereby certify that (i) the foregoing extract of the By-Laws of the Companies is true and correct, (ii) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S.Treasury Department;further,Federal and Vigilant are licensed in Puerto Rico and the U.S.Virgin Islands,and Federal is licensed in American Samoa,Guam,and each of the Provinces of Canada except Prince Edward Island;and (iii) the foregoing Power of Attorney is true,correct and in full force and effect Given under my hand and seals of said Companies at Warren,NJ this ISth day of March,2017 1 s � r �'DIAXP tisr6µt`�. 'aFW YOa�� Kenneth C.We el,Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM,VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER,PLEASE CONTACT US AT ADDRESS LISTED ABOVE,OR BY Telephone(908)903-3493 Fax(908)903-3656 e-mail. sure chubb.com Fort 15-10-0225B-U (Ed.5-03) CONSENT CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT ff. (+ 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 j County of Los Angeles On before me, C. Phillips, Notary Public ,Notary Public, (Here insert name and title of the officer) personally appeared C. P. Brown and Michele E. Drakulich who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)Kare subscribed to j the within instrument and acknowledged to me that bCFWthey executed the same in 1 4/h)4/their authorized capacity(ies), and that by 1Ji4/hjt/their signature(s) on the instrument the person(s), or the entity upon behalf of f 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. C.PHILLIPS f 5� COMM.#2170177 M WITNESS my hand and official seal. _ M Notary Public-California � 3 LA a ANGELES COUNTY My'Comm.Expires Oct 29,2020 Signature of Notary Public (Notary Seal) � I (( 4f f ADDITIONAL OPTIONAL INFORMATION 6i INSTRUCTIONS FOR COMPLETING THIS FORM I Any acknowledgment completed in California must contain verbiage exactly as I DESCRIPTION OF THE ATTACHED DOCUMENT appears above in the notary section or a separate acknowledgment form must be f properly completed and attached to that document. The only exception is if a ff( l document is to be recorded outside of California.In such instances, any alternative k' (Title or description of attached document) acknowledgment verbiage as may be printed on such a document so long as the % f verbiage does not require the notary to do something that is illegal for a notary in ]r California (i.e. certifying the authorized capacity of the signer). Please check the (Title or description of attached document continued) 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 Number of Pages Document Date } 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. (Additional information) • The notary public must print his or her name as it appears within his or her 4 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. CAPACITY CLAIMED BY THE SIGNER • Indicate the correct singular or plural forms by crossing off incorrect forms(i.e. E He/she/theme is/are)or circling the correct forms.Failure to correctly indicate this Individual(s) information may lead to rejection of document recording. ❑ Corporate Officer • 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 (Title) sufficient area permits,otherwise complete a different acknowledgment fonn. ❑ Partner(s) • Signature of the notary public must match the signature on file with the office of the county clerk. ❑ Attorney-in-Fact 4Additional information is not required but could help to ensure this ❑ Trustee(s) acknowledgment is not misused or attached to a different document. ❑ Other Indicate title or type of attached document,number of pages and date. j 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 i f C 2004-2015 ProLink Signing Service,Inc.—AM Rights Reserved w .TheProLinkcom—Nationwide Notary Service ' City of Huntington Beach 2000 Main Street ® Huntington Beach, CA 92648 (714) 536-5227 ® www.huntingtonbeachea.gov - r - ,.�.fEB 11.'19p9YP� � Office of the City Clerk Robin Estanislau, City Clerk July 24, 2017 Excel Paving Company 2230 Lemon Ave. Long Beach, CA 90805 RE: Atlanta Ave. & Indianapolis Ave. Rehabilitation — CC-1539 Enclosed please find your original bid bond for CC-1539. Sincerely, q4144� Robin Estanislau, CIVIC City Clerk RE:pe Enclosure Sister Cities. Anjo, Japan ♦ Waitakere, New Zealand l S-. O O u- L \ S C a j SECTION C PROPOSAL for the construction of ATLANTA AVENUE REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET AND INDIANAPOLIS AVENUE REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET CC NO. 1539 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 65 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award.. BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-t If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. I Accompanying this proposal of bid, find / 311 in the amount of DSO which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for&% ", as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's Signature 1 3/20/2017 2 3/21/2017 C-2 SECTION C PROJECT BID SCHEDULE ATLANTA AVENUE REHABILITATION from Newland Street to Magnolia Street and INDIANAPOLIS AVENUE REHABILITATION from Newland Street to Magnolia Street CC No. 1539 PROJECT BASE BID: Basis of Award Atlanta Avenue Rehabilitation from Newland St. to Magnolia St. and Indianapolis Avenue Rehabilitation from Newland Street to Magnolia Street. . . . . C-2.2 to C-2.11 1. ATLANTA AVENUE REHABILITATION from Newland St. to Magnolia St. $ 2 , 23-7 , 6& 6 2. INDIANAPOLIS AVE.REHABILITATION from Newland St. to Magnolia St. i BASE BID TOTAL AMOUNT LUMP SUM BID IN FIGURES: (TOTAL FOR ITEMS 1 &2) s > 22 • BASIS OF AWARD C-2.1 i i f ATLANTA (NEWLAND TO MAGNOLIA) PROJECT BID SHEET B F, o:t� 7�7 Id Cd n 1; P mo n No 1 MOBILIZATION 1 LS $ 501o00 2 TRAFFIC CONTROL PLAN 1 LS $ $ ODd 3 FURNISH PROJECT TRAFFIC I LS $--A- $ 00 CONTROL 4 FURNISH AND INSTALL SIGNING AND 1 LS $ Y 3 200 STRIPING PROJECT SPECIFIC WPCP(WATER $ &o 5 POLLUTION CONTROL PLAN)TO I LS ADDRESS CONSTRUCTION BMP'S. INSTALL AND MAINTAIN 6 CONSTRUCTION BMP'S PER 1 LS APPROVED WPCP. REMOVE AND RECONSTRUCT CURB ACCESS RAMP,DEPRESSED CURB, AND GUTTER PER CALTRANS STD PLAN RSP ASSA FROM BCR TO ECR, (CASE SHOWN ON PLAN). 7 1 (INCLUDES ALL APPURTENANCES, 4 EA $ qw $ CURB GUTTER,DEPRESSED CURB, SIDEWALK, DOMES, RETAINING CURB, SLOT PAVEMENT,AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT 0,17'FIBER � �, $ Gr(��, 12� � 8 3 REINFORCED ASPHALT RUBBER 21820 TN $ HOT MIX(ARHM)WET PROCESS OVERLAY. 9 4 ADJUST SEWER MANHOLE TO 12 EA $ =qo GRADE. C-2.3 i ATLANTA (NEWLAND TO MAGNOLIA) PROJECT BID SHEET ontract e BFd oust rn No Nd Description '..� "Quarttlty unit Rric�, y Arno FURNISH AND INSTALL ZEBRON, SANCON OR CITY APPROVED EQUAL d 10 -- COATING ON THE NEW CONCRETE 6 EA $ O O $ L' INSIDE OF AGENCY SEWER MANHOLE RING. REPLACE WATER VALVE BOX 11 5 ASSEMBLY AND ADJUST TO GRADE 14 EA $ PER HB STD PLAN 612. COLD MILL EXISTING A.C. 12 6 PAVEMENT TO A DEPTH OF 0,34' 199,220 SF $�± $ FROM EXISTING FINISHED SURFACE PER PLANS. CONSTRUCT NEW 0.1 7'B-PG-70-10 FIBER REINFORCED A.C.BASE $ 16 (9 � (� 13 6 COURSE OVER 95%COMPACTED 2,560 TN $ t E SUBGRADE PRIOR TO 0.17'ARHM OVERLAY, PER PLANS. EXCAVATE EXISTING A.C. PAVEMENT TO A DEPTH OF 0.42' 20,380 SF $ 14 7 FROM EXISTING FINISHED SURFACE, PER PLANS. CONSTRUCT NEW 0.25'B-PG-70-10 1 FIBER REINFORCED A.C. BASE / (f � 15 7 COURSE OVER 95% COMPACTED 390 TN $ v $�(�1_��a / SUBGRADE PRIOR TO 0.17'ARHM OVERLAY, PER PLANS. 16 g JADJUST SURVEY MONUMENT WELL 1 EA $ `7 o sj � TO GRADE, REMOVE AND RECONSTRUCT CONCRETE CURB AND CROSS GUTTER PER HB STD. PLAN 205. •vl b $ (+ C'6 17 10 (ITEM INCLUDES SLOT PAVEMENT, 1,665 SF $ -- --� AGGREGATE BASE AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) I ATLANTA (NEWLAND TO MAGNOLIA) PROJECT BID SHEET i ons un ac nit xten � No No pescnpf�on' Quahfity„ Unit Price Amount REMOVE AND RECONSTRUCT LOCAL DEPRESSION PER HB STD 18 11 PLAN 302. (INCLUDES SLOT 90 SF $ J $ �) g6O PAVEMENT,AGGREGATE BASE,AND ' ALL ITEMS NECESSARY TO COMPLETE THE WORK 1N PLACE,) REMOVE AND RECONSTRUCT CURB AND GUTTER PER HB STD PLAN 202 (CF=8"}. (INCLUDES SLOT 19 12 PAVEMENT,AGGREGATE BASE, LOT 710 LF $ — DRAINS,AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT SIDEWALK PER HB STD. PLAN 207 fI AND AS MODIFIED ON PLANS. k (INCLUDES OVER EXCAVATION OR 4 FILL FOR CHANGES IN GRADE, RE- 20 13 GRADE FROM WALK TO EXISTING 7,470 SF $ SLOPE,RELOCATING IRRIGATION TO BACK OF NEW WALK, RETURNING LANDSCAPING TO PRE- CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) INSTALL NEW DETECTOR LOOPS PER CITY STANDARD SPECIAL PROVISIONS FOR THE / CONSTRUCTION TRAFFIC 21 14 SIGNALS AND LIGHTING SYSTEMS, 48 EA $ �„ 2005 EDITION.SPLICE LOOPS TO DLC IN PULLBOX. BIKE LANE LOOPS AND ALL LOOPS AT LIMIT LINE SHALL BE TYPE"D". REMOVE EXISTING TREE AND ROOTS AND/OR GRIND TREE STUMP 22 15 AND ROOTS TO 24"BELOW TOP OF 17 EA $�_ $Z, SIDEWALK/GRADE WITHIN PROPOSED IMPROVEMENT AREA. C-2.5 I Addendum 1,CC-1539,Replacement Page C-2.6 ATLANTA (NEWLAND TO MAGNOLIA) PROJECT BID SHEET nt ' - Ail F1, .jj A Fie p JUn ii' 6 01 t Ny REMOVE EXISTING MEDIAN PORTION AND CONSTRUCT NEW MEDIAN ISLAND PASSAGEWAY PER CALTRANS STD PLANS RSP A88A, RSP A88B,AND DETAIL ON SHEET 3. (INCLUDES 8-INCH CURB AND GUTTER PER HB STD PLAN 202, SIDEWALK AREA BETWEEN CURB 23 18 AND PASSAGEWAY PER HB STD 1 LS PLAN 207, OVER EXCAVATION OR FILL FOR CHANGES IN GRADE, RELOCATING IRRIGATION TO BACK OF NEW WALK, RETURNING LANDSCAPING TO PRE- CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) INSTALL TRUNCATED DOMES TO EXISTING CURB ACCESS RAMP AS 24 19 REQUIRED PER CALTRANS STD. 2 EA $ PLAN RSP A88A AND SPECIFICATIONS SECTION 303- 5.5.5.1. FURNISH AND PLANT NEW 24"BOX MULTI-TRUNK EASTERN RED BUD PER HB STD. PLANS 714,715, 716, 718&719 AS SHOWN ON PLANS. CITY STREET TREE SUPERVISOR OR THE AGENCY'S REPRESENTATIVE 25 20 SHALL DETERMINE TREE LOCATION, 12 EA (ITEM INCLUDES PROTECTING EXISTING IRRIGATION, CLEARING AND GRUBBING OF HEDGES WITHIN 5-FEET EITHER DIRECTION OF NEW TREE MEASURED FROM CENTER OF TREE). REMOVE EXISTING MULTI-TRUNK AUSTRALIAN BRUSH CHERRY (SYZYGIUM PANICULATUM)BEHIND 26 21 SIDEWALK; GRIND STUMP AND 74 EA $-q!2-- $_�i�g ROOTS TO 24"BELOW TOP OF SIDEWALK/GRADE WITHIN PROPOSED IMPROVEMENT AREA, C-2.6 Addendum j, CC-1539 Addendum 1, CC-15 3 9,Replacement Page C-2.7 ATLANTA (NEWLAND TO MAGNOLIA) PROJECT BID SHEET B!p n p ul Tc- U' it r N j l� FURNISH AND INSTALL NEW 27 22 HEAVENLY BAMBOO(NANDINA)AT 74 EA $2-?, 9 10-FEET ON CENTER BEHIND SIDEWALK, ADJUST OCSD MANHOLE TO GRADE PER OCSD STD. PLAN S-053, S-054 28 23 AND S-055. CONTRACTOR TO I EA $-24�o $-2- COORDINATE WITH MIKE BOLSTER AT(714) 593-7645. REMOVE AND RECONSTRUCT DEEPENED CURB AND GUTTER PER HB STD PLAN 202(B)(CF=8"). 110 LF $ $ 29 24 1 (INCLUDES SLOT PAVEMENT, AGGREGATE BASE, LOT DRAINS, AND ALL ITEMS NECESSARY TO IrInKAD, r-7-r--rur- REMOVE EXISTINGPLIRPLE HOP SEED BEHIND SIDEWALK; GRIND 30 25 STUMP AND ROOTS TO 24"BELOW 12 EA $ TOP OF SIDEWALK/GRADE WITHIN PROPOSED IMPROVEMENT AREA. Total Amount Bid in Figures: $ �-) Z 37, 666. Total Amount Bid in Words: 'IWO Hillk)f) +Wb ......... .......... t Vcrl -y%10%)Sciy-A01 Six 1Nvv%ccv'ecl SIX_+'/ b"Iqirs leve to �:S' C-2.7 Addendum 1, CC-1539 SECTION C PROJECT BID SCHEDULE ATLANTA AVENUE REHABILITATION from Newland Street to Magnolia Street and INDIANAPOLIS AVENUE REHABILITATION from Newland Street to Magnolia Street CC No. 1539 INDIANAPOLIS AVENUE REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET CC NO. 1539 C-2.8 INDIANAPOLIS (NEWLAND TO MAGNOLIA) PROJECT BID SHEET `Bid' .C:onst Contract ;; ::.Unit Extended No No Descrion Quantity U 'rip, nit Price ,'Amount _. _ 1 -- MOBILIZATION 1 LS $ 0 $ p o06 Z -- TRAFFIC CONTROL PLAN 1 LS $ $ DO 6 s 3 - FURNISH PROJECT TRAFFIC 1 LS $ 1 $-- � CONTROL 4 FURNISH AND INSTALL SIGNING 1 LS $ ' $ X 0,10 AND STRIPING Ij PROJECT SPECIFIC WPCP 5 (WATER POLLUTION CONTROL 1 LS $_� $-24jh® PLAN)TO ADDRESS CONSTRUCTION BMP'S. INSTALL AND MAINTAIN �! 6 - CONSTRUCTION BMP'S PER 1 LS $ I $ APPROVED WPCP. REMOVE AND RECONSTRUCT CURB ACCESS RAMP, DEPRESSED CURB, AND GUTTER PER CALTRANS STD PLAN RSP A88A FROM BCR TO ECR• (CASE SHOWN ON PLAN). (INCLUDES ALL 7 1 APPURTENANCES, CURB 2 EA $ goo $ 49®O GUTTER, DEPRESSED CURB, SIDEWALK, DOMES, RETAINING CURB, SLOT PAVEMENT,AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT 0.13'FIBER 8 3 REINFORCED ASPHALT RUBBER 1,660 TN $_ ll $, HOT MIX (ARHM)WET PROCESS OVERLAY. 9 4 ADJUST SEWER MANHOLE TO 3 EA GRADE. FURNISH AND INSTALL ZEBRON, SANCON OR CITY APPROVED (/v $ 10 - EQUAL COATING ON THE NEW 2 EA $ Q l� CONCRETE INSIDE OF AGENCY SEWER MANHOLE RING, REPLACE WATER VALVE BOX 11 5 ASSEMBLY AND ADJUST TO 5 EA $1 1 $ GRADE PER HB STD PLAN 612. C-2.9 i INDIANAPOLIS (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid. Const. Contract U.mt Extended No , ,'No. Description' Quantity 'Urnt PrEce Amount COLD MILL EXISTING A.C. 12 6 PAVEMENT TO A DEPTH OF 0,26' 120,500 SF FROM EXISTING FINISHED SURFACE PER PLANS. CONSTRUCT NEW 0.13'B-PG-70- 10 FIBER REINFORCED A.C.BASE 13 6 COURSE OVER 95% COMPACTED 1,185 TN $� $ �./-j0 SUBGRADE PRIOR TO 0.13'ARHM OVERLAY PER PLANS. EXCAVATE EXISTING A.C. 14 7 PAVEMENT TO A DEPTH OF 0.34' 37,145 SF FROM EXISTING FINISHED SURFACE PER PLANS. CONSTRUCT NEW 0.21'B-PG-70- 10 FIBER REINFORCED A.C,BASE 15 7 COURSE OVER 95% COMPACTED 590 TN $ 4 $ d SUBGRADE PRIOR TO 0,1 T ARHM OVERLAY, PER PLANS. 16 9 ADJUST SURVEY MONUMENT 1 EA $ CIQ $ uO / WELL TO GRADE. REMOVE AND RECONSTRUCT LOCAL DEPRESSION PER HB STD 17 10 PLAN 302. (INCLUDES SLOT 65 LF $ . "l 0 $ 106 PAVEMENT,AGGREGATE BASE, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CURB AND GUTTER PER HB STD PLAN 202(CF=8"). (INCLUDES 18 11 SLOT PAVEMENT,AGGREGATE 600 LF $ $ BASE, LOT DRAINS,AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE,) REMOVE AND RECONSTRUCT SIDEWALK PER HB STD. PLAN 207 AND AS MODIFIED ON PLANS. (INCLUDES OVER EXCAVATION OR FILL FOR CHANGES IN GRADE, RE-GRADE FROM WALK TO r 19 12 EXISTING SLOPE, RELOCATING 15,200 SF ,,� IRRIGATION TO BACK OF NEW WALK, RETURNING LANDSCAPING TO PRE-CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) C-2.10 I INDIANAPOLIS (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid Const Contract .e hit Extended No No Description: Quantity ;Unit Price Amount INSTALL NEW DETECTOR LOOPS PER CITY STANDARD SPECIAL PROVISIONS FOR THE CONSTRUCTION OF TRAFFIC 20 13 SIGNALS AND LIGHTING 26 EA $_ © $ 7w2 o SYSTEMS, 2005 EDITION: SPLICE LOOPS TO DLC IN PULLBOX. BIKE LANE LOOPS AND ALL LOOPS AT LIMIT LINE SHALL BE TYPE"D". REMOVE EXISTING TREE AND ROOTS; GRIND TREE STUMP AND 21 14 ROOTS TO 24"BELOW TOP OF 32 EA $ �2 $ SIDEWALK/GRADE WITHIN PROPOSED IMPROVEMENTAREA. FURNISH AND PLANT NEW 24" BOX MULTI-TRUNK EASTERN RED BUD(CERCIS CANADENSIS) PER HB STD. PLANS 714, 715,716, 718 &719 AS SHOWN ON PLANS. CITY STREET TREE SUPERVISOR OR THE AGENCY'S REPRESENTATIVE 22 16 SHALL DETERMINE TREE 16 EA $, LOCATION. (ITEM INCLUDES PROTECTING EXISTING IRRIGATION, CLEARING AND GRUBBING OF HEDGES WITHIN 5- FEET EITHER DIRECTION OF NEW TREE MEASURED FROM CENTER OF TREE). Total Amount Bid in Figures: $ ilb�Do Words:mount Bid in Total To A W (()vie m �vr Hvncb-ed e ...:.............._.,..,:.,,....,,.....,.,...,m..,.,.m_:,..,.._...-.......�..._.:...._.....�_........ m.._. .....,_..._....,....,..,....._._............._,.,,,...,,..................., we... 'e-....,..,................:..._........ .._„_,... .:_ �n-A +�' k C-2.11 1 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid Nance and Address of State Class DIR PWC Dollar %of Xtent(s) Suheontractor• License Registration Amount Contract Number Chrisp CoMf4ky 314t6po A 1OWOO730(0 2.Z$a sboh Li We Ave. C-13 $JVDMiMfvn , CA 4123IL- (-32 (AlittrniA WDfession6.l �11 �n9inee,r►�nqq, Inc. 793901 t-PO 101�1486 I�, p.up 2'1 O+iCrZn pvenvc U%Li4 F- C�Z» V•J(. I.a Putn;q , CA 9111i8 VAvtrno.n} Recyctiiriq sys'4c TV%f 5035z- A i0000033{.3 c� iuzy0 San SeV�ine�1a� C-12 99n�>?.32- •7/ 3vyvpq Halt I tR 9t157- ZZn 21r� 'frre Sw.j+k 50er?nser C•Z 7 1551 N. Miller-S Y, goZloS f.t,1 (00000t 83t 4 3l B 45-00 3D n 2I Rnal�er�+, CA U60(o 17'4 9 f By submission of this proposal,the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be 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 3/27/17 at Orange CA Dale City Slate Sam Katbi being first duly sworn, deposes and says that he or she is President of Future DB International Inc. the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all staternents contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Future DB International Inc. Name of Bidder Signature of Bidder 4199 Campus Drive, Suite 550, Irvine, CA 92612 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 ATLANTA AVENUE REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET AND INDIANAPOLIS AVENUE REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET CC NO. 1539 (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. Future DB International Inc. Contractor By President Title Date: 3/27/2017 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 A 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. 1 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. Future DB International Inc. Contractor By President Title Date: 3/27/2017 C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Future DB International Inc. Bidder Name 4199 Campus Drive, Suite 550 Business Address Irvine CA 92612 City, State Zip ( 949 ) 390-2110 Estimating@futuredbi.com Telephone Number Email Address 976670 A and B State Contractor's License No. and Class 9/14/2012 Original Date Issued 9/30/2018 Expiration Date The work site was inspected by Anas of our office on 3/21 12017. The following are persons, firms, and corporations having a principal interest in this proposal: Future DB International Inc. 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. Future DB International Inc. Com ny Na e 1 Signature of Bidder Sam Katbi Printed or Typed Signature Subscribed and sworn to before me this day of 06 2017 . 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 County of UO,; o2" ) On before me, i Month, Day, and Year Insert Name and Title of Notary personally appeared Name�,,�'of Signer(s)' who proved to me on the basis of satisfactory evidence to be the personfs-) whose name(s) is/are- Subscribed to the within instrument and acknowledged to me that he/sheft�y executed the same in his/hew/their authorized capacity(i�s), and that by his/her-/then` signatures)-on the instrument the person-(s', or the entity upon behalf of which the person�sj 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. JASMINA KANLIC WITNESS my hand and official seal. Commission 0 2130055 Z z Notary Public-CaMornia Z Orange County n My Comm.Eafts Oct 12 2019 t � Signature C/, Sig ature of Notary Public (PLACE NOTARY SEAL ABOVE) ,,jC-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 {Describe specific work and experience necessary for project. For example, "Sanitary sewer line installation of at least of 1,000 of 8-inch and greater in public right-of-way. Sanitary sewer lift stations of similar size, project work within public streets an area containing high around water and pipeline construction in high lZround water regions with trench depths of 8-feet to the invert."!. 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 Caltrans 1727 30th St. MS43 Sacremento, CA 95816 Name and Address of Public Agency Name and Telephone No. of Project Manager: Nancy Nickerson, .R. (858) 688-1191 $2,580,000.00 seismic retrofit 4 bridges on routes 94 & 805 2/16/2017 Contract Amount "hype of Work Date Completed Provide additional project description to show similar work: City of Los Angeles Public Works , 200 N. Spring Street, Room 361, Los Angeles, CA 90012-4801 Name and Address of Public Agency Name and Telephone No. of Project Manager: Nur Malhis (213) 485-5096 $899 852 81 ave. 26 bridge over arroyo seco channel bridge 07/01/15 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 3. Caltrans 1727 30th St. MS43 Sacremento, CA 95816 Name and Address of Public Agency Name and Telephone No. of Project Manager: Kifah Ramadan (949) 279-8625 $1,140,978.05 construction of new sidewalk with concrete drainage & culvert 1/23/15 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. Iyad Katabi Name of proposed Project Manager Telephone No. of proposed Project Manager: (949) 701-2105 Caltrans 11-299204 seismic retrofit 4 bridges on route 94 & 805 2/16/2017 Project Name & Contract Amount Type of Work Date Completed ave. 26 bridge over arroyo seco Avenue 26 Bridge Seismic Retrofit channel bridge 07/01/15 Project Name & Contract Amount Type of Work Date Completed Caltrans 1 1-415704 enhance lighting and striping, install MGS and concrete barrier on-going Project Name& Contract Amount Type of Work Date Completed 2• Carlos Mendoza Name of proposed Superintendent Telephone No. of proposed Superintendent: (949) 422-2467 seismic retrofit 4 bridges Caltrans I 1-299204, $2,580,000.00 on route 94 & 805 2/16/2017 Project Name & Contract Amount Type of Work Date Completed enhance lighting and striping Caltrans 1 1-4 1 5 704, $4,792,817.58 install MGS and concrete barrier on-going Project Name & Contract Amount Type of Work Date Completed Project Name& Contract Amount Type of Work Date Completed C-11 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771.1(a)), passed by the California State Senate on June 20, 2014, established a new public works Contractor Registration Program, which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July I through June 30 state fiscal year) with the California Department of Industrial Relations (DIR). Currently the annual non-refundable registration fee for Contractors is $300. Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 http://www.dir.ca.gov/DLSE/PublieWorks/SB854FactSheet_6.30.14.pdf DIR's Contractor Registration Link—Call (844) 522-6734 https://efiling.dir.ca.gov/PWCR/ActionServlet?action=displayP WCRegistrationFornl DIR's Contractor Registration searchable database: https://efiling.dir.ca.gov/PWCRJSearch.action I am aware and will comply with the provisions of Labor Code Section 1771.1(a) which states: "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the tirne the contract is awarded." I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid. Future DB International Inc. Contractor By President Title Date: 3/27/2017 PVC REGISTRATION 9: 1000007041 C-12 STATE OF CALIFORNIA DEPARTMENT OF RESOURCES RECYCLING AND RECOVERY(CalRecycle) RELIABLE CONTRACTOR DECLARATION CalRecycle 168(Revised 7/13) This form must be completed and submitted to the Department of Resources Recycling and Recovery (CalRecycle) prior to authorizing a contractor(s) to commence work. Failure to provide this documentation in a timely manner may result in nonpayment of funds to the contractor(s). This form is intended to help the CalRecycle's Grantees comply with the Unreliable List requirement of their Terms and Conditions. The Unreliable List provision requires the following: Prior to authorizing a contractor(s) to commence work under the Grant, the Grantee shall submit to CalRecycle a declaration signed under penalty of perjury by the contractor(s) stating that within the preceding three (3) years, none of the events listed in Section 17050 of Title 14, California Code of Regulations, Natural Resources, Division 7,has occurred with respect to the contractor(s). Please see the reverse of this page,or refer to ww"N.calreas.com If any of the events listed in Section 17050 have occurred, disclosure is required but will not necessarily result in CalRecycle refusing to approve the contractor. A signed statement explaining the facts and circumstances of the events must be attached to and submitted with this form. Contractor: Complete the form and send original to the Grantee. Grantee: Scan the form and upload it to the grant in CalRecycle's Grant Management System (GMS). For further instruction about logging into GMS and uploading this forth, reference the Procedures and Requirements. Retain the original form in your grant file. GRANTEE GRANTEE INFORMATION GRANTEE NAME: GRANT NUMBER: PRIMARY CONTACT NAME: CONTRACTOR INFORMATION CONTRACTOR NAME: Future DB International Inc. AUTHORIZED CONTRACTOR REPRESENTATIVE NAME: Sam Katbi MAILING ADDRESS: EStlmating@futuredbl.com __ _._ _ ___ __ __ . ... _.m_ As the authorr_ed representative of the above identified contractor, I declare under penalty of perjury under the laws of l the Slate of California that within the preceding three (3)years, none of the events listed in Section 17050 of Title 14, California Code of Regulations, Natural Resources, Division 7, has occurred with respect to the above identified j contractor. Alternatively, as the authori=ed representative of the above identified contractor, 1 declare under penally of perjury under the laivs of the State of California that within the preceding three (3)years, if any of the events listed in Section 17050 of Title 14, California Code of Regulations, Natural Resources, Division 7, has occurred with respect to the above identified contractor, 1 have'disclosed all such occurrences in an attached signed statement that explains the facts and circumstances of the listed events. Signature Date 3/27/2017 C-13 STATE OF CALIFORNIA DEPARTMENT OF RESOURCES RECYCLING AND RECOVERY(CalRecycle) RELIABLE CONTRACTOR DECLARATION CalRecycle 168(Revised 7/13) Title 14 CCR, Division 7,Chapter 1 Article 5.Unreliable Contractors,Subcontractors,Borrowers and Grantees Section 17050.Grounds for Placement on Unreliable List The following are grounds for a finding that a contractor, any subcontractor that provides services for a CalRecycle agreement, grantee or borrower is unreliable and should be placed on the CalRecycle Unreliable Contractor, Subcontractor, Grantee or Borrower List ("Unreliable List"). The presence of one of these grounds shall not automatically result in placement on the Unreliable List. A finding must be made by the Executive Director in accordance with section 17054, and there must be a final decision on any appeal that may be filed in accordance with section 17055 et seq. (a) Disallowance of any and/or all claim(s)to CalRecycle due to fraudulent claims or reporting;or (b) The filing of a civil action by the Attorney General for a violation ofthe False Claims Act,Government Code section 12650 et.seq;or (c) Default on a CalRecycle loan,as evidenced by written notice from CalRecycle staff provided to the borrower of the default;or (d) Foreclosure upon real property loan collateral or repossession of personal property loan collateral by CalRecycle;or (c) Filing voluntary or involuntary bankruptcy,where there is a Finding based on substantial evidence,that the bankruptcy interfered with the CalRecycle contract,subcontract,grant or loan;or (f) Breach of the terms and conditions of a previous CalRecycle contract,any subcontract for a CalRecycle agreement. grant,or loan,resulting in termination of the CalRecycle contract,subcontract,grant or loan by the CalRecycle or prime contractor;or (g) Placement on the CalRecycle's chronic violator inventory established pursuant to Public Resources Code section 44104 for any owner or operator of a solid waste facility;or (h) The person,or any partner,member,officer,director,responsible managing officer,or responsible managing employee of an entity has been convicted by a court of competent_jurisdiction of any charge of fraud,bribery,collusion, conspiracy,or any act in violation of any state or federal antitrust law in connection with the bidding upon,award of,or performance under any CalRecycle contact,subcontract,grant or loan;or (i) The person or entity is on the list of unreliable persons or entities,or similar list,of any other federal or California state agency:or (j) 'file person or entity has violated an Order issued in accordance with section 18304;or, (k) The person or entity has directed or transported to,has or accepted waste tires at,a site where the operator is required to have but does not have a waste tire facility permit;or, (1) The person or entity has transported waste tires without a waste tire hauler registration;or, (m) The person or entity has had a solid waste facility or waste tire permit or a waste tire hauler registration denied, suspended or revoked;or, (n) The person or entity has abandoned a site or taken a similar action which resulted in corrective action or the expenditure of funds by CalRecycle to remediate,clean,or abate a nuisance at the site;or (o) ']'lie following are additional grounds for a finding that,a person or entity described below should be placed on the Unreliable List: (1) The person or entity owned 20%or more of an entity on the Unreliable List at the time of the activity that resulted in its placement on the Unreliable List; (2) '['lie person held the position of officer director,manager,partner,trustee,or any other management position with significant control(Principal Manager)in an entity on the Unreliable List at the time of the activity that resulted in its placement on the Unreliable List; (3) The entity includes a Principal Manager who: 1. Was a Principal Manager in an entity on the Unreliable List at the time of the activity that resulted in its placement on the Unreliable List;or, 2. Owned 20%or more of an entity on the Unreliable List at the time of the activity that resulted in its placement on the Unreliable List; (4) The entity has a person who owns 20%or more of the entity,ifthat person: l. Was a Principal Manager in an entity on the Unreliable List at the time of the activity that resulted in its placement on the Unreliable List;or, 2. Owned 20%or more of an entity on the Unreliable List at the time of the activity that resulted in its placement on the Unreliable List. (5) The entity has another entity which owns 20%or more of the entity,if that other entity: 1. Is on the Unreliable List,or, 2. Owned 20%or more of an entity on the Unreliable List at the time of the activity that resulted in its placement on the Unreliable List. (6) Subsection(o)is not intended to apply to a person or entity that purchases or otherwise obtains an entity on the Unreliable List subsequent to its placement on the Unreliable List. C-14 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For ATLANTA AVENUE REHABILITATION from Newland Street to Magnolia Street and INDIANAPOLIS AVENUE REHABILITATION from Newland Street to Magnolia Street CC No. 1539 in the CITY OF HUNTINGTON BEACH March 17, 2017 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) PROJECT BID SHEET—Section C Specification Book (2 Sheets attached to Addendum 1) Replace two pages entitled "Project Bid Sheets—pages C-2.6 and C-2.7" with "Project Bid Sheet— C-2.6 and C-2.7 Addendum 1" (2 sheets). Reason: Bid item "26-Remove Existing Multi-Trunk Australian Brush Cherry..." quantity was changed from 66 EA to 74 EA; Bid item "27-Furnish and Install New Heavenly Bamboo..." quantity was changed from 66 EA to 74 EA, and new Bid Item "30-Remove Existing Dead Purple Hop Seed..." quantity of 12 EA was added as an additional bid item. Bidders Shall Submit Section C With The Most Current Revised Bid Sheet. 2) PRE-BID SITE WALK, QUESTIONS AND ANSWERS- (2 Sheets attached to Addendum 1) Reason: Bidders who didn't attend can have this information for preparation of bid. 3) PLANS—ATLANTA AVENUE (NEWLAND AVENUE TO MAGNOLIA) (No sheets attached) a. On the Title Sheet (Sheet 1 of 4) insert the Revised Quantities for Construction Note 21- Remove Existing Multi-Trunk Australian Brush Cherry..." from 66 EA to 74 EA and for Construction Note 22-Furnish and Install New Heavenly Bamboo..."from 66 EA to 74 EA. Reason: Quantities changed to match revised Bid Sheet Insert New Construction Note 25- "REMOVE EXISTING DEAD PURPLE HOP SEED BEHIND SIDEWALK; GRIND STUMP AND ROOTS TO 24" BELOW TOP OF SIDEWALK / GRADE WITHIN PROPOSED IMPROVEMENT AREA' and Quantity of 12 EA. Reason: New construction note and quantity added to match revised Bid Sheet. b. On the Last Sheet (Sheet 4 of 4) insert a circle (with "25" in the middle) to represent Construction Note 25 located between Sta. 58+25 and 62+01 on the south side. Reason: Remove Existing Dead Purple Hop Seed in this area. c. On Sheet 3 (Sheet 3 of 4) insert circle (with "21" in the middle) and another circle (with "22" in the middle) between sta. 52+92 and 53+60 on the south side. Reason: Remove 8 Australian Brush Cherry and Install 8 Heavenly Bamboo in this area. 4) SIGNING AND STRIPING PLANS—ADD PLANS—(4 Drawings Issued with Addendum 1) a. "Signing and Striping Plan, Atlanta Avenue from Newland St. to Magnolia St." b. "Signing and Striping Plan, Indianapolis Avenue from Newland St. to Magnolia St." Reason: These Signing and Striping plans shall be incorporated into the Project Plans. This is to acknowledge receipt and review of Addendum Number One, dated above. 1Fafure 173 —_ Z_,� /Y Company Name By 312 eV7 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. For Addendum questions, please call James Wagner at (714) 536-5467 within 24 hours of posting. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431 , Fax (714) 374-1573 ADDENDUM NUMBER TWO For ATLANTA AVENUE REHABILITATION from Newland Street to Magnolia Street and INDIANAPOLIS AVENUE REHABILITATION from Newland Street to Magnolia Street CC No. 1539 in the CITY OF HUNTINGTON BEACH March 21, 2017 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) SPECIFICATION BOOK—Appendix A through and including F (38 Sheets attached to Addendum 2) Add Appendices A through F to Specification Book. Reason: Appendices A through F were not included with the initial documents APPENDIX A DOWNLOAD PUBLIC WORKS STANDARDS, TRUCK ROUTE, TRASH PICK UP, STREET SWEEPING SCHEDULE, AND TEMPORARY WATER METER 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 This is to acknowledge receipt and review of Addendum Number One, dated above. DOC. _ Company Name By 3/z1 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. For Addendum questions, please call James Wagner at (714) 536-5467 within 24 hours of posting. BID BOND Bond No. n/a Amount: 10% of amount bid KNOW ALL MEN BY THESE PRESENTS, That we, Future DB International, Inc. (hereinafter called the Principal),as principal, and Great American Insurance Company, a corporation duly organized under the laws of the state of Ohio,hereinafter called the Surety, as Surety, are held and firmly bound unto City of Huntington Beach(hereinafter called the Obligee), in the sum of Ten percent of total amount bid (10%of total amount bid)the payment of which we,the said Principal and the said Surety, bind ourselves our heirs,executors, administrators, successors and assigns,jointly and severally, firmly by these present. Sealed with our seals and dated this 241h day of March,2017. WHEREAS,the Principal has submitted a bid, dated March 28,2017 for: Atlanta Avenue Rehabilitation from Newland Street to Magnolia Street and Indianapolis Avenue Rehabilitation from Newland Street to Magnolia Street;CC No. 1539 NOW, THEREFORE , THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Obligee shall accept the bid of the Principal and the principal shall enter into a contract with the Obligee in accordance with such bid and give bond, with good and sufficient surety for the faithful performance of such contract, or in the event of the failure of the Principal to enter in to such contract and give such bond, if the principal shall pay to the Obligee the difference, not to exceed the penalty hereof, between the amount specified in said bid and the amount for which the Obligee may legally contract with another party to perform the work covered by said bid, if the latter amount be in excess of the former, then this obligation shall be null and void, otherwise to remain in full force and effect. Future DB International,Inc. Principal By: Great ican I u surance Comvanv BL—ldaW,Ig, Attorney-in-Fact FCALIFORNIAALL-PURPOSEACKNOWLEDGME,NT CIVIL CODE §1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles On MAR 2 4 2017 before me, Kari Davis, Notary Public, personally appeared Brenda Wong who proved to me on the basis of satisfactory evidence to be the person(-,) whose name(-,) is/aFesubscribed to the within instrument and acknowledged to me that 4e/she/t4Qy executed the same in 4 s/her/t4e+r authorized capacity{+es}, and that by 4&/her/theii,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. r ature KAKI DAVIS ,F Commission #2042909 Kari D is, Notary Public Notary Public -California z z Los Angeles County v My Comm.Expires Sep 26,2017 GREAT AMERICAN INSURANCE COMPANY® Administrative Office: 301 E 4TH STREET ® CINCINNATI,OHIO 45202 ° 513-369-5000 ® FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than SEVEN No.0 14978 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY,a corporation organized and existing under and by virtue of the laws of the State of Ohio,does hereby nominate,constitute and appoint the person or persons named below,each individually if more than one is named,its true and lawful attomey-in-fact,for it and in its name,place and stead to execute on behalf of the said Company,as surety,any and all bonds, undertakings and contracts of suretyship,or other written obligations in the nature thereof;provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power TENZER V.CUNNINGHAM PATRICIA ARANA ALL OF ALL JEFFREY STRASSNER KARI DAVIS LOS ANGELES, $100,000,000.00 NATALIE K.TROFIMOFF PHUONG TRUONG CALIFORNIA BRENDA WONG This Power of Attorney revokes all previous powers issued on behalf of the attomey(s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 2ND day of OCTOBER 1 2015 Attest GREAT AMERICAN INSURANCE COMPANY �ns¢vw tee. �c Assistant Secretary Divisional Senior Vice President STATE OF OHIO,COUNTY OF HAMILTON-ss: DAVID C.KiTCHw(677-377-2405) On this 2ND day of OCTOBER 2015 , before me personally appeared DAVID C. KITCHIN, to me known,being duly swom, deposes and says that he resides in Cincinnati, Ohio, that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company,the Company described in and which executed the above instrument;that he knows the seal of the said Company;that the seal affixed to the said instrument is such corporate seal;that it was so affixed by authority of his office under the By-Laws of said Company,and that he signed his name thereto by like authority. Sy A.R*Kohorat /i PIr�I:3teM of Ohio My Coln 61M W16,2Q20 This Power ofAttomey is granted by authority of the following resolutions adopted by the Board of Directors of GreatAmerican Insurance Company by unanimous written consent dated June 9,2008. RESOLVED: That the Divisional President, the several Divisional Senior Vice Presidents,Divisional Vice Presidents and Divisonal Assistant Vice Presidents, or any one of them, be and hereby is authorized,from time to time, to appoint one or more Attorneys-in-Fact to execute on behalf of the Company, as surety,any and all bonds,undertakings and contracts ofsuretyship,or other written obligations in the nature thereof, to prescribe their respective duties and the respective limits of their authority,'and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract of suretyship, or other written obligation in the nature thereof,such signature and seal when soused being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I,STEPHEN C.BERAHA,Assistant Secretary of Great American Insurance Company,do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of June 9,2008 have not been revoked and are now in full force and effect. Signed and sealed this day of MAR 2 4 2017 �p�,nsuvk�f 4e,f. .3 Assistant Secretary S1029AF(06/15) City ®f Huntington Beach 2000 Main Street ® Huntington Beach, CA 92648 (714) 536-5227 ® www.huntingtonbeachca.gov ' FFk.77 PO ♦ Office of the City Clerk ,19a9, Robin Estanislau, City Clerk July 24, 2017 Future DB International Inc. 4199 Campus Drive, Suite 550 Irvine, CA 92612 RE: Atlanta Ave. & Indianapolis Ave. Rehabilitation —CC-1539 Enclosed please find your original bid bond for CC-1539. Sincerely, 944wast4j Robin Estanislau, CIVIC City Clerk RE:pe Enclosure Sister Cities: Anjo, Japan e Waitakere, New Zealand Griffith Company 12200 Bloomfield Ave. Santa Fe Springs, CA. 90670 City of Huntington Beach City Clerk, Second Floor A 2000 Main Street Huntington Beach, Ca. 92648 kq n n t'4t1 rs I.] SEALED B1 E Atlanta Ave.Rehabilitation from Newland Street to Magnolia Street and Indianapolis Ave.Rehabilitation er c from Newland Street to Magnolia Street No.1539 w t t BIDS:03/28/2017 at 2:00 PM 1)G NOT OPE N WITH REGULAR MAIL SECT ION C PROPOSAL for the construction of ATLANTA AVENUE REHABILITATION r FROM NEWLAND STREET TO MAGNOLIA STREET AND INDIANAPOLIS AVENUE. REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET CC NO. 1539 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 65 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 li govern over extended amounts, and words shall govern over figures, r C-1 I If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find Bibber's Bond in the amount of which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for % ", as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here.many: Addenda No. Hate Received BiArler's Signature 1 03/17/2017 ��/ a- 2 03/21/2017 / NI11f�- f i f C-2 € E SECTION C PROJECT BID SCHEDULE ATLANTA AVENUE REHABILITATION from Newland Street to Magnolia Street and INDIANAPOLIS AVENUE REHABILITATION from Newland Street to Magnolia Street CC No. 1539 PROJECT BASE BID: Basis of Award Atlanta Avenue Rehabilitation from Newland St. to Magnolia St.and Indianapolis Avenue Rehabilitation from Newland Street to Magnolia Street. . . . . C-2.2 to C-2.11 1.ATLANTA AVENUE REHABILITATION from Newland St.to Magnolia St. $ 2.INDIANAPOLIS AVE.REHABILITATION from Newland St. to Magnolia St. $ a BASE BID TOTAL AMOUNT LUMP SUM BID IN FIGURES: (TOTAL FOR ITEMS 1 &2) p e ' BASIS OF AWARD C-2.1 i 0 SECTION C PROJECT BID SCHEDULE ATLANTA AVENUE REHABILITATION from Newland Street to Magnolia Street and INDIANAPOLIS AVENUE REHABILITATION from Newland Street to Magnolia Street CC No. 1539 I ATLANTA AVENUE REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET CC NO. 1539 1 I! C-2.2 I ATLANTA (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Cons t ontract Tunif )(ten. e Descr[pfion Quantity. 'Unif R.rice Amount 4 -- MOBILIZATION 1 LS $�1 2 -- TRAFFIC CONTROL PLAN 1 LS 3 FURNISH PROJECT TRAFFIC 1 LS $QA1000 $ C,..( _id0__- CONTROL 4 - FURNISH AND INSTALL SIGNING AND 1 LS $QO� $ �O,OdO STRIPING PROJECT SPECIFIC WPCP (WATER 5 -- POLLUTION CONTROL PLAN)TO 1 LS $ 1 166 •— $ I i D0o . ADDRESS CONSTRUCTION BMP'S. INSTALL AND MAINTAIN t�, 6 -- CONSTRUCTION BMP'S PER 1 LS $ $_�� WOO i APPROVED WPCP. REMOVE AND RECONSTRUCT CURB ACCESS RAMP, DEPRESSED CURB, AND GUTTER PER CALTRANS STD PLAN RSP A88A FROM BCR TO ECR. (CASE SHOWN ON PLAN). 7 1 (INCLUDES ALL APPURTENANCES, 4 EA $ LSD© � $ � CURB GUTTER, DEPRESSED CURB, -' SIDEWALK, DOMES, RETAINING CURB,SLOT PAVEMENT,AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT OAT FIBER 8 3 REINFORCED ASPHALT RUBBER 2,820 TN $ $ Q 2 I HOT MIX(ARHM)WET PROCESS OVERLAY. ` f �• i 9 4 ADJUST SEWER MANHOLE TO GRADE. 