Loading...
HomeMy WebLinkAboutAll American Asphalt Company - 2020-03-02 (2) RECEIVED BY: CITY CLERK RECEIPT COPY �. Return DUPLICATE to City Clerk's Office (Name) after signing/dating (Date) 17BCITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION TO: City Treasurer FROM: City Clerk DATE: ///,�?6, J� / 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. 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. 154L4e Agenda Item No. JD — lqp MSC No. City Clerk Vault No. Other No. SIRE System ID No. `Sz- 5ca g:/forms/bond transmittal to treasurer CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION DATE: 1/14/2021 TO: THOSE LISTED HEREON ] FROM: Joseph Fuentes, Contract Administrator✓�'c SUBJECT: Retention Release Payment- PO#25822 OJ Supplier#3853 Co.#1247 Graham St. Rehab., Slater Ave. Rehab., Newland Street Rehab., and Atlanta Ave. Rehab., Project# CC-1576 Contractor's Name: All American Address: 400 E.6th Street City, State and Zip Code: Corona, CA, 92879 Phone Number: (951)736-7600 City Business License Number: A005420 Notice of Completion (Date by City Clerk): 12/9/2020 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. ate Sean Crumby, Director T c Works I certify that there are no outstanding invoices on file. 1 1)-6 yl C_� Z Date oy -lZacks, Deputy City Treasurer_ 1 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 Orerk 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 Bond No.: 7663140 Premium is included in the performance bond Executed in: 2 Counterparts MAINTENANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: That All American Asphalt (contractor's name) 400 East Sixth Street,Corona,CA 92879 (contractor's street address,city and state and zip code) as Principal (hereinafter called Contractor),and: Fidelity and Deposit Company of Maryland _(surety's name) 777 S.Fiqueroa Street Suite 3900,Los Angeles,CA 90017 (surety's street address,city and state and zip code) a corporation organized and existing under the laws of the State of Illinois with its principal office in the City of Schaumburg as Surety(hereinafter called Surety),are held firmly bound unto CITY OF HUNTINGTON BEACH as Obligee (hereinafter called Owner), in the amount of Four Million Nine Hundred Sixty Four Thousand Eight Hundred Dollars ($4,964,807.35 ), 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, 'Seven and 35/100 ' WHEREAS, Surety is a duly admitted surety insurer under the laws of the State of California;and Surety is certified and listed in"the U.S. Department of the Treasury Circular 570,and able to provide proof of bonding limitation shown in said circular is sufficient to provide bonds in the amount required by said Contract;and Surety has provided financial strength ratings from reputable companies; such as from A.M. Best, Moody's;Standard & Poor's,to validate that Surety has positive ratings of being secure or stable;and Surety is registered and listed with the California Department of Insurance;and Contractor has by written agreement dated ,20_,entered into a contract with Owner for the Arterial Rehabilitation CC-1576-Rehabilitation of Arterial Segments on Atlanta Avenue Graham Street,Newland Avenue, and Slater Avenue 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 TBD 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 gth day of December 2020 Principal Raised Corporate Seal All American Asphalt [MUST BE AFFIXED] (Contractor Name) By: � (Seal) Principal Raised Corporate Seal r 'i� J• 6,Ise H [MUST BE AFFIXED] , � V� (Title) Fidelity and Deposit Company of Maryland (Surety Name) By: (Seal) it' cin,Attorney-in-Fact APPROVED AS RM NOTES: ichael E. Ga es, City Attorney 1. Acknowledgments must be completed and returned as part of the bond. ; 2. Raised Corporate Seals are mandatory, 3. Please attach Power of Attorney. 154584/118138 2 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 validitv of that document. State of California County of Riverside On December 22, 2020 before me, B. Royster, Notary Public Date Here Insert name and Title of the Officer personally appeared Edward J. Carlson Name%'M Signe 7 who proved to me on the basis of satisfactory evidence to be the ,•_�;. 8.ROYSTER persons) whose name(s) is/are subscribed to the within instrument Notary Public California I and acknowledged to me that he/she/they executed the same in s >• Riverside County > Commission#2260352 his/he4their authorized capacity(ies), and that by his/beFAh& My Comm.Expires Oct 26,2022 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 forgoing paragraph is true and correct. WITNESS hand a official seal. Signature Place Notary Seal Above Signaee 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 Maintenance Bond —City of Huntington Beach Document Date: December 9, 2020 Number of Pages: 3 Signer(s)Other Than Named Above: William Syrkin, Attorney-in-Fact Capacity(ies)Claimed by Signer(s) Signer's Name: Edward J. Carlson Signer's Name: ❑ Individual ❑ Individual X Corporate Officer—Title(&): Vice President ❑Corporate Officer—Title(s): ❑ Partner I ❑ Limited ❑General ❑ Partner ❑ Limited ❑ Gen RIGHT THUMBPRINT ❑Attorney in Fact ❑Attorney in Fact ' ❑Trustee Top of thumb here ❑Trustee Top of thumb here ❑Other: ❑ Other: Signer is Representing: Signer is Representing: All American Asphalt 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 12,109/2020 before me, Liliana Gomez,Notary Public Date Here Insert Name and Title of the Officer personally appeared William Syrkin Name(�*of Signer?* who proved to me on the basis of satisfactory evidence to be the persons} whose name(. is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/hw/theit'authorized capacityji*, and that by his/her/their signatureZy*on the instrument the person(* or the entity upon behalf of which the persorN 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. uuANa GoMEz WITNESS my hand and official seal. t .: h Notary Public Cahforma > a Orange County r Commission a 2243326 My Comm.Expires May 20,- SignaturePjj�,�j Signature o 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: Maintenance Bond No. 7663140 Document Date: 12109/2020 Number of Pages: Two 2 Signer(s) Other Than Named Above: All American Asphalt Capacity(ies) Claimed by Signer(s) Signer's Name: William Syrkin Signer's Name: ❑Corporate Officer — Title(s): O Corporate Officer — Title(s): ❑Partner — _1 Limited ` General ❑ Partner — 1-1 Limited Ej General O Individual :'Attorney in Fact ❑ Individual C Attorney in Fact ❑Trustee ❑Guardian or Conservator O Trustee ❑Guardian or Conservator ❑Other: _ n Other: Signer Is Representing: Signer Is Representing: Fidelity and Deposit Company of Maryland ©2014 National Notary Association - www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attornevs-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attomeys-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, Secretary 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 I Oth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 9th_____day of December 2020 ICAL By: Brian M.Hodges Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND,THE BOND NUMBER,AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg,IL 60196-1056 www.reoortsfc laim s(c'b,zurichna.com 800-626-4577 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 Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D.Murray,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 1 Ith day of June,A.D.2019. d�cl���� so�owcorpf� rJg+it�� 8SAL ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D.Murray Vice President By: Dawn E.Brown Secretary State of Maryland County of Baltimore On this I ith day of June, A.D. 2019, before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,Robert D. Murray,Vice President and Dawn E.Brown,Secretary of the Companies,to the personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly swom,deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. 1 IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. Constance A.Dunn,Notary Public My Commission Expires:July 9,2023 No. 2479-4 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO Amended Certificate of Authority THIS IS TO CERTIFY that,pursuant to the Insurance Code of the State of California, Fidelity and Deposit Company of Maryland offilinois,organized under the laws offlifinois,subject to its Articles ofIncorporation or otherjundainental organizational documents, is hereby authorized to transact within this:State,subject to all provisions ofthis Certificate, the following classes of insurance: Fire,Marine,Surety,Plate Class,Liability,Workers'Compensation, Boiler and Machinery,Burglary,Credit,Sprinkler,.Team and Vehicle, Automobile,Aircraft and Miscellaneous as such classes are now or may hereafter be defined in the Insurance Laws of the Slate of California. THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full coTpliance with all,and not in violation oJ'any, of the applicable laws and lawful requirements inade under authority of the laws of the State of California as-long as such laws or requirements are in effect and applicable, and as such laws and requirements,now are,or inay hereafter be changed or amended IN WITNESS WHEREOF, effective as ol"the 12'day of.,Vlarch, 2019,1 have set my hand and caused my official seat to be affixed this 12'day of March, 2019. Ricardo Tara Insurance Commissioner BY Valerie Sarfatv for Catalina I-laves-Bautista Insurance Chief Deputy NOTICE: Qualification with the Secretary of State must be accomplished as required by the California Corporations Code promptly after issuance of this Certificate of Authority. Failure to dosowill be a violation ofInsurance Code section 701 and will be grounds for revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained herein. CONTRACTOR'S CERTIFICATE I Edward J. Carlson, Vice President , state and certify that: (Name of