12 EA $�z i7 $ C-2.3 I ATLANTA (NEWLAND TO MAGNOLIA) PROJECT BID SHEET iBid Copst .: ,: ontract -:.Unit X en e No. No. Description . Quantity: Unit Price Amount FURNISH AND INSTALL ZEBRON, SANCON OR CITY APPROVED EQUAL 10 -- COATING ON THE NEW CONCRETE 6 EA $ 1 ` $ Oil INSIDE OF AGENCY SEWER MANHOLE RING. REPLACE WATER VALVE BOX 11 5 ASSEMBLY AND ADJUST TO GRADE 14 EA $ �� f $ lot PER HB STD PLAN 612. COLD MILL EXISTING A.C.12 6 PAVEMENT TO A DEPTH OF 0.34' 199 A /n _ 220 SF $ o $ FROM EXISTING FINISHED SURFACE PER PLANS. CONSTRUCT NEW 0.17' B-PG-70-10 FIBER REINFORCED A.C. BASE 13 6 COURSE OVER 95% COMPACTED 2,560 TN $ / $ Otis 0110' SUBGRADE PRIOR TO 0.17'ARHM OVERLAY, PER PLANS. EXCAVATE EXISTING A.C. 14 7 PAVEMENT TO A DEPTH OF 0.42' 20,380 SF $ $ FROM EXISTING FINISHED SURFACE, PER PLANS. CONSTRUCT NEW 0.25' B-PG-70-10 RCED A.C. BASE 15 7 COURSE EBER EOVEOR 95% COMPACTED 390 TN $ SUBGRADE PRIOR TO 0.1 T ARHM OVERLAY, PER PLANS. _ z 16 9 ADJUST SURVEY MONUMENT WELL 1 EA $ IDD $ 100, TO GRADE. REMOVE AND RECONSTRUCT CONCRETE CURB AND CROSS GUTTER PER HB STD. PLAN 205. Q '1 17 10 (ITEM INCLUDES SLOT PAVEMENT, 1,665 SF $ AGGREGATE BASE AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) i C-2.4 ATLANTA (NEWLAND TO MAGNOLIA) PROJECT BID SHEET t oust - Contract n� xten e No. M1Io. °Description Quantity: Unit Price Amount REMOVE AND RECONSTRUCT LOCAL DEPRESSION PER HB STD 18 11 PLAN 302. (INCLUDES SLOT 90 SF $ PAVEMENT,AGGREGATE BASE,AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CURB AND GUTTER PER HB STD PLAN 202 (CF=8"). (INCLUDES SLOT 18 12 PAVEMENT,AGGREGATE BASE, LOT 710 LF $__ 8 a DRAINS,AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT SIDEWALK PER HB STD. PLAN 207 AND AS MODIFIED ON PLANS. (INCLUDES OVER EXCAVATION OR FILL FOR CHANGES IN GRADE, RE- 20 13 GRADE FROM WALK TO EXISTING 7,470 SF $ SLOPE, RELOCATING IRRIGATION TO BACK OF NEW WALK, RETURNING LANDSCAPING TO PRE- CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) INSTALL NEW DETECTOR LOOPS PER CITY STANDARD SPECIAL PROVISIONS FOR THE CONSTRUCTION OF TRAFFIC 21 14 SIGNALS AND LIGHTING SYSTEMS, 48 EA $ 2005 EDITION. SPLICE LOOPS TO DLC IN PULLBOX. BIKE LANE LOOPS £ AND ALL LOOPS AT LIMIT LINE SHALL BE TYPE"D". s i REMOVE EXISTING TREE AND ROOTS AND/OR GRIND TREE STUMP 22 15 AND ROOTS TO 24" BELOW TOP OF 17 EA $ SIDEWALK/GRADE WITHIN PROPOSED IMPROVEMENT AREA. I I C-2.5 Addendum 1, CC-1539, Replacement Page C-2.6 ATLANTA (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount REMOVE EXISTING MEDIAN PORTION AND CONSTRUCT NEW MEDIAN ISLAND PASSAGEWAY PER CALTRANS STD PLANS RSP A88A, RSP A88B, AND DETAIL ON SHEET 3. (INCLUDES 8-INCH CURB AND GUTTER PER HB STD PLAN 202, SIDEWALK AREA BETWEEN CURB 23 18 AND PASSAGEWAY PER HB STD 1 LS $ $ PLAN 207, OVER EXCAVATION OR FILL FOR CHANGES IN GRADE, RELOCATING IRRIGATION TO BACK OF NEW WALK, RETURNING LANDSCAPING TO PRE- CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) INSTALL TRUNCATED DOMES TO EXISTING CURB ACCESS RAMP AS 24 19 REQUIRED PER CALTRANS STD. 2 EA $ — $ PLAN RSP A88A AND 1 SPECIFICATIONS SECTION 303- 5.5.5.1. FURNISH AND PLANT NEW 24" BOX MULTI-TRUNK EASTERN RED BUD PER HB STD. PLANS 714, 715, 716, 718 & 719 AS SHOWN ON PLANS. CITY STREET TREE SUPERVISOR OR THE AGENCY'S REPRESENTATIVE 25 20 SHALL DETERMINE TREE LOCATION. 12 EA $ l 00 $ ':�,D2w (ITEM INCLUDES PROTECTING EXISTING IRRIGATION, CLEARING AND GRUBBING OF HEDGES WITHIN 5-FEET EITHER DIRECTION OF NEW TREE MEASURED FROM CENTER OF TREE). REMOVE EXISTING MULTI-TRUNK AUSTRALIAN BRUSH CHERRY (SYZYGIUM PANICULATUM) BEHIND 26 21 SIDEWALK; GRIND STUMP AND 74 EA $ $ Q© ROOTS TO 24" BELOW TOP OF SIDEWALK/GRADE WITHIN PROPOSED IMPROVEMENT AREA. C-2.6 Addendum 1, CC-1539 Addendum 1, CC-1539, Replacement Page C-2.7 ATLANTA (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid ConstC76ptract Unit Extended No. No. Description Quantity Unit 'Price,, Amount FURNISH AND INSTALL NEW 27 22 HEAVENLY BAMBOO (NANDINA)AT 74 EA $ �t�' $ 3D 10-FEET ON CENTER BEHIND SIDEWALK. ADJUST OCSD MANHOLE TO GRADE PER OCSD STD. PLAN S-053, S-054 _ 28 23 AND S-055. CONTRACTOR TO 1 EA $ ��' $ COORDINATE WITH MIKE BOLSTER AT (714) 593-7645. REMOVE AND RECONSTRUCT DEEPENED CURB AND GUTTER PER HB STD PLAN 202(B) (CF=8"). 29 24 (INCLUDES SLOT PAVEMENT, 110 LF $ $ AGGREGATE BASE, LOT DRAINS, AND ALL ITEMS NECESSARY TO REMOVE EXISTINGPURPLE HOP SEED BEHIND SIDEWALK; GRIND - 30 25 STUMP AND ROOTS TO 24" BELOW 12 EA $ $ TOP OF SIDEWALK/GRADE WITHIN PROPOSED IMPROVEMENT AREA. Total Amount Bid in Figures: S I Total. ..A.m.°,u„n,t,,,.B..d......�..n...Words. �1 X C-2.7 Addendum 1, CC-1539 i II b SECTION C PROJECT BID SCITEDULE ATLANTA AVENUE REHABILITATION from Newland Street to Magnolia Street and INDIANAPOLIS AVENUE REHABILITATION from Newland Street to Magnolia Street CC No. 1539 INDIANAPOLIS AVENUE REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET CC NO. 1539 k j i C-z.g INDIANAPOLIS (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid.._ Const ' Contract Unit Extended No No, Description , Quantity Unit Price Amount 1 -- MOBILIZATION 1 LS $ 110 I $ 10•—)S- 2 -- TRAFFIC CONTROL PLAN 1 LS $ 0-,,000 $Jlo0o •— 3 FURNISH PROJECT TRAFFIC 1 LS $ O DOO r $ 0 j d�0 CONTROL 4 FURNISH AND INSTALL SIGNING 1 LS $ 6Q $ AND STRIPING PROJECT SPECIFIC WPCP r 5 (WATER POLLUTION CONTROL 1 LS $. { U00 $ I �� PLAN)TO ADDRESS CONSTRUCTION BMP'S. INSTALL AND MAINTAIN _ 6 -- CONSTRUCTION BMP'S PER 1 LS APPROVED WPCP. REMOVE AND RECONSTRUCT CURB ACCESS RAMP, DEPRESSED CURB,AND GUTTER PER CALTRANS STD PLAN RSP A88A FROM BCR TO ECR. (CASE SHOWN ON PLAN). (INCLUDES ALL , I 7 1 APPURTENANCES, CURB 2 EA $ (��a©�. $ �2► "���'� GUTTER, DEPRESSED CURB, SIDEWALK, DOMES, RETAINING CURB, SLOT PAVEMENT, AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT 0.13' FIBER I 8 3 REINFORCED ASPHALT RUBBER 1,550 TN $_Wo HOT MIX(ARHM)WET PROCESS OVERLAY. 9 4 ADJUST SEWER MANHOLE TO 3 EA $ $ S. GRADE. FURNISH AND INSTALL ZEBRON, SANCON OR CITY APPROVED 10 -- EQUAL COATING ON THE NEW 2 EA $ I��'' $ �000'— CONCRETE INSIDE OF AGENCY SEWER MANHOLE RING. p REPLACE WATER VALVE BOX 11 5 ASSEMBLY AND ADJUST TO 5 EA $ 1 $ SCE GRADE PER HB STD PLAN 612. I C-2.9 INDIANAPOLIS (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bi.d Contract Const Unit.. Extended . iVo.. No Description Quantity Unit Price Amount. COLD MILL EXISTING A.C. ��--- 12 6 PAVEMENT TO A DEPTH OF 0.26' 120,500 SF $ _ $ s��• FROM EXISTING FINISHED SURFACE PER PLANS. CONSTRUCT NEW 0.13' B-PG-70- 10 FIBER REINFORCED A.C. BASE i 13 6 COURSE OVER 95% COMPACTED 1,185 TN $ $ SUBGRADE PRIOR TO 0.1 S ARHM OVERLAY PER PLANS. EXCAVATE EXISTING A.C. 14 7 PAVEMENT TO A DEPTH OF 0.34' 37,145 SF $ FROM EXISTING FINISHED SURFACE PER PLANS. CONSTRUCT NEW 0,21' B-PG-70- 10 FIBER REINFORCED A.C. BASE 16 7 COURSE OVER 95% COMPACTED 590 TN $ $ SUBGRADE PRIOR TO 0.13'ARHM OVERLAY, PER PLANS. i 16 9 ADJUST SURVEY MONUMENT 1 EA $ i $_ i 10y• — WELL TO GRADE. 2 REMOVE AND RECONSTRUCT i LOCAL DEPRESSION PER HB STD 17 10 PLAN 302. (INCLUDES SLOT 65 LF $ $—a4 PAVEMENT,AGGREGATE BASE, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CURB AND GUTTER PER HB STD PLAN 202(CF=8"). (INCLUDES 18 11 SLOT PAVEMENT,AGGREGATE 600 LF $ S' $ BASE, LOT DRAINS,AND ALL ITEMS NECESSARY TO COMPLETE j THE WORK IN PLACE.) REMOVE AND RECONSTRUCT SIDEWALK PER HB STD. PLAN 207 AND AS MODIFIED ON PLANS. (INCLUDES OVER EXCAVATION OR FILL FOR CHANGES IN GRADE, RE-GRADE FROM WALK TO 19 12 EXISTING SLOPE, RELOCATING 15,200 SF IRRIGATION TO BACK OF NEW WALK, RETURNING LANDSCAPING i TO PRE-CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK 1N PLACE.) C-2.10 INDIANAPOLIS (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid.. Coast Contract Unit' Ectgnded No No. ",Descrjption , Quantity Unit Price Amount INSTALL NEW DETECTOR LOOPS PER CITY STANDARD SPECIAL PROVISIONS FOR THE Lf 0 CONSTRUCTION OF TRAFFIC /L 20 13 SIGNALS AND LIGHTING 26 EA $ V1 SYSTEMS, 2005 EDITION. SPLICE LOOPS TO DLC IN PULLBOX. BIKE LANE LOOPS AND ALL LOOPS AT LIMIT LINE SHALL BE TYPE"D". REMOVE EXISTING TREE AND ROOTS; GRIND TREE STUMP AND ` I 21 14 ROOTS TO 24" BELOW TOP OF 32 EA $ SIDEWALK/GRADE WITHIN PROPOSED IMPROVEMENT AREA. FURNISH AND PLANT NEW 24" BOX MULTI-TRUNK EASTERN RED BUD(CERCIS CANADENSIS) PER HB STD. PLANS 714, 715, 716, 718 &719 AS SHOWN ON PLANS. CITY STREET TREE SUPERVISOR OR THE AGENCY'S REPRESENTATIVE 22 16 SHALL DETERMINE TREE 16 EA $ Ibb $ 11U00 LOCATION. (ITEM INCLUDES PROTECTING EXISTING IRRIGATION, CLEARING AND GRUBBING OF HEDGES WITHIN 5- FEET EITHER DIRECTION OF NEW TREE MEASURED FROM CENTER OF TREE). Total Amount Bid in Figures: $ U00i 300. ............ ....... Words: SIX hU►�d'r`�d._.1��.. . . ... 1. 1.. Total Amount Bidin..,....m,......._...._._�_,.,.,.,.,....m..,....._..... ._.,.... n i i } C-2.11 is 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 wort{to be done by such subcontractor. Bid Name and Address of State Class DIR PWC Dollar %of Item(s) Subcontractor License Registration Amount Contract Number # 4 - `Door,o 3-),),% a o�� 20 �>J CAI' I 2 t�1 t 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 I 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 LIST OF SUBCONTRACTORS In accordance with Government Code Section 41.04, 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, i. whichever is greater, and the portion of the work to he done by such subcontractor. Rid Name andAddress of State_ Class DIR PWC Dollar % of Rggistratiotr Rem(s) Suhcontr�actor� Licence Amount Contt-act Number 1 IH 9 6 P h P I i i o- I' r f� ii r By subinissiort of.'this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of alI work which is not covered in the above subcontractors listing. 2. 'Chat the AGENCY will be furnished copies of all subcontracts entered into and bonds f Y furnished by subcontractor for this project, li i C-3 s I i E: 1 E e n 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, j whichever is greater, and tl)c por(iori of the work to be done by such subcontractor. j Bid Name «ndAddress of State Class DIR PTVC Dollar- % of r Ie�ist#rationftein(s) Subcontractor Iieense Amount Contract Number ii ij I• F i 1 f i f j ii By submission of this proposal, the Bidder certifies: Y 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 fin•nis.hed copies of all subcontracts entered into and bonds furnished by subcontractor for this project, r r¢ r C' I_,ISI` OF SIJ13CONTIZACTOTZS Y In accordance with Government Code Section 41.04, 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 he done by such subcontractor. Bid Name and Address of ,State Class DIR PJVC Dollar % of Itern(s) Subcontractor License Registration Amount Contract l Number � a it i f C ii �I. 1 'I i j I 13y submission of this proposal, the Bidder certifies: P 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. r 's 6 j t � I_,IS`.I.` Or SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid Name andAddi-ess of State Class DIR PTVC Dollar -- % of Bem(s) Subcontractor License Registration Amount Contract Number # i s ii p q i G li ti M By si bmission of this proposal, the Bidder ccrtifies: I. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. 1'hat the AGENCY will he furnished copies of aII subcontracts entered into and bonds furnished by subcontractor.for this project. i 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 03/24/2017, at Santa Fe Springs ,_CA Date City State Lucas J. Walker , being first duly sworn, deposes and says that he or she is Vice President/Regional Manager of_ Griffith Company the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of,.any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation,partnership, company association, organization, bid depository,or to any member or agent thereof to effectuate a collusive or sham bid. Griffith Company Na-me/ofBiArl Signa re offf idder Lucas J.Walker, Vice President/Regional Manager P 1:2200,,Bloomfield Ave,Santa Fe Springs,Ca.90670 Address of Bidder I i 4 C-4 Ij CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document State of California County of Los Angeles On March 27, 2017 before me, Tracey A. Novak, Notary Public Date Here Insert Name and Title of the Officer personally appeared Lucas J Walker 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 I certify under PENALTY OF PERJURY under the laws _ of the State of California that the foregoing paragraph is true and correct. -1-RACEY A. NOVAK Commission # 2008895 u Notary Public California z WITNESS my hand and official seal. z I_os Angeles County My Comm.Expires Mar 27,2017 Signature Place Notary Seal Above Sid na ure of otary Public OPTIONAL Though the 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: Non-Collusion Affidavit....City of Huntington Beach Document Date: Number of Pages: Signer(s)Other Than Named Above: Capacity(ies)Claimed by Signer(s) Signer's Name: Lucas J Walker Signer's Name: QCorporate Officer--Title(s):Vice President/Regional Manager nCorporate Officer--Title(s): ❑ Individual Individual ❑ Partner--- ❑ Limited 0 General Partner--- ❑ Limited ❑ General RIGHT THUMBPRINT OF ❑ Attorney in Fact Attorney in Fact SIGNER Top of thumb here Top of thumb here ❑ Trustee Trustee ❑ Guardian or Conservator Guardian or Conservator ❑ Other: Other: Signer is Representing: Signer is Representing: Griffith Company ----------------------------------------------------------------------- ©2014 National Notary Association • www.NationalNotary.org •1-800-US NOTARY(1-800-876-6827) • Item#5907 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 ATLANTA AVENUE REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET AND INDIANAPOLIS AVENUE REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET CC NO. 1539 (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. GriffithyCompany Contractor By Lucas J. Walker e P/resident/Regional Manager T�� Date: 03/24/2014 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 C(No If the answer is yes, explain the circumstances in the space provided. I i i i i I I i Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Griffith/Gompany Contractor i G a By Luca J. Walker i fVice President/ Regional Manager Title Date: 03/24/2017 I f f I C-7 i i i fF i' N BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Griffith Company I-lidder Name 12200 Bloomfield Ave Business Address Santa Fe Springs CA 90670 City, State Zip li ( 562 ) 929-1128 Iwalker(@_griffithcompany.net f `I'elephonc,iNunlher Email Address LC# 88, Class: A, B, C-8, C12 C27 HAZ State Contractor's License No. and Class 09/24/1929 j Original.Date ISSUed I I 09/30/2018 Expiration Date The work site was inspected by ` Lw& of our office on , 201-� The following are persons,firms, and corporations having a principal interest in this proposal: i� Thomas L. Foss - COB/CEO I Jaimie R. Angus - President Ryan J. Aukerman - Executive Vice President _ Gordon M. Csutak-VP/CFO/Sec. Tres. Ili C8 The undersigned is prepared to satisfy th`e Council of the City of Huntington Beach of its ability, financially or otherwise, to perfoarm the contrct for the proposed work and improvements in accordance with the plans and specificat'onsser/t forth. Griffith min Company/N ��e C / Signate o�-idder 4casJ.Walker, Vice President/ Regional Manager Printed or Typed Signature Subscribed and sworn to b fore me this^day of , 201_ e A notary public or other officer completing this certificate verifies only the identity of the individual who sign d the document to which this certificate is attached, and not the truthfulness, accuracy, r validity of that document. State of ) County of } �' i On before me, Month, Day, and Year Insert Name and Title of Notary personally appeared —V Name(s)of Signer(s) who proved to me on the basis of satisfa tory evidence to be the person(s)whose name(s) is/are subscribed to the within instrument and a cnowledged to me that he/she/they executed the same f in his/her/their authorized capacity(ies), an that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of wh h the person(s) acted, executed the instrument. E E 1 certify under PENALTY OF PERJURY un r 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 (PLACE NOTARY SEAL,ABOVE) G9 CALIFORNIA JURAT WITH AFFIANT STATEMENT 71 SeeAttached Document(Notary to cross out lines 1-6 below) F-jSee Statement Below(Lines 1-5 to be completed only by document signer(s], not Notary) .. ......... Signature of Document Signer No. 1 Signature of Document Signer No.2(if any) A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document State of California County of Los Angeles Subscribed and sworn to(or affirmed) before me on this 27th day of March 2017 , by Date Month Year (1) Lucas J Walker, VP/Regional Manager (and (2) ), k Name(s)of Signer(s) RACEY A. NOVAK Commission #2008895 proved to me on the basis of satisfactory evidence z tl8 �- Notary Public -California zz to be the person:hgpeared before me.) :H"_� z f�O Los Angeles County D My Comm.Expires Mar 27,2017 Signature SiZ�t/ary re of Notary Public Tracey A. Novak, Public Seal Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter RIGHT THUMBPRINT OF alteration of the document or fraudulent reattachment of this form to an unintended document. Top of thumb here Top of thumb here Description of Attached Document Title or Type of Document: Bid Signature Page Document Date: Number of Pages# Signer(s)Other Than Named Above: ©2014 National Notary Association-www.NationalNotary.org-1-800-US NOTARY(1-800-876-6827) Item#5910 Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of{Describe specific work and experience necessary for project. For example, "Sanitary sewer line installation of at least of 1,000 of 8-inch and greater in public right-of-way. Sanitary sewer lift stations of similar size, project work within public streets an area containing high ground water and pipeline construction in high ground water regions with trench depths of 8-feet to the invert.";. 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 of the Past Five Years of 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: 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,: I i 3. Name and Address of Public Agency Name and Telephone No. of Project Manager: I Contract Amount Type of Work Date Completed Provide additional project description to show similar work: C_a 0 E GRIFFITH COMPANY COMPLETED PROJECTS LISTING FOR 5 YEARS PROJECT AGENCY CONTRACT AMOUNT Downtown Streetscape&Infrastructure City of Artesia $ 553,152.80 Improvements -Phase II 18747 Clarkdale Avenue Start Date: December 2015 Artesia, CA 90701 Completion Date: Feb 2016 Griffith Company Project# 10581 Attn: Chuck Burnheart Phone: 562-865-6262 Grand Avenue Resurfacing &Widening County of Riverside, Trans. Dept. $ 4,523,019.02 Project No. C4-0074 3525 14th Street Start Date: June 2015 Riverside, CA 92501 Completion Date: Nov. 2015 Griffith Company Project# 20008 Attn: Joel Jimenez, Senior Civil Eng. Phone: 951-955-1537 LAX-RTR Jack& Bore Morrow-Meadows Corporation $ 425,025.00 231 Benton Court Start Date: June 2015 City of Industry, CA 91789 Completion Date: September 2015 Griffith Company Project# 10576 Attn: Max Seagal Phone: 909-598-7700 Downtown Streetscape& Infrastructure City of Artesia $ 2,211,641.71 Improvements -Phase 1 18747 Clarkdale Avenue Start Date: August 2015 Artesia, CA 90701 Completion Date: March 2016 Griffith Company Project# 10575 Attn: Chuck Burnheart Phone: 562-865-6262 LAX RTR Relocation Skanska/O'Neil JV $ 996,073.00 6033 West Centry Blvd., Suite 670 Start Date: April 2015 Los Angeles, CA 90045 Completion Date: January 2016 Griffith Company Project# 10574 Attn: Raj Turin, PM Phone: 213-440-4585 Van Nuys & Saticoy Charles Pankow Builders $ 1,558,514.55 San Fernando Valley Family Support Center 199 S Los Robles Ave., Suite 300 Start Date: June 2015 Job Number 13-PO30 Pasadena, CA. 91101 Completion Date: Nov. 2015 Griffith Company Project# 10572 Attn: Jack Mollenkopf, Proj. Exc. Phone: 626-304-1190 Firestone/Atlantic Street Improvements City of Southgate $ 2,019,364.06 Contract#364-ST 8650 California Avenue Start Date: March 2015 South Gate, CA 90268 Completion Date: Nov. 2015 Griffith Company Project# 10563 Attn: Hany Henein hhenein@sogate.org Phone: 323-563-9581 Runway 6L-24R Safety Area and Rehab City of Los Angeles $ 25,245,000.00 Project @ LAX Cont. No. DA-4974 7301 World Way West, 10th Floor Start Date: May 2015 Los Angeles, CA 90045 Completion Date: December 2015 Griffith Company Project# 10562 Attn: Denny Ly JV with Coffman Phone: 424-646-5868 World Way South &Center Way Myers/Banicki Joint Venture $ 402,837.00 Intersection Improvements Cont# DA-4879 4600 Northgate Blvd., Suite 100 Start Date: Feb 2015 Sacramento, CA 95834 Completion Date: Nov. 2015 Griffith Company Project# 10559 Attn: Micaiah Revero mrevero@myers-sons.com Phone: 424-227-3277 Page 1 of 10 Runway 25L Safety Area Improvements Los Angeles World Airports $ 14,339,878.81 Project# DA-4948 1 World Way Start Date: Aug 2015 Los Angeles, CA 90009-2219 Completion Date: Nov. 2015 Griffith Company Project# 10556 Attn: Matt Patterson Phone: 424-646-5865 Pier E CTB MOB& PCMS WE O'Neil $ 135,121.00 Spec#HD-S2384A 909 N Sepulveda Vlvd., Suite 400 Start Date: November 2014 El Segundo, CA 90245 Completion Date: Dec. 2014 Griffith Company Project# 10555 Attn: Steven Taylor Phone: 310-634-7900 Monrovia Station Square Off-Site Imprve. City of Monrovia $ 9,721,298.03 Project #C-3068 600 S Mountain Avenue Start Date: Oct. 2014 Monrovia, CA 91016 Completion Date: Feb 2016 Griffith Company Project# 10553. Attn: Juan Cervantes Cervantes a.ci.monrovia.ca.us Phone: 626-256-8299 Taxiway E & F Rehabilitation-Phase II City of Long Beach $ 2,570,357.49 Spec. R-6957 333 West Ocean Blvd. Start Date: Feb. 2015 Long Beach, CA 90802 Completion Date: Oct. 2015 Griffith Company Project# 10550 Attn: Mark Whitaker Phone: 562-570-6468 FED EX Taxilane Ramp Gates FED EX Corp $ 2,842,639.97 Project#8641929, C/F#22883 2601 Main St., 11th Floor Start Date: Sept. 2014 Irvine, CA 92614 Completion Date: April 2016 Griffith Company Project# 20004 Attn: Jon Malan, Sr. Project Mgr. Phone: 949-399-4486 Ramona Express Way Widening Phase II City of San Jacinto $ 4,050,032.97 Cont No. 166 E. Main St., Suite 2 Start Date: August 2014 San Jacinto, CA 92583 Completion Date: Feb. 2015 Griffith Company Project# 20003 Attn: Habib Motlagh, City Engineer Phone: 951-654-3592 Broadway Improvements City of Carson $ 1,289,930.19 701 E Carson Street Start Date: Jan. 2015 Carson, CA 90749 Completion Date: March 2015 Griffith Company Project# 10541. Attn: Rick Boutros Phone: 310-835-5749 Pacific City Retail C.W. Driver $ 4,498,571.00 Project#130027 15615 Alton Parkway, Suite 150 Start Date: December 2014 21022 Pacific Coast Hwy. Huntington Beach Irvine, CA 92618 Completion Date: January 2016 Griffith Company Project# 11607 Attn: David Edwards Phone 949-261-5100 Collett Avenue Extention County of Riverside $ 2,316,323.26 Buchanan Street to Pierce Street 3900 Main Street Start Date: April 2014 Bid No. 7190 Riverside, CA 92522 Completion Date: Oct. 2014 Griffith Company Project# 20001. Attn: Steve Howard Phone 951-712-3904 San Jose Ave.Widening @ Charlie Road City of Industry-c/o CNC Engineering $ 463,300.24 Project No 418 255 N Hacienda Blvd., Suite 222 Start Date: February 2014 Contract No. City-1418 City of Industry, CA 91744 Completion Date: June 2014 Griffith Company Project# 10525.10 Attn: Gerardo Perez Phone 626-333-0336 Page 2 of 10 8L-26R Runway Safety Area Project Los Angeles World Airports $ 2,821,245.51 Ontario International Airport 7301 World Way West, 8th Floor Start Date: April 2014 File#DA-4872 Los Angeles, CA 90045 Completion Date: Sept. 2014 Griffith Company Project# 10524.10 Attn: Mark Vicelja mvicelja a lawa.orq Phone: 424-646-5871 Slover Avenue Phase 1 County Of San Bernardino $ 1,939,752.04 WO# HB0020 825 E Third Street Room 147 Start Date: January 2014 San Bernardino, CA 92415-0835 Completion Date: May 2014 Griffith Company Project# 10522.10 Attn: Nidham AlRayes, PE Phone: 909-387-1831 Alumium Property-Container Facility BNSF $ 2,001,931.57 Cont. #BF10004993 3770 East 26th Street, 1st Floor Start Date: Dec. 2013 Vernon, CA 90058 Completion Date: May 2014 Griffith Company Project# 10518.10 Attn: David Miller Phone 909-386-4058 Silver Fire, Route 243 Postmile 18.0/28.3 Caltrans $ 730,212.61 Caltrans No. 08-1 E540 1727 30th Street Start Date: August 2013 Sacramento, CA 95816 Completion Date: November 2013 Griffith Company Project# 10515.10 Attn: Michael Chen, RE Phone 951-830-6017 Panda Liberty Project Gemma Power Systems $ 4,268,282.00 Contract#1301253-0009-3419 2461 Main Street Start Date: Sept. 2013 Glastonbury, CT 06033 Completion Date: May 2014 Griffith Company Project# 70059.70 Attn: Trish Kohler Phone 860-659-0509 Coastal Dunes Project Los Angeles World Airports $ 1,089,958.74 Contract No. DA-4836 7301 World Way West, 8th Floor Start Date: Nov. 2014 Los Angeles, CA 90045 Completion Date: May 2014 Griffith Company Project# 10512.10 Attn: Mark Vicelja MVicelja(c)lawa.org Phone 424-646-5871 Gilman Springs Road Improvements County of Riverside $ 4,900,878.00 Project No. C2-0140 &CO-0531 4080 Lemon Street Start Date: Sept. 2013 Fed. Aid No. HSIPL-5956(204) Riverside, CA 92501 Completion Date: December 2013 Griffith Company Project# 10510.10 Attn: Gabriel Munoz gmunoz(crD.rctlma.org Phone 951-955-6885 Newport Road Widening City of Menifee $ 3,722,832.00 Project No. CIP#01-13 29714 Haun Road Ave. Start Date: August 2013 Menifee, CA. 92586 Completion Date: March 2015 Griffith Company Project# 10507.10 Attn: Bill Gallegos wgallegos@dudek.com Phone: 909-376-5601 Wilshire Bus Rapid Transit City of Los Angeles $ 11,858,160.00 WO#E1907532 & E1907525 200 N Spring Street RM 355 Start Date: Oct. 2013 Contract No. C-122686 Los Angeles, CA 90012 Completion Date: Jan. 2015 Griffith Company Project# 10497.10 Attn: Vahik Vartanians pet er.bilkian cc lacity.org Phone: 213-485-4652 Pier G- Berths G230-G236 Port of Long Beach $ 11,666,176.09 Contract#HD-S2243 925 Harbor Plaza Start Date: May 2013 Long Beach, CA 90802 Completion Date: June 2014 Griffith Company Project# 10496.10 Attn: Darrin Lambrigger darrin.lambriggerCcDpolb.com Phone: 562-283-7200 Page 3 of 10 Silver Lake Reservoir Complex Storage Webcor, Obayashi, Lyles, a JV $ 1,096,172.93 Replacement Project#31140.00 6001 W Forest Lawn Start Date: April 2015 Los Angeles, CA 90068 Completion Date: Nov. 2015 Griffith Company Project# 11495.11 Attn: Steve McFadden Phone: 213-239-6460 Metro Foothill Extension Phase 2A Foothill Transit Constructors $ 2,940,537.41 Contract No. 1135 10704 Shoemaker Avenue Start Date: Feb 2013 Santa Fe Springs, CA 90670 Completion Date: July 2015 Griffith Company Project# 11489.11 Attn: Steve McFadden Phone: 562-946-1816 Moulton Parkway Widening Orange County, DPW $ 9,489,706.65 W.O. ER09004 1152 East Fruit Street Start Date: Feb 2012 Santa Ana, CA 92701 Completion Date: June 2014 Griffith Company Project# 10484.10 Attn: George Zaun george.zaun(a)ocpw.ocgov.com Phone 714-245-4508 Streeter Avenue Underpass @ City of Riverside $ 16,485,716.00 Union Pacific Railroad 3900 Main Street Start Date: November 2012 Bid No. 7094 Riverside, CA 92522 Completion Date: March 2015 Griffith Company Project# 10482.10 Attn: Mike Wolf Phone 951-826-5341 Pier G- Berths G23-G236 Terminal Site Devel. Port of Long Beach $ 13,037,793.86 Contract#HD-S2230 925 Harbor Plaza Start Date: October 2012 Long Beach, CA 90802 Completion Date: April 2014 Griffith Company Project# 10481.10 Attn: Darrin Lambrigger darrin.lamb rigger polb.com Phone 562-283-7200 BNSF LA Triple Track, BNSF Railway Company $ 2,363,344.37 Rosemead to La Mirada 720 South B Street Start Date: June 2012 Contract# BF10003009 Stockton, CA 95206 Completion Date: June 2013 Griffith Company Project# 10469.10 Attn: John Fleming john.fleming@BNSF.com Phone Gateway and Streetscapes City of Beverly Hills $ 645,808.81 Wilshire Blvd.to Whittier Drive 345 Foothill Road Start Date: Aug. 2012 Griffith Company Project# 10468.10 Beverly Hills, CA 90210 Completion Date: Feb 2013 Attn: Tristan D Malabanan, P.E. Phone 310-285-2512 Exposition Corridor Light Rail Exposition Metro Line CA $ 552,020.00 Phase 1 Street Improvements 707 Wilshire Blvd. 34th Floor Start Date: June 2012 Contract#XP8901-848 Los Angeles, CA 90017 Completion Date: Jan. 2013 Griffith Company Project# 10463.10 Attn: Dave Walker Dwalkera()exporail.net Phone Valley View Ave. Grade Separation City of Santa Fe Springs $ 27,539,272.20 Contract#75A0229 11710 Telegraph Rd. Start Date: Aug. 2012 Griffith Company Project#70054.70 Santa Fe Springs, CA 90670 Completion Date: Oct 2015 Attn: Noe Negrete, P.E. noenegreteo-)santafesprings.org 562-868-0511 Route 110 Joint Assemblies Truesdell Corporation $ 194,583.00 Caltrans Project#07-260504 1310 W. 23rd Street Start Date: Oct 2012 Griffith Company Project#70053.70 Tempe, AZ 83282-1837 Completion Date: Jan 2013 Contact: Dan Keller, PM jcastillo truesdellcorp.com Phone: 602-319-5898 Page 4 of 10 1-15-from 7th to Sierra Caltrans $ 77,335,000.00 Caltrans Project#08-472224 4295 E Jurupa Street Start Date: April 2012 Griffith Company Project# 10462.10 Ontario, CA 91761 Completion Date: July 2013 Attn: Fereydoon Alipanah Phone 909-289-2020 Pepper Avenue Extension City of Rialto $ 8,003,739.82 Contract#000893-00 150 S Palm Avenue Start Date: July 2012 Griffith Company Project# 10457.10 Rialto, CA 92376 Completion Date: December 2014 Attn: John Wheatly Phone: 909-421-4999 Hamner Avenue Widening Project City of Norco $ 6,230,549.59 2870 Clark Avenue Start Date: June 2012 Griffith Company Project# 10456.10 Norco, CA Completion Date: June 2013 Attn: Lori Askew laskew ci.norco.ca.us Phone: 951-270-5678 $ 4,133,320.00 Mount Lee Washout Emergency Repair City of Los Angeles $ 493,533.02 Contract#C-114793 200 N. Spring St. Start Date: March 2012 Griffith Company Project#70052.70 Los Angeles, CA 90012 Completion Date: April 2012 Contact: Gene Edwards, PM gene.edwards(a)lacity.org Phone: 213-847-0463 Route 5 - 13 miles north of Castaic Caltrans $ 86,592,381.00 Caltrans Project#07-252804 1727 30th Street Start Date: March 2012 Griffith Company Project# 10452.10 Sacramento, CA 95816 Completion Date: Nov 2014 Attn: Mustafa Hussain, P.E. mustafa hussain(a-)dot.ca.gov Phone 661-257-0273 Interstate 15 @ Clinton Keith Road County of Riverside $ 14,046,174.61 Porject#A2-0264 4080 Lemon Street Start Date: April 2012 Griffith Company Project# 10451.10 Riverside, CA 92501 Completion Date: Aug 2013 Attn: Sean Ronhani $ 13,518,810.00 Phone: 951-955-6800 SeanRouhani(a�Hill Intl.com San Bernardino 10 Rancho Cucamonga Caltrans-District 8 $ 270,272.00 Contract#OR9304 464 W. 4th Street, Start Date: February 2012 Griffith Company Project#70051.70 San Bernardino, CA 92401. Completion Date: April 2012 (909) 383-6417 (Office) Contact: Chee Ong chee ong(a.dot.ca.gov Boulder Avenue Bridge Improvements City of Highland $ 8,523,448.62 Contract# BRG-04004 27215 Baseline Start Date: Feb. 20, 2012 Griffith Company Project#70050.70 Highland, CA 92346 Completion Date: May 2014 Contact: Jim Hannigan, PE Jhannigan(o-)harris-assoc.com PROJECT SUSPENDED Phone: 760-220-4805 cell $ 8,185,929.14 Vincent Thomas Bridge Emergency Caltrans $ 10,218,235.61 Repair Project 1727 30th Street Start Date: January 2012 Contract#3X6704 Sacramento, CA 95816 Completion Date: May 2013 Griffith Company Project#70049.70 Contact:Joan Crews loan crews(@dot.ca.gov Phone: 213-620-4852 $ 10,750,000.00 CPV Sentinel Energy Project Gemma Power Systems Ca., Inc. $ 9,852,933.39 Contract# 1101253-0017-3419 2461 Main Street Start Date: October 2011 Griffith Company Project#70048.70 Glastonbury, CT 06033 Completion Date: Dec 2012 Contact: Trish Kohler trishkohleraO.gemmapower.com Phone: 860-659-0509 Page 5 of 10 Access Bridge Over Brown's Gulch at LACDPW $ 2,099,930.51 San Gabriel Dam 900 S. Fremont Ave. Start Date: May 2012 Project ID#FCC0001086 Alhambra, CA 91803 Completion Date: April 2013 Griffith Company Project#70047.70 Contact: Tim Bazinet, PM TBAZINET@dpw.lacounty.gov Phone: 626-458-2185 Magnolia Boulevard City of Los Angeles $ 2,209,371.42 WO# El906349 1149 S Broadway, Suite 810 Start Date: January 2013 Griffith Company Project#10445.10 Los Angeles, CA 90015 Completion Date: Dec. 2013 Attn: Peter Bilkian, SEA pet er.bilk ian6lacity.org Phone: 213-485-4503 Rancho Santiago Community College Dynalectric Transportation $ 496,073.82 Rancho Santiago CCD Humanities Building 4462 Corporate Center Dr. Start Date: Oct 2011 SCC Signalization Project#311008 Los Alamitos, CA. 90720 Completion Date: July 2012 Griffith Company Project#10444.11 Attn: Richard Shackleton Original Contract amount Phone: 714-236-2280 $ 300,237.50 SBX E Street Construction Project Omnitrans $ 79,600,694.53 Cont. #IPM011-5 1700 West Fifith Street Start Date: Nov. 2011 Griffith Company Project# 10443.10 San Bernardino, CA 92411 Completion Date: March 2014 Attn: Andres Ramirez Andres.Ramirez(a)-omnitrans.orq Phone 909-963-5235 Artesia Downtown Revitalization City of Artesia $ 766,451.16 Cont# PC 2010-1253 18474 Clarkdale Avenue Start Date: April 2012 Griffith Company Project# 10442.10 Artesia, CA 90701 Completion Date: August 2012 Completed early due to Loss of Funding Attn: Carlos A Alba, PE, PLS Phone: 949-766-2686 Taxilane A@ Rehabilitation Phase 11 Los Angeles World Airports $ 2,059,694.70 @ Van Nuys Airport 7301 World Way West, 3rd Floor Start Date: Nov. 2011 Griffith Company Project#10436.10 Los Angeles, CA 90045 Completion Date: July 2012 Attn: Eduardo Porto eporto ccDlawa.org Phone 424-646-5866 Peyton Drive Widening City of Chino Hills $ 1,678,139.17 Cont#800129 1400 City Center Drive Start Date: August 2011 Griffith Company Project#10434.10 Chino Hills, CA 91709 Completion Date: Feb 2012 Attn: Joe Dyer inch ills.org Phone 909-364-2771 Indian Canyon Drive Widening City of Palm Springs $ 2,865,821.50 City Project#01-25 3200 E Tahquitz Canyon Way Start Date: Sept 2011 Griffith Company Project# 10433.10 Palm Springs, CA 92662 Completion Date: March 2012 Attn: Jeff Burdick, PE Completed contract amount: Phone: 760-323-8253 $ 3,258,525.50 Anaheim Street Port of Long Beach $ 1,018,610.07 Spec.#HD-2350 925 Harbor Plaza Start Date: June 2011 Contract#HD-7760 Long Beach, CA 90802 Completion Date: Dec. 2011 Griffith Company Project# 10426.10 Attn: Ramanjit Brar Phone 562-283-7000 Jurupa Avenue Extension City of Riverside $ 4,973,400.02 Bid No. 6946 3900 Main Street Start Date: July 2011 Griffith Company Project#10422.10 Riverside, CA 92522 Completion Date: June 2012 Attn: Danny Cwiak, PE Phone 951-538-3037 Page 6 of 10 Newport Beach Civic Center& Park C.W. Driver $ 2,514,241.00 Project#10012 15615 Alton Parkway, Suite 150 Start Date: Sept 2011 WO# 10012-SUB-02525S Irvine, CA 92618 Completion Date: May 2013 Griffith Company Project# 11419.11 Attn: David Edwards Completed contract amount: Phone 949-261-5100 $ 3,071,822.00 American Eagle Repair/UpGrade LAX CSA/Stanhope, A Joint Venture $ 1,609,926.57 Job #CS3 6826 Rosecrans Avenue Start Date: Jan. 2011 Griffith Company Project# 10415.10 Paramount, CA 90723 Completion Date: April 2011 Attn: William Chisholm Phone 562-602-0482 Route 101-in Calabasa, Agoura Hills & Caltrans $ 14,322,965.71 Westlake Village 1727 30th Street Start Date: March 2011 Griffith Company Project# 10412.10 Sacramento, CA 95816 Completion Date: Sept 2011 Attn: Joe Tehrani Phone 805-375-9247 East Bridge Replacement Saddleback College So Orange County Community College $ 511,101.63 Bid #2001 28000 Marguerite Parkway Start Date: August 2011 Griffith Company Project#70046.70 Mission Viejo, CA 92692 Completion Date: Dec. 2011 Contact: Walt Rice wrice(a,socccd.edu Phone: 949-582-4999 26th Street Overpass at Hobart Yard BNSF $ 7,290,732.98 Contract# BF10001371 740 Carnegie Drive Start Date: July 2011 Griffith Company Project#70045.70 San Bernardino, CA Completion Date: March 2012 Contact: Miguel Palomino Miguel.Palomino(a)_BNSF.com Phone: 909-841-0040 Sierra Hwy. Undercrossing to Amargosa Prime: Truesdell Corp. $ 471,828.12 Creek 1310 W. 23rd Street Start Date: Nov. 2011 Caltrans#07-346704 Tempe, AZ 85282 Completion Date: Jan. 2012 Griffith Company Project#70042.70 Contact: Nancy L. Mackowiak nmackowiak(a)truesdellcorp.com Phone: 602-437-1711 Tesoro Retaining Wall Repair Caltrans $ 144,819.02 Caltrans#07-A3063 5360 W. Imperial Highway Start Date: June 2011 Griffith Company Project#70044.70 Los Angeles, CA 90045 Completion Date: Oct 2011 Contact: Pamela Dennis Pamela dennisC@dot.ca.gov Phone: 213-379-5187 7th Street Ramp LACDPW $ 179,628.16 Project ID#RDC0011155 Prime: Sage Associates, Inc. Start Date: June 2011 Griffith Company Project#70040.70 1301 Dove Street, Suite 820 Completion Date:July 2011 Newport Beach, CA 92660 Contact: Jolene Guerrero iquerrero(a�dpw.lacounty.gov Phone: 626-450-4975 East Route 9/North 110 Connector Prime: Truesdell Corp. $ 142,657.37 Caltrans#07-4Y1404 1310 W. 23rd Street Start Date: May 2012 Griffith Company Project#70043.70 Tempe, AZ 85282 Completion Date: June 2012 Contact: Nancy L. Mackowiak nmackowiak(d,)truesdellcorp.com Phone: 602-437-1711 1-405 Sepulveda Pass Widening Project Kiewit Infrastructure West Co. $ 2,356,524.85 LACMTA Project#C0882 6060 Center Drive, Suite 200 Start Date: April 2011 Griffith Company Project#70041.70 Los Angeles, CA 90045 Completion Date: Jan. 2014 Contact: Eric Guttau eric.guttau(�kiewit.com Phone: 310-846-2400 Page 7 of 10 Pier G &J Site Preparation Port of Long Beach $ 2,451,234.45 3 SCE Substations @ Pier G 925 Harbor Plaza Start Date: Feb 2011 Container Terminals @ Pier J Long Beach, CA 90802 Completion Date: Sept 2011 Contract# HD 7698 Attn: Darrin Lambrigger darrin.lambrigger@polb.com Griffith Company Project# 10410.10 Phone 562-283-7200 Metro Subway Station : Los Angeles County, MTA $ 5,383,718.56 Entrance Canopy Proj. No. C0972 One Gateway Plaza Start Date: August 2012 Griffith Company Project#10406.10 Los Angeles, CA 90012-2952 Completion Date: Feb 2013 Attn: Brad Owen bowen metro.net Phone 213-922-7158 Garvanza Park Stormwater BMP North East Trees $ 2,532,016.18 Griffith Company Project#71039.70 570 W. Avenue 26 Suite 200 Start Date: Nov. 2010 Los Angeles, CA 90066 Completion Date: March 2012 Contact: Kathleen McKernin kathleen(u(7northeasttrees.org Phone: 323-441-8634 Morris Dam 1/0 Rehabilitation Project LACDPW $ 9,426,478.66 Project ID#FCC0000496 900 S. Fremont Ave. Start Date:Jan 2011 Griffith Company Project#70038.70 Alhambra, CA 91803 Completion Date: Sept. 2013 Contact: Don Lewis TBAZINET(a_Ww.lacounty.gov Phone: 562-299-4613 Taxiway A2 Rehabilitation PHI and LAWA $ 3,558,383.44 Improvements to Roadway Safety 1 World Way Start Date: Sept. 2010 Area for Roadway 16L/34R @ the Los Angeles, CA 90045 Completion Date-.April 2011 Van Nuys Airport Attn: Mark Vicelja MVicelja(a)Iawa.org Griffith Company Project# 10400.10 Phone 424-646-5871 Bradley W. Construction Traffic LAWA $ 1,335,687.16 Mitigations 1 World Way Start Date: Sept. 2010 Contract DA-4478 Los Angeles, CA 90045 Completion Date: Sept 2011 Griffith Company Project# 10398.10 Attn: Mark Vicelja MViceIia(d-)lawa.org Phone 424-646-5871 2010/2012 Site Improvements Port of Los Angeles $ 15,336,934.87 Spec 2705 425 S. Palos Verdes Street Start Date: Nov. 2010 Griffith Company Project# 10396.10 San Pedro, CA 90733 Completion Date: Nov 2013 Attn: Mark Rose mrose@portIa.org Phone 310-732-3919 $ 15,000,000.00 Laguna Canyon /SR 133 Rd Widening Irvine Comm Dev Com LLC $ 5,554,204.45 Contract#4500029655 550 Newport Center Drive Start Date: June 2010 Griffith Company Project#. 10393.10 Newport Beach, CA 92658-5370 Completion Date: Jan. 2012 Attn: Martin Leon mleon(a)irvinecompany.com Phone 949/720-2000 Bradley West Core Walsh Austin JV $ 13,211,183.29 #209133 929 W. Adams Street Start Date: Aug. 2010 Contract DA 4382 Chicago, IL 60607 Completion Date: Dec. 2013 Griffith Company Project#10390.10 Attn: Bernie Reico breico(a-)walshgroup.com Phone 619-778-4960 Avenue 24 Undercrossing Caltrans $ 4,715,331.31 Caltrans#06-471904 1727 30th Street Start Date: July 2010 Griffith Company Project#70037.70 Sacramento, CA 95816 Completion Date: July 2011 Contact: Shelley Maggard shelley maggard dot.ca.gov Phone: 661-392-6640 Page 8 of 10 TPAR Walsh Austin JV $ 7,387,957.41 Temporary Power Relocation 929 W. Adams Street Start Date:April 2010 Project No. 209133 Chicago, IL 60607 Completion Date: Jan. 2011 Contract DA 4382 Attn: Bernie Reico breico@walshgroup.com Griffith Company Project# 10389.10 Phone 619-778-4960 Bradley W. Concourse Walsh Austin JV $ 44,091,374.17 Project#209050 929 W. Adams Street Start Date: May 2010 Contract# DA 4337A Chicago, IL 60607 Completion Date: Dec 2013 Griffith Job No. 10387.10 Attn: Bernie Reico $ 28,361,006.00 Phone 619-778-4960 breico(@walshgroup.com Slausen Pier 6 & 7 BNSF $ 3,561,866.58 Contract#BF58170 740 Carnegie Drive Start Date: April 2010 Griffith Company Project#70036.70 San Bernardino, CA Completion Date: March 2012 Contact: John Fleming john.fleming(o)BNSF.com Phone: 909-386-4472 Solar Panels @ Pac Rim Engineering $ 2,751,847.90 Keyes Motors/Van Nuys 233 W. Cerritos Ave Start Date-.Dec. 2010 Griffith Company Project# 10385.10 Anaheim, CA 92805 Completion Date:Sept 2011 Attn: Peter Liu Phone 949/285-8278 Tom Bradley Interim W. Bus Terminal Walsh Austin JV $ 6,493,600.92 Project#209050 929 W. Adams Street Start Date: Feb 2010 Owner Contract#DA4337A Chicago, IL 60607 Completion Date: July 2012 Griffith Company Project#. 10381.10 Attn: Bernie Reico breico(a).walshgroup.com Phone 619-778-4960 San Bernardino Avenue City of Fontana $ 4,060,016.46 Street& Drainage Improvements 16489 Orange Way Start Date: Nov 2009 (Commerce Drive to Cherry Ave) Fontana, CA 92335 Completion Date: Nov 2011 SB-03-PW-10 Attn: Keith Kramer kkramerC@fontana.org Griffith Company Project# 10376.10 Phone 909-350-6696 Berth #102-Wharf Improvements Port of Los Angeles $ 26,281,548.57 SPEC#2696 -Contract No..2266 425 S. Palos Verdes Street Start Date: Dec 2009 Griffith Company Project# 10368.10 San Pedro, CA 90733-0151 Completion Date: May 2011 Attn: Mark Rose mrose(a)portla.org Phone 310-732-3919 Rancho Cucamonga Pedestrian Underpass Southern California Regional $ 4,260,309.72 Contract#C3103-09 Rail Authority(SCRRA) Start Date: October 2009 Griffith Company Project#70034.70 700 S. Flower Street, 26th Floor Comp Date: April 2011 Los Angeles, CA 90012 Contact: Lia McNeil-Kakaris Harry Bridges Blvd Buffer Port of Los Angeles $ 56,533,998.28 Griffith Company Project# 10339.10 425 S. Palos Verdes Street Start Date: Feb 2009 Spec#2699 San Pedro, CA 90733-0151 Completion Date: Aug 2011 Attn: Scott Gilmour Sgilmour(a-)portla.org Phone 310/732-3522 Cabrillo Way Marina Port of Los Angeles $ 123,327,086.86 Griffith Company Project# 10338.10 425 S. Palos Verdes Street Start Date: Feb 2009 Spec#2712 San Pedro, CA 90733-0151 Completion Date: Dec 2011 Attn: Mark Rose Joint Venture project Phone 310-732-3919 GC Total $70,006,823.65 Page 9 of 10 Secondary Activated Sludge Faciltiy Kiewit Pacific Co $ 575,520.00 Griffith Company Project# 10329.10 10704 Shoemaker Avenue Start Date: Feb 2011 Santa Fe Springs, CA 90670 Completion Date: Feb 2012 Attn: Ranae Gramm Phone 714/274-4646 Page 10 of 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. Darrell Waterman Name of proposed Project Manager Telephone No. of proposed Project Manager: 909-204-1283 Streeter Avenue Underpass $ 16,485,716. - Grade Separation 03/2015 Project Name & Contract Amount Type of Work Date Completed Metro Entrance Canopy Project,$ 5,383,718- Street Work & Canopy Proi. 02/2013 Project Name &Contract Amount Type of Work Date Completed _Citrus Heights Drive $ 5,739,653 - Street Rehab Project 02/2017 Project Name & Contract Amount Type of Work Date Completed 2. Joe Tuttle Name of proposed Superintendent Telephone No. of proposed Superintendent: 562-519-2424 Wilshire Bus Rapid Transit Project $ 11 858 160.00 - Street Work Project 1/2015 Project Name & Contract Amount Type of Work Date Completed Bradley West Gates Concourse Project $44,091,374. - Mass Grading/Paving 12/2013 Project Name& Contract Amount Type of Work Date Completed Offsite Improvements @ Village @ Topanga $ 5,223,891 - R & R Paving 12/2015 Project Name & Contract Amount Type of Work Date Completed I C-11 I i J i i CONTRACTOR REGIS'I'R. 'I'ION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771.1(a)),passed by the Cali fornia State Senate on Tune 20, 201.4, established a new public works Contractor Registration Program, which r requires all contractors and subcontractors bidding and performing work on Public Works l Projects to register on an annual basis (each July 1. through June 30 state fiscal year) with the California. Dcpartmerrt of Industrial Relations (DIR). Currently the annual non-refundable registration fee for Contractors is $300. Each contractor to whom a public works contract has been awarded shall sign the fallowing certificate. DIR FACT S:IJ.El3'I`on SB 854 littp://www.clir,ca.gov/1:)I_,SI /PtlblicWol-i<s/SB854FactShect 6.30.14.pclf DIR's Contractor:Registration Link—Call (844) 522-6734 https://etiling.dir.c.a.gov/].'WCI.Z/ActionServlct?action—ciisplayPWC.Registratianr'o,,m DIR's Contractor Registration searchable database: t' ltttps://cf it i ng.d i r.ca.gov/['W C:R/Sear°eh,actiau f I am aware and will comply with the provisions of Labor Code Section 1771.1(a)which states: w "A contractor or subcontractor shall not be qualified to bid an, be listed in a bid proposal, i subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless Currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for <an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Busi.nc;ss and Professions Code or by Section .10164 or 201.03.5 of the I'ublic Contract. Code, provided the contractor is registered to perforrn. public work pursuant to Section 1725.5 at the time the contract is awarded." ii I furthermore will comply by providing proof of registration with4DIR,a di primary contractor, as well as for ALL subcontractors at the tithe of submitting the/bid.. Griffith Company Contractor I;y Lucas J. Walker BUice President/ Regional Manager Date: 03/27/2017 PWC REGISTRATION 11: 1000005611 C-1.2 i I i STATE OF CALIFORNIA DEPARTMENT OF RESOURCES RECYCLING AND RECOVERY(CalRecycle) RELIABLE"CONTRACTOR DECLARATION CalRecycle 168(Revised 7/13) This form must be completed and submitted to the Department of Resources Recycling and Recovery(CalRecycle) prior to authorizing a contractor(s)to commence work. Failure to provide this documentation in a timely manner may result in nonpayment of funds to the contractor(s). This form is intended to help the CalReeycle's Grantees comply with the Unreliable List requirement of their Terms and Conditions. The Unreliable List provision requires the following: Prior to authorizing a contractor(s) to commence work under the Grant, the Grantee shall submit to CalRecycle a declaration signed under penalty of perjury by the contractor(s) stating that within the preceding three (3) years, none of the events listed in Section 17050 of Title 14,California Code of Regulations,Natural Resources,Division 7,has occurred with respect to the contractor(s). Please see the reverse of this page,or refer to www.cah•egs.com If any of the events listed in Section 17050 have occurred, disclosure is required but will not necessarily result in CalRecycle refusing to approve the contractor. A signed statement explaining the facts and circumstances of the events must be attached to and submitted with this form. Contractor: Complete the form and send original to the Grantee. Grantee: Scan the form and upload it to the grant in CalRecycle's Grant Management System (GMS). For further instruction about logging into GMS and uploading this form, reference the .Procedures and Requirements. Retain the original form in your grant file. GRANTEE 1NF032MAT[ON GRANTEE NAME: GRANT NUMBER: PRIMARY CONTACT NAME: -CONTRACTOR] 91RMATION '"i CONTRACTOR NAME: AUTHORIZED CONTRACTOR REPRESENTATIVE NAME: MAILING ADDRESS: i As the authorized representative of the above identified contractor, I declare under penalty of perjany under the lcnvs of the State of California that within the preceding three (3)years, none of the events listed in Section 17050 of Title 14, California Code of Regulations, Natural Resources, Division 7, has occurred ivith respect to the above identified contractor. i Alternativeljj as the authorized representative of the above identified contractor, I declare under penalty of perjany under the laivs of the State of California that within the preceding three (3)years, if any of the events listed in Section 17050 of Title 14, California Code of Regulations, Natural Resources, Division 7, has occurred with respect to the above identified contractor, I have disclosed all such occurrences in an attached signed statement that explains the facts and circumstances of the listed events. Signature Date i C-13 i STATE OF CALIFORNIA DEPARTMENT OF RESOURCES RECYCLING AND RECOVERY(CalRecycle) RELIABLE CONTRACTOR DECLARATION CalRecycle 168(Revised 7113) Title 14 CCR,Division 7,Chapter 1 Article 5.Unreliable Contractors,Subcontractors,Borrowers and Grantees Section 17050.Grounds for Placement on Unreliable List The following are grounds for a finding that a contractor,any subcontractor that provides services for a CalRecycle agreement, grantee or borrower is unreliable and should be placed on the CalRecycle Unreliable Contractor, Subcontractor, Grantee or Borrower List ("Unreliable List"). The presence of one of these grounds shall not automatically result in placement on the Unreliable List.A finding must be made by the Executive Director in accordance with section 17054,and there must be a final decision on any appeal that may be filed in accordance with section 17055 et seq. (a) Disallowance of any and/or all claim(s)to CalRecycle due to fraudulent claims or reporting;or , (b) The filing ofa civil action by the Attorney General for a violation ofthe False Claims Act,Government Code section 12650 et.seq;or (c) Default on a CalRecycle loan,as evidenced by written notice from CalRecycle staffprovided to the borrower ofthe default;or (d) Foreclosure upon real property loan collateral or repossession of personal property loan collateral by CalRecycle;or (e) Filing voluntary or invntuntary bankruptcy,where there is a finding based on substantial evidence,that the bankruptcy interfered with the CalRecycle contract,subcontract,grant or loan;or (f) Breach ofthe terms and conditions ofa previous CalRecycle contract,any subcontract for a CalRecycle agreement, grant,or loan,resulting in termination ofthe CalRecycle contract,subcontract,grant or loan by the CalRecycle or prime contractor;or (g) Placement on the CalRecycle's chronic violator inventory established pursuant to Public Resources Code section 44104 f for any owner or operator ofa solid waste facility;or (h) The person,or any partner,member,officer,director,responsible managing officer,or responsible managing employee of an entity has been convicted by a court of competent jurisdiction of any charge of fraud,bribery,collusion, conspiracy,or any act in violation of any state or federal antitrust taw in connection with the bidding upon,award of,or performance under any CalRecycle contract,subcontract,grant or loan;or (i) The person or entity is on the list ofunreliable persons or entities,or similar list,of any other federal or California state agency;or (j) The person or entity has violated an Order issued in accordance with section 18304;or, (k) The person or entity has directed or transported to,has or accepted waste tires at,a site where the operator is required to have but does not have a waste tire facility permit;or, j (1) The person or entity has transported waste tires without a waste tire hauler registration;or, (m) The person or entity has had a solid waste facility or waste tire permit or a waste tire hauler registration denied, suspended or revoked;or, (n) The person or entity has abandoned a site or taken a similar action which resulted in corrective action or the expenditure of funds by CalRecycle to remediate,clean,or abate a nuisance at the site;or (o) The following are additional grounds for a finding that,a person or entity described below should be placed on the Unreliable List: (1) The person or entity owned 20%or more of an entity on the Unreliable List at the time ofthe activity that resulted in its placement on the Unreliable List; (2) The person held the position o£officer director,manager,partner,trustee,or any other management position with significant control(Principal Manager)in an entity on the Unreliable List at the time ofthe activity that resulted in its placement on the Unreliable List; (3) The entity includes a Principal Manager who: 1. Was a Principal Manager in an entity on the Unreliable List at the time of the activity that I resulted in its placement on the Unreliable List;or, 2. Owned 20%or more of an entity on the Unreliable List at the time ofthe activity that resulted in its placement on the Unreliable List; (4) The entity has a person who owns 20%or more ofthe entity,if that person: 1. Was a Principal Manager in an entity on the Unreliable List at the time ofthe activity that resulted in its placement on the Unreliable List;or, 2. Owned 20%or more of an entity on the Unreliable List at the time ofthe activity that resulted in its placement on the Unreliable List. (5) The entity has another entity which owns 20%or more of the entity,if that other entity: I 1. is on the Unreliable List;or, 2. Owned 20%or more of an entity on the Unreliable List at the time ofthe activity that resulted in its placement on the Unreliable List. (6) Subsection(o)is not intended to apply to a person or entity that purchases or otherwise obtains an entity on the Unreliable List subsequent to its placement on the Unreliable List. i I C-14 OIn�U� 99�Ofl CORPORATE OFFICE G R 0 F F I T H 3050 E.Birch Street CO i\A PAN Y Brea,CA 92821 [714]984-5500 Fax 1714]854-9754 CENTRAL REGION 1128 Carrier Parkway Ave. COMPANY Bakersfield,CA 93308 [661]392-6640 GRIFFITH Fax[661]393-9525 SOUTHERN REGION Santa Fe Springs,CA90670 LICENSE E RTITICATIF [562]929-1128 Fax[562]804-8970 Snp,rrrTyR_=DivLzInnr i Certify under penalty of perjury under the laws dithe State of 3050 E.Birch Street California that the following is true and Confect// Brea,CA 92821 f` 984-5500 Fax[ Fax[714]854- 4-0227 UNDERGROUND D)V1s1ON 3050 E.Birch Street Brea,CA 92821 8 00 8 [714]984-5500 'Fax[7141 854-0226 / State Contractor's License No. Lucas J Walker,Vice President/Regional.Manager L4NDSCAPE D1V1S1oN 3050 E.Birch Street Brea,CA 92821 J [714]984-5500 Fax[714]854-7843 CONCRETE!DIVISION 12200 Bloomfield Ave. Santa Fe Springs,CA 90670 [562]929-1129 • CONTRACTORS Fax[5621864-8970 � STATE LICENSE BOARD -��"� ' ACTIVE- LICENSE �- MATERIALS DIVISION „.... rr- 88 r.'nry CORP Brea GRIFFITH COMPANY E.BirchStreet Brea,CA 92821 -`r [714]984-5500 Fax[714]854-0229 www griffithcompany.net - _ A fj C-8 C12 C27 HAZ CA Contractors License#88 09/03p(2018 wAw.esib,ca.gov NV Contractors License#78889 AZ Contractors License#292209 \.,U 6fIlE8grC i as �FAMERitP.`' . Griffith Company is an equal opportunity employer and an employee-owned company. 1 in IP N !• 4.! Li i VA L f'`• AM tz tj lb Loa- f f Xel - ,f r z�`ns".. � �'- Q. •f� of � � iGco CD d i n 4✓ �' ` ' O 1. !2 PROPOSED RE SOLUTION AUTHORIZED SIGNERS OF THE CORPORATION BE IT RESOLVED,that any one or more of the Officers of this Corporation are hereby authorized to execute and deliver in the name of this corporation any and all bids, authorizations, contracts, notes, deeds, bonds, stocks, declarations,releases and agreements of any nature or sort whatever. FURTHER RESOLVED,that any one or more of the following are appointed as authorized signers and hereby authorized to execute and deliver in the name of and behalf of this Corporation any and all bids, authorizations, contracts, certifications, declarations and releases, including: bid bonds- labor and material boMs,,,nerfh_rrns-n e linnrAc anrd eton notice bon&. Regional Manager, Division Manager,Assistant Division Manager District Manager,Chief Estimator, General Counsel FURTHER RESOLVED, that any and all persons, firms, corporations, and other entities shall be entitled to rely on the authority of any one or more of the officers or authorized signers named to bind this Corporation by the execution and delivery of any of the documents or papers set forth hereinabove, FURTHER RESOLVED,that the authority granted hereby.shall not be modified or revoked except by a resolution to that effect passed by the Board of Directors of this Corporation. FURTHER RESOLVED, that any and all authorization heretofore granted by this Corporation to any officers. or authorized signers other than those named, to perform acts in the name of and on behalf of this Corporation similar to the acts authorized above, be and they are hereby.revoked, rescinded and annulled. IN WITNESS WHEREOF, the undersigned has hereunto set his hand and affixed the seal of GRIFFITH COMPANY this 15"' day of March'2016. bordon M. Csutak Vice President/Secretary/CFO Attest: Thomas L.Foss, Chairman of the Board �nicr a08 GEBBFFITH CORPORATE OFFICE COMPANY 3050 E.Birch Street Brea,CA 92821 [71 41 9 84-5500 Fax[714]854-9754 MEMORANDUM CENTRAL.REGION 1V'1LY� 1128 Carrier Parkway Ave. Bakersfield,CA 93308 [661]392-6640 TO: All Griffith Company Employees Fax[661]393-9525 SOUTHERN REGION FROM: Griffith Company Board of Directors 12200 Bloomfield Ave. Gordon M. Csutak, Secretary Santa Fe Springs,CA 90670 [5621 929-1 1 28 Fax[562]864-8970 DATE: May 13, 2016 STRUCTURE DNIsioN 30E0 E.Birch Street SUBJECT: Election of Company Officers Brea,CA 92821 - [714]984-5500 Fax[714]854-0227 Grath Company Bard of Directors is pleased to announce election of the following officers for the ensuing year; UNDERGROUND DIviSION 3050 E.Birch Street Brea,CA 92821 Thomas L.Foss: Chairman and Chief Executive Officer [714]984-5500 Fax[714]854-0226 Jaimie R. Angus: President LANDSCAPE Division 3050 E.Birch Street Brea, CA 92821 Ryan J. Aukerman: Executive Vice President [714]984-5500 ' Fax[714]854-7843 Gordon M. Csutak: Vice President CONCRETE DIVISION _ Treasurer and Chief Financial Officer 12200 Bloomfield Ave. Santa Fe Springs,CA 90670 Secretary [562]929-1128 Fax[562]864-8970 David A. Diaz: Vice President ItiUrvwL.sDMSIDN Field Operations Manager 3050 E.Birch Street Brea,CA 92821 [714]984-5500 Daniel A.McGrew: Vice-President, Business Development Fax[714]854-0229 www.oriffithcomoany.net Lucas J. Walker: Vice President Regional Manager CA Contractors License#88 Gary A. Hyles: Assistant Secretary NV Contractors License#78889 Starr N. Stallings Assistant Secretary AZ Contractors License#292209 u Griffith Company is an equal opportunity employer and an employee-owned company. • o CORPORA?OFFICE 'COMPANY 3050 E.Birch Street Brea,CA 92821 [714]984-5500 Fax[714]854-9754 la Allf,7ah OP,p 7�71R,1r'TM CENTRAL RrG[ON 10'JtlL.19'Il .Jie.[-�11�1t1'�iJ 1V'JL 1128 Carrier Parkway Ave. ' Bakersfield,CA 93308 [661]392-6640 TO: All Griffith Company Employees Fax[661]393-9525 aoumarm REGION FROM: Griffith Company Board of Directors 12200 Bloomfield Ave. Gordon M. Csutak, Secretary Santa'Fe Springs,CA 90670 ' [562]929-1 128 - Fax[562]864-8970 DATE: May 13, 2016 STR&'C7VRE UNISION 3050 E.Birch Street SUBJECT: Authorized Signers Brea,CA 92821 - [714]984-5500 Fax[714]854-0227 Griffith Company Board of Directors is pleased to announce that any one or more of the following positions are appointed as authorized signers and Hereby UNDENGROGND CRVIsION - 3050 E.Birch Street authorized to execute and deliver in the name of and behalf of this Corporation Brea,CA 92821 any and all bids,authorizations,contracts, certifications, declarations and [71854-0226 9 984- 5 Fax releases inclug' 9 9 performance bid bonds labor and material bonds bonds Fax[714] and stop notice bonds. LANDSCAPE DIVISION 3050 E.Birch Street Brea,CA 92821 [714]984-5500 Bradley E. Austin Chief Estimator Fax[714]854-7843 aa,=Em DIVISION Richard S. Carlson Division Manager 12200 Bloomfield Ave. Santa Fe Springs,CA 90670 [562]929-11 28 Miguel Fenley Division Manager Fax[562]864-8970 LATERMS DIVISION Tehseen Khan Assistant Division Manager 3050 E.Birch Street Brea,CA 92821 [714]984-5500 Ronald B. Pierce General Counsel Fax[714]854-0229 www.ariffithoompany.net Jason C. Spear Chief Estimator CA Contractors Mac A. Tarrosa Division Manager License#88 NV Contractors Stephen Timm Assistant Division Manager License#78BB9 AZ Contractors Walter E.Weishaar Regional Manager License#292209 i A® ,E `r ncti' Griffith Company is an equal opportunity employer and an employee-owned company. a CoP.Pbl3Ar5 OFFICE G R 0 F F 1 Y H 3050 E.Birch Street CID Im P A N'I( Brea,CA 92821 17141084-5500 Fax17141854-9754 CEPlTRAL REwdu 1128 Carrier Parkway Ave. Bakersfield,CA93308 EQUAL UUQ UA ElIl OYMrN T OP-PORT NUY [6611392-6640 Fax 1661)393-9525 AND AFFIRMATIVE' ACTION sotlrNERNRF_G1ON UNDER EXECUTIVE ORDER 11246 12200 Bloomfield Ave. Santa Fe Springs,CA90670 [562]929-1128 Fax j562]864-8970 Effective January 10, 1964,Griffith Company developed an affirmative action plan for EAsmwREGiOM equal employment opportunity. 4756 Mission Blvd. Montclair,CA 91762 A 19091270-5040 On April 11, 1978,this plan was revised and amplified. Fax 1909]270-5042 STRUCT REt(VISION In January, 1985, this plan was updated to meet the additional requitement of the 3050 E.Birch Street Century Freeway(I-105). Brea,CA 92821 [714]984-5500 Fax[714]854-0227 In March, 1987, this plan was revised and amplified. 3053050 E.Birch Street � program, ERGRbUND'DtY1SiON The February 7, 1092 revision was a restatement of said rogram, including additional Brea,CA 92821 requirements of the Century Freeway. 1714l 984-5500 Fax{714J854-022& In January, 2005,this plan was updated with the current EEO Officer information. L4&N EAAS 1)JW=N Brea,CA 28 treat In January 2008,this plan was updated with the current President information. j714J984-5500 Fax[714)854-7843 In February 2016,this plan was updated. CJidCRETL-Ti1VIslCN 12200 Bloomfield Ave- Statement of policy 1n.order to provide equal employment opportunities to all qualified -Santa Fe Springs,CA90670 persons without regard to race, color, religion, sex, national origin, disability, sexual 15629 929-1128 Fax1562]864-8970 orientation, gender identity,protected veteran status,or any other protected class status this company agrees to do the following: (1) recruit, hire,train, and promote persons 30r50 E.B STSvsrb in all job titles, without regard to race color, religion, sex national origin, disability, Brea,CA 92821 sexual orientation,gender identity,protected veteran status,or any other protected class [714]984-5500 status (2) base decisions on employment so as to further the principle of equal Fax 17141854-0229 employment opportunity, (3) ensure that promotion decisions are in accord with www.ariffithcompan4.net principles of equal einpioyment.opportunity by imposing only valid requirements for CA Contractors promotional opportunities, (4) ensure that all personnel actions, including but not License#88 limited to compensation, benefits, transfers, lay-offs, return fiom layoffs, company NV Contractors sponsored training,education,tuition assistance, social and recreational programs,will License#78889 be administered without regard to race, color, religion, sex,, national origin,,disability, AZ Contractors sexual orientation,gender identity,protected veteran status,or any other protected class License#292209 status. �J tll(y A s P Y r Nn� Griffith Company is an equal opportunity employer bnd an employee-owned company. Responsibility for the Program Thomas L, Foss,CEO/Chairman of the Board will personally oversee the program and will appoint Gordon M, Csutak as the Equal Employment Opportunity Officer (hereinafter referred to as the EEO Officer)to carry out the program. The EEO Officer is hereby given full authority to carry out the program and is given the responsibility and authority to perform in-depth analyses of the company's total employment process to determine whether and where impediments to equal employment opportunities exist, including but not limited to the following: l. Develop policy statements and internal and external communication procedures. 2. Assist line management in collecting and analyzing employment data, identifying problem areas, setting goals and timetables and developing programs to achieve goals. ,Such programs shall include specific remedies to eliminate any discriminatory practices discovered in the employment system. 3. Design, implement and monitor internal audit and reporting systems to measure program effectiveness and to determine where progress has been made and where further action is needed and, if necessary, to assure that such action is taken. 4. Report,at least quarterly,to Thomas L. Foss on the progress of each unit in relation to company goals. 5. Serve as liaison between the company, government regulatory agencies, minority and female's organizations and other community groups. 6. Assure that current legal information affecting affirmative action is disseminated to responsible officials. Dissemination of policy 1. Internal Dissemination of Policy. In order to disseminate the EEO Policy to all members of the company staff who are authorized to hire, supervise, promote and discharge employees, or who recommend such action,the company will take the following steps: (a) Include the policy in the company's policy manual; (b) Publicize the policy in company newspapers, magazines, annual reports, and other available media devices; (c) Conduct special meetings with executive, management, and supervisory personnel to explain the intent of the policy and individual responsibility for effective implementation, making clear the chief executive officer's attitude with respect to affirmative action obligations; (d) Schedule special meetings with all other employees to discuss policy and explain individual employee responsibilities; (e) Discuss the policy thoroughly in both employee orientation and management training programs; 2 (f) Meet.with union officials as appropriate to inform them of the policy, and to request their cooperation; (g) Include non-discrimination clauses in any union agreements, and review all contractual provisions to ensure they are non-discriminatory; (h) Publish articles in company publications covering EEO programs, progress reports, promotions, etc.,for minority and female employees; (i) Post policy on the company bulletin boards; 0) Ensure that employees featured in product or consumer advertising, employee handbooks or similar publications include both minority and non-minority males and females; (k) Inform employees of the existence of the company's affirmative action policy and enable employees to avail themselves of its benefits; (1) Maintain a working environment free of harassment,intimidation,and coercion at all sites and in all facilities at which Griffith Company employees are assigned to work. Griffith Company shall specifically ensure that all foremen, superintendents, and other onsite supervisory personnel are aware of and carry out the Griffith Company's obligation to maintain such a working environment,with specific attention to minorities or females working at such sites or in such facilities. 2. External Dissemination of Policy. In order to make the company's Equal Employment Opportunity Policy known to all employees, prospective employees, and potential sources of employees, such as schools, employment agencies, labor unions, and college placement offices,the company will take the following action: (a) Inform all recruitment sources verbally and in writing of the company policy, stipulating that these sources actively recruit and refer minorities and females for all positions listed; (b) Incorporate the equal opportunity clause in all purchase orders, leases, and contracts covered by Executive Order 11246, as amended, and its implementing regulations; (c) Notify minority and female organizations, community agencies, community leaders, secondary schools, and colleges of the company policy,preferably in writing; (d) Inform prospective employees of the existence of the company's affirmative action policy and enable such prospective employees to avail themselves of its benefits; (e) Ensure that employees pictured in consumer or help wanted advertising include both minority and non-minority males and females; 3 (f) Send written notification of the company policies to all subcontractors, vendors, and suppliers with requests for appropriate action on their part. Sexual Harassment-- Definition and Policy It is the policy of Griffith Company to maintain-a work place fi•ee of sexual harassment, intimidation and coercion. All allegations of sexual harassment will be fully reviewed. Disciplinary action will be taken against any employee found to have sexually harassed another employee. Sexual harassment is defined as, but not limited to: Any repeated or unwarranted verbal, visual or physical sexual action, sexually explicit derogatory statement or remark of a sexual nature made by someone in the work place which can be reasonably determined by the recipient and the person(s)reviewing the complaint to be offensive or objectionable or which may cause the recipient or anyone in the immediate area discomfort or humiliation. The company will investigate all complaints of alleged sexual harassment in connection with its obligations under its contracts, will attempt to resolve such complaints, and will take appropriate corrective action, if the investigation indicates that the sexual harassment may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation,the company will inform the complainant of its finding and of all avenues of appeal within thirty(30)days of receiving the complaint. To minimize the occurrence of sexual harassment in the work place, and to ensure that all employees understand that such actions will not be tolerated,managers and supervisors shall distribute the policy to every employee and periodically reinforce the importance of compliance. Utilization of Minorities and Females The company will make a good faith effort to meet the designated goals set for the by the Office of Federal Contract Compliance Programs for utilizing minorities and females in the various crafts on all construction jobs during the time this contractor has a federally-assisted.,or direct federal construction contract. Recruitment 1. When advertising for employees, the company will include in all advertisements for employees the notation: "An Equal Opportunity Employer". The company will insert advertisements in newspapers or other publications having a large circulation among minority and female groups in the area from which the company's workforce would normally be derived. 2. The company will conduct systematic and direct recruitment through public and private ,employee referral sources likely to yield qualified minority group applicants,including,but not limited to,state employment agencies,schools,colleges and minority group organizations. To meet these requirements, the company will, through the EEO Officer, identify sources of potential minority and female group employees and establish procedures whereby applicants may be referred to the company for employment consideration. 3. The company will encourage its present employees to refer minority and female group applicants for employment by posting appropriate notices or bulletins in areas accessible to all such employees. 4 Personnel Actions Wages, working conditions, and employee benefits shall be established and administered, and personnel action of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, leave of absence, and termination, will be taken without regard to race, color, religion, sex, national origin or disability. The following procedures will be followed: 1. Periodic inspections of project sites will be conducted to ensure that working conditions and employee facilities do not allow discriminatory treatment of project site personnel. 2. The spread of wages paid within each classification will be periodically evaluated to determine any evidence of discriminatory wage practices. 3. - The company will periodically review selected personnel actions in depth to determine wnetner there is evidence oT discrimination. Where evidence is found, tine Cornparty will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. 4. The company will investigate all complaints of alleged discrimination in connection with its obligations under its contracts, will attempt to resolve such complaints, and will take appropriate corrective action. if the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation,the company will inform the complainant of its finding and of all avenues of appeal within thirty(30) days of receiving the complaint. Training and Promotion 1. The company will assist in locating, qualifying and increasing the skills of minority and female employees and applicants for employment. 2. Consistent with its requirements and as permissible under Federal and State regulations,the company will make full use of training programs, such as pre- apprenticeship, apprenticeship, or on-the-job training programs, for the geographical area of contract performance. 3. To the extent possible, the company will advise employees and applicants for employment of available training programs and entrance requirements for such programs. 4. The company will periodically review the training and promoting potential of minority and female employees and will encourage eligible employees to apply for such training and promotion. ' Unions. The company will use its best efforts to obtain the cooperation of any unions with which it has collective bargaining relationships to increase minority and female opportunities within the unions, and to effect referrals of minority and female employees by such unions. 1., The company will cooperate with unions, as appropriate, to develop joint training programs aimed at qualifying more minority and female employees for membership in the unions and increasing the skills of minority and female employees so that they may have the 5 opportunity to qualify for higher paying employment. 2. The company will encourage the incorporation of an equal employment opportunity clause into any union agreements stating that such unions will be bound contractually to refer applicants without regard to race, color, religion, sex, national origin, or disability. 3. In the event a union is unable to refer minority and female applicants as requested by the company within the time limit set forth in a union agreement, the company will, through its own recruitment procedures, fill the employment vacancies without regard to race, color, religion, sex, national origin, or disability, making every effort to obtain qualified female employees. 4. The company will provide immediate written notification to the Director when a union with which it has a collective bargaining agreement fails to refer a minority or female,or when the company has other inforrnaiion riat the urt o?i rGfGrfal process is impeding its chills to meet its obligations. Subcontracting 1. When required by federal contract the company will use its best effort to utilize minority group subcontractors, suppliers and vendors. The company, however, reserves the right to determine if the firm is a bona fide Minority Business Enterprise. 2. The company will use its best effort to assure subcontractor compliance with equal employment opportunity obligations through monitoring and enforcement of "Section 21 - Recourse by Contractor" and "Section 22 - Indemnity Clause for Equal Employment Opportunity Violations"contained in Griffith Company's construction subcontract. Records and Reports l. The company will keep such records as are necessary to determine compliance with its equal employment opportunity pbligations. The records kept by the company will be designed to indicate: (a) The number of minority, non-minority and female group member employees in each work classification. (b) The progress and efforts being made (in cooperation with unions, if appropriate)to increase protected group employment opportunities. (c) The progress and efforts being made in locating, hiring, training, qualifying and upgrading protected group employees. (d) The progress and efforts being made in securing the services of minority group subcontractors. 6 2. All such records will be retained for a period of three years following completion of the contract work and shall be available at reasonable times and places for inspection by authorized representatives of the State and Federal governments. The company reserves the right to require these representatives to show proper credentials. 3. The company will submit all reports required by Executive Order 11246 and appropriate state and federal agencies, and will permit access to its books, records, and accounts by the appropriate governmental agencies and the Secretary of Labor for purposes of investigation to ascertain compliance with the rules, regulations and orders of the Secretary of Labor promulgated pursuant to Executive Order 11246. Other Work, The company agrees that it will be bound by the Equal Opportunity Clause required by Executive Order 11246 with respect to its own employment practices when it participates in nonfederal construction work during which time it also has a federally-assisted or direct federal contract. Assistance in Compliance. The company agrees it will assist and cooperate actively with the appropriate governmental agencies and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the Equal Opportunity Clause and the rules, regulations, and relevant orders of the Secretary of Labor. The company will furnish such information as may be required for the supervision of such compliance. Non-Segrregated Facilities. All employee facilities provided by the company shall be non-segregated. These include, but are not limited to, rest areas, parking lots, drinking fountains, and all other such common facilities. Toilets and necessary changing facilities will offer privacy to both males and females. Post-Award Compliance. It is understood that the OFCCP may review the company's employment practices as well as those of any subcontractors the company has employed during the performance of a federally-assisted or direct federal contract. If the goals for the employment of minorities and females set by the OFCCP are not being met, the company shall still be given an opportunity to demonstrate that it has made every good faith effort to meet its commitment. For the purpose of this policy statement,the term "minority"means Black,Hispanic,Asian and Pacific Islander, American Indian and Alaskan Native. For the purpose of this policy statement, a bona fide Minority Business Enterprise is a business, firm, or corporation which is at least fifty one percent(51%) owned and operated by a minority person or persons. The purpose of the company's commitment to specific goals for the utilization of minority and/or female employees is to meet the affirmative action obligations under the Equal Opportunity Clause of a federal or federally-assisted contract. This commitment is not intended and shall not be used to discriminate against any qualified applicant or employee. Refusal to Deal with Debarred or Ineligible Contractors or Subcontractors. The company agrees that it will refrain from entering into any contract or contract modifications subject to Executive Order 11246 with a contractor or subcontractor debarred form or who has not demonstrated eligibility for direct federal or federally-assisted construction contracts pursuant to Executive Order 11246. 7 Griffith Company will use its best effort to meet the goals set forth in the contract specifications. Complaints of noncompliance and grievances are to be directed to the attention of the company's designated Equal Opportunity Officer: Gordon M. Csutak Griffith Company 3050 E. Birch St. Brea,CA 92821 (714)984-5500 11dVllitlJ L. FIJJJ, V1J`.1 G411U L•1 LGl.I11 11GE11 of 1,114 BVQlti.t Griffith Company Company Name February1 2016 Date 8 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For ATLANTA AVENUE REHABILITATION from Newland Street to Magnolia Street and INDIANAPOLIS AVENUE REHABILITATION from Newland Street to Magnolia Street CC No. 1539 in the CITY OF HUNTINGTON BEACH March 17, 2017 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) PROJECT BID SHEET—Section C Specification Book (2 Sheets attached to Addendum 1) Replace two pages entitled "Project Bid Sheets--pages C-2.6 and C-2.7" with"Project Bid Sheet—C-2.6 and C-2.7 Addendum 1" (2 sheets). Reason: Bid item"26-Remove Existing Multi-Trunk Australian Brush Cherry..."quantity was changed from 66 EA to 74 EA; Bid item"27-Furnish and Install New Heavenly Bamboo,.." quantity was changed from 66 EA to 74 EA, and new Bid Item"30-Remove Existing Dead I Purple Hop Seed..."quantity of 12 EA was added as an additional bid item. I Bidders Shall Submit Section C With The Most Current Revised Bid Sheet. l 2) PRE-BID SITE WALK, QUESTIONS AND ANSWERS- (2 Sheets attached to Addendum 1) Reason: Bidders who didn't attend can have this information for preparation of bid. 3) PLANS—ATLANTA AVENUE(NEWLAND AVENUE TO MAGNOLIA) (No sheets attached) a. On the Title Sheet (Sheet 1 of 4) insert the Revised Quantities for Construction Note 21- Remove Existing Multi-Trunk Australian Brush Cherry..." from 66 EA to 74 EA and for Construction Note 22-Furnish and Install New Heavenly Bamboo..."from 66 EA to 74 EA. Reason: Quantities changed to match revised Bid Sheet Insert New Construction Note 25- "REMOVE EXISTING DEAD PURPLE HOP SEED BEHIND SIDEWALK; GRIND STUMP AND ROOTS TO 24" BELOW TOP OF SIDEWALK/ GRADE WITHIN PROPOSED IMPROVEMENT AREA'and Quantity of 12 EA. Reason: New construction note and quantity added to match revised Bid Sheet. b. On the Last Sheet (Sheet 4 of 4) insert a circle (with "25" in the middle) to represent Construction Note 25 located between Sta. 58+25 and 52+01 on the south side. Reason: Remove Existing Dead Purple Hop Seed in this area. c. On Sheet 3.(Sheet 3 of 4) insert circle (with "21" in the middle) and another circle (with "22" in the middle) between sta. 52+92 and 53+60 on the south side. Reason: Remove 8 Australian Brush Cherry and Install 8 Heavenly B moo in this area. 4) SIGNING AND STRIPING PLANS —ADD PLANS—(4 Drawings Issued ith)Addendum 1) a. Signing and Striping Plan, Atlanta Avenue from Newland St. to Magno!)i St.' b. "Signing and Striping Plan, Indianapolis Avenue from Newland Steto Magnolia St." Reason: These Signing and Striping plans shall be incorporat d iint6 the" Project Plans. This is to acknowledge receipt and review of Addendum Number O?1y above. Griffith Company Company Name By Lucas J.Walker,Vice President/Regional Manager 03/24/2017 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. For Addendum questions, please call .lames Wagner at(714) 5.6-5467 within 24 hours of posting. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER TWO For ATLANTA AVENUE REHABILITATION from Newland Street to Magnolia Street and INDIANAPOLIS AVENUE REHABILITATION from Newland Street to Magnolia Street CC No.1539 in the CITY OF HUNTINGTON BEACH March 21, 2017 E I Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) SPECIFICATION BOOK—Appendix A through and including F(38 Sheets attached to Addendum 2)Add Appendices Athrough F to Specification Book. Reason: Appendices A through F were not included with the initial documents APPENDIX A DOWNLOAD PUBLIC WORKS STANDARDS,TRUCK ROUTE, TRASH PICK UP, STREET SWEEPING SCHEDULE, AND TEMPORARY WATER METER APPENDIX B DOWNLOAD ADDITIONAL COPIES OF PROJECT PLANS AND SPECIFICATIONS APPENDIX C DOWNLOAD REGIONAL WATER QUALITY CONTROL BOARD PERMITS 6 APPENDIX D CONTRACTOR BUSINESS LICENSE APPLICATION APPENDIX E INSURANCE AND INDEMNITY REQUIREMENTS APPENDIX F BOND FORMS I i This is to acknowledge receipt and review of Addendum Number One, dab ve. Griffith Company uca J.1Nfker,Vice President/Regional Manager Company Name By 03/24/2017 Date I All bidders must acknowledge and include the receipt of thi dd ndum with your bid proposal. For Addendum questions, please call James Wagner at(714) 53p-5467 within 24 hours of posting. I f i Document A310 TM - 2010 Conforms with The American Institute of Architects AIA Document 310 Bid Bond CONTRACTOR: SURETY: (A'anze,legal starts cnu!address) (Maine, legal status mid principallrlace c f bresiuess) Griffith Company Liberty Mutual Insurance Company 12200 Bloomfield Avenue 790 The City Drive South, Suite 200 This document has important Santa Fe Springs, CA 90670 Orange, CA 92868 legal consequences.Consultation Mailing Address for Notices with an attorney is encouraged with respect to its completion or OWNER: Same as Above modification. 