Declarant) 1. All American Asphalt is the general contractor to the City of Huntington Beach("City") on Contract No. CC-1576 (the "Contract") for the construction of the public work of improvement entitled: Arterial Rehabilitation CC-1576—Rehabilitation of Arterial Segments on Atlanta Avenue Graham Street, Newland Avenue, and Slater Avenue (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. Executed at Corona, California on this 2 day of December , 20 20 (Signature o Declarant) APPROVED AS RIM Edward J. Carlson, Vice President ��� Michae . Gates CityAttorney 1 Certification of Compliance with Prevailing Wage Laws To: City of Huntington Beach Department of Public Works 2000 Main Street/P.O. Box 190 Huntington Beach, CA 92648 Re: Certification of Compliance with Prevailing Wage Laws Contract: Arterial Rehabilitation, CC-1576 Project: Arterial Rehabilitation, CC-1576 - Rehabilitation of Arterial Segments on Atlanta Avenue, Graham Street, Newland Avenue, and Slater Avenue 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 Z 2v'd day of December , 20 20 , at Corona , California. (Contractor Name) dward J. Carlson, Vice President APPROVED O FO By: M�tyv el E. Gates ttorney 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: Arterial Rehabilitation, CC-1576 Project: Arterial Rehabilitation, CC-1576- Rehabilitation of Arterial Segments on Atlanta Avenue, Graham Street, Newland Avenue, and Slater Avenue 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 segrcgatcd 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 V"VI day of December , 20 20 , at Corona , California. (Contractor Name) Edward J. Carlson, Vice President APPROVED F By: Mic el E. Gates City Attorney 1 RECEIVED BY: CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office (Name) after signing/dating (Date) >tf CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION LD TO: City Treasurer FROM: City Clerk DATE: 14 �2����/ SUBJECT: Bond Acceptance I have received the bonds for o411 �JO Jh� ¢- (company Name)T CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. Payment Bond (Labor and Materials) Bond No. Warranty or Maintenance Bond No. TRACT AND DEVELOPMENT Faithful Performance Bond No. Labor and Material Bond No. Guarantee and Warranty Bond No. Monument Bond No. Franchise Bond No. Letter of Credit Bond No. Other Re: Tract No. Approved `3�a2 �2va0 .� (Council Approval Date) CC No. Agenda Item No. MSC No. City Clerk Vault No. &VO•SO Other No. SIRE System ID No. g:/forms/bond transmittal to treasurer Batch 8488161 Confirmation Page 1 of 1 PLEASE COMPLETE THIS INFORMATION Recorded in Official Records,Grange County Hugh Nguyen,Clerk-Recorder RECORDING REQUESTED BY: II I I II II I I I III I I I I I I I II II II NO FEE * $ R 0 0 1 2 3 2 4 2 4 1 S + 2020000722798 9:48 am 12/09/20 9 RW9A NI 1 WHEN RECORDED MAIL TO: 0.00 0.00 0.00 0.00 0.00 0.00 0.000.000.00 0.00 CITY OF HUNTINGTON BEACH PUBLIC WORKS DEPARTMENT Attn:Jim McGee P.O.Box 190—2000 Main Street Huntington Beach,CA 92648 j 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 92(>48,that the contract heretofore awarded to All American,who was the company thereon for doing the following work to-wit: Graham St.Rehab.,Slater Ave.Rehab.,Newland Street Rehab.,and Atlanta Ave.Rehab.,Project p CC-1576 That said work was completed 1 2/0 112 0 2 0 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 1210112020,per City Council Resolution No.2003-70 adopted October G.2003. That upon said contract Fidelity and Deposit Company of Maryland,was surety for the bond given by the said company as required This document is solely for the official business of the City of Huntington Beach,as contemplated under Government Code Section 27383 and should be recorded free of charge. Direttor of ublic Works or City Engineer Date City of Huntington Beach,California STATE OF CALIFORNIA) County of Orange )ss: City of Huntington Beach ) I,the undersigned,say:I am an Agent of the City of Huntington Beach,owner in fee,in the foregoing NOTICE OF COMPLETION. I have read said NOTICE OF COMPLETION and know the contents thereof,the same is true of my knowledge. I declare under penalty of perjury that the foregoing is true and correct,and that said NOTICE OF COMPLETION was duly and regularly ordered to be recorded in the Office of the County Recorder of Orange County. This document is solely the official business of the City of Huntington Beach,as contemplated `nor of-�ub under Government code section 27383 and Dire or Works—or City Engineer D to 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) https://gs.secure-recording.coin/Batch/Confimiation/8488161 12/15/2020 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 Clerkk/ DATE: y/, y/2U SUBJECT: Bond Acceptance 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. 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. Agenda-Item No. C)o - /y/o MSC No. City Clerk Vault No. Other No. SIRE System ID No. g:/forms/bond transmittal to treasurer CITY FUNDED CONSTRUCTION CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND ALL AMERICAN ASPHALT FOR ARTERIAL REHABILITATION, CC-1576 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 ALL AMERICAN ASPHALT , 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 rehabilitation of arterial segments on Atlanta Avenue, Graham Street, Newland Avenue, and Slater Avenue 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 1 16-5195/City Funded Construction Contract.docx—revised 04/2016 prosecution of work, and for all other risks of any description in connection with the work, including, but not limited to, all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as are herein expressly stipulated to be borne by CITY, and for well and faithfully completing the work within the stipulated time and in the manner shown and described in this Agreement, and in accordance with the requirements of CITY for the compensation set forth in the accepted bid proposal. 2. ACCEPTANCE OF CONDITIONS OF WORK; PLANS AND SPECIFICATIONS CONTRACTOR acknowledges that it is fully familiar with all the terms,conditions and obligations of this Agreement and the Contract Documents (as defined below in this Section), 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/City Funded Construction Contract.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 16-5195/City Funded Construction Contract.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 Five Million One Hundred Eighty One Thousand Nine Hundred Ninety Five Dollars (� 5,181,995.00 ), as set forth in the Contract Documents, to be paid as provided in this Agreement. 4. COMMENCEMENT OF PROJECT CONTRACTOR agrees to commence the PROJECT within ten (10) working days after the Notice To Proceed is issued and diligently prosecute the PROJECT to completion within One Hundred Five 1( 05 ) consecutive Working days from the day the Notice to Proceed is issued by DPW, excluding delays provided for in this Agreement. 5. TIME OF THE ESSENCE The parties hereto recognize and agree that time is of the essence in the performance of this Agreement and each and every provision of the Contract Documents. CONTRACTOR shall prepare and obtain approval as required by the Contract Documents for all shop drawings, details and samples, and do all other things necessary and incidental to the prosecution of its work in conformance with the progress schedule set forth in the Contract Documents. CONTRACTOR shall coordinate its work with the work of all other contractors, subcontractors, and CITY forces working on the PROJECT in a manner that will facilitate the efficient completion of the PROJECT and in accordance with the terms and provisions of this Agreement. CITY shall have complete control of the premises on which the work is to be performed and shall have the right to decide the time and order in which the various portions of the work shall be performed and the priority of the work of other contractors, 4 16-5195/City Funded Construction Contract.docx—revised 04/2016 subcontractors and CITY forces and, in general, all matters concerning the timely and orderly conduct of the work of CONTRACTOR on the premises. 6. CHANGES CONTRACTOR shall adhere strictly to the plans and specifications set forth in the Contract Documents unless a change therefrom is authorized in writing by DPW. CONTRACTOR agrees to make any and all changes, 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/City Funded Construction Contract.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 payroll 6 16-5195/City Funded Construction Contract.docx—revised 04/2016 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 ) 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 7 16-5195/City Funded Construction Contract.docx—revised 04/2016 delay and CITY shall extend the time for completing the work if, in its judgment, the findings of fact thereon justify the delay; and the decision of DPW shall be conclusive on the parties hereto. Should CONTRACTOR be delayed in the prosecution or completion of the work by the act, neglect or default of CITY, or should CONTRACTOR be delayed by waiting for materials required by this Agreement to be furnished by CITY, or by damage caused by fire or other casualty at the job site for which CONTRACTOR is not responsible, or by the combined action of the workers, in no way caused by or resulting 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/City Funded Construction Contract.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 within fifteen (15)days 9 16-5195/City Funded Construction Contract.docx—revised 04/2016 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 CONTRACTOR submits his 10 16-5195/City Funded Construction Contract.docx—revised 04/2016 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/City Funded Construction Contract.