6Vante,legal slain and address) Any singular reference to City of Huntington Beach Contractor,Surety,Owner or other party shall be considered 2000 Main Street plural where applicable. Huntington Beach, CA 92648 BOND AMOUNT: $ 10% Ten Percent of Amount Bid PROJECT: /,'Fame, locatimioraddress.and ProjectrmnrGer.ifarti% Atlanta Avenue Rehabilitation from Newland Street to Magnolia Avenue and Indianapolis Avenue Rehabilitation from Newland Street to Magnolia Avenue, CC No. 1539 The Contractor and Surety are bound to the Owner in the amount set fortis above,for the payment of which the Contractor and Surety bind themselves.their heirs,executors,administrators,successors and assisns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of lire Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Docmmtents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger aonouut for which the Owner may in good faith contract with another party to perlonil the%vork covered by said bid,then this obligation shall be null and void,otherwise to remain in fall liorce and effect.The Surety hereby waives any notice ol'an agreement between the Owner and Contractor to extend the lime in which the Owner may accept lire bid.Waiver ol'nolice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond tire time lior acceptance ol'bids specified in the bid documents,and the Owner and Contractor shall obtain the Surel,,s consent lbr an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the tern Owner shall be deemed to be Contractor. When this Band has been furnished to comply wilt a statutory or other legal requiremoent in(lie locution col'the Project,any provision in this Bond conflicting arilh said malutmy or legal requirement shall be deemed deleted herelrom and provision%conliomting to such stutulory or other legal requirement shall be deemed incorporated herein.When so funished.th ' tent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and scaled this 24th day of March, 2017. �i� Griffith mp / A)t✓ (Princi a!) (seal) (il fitness) (� pit GfPhi By: (Title lu s J.Walker,VP/Regional Mgr Libe /M al Insurance Company � M (iPidress) Kim Luu n (Title)Heather Saltarelli' , Attorney-in-Fact S-0054/AS 8/10 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document State of California County of Los Angeles } On. March 27, 2017 before me, Tracey A. Novak, Notary Public Date Here Insert Name and Title of the Officer personally appeared Lucas J Walker 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 I certify under PENALTY OF PERJURY under the laws -- of the State of California that the foregoing paragraph is true and correct. IR�CFYA. Zw ` �� I; 0ommr7sron 20 R895 Rotary Ft)blic WITNESS my hand and official seal. S. 0.Los Caiirornia n e1F.s CoLflty R�1'0or�n�Fxy rn,i ry tVlA b r ..rr?7,20f 7 Signature Place Notary Seal Above Signatuie o Nota ublic OPTIONAL Though the 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....City of Huntington Beach Document Date: Number of Pages: Signer(s)Other Than Named Above: Capacity(ies)Claimed by Signer(s) Signer's Name: Lucas J Walker Signer's Name: X❑Corporate Officer--Title(s):Vice Presidenti'Regional Manager n Corporate Officer--Title(s): Individual ❑ Individual Partner--- ❑ Limited Q General ❑ Partner--- ❑ Limited ❑ General Attorney in Fact ❑ Attorney in Fact Top of thumb here Top of thumb here Trustee [:] Trustee Guardian or Conservator ❑ Guardian or Conservator Other: ❑ Other: Signer is Representing: Signer is Representing: Griffith Company ----------------------------------------------------------------------- ©2014 National Notary Association - www.NationalNotary.org -1-800-US NOTARY(1-800-876-6827) - Item#5907 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 ------------ A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California ) County of Orange ) On MAR 2 4 2017 before me, Jeri Apodaca, Notary Public Date Here Insert Name and Title of the Officer personally appeared Heather Saltarelli Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(A) whose name( is/are subscribed to the within instrument and acknowledged to me that Wshe/tom executed the same in Ixis/her/tbeir authorized capacity(in),and that by hWher/thair signature($)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. JERI APODACA Q WITNESS my hand and official seal. Commission#20816 8_ Z ,ve Notary Public-California z Z Orange County n / My Comm. Expires Oct 12, 2018 Signature � ' nature of ota �Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies)Claimed by Signer(s) Signer's Name: Signer's Name: Corporate Officer — Title(s): Corporate Officer — Title(s): Partner — = Limited _.3 General Partner — Limited General Individual !x-Attorney in Fact Individual Attorney in Fact Trustee C Guardian or Conservator Trustee Guardian or Conservator Other: Other: Signer Is Representing: Signer Is Representing: ©2014 National Notary Association - www.NationalNotary.org - 1-800-US NOTARY(1-800-676-6827) Item#5907 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. 748647E 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 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, Heather Saltarelli;James A. Schaller`Jeri Apodaca`Kim Luu;Maria Guise;Michael b.Parizirio Rachelle Rheault Rhonda C.Abel all of the city of Newport Beach ,state of mcA 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 of these presents and shall be as binding upon the Companies as if they have been duly signed by president and attested by 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 loth day of September 2016 PC,D CgSG �ZY INcU ri,uq ay 1NSl,p� American Fire and Casualty Company -�P.�ay�,'9i lP,oa"�R:><.R,y �� o'•Pc+�;q2. C a �,,��_ The Ohio Casualty Insurance Company N a 190E 1412 ° 1991 Liberty Mutual Insurance Company a) 3 s West American Insurance Company 1 � STATE OF PENNSYLVANIA ss David M.Carey,Assistant Secretary COUNTY OF MONTGOMERY On this loth day of September 201E before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and v L) a) Casualty Company,Liberty Mutual Insurance Company,The Ohio Casualty Insurance Company,and West American Insurance Company,and that he,as such,being authorized so to do, >,W O execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. L a; > IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and yearfirst above written. O IM PAS, COMMONWEALTH OF PENNSYLVANIA ,/—� 4y CD c0 U a )NWf�Fl� Notarial Seal Q CM 4 w v Teresa Pastella,Notary Public By: ���% O O y of Plymouth Twp.,Montgomery County Teresa Pastella,Notary Public y My Commission Expires March 28,2017 3 VP O q �}�' Member,Pennsylvania Association of Notaries a c0 c cc This Power ofAttorney 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 N CD - Company,Liberty Mutual Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: C5 co Q 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 O c C+; to such limitation as the Chairman or the President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal, r y O.� 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 =p E�j 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 a) 0 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 attorney-in-fact under > Cthe 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. _ V rC-4 co c 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, , and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute, L Cl) 0 v seal,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 "ao 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 Company. When so O CD executed such instruments shall be as binding as if signed bythe president and attested by the secretary. coo 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 attorneys-in- ~ 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 Casualty Company,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby oe tify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has notbeen revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of MAR 2 4 2017 20 Pp1D Cgso P�-('t INS{�R P�1N51/Rq Py 1N5(lq�, a 190E o 0 1919r r 1412 ° 1991 BY I iJ Z 5 3 s, r r � Gregory W.Davenport,Assistant Secretary i i i I 487 of 500 LMS_1 2873_1 22013 i City of Huntington Beach 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachca.gov Office of the City Clerk 7,1909. Robin Estanislau, City Clerk July 24, 2017 Griffith Company 12200 Bloomfield Ave. Santa Fe Springs, CA 90670 RE: Atlanta Ave. & Indianapolis Ave. Rehabilitation — CC-1539 Enclosed please find your original bid bond for CC-1539. Sincerely, 4�7� q44wdJ44d Robin Estanislau, CIVIC City Clerk RE:pe Enclosure Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand € i x 4 ardy & harper, inc. i met��y gran x _ 1312 F.Warner Ave. Santa Ana,CA 92705 Dir I#1000000076 -- s License##215952 g t jj4j�t x � `m Office of the City Clerk, 2rd floor r City of Huntington Beach 2000 Main Street Huntington Beach, CA 92648 1 } fir P". e,, aU 1 � � ¢ arrxsu MrG Sealed Bid:Atlanta Ave Rehab From Newland St to Magnolia St&Indianapolis Ave Rehab from Newland St to Magnolia St CC No. 1539 Bid due 3/28/17 Qa zoo PM r SECTION C PROPOSAL for the construction of ATLANTA AVENUE REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET AND INDIANAPOLIS AVENUE REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET CC NO. 1539 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 65 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 oflo%of Amount which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond forgo% " as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received = B' er's Si Pure #1 3/20/17 C-2 SECTION C PROJECT BID SCHEDULE ATLANTA AVENUE REHABILITATION from Newland Street to Magnolia Street and INDIANAPOLIS AVENUE REHABILITATION from Newland Street to Magnolia Street CC No. 1539 PROJECT BASE BID: Basis of Award Atlanta Avenue Rehabilitation from Newland St. to Magnolia St. and Indianapolis Avenue Rehabilitation from Newland Street to Magnolia Street. . . . . C-2.2 to C-2.11 1. ATLANTA AVENUE REHABILITATION from Newland St. to Magnolia St. 2. INDIANAPOLIS AVE. REHABILITATION from Newland St. to Magnolia St. BASE BID TOTAL AMOUNT LUMP SUM BID IN FIGURES: (TOTAL FOR ITEMS 1 & 2) BASIS OF AWARD C-2.1 SECTION C PROJECT BID SCHEDULE ATLANTA AVENUE REHABILITATION from Newland Street to Magnolia Street and INDIANAPOLIS AVENUE REHABILITATION from Newland Street to Magnolia Street CC No. 1539 ATLANTA AVENUE REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET CC NO. 1539 C-2.2 ATLANTA (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount 1 -- MOBILIZATION 1 LS $al i 2 -- TRAFFIC CONTROL PLAN 1 LS $ �r $ I C7Q 3 FURNISH PROJECT TRAFFIC 1 LS $ 1, �� $ � CONTROL 4 FURNISH AND INSTALL SIGNING AND 1 LS $�� ��a $ � �D-�� STRIPING PROJECT SPECIFIC WPCP (WATER 5 -- POLLUTION CONTROL PLAN)TO 1 LS $ It 00'-:) $ l vcl':�) ADDRESS CONSTRUCTION BMP'S. INSTALL AND MAINTAIN 6 -- CONSTRUCTION BMP'S PER 1 LS $ ( Cr-)U $ / Oy U APPROVED WPCP. REMOVE AND RECONSTRUCT CURB ACCESS RAMP, DEPRESSED CURB, AND GUTTER PER CALTRANS STD PLAN RSP A88A FROM BCR TO ECR. (CASE SHOWN ON PLAN). (INCLUDES ALL APPURTENANCES, y 1 4 EA $ CURB GUTTER, DEPRESSED CURB, $ SIDEWALK, DOMES, RETAINING CURB, SLOT PAVEMENT, AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT OAT FIBER f 8 3 REINFORCED ASPHALT RUBBER 2 820 TN HOT MIX (ARHM) WET PROCESS OVERLAY. 9 4 ADJUST SEWER MANHOLE TO 12 EA $ � G $ / i�c-, GRADE. C-2.3 ATLANTA NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount FURNISH AND INSTALL ZEBRON, SANCON OR CITY APPROVED EQUAL 10 -- COATING ON THE NEW CONCRETE 6 EA $ ll r $ INSIDE OF AGENCY SEWER MANHOLE RING. REPLACE WATER VALVE BOX 11 5 ASSEMBLY AND ADJUST TO GRADE 14 EA $ /�] _2, $ 61, PER HB STD PLAN 612. COLD MILL EXISTING A.C. �//�,�� 12 6 PAVEMENT TO A DEPTH OF 0.34' 199,220 SF $ $ / < tel:/ FROM EXISTING FINISHED SURFACE PER PLANS. CONSTRUCT NEW 0.17' B-PG-70-10 FIBER REINFORCED A.C. BASE / 13 6 COURSE OVER 95% COMPACTED 2,560 TN $ $ ' 1 SUBGRADE PRIOR TO 0.17'ARHM OVERLAY, PER PLANS. EXCAVATE EXISTING A.C. 14 7 PAVEMENT TO A DEPTH OF 0.42' 20,380 SF $ a $ FROM EXISTING FINISHED SURFACE, PER PLANS. CONSTRUCT NEW 0.25' B-PG-70-10 FIBER REINFORCED A.C. BASE 15 7 COURSE OVER 95% COMPACTED 390 TN $ $ , . I! SUBGRADE PRIOR TO 0.17'ARHM r OVERLAY, PER PLANS. 16 9 ADJUST SURVEY MONUMENT WELL 1 EA $ $ �✓ TO GRADE. REMOVE AND RECONSTRUCT CONCRETE CURB AND CROSS GUTTER PER HB STD. PLAN 205. 1 17 10 (ITEM INCLUDES SLOT PAVEMENT, 1,665 SF AGGREGATE BASE AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) C-2.4 ATLANTA (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount REMOVE AND RECONSTRUCT LOCAL DEPRESSION PER HB STD 18 11 PLAN 302. (INCLUDES SLOT 90 SF $ t� $ PAVEMENT, AGGREGATE BASE,AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CURB AND GUTTER PER HB STD PLAN 202 (CF=8"). (INCLUDES SLOT 19 12 PAVEMENT, AGGREGATE BASE, LOT 710 LF $ $ �lJ DRAINS, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT SIDEWALK PER HB STD. PLAN 207 AND AS MODIFIED ON PLANS. (INCLUDES OVER EXCAVATION OR _ FILL FOR CHANGES IN GRADE, RE- GRADE FROM WALK TO EXISTING 20 13 SLOPE, RELOCATING IRRIGATION 7,470 SF $ $ TO BACK OF NEW WALK, RETURNING LANDSCAPING TO PRE- CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) INSTALL NEW DETECTOR LOOPS PER CITY STANDARD SPECIAL PROVISIONS FOR THE CONSTRUCTION OF TRAFFIC 21 14 SIGNALS AND LIGHTING SYSTEMS, 48 EA 2005 EDITION. SPLICE LOOPS TO DLC IN PULLBOX. BIKE LANE LOOPS AND ALL LOOPS AT LIMIT LINE SHALL BE TYPE"D". REMOVE EXISTING TREE AND ROOTS AND/OR GRIND TREE STUMP 22 15 AND ROOTS TO 24" BELOW TOP OF 17 EA $ (,� $ ` oc SIDEWALK/GRADE WITHIN PROPOSED IMPROVEMENT AREA. C-2.5 Addendum 1, CC-1539, Replacement Page C-2.6 ATLANTA (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount REMOVE EXISTING MEDIAN PORTION AND CONSTRUCT NEW MEDIAN ISLAND PASSAGEWAY PER CALTRANS STD PLANS RSP A88A, RSP A88B, AND DETAIL ON SHEET 3. (INCLUDES 8-INCH CURB AND GUTTER PER HB STD PLAN 202, SIDEWALK AREA BETWEEN CURB 23 18 AND PASSAGEWAY PER HB STD 1 LS $ / y (JtJ $ ��l/�✓ PLAN 207, OVER EXCAVATION OR ° FILL FOR CHANGES IN GRADE, RELOCATING IRRIGATION TO BACK OF NEW WALK, RETURNING LANDSCAPING TO PRE- CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) INSTALL TRUNCATED DOMES TO EXISTING CURB ACCESS RAMP AS / l 24 19 REQUIRED PER CALTRANS STD. 2 EA $ I I o�V $ i U� PLAN RSP A88A AND SPECIFICATIONS SECTION 303- 5.5.5.1. FURNISH AND PLANT NEW 24" BOX MULTI-TRUNK EASTERN RED BUD PER HB STD. PLANS 714, 715, 716, 718 & 719 AS SHOWN ON PLANS. CITY STREET TREE SUPERVISOR OR THE AGENCY'S REPRESENTATIVE 25 20 SHALL DETERMINE TREE LOCATION. 12 EA $ ®, $ (ITEM INCLUDES PROTECTING EXISTING IRRIGATION, CLEARING AND GRUBBING OF HEDGES WITHIN 5-FEET EITHER DIRECTION OF NEW TREE MEASURED FROM CENTER OF TREE). REMOVE EXISTING MULTI-TRUNK AUSTRALIAN BRUSH CHERRY (SYZYGIUM PANICULATUM) BEHIND 26 21 SIDEWALK; GRIND STUMP AND 74 EA $ ✓ $ 01 ROOTS TO 24" BELOW TOP OF SIDEWALK/GRADE WITHIN PROPOSED IMPROVEMENT AREA. C-2.6 Addendum 1, CC-1539 Addendum 1, CC-1539, Replacement Page C-2.7 ATLANTA (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid ConstContract Unit Extended No. No. Description Quantity Unit Price Amount FURNISH AND INSTALL NEW 27 22 HEAVENLY BAMBOO (NANDINA) AT 74 EA $ $ 10-FEET ON CENTER BEHIND SIDEWALK. ADJUST OCSD MANHOLE TO GRADE PER OCSD STD. PLAN S-053, S-054 _ 28 23 AND S-055. CONTRACTOR TO 1 EA $ i $ i 7s� COORDINATE WITH MIKE BOLSTER ` AT(714) 593-7645. REMOVE AND RECONSTRUCT DEEPENED CURB AND GUTTER PER HB STD PLAN 202(B) (CF=8"). / q '70 29 24 (INCLUDES SLOT PAVEMENT, 110 LF $ $ r AGGREGATE BASE, LOT DRAINS, v AND ALL ITEMS NECESSARY TO REMOVE EXISTINGPURPLE HOP SEED BEHIND SIDEWALK; GRIND 30 25 STUMP AND ROOTS TO 24" BELOW 12 EA $ TOP OF SIDEWALK/GRADE WITHIN PROPOSED IMPROVEMENT AREA. Total Amount Bid in Figures: $ , ODC r Total Amount Bid in Words: `G 14. r odr.4 ! f 1'yrs C-2.7 Addendum 1, CC-1539 SECTION C PROJECT BID SCHEDULE ATLANTA AVENUE REHABILITATION from Newland Street to Magnolia Street and INDIANAPOLIS AVENUE REHABILITATION from Newland Street to Magnolia Street CC No. 1539 INDIANAPOLIS AVENUE REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET CC NO. 1539 C-2.s INDIANAPOLIS (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid lConst Contract Unit Extended No. No. Description Quantity Unit Price Amount 1 -- MOBILIZATION 1 LS $ DD $ : QQ� 2 -- TRAFFIC CONTROL PLAN 1 LS $ �� � $ 3 FURNISH PROJECT TRAFFIC CONTROL 1 LS $ 301 C7O(7 $ �jV 11000 a 4 FURNISH AND INSTALL SIGNING 1 LS $ +• '0 $ t� AND STRIPING s rl PROJECT SPECIFIC WPCP (WATER POLLUTION CONTROL D , I oo 5 PLAN) TO ADDRESS 1 LS $ I $ CONSTRUCTION BMP'S. INSTALL AND MAINTAIN 6 -- CONSTRUCTION BMP'S PER 1 LS $ I $ I 000 APPROVED WPCP. REMOVE AND RECONSTRUCT CURB ACCESS RAMP, DEPRESSED CURB, AND GUTTER PER CALTRANS STD PLAN RSP A88A FROM BCR TO ECR. (CASE SHOWN ON PLAN). (INCLUDES to ALL 7 1 APPURTENANCES, CURB 2 EA $ j�UD $ . I GUTTER, DEPRESSED CURB, SIDEWALK, DOMES, RETAINING CURB, SLOT PAVEMENT, AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT 0.13' FIBER J 8 3 REINFORCED ASPHALT RUBBER 1,550 TN $ $ HOT MIX (ARHM) WET PROCESS OVERLAY. 9 4 ADJUST SEWER MANHOLE TO 3 EA $ qio 0 GRADE. FURNISH AND INSTALL ZEBRON, SANCON OR CITY APPROVED 10 -- EQUAL COATING ON THE NEW 2 EA $ (f> $ CONCRETE INSIDE OF AGENCY SEWER MANHOLE RING. REPLACE WATER VALVE BOX 11 5 ASSEMBLY AND ADJUST TO 5 EA $ r��J $ �� GRADE PER HB STD PLAN 612. C-2.9 INDIANAPOLIS (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid lConst Contract Unit Extended No. No. Description Quantity Unit Price Amount COLD MILL EXISTING A.C. 3-0 r /' 12 6 PAVEMENT TO A DEPTH OF 0.26' 120,500 SF $ 0 FROM EXISTING FINISHED SURFACE PER PLANS. CONSTRUCT NEW 0.13' B-PG-70- 10 FIBER REINFORCED A.C. BASE 13 6 COURSE OVER 95% COMPACTED 1,185 TN $ SUBGRADE PRIOR TO 0.1 T ARHM OVERLAY PER PLANS. EXCAVATE EXISTING A.C. � /� 14 7 PAVEMENT TO A DEPTH OF 0.34' 37,145 SF $ c `� $�� �J I v w FROM EXISTING FINISHED SURFACE PER PLANS. CONSTRUCT NEW 0.21' B-PG-70- 10 FIBER REINFORCED A.C. BASE 7 P-10- �j-, 15 7 COURSE OVER 95% COMPACTED 590 TN $ $ 3 SUBGRADE PRIOR TO 0.13 ARHM OVERLAY, PER PLANS. 16 9 ADJUST SURVEY MONUMENT 1 EA $ � ) oay $ WELL TO GRADE. p REMOVE AND RECONSTRUCT LOCAL DEPRESSION PER HB STD 17 10 PLAN 302. (INCLUDES SLOT 65 LF $ ' O $ /9 PAVEMENT,AGGREGATE BASE, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CURB AND GUTTER PER HB STD PLAN 202 (CF=8"). (INCLUDES Z� ®co 18 11 SLOT PAVEMENT, AGGREGATE 600 LF $ $ J i BASE, LOT DRAINS, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT SIDEWALK PER HB STD. PLAN 207 AND AS MODIFIED ON PLANS. (INCLUDES OVER EXCAVATION OR FILL FOR CHANGES IN GRADE, RE-GRADE FROM WALK TO 19 12 EXISTING SLOPE, RELOCATING 15,200 SF IRRIGATION TO BACK OF NEW WALK, RETURNING LANDSCAPING TO PRE-CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) C-2.10 INDIANAPOLIS (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid lConst Contract Unit Extended No. No. Description Quantity Unit Price Amount INSTALL NEW DETECTOR LOOPS PER CITY STANDARD SPECIAL PROVISIONS FOR THE CONSTRUCTION OF TRAFFIC 20 13 SIGNALS AND LIGHTING 26 EA $�� SYSTEMS, 2005 EDITION. SPLICE LOOPS TO DLC IN PULLBOX. BIKE LANE LOOPS AND ALL LOOPS AT LIMIT LINE SHALL BE TYPE "D". REMOVE EXISTING TREE AND ROOTS; GRIND TREE STUMP AND �oo D 21 14 ROOTS TO 24" BELOW TOP OF 32 EA $ $ SIDEWALK/GRADE WITHIN PROPOSED IMPROVEMENT AREA. FURNISH AND PLANT NEW 24" BOX MULTI-TRUNK EASTERN RED BUD (CERCIS CANADENSIS) PER HB STD. PLANS 714, 715, 716, 718 &719 AS SHOWN ON PLANS. CITY STREET TREE SUPERVISOR OR tl 20 � ^ THE AGENCY'S REPRESENTATIVE i U 22 16 SHALL DETERMINE TREE 16 EA $ $ LOCATION. (ITEM INCLUDES PROTECTING EXISTING IRRIGATION, CLEARING AND GRUBBING OF HEDGES WITHIN 5- FEET EITHER DIRECTION OF NEW TREE MEASURED FROM CENTER OF TREE). Total Amount Bid in Figures: $ Coo Total Amount Bid in Words: C-2.11 LIST OF SUBCONTRACTORS In accordance with Government Code Section 41.04, the ,Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid Name and Address of State. Class DIR PWC Dollar % of Item(s) SubcontractorRegistration �� License # 'Amount„ Contract Number 11,90 3oX LM a 0LJ0 s4,eeiC P! 665-Z 1 (Sa ioccoo co S7,�d�7'�� G(�I�rP✓1 0 � ��� �3 U !/­ik 11 cl PVC _10 Icb L lv 1110 UCUin 4 lovocoqA iull i 1 I 1 rn1�11 ins - .til r h� o. v 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 3/21/17 , at Santa Ana CA Date City Slate Steve Kirschner being first duly sworn, deposes and says that he or she is Vice President of Hardy&Harper 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. Hardy&Harper,Inc Name of id der Signature of Bidder Steve Kirschner-Vice President 1312 P.Warner Ave.,Santa Ana,CA 92705 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 ATLANTA AVENUE REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET AND INDIANAPOLIS AVENUE REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET CC NO. 1539 (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 terin "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. Hardy&Harper,Inc Contract By Steve Kirschner-Vice President Title Date: 3/21/17 C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 101.62, 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. Hardy&Harper,Inc Contracto By Steve Kirschner-Vice President Title Date: 3/21/17 �� C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Hardy&Harper,Inc Bidder Name 1312 E.Warner Ave. Business Address Santa Ana California 92705 City, State Zip 714 ) 444-1851 skirschner@hardyandharper.com Telephone Number Email Address 215952;A,C-8,C12 State Contractor's License No. and Class 3/13/63 Original Date Issued 12/31/17 Expiration Date The work site was inspected by Corey Kirschner of our office on March 21st 201 7. The following are persons, firms, and corporations having a principal interest in this proposal: Fred T.Maas,Jr-President,Treasurer Dan T.Maas-CEO Steve Kirschner-Vice President Kristen S.Paulino-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. Hardy&Harper,Inc Cot ame Signature of Bidder Steve Kirschner-Vice President Printed or Typed Signature Subscribed and sworn to before me this day of , 201_ verifies A notary public or other officer completing this certificate 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 ) County of ) On before me, Month, Day, and Year Insert Name and Title of Notary personally appeared 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. Signature Signature of Notary Public (PLACE NOTARY SEAL ABOVE) G9 CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE §8202 ❑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 Signature of Document Signer No. 2 (if any) A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California Subscribed and sworn to (or affirmed) before me County of Orange on this 21 day of March , 20 17 , by Date Month Year (1) TINA PHAM (and (2) _ ), COMM.t$2149384 Name,S1 Of Signer(S) Notary Public-California iy ORANGE COUNTY proved to me on the basis of satisfactory evidence My Comm.Expires Apr 17,2020 to be the person(x) who appeared before me. Cd� Signature Signature of Notary Public Seal Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Bidder's Information Document Date: March 23, 2017 Number of Pages:__2__Signer(s)Other Than Named Above: None 02014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item #5910 Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of {Describe specific work and experience necessary for project. For example, "Sanitary sewer line installation of at least of 1,000 of 8-inch and Greater in public right-of-way. Sanitary sewer lift stations of similar size, project work within public streets, an area containing high around water and pipeline construction in high around water regions with trench depths of 8-feet to the invert."}. 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 Mz '-w Amchmah " N, 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 PUBLIC WORKS REFERENCES Attachment 2015/2016 Owner/Agency Contact Project (Amount & Completion Date) City of Simi Valley Fuad Shamout, P.E FY 2015-16 Annual Minor 2929 Tapo Canyon Road (805) 583-6788 Street Rehabilitation Simi Valley, CA 93063 FShamoutCa7simivalley.org $1,213,960.50 11/15 City of Walnut Natalie Avila, P.E Area 1 & 2 Street 21201 La Puente Rd. (909) 594-9702, Ext. 315 Resurfacing Project Walnut, CA 91789 Davila@rkagroup.com $1,077,000.00 11/15 City of Rancho Cucamonga Romeo David Foothill Blvd Pavement 10500 Civic Center Drive (909)477-2740 Rehabilitation Rancho Cucamonga, CA 91730 Rorneo.D.,vid cit ofrc.us $1 ,076,200.00 11/15 City of Palm Desert Bo Chen, P.E Portola Ave STP Rehabilitation 73-510 Fred Waring Drive (310) 370-5099 Project Palm Desert, CA 92260 bochen cx,cityofpalmdesert.o $639,204.74 2/16 City of Lake Elsinore Ken Rukavina FY 15-16 Citywide Pavement 130 South Main Street (951) 674-3124 Rehab Phase 5 Lake Elsinore, CA 92530 kwkavina a�lake-elsinore.org $560,736.74 2/16 City of Lake Elsinore Ken Rukavina FY 15-16 Citywide Pavement 130 South Main Street (951) 674-3124 Rehab Phase 4 Lake Elsinore, CA 92530 krukavina(allake-elsinore.org $895,665.91 3/16 City of Villa Park Akram Hindiyeh FY 15/16 Street Rehabilitation 17855 Santiago Blvd (714) 998-1500 Project Villa Park, CA 92861 ahindiveh(a?,villapark.org $592,140.91 3/16 City of Pasadena Sean Singletary Preventitive Maintenance of 100 N. Garfield Ave (626) 744-4273 Streets 2015 Pasadena, CA91109 ssingletarycxcityofpasadena.net $1 ,182,829.46 4/16 City of Colton Jess Sotto FY 15-16 Asphalt Paving 650 N. La Cadena Drive (909) 370-5099 Project Colton, CA 92324 JSotto @coltonca.gov $1 ,569,242.84 4/16 City of Westminster Tuan Pham Citywide Street Improvement 8200 Westminster Blvd (714) 898-3311 For Various Residential Streets Westminster, CA 92683 tpham westminster-ca.gov $679,108.61 5/16 PUBLIC WORKS REFERENCES Attachment A 2015/2016 Owner/Agency Contact Project's Info City of Arcadia Jan Balanay Pavement Rehab Program 240 West Huntington Dr (626) 256-6582 Camino Real Ave & 6th Ave Arcadia, CA 91066 bi alanay aC).arcadiaca.aov Project # 33854016 $632,386.21 7/16 City of Fontana Ticha Loera Pavement Rehab of Slover Ave 8353 Sierra Ave (909) 350-6696 From Mulberry Ave to Cherry Fontana, CA 92335 tloeraCaMontana.orq Ave $1,313,161 .86 8/16 City of Rancho Cucamonga Romeo David Archibald Ave from Hillside Rd 10500 Civic Center Drive (909)477-2740 to N. City Limit & Haven Ave Rancho Cucamonga, CA 91730 Romeo.David(a)cityofrc.us Wilson Ave $796,042.98 8/16 City of La Canada Flintridge Greg Kwolek 2016 Citywide Street 1327 Foothill Blvd (818) 790-8880 Resurfacing La Canada Flintridge, CA 91011 gkwo1ek(o)1cf.ca.gov $1,084,562.67 8/16 City of Huntington Beach Joseph Fuentes Nichols Lane Rehabilitation 2000 Main Street (714) 536-5431 from Slater Ave to Warner Ave Huntington Beach, CA 92648 ifuentes surfcity:hb.org $644,000.00 9/16 City of Claremont Vincent Ramos Residental Slurry Preparation 207 Harvard Ave (909) 399-5396 CIP 2016-02 Claremont, CA 91711 vramos ci.clarernont.ca.LIS $579,000.00 10/16 City of Rancho Palo Verdes Lea Reis Residential Street Rehabilitation 30940 Hawthorne Blvd L.Reis�ajMyga gov Project Phase I Rancho Cucamonga Palos Verdes (310) 544-5307 $2,639,962.68 11/16 City of Cathedral City Bill Simmons Date Palm Dr. & Cathedral 68-700 Avenida Lalo Guerrero (760) 770-0340 Canyon Pavement Rehab Cathedral City, CA 92234 bsirnmons@cathedralcity.gov $939,000.00 11/16 City of Moreno Valley Henry Ngo Edgemont Neighborhood 14177 Frederick St (951) 413-3100 Pavement Rehabilitation Moreno Valley, CA 92552 henrynCalmoval.orq $383,000.00 12/16 City of Chino Hills Fe Rama FY 2016-2017 Street 14000 City Center Drive frama chinohills.org Improvement Project Chino Hills, CA 91709 (909) 364-2600 $1 ,039,000.00 12/16 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, Mike Amundson Name of proposed Project Manager Telephone No. of proposed Project Manager: 714-444-1851 Schleisman Rd Overlay$333,333.00 Road Overlay work 8/15 Project Name & Contract Amount Type of Work Date Completed Minor Street Maintenance Phase 1 $1,543,000.00 Street Maintenance 4/14 Project Name & Contract Amount Type of Work Date Completed Phase 3 Street Rehab$1,075,484.00 Street Rehabilitation 6/14 Project Name & Contract Amount Type of Work Date Completed 2. Dennis Beyle Name of proposed Superintendent Telephone No. of proposed Superintendent: 714-444-1851 Street Improvement&Main Street Bridge Rehab $1,188,570.00 Street Improvement 1/15 Project Name & Contract Amount Type of Work Date Completed Foothill Blvd Pavement Rehabilitation $1,076,200.00 Pavement Rehabilitation 11/15 Project Name & Contract Amount Type of Work Date Completed Street Resurfacing Project $1,187,987.00 Resurfacing Project 12/14 Project Name & Contract Amount Type of Work Date Completed C-11 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771.1(a)), passed by the California State Senate on June 20, 2014, established a new public works Contractor Registration Program, which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations (DIR). Currently the annual non-refundable registration fee for Contractors is $300. Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 http://www.dir.ca.gov/DLSE/Publ]cWorks/SB854FactSheet 6.30.14.pdf DIR's Contractor Registration Link—Call (844) 522-6734 https://efiling.d1r.ca.gov/PWCR/ActionServlet?action=displayPWCRegistratioiiForm DIR's Contractor Registration searchable database: https:Hefiling.dir.ca.gov/PWCR/Searcii.action I am aware and will comply with the provisions of Labor Code Section 1771.1(a) which states: "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded." I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid. Hardy&Harper,Inc Contractor By Steve Kirschner-Vice President Title Date: 3/21/17 PWC REGISTRATION#: too0000076 C-12 STATE OF CALIFORNIA DEPARTMENT OF RESOURCES RECYCLING AND RECOVERY(CalRecycle) RELIABLE CONTRACTOR DECLARATION CalRecycle 168(Revised 7/13) This form must be completed and submitted to the Department of Resources Recycling and Recovery(CalRecycle) prior to authorizing a contractor(s) to commence work. Failure to provide this documentation in a timely manner may result in nonpayment of funds to the contractor(s). This form is intended to help the CalRecycle's Grantees comply with the Unreliable List requirement of their Terms and Conditions. The Unreliable List provision requires the following: Prior to authorizing a contractor(s) to commence work under the Grant, the Grantee shall submit to CalRecycle a declaration signed under penalty of perjury by the contractor(s) stating that within the preceding three (3) years, none of the events listed in Section 17050 of Title 14, California Code of Regulations, Natural Resources, Division 7, has occurred with respect to the contractor(s). Please see the reverse of this page,or refer to N"vw.calregs.com If any of the events listed in Section 17050 have occurred, disclosure is required but will not necessarily result in CalRecycle refusing to approve the contractor. A signed statement explaining the facts and circumstances of the events must be attached to and submitted with this form. Contractor: Complete the form and send original to the Grantee. Grantee: Scan the form and upload it to the grant in CalRecycle's Grant Management System (GMS). For further instruction about logging into GMS and uploading this_form, reference the Procedures and Requirements. Retain the original forrn in your grant file. GRANTEE INFORMATION GRANTEE NAME: GRANT NUMBER: i PRIMARY CONTACT NAME: CONTRACTOR INFORMATION " CONTRACTOR NAME: Hardy&Harper,Inc AUTHORIZED CONTRACTOR REPRESENTATIVE NAME: Steve Kirschner MAILING ADDRESS: 1312 East Warner Ave.,Santa Ana,CA 92705 As the authorised representative of the above identified contractor, 1 declare under penally of perjury under the laws of ( the State of California that within the preceding three (3)years, none o_f the events listed in Section 17050 of Title 14, 1 California Code of Regulations, Natural Resources, Division 7, has occurred with respect to the above identi_/ied contractor. Alternatively, as the authorised representative of the above identified contractor, 1 declare under penally of perjury under the laws of the State of California that within the preceding three (3)years, if any of'the events listed in Section 17050 of Title 14, California Code of Regulations, Natural Resources, Division 7, has occurred with respect to the above identified contractor, I have disclosed all such occurrences in an attached signed statement that explains the facts and circumstances of the listed events. I I Signatur Date 3/21/17 ______...._._....._....._............................_..._.....__......_._.............. ........._..........._....._..........._.......__......____._...---._.. Steve Kirschner-Vice President C-13 STATE OF CALIFORNIA DEPARTMENT OF RESOURCES RECYCLING AND RECOVERY(CalRecycle) RELIABLE CONTRACTOR DECLARATION CalRecycle 168(Revised 7/13) Title 14 CCR,Division 7,Chapter 1 Article 5. Unreliable Contractors,Subcontractors,Borrowers and Grantees Section 17050.Grounds for Placement on unreliable List The following are grounds for a finding that a contractor, any subcontractor that provides services for a CalRecycle agreement, grantee or borrower is unreliable and should be placed on the CalRecycle Unreliable Contractor, Subcontractor, Grantee or Borrower List ("Unreliable List"). The presence of one of these grounds shall not automatically result in placement on the Unreliable List. A finding must be made by the Executive Director in accordance with section 17054,and there must be a final decision on any appeal that may be filed in accordance with section 17055 et seq. (a) Disallowance of any and/or all claim(s)to CalRecycle due to fraudulent claims or reporting;or (b) The filing of a civil action by the Attorney General for a violation of the False Claims Act,Government Code section 12650 et.seq;or (c) Default on a CalRecycle loan,as evidenced by written notice from CalRecycle staff provided to the borrower of the default;or (d) Foreclosure upon real property loan collateral or repossession of personal property loan collateral by CalRecycle;or (e) Filing voluntary or involuntary bankruptcy,where there is a finding based on substantial evidence,that the bankruptcy interfered with the CalRecycle contract,subcontract,grant or loan,or (1) Breach of the terns and conditions of a previous CalRecycle contract,any subcontract for a CalRecycle agreement, grant,or loan,resulting in termination of the CalRecycle contract,subcontract,grant or loan by the CalRecycle or prime contractor;or (g) Placement on the CalRecycic's chronic violator inventory established pursuant to Public Resources Code section 44104 for any owner or operator of a solid waste facility;or (h) The person,or any partner,member,officer,director,responsible managing officer,or responsible managing employee of an entity has been convicted by a court of competent jurisdiction of any charge of fraud,bribery,collusion, conspiracy,or any act in violation of any state or federal antitrust law in connection with the bidding upon,award of,or perlormance under any CalRecycle contract,subcontract,grant or loan;or (i) The person or entity is on the list of unreliable persons or entities,or similar list,of any other federal or California state agency;or (j) The person or entity has violated an Order issued in accordance with section 18304:or, (k) The person or entity has directed or transported to,has or accepted waste tires at,a site where the operator is required to have but does not have a waste tire facility permit;or, (1) The person or entity has transported waste tires without a waste tire hauler registration,or, (m) The person or entity has had a solid waste facility or waste tire permit or a waste tire hauler registration denied, suspended or revoked;or, (n) The person or entity has abandoned a site or taken a similar action which resulted in corrective action or the expenditure of funds by CalRecycle to remediate,clean,or abate a nuisance at the site;or (o) The following are additional grounds for a finding that,a person or entity described below should be placed on the Unreliable List: (1) The person or entity owned 20%or more of an entity on the Unreliable List at the time of the activity that resulted in its placement on the Unreliable List; (2) The person held the position of officer director,manager,partner,trustee,or any other management position with significant control(Principal Manager)in an entity on the Unreliable List at the time of the activity that resulted in its placement on the Unreliable List; (3) The entity includes a Principal Manager who: l. Was a Principal Manager in an entity on the Unreliable List at the time of the activity that resulted in its placement on the Unreliable List;or, 2. Owned 20%or more of an entity on the Unreliable List at the time of the activity that resulted in its placement on the Unreliable List; (4) The entity has a person who owns 20%or more of the entity,if that person: 1. Was a Principal Manager in an entity on the Unreliable List at the time of the activity that resulted in its placement on the Unreliable List;or, 2. Owned 20%or more of an entity on the Unreliable List at the time of the activity that resulted in its placement on the Unreliable List. (5) The entity has another entity which owns 20%or more of the entity,if that other entity: 1. Is on the Unreliable List;or, 2. Owned 20%or more of an entity on the Unreliable List at the time of the activity that resulted in its placement on the Unreliable List. (6) Subsection(o)is not intended to apply to a person or entity that purchases or otherwise obtains an entity on the Unreliable List subsequent to its placement on the Unreliable List. C-14 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For ATLANTA AVENUE REHABILITATION from Newland Street to Magnolia Street and INDIANAPOLIS AVENUE REHABILITATION from Newland Street to Magnolia Street CC No. 1539 in the CITY OF HUNTINGTON BEACH March 17, 2017 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) PROJECT BID SHEET—Section C Specification Book (2 Sheets attached to Addendum 1) Replace two pages entitled "Project Bid Sheets—pages C-2.6 and C-2.7"with "Project Bid Sheet— C-2.6 and C-2.7 Addendum 1" (2 sheets). Reason: Bid item "26-Remove Existing Multi-Trunk Australian Brush Cherry..."quantity was changed from 66 EA to 74 EA; Bid item "27-Furnish and Install New Heavenly Bamboo..." quantity was changed from 66 EA to 74 EA, and new Bid Item "30-Remove Existing Dead Purple Hop Seed..." quantity of 12 EA was added as an additional bid item. Bidders Shall Submit Section C With The Most Current Revised Bid Sheet. 2) PRE-BID SITE WALK, QUESTIONS AND ANSWERS-(2 Sheets attached to Addendum 1) Reason: Bidders who didn't attend can have this information for preparation of bid. 3) PLANS—ATLANTA AVENUE(NEWLAND AVENUE TO MAGNOLIA) (No sheets attached) a. On the Title Sheet (Sheet 1 of 4) insert the Revised Quantities for Construction Note 21- Remove Existing Multi-Trunk Australian Brush Cherry..." from 66 EA to 74 EA and for Construction Note 22-Furnish and Install New Heavenly Bamboo..." from 66 EA to 74 EA. Reason: Quantities changed to match revised Bid Sheet Insert New Construction Note 25- "REMOVE EXISTING DEAD PURPLE HOP SEED BEHIND SIDEWALK; GRIND STUMP AND ROOTS TO 24" BELOW TOP OF SIDEWALK/ GRADE WITHIN PROPOSED IMPROVEMENT AREA' and Quantity of 12 EA. Reason: New construction note and quantity added to match revised Bid Sheet. b. On the Last Sheet (Sheet 4 of 4) insert a circle (with "25" in the middle) to represent Construction Note 25 located between Sta. 58+25 and 621-01 on the south side. Reason: Remove Existing Dead Purple Hop Seed in this area. c. On Sheet 3 (Sheet 3 of 4) insert circle (with "21" in the middle) and another circle (with "22" in the middle) between sta. 52+92 and 53+60 on the south side. Reason: Remove 8 Australian Brush Cherry and Install 8 Heavenly Bamboo in this area. 4) SIGNING AND STRIPING PLANS—ADD PLANS—(4 Drawings Issued with Addendum 1) a. "Signing and Striping Plan, Atlanta Avenue from Newland St. to Magnolia St." b. "Signing and Striping Plan, Indianapolis Avenue from Newland St. to Magnolia St." Reason: These Signing and Striping plans shall be incorporated into the Project Plans. This is to acknowledge receipt and review of Addendum N m-b , n , dated- ov . Company Name y aln-I1� Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. For Addendum questions, please call James Wagner at (714) 536-5467 within 24 hours of posting. 1 t City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER TWO For ATLANTA AVENUE REHABILITATION from Newland Street to Magnolia Street and INDIANAPOLIS AVENUE REHABILITATION from Newland Street to Magnolia Street CC No. 1539 in the CITY OF HUNTINGTON BEACH March 21, 2017 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) SPECIFICATION BOOK—Appendix A through and including F (38 Sheets attached to Addendum 2) Add Appendices A through F to Specification Book. Reason: Appendices A through F were not included with the initial documents APPENDIX A DOWNLOAD PUBLIC WORKS STANDARDS,TRUCK ROUTE, TRASH PICK UP, STREET SWEEPING SCHEDULE, AND TEMPORARY WATER METER 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 This is to acknowledge receipt and review of Addendum mbe ne, dated ve. Ndl i Mrs, Inc, Company Name ' '31211n- Date ' All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. For Addendum questions, please call James Wagner at(714) 536-5467 within 24 hours of posting. Bid Bond Bid Bond Number: CSBA-4530 CONTRACTOR: SURETY: (Name,legal status and address) (Dame, legal status and principal place of business) Hardy&Harper,Inc. Fidelity and Deposit Company of Maryland 1312 E.Warner Avenue 777 South Figueroa Street,Suite 3900 Santa Ana,CA 92705 Los Angeles,CA 90017 OWNER: This document has important legal (Name,legal status and address) consequences.Consultation with City of Huntington Beach An attorney is encouraged with respect 2000 Main Street its completion or modification. Huntington Beach,CA 92648 Any singular reference to Contractor,Surety,Owner or . other party shall be considered Plural where applicable. BOND AMOUNT: Ten Percent(10%) of Amount Bid PROJECT:Atlanta Avenue Rehabilitation from Newland Street to Magnolia Street and Indianapolis Avenue Rehabilitation from Newland Street to Magnolia Street CC No. 1339 Project Number,if any: The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1) enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof,or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted here from and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 23rd day of \larch.2017 rn Hardy&Harper,Inc. l(y (Principal) (Seal) (Witness) Fidelity and Deposit Company of Maryland J (Surety) (Seal) (Witness) (Title)Ejwight Reilly,Attorney-in-Fact By arrangement with the American Institute of Architects, the National Association of Surety Bond Producers (NASBP) (www.nasbp.orB) makes this form document available to its members, affiliates, and associates in Microsoft Word format for use in the regular course of surety business. NASBP vouches that S the original text of this document conforms exactly to the text in AIA Document A310-2010, Bid Bond. Subsequent modifications may be made to the original text of this document by users,so careful review of its wording and consultation with an attorney are encouraged before its completion, execution or acceptance. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness, accuracy,or validity of that document. State of California County of Orange On 03/23/2017 before me, Susan Pugh Notary Public personally appeared Dwight Reilly 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. / = `USAN PIJGH N coNINI 2105405 M WITNESS my hand and official seal. I r Nc"arr Fi. )liuCalifornia a � t Y, ORANGE COUNTY a A \ I 7 ` rlyComm I i�ir�aA.or29,2019�{ �Y�� � ;�. Signature of Notary '- I OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL. Bid Bond ❑ CORPORATE OFFICER Title or Type of Document One ❑ PARTNER(S) Number of Pages ❑ MEMBER of LLC ® ATTORNEY-IN-FACT ❑ TRUSTEE(S) 03/23/2017 ❑ GUARDIAN/CONSERVATOR Date of Document OTHER: SIGNER IS REPRESENTING: Signer(s) other than named above NAME OF PERSON(S) OR ENTITY(IES) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of Orange ) On March 23 2017 before me, Tina Pham, Notary Public Date Here Insert Name and Title of the Officer personally appeared Steve Kirschner NameX) of SignerO who proved to me on the basis of satisfactory evidence to be the person(K) whose name(8) is/aye subscribed to the within instrument and acknowledged to me that he/ske/t[vy executed the same in his/her/th)eir authorized capacity(it�_C), and that by his/hxr/their signature(g) on the instrument the person(R), or the entity upon behalf of which the person(x) 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. TINA PHAM WITNESS my hand and official seal. COMM.#2149384 , QMy Notary Public-California 9ORANGE COUNTY LL SI nature Comm.Expires Apr 17,2020 Sig6ture of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Bid Bond Document Date: March 23 2017 Number of Pages: 1 Signer(s) Other Than Named Above: Dwight Reilly Capacity(ies) Claimed by Signer(s) Signer's Name: Steve Kirschner Signer's Name: 121 Corporate Officer — Title(s): vice Prp�iriant ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑Attorney in Fact ❑ Individual ❑Attorney in Fact ❑Trustee ❑ Guardian or Conservator ❑Trustee ❑ Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: Hardy&Harper Inc L�"�.-"� — — _ _v_ .-V`�i.�.f�C�'��'Civet:I4��'GEC_".c �1�Ct��'�i�t-'•���.�'G`U:�.GY��`,�q�`Y.'