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 claims, 12 16-5195/City Funded Construction Contract.docx—revised 04/2016 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/City Funded Construction Contract.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 one 14 16-5195/City Funded Construction Contract.docx—revised 04/2016 (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 property, 15 16-5195/City Funded Construction Contract.docx—revised 04/2016 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/City Funded Construction Contract.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/City Funded Construction Contract.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 which arises out of performance of this agreement within ten(10)days of receipt of such claim or claims. 18 16-5195/City Funded Construction Contract.docx—revised 04/2016 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 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 19 16-5195/City Funded Construction Contract.docx—revised 04/2016 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 expense so incurred against any sum or sums owed by CITY to CONTRACTOR under this Agreement. 20 16-5195/City Funded Construction Contract.docx—revised 04/2016 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 ALL AMERICAN ASPHALT ATTN:Joseph Fuentes , Public Works ATTN: Edward J. Carlson 2000 Main Street Huntington Beach, CA 92648 400 East Sixth Street Corona, CA 92879 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/City Funded Construction Contract.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 whenever the 22 16-5195/City Funded Construction Contract.docx—revised 04/2016 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/City Funded Construction Contract.docx—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/City Funded Construction Contract.docx—revised 04/2016 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers on 20 20 CONTRACTOR: CITY OF HUNTINGTON BEACH,a municipal / corporation of the tate of California By: EPW T GR1QlsDN yor (print name) ITS: Chairman/Presiden /Vice-President City Clerk Al ao jzo (circle one) INITIATED AND APPROVED: AND By Dir tc Works VI WED A APPROVED: IT Secretary / hief Financial Officer / Asst. Secre rer (circle one) City Manager APPROV D AS T FORM: w City Attorn y 25 16-5195/City Funded Construction Contract.docx—revised 04/2016 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 April 1, 2020 before me, Kenona Nazari, Notary Public Date Here Insert name and Title of the Officer personally appeared Edward J. Carlson and Michael Farkas Name(s)of Signer(s) 7 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 hislhef/their authorized capacity(ies), and that by hisA;er/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s)acted, executed the instrument. *my KENONA NAZARI Notary Public•California I certify under PENALTY OF PERJURY under the laws of the State of Riverside County California that the forgoing paragraph is true and correct. Commission k 23111601 Comm.Expires Jan 10,2024 WITNESS my hand d official seal. Signature Place Notary Seal Above Signatur 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 Contract , City of Huntington Beach Document Date: April 1, 2020 Number of Pages: 25 Signer(s)Other Than Named Above: None Capacity(ies)Claimed by Signer(s) Signer's Name: Edward J. Carlson Signer's Name: Michael Farkas ❑ Individual ❑ Individual X Corporate Officer—Title(s): Vice President X Corporate Officer—Title(s): Secretary ❑ Partner I ❑ Limited ❑General RIGHT THWABPPINT ❑ Partner F ❑ Limited ❑General RIGHT THUMBPRINT ❑Attorney in Fact OF SIGNER o Attorney in Fact OF ❑Trustee Top of thumb here ❑Trustee Top of thumb here ❑ Other: o Other: Signer is Representing: Signer is Representing: All American Asphalt All American Asphalt CONTRACTOR'S SWORN STATEMENT AND WARRANTY REGARDING CONTINUING INSURANCE OBLIGATIONS FROM: (if"I Iv f����P J� ALM RL . (Contractor Name) Xf# 9T k ffl- (StreetAddrress){ (b /1 (City,State and Zip) TO: CTTV'OF HUINTIiNGTOfN 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 0each("City)and the above-named Contractor("Contractor)for the above-described project("Project"), 1 declare under penalty of perjury under the taws of the State of California Z- Ithaat� Tthe above statement Is true and correct Signed on_ r7 3 / Z0?°at (6 O _V_/ 1 ) A . (Date) (City,State) 5 na f Individual Jho' Maki�g D I n I WARRANTY Contractor hereby warrants and agrees to maintain Products and Completed Operations Insurance in compliance with the Insurance requirements of the Contract for the Project Said Insurance shall be maintained through and until the expiration of aA Warranties provided by Contractor, Said insurance shall contain Additional Insured Endorsement CG 2010 1.185,naming City as an additional insured. Contactor 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 02 / z 7 2019 at co ON � I CIA. (Date) (City,State) CONTRACTOR, i AC r (�yy i✓y I I Iq LT 13y Name (; Trtle: ... CONTRACTORS dCG"3 STATE LICENSE BOARD i °••••^�^° •��� ACTIVE LICENSE 267073 CORP j ALL AMERICAN ASPHALT C A C 12 01/3112022 www.csib.ca.gov N N N N LO CD d W Q O O Ui ) d? L� a `o d W Q v W CL J G 0, of ' ti►v G '�'' f� Z � a U) Q Q O zF- W ISJ � � ❑ LLI Z Z L U U) 0LLIC) Z cc W J JLU W CL w CL a a I � ZILL LL fJf Q 0 Q � 0 �- ~ Z Z Zw U O U � F' Zti a ~ a � w � Nm N g Z Z � a� Q w top U Q w = ao C J C J c/) ❑ Z Q C ¢ = aye La J � � N ❑ Registrations Page 1 of 2 State of California Back to DIR»(https://www.dir.ca.govn Department of Industrial Relations (https./ i;Scca.gov/) Contractor Information Legal Entity Name ALL AMERICAN ASPHALT Corporation Active 1000001051 07/01/19 06/30/20 PO BOX 2229 CORONA 92878 CA United States of America 400 E SIXTH ST CORONA 92879 CA United States of America publicworks@allamericanasphalt.com License Number(s) - CSLB:267073 Legal Entity Information Corporation Entity Number: C0570879 Federal Employment Identification Number: 952595043 President Name: MARK LUER Vice President Name: EDWARD J CARLSON Treasurer Name: MICHAEL FARKAS Secretary Name: MICHAEL FARKAS CEO Name: Agency for Service: Agent of Service Name: MICHAEL FARKAS Agent of Service Mailing Address: 400 E SIXTH ST CORONA 92879 CA United States of America Worker's Compensation Do you lease employees through Professional Employer Organization(PEO)?: No Please provide your current worker's compensation insurance information below: PEO PEO PEO PEOlnformationName Phone Email Insured by Carrier Policy Holder Name: ALL AMERICAN ASPHALT Insurance Carrier: ZURICH AMERICAN INSURANCE COMPANY Policy Number: WC593205701 Inception date: 08/01/18 Expiration Date: 08/31/19 About DIR Who we are(https://www.dir.ca.gov/aboutdir.html) DIR Divisions,Boards&Commissions(https://www.dir.ca.gov/divisions_and_programs.html) Contact DIR(https://www.dir.ca.gov/Contactus.htmi) Work with Us Jobs at DIR(https://www.dir.ca.gov/dirjobs/dirjobs.htm) Licensing,registrations,certifications&permits(https://www.dir.ca.gov/permits-licenses-certifications.html) Required Notifications(https://www.dir.ca.gov/dosh/Required-Notifications.html) Public Records Requests(https://www.dir.ca.gov/pra_request.html) Learn More Acceso al idioma(http://www.dir.ca.gov//Bilingual-Services-Act/default.html) Frequently Asked Questions(https://www.dir.ca.gov/faqslist.html) Site Map(https://www.dir.ca.gov/sitemap/sitemap.html) littnQ-/h,arlir cPrnrP ?/7.1/7.01 9 , 01 SECTION C PROPOSAL for the construction of GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENUI+: REHABILITATION from Gothard Avenue.to Bench BINA. NEN"%' AND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVI NLIE REHABILITATION from Bushard Street to Surge Lane CC No. 1576 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF H IINTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids, the under-,)'ned 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 perforin the work therein to the satistaction of and under the supervision of the City Engineer of the City of 1-11.111tingt.on Beach, and to enter into a cortU act at the following prices. The undersigned agrees to complete the work within 105. 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 teased 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 C-1 time the contract is not awarded,the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option,be considered null and void. Accompanying this proposal of bid, find Bidder's 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 Signature I 07-10r_,1 2020 FDrV&Vb T. U9-Q�yoN VtcG PRF�;iO r C-2 — : LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perfonn 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. Biel Alame('Md Ailcliess(if State` 'Qacs DIR-PWC Dollar % of" Item(v) Subcontractor :License 'Registration- Amo/tnf Cdiilract Nun�bei, All SIN. 5L4,perior Putver+7ent- 77t;306 C=31 1 oc>000 y Mav)Ctnjs -32 C-6 I ILr-z; �3gY�2 2•�lO Cy pre55, %} v 3S 5(,9`352 3363 -� L/•7% CA •Z41G$6.OS 3'3,33� C/'C��yt �I'IC,•� t-I� 1 5330 o S�n��So ;n�siCA 13pr f;�l, I dC122 t l �o,Z3,Zs Kq'�o LghdSca� `� C 27 140��U SLb6D 1 sue h-2- c Fo-(n-f-q%n Ur4 Hey,CA • �% to,z3 5,j, 6- 1 L? I SySv i C>oopU 0 0 q C-27 s"'Z VA6 Tree Se Zvi c2 )R 36 to or`gnyam, CA /v cc t-►,,1 50,s q 5Cj,`'1 544' 1 �'Ca li-farhi q., PrOFes5 o l A; C-to 8� z cc, �hyi�r/V -7139� C-"-o I�76oq `��''r$S ©•q% S '1 z� b )L enie, C-A S�3 g12-7 By submission ofthis proposal, tile. Bidder certifies: I. That Ile is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That die AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-3 t SECTION C PROJECT BID SCHEDULE GRAHAM STREET REHABILITATION from Stater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLA"TER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABI.LiTATION from Yorktown Street to Garfield Street and ATLANTA AVENIIE REIIAMLITATION from Bushard Street to Surge Lane CC No. 1576 PROJECT BASE BID: Graham St.. Slater Ave (2-segs),Newland Ave and Atalanta Aire. I:ehab C-2.1 to C-2.33 `I�1.I�,M 1. Graham Street. Rehabilitation _ — ----___--��� f ! --- -__70'1 s39,30_-- IN FIGURES - ["hEM 2. Slater Avenue Rehabilitation(Goldenwest to Gothard) — IN I11GURES ITEM 3. Slater Avenue Rehabilitation (Gothard to Reach Blvd) 56©6�13. 30 IN FIGI�RES ITEM 4. Newland Avenue Rehabilitation -- _ _ 07 s6-3o 50 -- ------. IN F I G U RE S-----__ —.-_ ITEM 5 Atlanta Avenue Rehabilitation IN FIGURES BASE BID TOTAL LUMP SUM BID (TOTAL FOR ITEMS 1,2,3,4 & 5) ec- - «l,9 SS BASIS OF AWARD IN FIGURES SECTION C PROJECT BID SCHEDULE GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenivest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEMLANU AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLAN'TA AVENUE REHABILITATION from Bushard Street to Surge Lane CC No. 1576 GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue CC NO. 1576 C-2.2 GRAHAM STREET (SLATER-WARNER) CC-1576 PROJECT BID SCHEDULE B�tl: Const r r � Contract Umt Extended ", ri D,escri""tion Quantit Unit F � � y t Price, Amount 1 -- MOBILIZATION 1 LS 30100./S $ 30►00.JS 2 - TRAFFIC CONTROL PLAN 1 LS $ .3700 $ 3700 '7/vcr 3 -- FURNISH PROJECT TRAFFIC CONTROL 1 LS $ V7100 $_S476- 4 FURNISH AND INSTALL SIGNING AND 1 LS $ 39300 STRIPING PROJECT SPECIFIC WPCP (WATER 5 -- POLLUTION CONTROL PLAN)TO 1 LS $ 1033 $ 1039 ADDRESS CONSTRUCTION BMP'S. 6 INSTALL AND MAINTAIN CONSTRUCTION 1 LS $ 3'700— s 3700 BMP'S PER APPROVED WPCP. — FURNISH AND INSTALL ZEBRON, SANCON 7 OR CITY APPROVED EQUAL COATING ON THE NEW CONCRETE INSIDE OF AGENCY 4 EA $ Y75^ $ 1 yoo SEWER MANHOLE RING REMOVE EXISTING, FURNISH AND INSTALL NEW TRAFFIC PULL BOX PER CALTRANS STD. ES-8& HB STD. PLAN 422 AND ADJUST TO GRADE. PULL BOXES 8 -- W/FIBERLYTE LID SHALL BE"CHRISTY 3 EA $ FIBERLYTE"OR AGENCY APPROVED EQUAL. SIZE PER PLAN. LOCATION IS TO BE DETERMINED BY AGENCY. (ASSUMED QUANTITY FOR BIDDING PURPOSE). REMOVE TREE AND ROOTS; GRIND TREE STUMP AND ROOTS TO 24" BELOW TOP 9 2 OF SIDEWALK/GRADE. PULLOUT ALL 21 EA ROOTS WITHIN PROPOSED 305— 6 L1 0-5- IMPROVEMENTS. C-2.3 4 GRAHAM STREET (SLATER-WARNER) CC-1576 PROJECT BID SCHEDULE Bid Corist Contract Unrt „ Extendetl t No,., No „Descri tion '., »x. F!Quantty,atJnit �Price,< r Amount ` FURNISH AND PLANT NEW 24" BOX STRAWBERRY TREE STANDARD TRUNK PER HB STD. PLANS 714, 715, 716, 718& 719 AS SHOWN ON PLANS. CITY STREET TREE SUPERVISOR OR THE AGENCY'S REPRESENTATIVE SHALL DETERMINE TREE LOCATION (ITEM INCLUDES REMOVAL OF EXISTING LANDSCAPING, S y� $ y0� 10 3 BUSHES OR GROUND COVER AND 10 EA IRRIGATION TO A DEPTH OF 24"BELOW TOP OF GRADE TO ACCOMMODATE NEW TREE; REPLACING DAMAGED OR REMOVED IRRIGATION IN KIND; BACKFILLING WITH CLASS A TOP SOIL AND INSTALLATION OF ARBOR-GARD OR AGENCY APPROVED EQUAL AROUND TREE WELL). REMOVE AND RECONSTRUCT SIDEWALK PER HB STD. PLAN 207 AND AS MODIFIED ON PLANS. (INCLUDES OVER EXCAVATION OR FILL FOR CHANGE IN GRADE, RE-GRADE FROM WALK TO 11 5 EXISTING SLOPE, RELOCATING 5,240 SF IRRIGATION TO BACK OF NEW WALK, RETURN LANDSCAPING TO PRE- CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CURB AND j6gi0 12 6 GUTTER PER HB STD. PLAN 202 (CF= 8"). 190 LF $ $ 9 60- C-c (ITEM INCLUDES CMB, SLOT PAVEMENT �Y ry`a+ AND LOT DRAIN). REMOVE AND RECONSTRUCT CATCH BASIN APRON TRANSITION WING, SUMP CONDITION, PER HB STD. PLANS 301 AND 13 13 302. (INCLUDES CURB, SLOT 30 LF S 102- $ - ooc PAVEMENT,CMB,AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE_) CONSTRUCT A 0.21' ASPHALT RUBBER 14 15 HOT MIX (ARHM-GG-C PG 64-16)WET 21505 TN $ $ Z 2-15- 6 PROCESS OVERLAY. C-2.4 GRAHAM STREET (SLATER-WARNER) CC-1576 PROJECT BID SCHEDULE i°COIISt 2 art;kF a t � COfltraCt Unit f�7� �i EXt@fl(le(� ENO.C R Unit Price.?: > h' '°Amount<'..r CONSTRUCT NEW 0.17' B-PG 70-10 A.C. DEEP LIFT OVER 95% COMPACTED 15 16 SUBGRADE PRIOR TO PLACING 0.21' 325 TN $ $ 2 � LEVELING COURSE AND ARHM OVERLAY PER PLANS. COLD MILL EXISTING A.C. PAVEMENT TO A DEPTH OF 0.17' FROM EXISTING 16 17 SURFACE AND COLD MILL 0.21'ADJACENT 117,0 35 SF $ 2fOG6,3 0 TO CURB AND GUTTER SECTION AND - TAPER TO ZERO FROM I V FROM GUTTER EDGE PER DETAIL SHEET 6.) REMOVE EXISTING A.C. PAVEMENT AND 17 18 A.B. TO A DEPTH OF 0.17' AFTER COLD 24,810 SF $ , 53 $ 13l MILL PER PLANS — CONSTRUCT 0.17' B-PG 70-10 A.C. BASE 18 20 COURSE PRIOR TO PLACING 0.17'ARHM 1,475 TN s77.20 $ /l 3d70 SURFACE COURSE. REPLACE WATER VALVE BOX ASSEMBLY 19 21 AND ADJUST TO GRADE PER HB STD. f 4 EA $_ WO $ 3/610 PLAN 612. FURNISH AND INSTALL COMPOSITE 20 23 STORM DRAIN MANHOLE FRAME AND 1 EA COMPOSITE COVER AND ADJUST TO GRADE PER HB STD. PLAN 307(b). FURNISH AND INSTALL COMPOSITE 21 24 SEWER MANHOLE FRAME AND 8 EA $��oO $ / _ COMPOSITE COVER AND ADJUST TO GRADE HB STD. PLAN 513(b). INSTALL TRUNCATED DOMES TO 22 31 EXISTING CURB ACCESS RAMP PER 2 EA CALTRANS STD. PLAN RSP A88A. C-2.s GRAHAM STREET (SLATER-WARNER) CC-1576 PROJECT BID SCHEDULE Unit z"" Extended No' No Descrf`fion. ,+k Quantity Unit Price t _ t FURNISH AND PLANT NEW 10' BROWN TRUNK HEIGHT(BTH)WINDMILL PALM TREE PER HB STD. PLANS 714, 715, 716, 718&719 AS SHOWN ON PLANS. CITY STREET TREE SUPERVISOR OR THE AGENCY'S REPRESENTATIVE SHALL DETERMINE TREE LOCATION. (ITEM INCLUDES REMOVAL OF EXISTING q 23 34 LANDSCAPING, BUSHES OR GROUND 6 EA ��_� _ COVER AND IRRIGATION TO A DEPTH OF 24" BELOW TOP OF GRADE TO ACCOMMODATE NEW TREE; REPLACING DAMAGED OR REMOVED IRRIGATION IN KIND; BACKFILLING WITH CLASS A TOP SOIL AND INSTALLATION OF ARBOR- GARD OR AGENCY APPROVED EQUAL AT BASE OF NEW TREE). FILL EXISTING 2.5' X 4'TREE WELL WITH / 24 35 CONCRETE PER HB STD. PLAN 207 FOR 20 SF $ 6.Z� _ $ 3Z Y.CO SIDEWALKS. FURNISH AND PLANT NEW CARISSA PROSTRATA 5 GALLON SIZE PLANT PER LANDSCAPE SPECIFICATIONS. PLACE 5 GALLON PLANTS AT 3-FOOT SPACING BETWEEN PLANTS AND ADD 3-INCHES OF / 25 36 MULCH OVER PLANTED AREA. (ITEM 24 EA s 63/, Zc:> INCLUDES REMOVAL OF EXISTING LANDSCAPING, BUSHES OR GROUND COVER; REPLACING DAMAGED OR REMOVED IRRIGATION IN KIND;AND BACKFILLING WITH CLASS A TOP SOIL). REMOVE AND REPLACE DRIVEWAY APPROACH IN KIND TO MATCH ADJACENT DRIVEWAY, GENERALLY, PER HB STD. 26 39 PLAN 209 OR 211. (ITEM INCLUDES ALL 50 y� q APPURTENANCES, DEPRESSED CURB& 18. D7 103, Sd GUTTER, SLOT PAVE,AND ALL ITEMS SF NECESSARY TO COMPLETE THE WORK IN PLACE.) C-2.6 GRAHAM STREET (SLATER-WARNER) CC-1576 PROJECT BID SCHEDULE Const �� �� t Contra Unit Extendedg fl ' it Unit Price Amount COLD MILL 0.21'ADJACENT TO GUTTER ' 27 43 EDGE AND TAPER TO ZERO AT 1 V FROM 40,135 SF GUTTER EDGE PER DETAIL SHEET 6) Z2tj7Y,ZS_ RELOCATE POST OFFICE MAILBOX BY 28 44 UPSP. CONTACT ROBERT SANCHEZ, USPS STATION MANAGER, WARNER 1 EA AVENUE HB AT 714-843-4200 29 51 ADJUST SEWER BOX ASSEMBLY 1-0 GRADE PER HB STD. PLAN 612. 2 E�'' 7 lO 1,510 CONSTRUCT CURB ACCESS RAMP PER CALTRANS STD. PLAN RSP A88A FROM BCR TO ECR, UNLESS NOTED OTHERWISE, USING HORIZONTAL CURB CUTTING MACHINE AS SHOWN ON CURB 30 54 RAMP DETAIL ON SHEET 6. (CASE 6 EA $ SHOWN ON PLAN). (INCLUDES ALL APPURTENANCES, CURB CUTTING, SIDEWALK, DOMES, RETAINING CURB AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) Total Amount Bid in Figures: $ 70K 5-3'3.30 Total Amount Bid in Words: Seven 4'n4red (,�f .t4'L,5gn� :ve �u�d,�� -f-f„/-� e hf _.........._...... ..__.._. .. . .... Cep C-2.7 SECTION C PROJECT BID SCHEDULE GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHA1311,ITATION from Goldenwest Street to Gothard Avenue SLATER AVENUE REHAMLITATION from Gothard Avenue to Beacl► Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane SLATER AVENUE REHABILITATION FROM OOL,DENWEST TO OOTHARD CC NO. 1 576 C-G.O SLATER AVENUE (GOLDENWEST-GOTHARD) CC-1576 PROJECT BID SCHEDULE Bid; Const =; t;;, s x s Sig , Contract Umt Extended _ tion, Quantityw Unit ., -Price `° Amount, 1 -- MOBILIZATION 1 LS $ t`��� $ j WOO 2 -- TRAFFIC CONTROL PLAN 1 LS $ ���_ Woo oo �(7ioo 3 - - FURNISH PROJECT TRAFFIC CONTROL 1 LS S $ FC 4 1 LS $FURNISH AND INSTALL SIGNING AND l�!oo STRIPING ( $ Moo— PROJECT 5 -- POLLUTION CONTROL PLAN) O i I_S S —103g $ 1 O39 ADDRESS CONSTRUCTION BMP'S, 6 INSTALL AND MAINTAIN CONSTRUCTION 1 LS $ 3-700 $ 3-7OGO BMP'S PER APPROVED WPCP. FURNISH AND INSTALL ZEBRON, SANCON OR CITY APPROVED EQUAL COATING ON 6 EA $ Lf 7 $ �50 THE NEW CONCRETE INSIDE OF AGENCY s SEWER MANHOLE RING INSTRUCTOR AND COURSE MATERIALS FOR JUST IN TIME TRAINING (JITT) PER PROJECT SPECIFICATIONS APPENDIX K. f 8 (INSTRUCTOR SHALL BE EXPERIENCED IN 1 LS $ ( 05— $ ,o� THE CONSTRUCTION METHODS, — — MATERIALS AND TEST METHODS ASSOCIATED WITH FULL DEPTH RECLAMATION (FDR) PROJECTS). REMOVE EXISTING, FURNISH AND INSTALL NEW TRAFFIC PULL BOX PER CALTRANS STD. ES-8& HB STD. PLAN 422 AND ADJUST TO GRADE. PULL BOXES / 9 -- W/FIBERLYTE LID SHALL BE"CHRISTY 3 EA $ to $� FIBERLYTE" OR AGENCY APPROVED EQUAL. SIZE PER PLAN. LOCATION IS TO BE DETERMINED BY AGENCY. (ASSUMED QUANTITY FOR BIDDING PURPOSE). C-2.9 SLATER AVENUE (GOLDENWEST-GOTHARD) CC-1576 PROJECT BID SCHEDULE Bid Corst Contract Unrt Extended Quantitys nit REMOVE TREE AND ROOTS; GRIND TREE STUMP AND ROOTS TO 24" BELOW TOP 10 2 OF SIDEWALK/GRADE. PULL OUT ALL 3 EA ROOTS WITHIN PROPOSED IMPROVEMENTS. FURNISH AND PLANT NEW EASTERN REDBUD 24" BOX STANDARD TRUNK TREE PER HB STD. PLANS 714, 715, 716, 718&719 AS SHOWN ON PLANS. THE TREE LOCATION SHALL BE DETERMINED BY CITY STREET TREE SUPERVISOR OR DELEGATE. (ITEM INCLUDES EXISTING r c� 11 3 LANDSCAPE AND IRRIGATION REMOVAL 3 EA $ S�S $ C... 55 TO ACCOMMODATE NEW TREE; — REPLACEMENT OF IRRIGATION IN KIND; BACKFILLING WITH CLASS A TOP SOIL AND INSTALLATION OF ARBOR-GARD OR APPROVED EQUAL AROUND THE TREE WELL) SAWCUT AND REMOVE EXISTING SIDEWALK AT EXISTING TREE LOCATION AND CONSTRUCT TREE WELL WITH SIDEWALK PER DETAIL ON SHEET 2. 