�u`L`L�'C'.'C1-�\,-•(i�_TC, 02014 National Notary Association - www.NationalNotary.org - 1-800-US NOTARY(1-800-876-6827) Item #5907 Bond No. CSBA-4530 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 MICHAEL BOND,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 Daniel HUCKABAY,Dwight REILLY,Andrew WATERBURY,Arturo AYALA,Shaunna Rozelle OSTROM and Michael CASTANEDA,all of Orange,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 5th day of December,A.D. 2016. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND r�41W. p OLIpj •t Sid �.,N�GI�......' y W SEAL - ; V� Secretary Vice President Eric D.Barnes Michael Bond State of Maryland County of Baltimore On this 5th day of December,A.D.2016,before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,MICHAEL BOND,Vice President,and ERIC D.BARNES,Secretary, of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn, deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above,wcitten_,. 111111\\\ Constance A.Dunn,Notary Public My Commission Expires:July 9,2019 POA-F 012-0079B EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V, Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the loth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,.I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 23rdday of March ,20 17 wa o[rp i aG►S���q,� ol9ulyY ! "o" 8BAL sv�.�\ Gerald F. Haley,Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT ALL REQUIRED INFORMATION TO: Zurich American Insurance Co. Attn: Surety Claims 1299 Zurich Way Schaumburg,IL 60196-1056 City Of Huntington Beach 2000 Main Street ® Huntington Beach, CA 92648 -- (714) 536-5227 ® www.huntingtonbeachca.gov Office of the City Clerk 17,1909, Robin Estanislau, City Clerk July 24, 2017 Hardy & Harper, Inc. 1312 E. Warner Ave. Santa Ana, CA 92705 RE: Atlanta Ave. & Indianapolis Ave. Rehabilitation — CC-1539 Enclosed please find your original bid bond for CC-1539. Sincerely, Robin Estanislau, CIVIC City Clerk RE:pe Enclosure Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand aq Harr H.jor: e/' U�li D38 `o cOI]SiJl_gtl0I1 7303 Somerszt&0.,Paramount,CA 50723 V C fy C/er%< 2n a� F/oci l��n ;ny:f�n �Facl� CA CO y �� /y e ryj r City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For ATLANTA AVENUE REHABILITATION from Newland Street to Magnolia Street and INDIANAPOLIS AVENUE REHABILITATION from Newland Street to Magnolia Street CC No. 1539 in the CITY OF HUNTINGTON BEACH March 17, 2017 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) PROJECT BID SHEET—Section C Specification Book(2 Sheets attached to Addendum 1) Replace two pages entitled "Project Bid Sheets—pages C-2.6 and C-2.7"with "Project Bid Sheet—C-2.6 and C-2.7 Addendum 1" (2 sheets). Reason: Bid item "26-Remove Existing Multi-Trunk Australian Brush Cherry..."quantity was changed from 66 EA to 74 EA; Bid item "27-Furnish and Install New Heavenly Bamboo..." quantity was changed from 66 EA to 74 EA, and new Bid Item "30-Remove Existing Dead Purple Hop Seed..."quantity of 12 EA was added as an additional bid item. Bidders Shall Submit Section C With The Most Current Revised Bid Sheet. 2) PRE-BID SITE WALK, QUESTIONS AND ANSWERS-(2 Sheets attached to Addendum 1) Reason: Bidders who didn't attend can have this information for preparation of bid. 3) PLANS—ATLANTA AVENUE (NEWLAND AVENUE TO MAGNOLIA) (No sheets attached) a. On the Title Sheet (Sheet 1 of 4) insert the Revised Quantities for Construction Note 21- Remove Existing Multi-Trunk Australian Brush Cherry..." from 66 EA to 74 EA and for Construction Note 22-Furnish and Install New Heavenly Bamboo..."from 66 EA to 74 EA. Reason: Quantities changed to match revised Bid Sheet Insert New Construction Note 25- "REMOVE EXISTING DEAD PURPLE HOP SEED BEHIND SIDEWALK; GRIND STUMP AND ROOTS TO 24" BELOW TOP OF SIDEWALK/ GRADE WITHIN PROPOSED IMPROVEMENT AREA' and Quantity of 12 EA. Reason: New construction note and quantity added to match revised Bid Sheet. b. On the Last Sheet (Sheet 4 of 4) insert a circle (with "25" in the middle) to represent Construction Note 25 located between Sta. 58+25 and 62+01 on the south side. Reason: Remove Existing Dead Purple Hop Seed in this area. c. On Sheet 3 (Sheet 3 of 4) insert circle (with "21" in the middle) and another circle (with "22" in the middle) between sta. 52+92 and 53+60 on the south side. Reason: Remove 8 Australian Brush Cherry and Install 8 Heavenly Bamboo in this area. 4) SIGNING AND STRIPING PLANS—ADD PLANS—(4 Drawings Issued with Addendum 1) a. "Signing and Striping Plan, Atlanta Avenue from Newland St. to Magnolia St." b. "Signing and Striping Plan, Indianapolis Avenue from Newland St. to Magnolia St." Reason: These Signing and Striping plans shall be incorporated into the Project Plans. This is to acknowledge receipt and review of Addendum Number One, dated above. Ha d -Trc qaym H. o Coinpany,oame By Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. For Addendum questions, please call James Wagner at (714) 536-5467 within 24 hours of posting. Addendum 1, CC-1539, Replacement Page C-2.6 r ATLANTA (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid ConstContract Unit Extended No. No. Description Quantity Unit Price Amount REMOVE EXISTING MEDIAN PORTION AND CONSTRUCT NEW MEDIAN ISLAND PASSAGEWAY PER CALTRANS STD PLANS RSP A88A, RSP A88B, AND DETAIL ON SHEET 3. (INCLUDES 8-INCH CURB AND GUTTER PER HB STD PLAN 202, SIDEWALK AREA BETWEEN CURB 23 18 AND PASSAGEWAY PER HB STD 1 LS $ $ PLAN 207, OVER EXCAVATION OR FILL FOR CHANGES IN GRADE, RELOCATING IRRIGATION TO BACK OF NEW WALK, RETURNING LANDSCAPING TO PRE- CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) INSTALL TRUNCATED DOMES TO EXISTING CURB ACCESS RAMP AS 24 19 REQUIRED PER CALTRANS STD. 2 EA $ $ PLAN RSP A88A AND SPECIFICATIONS SECTION 303- 5.5.5.1. FURNISH AND PLANT NEW 24" BOX MULTI-TRUNK EASTERN RED BUD PER HB STD. PLANS 714, 715, 716, 718& 719 AS SHOWN ON PLANS. CITY STREET TREE SUPERVISOR OR THE AGENCY'S REPRESENTATIVE 25 20 SHALL DETERMINE TREE LOCATION. 12 EA $ $ (ITEM INCLUDES PROTECTING EXISTING IRRIGATION, CLEARING AND GRUBBING OF HEDGES WITHIN 5-FEET EITHER DIRECTION OF NEW TREE MEASURED FROM CENTER OF TREE). REMOVE EXISTING MULTI-TRUNK AUSTRALIAN BRUSH CHERRY (SYZYGIUM PANICULATUM) BEHIND 26 21 SIDEWALK; GRIND STUMP AND 74 EA $ $ ROOTS TO 24" BELOW TOP OF SIDEWALK/GRADE WITHIN PROPOSED IMPROVEMENT AREA. C-2.6 Addendum 1, CC-1539 Addendum 1, CC-1539, Replacement Page C-2.7 ATLANTA (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount FURNISH AND INSTALL NEW HEAVENLY BAMBOO (NANDINA)AT 27 22 10-FEET ON CENTER BEHIND 74 EA $ $ SIDEWALK. ADJUST OCSD MANHOLE TO GRADE PER OCSD STD. PLAN S-053, S-054 28 23 AND S-055. CONTRACTOR TO 1 EA $ $ COORDINATE WITH MIKE BOLSTER AT(714) 593-7645. REMOVE AND RECONSTRUCT DEEPENED CURB AND GUTTER PER HB STD PLAN 202(B) (CF=8"). 29 24 (INCLUDES SLOT PAVEMENT, 110 LF $ $ AGGREGATE BASE, LOT DRAINS, AND ALL ITEMS NECESSARY TO REMOVE EXISTINGPURPLE HOP SEED BEHIND SIDEWALK; GRIND 30 25 STUMP AND ROOTS TO 24" BELOW 12 EA $ $ TOP OF SIDEWALK/GRADE WITHIN PROPOSED IMPROVEMENT AREA. Total Amount Bid in Figures: $ Total Amount Bid in Words: C-2.7 Addendum 1, CC-1539 City of Huntington Beach Pre-Bid Site Walk, Date 03-16-17, 11:15 AM at corner of Atlanta Ave.and Magnolia Ave. Atlanta Avenue Rehabilitation from Newland Street to Magnolia Street,CC No. 1539 1. Question: Please clarify the limits of Construction Note#1 for both Atlanta Avenue and Indianapolis Avenue: (Construction Note#1 for both projects) REMOVE AND RECONSTRUCT CURB ACCESS RAMP,DEPRESSED CURB,AND GUTTER PER CALTRANS STD PLAN RSP A88A FROM BCR TO ECR.(CASE SHOWN ON PLAN).(INCLUDES ALL APPURTENANCES,CURB GUTTER, DEPRESSED CURB,AND SIDEWALK,DOMES,RETAINING CURB,SLOT PAVEMENT,AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) Answer: Construction for the access ramps also includes adjoining sidewalk area between ECR to BCR and the amount of concrete sidewalk between ECR to BCR is included as part of the Curb Ramp item. 2. Question: What is the depth and width of tree stump& root removal for both Atlanta Avenue and Indianapolis Avenue? Answer: (Construction Note for both projects) REMOVE EXISTING TREE AND ROOTS; GRIND TREE STUMP AND ROOTS TO 24" BELOW TOP OF SIDEWALK/GRADE. PULL OUT ALL ROOTS WITHIN PROPOSED IMPROVEMENTS. 3. Question: What traffic control is required? Answer: Please refer to Contract Documents Specification and Standard Drawing Section 7-10.2 Work Area Traffic Control Page E-13 4. Question: How much time is the contractor allowed between the demolition of the sidewalks/access ramps and the placement of new concrete for Atlanta Avenue Construction Note#18? (Atlanta Avenue Construction Note#18) REMOVE EXISTING MEDIAN PORTION AND CONSTRUCT NEW MEDIAN ISLAND PASSAGEWAY PER CALTRANS STD PLANS RSP A88A,RSP A886,AND DETAIL ON SHEET 3.(INCLUDES 8-INCH CURB AND GUTTER PER HB STD PLAN 202, SIDEWALK AREA BETWEEN CURB AND PASSAGEWAY PER HB STD PLAN 207, OVER EXCAVATION OR FILL FOR CHANGES IN GRADE, RELOCATING IRRIGATION TO BACK OF NEW WALK,RETURNING LANDSCAPING TO PRE-CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE. Answer: Please refer to Contract Documents Specification and Standard Drawing Section 6-1 Construction Schedule and Commencement of Work Page E-13 5. Question: What is the condition of the multi-trunk Australian Brush Cherry species referred to in Construction Note 21 for Atlanta Avenue? (Construction note#21) REMOVE EXISTING MULTI-TRUNK AUSTRALIAN BRUSH CHERRY(SYZYGIUM PANICULATUM) BEHIND SIDEWALK; GRIND STUMP AND ROOTS TO 24"BELOW TOP OF SIDEWALK/GRADE WITHIN PROPOSED IMPROVEMENT AREA. Answer: The existing multi-trunk Australian Brush Cherry shrub screen to be removed along Atlanta Avenue has Not been maintained at a typical shrub height. Page 1 of 2 Addendum 1,CC-1539 City of Huntington Beach Pre-Bid Site Walk, Date 03-16-17, 11:15 AM at corner of Atlanta Ave. and Magnolia Ave. Atlanta Avenue Rehabilitation from Newland Street to Magnolia Street,CC No. 1539 What Construction Notes are being revised in Addendum 1 for Atlanta Avenue? There are(8) additional multi-trunk Australian Brush Cherry shrubs(1 of them is an oleander shrub that will be paid at the unit price for Brush Cherry) to be added to the (66)for a total of 74 along Atlanta Avenue. There are (12) Purple Hop Seed brush to be added for removal along Atlanta Avenue. Page 2 of 2 Addendum 1,CC-1539 NEWLAND ST. R— ` RS Ex W3__3 I I i1 c„7'riarland(•IF.C.4-112C.j 7 1s ATLANTA........ 1 4 a AVENUE tF I m INSTALL WEW0PLASTC a SOLID WRTE LA •A'(r $ t FA.TOTAL). v I r wi - — —� — — — — — .. , — . — , — — — — — — — — — - — _ — — — W NSTALL 7,RERMOFiA5TIC 8'WT6TE STRIPE.OCTAL 36{11!500 L,F.TOTAL}. ,mtwIL INSTALL THERMOPLASTIC 4'WHITE S1 .DETAIL D(32,705 LF.TOTAL). - £A MNII� ❑i- INSTALL 1NR+OFLASTIC 6' IE 91a LANE STRIPE,DETAIL 39(f7,980 LF.TOTAL). Fri Q — - — - — — — — — — — - — - — — — VD INSTALL THERMOPLASTIC 4'DW&f YELLOW SOLD STRIPE PER CALTRANS STD-PLAN A20A,DETAIL Yl{}520 1-F.TOTAL), �xv Iy w . ... . ro-L o- INSTALL THERwoPLASTIC a Douim DDL&LE YELLOW SOLD STRIPE PER CALTRMNS sm.PLAN A2W DETAIL 29(;0,125 L.F-). Z ........ ..+. _. �7- INSTALL P49MOPLASTIC 6' SKIP WTE RKE LANE S98FE,METAL SAA(f 341 Lf.TOTAL). INSTALL THERuoPLASTIc'Amw LErEND TYPE RV(L)✓R TYPE MR)PER CITY STD.PLAN 407(6 EA.TOTAL). (f} iii pq R81(CA} g g o- INSTNi THERMOPLASTIC 12'WHITE CROSSWALK GR YJUT LINE PER CITY SAD.PLAN 406.SEE DETAIL 79'(t888 L.F.TOTALj. 11 RB,(CA}(24'DDT8'} RS IX R2-1(45) 3 A Eli wl'r3 10 INSTALL1HERMOPLASTIC YELLOW TWO-WAY LEFT TURN LANE,DETIA.32(3455 LF.TOTAL).Elf OCTA BUS t1R2-1(45x30":36') w3-3(30'■30•) � Q ,2 ,5 G7"—linenfWd' N, NOT USED, 'YIgm6F 17 INSTALLER THERMOPLASTIC HIKE LAM LECIEND PER CSTY STD-409{7 EA.TOTAL}. NEWLAND ST. {5•U.C.4-1/2•LG) y 13 FURNISH AND INSTALL NEW SON.RELOEATEArREPLAOE EIQSTING?DST IF NECESSARY TO'PRCrrDE LATERAL CLEARANCE FROM CURS FACE AND VERTICAL CLEARANCE PER CITY SM.PLAN 401. Z 14 "NISH AND INSTALL NEW SIGN ON NEW POST(A EA.TOTAL] EX R49(CA.)RS RS EX W3-3 PP IX SNS 1S PAN1 RED CURB(t2,442 L.F.TOTAL). R49(CA}(42"xj0*) 13 GREENFIELD LN. 13 w3-3(30•.30] y (PRIVATE) G7•—Mlramor• 46 INSTALL 1HETHM�LASnt 4"SOLD iHIIE RH;fiT ET7CE LNE DETAIL 278(31,175 L.F.TOTFLj. i5 EX R51(CAV)RS 12 � E5 7 'Gn fwld—• V) PP EX OCTA BUS (6•U.C.4-1 f2'LO.) 1T INSTALL TkERM0R,A5TIC 6'TMITE 45 DEC RE DIAGONAL MARK9NG5 AT I(IO FOOT SPACING, L31(CAx24'x,B•) 11 15 18 INSTALL THERMOPLASTIC S 1p CYRLE LD DETECTOR SYMBOL IN CENTERED THE BIKE LANE AND I FOOT BEHIND WE UNIT LINE. ATLANTA fi 4 AVENUE RO 3 SEE THE CALFORNA MUTCO 2014 EDITION,SIC-7 0 EA-TOTAL)- U) _...... .......... GENERAL NOTES(ALL 9HEM): Z .. 1. SWING AND STIOPM SHALL CONFORM TO THE CALiORNA MANUAL ON UNIFORM TRAFFIC CONTROL � s6 IIE1ACiS j:FLIFORNHA MUTCD},2074 E01TION,GLLTRARS STANDARD PthfE,w0;SQEC7FERATIOM4.LATEST h SHOO THE NTT OF NLTHE SPEC BFJN71 STANDARD FLAILS,LATEST TEYRTONS THEREOF,1yR1 AS I6 I`A — —. - _ - — — - — - — . — - — . — . — — -�00 _ — - — —_ 2 [INNO SHALL CONFORM TO M CURRENIAL T SKIN SPECIFICATIONS.SHIN SZE SHALL BE TIE * 46 i8 90' $ STANDARD S2E NOTED IN THE SPECinCAA.TIDin UNLESS NOTED OEHEIMSE ON THE PLAN. LU" 3. PROTEXISTING ECTED IN PLACE SMALL BE titTN IREII SIGNS tx6Fss 0Tf£RIMSf NOTED ON PLAN m BE [� aY T8 - —t. — — - — .T:- — — — - — . — . — - — . — — -- — — — - — . — — u 4. STRlPMlG DETAILS SHALL 9E AS NOTED. B it ,.+ 7r k _ W "a SANDBLAST OONFUnK EDTSTING STRIPW REIIDVE RAISED-PAM OU MARKERS*ERE NECESSARY. _{ _ F` 6. INSTALL TALI-WAY REIROREM.ECTIVE RAISED PAVEMENT MARKER AT F#HYDRANT LOCATIONS PER I ':2 -a i - - Y_ `'" F=RE 38-102 4F TIE 2014 CA IAtTM70 7, ALL SIGNS SHALL BE INSTALLED PER OTY STANDARD PLAN 401 AND HAVE 34 1160 GRAFFITI OVERLAY -� FILM. 2 Q a SIGN LAYOUTS S441 BE SUBMITTED TO THE CITY FOR MY"AND,APPROVAL PRIOR FAMCATgI AND ] 7 S 4 S 4 1P _ E%OCTA BUS PP TICK 8. NEWH�RDWARE AND EwAIDS SHALL 9E FURNISFED Flit iVS7A111�D'YITM ALL!EN',AEPLA{ED OR IX SMS PP I 1fi 1 7 RELOGVEO SIGNS RS EX R51(CA) t3 R57(CA)t24--I8`) SEE AL SM D 14 13 BO' li ET t5 15 30' S�DETAIL 18 Ti0' I f EX R49(CA)RS R49(CA}(42`08r") 0 t5 150' M IRAMAR LN. 50'STROGHT 1w TRANSITION 12"CROSSWALK LINES W` 15 R, N , A i*/ 6 9 CLR. NO FOR BIDDING PURPOSES ONLY � C) Ju 12'CROSSWALK LINES 4• WHITE STRIPE 2' 10' �A e ONE-WAY CLEAR REFLECTIVE MARKER,TYPE G. MARKERS ON BOTH ENDS OF STRIPE LFAIT UNE B RAMP ClJRB FACE� " 4'SOLID WHITE LANELINE * * (11 x Er) TA®E 1L "A• TALIE IL ^6" r nO SCyp SO SCALE NO SCALE A �W4 • -KIP !ri 1-E�IEOIER FOR BIDDING PURPOSES ONLY scaLE, r-,gin. L#4 4TA 880CIATE3 YlulEnC Ma t67b tl w MMn rAn ca Mfi iDN a a DATE: Ai,A-CC-1539 ATLANTA-NEWLAND TO MAGNOLIA.DWG Underground Service AkerL REVISIONS REFERENCES n" ° - SHEET NO. SIGNING ANDSTRIPING PLAN Gall:TOLL FREE 4uesr s sH Ar ATLANTA AVENUE ' T-soa•a22-a,33 °_ g;S°° : 4�,T ,,,, _ ,-, FROM NEWLAND ST. TO MAGNOLIA ST. OF 777 CITY OF HUNTINGTON BEACH STA.36+72 TO STA.53+00 2 TWO WOR,fR4G DAYS BEFORE YM DIG DEPARTMENT OF PUBIC WORKS EX R81(CA)RS 14 RBI(CA)(24 Ir) E1N R2-1(45)RS RBI(CAx24'.f8') 13 15 IS 5 r5 R2-i[43)(3D x36'} r3 Z 7 Y7 7 5 SOP am i2 j 10 , 2 IATLANTA I 3 T IT T 4 AVENUE r7 T X OCTA BUS T Y I �,. -Y 1 - _ - 2 51 PP EX 5145 ., .. ...... vi 4 ODD' 2 i 3 15 I 3 is a 13 R30(CA)SEF DETAIL rs r r El g ® t IS 3O' R81(CAx'24'xII') HS EI*3-3 15191T T8 r - 13 W3-3(30'R30`) ,4 G7 lAQgRoIIQ"(B�LI.C.,4-1/2'LC.) RS EX RI-r R30(ICA)SEE DETAIL B RACA)SEE DETAIL EK TSUNAMI PP - 0 LEASURE LTV. ""°x$"S EVAC.ROUTE 13 R30(r.A)SEE DETAIL MAGNOLIA ST. 13 Rf-1(3I`) GOfVSTRUCMN NOTES 0 INSTALL TNFPIAOPLAsnc 4'SOLID*ATE LAVELIE PER DETAIL'A'(10 EA.TOTAL). INSTALL THERIADPUVSTIC S'WHITE STRIPE DETAIL 38(t455 LF.TOTAL), y INSTALL THMAWLAS71C 4'114ITE STRIPE,METAL 9(i1,10e L.F.TOTAL). o- INSTALL THERMOPLASTIC 8'TIME DIKE LAWS STRIPE,DETAIL 39(t2,197 LF.TOTAL). 5❑- INSTALL THERMOPLASTIC 4'OOUBLF YELLOW SOLID ST♦mE PER CALTRANS SID.PLAN A2DA,DETAIL 22(3563 LF.TOTAL). (.n INSTALL THERMOPLASTIC 4'DOUBLE DOUBLE YELLOW SOLID STRIPE PER CALTRANN5 STD.PLAN A701B.DETAIL 29(t378 LF-} INSTALL THERMOPLASTIC$' SHIP WHITE BIKE'LANE STRIPE,DETAIL 39A(LI59 LF.TOTAL). o- INSTALL THERMOPLASTIC'ARROW"LEGEND TYPE IV(L)OR TYPE 11(R)PER CITY SID.PLAN 407(s EA.TOTAL). G7 []9 INSTALL THERWOP ASTIC 127 TIIITE CROSSWALK OR UNIT LINE PER OTT STD.PLAN ws.SEE DETAIL'B'(:234 LF.TOTAi} o INSTALL THEMOPLASDC YELLOW nro-WAY LEFT TWIN LAW-DETAIL 32(t33 LF.TOTAL}. Z n REMOVE EASING STOP BAR AND LEGEND BY WET SOULASTING.INSTALL NEW THERMOPLASTIC STOP BAR AND LIEMME)PER 9EW-ML NOTES(ALL%IEETS) � CITY STO.408(SEE DETAIL-C-). 1. SK711NG AND SIRWNNG 9441 CONFORM TO THE CAMff[MINfA YAMIIAL ON I1Nl6VIN TRAFFIC CYIMTROL LO x INSTAL THERMOPLASTIC BIKE LAW LEGEND PER CITY STD.409(4 EA.TU4). DEVICE-S(CALIFORNIA LITTCD),2014 I]rnCN,CALTRAHS STANDARD PUNS ATD SPEaFICATIONS,LATEST � EDITION.THE C17Y OF HUNTINGTON BEACH STANDARD Paws,LATEST REVISIONS THEREOF.NO AS � 13 FUFHS14 AND INSTALL NEW SICN(S).RELOCATE I LACE EASTINC POST IF NECESSARY TO PROVIDE LATERAL CLEARANCE FROM SHOWN HEREON AND M THE SPECIAL PROVISIONS, CUR EI FACE AND HRTICAL CLEARANCE PER CITY STD,PLAN 464. 2- SIU@IG SMALL CONFORM TO THE CURRENT CALIRAHS SIGN SPECIFICATION' SIGN SPE SMALL BE THE STANDARD SIZE NOTED IN THE SPEDFICATIONS,UNkffi MOWED OTHERWISE ON THE PLAN. 14 FURNISH AND INSTALL NEW SIGN(S)ON NEW POST(2 EA TOTAL). 3 ALL EWFINC SIGNS 91AuI BE REPLACED WIN A"SONS UNLESS OTHERWISE NOTED ON PUN TO BE 15 OTECTED IN RACE AS W. C) PAINT RED CURB(IL070 LF.TOTAL). 4. SRTWING DETAILS SMALL BE COMBIa➢AS PLUM S. SANDBLAST CONELCTING EOSTNG STRIPING.REMOVE RAISED-PAVIEWDIT MARKERS MERE NECESSARY 18 INSTALL THERMOPLASTIC 4'SOLED WHITE TIGHT EDGE LIRE,DETAIL 270(1502 LF.TOTAL)_ I. (STALL TOO-WAY RETRO EFMCM RAISED PAVENDIT MARKER AT PIES HYDRANT LOCATIONS PER FICUE 30,402 OF ENE.2014 CA MUTCO. 17 INSTALL THERMOPLASTIC V WRITE 45 DEGREE DIACONAL MARKINGS AT 100 FOOT SPACING. 7, ALL STCHS SHALL BE DISTAILOD PER CITY STANDARD PLAN 401 AND NAVE 3M 1*0 GRAFM OVERLAY FAIR 18 INSTALL THERMOPLASTIC BICYCLE LOCH DETECTOR SYMBOL CENTERED IN THE DIE LANE AND I FOOT DEMIND THE UNIT LINE. a SIGN LAYOUTS SHALL BE SUBMITTED TO THE CITY FOR REVIEW AND APPROVAL PRIOR FA&tIGUgN AND SEE THE CALIFORNIA 4WTCD 2014 EDITION,9C-7(1 EA TOTAL). ISTAIlAIION. 9. NEW HARDWARE AND HAMS SMALL BE FURNISHED AND INSTALLED WITH ALL NEW,REPLACED OR RE DCA10 SIGNS. s - x 12"CROSSWALK LINES 12' WHITE 1 � LIMIT LINE K. F` 15'MIN. �k F'�1 r�• NO h s X 46 PARKING p OP.M,TDOAMP T 12" CROSSWALK LINES X I Ir =CLCMRr1'MC"D1E 2" RB RAMP T0' FOR BIDDING PURPOSES ONLY MAP:kER, TYPE C. MARKERS 21 ON BOTH ENDS OF STRIPE LIMIT LINE CURB FACE 11FtB RAMP DETAIL "C" 17 4'SOLID MITE LANEUNE NO SCALE * ne.4ae�4 R3®CA DETAIL "A' NO T (1 NO SCALE NO SCALE" 'Qr,N vT>• SCALELn `-� °FS FOR BIDDING PURPOSES ONLY :SCALE 1`-40` �A� II¢,aTa to TpApgr(pYAtA@H ez,«sATMe 41'wwLatJ PAT[ AGA-CC-ISM ATLANTA-NEWLAND TO MACHOLIA-DING Underground Servioe Alert REVISIONS REFERENCES _ SIGNING AND STRIPING PLAN SWEET NO Call:ToLLI RI E ATLANTA AVENUE „ 1-800-422-4133 � sssan .=: 4 su 1r A FROM NEVVLANC] ST. TO MAGNOLIA ST. OF CITY OF HUNTINGTON BEACH Ira.��+oo ra sr�.sa+a5 2 TWO 1VOKKINC DAYS BEFORE YOU DIG - •'r.r:• 44NIpIf B,/]O/1F o DEPARTMENT OF PUBLIC WORKS NEWLAND ST. ' 44?' CX R16 3-7 -A).R5'a' > S rX R81 CA) 7 RS EX W73A(-,A, > INDIANAPOLIST AVENUE Lo El --------- ------ - — ----------- > 1 5' < . 37+ --------------- Ei LU r CONSTRUCTION NOTES, F— \1 Ex RIBI(CA) EJEX R2­.(40) D— NSTALL THERMOPLASTIC 4 SOLID Oilll LANELINE PER D1_TAl' 'A'(5 FA_TOTAL). NSTALL THZRNDPLASTC B"MINIT 5TFZ;PF'IFTA�l 3B C3650 L.F.TOTAQ- N5TALL THERMOPLASTIC I'.'TE STRIPE,DETAIL 9(12.740 LF FO I AL). 1w 12' El' 'NSTALL THERMOPLASTIC S'�:TE 81XE LANE SMPF,DE_A;L 39(±2.9.15 L.F. INSTALL THERIV.OpLASTC 4'DOj8Lf:Ylo Ow SO ID STR:P1 RFR CAI MANS STD.PI A20k,DETAIL 22(±540 L.F.TOTAL). NEWLAND ST. INSTALL THERMOPLASTIC 4'DOuBLf DOALE Y--LLow SOLID STRIPE PER CALTRANS STD,CLAN A?(Xq,DETAIL 29(*2,310 E]- INSTALL THERMOPLASTIC 6- SKIP W,T RIXE LANE STRIPE,DETAIL 39A'-LZOG L.F. TOTAL). EYis STALL DiERwODLAST)(�,'AR.NuwR LEGENDIAli N TYPE IAR)PER CITY STO.PLAN 407(8 EA TOTAL), EA R!-,,POST IVES LN. INSTALL THERMOPLASTIC 12'W111TE��?_�55WALK OR JXIT L;N-_PER CI-Y 511).PI AN 406.SEE DETAIL'B'(±1134 LF.TOTAL). 0 (2)SW24-2(CA) E: Ex 2-12" YLLLOW FLASHING BEACONS, 1q NDT JSED 8CIN-TC-BEK EIS W2-1.',%l 3-11(30', (36'.48") 'xs­ 17 REMOVE FXIS-NG STOP PAR AND LEGEND BY AFT SANDBLAS-MG.iNSIALL NEW THERMOPLASTIC STOP FAR AND UEQNI)PER Ex $T- 7P D' PO' Ri 5(36'X36") sqr24-3""p CITY STD.408(SEE DETAIL_V)16 . 1: 06"481. fm-) I -R DETAIL RI J NDIANAPOLIS AVENUE 119 INSTAL THLRMO-LASITC CRCSSWALK PER ',f3135 ff TOIAL).. I'qSTAU_TIAERMOPLA311C 8'Oil TF I ANIF DROP STRIPE,TFJAA 376(1300,.F.TOTAL). E] ------- ttl r NS'A__TIHEIeMIJI`L&SII(: 111.0 LINE(36')PER CALTRANS ST) PLAN RSP A24E, PLAN (4 L INS-.A-L 11-11I.MOPLA57C EAK- LANL LILOLM-L�Z CITY SIE. A 409 A "olAL), - 4 FUR tSH AND INS-ALi NFW SIZN.R71 COAT/RFP1 AC'FXIST%G POSI NECESSARY TO PROYM LATSHAL CLEARANCE ROM 0 411 L t7a, CARB FACE AND VERTICAL CLEARANCE PER CITY STD.PTAN 401- + 20' D­ FIRNISH AND 1-11.NI SON ON NIL.1-1- EPAINT-EXISTING RED CURB f+3,30)I-F. TOTAJ). ------ 21 :71 t 37 _R CAL pi 2 ic INSTALL ­HLRMDPLAS1IC M111L"SCIA001 X94"ILGI-ND PI TRAYS STU. _AN A 4D. -STALL-,,I1RmOPLASTIC 01,YGLE LOOP DETECTOR SYMBOL CENTRFI)IN THE HIKE LAW ANT)I FOOT BEIING THE LIMIT LINE ------------ STALL i�MLIFORMA MIJTCU 2914 ffx.Mx' TOTAL). �ao /_7 07 E] ❑ El i El El- IKSTALh THERMOPL&STIC-ONLY"LFGFND PFR CAITRANS.'310.PLAN A24E(2 EA.TOTAL). u TV ------ Y q- Ex si-I'W16-1pp rPFJF:XJSNS GENERAL NOTES(ALL SHEETS) 27 ERP,(CA)(24%18-) RT-5(3S_X36-) SK FORM TO THE CAUFORNIA MANUAL M UNIFORM TRAFFIC CONTROL IRS Ex ST-I (2�S 249(B�':A�' 1. NNE AND STR PING SHAH CON. P oil r I I - DEVICES(CAUM NA muTCD) 2014 EDITION,CALTRANS STANDARD PLANS AND SPECIFICATIOM&LATEST �Gr -,x Ri-i TICK T.-I SiONS IERIEOF�AND A 16 SW24 3(CA) (36%�u-) E31 ED4 4 Of I 1,1LINT,I C I ON rL AO I S ANDARO PLANS,LATEST RE vi Tt S L ND ONS KEN I �HL ­�Al"T pp !"i DV`N SP` Ex 2-12* YELLOW FLASHING BEACONS, 2- SkGNING t4iALI coNrDJZM TO TIE CURRENT CALTRANS SIGN SPE-CIFICARONS,S"SIZE SHALL Elf'1141E W2- 1p(30) OAKRIDGE LN. STANDARD SILL NOTED IN" SPECIRCAPION'S I-MILL135 NO["D OtHLF?W a ON NFL,PLAN. AL EX;S TING SIGNS SH AIL fZC 4rPL A&_D W1 TNN`1_W SIGNS UNLESS 0 INER W K'NO rE-D ON PLAN 10 BE PRIVATE PROTECTED'N PI ACE AS,`P_4- STRIPING'.)FTAtLS SHALL flE MWISIN.-D AS NOTE:). 12' CROSSWALK [INES 5- SANDBIAST CONFICTING EXISTING STR12NG.REMOVE RmSM-PAVEIAENT IDMARKM WHERE KOFSSARY. R. INSTALL-60-WAY RETROIREFILECTIVE RAISED PAVEMITWT MARKER AT FFRE HRANT I PER F100E 313-02 O-THE 2014 CA MOTM C 12" WH T, 7, AL SIGNS SMALL BE INSTALLE-)PER 07V STANDARD PLAN 401 ANO HAVE 39 1160 GRAFFITI OVERLAY /LIMIT LINE FILM 8 SIGN LAYOUTS SHAL_BE TO PC D"FOR C),G5.D3-2(MODIFIE_J)AND 51IFEET NAME 1'' MIN. SIGNS 7 R R10FW AND APPROVAL PRIOR fABRICAT"AND INSTALLATION. Cl,R. 9 hLW HARUVOALklt AND BANDS SHALL 131,FILRN100-1)AND IINSrALLED W.1,H ALL NEW,KPLACED.OR \if, - yp.) '(T (TYP-) FILOCAIL'J SlIGNS, 48' 12" CROSSWALK LINES, 4'MITE STRIPE ubl _R�\IAI- \�-ONE-WAY CLEAR REFLECTIVE CU 12" WIDE wi4ITE THERMOPLAS[IC MARKER, TYPE G. MARKERS CROSSWALK WITH 24" WD- LONG171JOAL ON OOTH ENDS OF STRIPE LIMIT LINE LJRB RAMP __2 2 IHERKPOPLASTI�' SPACED 5' ON CENTER, CURB FACEo 4'SOLID MITE LANELINE No SCALE DFINL=AAAILX_ DETAIL 'D DITA --—------ W SCILE NO SC&E No SCALE Ac' -oz. A SCALE: l-40 SAM ' ' � zf"� ACA_C, 1 53S INDIAN APOLjS NEWLAND TO MACNOILI A DWG Underground SHEIE-l'w Service Alert REVISIONS REFERENCES -w SIGNING AND STRIPING PLAN I JaV LE55,IMERM.kl'KL�AN5 LE9NO5 Cail TOLL FREE _I I J, AX BIKE LOOP'SYM INDIANAPOLIS AVENUE QAII7 WJ, ND ES 1-800-422-4133 FROM NEWLAND ST.TO MAGNOLIA ST. OF I Cl-'Y OF HDJ1_0NG70',N` BFACH STA.26+80 TO STA.55+00 DAYS BEFORE tCjk_'DIC F' I DEPnRTNiENT OF PuBL,C *ORKS M Q 010 (Nb� SAVll`3NDIZA0?0.Qhl� ,3g+z9,v-Ls 0100+GS'V-LS �i 7:7 —]N\3N NOU.J sir-zzv-oo 43-L do IS VI"10NEWN O-L '-LS CINV R4" �101:11vo ttlw7r "W S3hD31 3KV 1 3Ad h8`�I SS31 1OBF45 dom 3mia cov r m 07�07 i �o NVqd DNIdIUIS CINV ONINDIS 3nNEIAV SJ10dVNV10N1 'ON 133HS S33N383334 SNOISIA38 aowd4;S ')MQ"VF1QNTfn 01 O9V-WzN $110dVNY!QN;61M-00-VOV 31 3S ON AN 3N.-13NVI 3111*SIOS J, • VIT I-VOS ON MCI$ �o SON] HIC118 NO -7J31N13 NO S 033VdS 3 1 SV,JC h P-3 Fi 0� 3010 �Z H A A-WMSSC�'� ti 011SVWN"�QHI H4 3TVA 0 ivaniv, zl 1111as 3L1R1hj-_--- T1 611 -NIA qi 40'01�Vl0f'MTN TV HIM nlTivism cry ca-siw.,TO TTIWS SONVEL(INV IhVhkc[Nvl;MIN E NOk1V11V1SN1(INV NOkWOWEVJ k1QQ!.1VAGddJV CINV M3tA3kf 110J S.W-IS -mvpi jii ;n.w(ciiiiiwn)Z-co'Ro'za.4o-i Aia itu oi 03111KnS 30 TrVHS s-'RMVI NSIS 9 Wit-1 ]NI. 11K1 AV iNiAO uwvL0 o9a W aAvH Cr,,v [Ot NVId UVCKviS kLiO aid(1311viSpA 39 TWqS SK,3s 11v 'L 31 HM zi 9 S3N11 NIVMSS083 ZI -4301c'm V0'10Z]a JO ZC4-K Iamj N3d S4DIIV301 INVIlakH JHJ IV?f3NNVh INIMAU OISIV6 1AL0I133kJOd13H AVM'-CMI 11VISMI 9 -A6VSS3Z)3.SP WhM SaGAHVPI INIK3AVd-a3Sr-Vt1 3nOVUU 5WWS ONLL&)(3 DhLL311JN33 ISVMONVS ; 031ON&V 031NIUMD 30-1VHS SIN130 ONWI&S v .dd-SV DY16 N1 03.0310W 39 01 WId NO OaON ISMd1[LLCp SGTHn SNOTS AUN HIM C30VId38 38 T1YHS SMtS ONLLSN3'IV -C W"I 3H1 NO 35WUNKLO 0310N SSIINn SNOLLV0Qla36 3HI M OIC Opt 32.E CWVONVIS -:041 3e T11145 371s N01S SNOLLYDUDIds WAS swativo IN3d&13 310 01 r*J91qNO3 ilvips DKINOIS SNOISMUd 1Y103dS 31U NI CNV?40323H KMOkS SV aNY'JOM13FLI SNOGSAJa 1531YI'SKVId 02iVanvis HOVIG NOIWINOH 10 AID 3H1'NOU103 IS31VI'Sr4D1IV013103dS(INV SZky Q?jVQWS SKYWIV3'NDLLIU3 COZ (Ooinn vmDjnvj)SKNjO 30a1pW UJV&YGOJW NO IW(MA VINWJIIYJ 3WI 01 Fla*,PNOa TIVF4S 0NId1a15 O1Jv1 DReff.1r, I FrI gi3sn ION tZ -0VI0I V3 1)/�-DFS'NOLLIC vLOZ CDVIK WIRIDAW2 3H1 TIS C:) imp irdil 3P1 ONO-pu iOOj I O.1a 3Nv-p.31I18 3Hi N1 018111410-WhAS doia31.10 dDD1 TIpUO113 711SV7AGYG.,1H1 T1VLSN1 DZ Z77 olfSO IGN (-NIOJ 41 LZV'I;l Wn 011i 51KESIXI INIVd1h 91 'ISOd JM3N NO NO'S MIN T1V1SN1 CINV HSIN81'J ;71 LOt XVId QLS Aip aid 3:MW1VT13 IVM�M CNV 13V3 F1Hn3 CD vq083 33W Y-J' 1wr31Vn 30ikOad 01 AVSS30IN ji IWd ONLLSA3 3.3vzd3N/31V.Q-Jd NaLS Alk 11VISM(INV VrSlNhrj 91 (1v1ci1 V3 1)60b Wd GIs wo tj3d 3Nv1'*8 3-1Sv11JDKH3H1 tTy-SNI SL a-isn ION U) a=,sn ION CI rsn ION -FZL] msn ION (1v1o1 fl qwF).9,IN11a I-N'goir NV-1, GiS Ad!,'H3d A VAP.SWY,)ffigl-lk Zt JLLS'Ildc(4G3HI TrV:SNI OI c D liviol'I'I SCT)ji. IIv1Ju I.As'ga NyId (LLS Lir)81d 3Nn I:V#1�kOVYASS06,'310W. ZL'J11SVIdC0121ill TrV.S."! 'J-S V110NOVA (-NIGI V1 Z)!0v Nvld ais Ain,a3d(8)t1 3du ao(-.)Ai nakL aN30--i-qOnv_0,,iSvIeCr,aAH1 iv-Sm .41 -T 'Flo 41 (TvIOI '�l IJOZT)v6C 11V130'14JIS]iN'Vl 31110 311W dINS .9)USV14NPD1I TIV,SY n gqwLT)u-,ivllc SOZ4 4y1d (US SNVdI-7VJ aid JdrdiS ar)CS fAo'Tjjh 31811CC I19rC A 1 j oliSV1,10 i•-_J'j '.JVJS.� (-,VIOL S1 09[�)ZZ'IvIlM'VOZV NVId CIS SKv&1V7)4-,4 IAaul orlOs Kllu-woo t OLEvidCe4n1 TTVISN (vo),-0 8s.XI sa (IV,O, yj K 11V13C.rr.4ljjs-NVI 3)11Q 3I,1A g 3LLSyjdO(46- H IRVIS4 v i01 i I OWL T)6 1 wi RI'3dlZ--S 31 ikv 311S11.0 3R1 TVISY El- -g�x.�30(y�)r-t. x Ovici OGIT)Sc IN130'kIUS!.,'A.8 3LISVIdONH-+1 T1VISp* r <) ui (-.Vial vi Z) v. livilcl aid IN11,01 ILIVM Ol'i"s j OLPSV,.Lpond=hl-1 VISNU -El lo, -------------- ------ Lli -SaLC)N NOLLOMUSNOD EloA- L1J L7 IT + . . . . . . . . . . . . . . . W ----------- > Y Li y L A 6v El El S11odVNV1(1N1 U) -H(VD)L9H X3 XJ -)QVW133 033dS dVIOS.'(WL-zH X,3E] (D < 05 SS 71 <c CD IS VI-10NOVN City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER TWO For ATLANTA AVENUE REHABILITATION from Newland Street to Magnolia Street and INDIANAPOLIS AVENUE REHABILITATION from Newland Street to Magnolia Street CC No. 1539 in the CITY OF HUNTINGTON BEACH March 21, 2017 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) SPECIFICATION BOOK—Appendix A through and including F (38 Sheets attached to Addendum 2)Add Appendices A through F to Specification Book. Reason: Appendices A through F were not included with the initial documents APPENDIX A DOWNLOAD PUBLIC WORKS STANDARDS,TRUCK ROUTE, TRASH PICK UP, STREET SWEEPING SCHEDULE, AND TEMPORARY WATER METER 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 This is to acknowledge receipt and review of Addendum Number One, dated above. h Snc q4ML Company me By Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. For Addendum questions, please call James Wagner at(714) 536-5467 within 24 hours of posting. APPENDIX A DOWNLOAD PUBLIC WORKS STANDARDS http://www.huntingtonbeachca.gov/Government/Departments/Public Works then Select the STANDARD PLANS 2008 and WATER STANDARD PLANS DOWNLOAD TRUCK ROUTE http://www.huntingtonbeachca.gov/files/users/public_works/development_services/Truc k%20Route%20Map.pdf DOWNLOAD TRASH PICK UP SCHEDULE http://www.huntingtonbeachca.gov/files/users/public_works/hb_ra in bow—col lection_sche dule_map.pdf DOWNLOAD STREET SWEEPING SCHEDULE http://www.huntingtonbeachca.gov/files/users/public_works/Streetsweepers2.pdf DOWNLOAD TEMPORARY WATER METER FOR CONSTRUCTION http://www.huntingtonbeachca.gov/business/license_permit_codes/temporary-water- meter-info.cfm r s APPENDIX B DOWNLOAD ADDITIONAL COPIES OF PLANS & SPECS http://www.huntingtonbeachca.gov/Government/Departments/Public_Works/Bids/ then click on "Current Advertised Projects" APPENDIX C DOWNLOAD REGIONAL WATER QUALITY CONTROL BOARD PERMITS GENERAL CONSTRUCTION PERMIT INCLUDING FACT SHEET - ORDER 2009 - 0009 -DWQ , NPDES CAS000002 http://www.swrcb.ca.gov/water issues/programs/stormwater/constpermits.shtmlhttp://ww w.swrcb.ca.gov/water issues/programs/stormwater/constpermits.shtml_ WASTE DISCHARGE REQUIREMENT FOR INSIGNIFICANT (DE MINIMUS ) THREAT TO WATER QUALITY- ORDER R8 - 2015 -0004 AMENDING R8 - 2009 - 0030 , NPDES CAG998001 http://www.waterboards.ca.gov/santaana/board decisions/adopted orders/orders/2015 or ders.shtml MS4 (MUNICIPAL SEPARATE STORM SEWER SYSTEM ) ORDER R8 - 2009 -0030 , NPDES CAS618030 http://www.waterboards.ca.gov/santaana/board decisions/adopted orders/orders/2009 o rders.shtml APPENDIX D SAMPLE CITY BUSINESS LICENSE APPLICATION i ABOUT BUSINESS LICENSES,.. Welcome to the City of Huntington Beach business MINIM community. This information guide is intended as a Ems - - summary of information you will need to know in You can obtain an application from City Hall, or Certificate of Occupancy — required by the download one from our website at t' order to operate a business in Huntington Beach. Planning and Building Dept. for businesses in a This guide is provided as a public service. It is not www,huntincitonbeachca.gov. Look under the g g P all-inclusive and any specific questions should be Finance Dept, for Business License. Complete the commercial or industrial location. Call (714) directed to the Business License Division at (714) application and bring it to City Hall on the 15' floor, 536-5271 or pick up an application from City 536-5267. Clarification and definition can also be 2000 Main Street or mail it to Business License, Hall. found in the Huntington Beach Municipal Code, P.O. Box 190, Huntington Beach, CA 92648. If you /r Fictitious !Name (dba) -- must be filed if you Title 5. A City of Huntington Beach business are in a commercial location in the city, you may choose a business name that does not include license is not a regulatory license but is a tax to need to fill out an application for a Certificate of your own last name. Contact the County help pay for the public safety needs of the people Occupancy for the Planning and Building Clerk's office at (714) 834-2889, go online at of Huntington Beach. Department, who can be reached at (714) 536- http://www.oc.ca-gov/recorder or contact your 5271. local newspaper Office ■ _ • ► . ■ - ■ /1• Special Permits—required by the Police Dept for certain types of business activities. Some The City of Huntington Beach Municipal Code The business license cost is based on a flat tax examples are firearm dealers, pawnbrokers, requires most businesses operating in Huntington plus additional amounts if there are more than 3 psychic reading, massage, live entertainment, Beach to pay an annual business license tax. employees, more than 1 business vehicle or coin and bingo. Call (714) 536-5267 or the Police Business Licenses are not transferable between operated machines. A typical business license Dept. at(714)536-5991 for more information. owners; however, they may be transferred to a new starts at $75 plus a non-refundable processing fee, , location upon notification to Business License and $41.60. Additional amounts added are as follows: �" Sellers Permit (Resale #) — required by the approval by the City Planning and Building State Board of Equalization if you sell Department. All businesses, trades, professions, Additional Employees: 4- 12 $4.00 each merchandise. Call (949) 440-3473 or visit callings, or occupations operating in the City need 13—52 $3.00 each www.boe.ca.gov, a Business License. These include but are not ' 52 $2.00 each /9. Health Permit — required for food handling, limited to: Additional vehicles: Linder 1 ton: $12.00 each permanent make-up, tattooing or body • 1 to 3 tons: $35.00 each piercing. Contact O.C. Environmental Health at Any business in a commercial or industrial location. Over 3 tons: $46 00 each (714)433-6000. ✓ Persons who have a home office or use their Home-based businesses are required to pay a one- r " Federal Tax ID # — required if you have home as the headquarters of their business. time fee of$2.00 for a Home Occupation Permit, in employees, are incorporated, or have a addition to their license. registered partnership. Call (800) 829-1040 or • Businesses, which are located outside the city, visit wwwJrs.gov. but transact business in the city such as Some business licenses are calculated differently contractors, cleaners„ repair people, gardening (apartment rental, hotels, carnivals, special events, " Worker's Compensation Insurance — services,fumigators, telemarketers etc. vending machines, out of town contractors, pool required if you have employees. Contact your halls). Call (714) 536-5267 for these licenses. local insurance agent, state fund or visit ✓ Independent contractors such as doctors, www.dir.ca.Aovlworkers' comp.html. real estate brokers, hairdressers, janitorial A Liquor License — required by the State Dept, contractors, and home party demonstrators. . . . R R - . + . . of Alcoholic Beverage Control if you sell or Apartment owners of three or more units. A business license may be issued at City Hall while serve alcohol. Contact (714) 558-4101 or visit ✓ Mobile Vendors who sell merchandise from you wait. Your application must be complete and www.abc.ca.pov. their vehicles, such as gourmet food trucks and include all necessary documents. You may need / Conditional Use Permit — required by the ice cream trucks. to bring the following: Seller's Permit showing a Planning and Building Dept, for some ✓ Temporary businesses such as a one-day or Huntington Beach location; Health Permit; businesses such as live entertainment, dance weekend event in the city, or a short-term Certificate of Occupancy or receipt. Your schools, internet cafes, or alcohol sales. Call seasonal business. application may also be mailed to City Hall. Be sure (714)536-5271 to complete all relevant items on the application. x r ■ - • • . r • - . - • How to t in +a What if I Don't Obtain a License? _ d How To Do Business in the City of Huntington Conducting business in the city without a license Beach - a guide to Economic Development Business License can result in penalties, Notices of Violations, and: www.huntingtonbeachca.govldepartmentslED Administrative Citations. It is a misdemeanor to violate the City Business License ordinances. � Huntington Beach Small Business Assistance in Center located at the Huntington Beach Do I Neer!to Display My Business License? Chamber of Commerce 2134 Main Street Yes, all business licenses must be posted in public #100, Huntington Beach (714) 536-8888. Huntington Beach view at the fixed location of the business. For those businesses without a fixed location, the U.S. Small Business Administration — provides responsible party must carry the business license financial assistance programs, guide to .r `'' with them while conducting business in Huntington resources and workshops. (714) 550-7420 or Beach. www.sba.crov. How Often Do I Need to Renew It? ) S.C.©.R.E Service Corps of Retired Executives. Workshops and counselors for Business licenses are renewed annually. A small businesses. Call (714) 550-7369 or visit courtesy notice is mailed 3 weeks before the due www.score114.org. date. However, you are responsible for renewing your license whether or not the renewal notice is 1 California Permit Assistance Center received. If the payment is received more than 30 information on local, state & federal permits. f, days past the due date, a 10% per month penalty is www.c_algoid.ca.gov. charged. !Notices of Violation and Administrative - i Small Business Corner - helpful information Citations may also be issued. about taxes from the IRS.. www.irs.gov. I am Moving to a New Location in the City_ F Small Business Development Center - City of Huntington Peach Please notify us of your new address, phone provides help to small businesses through number, and any other changes to your business. 1-on-1 counseling, workshops and education Business License After compliance with any applicable city seminars. Call (714) 564-5200 or visit requirements, your business license may be www.ocsbdc.com. 2000 Main Street transferred to the new location for a small fee. If you are moving to a new commercial location, you . . r 1st Floor will need to apply for a new Certificate of - Huntington Beach Occupancy. Better Business Bureau...............(714)985-8915 What if I Stop Doing Business or Move Away? Building Permits................. (714)536-5241 CA 92648 Let us know in writing if you want your license Chamber of Commerce................(714)536-8888 cancelled. No refunds are given when the Community Services Dept............(714) 536-5486 Phone: (714) 536--5267 business ceases. Consumer Affairs Dept................ (800)952-5210 Fax: (714) 536-5934 Can I Transfer My License to Someone Else?Business Licenses are not transferable from one Contractors State License Board... (800) 321-2752 owner to another. The new owner must apply for a Employment Development Dept.....(888) 745-3886 Hours: 8:00 am — 5:00 pm business license in their name. Franchise Tax Board................... (800)852-5711 Monday to Friday Where Do I Find You? Office of Secretary of State..........,(916)653-3794 www.hku_ntingtonbeachca.goy We are located at 2000 Main St on the corner of Sign Permits..............................(714) 536-5271 Yorktown and Main, in the Civic Center on the 15` State Compensation Ins. Fund...... 714 565-5000 floor. Enter the main Administration Building and p ( ) business.liCenSeCsut-Fcity-hb.org follow the signs to the Business License counter. Zoning Department......................(714) 536-5271 CITY OF HUNTINGTON BEACH M TA, FINANCE DEPARTMENT—BUSINESS LICENSE x / f P. O. Box 190-2000 Main Street, Huntington Beach, CA 92648-2702 t Phone (714) 536-5267—Fax (714) 536-5934—www.surfcity-hb.org �- APPLICATION FOR BUSINESS LICENSE kBUSINESS DETAILS:;°r Name of Business(DBA) Name of Corporation (attach list of officers) Owner(s)or Principal(s) Title Title Contact Person Title Business Address Mailing Address Web Site E-mail Address Business Phone Fax Type of Ownership: Social Security# Type of Ownership: Federal Tax ID# State Tax ID# ❑ Sole Proprietor ❑ Partnership ❑Corporation Date Business Started in Huntington Beach #Employees(include self Full-time Part-time(FTE) SIC# per latest tax filing): Detailed Description of Business Activity Located in a BID? BID Zone Area (sq ft) BID Type Discharge into Stormdrain? NPDES Permit# ❑Yes ❑ No ❑ 1 ❑2 ❑Yes ❑ No Description of Products Sold Do you collect sales tax? ❑ Yes ❑ No Seller's Permit(Resale#) Business Vehicles Used in the City? Under 1 ton 1-3 tons Over 3 tons License Plate# License Plate# ❑ Yes ❑ No How Many? ❑ General Contractor Contractor's Lic# Classes Type of Job Project Address(#street) ❑ Sub Contractor Burglar Alarm System? ❑Yes ❑ No Alarm Permit# Health Permit# ABC License# CUPA# If yes, permit is required. Call 714 960-8805 State License(#/Type/Exp. Date) Live Entertainment? ❑Yes ❑ No Sale of Adult Only Items? ❑Yes ❑No Coin Operated Machines? #Vending #Amusement #Service #Music #Bulk ❑ Yes ❑ No Vending Company's Name/Address/Phone #Apt/Motel/Rooming House/Office Units #Trailer Spaces Date of Purchase Mobile Vendor? ❑ Yes ❑ No If yes, complete section on back of form I am aware of the provisions of Section 3700 of the California Labor Code, which requires every employer to be insured against liability for Workers Compensation. (Please check appropriate box) ❑ Certificate of Workers Compensation Insurance ❑ Certificate of Self-Insurance of Workers Compensation ❑ I certify that in the performance of work for which this license is issued I shall not employ any person in any manner so as to become subject to the worker's compensation laws of California. Note: If after signing the certificate, you hire any employee, you become subject to the workers' compensation provisions of the California Labor Code and you must immediately comply with the provisions of Section 3700 or your license immediately becomes revoked. I hereby declare under penalty of perjury that the information and statements on this application are true and correct. Signature: Title: Printed Name: Date: Total Due: Page 1 of 2 SUPPLEMENTARY�INF-,6kMATION:R�CiUlRECi- NOWOU60CIIN117014MATION ON Owner or Principal Title Residence Address City State Zip Home Phone Date of Birth Social Security# 7Drivers License Signature Date Partner's Name or Secondary Principal(If applicable) Title Residence Address City State Zip Home Phone Date of Birth Social Security# 7-6-rivers License Signature Date PALTERNATIVE CONTACToIN:CASE OF EMERGENCY 1`1,0000 90-00M, Name Title Phone MOBILE;VEN DORS,oNLY-..-,-�SUPPLEMENTARY,,,,fNFORMATION Products Sold Overnight Location of Vehicle Registered Owner of Vehicle Description of Logo(may attach photo) Make of Vehicle Year Color Serial# Engine# Previous License? City where previous license obtained Date El Yes El No Has license/franchise previously been Reason for Suspension if Yes Year revoked/suspended? El Yes El N Please attach list of drivers/vendors; copy of liability insurance; photo of vehicle. 1 K--I M PQR PANT INFORMATION �loo:�l�4Wl,�­ >- Please notify the Business License Office of any changes to the business, including business name, location, owners, partners, business type or activity. If the business license is not updated accordingly, it may no longer be valid and the business owner may then be liable for penalties and administrative citations. If the business moves to another commercial location, a Certificate of Occupancy for the new location must be applied for with the Planning Department. Call (714)536-5271 for application. As an applicant for a business license as a sole proprietor, you are required to provide your Social Security number as part of the application. Pursuant to Section 405(c)(2)(C)(i) of Title 42 of the United States Code, the City is permitted to require disclosure of the Social Security number for tax purposes. Disclosure of this information is mandatory. However, while disclosure is required in order for the City to properly administer the business license tax program, the Social Security number is not public record, and will not be disclosed to any members of the public. MGM= OFFICE-USE ONLY-r Certificate of Date Filed Bus License# Drivers Lic Receipt Occupancy TOTAL DUE: CD (Includes non-refundable T processing fee) NOTES: Page 2 of 2 APPENDIX E INSURANCE AND INDEMNITY REQUIREMENTS CONTRACTOR'S SWORNSTATENIENT AND WARRAN-I'Y REGARDING CONTINIA."ING INSUMANCE OBLIGATIONS FROM: PROJECT: (Contractor Name) (Street Address) (City,State and Zip) TO., CITY OF HUNTINGTON BEACH DECLARATION AMC"*w is a h,,A-and mrmr--espy of the cufnant Cerffrate of affvJ A&Iitoniri Impel Endorsement CG 7010 1'05, vihiC,,,Cerliflicate c*r-rDlw,,with Te insurarcerecluirernem of the Contract by and betwe'"n ITIL City Y, Hunuvor, Baach("City-pw4 Me alao,.