12 4 (ITEM INCLUDES REMOVAL OF SIDEWALK; 2 EA $ ( 6 LF OF NEW SIDEWALK. NON-CHEMICAL WEED CONTROL BARRIER TO BE DUPONT LANDSCAPE MAX OR APPROVED EQUAL AND MULCH.) REMOVE AND RECONSTRUCT SIDEWALK PER HB STD. PLAN 207 AND AS MODIFIED ON PLANS. (INCLUDES OVER EXCAVATION OR FILL FOR CHANGE IN GRADE, RE-GRADE FROM WALK TO 13 5 EXISTING SLOPE, RELOCATING 5,460 SF $ 3690 IRRIGATION TO BACK OF NEW WALK. RETURN LANDSCAPING TO PRE- CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CURB AND 14 6 GUTTER PER HB STD. PLAN 202 (CF= 8"). 625 LF $ 7S $ �875 (ITEM INCLUDES CMB, SLOT PAVEMENT AND LOT DRAIN). C-2.10 SLATER AVENUE (GOLDENWEST-GOTHARD) CC-1576 PROJECT BID SCHEDULE - No .,Descry tion;,��G.; u. ,� ,Quantity; Unit Pric" is Arriount. 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 15 7 APPURTENANCES, CURB GUTTER, 9 EA $ V yDO S 37400 DEPRESSED CURB; SIDEWALK, DOMES, RETAINING CURB; CMB, SLOT PAVEMENT, AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE. REMOVE AND RECONSTRUCT DRIVEWAY AS MODIFIED (PER DETAIL ON SHEET 4). DIMENSIONS "W"AND ONSITE IMPROVEMENT"L (PCC OR AC)" SHALL BE PER PLAN. (ITEM INCLUDES HIGH EARLY 16 10 STRENGTH CONCRETE PER 1,140 SF SPECIFICATIONS, ALL APPURTENANCES, DEPRESSED CURB & GUTTER, ONSITE IMPROVEMENT, RETAINING CURB, SLOT PAVE;AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CROSS GUTTER PER LIMITS SHOWN ON PLAN PER HB STD. PLAN 205. (INCLUDES 17 11 CONCRETE CURB, SPANDRELS; 3,990 SF $ 22 $ g� 790 TRANSITIONS, SLOT PAVEMENT, CMB, AND ALL ITEMS NECESSARY TO COMPLEI-E THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CATCH BASIN APRON TRANSITION WING, SUMP CONDITION, PER HB STD. PLANS 301 AND 18 13 302. (INCLUDES CURB, GUTTER, SLOT 35 LF PAVEMENT,CMB, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT A 0.17' FIBER REINFORCED 19 15 ASPHALT RUBBER HOT MIX(ARHM-GG-C 1,735 TN PG 64-16)WET PROCESS OVERLAY. CONSTRUCT NEW 0.46' FIBER REINFORCED B-PG 70-10 A.C. BASE 20 16 COURSE OVER 95% COMPACTED 905 TN $-7clo Zo SUBGRADE PRIOR TO 0.17'ARHM OVERLAY PER PLANS. C-2.11 SLATER AVENUE (GOLDENWEST-GOTHARD) CC-1576 PROJECT BID SCHEDULE Bid Const r " ''Contract # ;� Unit; ay a ,Extentledx,y No No Ij'i s ription x '� 0., . .'�Quantity Unit ,Pace„ Amount, a ��ay.' COLD MILL EXISTING A.C. PAVEMENT TO 21 17 A DEPTH OF 0.34' FROM FINISHED 8,645 SF SURFACE. REMOVE EXISTING A.C. PAVEMENT TO A DEPTH OF 0.63' FROM NEW FINISHED 22 18 SURFACE AND COMPACTED SUBGRADE 26,470 SF $�,,3� _ $ PRIOR TO BASE COURSE PER PLANS PER DETAIL ON SHEET 4. ,PULVERIZE AND MIX EXISTING A.C. PAVEMENT AND SUBGRADE TO A DEPTH OF 1.34'; REMOVE 0.34' OF PULVERIZED 23 19 OF ADD CEMENT AND WATER AS 101,840 SF $ 2• os $ 2D�1Q T 7Z SPECIFIED IN PROJECT SPECIFICATIONS TO A DEPTH OF 1.00';ALLOW C.T.B. SECTION TO CURE THEN MICRO-CRACK. CONSTRUCT 0.17' FIBER REINFORCED B•- 24 20 PG 70-10 A.C. BASE COURSE PRIOR TO 11400 TN PLACING 0.17'ARHM SURFACE COURSE. �--- REPLACE WATER VALVE BOX ASSEMBLY `_ 25 21 AND ADJUST TO GRADE PER HBsm.S . 17 EA $ 0J $ ,K57 PLAN 612. FURNISH AND INSTALL COMPOSITE 26 23 STORM DRAIN MANHOLE FRAME AND 2 EA $ "7 RD $ 3,f� COMPOSITE COVER AND ADJUST TO - GRADE PER SPECIFICATIONS. FURNISH AND INSTALL COMPOSITE q 27 24 SEWER MANHOLE FRAME AND 11 EA $ 7 (� $ COMPOSITE COVER AND ADJUST TO GRADE PER SPECIFICATIONS. ADJUST OCSD SEWER MANHOLE TO GRADE, PER OCSD STD. PLANS S-053, S- 28 25 054 &S-055. CONTRACTOR TO 11 EA S a $ 2�D COORDINATE WITH BILL GILBERT AT(714) 478-6465. C-2.12 SLATER AVENUE (GOLDENWEST-GOTHARD) CC-1576 PROJECT BID SCHEDULE Bid Const � n ,` Co tract " Umt Extended bon ;' Quantity, Unit Pr�cet ,i Amount '> _, INSTALL NEW DETECTOR LOOPS PER CITY STANDARD SPECIAL PROVISIONS FOR THE CONSTRUCTION OF TRAFFIC 29 30 SIGNALS AND LIGHTING SYSTEMS, 2005 46 EA $ 2-70 $ 12--I O i EDITION. SPLICE LOOPS TO DLC IN PULLBOX. BIKE LANE LOOPS AND ALL LOOPS AT LIMIT LINE SHALL BE TYPE"D'. INSTALL TRUNCATED DOMES TO 30 31 EXISTING CURB ACCESS RAMP PER 1 EA $ -70 Z_ $ 70'2— CALTRANS STD. PLAN RSP A88A. -- REMOVE AND RECONSTRUCT DRIVEWAY CURB SECTION AND CONNECT TO r� 31 53 EXISTING DRIVEWAY APPROACH PER 20 LF $ [_ $ DETAIL ON SHEET 4. (ITEM INCLUDES CMB AND, SLOT PAVEMENT) OVER EXCAVATE SOFT SUBBASE WHEN ENCOUNTERED BY CONTRACTOR AND 32 -- VERIFIED BY AGENCY. THIS ITEM IS FOR 90 CY $ ,�c $ UNIT PRICING WHEN SOFT SOIL IS ENCOUNTERED. FURNISH LABOR, EQUIPMENT,AND INSTALL GEOGRID FOR SOFT SUB BASE 33 STABILIZATION IF ENCOUNTERED BY ' ZZL� CONTRACTOR AND APPROVED BY 2,000 SF $ $__ AGENCY. THIS ITEM IS FOR UNIT PRICING WHEN SOFT SOIL IS ENCOUNTERED. ADD CEMENT(TN) TO PULVERIZED MATERIAL IF INSTRUCTED BY ENGINEER 34 -- TO INCREASE THE MINIMUM AMOUNT 60 TN $ 7 $ c I ZD REQUIRED BY SPECIFICATION (ASSUMED QUANTITY FOR BIDDING PURPOSE). FURNISH AND INSTALL CMB WHEN SOFT SUBBASE IS ENCOUNTERED BY 35 -- CONTRACTOR AND VERIFIED BY AGENCY. 75 CY $_ $ 72-00 THIS ITEM IS FOR UNIT PRICING WHEN SOFT SOIL IS ENCOUNTERED. Total Amount Bid in Fi ures: $ / oil Total Amount Bid in Words: 0"e 10 1100, h;ne1� OOe.-�c1�yGnd, h;ne�,K,t�ie s xdy tt„� dollp,�s. �n� e1G�j C-2.l 3 SECTION C PROJECT BID SCHEDULE GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge bane CC.-1576 SLAVER AVENUE REHABILITATION FROM GOTHARD TO BEACH BLVD CC NO. 1576 C-z.Ia ` SLATER AVENUE (GOTHARD-BEACH BLVD.) CC-1576 PROJECT BID SCHEDULE ".NO fN0� � § :� � , � x,..:`-> t, .t� '"' ✓ - � r ,3 kt' r�7 ,ie f 1 -- MOBILIZATION 1 LS 17902 2 -- TRAFFIC CONTROL PLAN 1 LS $ t l6 w $ y/,50 3 - - FURNISH PROJECT TRAFFIC CONTROL 1 LS $ !71 cc $-Wf0d 4 FURNISH AND INSTALL SIGNING AND 1 LS $ Z`J G S-� $ STRIPING PROJECT SPECIFIC WPCP (WATER cc- 5 - POLLUTION CONTROL PLAN)TO 1 LS $ -f-3-JO.39 $ Q-3Y — ADDRESS CONSTRUCTION BMP'S. 6 INSTALL AND MAINTAIN CONSTRUCTION 1 LS $ 37C $ 3 BMP'S PER APPROVED WPCP. FURNISH AND INSTALL ZEBRON, SANCON -3-3'2_57 T OR CITY APPROVED EQUAL COATING ON 7 EA $ 7SS $ � THE NEW CONCRETE INSIDE OF AGENCY - SEWER MANHOLE RING INSTRUCTOR AND COURSE MATERIALS FOR JUST IN TIME TRAINING (JITT) PER PROJECT SPECIFICATIONS APPENDIX K. 8 (INSTRUCTOR SHALL BE EXPERIENCED IN 1 LS $ 0,5- THE CONSTRUCTION METHODS, MATERIALS AND TEST METHODS ASSOCIATED WITH FULL DEPTH RECLAMATION (FDR) PROJECTS). REMOVE EXISTING, FURNISH AND INSTALL NEW TRAFFIC PULL BOX PER CALTRANS STD. ES-8 & HB STD. PLAN 422 AND ADJUST TO GRADE. PULL BOXES 9 -- W/FIBERLYTE LID SHALL BE"CHRISTY 3 EA $ o $ -2-00 r FIBERLYTE"OR AGENCY APPROVED EQUAL. SIZE PER PLAN. LOCATION IS TO BE DETERMINED BY AGENCY. (ASSUMED QUANTITY FOR BIDDING PURPOSE), C-i.>5 SLATER AVENUE (GOTHARD-BEACH BLVD.) CC-1576 PROJECT BID SCHEDULE Bid Const t d ue k 5y''g '}' ; 'ir ;4 Contract I Unit i x en ed ; Descri ion, (:Unit, Price REMOVE AND RECONSTRUCT SIDEWALK PER HB STD PLAN 207 AND AS MODIFIED ON PLANS. (INCLUDES OVER EXCAVATION OR FILL FOR CHANGE IN GRADE, RE-GRADE FROM WALK TO 10 5 EXISTING SLOPE, RELOCATING 4,500 SF s IRRIGATION TO BACK OF NEW WALK, RETURN LANDSCAPING TO PRE- CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CURB AND 11 6 GUTTER PER HB STD. PLAN 202 (CF= 8"). 310 LF 7_�_-- $ �qYO (ITEM INCLUDES CMB, SLOT PAVEMENT AND LOT DRAIN). 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 t�1� 12 7 APPURTENANCES, CURB GUTTER, 5 EA $ ( (0O s LZOOC' DEPRESSED CURB, SIDEWALK, DOMES, RETAINING CURB, CMB, SLOT PAVEMENT, AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT NEW COMMERCIAL DRIVEWAY APPROACH USING HIGH EARLY STRENGTH CONCRETE PER HB STD. PLAN 211. MATCH EXISTING IMPROVEMENTS TO GRADE. DIMENSIONS 13 8 "R", "W"AND ONSITE IMPROVEMENT"L 2,875 SF (PCC OR AC)"SHALL BE PER PLAN. (INCLUDES ALL DEPRESSED CURB & GUTTER, ONSITE IMPROVEMENTS, SLOT PAVE,AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT PARTIAL CROSS GUTTER PER LIMITS SHOWN ON PLAN AND PER STD PLAN 205 AND CONNECT TO EXISTING SIDEWALK PER nM� 14 12 PLAN, (INCLUDES CONCRETE CURB, 4,005 SF $ 20 8 go/OD SPANDRELS, CURB RAMPS, IF SHOWN, TRANSITIONS, SLOT PAVEMENT, CMB, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) C-2.(c SLATER AVENUE (GOTHARD-BEACH BLVD.) CC-1576 PROJECT BID SCHEDULE Ll, 4 � �. r, off �esc�i ton i Quantit U nit PAmount REMOVE AND RECONSTRUCT CATCH BASIN APRON TRANSITION WING, SUMP CONDITION, PER HB STD PLANS 301 AND 15 13 302. (INCLUDES CURB, SLOT 20 SF $ SS $J DO PAVEMENT,CMB,AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT A 0.17' FIBER REINFORCED 16 15 ASPHALT RUBBER HOT MIX (ARHM-GG-C 2,450 TN $ "Zy2 PG 64-16) WET PROCESS OVERLAY. CONSTRUCT NEW 0.75' FIBER REINFORCED B-PG 70-10 A.C. BASE 17 16 COURSE OVER 95% COMPACTED 2,675 TN $ � $ SUBGRADE PRIOR TO 0.17'ARHM OVERLAY PER DETAIL SHEET 2. COLD MILL EXISTING A.C. PAVEMENT TO 18 17 A DEPTH OF 0.34' FROM FINISHED . 7,820 SF $ , 3-7s 10713LY0 SURFACE. _-- COLD MILL EXISTING A.C. PAVEMENT TO 1D37S5.8OF� A DEPTH OF 0.92' FROM FINISHED EG 19 18 SURFACE AND COMPACTED SUBGRADE 48,035 SF $ Z. 1 $ PRIOR TO BASE COURSE PER DETAIL SHEET 2. PULVERIZE AND MIX EXISTING A.G. PAVEMENT AND SUBGRADE TO A DEPTH OF 1,51'; REMOVE 0.34' OF PULVERIZED 20 19 MATERIAL;ADD CEMENT AND WATER AS 138,545 SF $ -2, $ 25017yY.S SPECIFIED IN PROJECT SPECIFICATIONS TO A DEPTH OF 1.1 T;ALLOW G.T.B. SECTION TO CURE THEN MICRO-CRACK. CONSTRUCT 0.17'FIBER REINFORCED B- 21 20 PG 70-10 A.C. BASE COURSE PRIOR TO 1,875 TN $ $ 17D6,1 PLACING OAT ARHM SURFACE COURSE. REPLACE WATER VALVE BOX ASSEMBLY 22 21 AND ADJUST TO GRADE PER HB STD 25 EA $ p lU $ I ZJrd PLAN 612. C-2.17 SLATER AVENUE (GOTHARD-BEACH BLVD.) CC-1576 PROJECT BID SCHEDULE �No ¢ No3 x Unit r + Extentled tlOnsa ..,,Amount FURNISH AND INSTALL NEW WATER 23 22 METER BOX AND COVER AND ADJUST TO 3 EA 7 q C,) 23 7� GRADE PER HB STD. PLANS 217 AND 601. FURNISH AND INSTALL COMPOSITE 24 23 STORM DRAIN MANHOLE FRAME AND COMPOSITE COVER AND ADJUST TO 4 EA _�7` 0 $ � 'fo� GRADE PER HB STD PLAN 307(b), FURNISH AND INSTALL COMPOSITE 25 24 SEWER MANHOLE FRAME AND 13 EA 7$ / 0 � '2327rU COMPOSITE COVER AND ADJUST TO GRADE HB STD PLAN 513(b). ADJUST OCSD SEWER MANHOLE TO GRADE; PER OCSD STD. PLANS S-053. S- 26 25 054, S-055: AND S-055A. CONTRACTOR TO 12 EA $ r C/O $ 37T Z0 COORDINATE WITH BILL GILBERT AT (714) 478-6465. INSTALL NEW DETECTOR LOOPS PER CITY STANDARD SPECIAL_ PROVISIONS FOR THE CONSTRUCTION OF TRAFFIC 27 30 SIGNALS AND LIGHTING SYSTEMS, 2005 30 EA $ '2--70 $ 9/b 0 EDITION. SPLICE LOOPS TO DLC IN PULLBOX. BIKE LANE LOOPS AND ALL LOOPS AT LIMIT LINE SHALL BE TYPE "D INSTALL TRUNCATED DOMES TO 28 31 EXISTING CURB ACCESS RAMP PER 9 EA $ 'S-J-7 $'7533 CALTRANS STD. PLAN RSP A88A. I FURNISH AND PLANT NEW CARISSA PROSTRATA 5 GALLON SIZE PLANT PER LANDSCAPE SPECIFICATIONS, PLACE 5 GALLON PLANTS AT 3-FOOT SPACING BETWEEN PLANTS AND ADD 3-INCHES OF U 29 36 MULCH OVER PLANTED AREA. (ITEM 36 EA $ 2-b30 INCLUDES REMOVAL OF EXISTING LANDSCAPING, BUSHES OR GROUND COVER; REPLACING DAMAGED OR REMOVED IRRIGATION IN KIND;AND BACKFILLING WITH CLASS A TOP SOIL). C-2.18 SLATER AVENUE (GOTHARD-BEACH BLVD.) CC-1576 Bid Const:t PROJECT BID SCHEDULE Contract Unit Extendetl ,D2SCr1 tlOn .r. k� :�' s�Q6antlt)l,aUnit 3+ PfIC@ x a Amount f REMOVE AND RECONSTRUCT CURB AND GUTTER PER HB STANDARD PLAN 202 '73.25-0 3`-/,y'Vf.5-0 (CF=8")AND CONNECT TO EXISTING 467 LF $ FC 30 37 SIDEWALK PER DETAIL ON SHEET 4. $ _ (ITEM INCLUDES CMB, SLOT PAVEMENT AND LOT DRAIN). REMOVE AND REPLACE DRIVEWAY APPROACH IN KIND TO MATCH ADJACENT DRIVEWAY PER HB STD. PLAN 209 OR 211 31 39 AS MODIFIED. (ITEM INCLUDES ALL /1,500 SF 5oo $ /j APPURTENANCES, DEPRESSED CURB & $ 1 /� GUTTER, SLOT PAVE,AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) FURNISH AND PLANT NEW 15 GALLON SIZE ROSES, MATCHING EXISTING VARIETY, PER LANDSCAPE SPECIFICATIONS. PLACE 15 GALLON PLANTS IN 1-ROWS AT 5-FOOT SPACING 32 40 BETWEEN PLANTS AND ADD 3-INCHES OF 28 EA $ �� $ CC) MULCH OVER PLANTED AREA. (ITEM INCLUDES REMOVAL OF EXISTING LANDSCAPING, BUSHES OR GROUND COVER; REPLACING DAMAGED OR REMOVED IRRIGATION IN KIND;AND BACKFILLING WITH CLASS A TOP SOIL). FURNISH AND INSTALL 6-FT HEIGHT 33 41 GALVANIZED VINYL-COATED STEEL CHAIN-LINK FENCE PER APWA STANDARD 250 l_F $ $ 37sf� � PLAN 600-3 FURNISH AND INSTALL RESIDENTIAL CHAIN LINK FENCE ROLLING GATE 6-FT x 34 42 12-FT; GALVANIZED VINYL-COATED STEEL 2 EA $ 20 l $ v_$,3?_ CHAIN-LINK FENCE GATE PER APWA STANDARD PLAN 600-3.. C-2.19 SLATER AVENUE (GOTHARD—BEACH BLVD.) CC-1576 PROJECT BID SCHEDULE Bd Const f� �' Contract =Unit Extended a;No .No z u' r✓+. "' h t i .„ . �n ...;.Descri tion...-s Quantity. ;Unit �zP,rice .; Amount;Fs IMPORT SUITABLE MATERIAL(CLASS A SOIL WITH A MINIMUM S.E.VALUE OF 30) AND SMOOTH GRADE IN AREA NEXT TO !( 35 46 SIDEWALK AND DRIVEWAYS (INCLUDES 30 CY $ COMPACTION TO 95%, EQUIPMENT AND MATERIAL,AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE). REMOVE AND DISPOSE OF EXCESS MATERIAL AND GRADE 2:1 IN AREA NEXT 36 47 TO SIDEWALK AND DRIVEWAY(INCLUDES 30 CY $_ i �g _ $ COMPACTION TO 95/o, EQUIPMENT, DISPOSAL,AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE). RAISE SINGLE CHECK VALVE VAULT TO 1 EA S 37 48 GRADE PER CITY OF HB STD PLAN 625 REMOVE CONCRETE AND FURNISH/INSTALL CLASS A TOP SOIL AND 38 49 FURNISH/PLANT DWARF FESCUE SOD 410 SF $ (INCLUDES, EQUIPMENT, DISPOSAL AND $ ALL ITEMS NECESSARY TO COMPLETE WORK IN PLACE). OVER EXCAVATE SOFT SUBBASE WHEN ENCOUNTERED BY CONTRACTOR AND 39 -- VERIFIED BY AGENCY. THIS ITEM IS FOR 90 CY t(0 UNIT PRICING WHEN SOFT SOIL IS ENCOUNTERED. FURNISH LABOR, EQUIPMENT,AND INSTALL GEOGRID FOR SOFT SUB BASE q 1 40 __. STABILIZATION IF ENCOUNTERED BY 2,000 SF $ l • [3 CONTRACTOR AND APPROVED BY AGENCY. THIS ITEM IS FOR UNIT PRICING WHEN SOFT SOIL IS ENCOUNTERED. ADD CEMENT (TN)TO PULVERIZED MATERIAL IF INSTRUCTED BY ENGINEER Gnu 41 -- TO INCREASE THE MINIMUM AMOUNT 60 TN $ 157 $ 1 1 -0 REQUIRED BY SPECIFICATION (ASSUMED QUANTITY FOR BIDDING PURPOSE). C-2.20 ' SLATER AVENUE (GOTHARD-BEACH BLVD.) CC-1576 PROJECT BID SCHEDULE a r ,< A Contract Unit' s Extended No ..�3N0 cri tidn', �Price Amount- FURNISH AND INSTALL CMB WHEN SOFT SUBBASE IS ENCOUNTERED BY 42 -- CONTRACTOR AND VERIFIED BY AGENCY. 75 CY $ (b $ 7 2-CO THIS ITEM IS FOR UNIT PRICING WHEN SOFT SOIL IS ENCOUNTERED. Total_.... _......_...... __.. q... . _ 1 �60 6 `13 SD Amount Bid.�.n.,Fi ures.__ ....._...._........_._.........._...__._._..._......_ ._......._.._.._.. .... Total Amount Bid in Words: �„� r,; �°v� Five AN4^pd stx oc. in�' f� s� d Six h--,,41ed' poesy tl dollars- qrd -eiyA7/\ C-eh�S C-2.21 SECTION C PROJECT BID SCHEDULE GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE, IZERABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENUE RI HABILITATfON from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Strect to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane CC-1576 NEWLAND AVENUE RE14ABILITATION FROM YORKTOWN TO GARFIELD CC NO. 1576 C-2.22 NEWLAND STREET (YORKTOWN-GARFIELD) CC-1576 PROJECT BID SCHEDULE Bid Corist < ` ,:x k . : a ,Contract Umt Extended . Quanti 1 -- MOBILIZATION 1 LS 2 -- TRAFFIC CONTROL PLAN 1 LS $ L I SO `//S0 3 -- FURNISH PROJECT TRAFFIC CONTROL 1 LS $. (0/00 $ '-/7/G<y 4 FURNISH AND INSTALL SIGNING AND 1 LS $ Z`(`I SO $'Zy ySo STRIPING PROJECT SPECIFIC WPCP (WATER c- 5 -- POLLUTION CONTROL PLAN) TO 1 LS $ 1039 $ /039 ADDRESS CONSTRUCTION BMP'S. 6 INSTALL AND MAINTAIN CONSTRUCTION $_ -jC�O BMP'S PER APPROVED WPCP. 1 LS $ 705:> FURNISH AND INSTALL ZEBRON, SANCON / N 00 7 OR CITY APPROVED EQUAL COATING ON 4 EA $ l �� $ EC-- THE NEW CONCRETE INSIDE OF AGENCY SEWER MANHOLE RING REMOVE EXISTING, FURNISH AND INSTALL_NEW TRAFFIC PULL BOX F'ER CALTRANS STD. ES-8& HB STD. PLAN 422 AND ADJUST TO GRADE. PULL BOXES 8 - W/FIBERLYTE LID SHALL BE "CHRISTY 3 EA $ FIBERLYTE"OR AGENCY APPROVED EQUAL. SIZE PER PLAN. LOCATION IS TO BE DETERMINED BY AGENCY. (ASSUMED QUANTITY FOR BIDDING PURPOSE). REMOVE TREE AND ROOTS; GRIND TREE STUMP AND ROOTS TO 24" BELOW TOP j 9 2 OF SIDEWALK/GRADE. PULL OUT ALL 23 EA $ s $ 13 5- ROOTS WITHIN PROPOSED IMPROVEMENTS. C-2.23 NEWLAND STREET (YORKTOWN-GARFIELD) CC-1576 PROJECT BID SCHEDULE Bid Const t _ Contract Umt Extentled No 3., Nti Descri tion .; p A :Quantity„ Unit rice �,> ;` mount FURNISH AND PLANT NEW EASTERN RED BUD 24" BOX STANDARD TRUNK TREE PER HB STD. PLANS 714, 715, 716, 718 & 719 AS SHOWN ON PLANS.THE TREE LOCATION SHALL BE DETERMINED BY CITY STREET TREE SUPERVISOR OR DELEGATE. (ITEM INCLUDES EXISTING 10 3 LANDSCAPE AND IRRIGATION REMOVAL 23 EA $ _ $ TO ACCOMMODATE NEW TREE; _ --�— REPLACEMENT OF IRRIGATION IN KIND, BACKFILLING WITH CLASS A TOP SOIL AND INSTALLATION OF ARBOR-GARD OR APPROVED EQUAL AROUND THE TREE WELL) SAWCUT AND REMOVE EXISTING SIDEWALK AT EXISTING TREE LOCATION AND CONSTRUCT TREE WELL WITH SIDEWALK PER DETAIL ON SHEET 6. 11 4 (ITEM INCLUDES REMOVAL OF SIDEWALK, 24 EA $ ! S( $ 37C5 6 LF OF NEW SIDEWALK, NON-CHEMICAL WEED CONTROL BARRIER TO BE DUPONT LANDSCAPE MAX OR APPROVED EQUAL AND MULCH.) REMOVE AND RECONSTRUCT SIDEWALK PER HB STD. PLAN 207 AND AS MODIFIED ON PLANS. (INCLUDES OVER EXCAVATION OR FILL FOR CHANGE IN GRADE, RE-GRADE FROM WALK TO 12 5 EXISTING SLOPE, RELOCATING 7,035 SF $ $ IRRIGATION TO BACK OF NEW WALK, RETURN LANDSCAPING TO PRE- CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CURB AND GUTTER PER HB STD. PLAN 202 (CF=8"). 13 6 (ITEM INCLUDES CMB, SLOT PAVEMENT, 1.325 LF $ �� $ REPAINTING OF CURB ADDRESSES,AND LOT DRAIN). C-2.24 NEWLAND STREET (YORKTOWN-GARFIELD) CC-1576 PROJECTUn tBID SCHEDULE REMOVE AND RECONSTRUCT CURB ACCESS RAMP, DEPRESSED CURB,AND GUTTER PER CALTRANS STD. PLAN RSP A88A FROM BCR TO ECR. (CASE SHOWN �6)5 ON PLAN). (INCLUDES ALL 14 7 APPURTENANCES, CURB GUTTER, 2 EA c_/_ $ DEPRESSED CURB, SIDEWALK, DOMES, — RETAINING CURB, CMB, SLOT PAVEMENT, AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CATCH BASIN APRON TRANSITION WING, SUMP CONDITION, PER HB STD. PLANS 301 AND / 15 13 302. (INCLUDES CURB, GUTTER, SLOT 60 LF $ —7(o s. PAVEMENT,CMB,AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT A 0.17' ASPHALT RUBBER 16 15 HOT MIX (ARHM-GG-C PG 64-16)WET �p PROCESS OVERLAY. 1;990 TN $ l d C(SD ZU COLD MILL EXISTING A.C. PAVEMENT TO 17 17 A DEPTH OF OAT FROM EXISTING 162,250 SF $ ,2.3 $ 37317..5-0 SURFACE. CONSTRUCT VARIABLE DEPTH B-PG 70-10 18 20 A.C. LEVELING COURSE PRIOR TO 780 TN �o $ 702U0 PLACING 0.17'ARHM OVERLAY PER PLANS AND DETAIL ON SHEET 6. REPLACE WATER VALVE BOX ASSEMBLY 19 21 AND ADJUST TO GRADE PER HB STD. 29 EA $ -7qO $ 2VI1� PLAN 612. FURNISH AND INSTALL COMPOSITE i 20 23 STORM DRAIN MANHOLE FRAME AND 4 EA $ ( -7 1 q 0 $ _VC0 COMPOSITE COVER AND ADJUST TO GRADE PER HB STD. PLAN 307(B). FURNISH AND INSTALL COMPOSITE 21 24 SEWER MANHOLE FRAME AND 9 EA $ 7�� COMPOSITE COVER AND ADJUST TO b l GRADE PER HB STD. PLAN 513(B). C-2.25 NEWLAND STREET (YORKTOWN-GARFIELD) CC-1576 Bid Const PROJECT BID SCHEDULE � ,7,Contra�t` ' Umt � Extended �. NO ` t N,O D,QSCr`i on =° _ mount INSTALL NEW DETECTOR LOOPS PER CITY STANDARD SPECIAL PROVISIONS FOR THE CONSTRUCTION OF TRAFFIC 22 30 SIGNALS AND LIGHTING SYSTEMS, 2005 20 EA $ 2-72_ EDITION. SPLICE LOOPS TO DLC IN PULLBOX. BIKE LANE LOOPS AND ALL LOOPS AT LIMIT LINE SHALL BE TYPE "D". FURNISH AND PLANT NEW 10' BROWN TRUNK HEIGHT (BTH) WINDMILL PALM TREE PER HB STD. PLANS 714, 715, 716, 718&719 AS SHOWN ON PLANS. CITY STREET TREE SUPERVISOR OR THE AGENCY'S REPRESENTATIVE SHALL DETERMINE TREE LOCATION. (ITEM INCLUDES REMOVAL OF EXISTING 23 34 LANDSCAPING, BUSHES OR GROUND 1 EA $ ZZ6 Y s -Z-- Lf COVER AND IRRIGATION TO A DEPTH OF 24" BELOW TOP OF GRADE TO ACCOMMODATE NEW TREE; REPLACING DAMAGED OR REMOVED IRRIGATION IN KIND; BACKFILLING WITH CLASS A TOP SOIL AND INSTALLATION OF ARBOR- GARD OR AGENCY APPROVED EQUAL AT BASE OF NEW TREE). REMOVE AND RECONSTRUCT CURB AND GUTTER PER HB STD. PLAN 202 (CF=8") 24 37 AND CONNECT TO EXISTING SIDEWALK 345 LF s -Z5— s 1-55 7s PER DETAIL ON SHEET 6. (ITEM INCLUDES CMB, SLOT PAVEMENT, REPAINTING OF CURB ADDRESSES,AND LOT DRAIN). REMOVE STUMP AND ROOTS (NOT A TREE AT THIS LOCATION BUT A STUMP);25 38 GRIND TREE STUMP AND ROOTS TO 24" 1 EA v 7qn _ s -7 Ip C' BELOW TOP OF SIDEWALK/GRADE. PULL OUT ALL ROOTS WITHIN PROPOSED IMPROVEMENTS. REMOVE AND REPLACE DRIVEWAY APPROACH IN KIND TO MATCH ADJACENT DRIVEWAY PER HB STD, PLAN 209 OR 211 26 39 AS MODIFIED. (ITEM INCLUDES ALL 175 SF a25- APPURTENANCES, DEPRESSED CURB& GUTTER, SLOT PAVE,AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) C-2.2 G NEWLAND STREET (YORKTOWN-GARFIELD) CC-1576 PROJECT BID SCHEDULE Bid> Const Unit Extended � w, ,, ,�,.