-e-narx-d Cxvtr cr Montractor'i fo-r the aicove-clescribed project("Projeft'j. I ikL `c urYlrptnaAy of �Vie gavis Gf the State of C-aaaffornia that the abcve stztff nent is nje and cmeq. Signed an 20—att (irate; (SignaWn_,of fritlividoal 104t,4,is Making OedaraOor,) WARRANTY Ccrtractar hcrety warrarit-,,W�ag-e�to main tair,Products.and Comveteo opf-r-ations Insurance n corr�,ce'Avffi the requr—,nents of m Contract for'tie Prqje—d Said insurarce,shall be maintained trxough x4 urn me expiration of a Warrar,qes;prorurJea by Corinctor- Said invurance shall C-ontain A&W.)nal 1r,,,sLptJ ErCcrkNrent C'.2010 1185,miming City--4--vi aockttunal 6tired- Cv-1-actor shall supply to City, cn at least an annual basce, a Certiricate of lnsraqce aW the aforementioned Endot-oernent evioffvN cononj.;ea cayerage which meets t"�Corftra--reqLkem,,enK—. SiCrk4l,on 120—X, (City,State) CONTPLACtOW Nam: Na" Tom: This form to be turned in with Payment Bond RESOLUTION NO. 2008-63 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF HUNTINGTON BEACH REVISING AND RESTATING THE CITY'S INSURANCE AND INDEMNITY REQUIREMENTS WHEREAS, there are persons and organizations who are engaged in various activities in the City, thereby subjecting the City to substantial risk of liability for damage to property and injury to persons;and, The City desires to establish insurance and indemnification requirements; and, in appropriate cases, a procedure for the waiver thereof; and, The City desires to establish internal staff responsibility for the administration of the insurance required by this Resolution and delineate the authority to make adjustments to requirements based upon unique and unusual circumstances. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Huntington Beach that effective on the date of adoption of this Resolution, the insurance coverage and indemnity requirements shall be as follows: SECTION I. DEFINITIONS AND FORMS REQUIRED A. Definitions: 1. "Contractors" are any persons or entities who contract with the City and/or provide services to the City which are readily available and efficiently procured by competitive bidding. 2. "Design Professionals" are professional services contractors who contract with the City and/or provide architectural and/or engineering services to the City. 3. "Licensees/Lessees" are any persons or entities who contract with the City for the use of public property. 4. "Permittees"are any persons or entities who make application to the City for any use of or encroachment upon any public street,waterway, pier, or City property. 5. "Professional Services" are as defined by Huntington Beach Municipal Code section 3.03. 6. "Vendors"are any persons or entities who transfers property or goods to the City which may or may not involve delivery and/or installation. B. Indemnity and Insurance Coverage Requirements Defined 1. General Liability: Combined single limit bodily injury, personal injury and property damage: Minimum limits of$1,000,000 per occurrence. 19723 t Resolution No. 2008-63 a. Coverage must include completed operations liability and unlimited blanket contractual liability and, where products are furnished, products liability. b. If coverage is provided under a form which includes a designated general aggregate limit, the aggregate limit must be no less than $1,000,000 or an increased coverage as memorialized in the terms and conditions agreed to by the parties and the policy holder shall submit written notice of any known depletion of limits to City attached to the proof of insurance. C. Claims made policies are not acceptable, except that claims made insurance for pollution liability shall be acceptable. d. All deductibles in excess of $5,000, or alternative forms of providing coverage must be approved through the Waiver Procedure set forth in Section III to this Resolution. The requirement for self-insured retention remains at zero. e. The City, its, officers, elected or appointed officials, employees, agents and volunteers are to be covered as additional insureds by separate attached endorsement(s) approved by the City Attorney as respects liability arising out of action performed by or on behalf of the contractor, products and completed operations of the contractor, premises owned, occupied or used by the contractor; or automobiles owned, leased or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its agents, officers and employees. f. For any claims related to the project,the contractor's insurance coverage shall be primary insurance as respects the City, its agents, officers, and employees. Any insurance or self-insurance maintained by the City, its agents, officers, and employees shall be excess of the contractor's insurance and shall not contribute with it. g. Any failure to comply with reporting or other provisions of the policies including breaches of warranties shall not affect coverage provided to the City, its agents,officers and employees. h. The contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 2. Workers Compensation and-Employers'Liability: In accordance with the applicable state statutes with limits in the case of workers' compensation and employers'liability in amounts not less than the State statutory limits. Alternatively, a signed declaration of non-employee status shall be filed. A certificate or consent to self-insure issued by the California Director of Industrial Relations is also acceptable. 19723 2 Resolution No. 2008-63 3. Professional Liability Insurance: Coverage must be provided at a minimum of $1,000,000 per occurrence and in the aggregate. All deductibles in excess of $10,000, or alternative forms of providing coverage must be approved through the Waiver Procedure set forth in Section III to this Resolution. The requirement for self-insured retention remains at zero. a. Claims made policies are acceptable if the policy further provides that: 1. The policy retroactive date coincides with or precedes the professional services contractor's start of work (including subsequent policies purchased as renewals or replacements). 2. The professional services contractor will make every effort to maintain similar insurance during the required extended period of coverage following project completion, including the requirement of adding all additional insureds. 3. If insurance is terminated for any reason, professional services contractor agrees to purchase an extended reporting provision of at least two(2)years to report claims arising from work performed in connection with this agreement or permit. 4. The reporting of circumstances or incidents that might give rise to future claims. 4. Automobile Liability Coverage must be provided at a minimum of $1,000,000 per occurrence. a. If coverage is provided under a form which includes a designated general aggregate limit, the aggregate limit must be no less than $1,000,000 and the policy holder shall submit written notice of any known depletion of limits to City attached to the proof of insurance. b. All deductibles in excess of $1,000, or alternative forms of providing coverage must be approved through the Waiver Procedure set forth in Section III to this Resolution. The requirement for self-insured retention remains at zero. C. The City, its officers, elected or appointed officials, employees, agents and volunteers are to be covered as additional insureds by separate attached endorsement(s). The coverage shall contain no special limitations on the scope of protection afforded to the City, its agents, officers and employees. d. For any claims related to the project,the contractor's insurance coverage shall be primary insurance as respects the City, its agents, officers, and employees. Any insurance or self-insurance maintained by the City, its agents, officers, and employees shall be excess of the contractor's insurance and shall not contribute with it. 19723 3 Resolution No. 2008-63 C. Certificate of Insurance Requirements Defined 1. Form. Evidence of insurance coverage and limits as required by the City shall be furnished to the City as a certificate holder on the "Acord' or similar form approved by the City Attorney. (See samples attached herein as Exhibit"A"). a. The description of work to be performed, the City department involved in the performance, and the City staff contact person must be clearly identified on the"Acord"or similar form evidencing insurance coverage. b. All forms of insurance shall identify the City of Huntington.Beach, its. officers, elected or appointed officials, employees, agents and volunteers as an additional insured by separate attached endorsement with respect to general liability and automobile liability coverages. C. Contractors shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 2. Approval of Certificate Insurance certificates must be approved by the City Attorney prior to commencement of any performance under a contract or issuance of any permit,as authorized by the City Charter. 3. Acceptability of Insurers Insurance must be placed with insurer with a Best's rating of no less than A:VII and insurer must be a California admitted carrier. SECTION II INSURANCE AND INDEMNIFICATION REQUIREMENTS A. INSURANCE 1. Contractors and Permittees must meet the requirements as set forth in Exhibit "B" incorporated by reference and attached herein. Permittees who do not use vehicles or equipment in connection with the permit, shall not be required to provide auto insurance. To be exempt from this requirement, permittees must execute a declaration such as Exhibit I attached hereto and incorporated by this reference. 2. Professional Services providers must meet the requirements as set forth in Exhibit"C"incorporated by reference and attached hereto. 3. Licensees/Lessees must meet the requirements as set forth in Exhibit "D" incorporated by reference and attached hereto. 4. Vendors a. Vendors supplying goods including delivery, service and/or installation must meet the requirements of Exhibit"B". 197-13 4 ".:. Resolution No. 2008-63 b. Vendors supplying goods only without delivery, service and/or installation are required to provide products liability coverage only. 5. The insurance requirements of persons or organizations not identified herein shall be as designated by the agreement. All certificates of insurance designated must conform to the requirements of this Resolution. 6. Exceptions. a. Public entities are exempt from the requirements of this resolution. Any insurance and indemnity requirements of a public entity shall be pursuant to Section II(A)(5). b. Persons providing judicial or quasi-judicial services as independent contractors, such as judges, arbitrators, hearing officers, expert witnesses, and court reporters shall be exempt from all insurance coverage requirements. Any insurance and indemnity requirements shall be pursuant to Section II(A)(5). C. Each person making application for a permit for private property construction,alteration, improvement,demolition,or repair of any building or structure shall sign a declaration under penalty of perjury verifying workers' compensation coverage or exemption from coverage, as required by Section 19825 of the Health and Safety Code and,at the time of permit issuance, contractors shall show their valid workers' compensation insurance certificate. d. Persons contracting with the City under subdivision agreements are exempt from providing evidence of workers'compensation. e. Oil operators as regulated by Huntington Beach Municipal Code Section 15.16 and pipeline franchises as regulated by Huntington Beach Municipal Code Section 3.44 are exempt from the requirements of this resolution. f. Taxicabs/Vehicles-for-hire as regulated by Huntington Beach Municipal Code Section 5.50 are exempt from the requirements of this resolution. g. Trucking companies, including those regulated under Huntington Beach Municipal Code Section 10.32, are exempt from the minimum insurance requirements of this resolution but must submit proof of workers' compensation insurance and general liability insurance in accordance with the requirements of the Public Utilities Commission (PUC) regulations which include: 1) the general liability insurance requirements are $600,000 combined single limit or$250,000 bodily injury or death of one person and $500,000 protection against total liability for bodily injury or death of more than one person from any one accident. 2) this is subject to the same $250,000 limitation for each person and $100,000 protection for accidental damage or destruction of property other than property being transported. 3) the City of Huntington Beach must be 19723 5 Resolution No. 2008-63 named as certificate holder but does not need to be named as additional insured. 7. Indemnity a. Contractors and Permittees shall be required to indemnify City, pursuant to the indemnity provision attached hereto and incorporated herein by this reference as Exhibit"E". b. All design professionals shall be required to indemnify City pursuant to the indemnity provision attached hereto and incorporated herein by this reference as Exhibit"F". C. All other persons or organizations, including but not limited to professional service providers other than Design Professionals as defined by this Resolution, shall be required to indemnify City, pursuant to the indemnity provision attached hereto and incorporated by reference as Exhibit"G". SECTION III. WAIVER OR MODIFICATION PROCEDURE A. Waivers or Modification Request Form. A department Request for Waiver or Modification, Exhibit"H"attached,shall be completed and forwarded to the Risk Manager for all requests for waiver or modifications of the minimum indemnification and insurance requirements. Claim history, financial statements and scope of work must be submitted as attachments with any request for waiver. B. Waiver or Modification Authority. The Risk Manager and the City Attorney may approve any waiver or modification of the insurance and indemnification requirements, including requests for indemnification of third parties. A denial may be appealed to the City Administrator. C Waiver Criteria. The criteria to evaluate any requests for waiver shall include the following: a. The type of waiver or modification requested; b. The reason for the waiver or modification; C. The nature of the scope of work; d. The cost of the contract; e. The liability exposure of the City; f. The cost and availability of the coverage requested; g. The claim history of the requesting party; h. The past experience of the City with the requesting party;and i. The past experience of the City with other contracting parties of a similar nature. 19723 6 • Resolution No. 2008-63 SECTION IV. Resolution 2007-03 and all other resolutions in conflict herewith are hereby repealed. PASSED AND ADOPTED by the City Council of the City of Huntington Beach at a regular meeting held 6th day of nrtobpr 200 8 . APP N NDHu Resou rces VIEW PPROVED: nistrator APPROVED AS TO FORM: City Attorney Attachments Exhibit A Exhibit B Exhibit C Exhibit D Exhibit E Exhibit F Exhibit G Exhibit H Exhibit I 19723 7 Resolution No.2008-63 ACORD CERTIFICATE OF LIABILITY INSURANCE DATE(NN DO YWY) vleooucfR THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC 0 WwRED MISURERA DLSURERS, _ BtSURERC. WwaERO. --- . MJSINtERE' COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REOUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WRH RESPECT TO WHICH THIS CERT)FICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS.EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR POlIC1'EFFECTIVE POlIC1'EXPNAT)ON �� LMB6RY EACH OGCURRENrE S _ MIA�ERCML GE.NF.WI DAS'UTY PREMISES(F—I PREMISES—I S 4 wMADE ❑OCCUR MED EI My as—) S PERSONAL lA0Y Bl11Mv S _ GENERAL AS,GREGATE S _ GEITLAGGREGAMUMTTAPPUES PER PRODUCTS-COMNOP AGG S POIJCY PADci -- AVTOYOBIIE LMBaJTY COMBINED SY+GLE OMIT S ANY ADiO (Ea ammo+) ALLOWIA-.DAOTOS BOOILV BUURV S SCHEOULEDAUrOS .—A.— eoptrlNAMr NON-OMIEDAUTOS ^✓ (P.AaoOem) S PROPERTYOAMAGE S IPer ipttld�i) GMACF IIABIIJrr l' � A1ITO ONLv-EAACCIDENT S ANV AUTO I EA ACC S gUTOOM.Y. AGG S EJIGESSAWBRELU LMBaJTY EACNOCCUHHENCE —S-R n CWMs_OE AGGREGATE $ _ 5 1 OEIX CT Blf S REIEHTION s S WOD-81 COMPS TION AND MCSTATLL OTN- EMPLOTEIRt UABBffY ANYPROPTOETORNARTNERIEJ[EWrNE ELEACHACCIDENT S OFEICERMEI.®ER FJ tXU0E0t El p$EASE-EA EN OYES S a emTesc.e.�m.N.Bs - SPECNLLPRONSWHSNeM � ELDISEASE-POUCr U14i s amEa msGRIPIION OF OPEAATNNlS I LOUIOONS I VEHICLES/EXWLL DI ADDED By ENDORSENEHT I SPECML PROVISIONS - CERTIFICATE HOLDER CANCELLATION SHINLD ANY OF THE ABOVE DESCRIBED POLICIES BE CAHCEI I c I BEFORE THE EAPB tr GATE OIEREOF.THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 OAYS WRITTEN NOTICE TO mE CER—ATE MOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO$HALL sIPOSE NO OBLIGATION OR IIABILIIY OF ANY NIND UPON THE D6LRER RS AGEMS OR RETT AITATNES AVOIORO'ED RETMESENTATNE ACORD25(.01108) EXHIBIT A-1 Of 4 O ACORD CORPORATION 1988 0 Resolution No.2008-63 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies)must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)- If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies fisted thereon. ACORU 25(2001108) EXHIBIT A-2 of 4 Resolution No.2008-63 POLICY NUMBER: COMMERCIAL.GENERAL mmC1 r THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. ADDITIONAL INSURED-OWNERS, LESSEES OR CONTRACTORS (Foram D) This endorsement modifies insurance provided under the follawing: COMMERCIAL GENERAL LIABILITY SCHEDULE Name at Person or Organization; THE CITY OF HUNTINGTON BEACH 2000 Main Street Huntington Beach,CA 92648 (If no entry appears above.information required to completa this endorsementvbtl be shown in the Declarations as applicable to this endorsement) WHO IS AN INSURED(Section 11)is amended to include as an insured the person or organization shown in the Schedule,but only with respect to liability arising out of Your wor1C for that insured by or for you RE: ALL OPERATIONS OF THE NAMED INSURED FOR THE CERTIFICATE HOLDER. City of Huntington Beach,its elected or appointed officials,agents,officers,employees and volunteers CG 20 10 11 85 Copyright.Insurance Services Office,Inc.,19114 EXHIBIT A-3 of 4 Resolution No.2008-63 STATE P.O.BOX 420807.SAN FRANCISCO,CA 94142-0807 COMPENSATION . INS U6i AN CE FUN®_+ _-� y,CERTIFlCATEOFWORKERS COMPENSAl70PdiNSURf1NCE.�'�,,�. CITY OF HLINTIN67 RISK MANAGEM OIE�L 4 T4 Me MRIN STREET "TINBTON BEACH, CA 92648 L This is to cartity that we have Issued a valid Workers'Compensation insurance policy in a form approved by the California Insurance Commissroner to the employer named below for the polity period lndlgted. This poRW is not subject to cancellation by the Fund except upon twWays'advance writtan notice to the employer. 30 We will also give you TRW-days'advance notice should this policy be cancelled prior to ita normal expiration. ^- This certificate of insurance Is not an insurance policy and does not amend,extend or attar the coverage afforded by the policies listed herein._Notwithstanding any requirement,_term, or condition of arty,contract or other document with respect to which this,certificateo inst>.ance maybe'issued or,may pertain,the insugrar6e'li7ia7der by the policies described herein is SuN ct to all tft ,terms;:exclus+or�s aixl coed+tiortS of such polxaes. �! fi —Xk;� AUT 'O'E FlESENTATIVE'< T EMPLOYER'S LIABILITY'LIMIT INCLUDIN6fDEFENSE COSTS: t1,000;000 P R OGCtJRRENCE. ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 07/01/00 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. EMPLOYER �,;.....�i '=:.•. ..- ,. ,' ,::,. rC i EXHIBIT A-4 of 4 L .. �. : Resolution No.3008-63 EXHIBIT B INSURANCE.REQUIREMENTS FOR CONTRACTORS,AND PERMITTEES PLEASE GIVE THESE INSURANCE REQUIREMENTS TO YOUR INSURANCE AGENT Minimum Limits of Insurance City Council Resolution requires submittal of certificates of insurance evidencing the following minimum limits with a California admitted carrier with a current A.M.Best's Rating of no less than A:VII: 1. General Liability: $1,000,000 per occurrence for bodily injury,personal injury and property damage. If Commercial General Liability Insurance or other form with a general aggregate limit is used,either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 'Claims made'designation is only acceptable for professional or pollution liability insurance. The City of Huntington Beach, its officers, elected or appointed officials, employees, agents and volunteers must be named as certificate holder and as additional insured by separate attached endorsement. (This wording must be exact.) 2. Workers'.Compensation and Employer's Liability: State statutory limits of$250,000 bodily injury by disease,policy limit,and$100,000 bodily injury each employee for accident or disease per occurrence. If you have no employees, you must sign a Declaration of Non-employee Status form available from the City. In lieu of a certificate of insurance, a certificate of consent to self-insure issued by the California Director of Industrial Relations is also acceptable. 3. Automobile liability of $1,000,000 per occurrence for bodily injury, personal injury and property damages. The City of Huntington Beach.its officers elected or appointed officials employees,agents and volunteers must be named as certificate holder and as additional insured by separate attached endorsement. (This wording must be exact)_ Deductibles Self-Insured Retentions,or Similar Forms of Coverage Limitations or Modifications Any deductibles, self-insured retentions or similar forms of coverage limitations or modifications, must be declared to and approved by the City of Huntington Beach. Subcontractors Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. Description of Work to be Performed The staff contact and purpose of the evidence of coverage must be identified. PLEASE FORWARD THIS NOTICE TO YOUR INSURANCE AGENT FOR ASSISTANCE,PLEASE CONTACT RISK MANAGEMENT 06-399/5103 EXFUBIT B r Resolution No.2008-63 EXHIBIT C INSURANCE REQUIREMENTS PROFESSIONAL SERVICE CONTRACTORS PLEASE GIVE THESE INSURANCE REQUIREMENTS TO YOUR INSURANCE AGENT Minimum Limits of Insurance City Council Resolution No. requires submittal of certificates of insurance evidencing the following minimum limits with a California admitted carrier with a current A.M. Best's Rating of no less than A:VII : Errors and Omissions liability: $1,000,000 per occurrence. Deductibles, Self-Insured Retentions, or Similar Forms of Coverage Limitations or Modifications Any deductibles, self-insured retentions or similar forms of coverage limitations or modifications, must be declared to and approved by the City of Huntington Beach. Description of Work to be Performed The staff contact and purpose of the evidence of coverage must be identified. 06-399/5104 EXHIBIT C w Resolution No.2008-63 EXHIBIT D INSURANCE REQUIREMENTS FOR LESSEES/LICENSEES PLEASE GIVE THESE INSURANCE REQUIREMENTS TO YOUR INSURANCE AGENT Minimum Limits of Insurance City requires submittal of certificates of insurance pursuant to the form set forth in Resolution No. evidencing the following minimum limits with a California admitted carrier with a current A.M. Best's Rating of no less than A:VII: 1. General Liability: $1,000,000 per occurrence for bodily injury, personal injury. and property damage. If Commercial General Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. "Claims made" designation is only acceptable for professional or pollution liability insurance. For general liability certificate holder, the City of Huntington Beach, its elected or appointed officials agents officers employees and volunteers must be named as certificate holder and as additional insured by separate attached endorsement. (This wording must be exact). 2. Workers Compensation and Employer's Liability: State statutory limits of $250,000 bodily injury by disease, policy limit, and $100,000 bodily injury each employee for accident or disease per occurrence. If you have no employees, you must sign a Declaration of Non-employee Status form available from the City. In lieu of a certificate of insurance, a certificate of consent to self-insure issued by the California Director of Industrial Relations is also acceptable.. 3. Property Insurance: Full replacement cost with no coinsurance penalty provision. Deductibles. Self-Insured Retentions or Similar Forms of Coverage Limitations or Modifications Any deductibles, self-insured retentions or similar forms of coverage limitations or modifications, must be declared to and approved by the City of Huntington Beach. Description of Work to be Performed The staff contact and purpose of the evidence of coverage must be identified. PLEASE FORWARD THIS NOTICE TO YOUR INSURANCE AGENT, FOR ASSISTANCE,PLEASE CONTACT R/SK MANAGEMENT 06-399/5105 EXHYB IT D Resolution No.2008-63 EXHIBIT E TO RESOLUTION NO. CONTRACTOR'S INDEMNIFICATION, DEFENSE HOLD HARMLESS Contractor hereby agrees to protect, defend, indemnify and hold harmless City, its officers, elected or appointed officials, employees, agents, and volunteers from and against any and all, claims, damages, losses, expenses,judgments, demands defense costs, and consequential damage or liability of any kind or nature, however caused, including those resulting from death or injury to Contractor's employees and damage to Contractor's property, arising directly or indirectly out of the obligations or operations herein undertaken by Contractor, caused in whole or in part by any negligent act or omission of the Contractor, any subcontractors, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, including but not limited to concurrent active or passive negligence, except where caused by the active negligence, sole negligence, or willful misconduct of the City. Contractor will conduct all defense at its sole cost and expense and City shall approve selection of contractors counsel. City shall be reimbursed for all costs and attorney's fees incurred by City in enforcing this obligation. 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. 06-39915106 EXHIBIT E Resolution No.2008-63 EXHIBIT F TO RESOLUTION NO. INDEMNIFICATION, DEFENSE, AND HOLD HARMLESS To the fullest extent permitted by law(including, without limitation, California Civil Code Sections 2782 and 2782.6), CONSULTANT 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, demands, and defense costs (including without limitation, costs and fees of litigation of every nature or liability of any kind or nature) arising out of or in connection with CONSULTANT's (or CONSULTANT's subcontractors, If any) negligence, recklessness or willful misconduct related to performance of this Agreement or its failure to comply with any .of its obligations contained in .this .Agreement by CONSULTANT, its officers, agents or employees. CITY shall be reimbursed by CONSULTANT for all costs and attorney's fees incurred by CITY in enforcing this obligation. CONSULTANT will conduct all defense at its sole cost and expense, and the CITY shall approve selection of CONSULTANT'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 the CONSULTANT. 06-399/5107 EXI-IIBIT F Resolution No.2008-63 EXHIBIT G TO RESOLUTION NO. INDEMNIFICATION, DEFENSE, AND HOLD HARMLESS CONSULTANT 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 and defense costs(including,without limitation, costs and fees of litigation of every nature or liability of any kind or nature) arising out of or in connection with CONSULTANTs (or CONSULTANT's subcontractors, if any) negligent(or alleged negligent)performance of this Agreement or its failure to comply with any of its obligations contained in this Agreement by CONSULTANT, its officers, agents or employees except such loss or damage which was caused by the sole negligence or willful misconduct of CITY. CITY shall be reimbursed by CONSULTANT for all costs and attorney's fees incurred by CITY in enforcing this obligation. CONSULTANT will conduct all defense at its sole cost and expense and the CITY shall approve selection of CONSULTANT'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 limitation upon the amount of indemnification to be provided by the CONSULTANT. 06399/5108 EX14IBIT G Resolution No.2008-63 INSURANCE AND INDEMNIFICATION WAIVER MODIFICATION REQUEST 1. Requested by: 2. Date. 3. Name of contractor/permittee. 4. Description of work to be performed: 5. Value and length of contract 6. Waiver/modification request: 7. Reason for request and why it should be granted: 8. Identify the risks to the City in approving this waiver/modification: Department Head Signature Date: APPROVALS Approvals must be obtained in the order listed on this form. Two approvals are required for a request to be granted. Approval from the City Administrators Office is only required if Risk Management and the City Attorney's Office disagree. 1. Risk Management ❑Approved ❑ Denied _ Signature Date 2. City Attorney's Office ❑ Approved ❑ Denied Signature Date 3. City Administrator's Office ❑Approved ❑ Denied Signature Date If approved,the completed waiver/modification request is to be submitted to the City Attorney's Office along with the contract for approval. Once the contract has been approved, this form is to be filed with the Risk Management Division of Administrative Services EXHIBIT H Resolution No.2008-63 S ity CITY OF HUNTINGTON BEACH 2000 Main Street Huntin on Beach, CA 92648 DECLARATION OF PERMITTEE I certify that no vehicle(s) will be used or operated in the performance of the task(s)or event(s) for which this permit is granted. I authorize the City of Huntington Beach to immediately and retroactively revoke the license or permit issued in connection with or in the performance of said task(s) or event(s) if any vehicle(s)is used. Signature of Permittee Print name Company name(ifapplicable) Date signed 16407 EXHIBIT I Res. No. 2008-63 STATE OF CALIFORNIA COUNTY OF ORANGE ) ss: CITY OF HUNTINGTON BEACH ) I,JOAN L. FLYNN the duly elected,qualified City Clerk of the City of Huntington Beach, and ex-officio Clerk of the City Council of said City,do hereby certify that the whole number of members of the City Council of the City of Huntington Beach is seven;that the foregoing resolution was passed and adopted by the affirmative vote of at least a majority of all the members of said City Council at a regular meeting thereof held on October 6, 2008 by the following vote: AYES: Hansen, Hardy, Bohr, Cook, Coerper, Carchio NOES: None ABSENT: Green ABSTAIN: None Cit lerk and ex-officio .ri erk of the City Council of the City of Huntington Beach, California APPENDIX F BOND FORMS BID BOND (Not Included) (Bidder may use any standard form) PAYMENT BOND (To be completed only by the awarded Contractor) PERFORMANCE BOND (To be completed only by the awarded Contractor) MAINTENANCE BOND (To be completed only by the awarded Contractor) PAYMENT BOND (LABOR AND MATERIALS) KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, City of Huntington Beach(hereafter referred to as"City") has awarded to (name and address of Contractor) (hereinafter referred to as"Principal"),a contract("Contract")for the work described as follows: (Project Title) WHEREAS, Principal is required under the terms of the Contract and the California Civil Code to furnish a bond to secure the payment of claims of laborers,mechanics, materialmen, and other persons as provided by law, by a duly admitted surety insurer under the laws of the State of California (hereinafter referred to as "Surety"); and Surety is certified and listed in the U.S. Department of the Treasury Circular 570, and has provided proof of sufficient bonding limitation, as shown in said circular to provide bonds in the amount required by said Contract; and Surety has provided financial strength ratings from reputable companies, such as from A.M. Best, Moody's or Standard & Poor's, to validate that Surety has positive ratings of being secure or stable;and Surety is registered and listed with the California Department of Insurance. NOW THEREFORE,we,the undersigned Principal, and (name and address of Surety) as Surety, are held and firmly bound unto City in the penal sum of dollars ($ ),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 attorney's fee in an amount fixed by the court. PAYMENT BOND Page 1 of 2 15-4584/117357 Surety stipulates and agrees,for value received,that no change,extension of time, alteration, addition or modification to the terms of the Contract, or any contract document or any work to be performed thereunder, whether made after notice or not,shall in any way affect, impair or release the obligations of Surety under this bond. Surety hereby waives notice of any such change, extension of time,alteration,addition,or modification to the terms of the Contract,the contract documents or the work thereunder. Surety also waives the provisions of California Civil Code§§ 2845 and 2849. IN WITNESS WHEREOF,each party represents and warrants that this instrument has been duly executed by Principal and Surety,on the date set forth below,that the name of each corporate party being affixed hereto is such 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 anv defense which Surety has or may have by reason of any failure of the Principal to execute or properly execute this bond. Dated: ATTEST (Corporate Seal) (Principal Name) By: Name: Title: ATTEST (Corporate Seal) (Surety Name) By: Name: (Signature of Attorney-in-Fact for Surety) (.Attach Attorney-in-Fact Certificate) (—) (Area Code&Telephone Number for Surety) APPROVED AS TCYFORM: gy: Michael E.Gates,"City Attorney �E 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 attorney-in-fact must be attached. PAYMENT BOND Page 2 of 2 154584111 7357 PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS,City of Huntington Beach(hereafter referred to as"City") has, by written agreement dated 20_,entered into a contract with (name and address of Contractor) (hereinafter referred to as"Principal'),for performance of the work described as follows: (Project Title) WHEREAS, said contract, and all documents referenced therein (hereinafter collectively "Contracf'), are incorporated herein by this reference made a part hereof as though set forth herein in full;and Said Principal is required under the terms of the Contract to furnish a bond guaranteeing the prompt, full and faithful performance of said Contract, by a duly admitted surety insurer under the laws of the State of California(hereinafter referred to as"Surety"); and Surety is certified and listed in the U.S Department of the Treasury Circular 570, and has provided proof of sufficient bonding limitations as shown in said circular to provide bonds in the amount required by said Contract; and Surety has provided financial strength ratings from reputable companies, such as from A.M. Best, Mood j s,or Standard&Poor's,to validate that Surety has positive ratings of being secure or Stable; and Surety is registered and listed with the California Department of Insurance, NOW, THEREFORE,we, the undersigned,as Principal, and (name and address of Surety) as Surety,are held and firmly bound unto City in the penal sum of Dollars ($ ),this amount being not less than one hundred percent of the price set forth in the Contract, in lawful money of the United States,for the payment of which sum,well and truly to be made, we bind ourselves,our heirs,executors, administrators and successors,jointly and severally,firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT if the Principal shall promptly,fully and faithfully perform each and all of the covenants,obligations and things to be done and performed by the Principal in strict accordance with the terms of the Contract as said contract may be altered,amended or modified from time to time; and if the Principal shall indemnify and save harmless City and all of City's officers, agents and employees(hereinafter collectively referred to as"Obligees")fromany and all losses, liability and damages, claims,judgments, stop notices,fees and costs of every description,whether imposed by law or in equity, which may be incurred by the Obligees by reason of the failure or default on the part of the Principal in the performance of any or all of the terms or the obligations of the Contract, including all alterations,amendments and modifications thereto,and any warranties or guarantees required thereunder,then this obligation shall be void; otherwise, it shall be and shall remain in full force and effect. Surety stipulates and agrees,for value received,that no adjustment of the time or price in the Contract or any alteration, change, deletion, addition or other modification to the Contract, or the work to be performed thereunder,shall in any way affect, limit, restrict,impair or release the obligations of the Surety under this Bond. Surety waives notice of any adjustment of contract or contract price,and any other alteration,change, deletion, addition or other modification to the Contract, or the work to be performed thereunder,and agrees 15-4-534/117174 Bond No. to automatically adjust the penal sum of this Bond to reflect such adjustments,alterations,changes, deletions,additions or other modifications. Surety agrees to provide written confirmation of such adjustments in the penal sum to City on not less than a quarterly basis. Surety also waives the provisions of Civil Code§§2845 and 2849. The obligations of this Bond shall survive the completion of the work described in the Contract as to all obligations and liabilities of the Principal which survive completion of the work. IN'�NIITNESS 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: ATTEST (Corporate Seal) (Principal Name) By: Name: Title: ATTEST (Corporate Seal) (Surety Name) By: Name: (Signature of Attorney-in-Fact for Surety) (Attach Attorney-in-Fact Certificate) �) (Area Code&Telephone Number for Surety) APPROVED AS TO F � By s"Michael E.Gates,City Attorney N'o:e: This bond must be executed in duplicate and dated,all signatures must be notarized,and evidence of the authority of any person signing as attorney-in-fact must be attached. PERFORMANCE BOND Page 2 of 2 1545 R4i 117174 MAINTENANCE BOND (To be completed only by the awarded Contractor) MAINTENANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: That (contractor's name) (contractor's street address,city and state and zip code) as Principal (hereinafter called Contractor),and: (surety's name) (surety's street address,city and state and zip code) a corporation organized and existing under the laws of the State of with its principal office in the City of as Surety (hereinafter called Surety), are held firmly bound unto CITY OF HUNTINGTON BEACH as Obligee (hereinafter called Owner), in the amount of Dollars ($ ), equivalent to the entire contract amount including all orders, for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators,successors,and assigns,jointly and severally,firmly by these presents, WHEREAS, Surety is a duly admitted surety insurer under the laws of the State of California; and Surety is certified and listed in the U.S. Department of the Treasury Circular 570,and able to provide proof of bonding limitation shown in said circular is sufficient to provide bonds in the amount required by said Contract;and Surety has provided financial strength ratings from reputable companies, such as from A.M. Best, 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 20_,entered into a contract with Owner for the 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 Contractors obligations during the one-year period with a bond executed by a surety duly admitted in the state of California; and The Contract has been completed, and the Owner, Contractor and Surety agree that the commencement date for this Guarantee and Bond shall be 20_, NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Contractor shall, for a period of one year from and after the date of completion and acceptance of the Contract by Owner, repair and/or replace any and all defects arising in the Work, whether resulting from defective materials or defective workmanship, then this obligation shall be null and void;otherwise it will remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the Surety shall, within thirty (30) days following Owner's written notice of default, either: (a) remedy the default, or (b) shall promptly complete the Contract in accordance with its terms and conditions. Surety shall save the Owner harmless from any claims,judgments, liens or losses arising from the Surety's failure to either remedy the default or to complete the Contract in accordance with its terms and conditions in a timely manner. 15-4584/113138 1 F 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 day of 20 Principal Raised Corporate Seal [MUST BE AFFIXED] (Contractor Name) By: (Seal) Principal Raised Corporate Seal [MUST BE AFFIXED] (Title) (Surety Name) By: (Seal) APPROVED ASS, ORMM:, f B ! G - NOTES: ,Michael E. Gates, City Attorney 1. Acknowledgments must be completed and returned as part of the bond. r fja��yr 2. Raised Corporate Seals are mandatory. 3. Please attach Power of Attorney. 15-4584i118138 2 SECTION C PROPOSAL for the construction of ATLANTA AVENUE REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET AND INDIANAPOLIS AVENUE REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET CC NO. 1539 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 65 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 LA Boo A in the amount of 10 b/R 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 is% ", 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 2 3 2( l C-2 SECTION C PROJECT BID SCHEDULE ATLANTA AVENUE REHABILITATION from Newland Street to Magnolia Street and INDIANAPOLIS AVENUE REHABILITATION from Newland Street to Magnolia Street CC No. 1539 PROJECT BASE BID: Basis of Award Atlanta Avenue Rehabilitation from Newland St. to Magnolia St. and Indianapolis Avenue Rehabilitation from Newland Street to Magnolia Street. . . . . C-2.2 to C-2.11 1. ATLANTA AVENUE REHABILITATION from Newland St. to Magnolia St. 2. INDIANAPOLIS AVE. REHABILITATION from Newland St. to Magnolia St. o BASE BID TOTAL AMOUNT LUMP SUM BID 1N FIGURES: (TOTAL FOR ITEMS 1 &2) $ �6 1 ,,%t o 3 l b3 0. BASIS OF AWARD C-2.1 SECTION C PROJECT BID SCHEDULE ATLANTA AVENUE REHABILITATION from Newland Street to Magnolia Street and INDIANAPOLIS AVENUE REHABILITATION from Newland Street to Magnolia Street CC No. 1539 ATLANTA AVENUE REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET CC NO. 1539 C-2.2 ATLANTA (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount 1 -- MOBILIZATION 1 LS $ 2&1 �t7s 2 -- TRAFFIC CONTROL PLAN 1 LS $ 19 6 $ Ct 3 3 FURNISH PROJECT TRAFFIC CONTROL 1 LS $2( 96 S ` $ 4 FURNISH AND INSTALL SIGNING AND 1 LS $ Z� �6S � $ `Lg �6S -` STRIPING . PROJECT SPECIFIC WPCP(WATER / 5 -- POLLUTION CONTROL PLAN)TO 1 LS $ bs $ ADDRESS CONSTRUCTION BMP'S. INSTALL AND MAINTAIN 6 - CONSTRUCTION BMP'S PER 1 LS $ 3 APPROVED WPCP. ,� REMOVE AND RECONSTRUCT CURB ACCESS RAMP, DEPRESSED CURB, AND GUTTER PER CALTRANS STD PLAN RSP A88A FROM BCR TO ECR. (CASE SHOWN ON PLAN). bp 7 1 (INCLUDES ALL APPURTENANCES, 4 EA $ �/ �O $ lei 4r S' CURB GUTTER, DEPRESSED CURB, SIDEWALK, DOMES, RETAINING CURB, SLOT PAVEMENT, AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT OAT FIBER b REINFORCED ASPHALT RUBBER 8 3 HOT MIX(ARHM)WET PROCESS 2,820 TN $ ' $ OVERLAY. 9 4 ADJUST SEWER MANHOLE TO 12 EA $ 6-+Z• l� $ 0 K I, GRADE. C-2.3 ATLANTA (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount FURNISH AND INSTALL ZEBRON, SANCON OR CITY APPROVED EQUAL 10 -- COATING ON THE NEW CONCRETE 6 EA $ t���• O $ ( (9 t2f 6'� - 2 INSIDE OF AGENCY SEWER MANHOLE RING. REPLACE WATER VALVE BOX 11 5 ASSEMBLY AND ADJUST TO GRADE 14 EA $ 1 17-f'o $ �f�d �6S •SC PER HB STD PLAN 612. COLD MILL EXISTING A.C. 12 6 PAVEMENT TO A DEPTH OF 0.34' 199,220 SF FROM EXISTING FINISHED SURFACE PER PLANS. CONSTRUCT NEW 0.17' B-PG-70-10 FIBER REINFORCED A.C. BASE ]�' G G 13 6 COURSE OVER 95% COMPACTED 2,560 TN $7 $ a SUBGRADE PRIOR TO 0.1 T ARHM OVERLAY, PER PLANS. EXCAVATE EXISTING A.C. 14 7 PAVEMENT TO A DEPTH OF 0.42' 20,380 SF $ do FROM EXISTING FINISHED SURFACE, PER PLANS. CONSTRUCT NEW 0.25' B-PG-70-10 FIBER REINFORCED A.C. BASE 15 7 COURSE OVER 95% COMPACTED 390 TN $ L4• $ 3 Ito SUBGRADE PRIOR TO 0.17'ARHM OVERLAY, PER PLANS. 16 g ADJUST SURVEY MONUMENT WELL 1 EA $ Co $ $ `S TO GRADE. REMOVE AND RECONSTRUCT CONCRETE CURB AND CROSS GUTTER PER HB STD. PLAN 205. 17 10 (ITEM INCLUDES SLOT PAVEMENT, 1,665 SF AGGREGATE BASE AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) C-2.4 ATLANTA (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount REMOVE AND RECONSTRUCT LOCAL DEPRESSION PER HB STD 1 18 11 PLAN 302. (INCLUDES SLOT 90 SF $T1 �� $ 64 S���• PAVEMENT,AGGREGATE BASE, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CURB AND GUTTER PER HB STD PLAN 202 (CF=8"). (INCLUDES SLOT ..� 19 12 PAVEMENT, AGGREGATE BASE, LOT 710 LF $ ' DRAINS, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT SIDEWALK PER HB STD. PLAN 207 AND AS MODIFIED ON PLANS. (INCLUDES OVER EXCAVATION OR FILL FOR CHANGES IN GRADE, RE- �. 20 13 GRADE FROM WALK TO EXISTING 7,470 SF $ Z� $ SLOPE, RELOCATING IRRIGATION TO BACK OF NEW WALK, RETURNING LANDSCAPING TO PRE- ' CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) INSTALL NEW DETECTOR LOOPS PER CITY STANDARD SPECIAL , PROVISIONS FOR THE CONSTRUCTION OF TRAFFIC 21 14 SIGNALS AND LIGHTING SYSTEMS, 48 EA $ 0 $ ( L(l 2005 EDITION. SPLICE LOOPS TO DLC IN PULLBOX. BIKE LANE LOOPS AND ALL LOOPS AT LIMIT LINE SHALL BE TYPE "D". REMOVE EXISTING TREE AND ROOTS AND/OR GRIND TREE STUMP 40 22 15 AND ROOTS TO 24" BELOW TOP OF 17 EA $ y ' $ 2� Z•� SIDEWALK/GRADE WITHIN PROPOSED IMPROVEMENT AREA. C-2.5 Addendum 1, CC-1539, Replacement Page C-2.6 ATLANTA (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount REMOVE EXISTING MEDIAN PORTION AND CONSTRUCT NEW MEDIAN ISLAND PASSAGEWAY PER CALTRANS STD PLANS RSP A88A, RSP A88B, AND DETAIL ON SHEET 3. (INCLUDES 8-INCH CURB AND GUTTER PER HB STD PLAN 202, SIDEWALK AREA BETWEEN CURB 23 18 AND PASSAGEWAY PER HB STD 1 LS 96S• PLAN 207, OVER EXCAVATION OR FILL FOR CHANGES IN GRADE, %- RELOCATING IRRIGATION TO BACK OF NEW WALK, RETURNING LANDSCAPING TO PRE- CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) INSTALL TRUNCATED DOMES TO EXISTING CURB ACCESS RAMP AS 24 19 REQUIRED PER CALTRANS STD. 2 EA $ PLAN RSP A88A AND SPECIFICATIONS SECTION 303- 5.5.5.1. FURNISH AND PLANT NEW 24" BOX MULTI-TRUNK EASTERN RED BUD PER HB STD. PLANS 714, 715, 716, 718 &719 AS SHOWN ON PLANS. CITY STREET TREE SUPERVISOR OR THE AGENCY'S REPRESENTATIVE 2 25 20 SHALL DETERMINE TREE LOCATION. 12 EA $ g Z'Z' $ I (ITEM INCLUDES PROTECTING EXISTING IRRIGATION, CLEARING AND GRUBBING OF HEDGES WITHIN 5-FEET EITHER DIRECTION OF NEW TREE MEASURED FROM CENTER OF TREE). REMOVE EXISTING MULTI-TRUNK AUSTRALIAN BRUSH CHERRY (SYZYGIUM PANICULATUM) BEHIND 30 26 21 SIDEWALK; GRIND STUMP AND 74 EA $ 2' ROOTS TO 24" BELOW TOP OF SIDEWALK/GRADE WITHIN PROPOSED IMPROVEMENT AREA. C-2.6 Addendum 1, CC-1539 Addendum 1, CC-1539, Replacement Page C-2.7 ATLANTA (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid Const Contract nit xten e No. No. Description Quantity Unit Price Amount FURNISH AND INSTALL NEW 27 22 HEAVENLY BAMBOO (NANDINA)AT 74 EA $ 1 Q ?b $ �[���• �, 10-FEET ON CENTER BEHIND SIDEWALK. ADJUST OCSD MANHOLE TO GRADE PER OCSD STD. PLAN S-053, S-054 ��,�v+ `Z•�, 28 23 AND S-055. CONTRACTOR TO 1 EA $ ( $ f COORDINATE WITH MIKE BOLSTER AT(714) 593-7645. REMOVE AND RECONSTRUCT DEEPENED CURB AND GUTTER PER HB STD PLAN 202(B) (CF=8"). G 29 24 (INCLUDES SLOT PAVEMENT, 110 LF $ $ 4(Z• AGGREGATE BASE, LOT DRAINS, AND ALL ITEMS NECESSARY TO REMOVE EXISTINGPURPLE HOP SEED BEHIND SIDEWALK; GRIND 30 25 STUMP AND ROOTS TO 24" BELOW 12 EA $ $ TOP OF SIDEWALK/GRADE WITHIN PROPOSED IMPROVEMENT AREA. t • S Total Amount Bid in Figures: $ Total Amount Bid in Words: Gk•C 1�l<<l;c�, l yrbtti ��.,.dl4a� Y�C�e•�t '�, C4-4 C-2.7 Addendum 1, CC-1539 SECTION C PROJECT BID SCHEDULE ATLANTA AVENUE REHABILITATION from Newland Street to Magnolia Street and INDIANAPOLIS AVENUE REHABILITATION from Newland Street to Magnolia Street CC No. 1539 INDIANAPOLIS AVENUE REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET CC NO. 1539 C-2.s INDIANAPOLIS (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount 1 -- MOBILIZATION 1 LS $ 2� $ 2'�..t a�{y• O 2 -- TRAFFIC CONTROL PLAN 1 LS $ (v t � '• S c $ L0 S FURNISH PROJECT TRAFFIC 1 LS $ So. $ CONTROL t 4 FURNISH AND INSTALL SIGNING 1 LS $_'3&1 $ C. AND STRIPING PROJECT SPECIFIC WPCP 5 - (WATER POLLUTION CONTROL 1 LS $ (a 1 `•L� ( $ PLAN)TO ADDRESS CONSTRUCTION BMP'S. INSTALL AND MAINTAIN 6 -- CONSTRUCTION BMP'S PER 1 LS $ �- $T��-G APPROVED WPCP. REMOVE AND RECONSTRUCT CURB ACCESS RAMP, DEPRESSED CURB, AND GUTTER PER CALTRANS STD PLAN RSP A88A FROM BCR TO ECR. (CASE SHOWN ON PLAN). (INCLUDES ALL �y 7 1 APPURTENANCES, CURB 2 EA $ Lt��l�• $ GUTTER, DEPRESSED CURB, SIDEWALK, DOMES, RETAINING CURB, SLOT PAVEMENT, AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT 0.13' FIBER 8 3 REINFORCED ASPHALT RUBBER 1,550 TN �V $ t[2 �� • HOT MIX(ARHM)WET PROCESS OVERLAY. 9 1 4 JADJUST SEWER MANHOLE TO 3 EA $ o $ ZG GRADE. FURNISH AND INSTALL ZEBRON, SANCON OR CITY APPROVED 10 -- EQUAL COATING ON THE NEW 2 EA $ 3r $ G• CONCRETE INSIDE OF AGENCY SEWER MANHOLE RING. REPLACE WATER VALVE BOX C C.16 11 5 ASSEMBLY AND ADJUST TO 5 EA $ 3 ,t $ OL GRADE PER HB STD PLAN 612. C-2.9 INDIANAPOLIS (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount COLD MILL EXISTING A.C. 12 6 PAVEMENT TO A DEPTH OF 0.26' 120,500 SF $ a $ �/ — al FROM EXISTING FINISHED SURFACE PER PLANS. CONSTRUCT NEW 0.13' B-PG-70- 10 FIBER REINFORCED A.C. BASE 13 6 COURSE OVER 95% COMPACTED 1,185 TN $ �3• $ ���'. S SUBGRADE PRIOR TO 0.13'ARHM OVERLAY PER PLANS. EXCAVATE EXISTING A.C. 14 7 PAVEMENT TO A DEPTH OF 0.34' 37,145 SF $ j '�� $ s• FROM EXISTING FINISHED SURFACE PER PLANS. CONSTRUCT NEW 0.21' B-PG-70- 10 FIBER REINFORCED A.C. BASE e c p 15 7 COURSE OVER 95% COMPACTED 590 TN $ SUBGRADE PRIOR TO 0.13'ARHM OVERLAY, PER PLANS. 16 9 ADJUST SURVEY MONUMENT 1 EA $ WELL TO GRADE. REMOVE AND RECONSTRUCT LOCAL DEPRESSION PER HB STD PLAN 302. (INCLUDES SLOT 2-r 17 10 PAVEMENT, AGGREGATE BASE, 65 LF AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CURB AND GUTTER PER HB STD PLAN 202 (CF=8"). (INCLUDES SS` 18 0-0 11 SLOT PAVEMENT, AGGREGATE 600 LF $ 3f $ Zit c3� BASE, LOT DRAINS, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT SIDEWALK PER HB STD. PLAN 207 AND AS MODIFIED ON PLANS. (INCLUDES OVER EXCAVATION OR FILL FOR CHANGES IN GRADE, RE-GRADE FROM WALK TO 19 12 EXISTING SLOPE, RELOCATING 15,200 SF IRRIGATION TO BACK OF NEW WALK, RETURNING LANDSCAPING TO PRE-CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) C-2.10 INDIANAPOLIS (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount INSTALL NEW DETECTOR LOOPS PER CITY STANDARD SPECIAL PROVISIONS FOR THECONSTRUCTION OF 20 13 SIGNALS AND LIGHT NG TRAFFIC 26 EA $�y 2'.4 C $ Itt L22. �® SYSTEMS, 2005 EDITION. SPLICE LOOPS TO DLC IN PULLBOX. BIKE LANE LOOPS AND ALL LOOPS AT LIMIT LINE SHALL BE TYPE "D". • REMOVE EXISTING TREE AND ROOTS; GRIND TREE STUMP AND FfV 21 14 ROOTS TO 24" BELOW TOP OF 32 EA $ t I f �' $ SIDEWALK/GRADE WITHIN PROPOSED IMPROVEMENT AREA. FURNISH AND PLANT NEW 24" BOX MULTI-TRUNK EASTERN RED BUD(CERCIS CANADENSIS) PER HB STD. PLANS 714, 715, 716, 718 &719 AS SHOWN ON PLANS. CITY STREET TREE SUPERVISOR OR _ THE AGENCY'S REPRESENTATIVE 22 16 SHALL DETERMINE TREE 16 EA $ $ LOCATION. (ITEM INCLUDES PROTECTING EXISTING IRRIGATION, CLEARING AND GRUBBING OF HEDGES WITHIN 5- FEET EITHER DIRECTION OF NEW TREE MEASURED FROM CENTER OF TREE). Total Amount Bid in Figures: $ 3 t e r Total Amount Bid in Words: TU-3 Iv 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 Name and Address of State Class DIR PWC Dollar % of Item(s) Subcontractor License Regist ation Amount Contract. Number �o c-2o I,a �tPrK�"e, Co, q►� ��o T�►�DUmeh� l���sca� ��3 � �e 4�0 �Vo Ouog5bg Zia&I Aoexmy� Q /& Po I �o ,00 bao 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 on at Parck"Tour) CA Date City State HckrrY JT , being first duly sworn, deposes and says that he or she is cfen+ of NaYYX C-- h5-fyuc'Vi4iJ,�.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. H0 ivy H, 16h T-11C. Name of Bidder Signature of Bidder '73o3 E31vd- Pelm v"0t r m-t, Cif q co (7 ,3 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 perfonnance of the work specified in the contract, known as the ATLANTA AVENUE REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET AND INDIANAPOLIS AVENUE REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET CC NO. 1539 (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. Hang H. ,Tc�� Co,114n.tc-Kc,g nc Contractor -7j By Title Date: 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. lA 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. Harry H- ,To c+,cw .Enc. Contractor By Title Date: 3—2 1 C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: H a r►-y H So k Bidder Name 9303 Scsrn-erSet Business Address CA 9 v(723 City, State Zip Telephone Number Email Address 465134 A State Contractor's License No. and Class 2.— 2-2 — cq5 Original Date Issued 4-3cl — i `? Expiration Date The work site was inspected by P Lj C 0 n f our office on , 201 The following are persons, firms, and corporations having a principal interest in this proposal: 0� '04YA Kim -mil«ardo S ok, C_g 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. Ho'yry H . Jok Company Name Signature of Bidder HaYyy i-oh Printed or Typed Signature Subscribed and sworn to before me this 7-3 f day of M a rc� , 2011'7 . 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 Cali+brnici ) County of On HArA, before me, 0, l"1-� �3cak, �r�ire �u�lic Month, Day, and Year Insert Name and Title of Notary personally appeared J-Z'A Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(;K) whose name( is/,V-G subscribed to the within instrument and acknowledged to me that he/s�executed the same in his/hengheir authorized capacity(4s), and that by his/hem signature($) on the instrument the person(g), or the entity upon behalf of which the persono 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. KYUNG MIN BACK Commission#2119690 Z Notary Public-California D Z Orange County My Comm.Expires Jul 16 2019 Signature Signature of Notary Public (PLACE NOTARY SEAL ABOVE) 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{Describe specific work and experience necessary for project. For example, "Sanitary sewer line installation of at least of 1,000 of 8-inch and treater in public right-of-way. Sanitary sewer lift stations of similar size, project work within public streets, an area containing high ground water and pipeline construction in high lZround water regions with trench depths of 8-feet to the invert."}. 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: nn_ Na6ie and Addre of Public Agency Name and Telephone No. of Project Manager: p✓Ir, R;feAe A L IFteo•1e11 ,Ac • 3t�3. SSY• (� { • `�., (t`h vs+��- rt�,, lrov�t .¢ L 1. r` 2 LS "a Contract Amount Type of Work Date Completed Provide additional project description to show similar work: i •Co ylt�,��v�� p . t C w l $It ;Lk- c s�.•�•e , tvr 5 i�or.e �f•'c,���--t,a.� 2. 04" It( %46-A %rhr-IL. . b"O o..� n� c,4 9�L2z• Narne and Address of Pu c Agency Name and Telephone No. of Project Manager: IIY. (�J e., (V!YZ(, 3 6?-® �•S� LA.- iGdk, v-fhe L4 �.pretrCGw•ea -t I L(1-o 12-01 L Contract Amount Type of Work Date Completed Provide additional project description to show similar work: .e (C Gs&. b cL% C �•� kr rn .e 3. �n p w �� �'�• �rcw.c ',Q�rC , A �L►�a.�rai Cq �� �03 Name and Address of Public Agency Name and Telephone No. of Project Manager:Mr. Q• �a�i �L_@6-} ,. L( ,. �( De, Contract Amount VType of Work D to Completed Provide additional projec description to show similar work: L eSkAMtm� c4eeMIA. e C-10 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions,please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1. Ea Lt Q Chown Name of proposed Project Manager U ram, 2 'ram Telephone No. of proposed Project Manager: ��2 O • �J'/ �►'O � VIA (fm eri►Gn P,roj 2ol i1kw 41-y,-ee Project Name & Contract Amount Type of Work Date Completed Pa I mr"e nt 4ie* rt� m vem". �6 Project Name & Contract Amount Type of Work Date Completed Project Marne & Contract Amount Type of Work Date Completed . 2. El k&V-J0 l� Rossi Name of proposed Superintendent Telephone No. of proposed Superintendent: 323• �O 2IS " ( t- to `rf .4 M�`I�U� r 6-h� )6Y-0a Iw&- ' N��g 04-10A S�Y-►,,VJO,"`-e c 54avn�Wti F'�Y"zw�Prowew.er.�$ �UNA�r Yo Project Name & Con act Amount Type of Work f o Date Completed S,ILaYW1 ON � Y-0-1Pfvv-eM Pih7�5 UV�ei{(CsYIMY�e1l o�� �fT1 �`t-fiviMU t, j,� W f60�n ��ChIA�Z "Yln 1^fi 1 2—G t b Project Name & Contract Amount Type of Work r It ` Date Completed �(H,flPjyt,,J V i li+1-6 i 3.2 3e VkAi 11101 ��t ��.e M��� Project Name & Contract A count Type of ork Date Completed C-11 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771.1(a)), passed by the California State Senate on June 20, 2014, established a new public works Contractor Registration Program, which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations (DIR). Currently the annual non-refundable registration fee for Contractors is $300. Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 http://www.dir.ca.gov/DLSE/PublicWorks/SB854FactSheet_6.30.14.pdf DIR's Contractor Registration Link—Call(844) 522-6734 https:Ilefiling.dir.ca.gov/PWCR/ActionServlet?action=displayPWCRegistrationFonn DIR's Contractor Registration searchable database: https://efiling.dir.ca.gov/PWCR/Search.action I am aware and will comply with the provisions of Labor Code Section 1771.1(a) which states: "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded." I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid. Contractor -A- -A, By Pw,s cfeof Title Date: 3-2 g— PWC REGISTRATION 5- C-12 STATE OF CALIFORNIA DEPARTMENT OF RESOURCES RECYCLING AND RECOVERY(CalRecycle) RELIABLE CONTRACTOR DECLARATION CalRecycle 168(Revised 7/13) This form must be completed and submitted to the Department of Resources Recycling and Recovery(CalRecycle) prior to authorizing a contractor(s) to commence work. Failure to provide this documentation in a timely manner may result in nonpayment of funds to the contractor(s). This form is intended to help the CalRecycle's Grantees comply with the Unreliable List requirement of their Terms and Conditions. The Unreliable List provision requires the following: Prior to authorizing a contractor(s) to commence work under the Grant, the Grantee shall submit to CalRecycle a declaration signed under penalty of perjury by the contractor(s) stating that within the preceding three (3) years, none of the events listed in Section 17050 of Title 14, California Code of Regulations,Natural Resources, Division 7,has occurred with respect to the contractor(s). Please see the reverse of this page,or refer to www.calregs.com If any of the events listed in Section 17050 have occurred, disclosure is required but will not necessarily result in CalRecycle refusing to approve the contractor. A signed statement explaining the facts and circumstances of the events must be attached to and submitted with this form. Contractor: Complete the form and send original to the Grantee. Grantee: Scan the form and upload it to the grant in CalRecycle's Grant Management System (GMS). For fitrther instruction about logging into GMS and uploading this form, reference the Procedures and Requirements. Retain the original form in your grant file. G N EE INFORMATIONS — GRANTEE NAME: GRANT NUMBER: __... ___J____._.__....._.._...____. __- ..............._..........____.________.............._.._.... PRIMARY CONTACT NAME: CONTRACTOR INFORMATION ", CONTRACTOR NAME: AUTHORIZED CONTRACTOR REPRESENTATIVE NAME: Hamt MAILING ADDRESS: Q As the authorized representative of the above identified contractor, I declare under penalty of perjury under the laws of the State of California that within the preceding three (3)years, none of the events listed in Section 17050 of Title 14, California Code of Regulations, Natural Resources, Division 7, has occurred with respect to the above identified contractor. Alternatively, as the authorized representative of the above identified contractor, I declare under penalty ofperjury under the laws of the State of California that within the preceding three (3)years, if any of the events listed in Section 17050 of Title 14, California Code of Regulations, Natural Resources, Division 7, has occurred with respect to the above identified contractor, 1 have disclosed all such occurrences in an attached signed statement that explains the facts and circumstances of the listed events. Signature % Date ��__._—_ U--�— -- C-13 STATE OF CALIFORNIA DEPARTMENT OF RESOURCES RECYCLING AND RECOVERY(CalRecycle) RELIABLE CONTRACTOR DECLARATION CalRecycle 168(Revised 7/13) Title 14 CCR,Division 7,Chapter l Article 5.Unreliable Contractors,Subcontractors,Borrowers and Grantees Section 17050.Grounds for Placement on Unreliable List The following are grounds for a finding that a contractor,any subcontractor that provides services for a CalRecycle agreement, grantee or borrower is unreliable and should be placed on the CalRecycle Unreliable Contractor, Subcontractor, Grantee or Borrower List ("Unreliable List"). The presence of one of these grounds shall not automatically result in placement on the Unreliable List. A finding must be made by the Executive Director in accordance with section 17054,and there must be a final decision on any appeal that may be tiled in accordance with section 17055 et seq. (a) Disallowance of any and/or all claim(s)to CalRecycle due to fraudulent claims or reporting;or (b) The tiling of a civil action by the Attorney General for a violation of the False Claims Act,Government Code section 12650 et.seq;or (c) Default on a CalRecycle loan,as evidenced by written notice from CalRecycle staff provided to the borrower of the default;or (d) Foreclosure upon real property loan collateral or repossession of personal property loan collateral by CalRecycle;or (e) Filing voluntary or involuntary bankruptcy,where there is a finding based on substantial evidence,that the bankruptcy interfered with the CalRecycle contract,subcontract,grant or loan;or (f) Breach of the terms and conditions of a previous CalRecycle contract,any subcontract for a CalRecycle agreement, grant,or loan,resulting in termination of the CalRecycle contract,subcontract,grant or loan by the CalRecycle or prime contractor;or (g) Placement on the CalRecycle's chronic violator inventory established pursuant to Public Resources Code section 44104 for any owner or operator of a solid waste facility;or (h) The person,or any partner,member,officer,director,responsible managing officer,or responsible managing employee of an entity has been convicted by a court of competent jurisdiction of any charge of fraud,bribery,collusion, conspiracy,or any act in violation of any state or federal antitrust law in connection with the bidding upon,award of,or performance under any CalRecycle contract,subcontract,grant or loan;or (i) The person or entity is on the list of unreliable persons or entities,or similar list,of any other federal or California state agency;or (j) The person or entity has violated an Order issued in accordance with section 18304;or, (k) The person or entity has directed or transported to,has or accepted waste tires at,a site where the operator is required to have but does not have a waste tire facility permit;or, (1) The person or entity has transported waste tires without a waste tire hauler registration;or, (m) The person or entity has had a solid waste facility or waste tire permit or a waste tire hauler registration denied, suspended or revoked;or, (n) The person or entity has abandoned a site or taken a similar action which resulted in corrective action or the expenditure of funds by CalRecycle to remediate,clean,or abate a nuisance at the site;or (o) The following are additional grounds for a finding that,a person or entity described below should be placed on the Unreliable List: (1) The person or entity owned 20%or more of an entity on the Unreliable List at the time of the activity that resulted in its placement on the Unreliable List; (2) The person held the position of officer director,manager,partner,trustee,or any other management position with significant control(Principal Manager) in an entity on the Unreliable List at the time of the activity that resulted in its placement on the Unreliable List; (3) The entity includes a Principal Manager who: 1. Was a Principal Manager in an entity on the Unreliable List at the time of the activity that resulted in its placement on the Unreliable List;or, 2. Owned 20%or more of an entity on the Unreliable List at the time of the activity that resulted in its placement on the Unreliable List; (4) The entity has a person who owns 20%or more of the entity,if that person: I. Was a Principal Manager in an entity on the Unreliable List at the time of the activity that resulted in its placement on the Unreliable List;or, 2. Owned 20%or more of an entity on the Unreliable List at the time of the activity that resulted in its placement on the Unreliable List. (5) The entity has another entity which owns 20%or more of the entity,if that other entity: 1. Is on the Unreliable List;or, 2. Owned 20%or more of an entity on the Unreliable List at the time of the activity that resulted in its placement on the Unreliable List. (6) Subsection(o)is not intended to apply to a person or entity that purchases or otherwise obtains an entity on the Unreliable List subsequent to its placement on the Unreliable List. C-14 a has anvifl a fiber Glass Pipe Insulation Description4 1 Micro-Lok fiber glass pipe insulation is made from glass fibersF< '' bonded with a thermosetting resin and produced in 36"(0.92 m) �` t lengths.Jacketed with a reinforced vapor retarder facing and a factory-applied,longitudinal acrylic adhesive closure system, Micro-Lok insulation is designed for application temperatures from 0°F to 850°F I-18°C to 454°C).Section joints are sealed with ,r butt steps,which are supplied from the factory. The factory-installed tape system permits installation at ambient empttratures down to 20°F[-7°C)and will not soften or separate when exposed to high ambient temperatures and humidity, Uses Micro-Lok fiber glass pipe insulatio7 is suitable for installation over hot,cold,concealed and exposed piping systems with, Thermal Conductivity("k') ooerating temperatures up to 850'F(454°C).Weather-protective Retested jacketing is required for outdoor applications.Pipes operating a7 a 10a i below ambient temperatures require alljaints to be sealed with � 0E la��_)....i.__I _ rues the factory-applied,self-seal lap and bud strips. z 0.E .__(.._. _ `. aer2 Qd -- �' cs;r _tT 0057 02 Physical Properties ,Aran 0 IM 20c 300 400 ENf'F) Service Temp.RaItge 0°Fto 8591F(-18°C to 454°C) remoerature .10 38 s7 11 NA 260V Moisture Sorption <5;2a by weight Aikalinit),• <0.6%expressed as Na,Q Corrosivity Does not accelerate Mean °F 75 100 200 .300 400 500 Capillarity Negligible,after 24 hours) Temperature 'C 24 38 93 t49 204 260 Shrinkage None Btu-in/(hr-ft2-'F) 0.23 024 0.28 0.34 0.44 0.55 Fungi&Bacteria Does not breed or promote Wimo'C 0.034 0.035 0.040 0.049 0,063 0,079 gesistunce •A pp aIenuharn:al canducuvny vaiues are do,eanined 4y app;yio0 procedures dicIalGd per AS i CA,"„0:5 on tesr cote nYa�nao❑=_ing ASTM Test Metood Cs35 I ualua,ore Dried on Sutface Burning Composi-eFHC25r50per nonina!-ecuarturiryand[estirtgpsrametea.aresuhjecunncrmaivari2tian,xndarenot Characteristics ASTM E84,UL 723,NFPA 255, guaranteed to,specificauoa ourpns=s or arri nds: CAN/ULC S102-M88 Limited Combustibility NFPA 259 Jacketing ASTM C1136(Type 1) GREEN HU111-01MG ATTRI13UTES :AJater Vapor Penr,eance 0.02 permits max. Manufacturing Location Defiance,Ohio(43512) (ASTM E96—Procedure A) Valctite Organic Compounds Total 0.15 g/I Burst Strength 55 Ibsrn2 (4.6 Kg/cm1) (ASTM D5116) iASTi'41 D774) (Analysis ASTM 06196 Tensile Strength 45 lbs./in. 7.9P1'rnm) &ASTM 05197) (ASTM D828) width min.(M 1, Fiber Glass Pipe Insulation Formaldehyde 0.009 ppm 30 lbslin.(5.23N/mm) Aldehydes 0,009 ppm width min.(CD) Volatile Organic Compconds Total <49 g/I (Calculated) Operating Temperature Limits: 0°F to 850°F;-18°C to 454°C) Self-Sealing Lap&Butt Strips GREEN BUILDING CERTIFICATIONS Specification ComplianceGREENGttARD� Certified ASTM C1136(Jacketing)(Replaces HH-8-10013,Type 1&11) GREENGUARDbGOLO Certified ASTM C547 Type I[Replaces HH-1-558B,Form D,Type Ill, LEEDI Credits Class 12,Class 13 up to 850°F(454'Ci) LEED-NC See JM.cotnibuildgreen ASTM C585 Dimensional Standard _ JM LEED Credit Guide IHIG-1231) MIL-1-22344D,MIL-PRF-22344E GREENGUARD'Ce.tified roodur.s hava been screened for NRC 1.36,ASTM C795,MIL-1-24244C,PAIL-DTL-242440 more than MAN volatile organic compounds IVDCai and ' Niew York City MEA k 330-85-M meet stringent standards for low chemical emissions teased NFPA 90A&908,FHC 251/50 on established criteria from koy pnbfic health agencies. eaeerveuARo j" !MECH-$4 11109/16(Replaces o7 C11t6) ` Micro-LA° Fiber Glass Pipe insulation Size_Availlaaility insulation Thickness Iron P� a Size Range Coppqr Tubing Size Range Notes: in mm in mm in mm '21,."and 23"1PS not available in this 13 IV',-6 13-152 °V6-4'V, 16-105 insulation thickness. 1 25 %-24 13-610 5/6-6' 16--156 "2Zand23"IPS not available in t Yz 33 fz-24 13-610 5A-fits 16- 156 this insulation thickness- 2 51 !2-24 13-610 15u-6ba 29-156 '21;22'and 21'IP5 not available 2!%z 5°1 1-24 25-610 1s-6t a 35-- 156 in this insulation thickness. 3 76 1-24 25-610 17Ye-616 35-156 31 89 1%z-24 38-610 _. __ `l9'IPS not available in-his BUD BOND BOND NO. BBSU KNOW ALL MEN BY THESE PRESENTS, That we, HARRY H. JOH CONSTRUCTION, INC. as Principal, and U.S. SPECIALTY INSURANCE COMPANY a corporation authorized to transact a general surety business in the State of TEXAS as Surety, are held and firmly bound unto CITY OF HUNTINGTON BEACH (hereinafter called the Obligee) in the full and just sum of TEN PERCENT OF AMOUNT BID Dollars, ($ 10% )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 ATLANTA AVENUE ARTERIAL REHABILITATION AND INDIANAPOLIS AVENUE ARTERIAL REHABILITATION, CC-11539 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 17TH day of MARCH 2O17 YEAR HARRY H. JOH CONSTRUCTION, INC. U.S. SPECIALTY INSURANCE COMPANY Surety c� BY Principal PHILIP E.VEGA Attorney-in-Fact :115 'Ili l!ILIi1 it Gli POWER OF ATTORNEY AMERICAN AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S.SPECIALTY INSURANCE COMPANY THESE X-M MWE Y III RESES[17§�l T� t Contractors ff. &e�m �S i4paW a Californiamorp- as--i c irl&- om rI assumed name)' j��Ifl�llrrie!40iljl BriNctors Indemnity, U i.tff-=&W- tes Surety Coi Q�di WM m ' jiliji'll-111111 �g 195n_ ed %Vrw q.3�ran assu — sull fli -U.S. Special Van atT-0 ion"afid e 66ILIV' Pan -:c rpur Insurance a T16111KI111'as corporation (MIN tiMy7th&Uompanies"), do by thVWpr&§ents make, Specialty constitute and appoint: Philip E.Vega or Myrna Smith of Covina,California 9611capacity if rrqre an oneasNiffied bove with full�ffil��VB Q= Its dMaNvAir orney(s)-in-frbi,�MeaNcar ty ere yicory.ernc-�c--An-�its name, p efft-A S—� Qf b 1�f Rd— lace%h&sffidJW-1-eXec eage an'd" 186'11'-'!!v' Ell a%,",I nds, recognizaftWi rif ta-=knowl d ImIIIII or-6th-er instruments or contracts�Wstir�efy-s iVto include riders, ameg m ents';'and'consents of surety, prow--ding=ffe bond penalty does not exceed *****Three Million***** Dollars (S***3,000,000.00*** . This Power of Attorney shall expire without further action on December 20,2017. This Power of Attorney is granted under and by authority of the following resolutions adopted by the Boards of Directors of the Companies: P mi,:JhWaiaivjd�it esident,any Vice-Prq'91ded,1%6,� ng',I resident,any Sew�ret sgigrant 1%eu aryshall be and fisher Mafud-�witfi Soli� zW=o U- nMA ARAM W andMauQTq-riMqjp 0 a mey power _point any one or Moreisuita e I (s)-in-Fact to d on beef of the Compan3&bEl to the �r041S`tOnS= III -Attorney in-Factmaybe given full power an authority for and in the name of and on behalf uFffe Company,to execute,acknowledge and deliver,any and all bonds, recognizances, contracts, agreements or Indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts,and any and all notices and documents canceling or terminating the Company's liability thereunder,and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by theCorporate Se�i�etary. SBF WN6d;tH5TRh:eX-jgnature of any aZi6riW--W&—ffic-( gandMa tFECompany heretof, dl 4fte ffil II,d t 1plbwer of attorney7b&nffsdifc��(�gm ir a ixe r 11IR 01,11i 1�11�1 11111,1111 �11 1111,111 111 ffirre�fp bWMc&-ffi- iC--eF- --ny power of attofn---ag -br le signature or iW[AdI[b 0 Tqq7frrfic=- a0@Q_&c=mm1 bindinglll;ph upon the GRqpmu itlff& ��y IrOA26f uhd&fa-k-in�g to which it is attach6M IN WITNESS WHEREOF,The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 1 st day of December,2014. AMERICAN CONTRACTORSIll 11IMEMNITY COMPANY TEXAS BoNDmIS-COMPANY SUIIII AEIII TTY III 110IIIII II !jtNY U.S.SPECIALT)LINSURM-ROM ANY UNITER STATES rate,Soal0Mg Vlll A- 1 1, ................. 0 CN - y:B J: s Daniel P.Aguilar,Vice President ........... M signe the W other officer complEfi-hgM�aWwFnffia-munly the identi --or.0 111 'I'll" II'di gp tl0-CUmcM0--.Whrc1 certificate is attach ndWh�(Rss,accuracy,orlMa o that)I do h t =7StaCeVfCalif5ffiia County of Los Angeles SS: On this I st day of December,2014, before me,Maria G.Rodriguez-Wong,a notary public, personally appeared Dan P.Aguilar,Vice President of American Contractors 1ndqnajt)LCompany,Texas Bonding Company Mciaa Iji urance Company who proved to me oa I , United States Surety Company and U.S.S the a-gas r0af Raffls�D---evidence to be II to the w-i arqN tile pefg8ri 1 hi n ifis jm�rRRcB7jo ow to in e that he-exacut(f--thM -j ri� 1,8111,T!,e 1,11111 subscribed 0-T s P�au t h e Mi tq d that by his sl 0 h MW P--ac-]_ 171.1 1 striumelt,th person,gpa p n, q or the erfFE u offi&ha1f-oQQMh&&rson acted.ex6Med7-Ah&1i1isuMfi dig Q=P '992q ce�rn�under­PENALTY OF PERfURY III der tHell I s of the State of California that the=01-egoingparagraph is true and correct. WITNESS my hand and official seal. MARIA G.RODRIGUEZ.WONG-1 Commission#2049771 1 (IZXI z Signature Notary gublic"J"11C fifornia z AngelS C0ty 1 r S S omnnlifiioiiiie"l11 17 t I,Kio Lo,Assistant Secretary of American Contractors Indemnity Company,Texas Bonding Company,United States Surety Company and U.S. Specialty Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney,executed by said Companies,which is still in full force and effect;furthermore,the resolutions of the Boards of Directors,set out in the Power of Attorney are in full force and effect. the seals of go - e an Cogqffipaffffs%� 6.-Zeles,CaliforniaCalifcrfflktlU-§---- A M iff)-W-R� WAR6 hereunt J.Mi nI -6M have MRS W- Nffi!Aff W7. II,Il 11111��or $ Corporate Seals CT N C's -7 I T E.1 0, Kio Lo,Assistant Secreta M-- B.orid-No. \�&Wz sm. 22 OR CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness,accuracy,or validity of that document. State of California ) County of ORANGE ) On AR 1 2017 before me, Monica Blaisdell, Notary Public Date Here Insert Name and Title of the Officer personally appeared Philip E. Vega Name(s) of Signers) who proved to me on the basis of satisfactory evidence to be the person(* whose name%) is/ice subscribed to the within instrument and acknowledged to me that he/XExXtXbC&xexecuted the same in his/XXD authorized capacity, and that by hisX1MX"signature(?§)on the instrument the person(A), 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. MONICA BLAISDELL WITNESS my hand and official seal. 50 Commission #r 2144666 Z@My Notary Public-California z ZOrange County Comm.Expires Mar 26,20200 Signature S*ureotary Public City Of Huntington Beach 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachca.gov FFB, �� j9p9yP� Office of the City Clerk Robin Estanislau, City Clerk July 24, 2017 Harry H. Joh Construction, Inc. 7303 Somerset Blvd. Paramount, CA 90723 RE: Atlanta Ave. & Indianapolis Ave. Rehabilitation — CC-1539 Enclosed please find your original bid bond for CC-1539. Sincerely, 4W� 947 Robin Estanislau, CIVIC City Clerk RE:pe Enclosure Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand S£G4s IEL CONTRACTORS,IriG 13546 IMPERIAL H U. SANTA FIE SPRINGS,CALIF.90670 CIF � oN� <' Lu INU i U1, Cp� 9C�6crL I���Rov��iet\rrS orJ �E��r�aw>='� zw Ev�t2t� Cogs t1w� fto A i Hf1L ro ,J STD' � — �C) f Ez a City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For ATLANTA AVENUE REHABILITATION from Newland Street to Magnolia Street and INDIANAPOLIS AVENUE REHABILITATION from Newland Street to Magnolia Street CC No. 1539 in the CITY OF HUNTINGTON BEACH March 17, 2017 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) PROJECT BID SHEET—Section C Specification Book (2 Sheets attached to Addendum 1) Replace two pages entitled "Project Bid Sheets—pages C-2.6 and C-27'with "Project Bid Sheet—C-2.6 and C-2.7 Addendum 1" (2 sheets). Reason: Bid item "26-Remove Existing Multi-Trunk Australian Brush Cherry..."quantity was changed from 66 EA to 74 EA; Bid item "27-Furnish and Install New Heavenly Bamboo..." quantity was changed from 66 EA to 74 EA, and new Bid Item "30-Remove Existing Dead Purple Hop Seed..."quantity of 12 EA was added as an additional bid item. Bidders Shall Submit Section C With The Most Current Revised Bid Sheet. 2) PRE-BID SITE WALK, QUESTIONS AND ANSWERS-(2 Sheets attached to Addendum 1) Reason: Bidders who didn't attend can have this information for preparation of bid. 3) PLANS—ATLANTA AVENUE(NEWLAND AVENUE TO MAGNOLIA) (No sheets attached) a. On the Title Sheet (Sheet 1 of 4) insert the Revised Quantities for Construction Note 21- Remove Existing Multi-Trunk Australian Brush Cherry..." from 66 EA to 74 EA and for Construction Note 22-Furnish and Install New Heavenly Bamboo..."from 66 EA to 74 EA. Reason: Quantities changed to match revised Bid Sheet Insert New Construction Note 25- "REMOVE EXISTING DEAD PURPLE HOP SEED BEHIND SIDEWALK; GRIND STUMP AND ROOTS TO 24" BELOW TOP OF SIDEWALK/ GRADE WITHIN PROPOSED IMPROVEMENT AREA'and Quantity of 12 EA. Reason: New construction note and quantity added to match revised Bid Sheet. b. On the Last Sheet (Sheet 4 of 4) insert a circle (with "25" in the middle) to represent Construction Note 25 located between Sta. 58+25 and 62+01 on the south side. Reason: Remove Existing Dead Purple Hop Seed in this area. c. On Sheet 3 (Sheet 3 of 4) insert circle (with "21" in the middle) and another circle (with "22" in the middle) between sta. 52+92 and 53+60 on the south side. Reason: Remove 8 Australian Brush Cherry and Install 8 Heavenly Bamboo in this area. 4) SIGNING AND STRIPING PLANS—ADD PLANS—(4 Drawings Issued with Addendum 1) a. "Signing and Striping Plan, Atlanta Avenue from Newland St. to Magnolia St." b. "Signing and Striping Plan, Indianapolis Avenue from Newland St. to Magnolia St." Reason: These Signing and Striping plans shall be incorporated into e Project Plans. This is to a knOWIE�dpged re &Qatetdov�ipt and review of Adden m Numbe Compa Name By Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. For Addendum questions, please call James Wagner at(714) 536-5467 within 24 hours of posting. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER For ATLANTA AVENUE REHABILITATION from Newland Street to Magnolia Street and INDIANAPOLIS AVENUE REHABILITATION from Newland Street to Magnolia Street CC No. 1539 in the CITY OF HUNTINGTON BEACH March 21, 2017 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) SPECIFICATION BOOK—Appendix A through and including F (38 Sheets attached to Addendum 2)Add Appendices A through F to Specification Book. Reason: Appendices A through F were not included with the initial documents APPENDIX A DOWNLOAD PUBLIC WORKS STANDARDS, TRUCK ROUTE, TRASH PICK UP, STREET SWEEPING SCHEDULE, AND TEMPORARY WATER METER 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 This is to acknowl dge r eipt and review of Adder dum Nu ber On ed abov /J V IV Com ny Name B Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. For Addendum questions, please call James Wagner at(714) 536-5467 within 24 hours of posting. City of Huntington Beach Pre- Bid Site Walk, Date 03-16-17, 11:15 AM at corner of Atlanta Ave.and Magnolia Ave. Atlanta Avenue Rehabilitation from Newland Street to Magnolia Street,CC No. 1539 1. Question: Please clarify the limits of Construction Note#1 for both Atlanta Avenue and Indianapolis Avenue: (Construction Note#1 for both projects) REMOVE AND RECONSTRUCT CURB ACCESS RAMP,DEPRESSED CURB,AND GUTTER PER CALTRANS STD PLAN RSP A88A FROM BCR TO ECR.(CASE SHOWN ON PLAN).(INCLUDES ALL APPURTENANCES,CURB GUTTER, DEPRESSED CURB,AND SIDEWALK, DOMES,RETAINING CURB,SLOT PAVEMENT,AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) Answer: construction for the access ramps also includes adjoining sidewalk area between ECR to BCR and the amount of concrete sidewalk between ECR to BCR is included as part of the Curb Ramp item. 2. Question: What is the depth and width of tree stump&root removal for both Atlanta Avenue and Indianapolis Avenue? Answer: (Construction Note for both projects) REMOVE EXISTING TREE AND ROOTS; GRIND TREE STUMP AND ROOTS TO 24" BELOW TOP OF SIDEWALK/GRADE. PULL OUT ALL ROOTS WITHIN PROPOSED IMPROVEMENTS. 3. Question: What traffic control is required? Answer: Please refer to Contract Documents Specification and Standard Drawing Section 7-10.2 Work Area Traffic Control Page E-13 4. Question: How much time is the contractor allowed between the demolition of the sidewalks/access ramps and the placement of new concrete for Atlanta Avenue Construction Note#18? (Atlanta Avenue Construction Note#18) REMOVE EXISTING MEDIAN PORTION AND CONSTRUCT NEW MEDIAN ISLAND PASSAGEWAY PER CALTRANS STD PLANS RSP A88A,RSP A88B,AND DETAIL ON SHEET 3.(INCLUDES 8-INCH CURB AND GUTTER PER HB STD PLAN 202, SIDEWALK AREA BETWEEN CURB AND PASSAGEWAY PER HB STD PLAN 207,OVER EXCAVATION OR FILL FOR CHANGES IN GRADE, RELOCATING IRRIGATION TO BACK OF NEW WALK,RETURNING LANDSCAPING TO PRE-CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE. Answer: Please refer to Contract Documents Specification and Standard Drawing Section 6-1 Construction Schedule and Commencement of Work Page E-13 5. Question: What is the condition of the multi-trunk Australian Brush Cherry species referred to in Construction Note 21 for Atlanta Avenue? (Construction note#21) REMOVE EXISTING MULTI-TRUNK AUSTRALIAN BRUSH CHERRY(SYZYGIUM PANICULATUM)BEHIND SIDEWALK; GRIND STUMP AND ROOTS TO 24" BELOW TOP OF SIDEWALK/GRADE WITHIN PROPOSED IMPROVEMENT AREA. Answer: The existing multi-trunk Australian Brush Cherry shrub screen to be removed along Atlanta Avenue has Not been maintained at a typical shrub height. Page 1 of 2 Addendum 1,CC-1539 City of Huntington Beach Pre-Bid Site Walk, Date 03-16-17, 11:15 AM at corner of Atlanta Ave. and Magnolia Ave. Atlanta Avenue Rehabilitation from Newland Street to Magnolia Street,CC No. 1539 What Construction Notes are being revised in Addendum 1 for Atlanta Avenue? There are (8) additional multi-trunk Australian Brush Cherry shrubs (1 of them is an oleander shrub that will be paid at the unit price for Brush Cherry)to be added to the (66)for a total of 74 along Atlanta Avenue. There are (12) Purple Hop Seed brush to be added for removal along Atlanta Avenue. Page 2 of 2 Addendum 1,CC-1539 SECTION C SEQUEL CONTRACTORS, 1146, PROPOSAL for the construction of ATLANTA AVENUE REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET AND INDIANAPOLIS AVENUE REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET CC NO. 1539 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 65 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 tSEQUEL CONTRACTORS, ; 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 I o which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond 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 Receive Bidder' nature C-2 SEOUEL CONTRACTORS, M. SECTION C PROJECT BID SCHEDULE ATLANTA AVENUE REHABILITATION from Newland Street to Magnolia Street and INDIANAPOLIS AVENUE REHABILITATION from Newland Street to Magnolia Street CC No. 1539 PROJECT BASE BID: Basis of Award Atlanta Avenue Rehabilitation from Newland St. to Magnolia St. and Indianapolis Avenue Rehabilitation from Newland Street to Magnolia Street . . . . . C-2.2 to C-2.11 1. ATLANTA AVENUE REHABILITATION from Newland St. to Magnolia St. 19 $ 3- -7 69 - 2. INDIANAPOLIS AVE. REHABILITATION from Newland St. to Magnolia St. $ 1 (0 �l . BASE BID TOTAL AMOUNT LUMP SUM BID IN FIGURES: (TOTAL FOR ITEMS I &2) 00 BASIS OF AWARD C-2.1 MEQ EL CONTRACTORS, Nt. SECTION C PROJECT BID SCHEDULE ATLANTA AVENUE REHABILITATION from Newland Street to Magnolia Street and INDIANAPOLIS AVENUE REHABILITATION from Newland Street to Magnolia Street CC No. 1539 ATLANTA AVENUE REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET CC NO. 1539 C-2.2 SEDUEL CONTRACTORS, M, ATLANTA (NEWLAND TO MAGNOLIA) PROJECT BID SHEET oust ..0 Bid -Cont r it moun Unit rice 02- Descript iori Quantity o N Amount t W 1 -- MOBILIZATION 1 LS qo.,000 . ao 2 -- TRAFFIC CONTROL PLAN 1 LS $ 00 FURNISH PROJECT TRAFFIC 3 -- CONTROL 1 LS $ $ (-.o 4 -- FURNISH AND INSTALL SIGNING AND 1 LS $ O/ L STRIPING PROJECT SPECIFIC WPCP (WATER 5 POLLUTION CONTROL PLAN)TO 1 LS ADDRESS CONSTRUCTION BMP'S. INSTALL AND MAINTAIN e)6 6 CONSTRUCTION BMP'S PER 1 LS $ APPROVED WPCP. REMOVE AND RECONSTRUCT CURB ACCESS RAMP, DEPRESSED CURB, AND GUTTER PER CALTRANS STD PLAN RSP A88A FROM BCR TO ECR. 00 (CASE SHOWN ON PLAN). 7 1 (INCLUDES ALL APPURTENANCES, 4 EA $ CURB GUTTER, DEPRESSED CURB, SIDEWALK, DOMES, RETAINING CURB, SLOT PAVEMENT, AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT 0.17' FIBER .00 8 3 REINFORCED ASPHALT RUBBER 2,820 TN $ v $ HOT MIX(ARHM)WET PROCESS OVERLAY. 