�.:..rt rQuantity Unit �Price Arliount' � 27 50 ADJUST WATER MANHOLE TO GRADE 3 EA $�C7 2� $ �D7S PER HB STD. PLAN 306 PROTECT IN PLACE CATHODIC PROTECTION TEST STATION. CALL ANDY 28 52 FERRIGNO AT (714) 536-5291 BEFORE 4 EA $ $ 3_5!10 PROJECT COMPLETION FOR INSPECTION !� OF CATHODIC PROTECTION TEST STATIONS. Total Amount Bid in Ficiures: $ �7 Ste. 50 _._.._........�.................... Total Amount Bid in Words: 5OL 41ndre,1 Ain Seven �74ou5q,7,� -2.27 SECTION C PROJECT BID SCHEDULE GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AWNUE REHABILITATION from GOlde"wcst Street to Gothard Avenue SLATEIZ AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVEIN14'. IZEH*ABILITATION from Vorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane CC-1,576 ATLANTA AVENUE REHABILITATI ON FROM BUSHARD TO SURGE LANE CC NO. 1576 C-2.28 ATLANTA AVENUE (BUSHARD-SURGE LN.) CC-1576 PROJECT BID SCHEDULE BId Const w£ ` y Unit Extended o: No �.Descri"tion�° , n } 1 -- MOBILIZATION 1 LS $ 30 DO $ 2 -- TRAFFIC CONTROL PLAN 1 LS $ ��� _ $ 3 - - FURNISH PROJECT TRAFFIC CONTROL 1 LS 4 FURNISH AND INSTALL SIGNING AND 1 LS S 35��0 STRIPING $� PROJECT SPECIFIC WPCP (WATER 5 -- POLLUTION CONTROL PLAN) TO 1 LS $ ow ADDRESS CONSTRUCTION BMP'S. 6 INSTALL AND MAINTAIN CONSTRUCTION 1 LS - 7DO BMP'S PER APPROVED WPCP. FURNISH AND INSTALL ZEBRON, SANCON (� t� 7 OR CITY APPROVED EQUAL COATING ON 1 EA $ "-( ?S $ ( �� THE NEW CONCRETE INSIDE OF AGENCY SEWER MANHOLE RING REMOVE EXISTING, FURNISH AND INSTALL NEW TRAFFIC PULL BOX PER CALTRANS STD. ES-8& HB STD. PLAN 422 AND ADJUST TO GRADE. PULL BOXES � 8 -- W/FIBERLYTE LID SHALL BE "CHRISTY 3 EA $ 667 $ J/0 L____ FIBERLYTE"OR AGENCY APPROVED EQUAL. SIZE PER PLAN. LOCATION IS TO BE DETERMINED BY AGENCY. (ASSUMED QUANTITY FOR BIDDING PURPOSE). REMOVE TREE AND ROOTS; GRIND TREE STUMP AND ROOTS TO 24" BELOW TOP d 9 2 OF SIDEVVALK/GRADE. PULL OUT ALL 4 EA $ !-7 70 $ p0 ROOTS WITHIN PROPOSED IMPROVEMENTS. C-2.29 ATLANTA AVENUE (BUSHARD-SURGE LN.) CC-1576 PROJECT BID SCHEDULE Const td z� t a r't n Contracts Unit > Quantity„ Unit . Pricei,� ,> Artiount . : ,' FURNISH AND PLANT NEW 24 BOX TREE PER HB STD. PLANS 714, 715, 716, 718& 719 AS SHOWN ON PLANS. THE TREE LOCATION AND SPECIES SHALL BE DETERMINED BY CITY STREET TREE SUPERVISOR. (ITEM INCLUDES EXISTING 10 3 LANDSCAPE AND IRRIGATION REMOVAL 5 EA TO ACCOMMODATE NEW TREE; REPLACEMENT OF IRRIGATION IN KIND; BACKFILLING WITH CLASS A TOP SOIL AND INSTALLATION OF ARBOR-GARD OR APPROVED EQUAL AT BASE OF NEW TREE) SAWCUT AND REMOVE EXISTING SIDEWALK AT EXISTING TREE LOCATION AND CONSTRUCT TREE WELL WITH SIDEWALK PER DETAIL ON SHEET 4. 11 4 (ITEM INCLUDES REMOVAL OF SIDEWALK, 11 EA � 6 LF OF NEW SIDEWALK, NON-CHEMICAL -- WEED CONTROL BARRIER TO BE DUPONT LANDSCAPE MAX OR APPROVED EQUAL AND MULCH.) REMOVE AND RECONSTRUCT SIDEWALK PER HB STD PLAN 207 AND AS MODIFIED ON PLANS. (INCLUDES OVER EXCAVATION OR FILL FOR CHANGE IN GRADE, RE-GRADE FROM WALK TO �l 12 5 EXISTING SLOPE, RELOCATING 7,250 SF $ $ IRRIGATION TO BACK OF NEW WALK, RETURN LANDSCAPING TO PRE- CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CURB AND 13 6 GUTTER PER HB STD. PLAN 202 (CF= 8"). 550 LF $ Z $ (ITEM INCLUDES CMB, SLOT PAVEMENT AND LOT DRAIN). C-2.30 ATLANTA AVENUE (BUSHARD-SURGE LN.) CC-1576 PROJECT BID SCHEDULE Bii Const � �, Contract n Unit , Extended :.Descri'ti6 ` 4; :'xQuanth � Unit Pricer Y 4.Y a. ,b .gr�`ount 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 (, 14 7 APPURTENANCES, CURB GUTTER, 9 EA $ IUD_ $_-39�� DEPRESSED CURB, SIDEWALK, DOMES, RETAINING CURB, CMB, SLOT PAVEMENT, AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT NEW COMMERCIAL DRIVEWAY APPROACH USING HIGH EARLY STRENGTH CONCRETE PER HB STD. PLAN 211. MATCH EXISTING IMPROVEMENTS TO GRADE. DIMENSIONS 15 8 "R", "W"AND ONSITE IMPROVEMENT"L 1,425 ►� Y �� __ $ 1 �7,� (PCC OR AC)" SHALL BE PER PLAN. S� (INCLUDES ALL DEPRESSED CURB& GUTTER, ONSITE IMPROVEMENTS, SLOT PAVE, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CROSS GUTTER PER HB STD. PLAN 205 AND CURB RAMPS PER CAL T RANS STD PLAN RSP A88A, CASE SHOWN ON PLAN). 16 11 (INCLUDES CURB RAMPS, CONCRETE 1,600 SF $ 2-00D0D CURBS, SPANDRELS, TRANSITIONS, SLOT PAVEMENT, CMB,AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CATCH BASIN APRON TRANSITION WING, SUMP CONDITION, PER HB STD PLANS 301 AND 17 13 302. (INCLUDES CURB, SLOT 80 LF $_ $ PAVEMENT,CMB, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT A 0.17' ASPHALT RUBBER Q 18 15 HOT MIX (ARHM-GG-C PG 64-16)WET 3,430 TN $ Q 7 $ -2—'T �/q ( 10 PROCESS OVERLAY. C-2.31 ATLANTA AVENUE (BUSHARD-SURGE LN.) CC-1576 Bid 4 Const PROJECT BID SCHEDULE act q y Umt Extended Descri tionQuantqj+, Urit ,` ,r'Price Amount Y fi CONSTRUCT NEW 0.50' B-PG 70-10 A.C. DEEP LIFT OVER 95% COMPACTED 19 16 SUBGRADE PRIOR TO PLACING 0.17' 185 TN $ qI+ LEVELING COURSE AND ARHM OVERLAY PER PLANS AND DETAIL ON SHEET 6. COLD MILL EXISTING A.C. PAVEMENT TO 20 17 A DEPTH OF 0.17' FROM EXISTING 271,835 SF FINISHED SURFACE. REMOVE EXISTING A.C. PAVEMENT AND A.B. TO A DEPTH OF 0.50'AFTER COLD 21 18 MILL PER DETAIL ON SHEET 6 AND 5,000 SF $ 2, 8 $ COMPACT SUBGRADE PRIOR TO BASE COURSE. CONSTRUCT 0.17' B-PG 70-10 A.C. BASE 22 20 COURSE PRIOR TO PLACING 0.17'ARHM 3,800 TN 257052— SURFACE COURSE. REPLACE WATER VALVE BOX ASSEMBLY 23 21 AND ADJUST TO GRADE PER HB STD 17 EA $ `130 PLAN 612. FURNISH AND INSTALL NEW WATER 24 22 METER BOX AND COVER AND ADJUST TO 3 EA $_ �fJ _ _ $ 23-70 GRADE PER HB STD, PLANS 217 AND 601. FURNISH AND INSTALL COMPOSITE 25 23 STORM DRAIN MANHOLE FRAME AND 8 EA $ 7 YD $ )`f 3210 COMPOSITE COVER AND ADJUST TO GRADE PER HB STD PLAN 307(b). FURNISH AND INSTALL COMPOSITE 26 24 SEWER MANHOLE FRAME AND 2 EA $ $ 35-50 COMPOSITE COVER AND ADJUST TO GRADE HB STD PLAN 513(b). INSTALL NEW DETECTOR LOOPS PER CITY STANDARD SPECIAL PROVISIONS FOR THE CONSTRUCTION OF TRAFFIC 27 30 SIGNALS AND LIGHTING SYSTEMS, 2005 43 EA $ 2--70 EDITION. SPLICE LOOPS TO DLC IN PULLBOX. BIKE LANE LOOPS AND ALL LOOPS AT LIMIT LINE SHALL BE TYPE "D". C-2.32 ATLANTA AVENUE (BUSHARD-SURGE LN.) CC-1576 ID PROJECT B SCHEDULE Bid �Const �( Contract r Umt ; Extended No. No 4.> ;.Des�cri tion ,.b,�, _ Quantity; Unit Pace Amount INSTALL TRUNCATED DOMES TO f•SI4 28 31 EXISTING CURB ACCESS RAMP PER 2 EA $- `7Sg $_�>� CALTRANS STD. PLAN RSP A88A. — REMOVE AND RECONSTRUCT CURB AND GUTTER PER HB STANDARD PLAN 202 29 37 (CF= 8")AND CONNECT TO EXISTING SIDEWALK PER DETAIL ON SHEET 4. 750 LF $ � $ S`�7So (ITEM INCLUDES CMB, SLOT PAVEMENT AND LOT DRAIN). REMOVE AND RECONSTRUCT SIDEWALK. CURB AND GUTTER FOR DISABLED PARKING ACCESS PER PLAN AND 30 45 PLACEMENT OF BOLLARDS AND WHEEL p� STOPS TO MATCH STRIPING PLAN. (ITEM 1 LS 8_LLO $ INCLUDES WHEEL STOPS, BOLLARDS, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT DRIVEWAY CURB SECTION AND CONNECT TO 31 53 EXISTING DRIVEWAY APPROACH PER 30 LF $_ _ $ 2o6 L(0 DETAIL ON SHEET 6. (ITEM INCLUDES CMB AND, SLOT PAVEMENT) CONSTRUCT CURB ACCESS RAMP PER CALTRANS STD. PLAN RSP A88A FROM BCR TO ECR USING HORIZONTAL CURB CUTTING MACHINE AS SHOWN ON CURB RAMP DETAIL ON SHEET 6. (CASE t� 32 54 SHOWN ON PLAN). (INCLUDES ALL 6 EA $ L 3 5-0 $ 2-6 1 C)('-> APPURTENANCES, CURB CUTTING, SIDEWALK, DOMES, RETAINING CURB AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) TotalAmoun...._....__..._...........9.. ..._ -- �._..._... .. ....._ __.................. .._ _._.._......_._,...__._......_.., ........ .. . . .. . .... Total Amount Bid in Words: Dne- Ohe hi-,nekei/ -t- e4 Setje, t�e:>ySgjd Alln4re4 C-2.33 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on Z 6 7 0, at_Corona , CA_ Date City State Edward J. Carlson , 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 Signatu e of Bidder- Edward J. Carlson, Vice President 400 E 6th Street, Corona, CA 92879 Address of Bidder C-4 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 51 day of February 2020, Date Month By (1) Edward J. Carlson Name of Signer Proved to me on the basis of satisfactory evidence B.ROVSTER be the person who appeared before me Notary Public-California Riverside County Commission k 2260352 (and My Comm.Expires Oct 26,2J0 - _ ►�ww� (2) Name of Signer Prov,ed"to me on the basis of satisfactory evidence be the person who appeared before me.) Signature Place Notary Seal Above Signature o 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 RfGHT THUMBPRINT OF SIGNER OF SIGNER Title or Type of Document Noncollusion Affidavit Top of thumb here Top of thumb here Document Date: 2-5-2020 Number of Pages: 1 Signer(s)Other Than Named Above: None 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 ARTERIAL REHABILITATION OF GRAHAM ST, SLATER AVE (2-SEGMENTS), NEWLAND ST AND ATLANTA AVE, CC-1576, (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 inslrnclion, is fhrniliar ivilh 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 litility 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: C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162,the Bidder shall complete, under penalty of perjury,the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes XNo If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code,each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and 1 will comply with such provisions before commencing the performance of the work of this contract. All American Asphalt Contractor By Edward J. Carlson, Vice President Title Date: l Z07,9 G7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: All American Asphalt Bidder Name 400 E 6th Street Business Address Corona CA 92879 City. State Zip -- nuhlirwnrkcj2allam ri a p_h3 It.com Telephone Number Email Address 267073 Class: A, C-12 State Contractor's License No. and Class 1/19/71 Original Date Issued 1/31/2022 Expiration Date The work site was inspected by Jim McGee of our office on` 02/06/2020 2 '010 The following are persons, firms,and corporations having a principal interest in this proposal: Mark Luer. President Edward J. Carlson, Vice President Michael Farkas, 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. All American Asphalt Company Name Signature f Bidde Edward J. Carlson,Vice President Printed or Typed Signature C-8 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 February 5, 2020 before me, B. Royster, Notary Public Dale Here Insert name and Title of the Officer personally appeared Edward J. Carlson Name44ef SigneAr— f who proved to me on the basis of satisfactory evidence to be the B.ROYSTER person(s) whose name(s) is/afe subscribed to the within instrument Notary public-California Riverside County and acknowledged to m that he/Sh@{tt�@y executed the same in i � � acnowg e Commission k 2260352 — hls/heg4he f authorized capacity(ies), and that by his/her/their QMy Comm.Expires Oct 26,2022 signature(s) on the instrument the person(&), or the entity upon behalf of which the person(&)acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the forgoing paragraph is true and correct. WITNESS my nd a official seal. Signature Place Notary Seal Above Signa re 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 Bidder's Information—City of Huntington Beach Document Date: February 5, 2020 Number of Pages: 2 Signer(s)Other Than Named Above: None Capacity(ies)Claimed by Signer(s) Signer's Name: Edward J. Carlson Signer's Name: ❑ Individual ❑ Individual X Corporate Officer—Title(s): Vice President ❑Corporate Officer—Title(s): ❑ Partner i ❑ Limited ❑General ❑ Partner I ❑ Limited❑Ge ❑ RIGHT THUMBPRINT RIGHT TH(MIRPrINT Attorney in Fact ❑Attorney in FactOF SIGNFR ❑Trustee Top of thumb here ❑Trustee Top of thumb here ❑ Other: ❑Other: Signer is Representing: Signer is Representing: All American Asphalt NOTARY CERTIFICATE Subscribed and sworn to before me this—day of , 20 1_ 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 h , '<me and Title of Notary personally appeared Nr m of Signer(s) who proved to me on the basis of sans tory evidence to be [lie person(s) whose names) is/are Subscribed to the within instrument a c acknowledged to me that he/she/they executed the sarne in his/her/their authorized capacity .'es), and'that by his/her/their signature(s)on the iiIStrunlent the person(s), or the entity upon be If of which the per-son(s) acted, executed t:he instrument. 1 certify under PENALT OF PERJURY under the laws of the State of California that the foregoing paragraph is Lie and correct. WI-INI SS my ha and official seal. Signature Signature of Notary Public (PEACE 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."). 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 Simi Valley 2929 Tapo Canyon Rd. Simi Valley, CA. 93063 Name and Address of Public Agency — Name and Telephone No. of Project. Manager: Sarah Sheshebor 805-583-6792 $510,124.25 Street Rehabilitaiton 08/2019 Contract Amount Tytpe of Work Date Completed Provide additional project description to shoat, similar work: _As halt pavement cold milling. and placement of asphalt rubber hot mix overlay 2. County of Ventura Name and Address of l"uhlic Agency 11 Name and Telephone,No. of Project Manager: Christopher Solis 805-654_2054 _ $3,919,808.95 Resurfacing Project 12/2019 Contract Amount Type of Work Date Completed Provide additional project description to snow similar Nvork: ARAH, ARM PAvemen# Widening, Misc. Paving Sawcuttinq, Cold Milling 2" Grind, AC Taper with key,_Base Repair. r, 3. City of Stanton Name and Address of Public Agency Name and "Telephone No. of Project Manager: Guillermo Perez 714-890-4202 $1,206 869.00 Street Resurfacing 12/2019 Contract Amount Type of Work Date Completed Provide additional project description to show similar Nvork: Removal and disposal of existing AC payment and concrete pavement surfaces, full depth AC payment replacement 2' AC Overlay C-to 4 2019 PAST WORK REFERENCES City of Simi Valley Simi Valley Minor Street Rehabilitation 2929 Tapo Canyon Rd. Contract Amount: $510,124.25 Simi Valley, CA 93063 Start Date: 07/2019 Contact: Sarah Sheshebor (805)583-6792 End Date: 08/2019 sshesheb(-)simivalley.org County of Ventura Yerba Buena Area Resurfacing Project 501 Poli Street Contract Amount: $3,919,808.95 Ventura, CA 93001 Start Date: 06/2019 Contact: Christopher Solis (805) 654-2054 End Date: 12/2019 chris.solis(a-ventura.org City of Stanton 2019 Citywide Street Resurfacing 7800 Katella Avenue Contract Amount: $1,206,869.00 Stanton, CA. 90680 Start Date: 10/2019 Contact: Guillermo Perez (714) 890-4204 End Date: 12/2019 gperez .ci.stanton.ca.us City of Compton Road Repair Service (Pothole Repair) 205 S. Willowbrook Avenue Contract Amount: $1,019,100.00 Compton, CA. 90220 Start Date: 08/2019 Contact: John Strictland (310) 605-5505 End Date: 11/2019 Ltrictland(aD-comptoncity.org City of San Clemente Street Rehabilitation for S. Avenue LA 910 Calle Negocio Esperanza San Clemente, CA. 92673 Contract Amount: $384,055.00 Contact: Darra Koger (949) 361-3138 Start Date: 09/2019 kogerD(a san-clementg.M End Date: 10/2019 City of South Gate Circle Park Driveway Project 8650 California Avenue Contract Amount: $268,576.00 South Gate, CA. 90280 Start Date: 06/2019 Contact: John Rico (323) 563-9594 End Date: 09/2019 ricoc@-sogate.org 2019 PAST WORK REFERENCES Pardee Homes Railroad Canyon Widening 1250 Corona Pointe Court, Ste. 600 Contract Amount: $5,062,746.00 Corona, CA. 92879 Start Date: 11/2018 Contact: Nick Lasher (951) 428-4442 End Time: 08/2019 nick.lasheKaD-pardeehomes.com City of Fontana- Citrus Avenue Improvements 8353 Sierra Avenue Contract Amount: $502,730.00 Fontana, CA. 92335 Start Date: 08/2018 Contact: Kimberly Young (909) 350-7632 End Date: 10/2019 kyoung(aD-fontana.org DR Horton Singlton Road 2280 Wardlow Circle Ste. 100 Contract Amount: $1,684,000.00 Corona, CA. 92880 Start Date: 07/2018 Contact: Keith Alex (951) 830-5872 End Date: 12/2019 kalex(a-),drhorton.com City of Ontario Eucalyptus Street Improvements 2201 Dupont Dr. #300 Contract Amount: $1,580,580.00 Irvine, CA. 92612 Start Date: 3/2018 Contact: Kavous Emami (909) 628-6234 End Date: 10/2019 Irvine Community Development Company Portola Springs PA-6 Enclave 5B Phase1, 2 550 Newport Center Dr. Ste. 550 B2 Contract Amount: $2,055,055.00 Newport Beach, CA. 92660 Start Date: 09/2018 Contact: Mike Morse (949) 720-2560 End Date: 12/2019 City of Downey FY 18/19 Slurry Seal Project 11111 Brookshire Avenue Contract Amount: $313,425.87 Downey, CA. 90241 Start Date: 06/2019 Contact: Desi Gutierrez, (562) 904-7110 End Date: 12/2019 dgutierr .downevca.org 2019 PAST WORK REFERENCES City of Chino Slurry Seal Maintenance Work PO Box 667 Contract Amount: $372,805.00 Chino, CA. 91708 Start Date: 1/2019 Contact: Dustin Postovoit (909) 334-3415 End Date: 12/2019 apostovoit(a-)-cityofchino.orq City of Lancaster 2018 Pavement Management Program 44933 Fern Avenue Contract Amount: $2,720,103.65 Lancaster, CA. 93534 Start Date: 3/2019 Contact: Greg Wilson (661) 570-8003 End Date: 12/2019 gwilson .cityoflancasterca.orq City of Colton FY 18-19 Asphalt Paving Project 650 N. La Cadena Dr. Contract Amount: $1,377,700.00 Colton, CA. 92324 Start Date: 3/2019 Contact: Victor Ortiz (909) 370-5099 End Date: 11/2019 vortiz ,coltonca.gov City of Cathedral City Ortega Road Widening 68700 Ave Lalo Guerrero Contract Amount: $459,998.00 Cathedral City, CA. 92234 Start Date: 2/2019 Contact: John A. Corella (760) 770-0349 End Date: 12/2019 jcore Ilaa-cathedralcity.gov City of San Clemente Arterial Street Pavement Maintenance 910 Calle Negocio Contract Amount: $1,187,187.00 San Clemente, CA. 92673 Start Date: 3/2019 Contact: Gary Voborsky (949) 361-6132 End Date: 7/2019 voborskyga-san-clemente.orq County of Orange JOC Pavement Maintenance 300 N. Flower Street Contract Amount: $4,500,000 Santa Ana, CA. 92703 Start Date: 07/2019 Contact: Stephen Clayton (714)955-0206 End Date: 10/2019 Stephen.clayton -ocpw.ocgov.com at 2019 PAST WORK REFERENCES City of Lake Elsinore SB-1 Lincoln St Pavement Rehabilitation. 130 S. Main Street Contact Amount: $833,360.00 Lake Elsinore, CA. 92530 Start Date: 6/2019 Contact: Nicole McCalmont (951) 674-3124 End Date: 10/2019 nmcalmonta-lake-elsinore.org City of Inglewood North La Brea Avenue One W. Manchester Blvd Contract Amount: $4,540,992.20 Inglew000d, CA. 90301 Start Date: 11/2018 Contact: Lea Reis (323) 260-4703 End Date: 12/2019 Ireisakoacorp.com . . ....-..... _--___-- - ^ PAST WORK REFERENCES. 2018 i���-�� ------------_ .City,of Moreno\/oJ|ey /\Ue»s&ndrn7}|vd.,S.t,rcet�hnprpveniuots at |4|77 Frederick St. Ch0-uU Court xnd( rahmn Street P.(l,Box 88OO� �ootrac(,�m0unr$44� 821'50 Moreno Valley, C/\ 92552 Start:05 ` 018 Contact: Henry NA .p.E, (Y5l) 4|3'3lo6 Complete: 11/2018 City of/\|ixoVi o /\|iio Creek and Road Rehab DJoumo~ Stn:et Ste#|00 Contract AnI,0unL $6§7,770.00 /\|iso.V' CAV2656 Btort:O5/2018 Contact: Man|Sha6r` (y4V)4Z6'2556 Complete: 10/2018 City o .LagUna —Niguel F`� l7-|8/\|iciuPurkwAy/\�eriuiPavement D0{ | | 'Crown Vx|ley^ Parkwa} Rehab Laguna Niguel, CA,92677 Contract'Annuot: ' ' L700�0 Cnot cti'FmokBm'ges.(949) 6]2'43U0 ~ 08/2018 Cmon}etc: ||/2O}D City ofJun/pu\/u |ey \/dn Boruh Blvd. Pavement K8bub PH2 8304Ijinxxiite Avenue Suite M Contract : $78|�8451)0 J rdpa Valley, CA 925,09 8tart:08/20)D Chase Keys,(