9 4 ADJUST SEWER MANHOLE TO 12 EA $ w^ $ GRADE. C-2.3 1 SEQUEL CCNITRACTORS, C. ATLANTA (NEWLAND TO MAGNOLIA) PROJECT BID SHEET "Bid Const :Unit. zten e No No. Description Quantity; Unit Price_ Amount FURNISH AND INSTALL ZEBRON, SANCON OR CITY APPROVED EQUAL �D $ 10 -- COATING ON THE NEW CONCRETE 6 EA $ W INSIDE OF AGENCY SEWER MANHOLE RING. REPLACE WATER VALVE BOX 08 11 5 ASSEMBLY AND ADJUST TO GRADE 14 EA $ $ 6 C� PER HB STD PLAN 612. COLD MILL EXISTING A.C. PAVEMENT TO A DEPTH OF 0.34' 0 L LI �i 12 6 FROM EXISTING FINISHED SURFACE 199,220 SF $ $ PER PLANS. CONSTRUCT NEW 0.17' B-PG-70-10 (DO FIBER REINFORCED A.C. BASE `�] -� / 13 6 COURSE OVER 95% COMPACTED 2,560 TN $ I �' $ / 9 000> SUBGRADE PRIOR TO 0.17'ARHM OVERLAY, PER PLANS. EXCAVATE EXISTING A.C. 14 7 PAVEMENT TO A DEPTH OF 0.42' 20,380 SF $ `' $ 3 oIt FROM EXISTING FINISHED SURFACE, PER PLANS. CONSTRUCT NEW 0.25' B-PG-70-10 � FIBER REINFORCED A.C. BASE 15 7 COURSE OVER 95%COMPACTED 390 TN $ �' SUBGRADE PRIOR TO 0.1 T ARHM OVERLAY, PER PLANS. 16 9 ADJUST SURVEY MONUMENT WELL 1 EA $ cqm $ V—a TO GRADE. REMOVE AND RECONSTRUCT CONCRETE CURB AND CROSS GUTTER PER HB STD. PLAN 205. // 17 10 (ITEM INCLUDES SLOT PAVEMENT, 1,665 SF $ /(D 00— $ 10 �^ AGGREGATE BASE AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) C-2.4 SEQUEL CON CTCRS, ATLANTA (NEWLAND TO MAGNOLIA) PROJECT BID SHEET i onst ontract nrt xten e No No. Description Quantity Unit . Price Amount REMOVE AND RECONSTRUCT LOCAL DEPRESSION PER HB STD 46 / 18 11 PLAN 302. (INCLUDES SLOT 90 SF $ $ PAVEMENT, AGGREGATE BASE, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CURB AND GUTTER PER HB STD PLAN 202 (CF=8"). (INCLUDES SLOT 60 _ 19 12 PAVEMENT, AGGREGATE BASE, LOT 710 LF $ $ 0 DRAINS, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT SIDEWALK PER HB STD. PLAN 207 AND AS MODIFIED ON PLANS. (INCLUDES OVER EXCAVATION OR FILL FOR CHANGES IN GRADE, RE- 20 13 QQ p GRADE FROM WALK TO EXISTING SLOPE RELOCATING IRRIGATION 7,470 SF TO BACK OF NEW WALK, RETURNING LANDSCAPING TO PRE- CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) INSTALL NEW DETECTOR LOOPS PER CITY STANDARD SPECIAL PROVISIONS FOR THE Q CONSTRUCTION OF TRAFFIC 21 14 SIGNALS AND LIGHTING SYSTEMS, 48 EA $ �(J 2005 EDITION. SPLICE LOOPS TO DLC IN PULLBOX. BIKE LANE LOOPS AND ALL LOOPS AT LIMIT LINE SHALL BE TYPE "D". REMOVE EXISTING TREE AND 6b ROOTS AND/OR GRIND TREE STUMP �Q / 22 15 AND ROOTS TO 24" BELOW TOP OF 17 EA $ $ (rj SIDEWALK/GRADE WITHIN PROPOSED IMPROVEMENT AREA. C-2.5 Addendum 1, CC-1539, Replacement Page C-2.6 ATLANTA (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid Zionst g,.Contra-U47,77, xte nd e No No. Description Quantity,', Unit P rice Amount " REMOVE EXISTING MEDIAN PORTION AND CONSTRUCT NEW MEDIAN ISLAND PASSAGEWAY PER CALTRANS STD PLANS RSP A88A, RSP A88B, AND DETAIL ON SHEET 3. (INCLUDES 8-INCH CURB AND GUTTER PER HB STD PLAN 202, SIDEWALK AREA BETWEEN CURB $ 23 18 AND PASSAGEWAY PER HB STD 1 LS $ PLAN 207, OVER EXCAVATION OR FILL FOR CHANGES IN GRADE, RELOCATING IRRIGATION TO BACK OF NEW WALK, RETURNING LANDSCAPING TO PRE- CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) INSTALL TRUNCATED DOMES TO EXISTING CURB ACCESS RAMP AS 24 19 REQUIRED PER CALTRANS STD. 2 EA $ $ /� — PLAN RSP A88A AND SPECIFICATIONS SECTION 303- 5.5.5.1. FURNISH AND PLANT NEW 24" BOX MULTI-TRUNK EASTERN RED BUD PER HB STD. PLANS 714, 715, 716, 718 &719 AS SHOWN ON PLANS. CITY STREET TREE SUPERVISOR OR 6�j t+ THE AGENCY'S REPRESENTATIVE �QO , oco. 25 20 SHALL DETERMINE TREE LOCATION. 12 EA $ $ Of (ITEM INCLUDES PROTECTING EXISTING IRRIGATION, CLEARING AND GRUBBING OF HEDGES WITHIN 5-FEET EITHER DIRECTION OF NEW TREE MEASURED FROM CENTER OF TREE). REMOVE EXISTING MULTI-TRUNK A YZYGIUTAN BRUSH CHERRY �� 00 �7,. (SYZYGIUM PANICULATUM) BEHIND �(J 26 21 SIDEWALK; GRIND STUMP AND 74 EA $ $ ROOTS TO 24" BELOW TOP OF SIDEWALK/GRADE WITHIN PROPOSED IMPROVEMENT AREA. C-2.6 Addendum 1, CC-1539 Addendum 1, CC-1539, Replacement Page C-2.7 ATLANTA (NEWLAND TO MAGNOLIA) PROJECT BID SHEET i onst = contract= nit = xten e No. Ao. ' - Des cnptiori Quantity= Unit Prue Amount FURNISH AND INSTALL NEW /� 06 NO OU27 22 HEAVENLY BAMBOO (NANDINA)AT 74 EA $ ��/(/ — $ 10-FEET ON CENTER BEHIND SIDEWALK. ADJUST OCSD MANHOLE TO GRADE PER OCSD STD. PLAN S-053, S-054 00 28 23 AND S-055. CONTRACTOR TO 1 EA COORDINATE WITH MIKE BOLSTER AT(714) 593-7645. REMOVE AND RECONSTRUCT DEEPENED CURB AND GUTTER PER O� // /� Q� HB STD PLAN 202(B) (CF=8"). 29 24 (INCLUDES SLOT PAVEMENT, 110 LF $ $ ,, AGGREGATE BASE, LOT DRAINS, AND ALL ITEMS NECESSARY TO REMOVE EXISTINGPURPLE HOP bO dv SEED BEHIND SIDEWALK; GRIND 30 25 STUMP AND ROOTS TO 24" BELOW 12 EA $ TOP OF SIDEWALK/GRADE WITHIN PROPOSED IMPROVEMENT AREA. Total Amount Bid in Figures: $ 6 --7 1 9 � B 9 Total Amount Bid in Words: E I (I'� L� t;C ';-7 ............................................................... ...a.........,,,I .,, ,,, ,,,,,,,..,... ,,,,,,,,,,,,,,,,,.,,.,,.,. .. ,,,,,,. y..........,rll1"O.O.".0,, TN()\)SANS Srv�N �s�b� CIt-ITT`f NIAC C>6L_L4-pS Ni'-') ZC- r-0 CC14TS C-2.7 Addendum 1, CC-1539 t r-EQUEL CNTRACTOFtS, tom. SECTION C PROJECT BID SCHEDULE ATLANTA AVENUE REHABILITATION from Newland Street to Magnolia Street and INDIANAPOLIS AVENUE REHABILITATION from Newland Street to Magnolia Street CC No. 1539 INDIANAPOLIS AVENUE REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET CC NO. 1539 C-2.s SEQUEL CONTRACTORS, :. INDIANAPOLIS (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bi& Const Contract Unit Extentled fn No WNo Description Quantity U Price Amount - - = - _ e ._ . 1 -- MOBILIZATION 1 LS $ Holl Ow $ y O .; 000 . v 2 -- TRAFFIC CONTROL PLAN 1 LS $ � $ ��' 3 FURNISH PROJECT TRAFFIC 1 LS $ `I 4 ©0® $ q 00o . CONTROL 4 FURNISH AND INSTALL SIGNING 1 LS $ $ AND STRIPING PROJECT SPECIFIC WPCP 5 (WATER POLLUTION CONTROL 1 LS $ 0� $ PLAN)TO ADDRESS CONSTRUCTION BMP'S. INSTALL AND MAINTAIN 6 -- CONSTRUCTION BMP'S PER 1 LS $ �0^ $ APPROVED WPCP. REMOVE AND RECONSTRUCT CURB ACCESS RAMP, DEPRESSED CURB, AND GUTTER PER CALTRANS STD PLAN RSP A88A FROM BCR TO ECR. (CASES 00 /�[ SHOWN ON PLAN). (INCLUDES ALL <=�X-�/v ///�y�V"� 7 1 APPURTENANCES, CURB 2 EA $ $ GUTTER, DEPRESSED CURB, SIDEWALK, DOMES, RETAINING CURB, SLOT PAVEMENT, AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT 0.13' FIBER 8 3 REINFORCED ASPHALT RUBBER 1,550 TN $ J $ ) S/� 7so• HOT MIX(ARHM)WET PROCESS OVERLAY. 9 4 ADJUST SEWER MANHOLE TO 3 EA $ 90 O $ Alw—oc) GRADE. FURNISH AND INSTALL ZEBRON, SANCON OR CITY APPROVED _ 10 EQUAL COATING ON THE NEW 2 EA $ 6 CONCRETE INSIDE OF AGENCY SEWER MANHOLE RING. REPLACE WATER VALVE BOX 00 11 5 ASSEMBLY AND ADJUST TO 5 EA $ $ GRADE PER HB STD PLAN 612. C-2.9 • SEQUEL CONTRACTORS, Mo INDIANAPOLIS (NEWLAND TO MAGNOLIA) PROJECT BID SHEET Bid ' Const ,: Contract Unit Extended No. No. Description Q�aritity Unit Price me ) larrroant COLD MILL EXISTING A.C. Z� c- 12 6 PAVEMENT TO A DEPTH OF 0.26' 120,500 SF $ D • �- $ 2 J FROM EXISTING FINISHED SURFACE PER PLANS. CONSTRUCT NEW 0.13' B-PG-70- pv 10 FIBER REINFORCED A.C. BASE 13 6 COURSE OVER 95% COMPACTED 1,185 TN $ $ / SUBGRADE PRIOR TO 0.13'ARHM OVERLAY PER PLANS. EXCAVATE EXISTING A.C. 14 7 PAVEMENT TO A DEPTH OF 0.34' 37,145 SF $ O $ 2Cf, 71 (D FROM EXISTING FINISHED SURFACE PER PLANS. CONSTRUCT NEW 0.21' B-PG-70- 10 FIBER REINFORCED A.C. BASE 15 7 COURSE OVER 95% COMPACTED 590 TN $ 7 �'� u � • $ / q 1 2 J 6 SUBGRADE PRIOR TO 0.13'ARHM OVERLAY, PER PLANS. M 16 9 ADJUST SURVEY MONUMENT 1 EA $ $ W WELL TO GRADE. REMOVE AND RECONSTRUCT LOCAL DEPRESSION PER HB STD PLAN 302. (INCLUDES SLOT a � 17 10 65 LF $ $ PAVEMENT,AGGREGATE BASE, D �i AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CURB AND GUTTER PER HB STD PLAN 202 (CF=8"). (INCLUDES ino a61 18 11 SLOT PAVEMENT, AGGREGATE 600 LF $ $ BASE, LOT DRAINS, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT SIDEWALK PER HB STD. PLAN 207 AND AS MODIFIED ON PLANS. (INCLUDES OVER EXCAVATION OR FILL FOR CHANGES IN GRADE, RE-GRADE FROM WALK TO 19 12 EXISTING SLOPE, RELOCATING 15,200 SF IRRIGATION TO BACK OF NEW WALK, RETURNING LANDSCAPING TO PRE-CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) C-2.10 IFL CONTRACTORS, INDIANAPOLIS (NEWLAND TO MAGNOLIA) PROJECT BID SHEET 70 t ntr t t Extendedri &amifv--unit Pri Description cez' Amount INSTALL NEW DETECTOR LOOPS PER CITY STANDARD SPECIAL PROVISIONS FOR THE Q® %7 � CONSTRUCTION OF TRAFFIC 20 13 SIGNALS AND LIGHTING 26 EA $ $ SYSTEMS, 2005 EDITION. SPLICE LOOPS TO DLC IN PULLBOX. BIKE LANE LOOPS AND ALL LOOPS AT LIMIT LINE SHALL BE TYPE "D". REMOVE EXISTING TREE AND 00 06 ROOTS; GRIND TREE STUMP AND 21 14 ROOTS TO 24" BELOW TOP OF 32 EA $ $ SIDEWALK/GRADE WITHIN PROPOSED IMPROVEMENT AREA. I FURNISH AND PLANT NEW 24" BOX MULTI-TRUNK EASTERN RED BUD (CERCIS CANADENSIS) PER HB STD. PLANS 714, 715, 716, 718 &719 AS SHOWN ON PLANS. CITY STREET TREE SUPERVISOR OR C) C D THE AGENCY'S REPRESENTATIVE $ oco.—_ 22 16 SHALL DETERMINE TREE 16 EA $ LOCATION. (ITEM INCLUDES PROTECTING EXISTING IRRIGATION, CLEARING AND GRUBBING OF HEDGES WITHIN 5- FEET EITHER DIRECTION OF NEW TREE MEASURED FROM CENTER OF TREE). dG Total Amount Bid in Figures: $ (0 Total Amount Bid in Words: .............I................. ............... .....................................................................................1.11......................... ............................................. .................... ........................................ ­11.j.......................................................... ............ -ni la) 150(_C_�- F4 N -T C-2.11 ScOUR CONTRACTORS, WC, LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid` Name and Address of A,State Class `DIR PWC,,, Dollar--- %of�, Item(s) Subcontractor License; Regist ation Amount Contract Number Fr/ c 81� 1 c00©c ` �;S w SoJT-q r`- (o pt S 03 1 `� /� C' C rJlrl►.� -1aJ�,�� `7`l 3 I cx�0ad r G f,�0 17 kco. ! S 01� q7q v-T--VM(3e;03 �01 I �90 LA '-21 S 0-11 C L Cc,tJG-jr-LTV- A a3,9,ag Ia 3S C psi��L �� -?22 -7 7/ 1 J(sD,ocx�. (�CGPr2 NJS �11 aZ C��� PU Pick 2.22� 7 -3 D� 1 c'J o Z2� 2(0) �f Q GO©v v 2� Ste+ P6 3GX �Z Cj �C7(p / C, Grp Es Z> 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 3 2�, i , at s , CALIFORNIA Date City State VAR 2 8 2011 Thomas Q• Park , being first duly sworn, deposes and says that he or she is President of _ t�� ��'(�� _ � (eparty making the foregoing bid that the bid is not made in the-interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding, that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Name oWd S gn to �. P President 13545 IMPERIAL WIN. SANTA FE SPRINGS, CALIF. 90670 Address of Bidder C-4 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California ) County of LGS ANG#Lr"S ) MAR 2 8 2911 Danlp Yat.s ttY`ante-�, Not ry Pgb'�00 On before me, , Date Here Insert Name and Title of the Officer personally appeared Thomas S. Pact President Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the personx whose name( is/.'l;e subscribed to the within instrument and acknowledged to me that he/she/fhey executed the same in his/NLr/tNt r authorized capacity(I�, and that by his/hlltlh<r signature(`s,)on the instrument the person(, or the entity upon behalf of which the personN acted, executed the instrument. ♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦••♦♦•♦♦♦♦•♦♦•e I certify under PENALTY OF PERJURY under the laws • e of the State of California that the foregoing paragraph DANIEL BUSTAMANTE °.. f is true and correct. 0 "c, COMM. #2178467 ��.. NOTARY PUBLIC-CALIFORNIA WITNESS my hand and official seal. LOS ANGELES COUNTY G ♦ `' •' My Commission Expires JANUARY?:.2C21 ♦♦eee♦♦♦ ♦e♦♦♦e♦♦e♦♦e♦♦♦eee♦♦♦♦♦eeee♦e♦eeo{ Signature Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑Corporate Officer — Title(s): ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Partner — ❑ Limited ❑General ❑ Individual ❑Attorney in Fact ❑ Individual ❑Attorney in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑ Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: 02016 National Notary Association - www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item #5907 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 ATLANTA AVENUE REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET AND INDIANAPOLIS AVENUE REHABILITATION FROM NEWLAND STREET TO MAGNOLIA STREET CC NO. 1539 (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. TRACTORS, Contractor B Thomas S. PaCk President Title Date: MAR 2 9 2017 C-5 EOUEL CONTRACTORS, fit;,. 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 LF°No If the answer is yes, explain the circumstances in the space provided. Z IA- 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. Contractor By Thomas S. PaCk President Title Date: rMAR 2 .8 2017 C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: SEWEL CONTRACTOPS, Hr - Bidder Name 13346 IMPERIAL HWY. Business Address SANTA FE SPRINGS, CALIF. 90670 City, State Zip ((562))502-7227 YID 11L Sc�v c.c�ry7iE'�o�S.Corte Telephone Number Email Address ( IoCQUo A State Contractor's License No. and Class �T31 �G I Original Date Issued 31 � Expiration Date The work site was inspected by Thomas S. PacK of our office on Zl , 201_7. The following are persons, firms, and corporations having a principal interest in this proposal: SMUEL CONTRACTORS, Its(, Thomas S. Pack President Abel M oallanes WCHA4.A.MAKM,, SEW3 'ARX C-s ' SEQUEL CONTRACTORS, INC. ST.LIC#610600A 13546 IMPERIAL HWY SANTA FE SPRINGS, CA 90670 Fax (562) 802-7499 (562) 802-7227 Office ACTION BY UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF SEQUEL CONTRACTORS, INC. The undersigned being all of the Directors of SEQUEL CONTRATORS, INC. a California Corporation, do hereby take the following action by this written consent at a meeting of the Board of Directors held on April 4, 2015 in accordance with the Bylaws of the Corporation and the California Corporation Code. WHEREAS, the Board of Directors deems it advisable to authorize the officers of the Corporation, Abel Magallanes, Thomas S. Pack and Michael A. Mahler, respectively, to execute bid bonds on behalf of the Corporation with any agency, person, company or municipality; RESOLVED FURTHER, that Abel Magallanes, Thomas S. Pack and Michael A. Mahler are authorized to execute labor, material, and faithful performance bonds in connection with contracts to be entered into with any agency, person, company or municipality; RESOLVED FURTHER, that Abel Magallanes, Thomas S. Pack and Michael A. Mahler are authorized and directed to execute and deliver street improvement contracts and related agreements with any agency, person, company or municipality on such terms conditions as they deem advisable in their sole discretion; RESOLVED FURTHER, that Abel Magallanes, Thomas S. Pack and Michael A. Mahler be, and they hereby are authorized by their sole signatures on any document to bind this corporation to contract, bids, bonds,etc.; RESOLVED FURTHER, that Abel Magallanes, Thomas S. Pack and Michael A. Mahler be, and they hereby are authorized and directed to take any and all such other actions and execute such other documents as may be necessary or appropriate to carry out the purposes of the foregoing authorizations. In witness thereof, the undersigned Directors have executed this unanimous written consent to indicate this adoption of the consent of the foregoing resolution and the action set forth therein. Dated: pri 4, 2015 f thoiVas ac Abel Magallanes Director President Director,Vice President& Assistant Secretary M' el abler Director& Secretary 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. Compan me S gnatke of Bidder Thomas S. Pace, President Printed or Typed Signature Subscribed and sworn to before me this_day of VAR 2 6 2017201_ . 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 ) County of ) On before me, Month, Day, and Year Insert Name and Title of Notary personally appeared 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. Signature Signature of Notary Public (PLACE NOTARY SEAL ABOVE) C-9 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 `C`<'�?r`C'.�`t^h^•.(�C:i.C`t^n"f'.CY`�`�S.Y`.i.`L`d..Y'^..t1�3-Y.�Y'.�:�C:K�:'.f.C'C`.(`7l-XY".G'`C.,f^.1.t`<"d.'�S'`SAS'`..f.C`.C°.lJ�`:C`C`F`('.(�^.t^l`,c^1`.[`S�'S'.f'�Y;w'JC'.E;`C`.!.\'.`.Cf,[C'.f A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California ) County of LOS ANGELES ) On MAR 2 8 2011 before me, Daniel Bustamate,Na j Pubk Date Here Insert Name and Title of the Officer personally appeared Thomas S. Pacx President Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the persona whose name( is/a-\-- subscribed to the within instrument and acknowledged to me that he/s1W/t'hrey executed the same in his/Fl>_r/t?'m i authorized capacity(, and that by his/Nh)_-<th<ir signatureN on the instrument the person(*), or the entity upon behalf of which the personN acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws ••••••••••••••••••••e••e••e•ee•e•••e•ee•e•♦ of the State of California that the foregoing paragraph ,F. F,•. DANIEL QUSTAMANTE o is true and correct. 0 COMM. #2178467 i: �c NOTARY PUBLIC-CALIFORNIA K WITNESS my hand and official seal. ♦ LOS ANGELES COUNTY ^ ♦ `' ' Ny Commission Expires JANUARV 31.2C2! ® i/ .••••••• ♦•••e♦eeee•eeeeee♦•e••e••••e••♦•♦a Signature � Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Partner — ❑ Limited ❑General ❑ Individual ❑Attorney in Fact ❑ Individual ❑Attorney in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: ©2016 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item #5907 SEQUEL CONTRACTOR,"),, IN(, Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of{Describe specific work and experience necessary for project. For example, "Sanitary sewer line installation of at least of 1,000 of 8-inch and greater in public right-of-way. Sanitary sewer lift stations of similar size, project work within public streets, an area containing high ground water and pipeline construction in high ground water regions with trench depths of 8-feet to the invert.111. 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 1. S. ) `'� OAF LA I il►�`I r� S I � I m�c AV*- . Name and Address of Public Agency Name and Telephone No. of Project Manager: G- S f\ y 1 56-L -2-7 73 L� Co (0 _V^AL CuL� u c--'ca A�u cru S i ?>cI Contract Amount Type of Work Date Completed Provide additional project description to show similar work,:, `ZCS 1\) 2. (2>o(") (*JF- 1M-JNN LN - Name and Address of Public Agency \\ Name and Telephone No. of Project Manager: U I �l�rU`1C►� 316 y 12 53�3 0 2 y C2 P)b • �� �orJSTtZUC i t v- SFi'T Z o r n Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Srt --�- (I An 12PON)eW -a 3. CN-T-� C.>)�- 11`1ESTV\^ 00 MSTnAt� Si � Name and Address of Public Agency Name and Telephone No. of Project Manager: S-3?) . ( -2 P�Up7 r��rrzyL��o,J ,U-u S-r 201 S Contract Amount Type of Work Date Completed Provide ad� i-T'lv\,WDC tional project description to show similar work: SE��t"I~--T I 1`^r IbV e1\J7-( C-10 SEQUEL CONTRACTORS, INC. ST.LIC'610600A 13546 IMPERIAL H`VY SANTA FE SPRINGS, CA 90670 Fax (562) 802-7499 (562) 802-7227 Office STATEMENT OF EXPERIENCE 1. OWNER: CITY OF LA MIRADA ADDRESS: 15515 PHOEBE AVE. LA MIRADA, CA 90638 PHONE NO.: (562)902-2373 CONTACT: GARY SANUT PROJECT: RESIDENTIAL STREET REHAB PHASE 1 PROJECT AMOUNT: S4,668,969.75 COMPLETION DATE AUGUAT 2015 ?. OWNER: CITY OF INGLEWOOD ADDRESS: ONE MANrCHESTER BLVD INGLEWOOD. CA 90301 PHONE NO.: (310)412-5333 CONTACT: HUNTER NGUYEN PROJECT: STREET IMPROVEMENTS FY 20 N-2015 PROJECT_`L%iOUNT: S3.028,886.41 COMPLETION DATE SEPTEtiIBER 2015 6. OWNER: CITY OF WESTMNSTER ADDRESS: 8200'WESTMNSTER BLVD WESTMNSTER.CA 92683 PHONE NO.: (714) 548-3464 CONTACT: THERESA TRAN PROJECT: CITY`VIDE STREET ENIPROVEMENTS PROJECT AMOUNT: S 1.538.452.62 COVIPLETION DATE AUGUST 2015 4. OWNER: CITY OF CERRITOS ADDRESS: 18125 BLOOMFIELD AVE CERRITOS, CA 90703 PHONE NO.: (562)916-1229 CONTACT: FREDY BON--\;ILA PROJECT: RESIDENTIAAL STREET REHAB PROJECT AMOUNT: S544.627.80 COMPLETION DATE DECEti1BER 2015 5. OWNER: CITY OF LA MIRADA ADDRESS: 15515 PHOEBE AVE LA MIRADA, CA 90638 PHONE NO.: (562)902-2373 CONTACT: GARY SANUI PROJECT: FOSTER PARK AREA PHASE 4 PROJECT ANIOUti'T: S2,054,436.78 CO1iPLETION DATE OCTOBER 2015 SEQUEL CONTRACTORS, INC. ST.LIC'610600A 13546 IMPERIAL H`VY SANTA FE SPRINGS, CA 90670 Fax (562) 802-7499 (562) 802-7227 Office STATEMENT OF EXPERIENCE 6. OWNER: CITY"OF INGLEWOOD ADDRESS: ONE MANCHESTER BLVD INGLEWOOD. CA 90301 PHONE NO.: (310)412-5333 CONTACT: HUNTER NGUYEN PROJECT: STREET IMPROVEIviENTS FY 2012-13 PROJECT AMOUNT: S1,823,814.00 COMPLETION DATE SEPTEMBER 2014 7. 01�-N-ER: CITY OF GARDENIA ADDRESS: 170OW 162°d STREET GARDENA, CA 90247 PHONE NO.: (310)217-9500 CONTACT: JOHN FELIX PROJECT: VERNTONT AVE REHAB PROJECT AMOUNT: S 1.548.8 18.00 COMPLETION DATE AUGUST 2014 8. 01�IN-ER: CITY"OF HIGHLAND ADDRESS: 27215 BASE LINE HIGHLAND, CA 92346 PHONE NO.: (909) 864-6361 CONTACT: CARLOS Z_AtiLANO PROJECT: BASE LINE BEUTICICATION PROJECT AMOUNT: S2,725.182.63 COMPLETION DATE JANCiARY 2014 9. OWNER: CITY OF NEWPORT BEACH ADDRESS: 100 CIVIC CENTER DR. NE`VPORT BEACH, CA 92660 P H 0 NE NO.: (949) 644-3314 CONTACT: ALFRED CAST.LIEN PROJECT: RESIDENTIAL. STREET EVERLAY PROGRA INJ PROJECT AMOUNT: S1,280.124.99 CON;IPLETION DATE FEBRU.ARY 2015 10. OW�"ER: CITY OF SANTA FE SPRINGS ADDRESS: 11710 TELEGRAPH RD. S ANT FE SPRINGS, CA 90670 PHONE NO.: (562)868-0511 CONTACT: NOE NEGRETE PROJECT: GRIDLEY RD. PAVEMENT REHAB. PROJECT AMOUNT: S236.904.78 COMPLETION DATE MAY 2014 SEQUEL CONTRACTORSI INC. ST.LIC#610600A 13546 IMPERIAL HXVY SANTA FL SPRINGS, CA 90670 Fax (562) 802-7499 (562) 802-7227 Office STATEMENT OF EXPERIENCE 1 I. OWNER: CITY OF LA MIRADA ADDRESS: 15515 PHOEBE AVE. LA MIRADA, CA 90638 PHONE NO.: (562) 943-013I CONTACT: TONY MOR.ENO PROJECT: FOSTER PARK STREET IMPROVEMENTS PHASE 3 PROJECT AvIOUNT: S650,121.97 COMPLETION DATE OCTOBER 2013 12. OWNER: CITY OF TUSTIN ADDRESS: 300 CENTENNIAL WAY TUST IN, CA 92780 PHONE NO.: (714) 573-3157 CONTACT: EDDY JAN PROJECT: ANNUAL ROADWAY AND SIDEWALK REHAB PROJECT AMOUNT: S1,136,251.87 COMPLETION DATE NOVEMBER 2013 13. OWE-ER: CITY OF IN GLEWOOD ADDRESS: ONE MA�,'CHESTER BLVD NGLEWOOD, CA 90301 PHONE NO.: (310)412-5333 C0NT ACT: HUNTER NGUYEN PROJECT: STREET UvIPROVE%'IENTS FY 2012-13 PROJECT AMOUJIT: S 1,294,140.16 COMPLETION DATE JULY 2013 14. OWNER: CITY OF LOS ALAMITOS ADDRESS: 319I KATELLA AVE LOS ALAMITOS, CA 90720 PHONE NO.: (562)431-3538 CONTACT: DAVE HUTNT PROJECT: CO�LVIERCI_AL STREET IMPROVEMENT PROJECT AMOUNT: S600,776.30 COMPLETION DATE SEPTEMBER 2013 15. OWNER: CITY OF CERRITOS ADDRESS: 18125 BLOOMFIELD AVE. CERRITOS, CA 90703 PHONE NO.: (562)916-1229 CONTACT: FREDY BON-ILLA PROJECT: 183'STREET IMPROVEMENTS PROJECT �%IOLTNT: S529.823.96 COMPLETION DATE APRIL 2013 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 Telephone No. of proposed Project Manager: (562) 802-7227 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. "l-ilumas S. Pact, President Name of proposed Superintendent Telephone No. of proposed Superintendent:() 802-7227 See 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 SEQUEL CONTRACTORS, INC. ST.LIC 7610600A 13546 IMPERIAL H`VY SANTA FE SPRINGS, CA 90670 Fax (562) 802-7499 (562) 802-7227 Office STATEMENT OF EXPERIENCE 1. 0WiNER: CITY OF LA MIR-ADA ADDRESS: 15515 PHOEBE AVE. LA MIRADA, CA 90638 PHONE NO.: (562)902-2373 CONTACT: GARY SANUI PROJECT: RESIDENTIAL STREET REHAB PHASE 1 PROJECT AINIOUNT: S4,668,969.75 COMPLETION DATE AUGUAT 2015 2. OWNER: CITY OF NGLEWOOD ADDRESS: ONE TvLANCHESTER BLVD INGLEW"OOD, CA 90301 PHONE NO.: (310)412-5333 CONTACT: HUNTER NGUYEN PROJECT: STREET IMPROVEMENTS FY 2014-2015 PROJECT_-VMOUNT: S3.028,886.41 COMPLETION D A TE SEPTEMBER 2015 6. OWNER: CITY OF AVESTMNSTER ADDRESS: 8200 WESTMNSTER BLVD WESTMNSTER, CA 92683 PHONE NiO.: (714) 548-3464 CONTACT: THERESA TRAN PROJECT: CITY WIDE STREET IMPROVEMENTS PROJECT AMOUNT: S 1.538.452.62 COMPLETION DATE AUGUST 2015 4. OWNER: CITY OF CERRITOS ADDRESS: 18125 BLOOMFIELD AVE CERRITOS,CA 90703 PHONE NO.: (562) 916-1229 CONTACT: FREDY BONNILA PROJECT: RESIDENTIAL STREET REHAB PROJECT AMOUNT: S544.627.80 COMPLETION DATE DECEMBER 2015 � 5. OWNER: CITY OF LA MIRADA ADDRESS: 15515 PHOEBE AVE LA MIRADA. CA 90638 PHONE NO.: (562)902-2373 CONTACT: GARY S4,NUI PROJECT: FOSTER PARK AREA PHASE 4 PROJECT AMOUNT: S2;054,436.78 COMPLETION DATE OCTOBER 2015 SEQUEL CONTRACTORS, INC. ST.LIC#610600A 13546 IMPERIAL H`VY SANTA FE SPRINGS, CA 90670 Fax (562) 802-7499 (562) 802-7227 Office STATEMENT OF EXPERIENCE 6. OWNER: CITY OF INGLEWOOD ADDRESS: ONE NIANCHESTERBLVD NGLEWOOD. CA 90301 PHONE NO.: (310)412-5333 CONTACT: HUNTER NGUYEN PROJECT: STREET IMPROVEMENTS FY 2012-13 PROJECT AMOUNT: S 1,823,814.00 COMPLETION DATE SEPTEMBER 2014 7. OWNER: CITY OF GARDENA ADDRESS: 170OW 162°'STREET GARDENA, CA 90247 PHONE NO.: (310) 217-9500 CONTACT: JOHN FELIX PROJECT: VERMONT AVE REHAB PROJECT AMOUNT: S 1.548.818.00 COMPLETION DATE AU GUST 2014 S. OWNER: CITY OF HIGHLAN71) ADDRESS: 27215 BASE LINE HIGHLAND, CA 92346 PHONE NO.: (909) 8 64-68 61 CONTACT: CARLOS ZANIANO PROJECT: BASE LINE BEUTICICATION PROJECT-MOU T: S2,725,182.63 COMPLETION DATE J.ANUARY 2014 9. OWNER: CITY OF NEWPORT BEACH .=ADDRESS: 100 CIVIC CENTER DR. NE`VPORT BEACH, CA 92660 PHONE NO.: (949) 644-3314 CONTACT: AL.FRED CAST_<�NEN PROJECT: RESIDENTLAL STREET EVVERLAY PROGRAM PROJECT Ati10UNT: S1,280,124.99 COMPLETION DATE FEBRUARY 2015 10. O"�,ER: CITY OF SANTA FE SPRINGS ADDRESS: 11710 TELEGRAPH RD. SANT FE SPRINGS, CA 90670 PHONE NO.: (562) 868-0511 CONTACT: NOE NEGRETE PROJECT: GRIDLEY RD, PAVEtiIENT REHAB. PROJECT AMOUNT: S236.904.78 COMPLETION DATE MAY 2014 SEQUEL CONTRACTORS, INC. ST.LIC#610600A 13546 IMPERIAL H`VY SANTA FE SPRINGS, CA 90670 Fax (562) 802-7499 (562) 802-7227 Office STATEMENT OF EXPERIENCE 11. OWNER: CITY OF LA MIRADA ADDRESS: 15515 PHOEBE AVE. LA MIRADA, CA 90638 PHONE NO.: (562) 943-0131 CONTACT: TONY MORENO PROJECT: FOSTER PARK STREET IMPROVENIENTS PHASE 3 PROJECT AtiIOUi`iT: $650,121.97 COMPLETION DATE OCTOBER 2013 12. OWNER: CITY OF TUSTIN ADDRESS: 300 CENTENNIAL WAY TUSTLN.CA 92780 PHONE NO.: (714) 573-3157 CONTACT: EDDY JA-N PROJECT: ANNUAL`AL ROADWAY AlND SIDEWVALK REHAB PROJECT AMOUNT: S1,136,251.87 COtiIPLETION DATE NOVEMBER 2013 13. OWNER: CITY OF INGLEWOOD ADDRESS: ONE M_ANCHESTER BLVD INGLEWOOD, CA 90301 PHONE NO.: (310)412-5333 CONTACT: HUNTER NGUYEN PROJECT: STREET ItiIPROVEti'IENTS FY 2012-13 PROJECT AMOUNT: S1.294.140.16 COMPLETION DATE DULY 2013 I4. OWNER: CITY OF LOS ALAVIITOS :ADDRESS: 3191 KATELLA AVE LOS .ALA2v1ITOS. CA 90720 PHONE NO.: (562)431-3538 CONTACT: DAVE HUNT PROJECT: COMti'IERCIAL STREET IMPROVEMENT PROJECT AMOUNT: S600,776.30 COMPLETION DATE SEPTEtiIBER 2013 15. OWNER: CITY OF CERRITOS ADDRESS: 18125 BLOOMFIELD AVE. CERRITOS, CA 90703 PHONE NO.: (562)916-1229 CONTACT: FREDY BONILLA PROJECT: 183'STREET IMPROVEtiIENTS PROJECT AMOUNT: S529.823.96 COMPLETION DATE APRIL 2013 SEQUEL CONTRACTORS, INC. ST. LIC #610600A 13546 IMPERIAL HIGHWAY SANTA FE SPRINGS, CA 90670 FAX (562) 802-7499 (562) 802-7227 OFFICE RESUME FOR THOMAS S. PACK Sequel Contractors, Inc. President and Treasurer TRAINING: Thirty-three years in the industry with three years of experience in mechanical construction and engineering, twelve years of experience in private industry road building estimating both Public Works and Private Works and four years as an executive. Responsible for start up, management and completion of the final product. WORK EXPERIENCE: Sequel Contractors, Inc. 1995-Presently President & Treasurer Vice President & Secretary Executive and Project Manager Shawnan Corporation 1991-1995 Vice President & Secretary Chief Estimator and Project Manager for Public Works Boral Resources 1988-1991 Estimator for Public Works & Private Works Sully Miller Co. 1983-1988 Estimator for Public Works & Private Works Fluor Constructors 1980-1983 Warehouse Administrator resume.tsp SEQUEL CONTRACTORS, INC. ST.LIC#610600A 13546 IMPERIAL HWY SANTA FE SPRINGS, CA 90670 Fax (562) 802-7499 (562) 802-7227 Office RESUME FOR MICHAEL A. MAHLER Sequel Contractors, Inc. Secretary TRAINING: Twenty-Two years in estimating and project managing for both Public and Private Works General Engineer Construction with one year experiences in Building Construction. Earned a Bachelors of Science degree in 1996 from California State University at Long Beach in Engineering Construction Management. WORK EXPERIENCE: Sequel Contractors, Inc. 1996- Present Assistant Secretary, Chief Estimator& Scheduler. Senior Project Manager Responsible for Bid Review, Bidding Schedule and Overall Operations of the Estimating & Project Manager Department. Storm Water Pollution Prevention Manager Shawnan Corporation 1994-1996 Estimator for Public & Private Works Project Engineering for Port of L.A. Berth 300 Backland Improvements Project Management Contractors Labor Pool 1993-1994 Finished Carpenters Assistant General Laborer & Rough Carpentry "RESUMEMAM" S CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771.1(a)), passed by the California State Senate on June 20, 2014, established a new public works Contractor Registration Program, which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations (DIR). Currently the annual non-refundable registration fee for Contractors is $300. Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 http://www.dir.ca.gov/DLSE/PublicWorks/SB854FactSheet_6.30.14.pdf DIR's Contractor Registration Link—Call (844) 522-6734 https://efiling.dir.ca.gov/PWCR/ActionServlet?action--displayPWCRegistrationFonn DIR's Contractor Registration searchable database: https://efiling.dir.ca.gov/PWCR/Search.action I am aware and will comply with the provisions of Labor Code Section 1771.1(a) which states: "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded." I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid. SEOUEL ��'� , INC. Contracto Thomas S. Pack PreSident Title Date: UR 2 9 2011 PWC REGISTRATION#: 1 d��yU3 S 2 1 C-12 STATE OF CALIFORNIA DEPARTMENT OF RESOURCES RECYCLING AND RECOVERY(CalRecycle) RELIABLE CONTRACTOR DECLARATION CalRecycle 168(Revised 7/13) This form must be completed and submitted to the Department of Resources Recycling and Recovery(CalRecycle) prior to authorizing a contractor(s) to commence work. Failure to provide this documentation in a timely manner may result in nonpayment of funds to the contractor(s). This form is intended to help the CalRecycle's Grantees comply with the Unreliable List requirement of their Terms and Conditions. The Unreliable List provision requires the following: Prior to authorizing a contractor(s) to commence work under the Grant, the Grantee shall submit to CalRecycle a declaration signed under penalty of perjury by the contractor(s) stating that within the preceding three (3) years, none of the events listed in Section 17050 of Title 14, California Code of Regulations,Natural Resources, Division 7, has occurred with respect to the contractor(s). Please see the reverse of this page,or refer to www.catre s.com If any of the events listed in Section 17050 have occurred, disclosure is required but will not necessarily result in CalRecycle refusing to approve the contractor. A signed statement explaining the facts and circumstances of the events must be attached to and submitted with this form. Contractor: Complete the form and send original to the Grantee. Grantee: Scan the form and upload it to the grant in CalRecycle's Grant Management System (GMS). For f trther instruction about logging into GMS and uploading this form, reference the Procedures and Requirements. Retain the original form in your grant file. GRANTEE INFORMATION -- GRANTEE NAME: GRANT NUMBER: PRIMARY CONTACT NAME: fCO INFORMATION �. � ; CONTRACTOR NAME: AUTHORIZED CONTRACTOR REPRESENTATIVE NAME: Thomas S. Pack President MAILING ADDRESS: 13546 IMPERIAL HWY. SANTA FE SPRINGS, CALIF. 90670 As the authorized representative of the above identified contractor, I declare under penalty of perjury under the laws of the State of California that within the preceding three (3)years, none of the events listed in Section 17050 of Title 14, California Code of Regulations, Natural Resources, Division 7, has occurred with respect to the above identified contractor. Alternatively, as the authorized representative of the above identified contractor,1 declare under penalty of perjury under the laws of the State of California that within the preceding three (3)years, if anv of the events listed in Section 17050 of Title 14, California Code of Regulations,Natural Resources, Division 7, has occurred with respect to the above identified contractor, 1 have disclosed all such occurrences in an attached signed statement that explains the facts and circumstances of the listed events. I i o r q g ��,� Signature ; Date IIA9 , 1 f cl l r� C-13 SE Ei CONTMCTOM, roc. STATE OF CALIFORNIA DEPARTMENT OF RESOURCES RECYCLING AND RECOVERY(CalRecycle) RELIABLE CONTRACTOR DECLARATION CalRecycle 168(Revised 7/13) Title 14 CCR,Division 7,Chapter 1 Article 5.Unreliable Contractors,Subcontractors,Borrowers and Grantees Section 17050.Grounds for Placement on Unreliable List The following are grounds for a finding that a contractor,any subcontractor that provides services for a CalRecycle agreement, grantee or borrower is unreliable and should be placed on the CalRecycle Unreliable Contractor, Subcontractor, Grantee or Borrower List ("Unreliable List"). The presence of one of these grounds shall not automatically result in placement on the Unreliable List. A finding must be made by the Executive Director in accordance with section 17054,and there must be a final decision on any appeal that may be filed in accordance with section 17055 et seq. (a) Disallowance of any and/or all claim(s)to CalRecycle due to fraudulent claims or reporting;or (b) The filing of a civil action by the Attorney General for a violation of the False Claims Act,Government Code section 12650 et.seq;or (c) Default on a CalRecycle loan,as evidenced by written notice from CalRecycle staff provided to the borrower of the default;or (d) Foreclosure upon real property loan collateral or repossession of personal property loan collateral by CalRecycle;or (e) Filing voluntary or involuntary bankruptcy,where there is a finding based on substantial evidence,that the bankruptcy interfered with the CalRecycle contract,subcontract,grant or loan;or (f) Breach of the terms and conditions of a previous CalRecycle contract,any subcontract for a CalRecycle agreement, grant,or loan,resulting in termination of the CalRecycle contract,subcontract,grant or loan by the CalRecycle or prime contractor;or (g) Placement on the CalRecycle's chronic violator inventory established pursuant to Public Resources Code section 44104 for any owner or operator of a solid waste facility;or (h) The person,or any partner,member,officer,director,responsible managing officer,or responsible managing employee of an entity has been convicted by a court of competent jurisdiction of any charge of fraud,bribery,collusion, conspiracy,or any act in violation of any state or federal antitrust law in connection with the bidding upon,award of,or performance under any CalRecycle contract,subcontract,grant or loan;or (i) The person or entity is on the list of unreliable persons or entities,or similar list,of any other federal or California state agency;or (j) The person or entity has violated an Order issued in accordance with section 18304;or, (k) The person or entity has directed or transported to,has or accepted waste tires at,a site where the operator is required to have but does not have a waste tire facility permit;or, (1) The person or entity has transported waste tires without a waste tire hauler registration;or, (m) The person or entity has had a solid waste facility or waste tire permit or a waste tire hauler registration denied, suspended or revoked;or, (n) The person or entity has abandoned a site or taken a similar action which resulted in corrective action or the expenditure of funds by CalRecycle to remediate,clean,or abate a nuisance at the site;or (o) The following are additional grounds for a finding that,a person or entity described below should be placed on the Unreliable List: (1) The person or entity owned 20%or more of an entity on the Unreliable List at the time of the activity that resulted in its placement on the Unreliable List; (2) The person held the position of officer director,manager,partner,trustee,or any other management position with significant control(Principal Manager)in an entity on the Unreliable List at the time of the activity that resulted in its placement on the Unreliable List; (3) The entity includes a Principal Manager who: 1. Was a Principal Manager in an entity on the Unreliable List at the time of the activity that resulted in its placement on the Unreliable List;or, 2. Owned 20%or more of an entity on the Unreliable List at the time of the activity that resulted in its placement on the Unreliable List; (4) The entity has a person who owns 20%or more of the entity,if that person: I. Was a Principal Manager in an entity on the Unreliable List at the time of the activity that resulted in its placement on the Unreliable List;or, 2. Owned 20%or more of an entity on the Unreliable List at the time of the activity that resulted in its placement on the Unreliable List. (5) The entity has another entity which owns 20%or more of the entity,if that other entity: 1. is on the Unreliable List;or, 2. Owned 20%or more of an entity on the Unreliable List at the time of the activity that resulted in its placement on the Unreliable List. (6) Subsection(o)is not intended to apply to a person or entity that purchases or otherwise obtains an entity on the Unreliable List subsequent to its placement on the Unreliable List. C-14 Bond No. Bid Bond BID BOND The American Institute of Architects, AIA Document No.A310(February, 1970 Edition) KNOW ALL MEN BY THESE PRESENTS,that we Sequel Contractors, Inc. _ as Principal hereinafter called the Principal,and Travelers Casualty and Surety Company of America a corporation duly organized under the laws ofthe state of Connecticut as Surety, hereinafter called the Surety, are held and fimily bound unto City of Huntington Beach as Obligee,hereinafter called the Obligee,in the sum of Ten percent of the total amount of the bid Dollars ($ 10 Rio ), 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 Atlanta Avenue&Indianapolis Avenue(1539) NOW,TFIEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with tine 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 famished 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,them this obligation shall be null and void,otherwise to remain in full force and effect. Signed and sealed this 15th day of March 2017 Sequel ra nc Witness (fit) Y —_ f njS I President NMMrrifle Travelers Casualty and Surety Company of America Surety (Seal) Witness By:r�'4 0 - k". Dougladln,.Rapp Attorney-in-Fact ORSC 21328(5/97) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 ..C`C`.(`Y'.CSC:C`F`,C"C.CC'.('t.!^(�.C �`C.C`C�,C�".CC"F`CAA`C,(`f.('C.("t.C`C.C`C.C`C�.f`f�,CY`.Y`.["C"i'K`�-E'��" 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 LGS ANGELES ) On MAR t 5 2917 before me, r 3,� s �,.,.;ytG : � °�� � a`+j Date Here Insert Name and Title of the Officer personally appeared Thomas S. Pack President Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the personN) whose namex is/,IF-- subscribed to the within instrument and acknowledged to me that he/S'W/they executed the same in his/MK/tPrsir authorized capacity(ile-s), and that by his/her rh<ir signatureN on the instrument the person(, or the entity upon behalf of which the personN acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws •••o•••••o•••••••••••••••••••••••••••••'•o• of the State of California that the foregoing paragraph • •U'" DANIEL BUSTAMANTE F � is true and correct. O COMM. #2178467 NOTARY PUBLIC CALIFORNIA C WITNESS my hand and official seal. LOS ANGELES COUNTY o ///j � ♦ ' -' My Commission Expires JANUARV 31.2C21 ` ji/ ••o••o•• ••••••o.••o••oo•0000•o•o•oo•••••oc Signature l/j�/ Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Partner — ❑ Limited ❑General ❑ Individual ❑Attorney in Fact ❑ Individual ❑Attorney in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: ©2016 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item #5907 ACKNOWLEDGMENT State of California County of Orange ) On March 15, 2017 before me, Debra Swanson, Notary Public (insert name and title of the officer) personally appeared Douglas A. Rapp who proved to me on the basis of satisfactory evidence to be the person(,d)whose name(0) isAefe subscribed to the within instrument and acknowledged to me that he/ehe*hey executed the same in his/4&OY;eif authorized capacity(yes}, and that by his!ha eir signature(o) on the instrument the person(g), 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. A .,E 01�„FJ� DEBRASWANSON N COMM. #2170759 0 ® o NOTARY PUBLICtAIJFORNIA� ORANGE COUNTY N MY COMM,EXP,NOV 10,2020 Signature _�,.. ,�— �,. �i_a �'iC— �n�� -,� (Seal) WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELERS Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company ! Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 224524 Certificate No. 006796240 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint C I Timothy D.Rapp, and Douglas A.Rapp 6 of the City of A)iso Viejo State of California their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 16th day of May 2016 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company GhSU�� _PItTY Wn. .�v',�FIRE4'W`% :'�*�S .`1 1N 5�,..,.,.,., Tv aN •. ' a r 'TY'4 .{, oY 1977,�t n a HARTFORD, t e,�,!'H4RTFORD, 18 6� 'o: w CONN. ` COHN.f? or t r SEAL.'o; ':.a..SEAL;a: �Oo \ �'bi� �� 41 / l. State of Connecticut By: City of Hartford ss. Robert L.Raney,Senior Vie President On this the 16th day of May 2016 before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. G•jr In Witness Whereof,I hereunto set my hand and official seal. TAR W w" My Commission expires the 30th day of June,2021. p �G {r Made C.Teneault,Notary Public VEC'g 58440-5-16 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resoi:ations ad,,)pted by the Boards of Directors of Farmington Casualty Company,Fidelity €� and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St. Paul Fire and Marine Insurance Company,St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President, any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's naive and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seat by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsinle signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIDIONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 15th day of March ,20 17 sr 41i� ( Kevin E.Hughes,Assistant Sec Lary GAS U,�(j _p�Nllin. cpey FlRE�S�Wq '�!K��� ,r'p MSU,V9... �p�TV 4Nps gyp Llq� Y Zap p*; }r.Lo0.POR��F.'f1 3W:'p0.POFAl`�„ UP m, ` g' y�`� 1 9 8 2 0 Q4FORAiED .�-�,?^ - _. m$ .c f y m 3 J/_ � RU F —'— .n s ¢ HARTFORD, < F7RRI�aR0.I _ w 1 gn i 1951 a ��••.SE AL.`oi .SEAL::31 ? coNN. o `�` ncvin. �e o 1896 '� �'3�6 fib•'.. i 6 .:'yD I s; 4 ,�( �f�AN�dc bey ti� ��! �� � i ''ro`;,�,,m`d`�' �?s"aH,., i�,;5..._...�f�• 1 F To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney-In-Fact number,.the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER City ®f Huntington Beach 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachca.gov `EB,�� j9p9 P°' '♦ Office of the City Clerk e Robin Estanislau, City Clerk July 24, 2017 Sequel Contractors, Inc. 13546 Imperial Hwy. Santa Fe Springs, CA 90670 RE: Atlanta Ave. & Indianapolis Ave. Rehabilitation — CC-1539 Enclosed please find your original bid bond for CC-1539. Sincerely, 4?� �&4waw Robin Estanislau, CIVIC City Clerk RE:pe Enclosure Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand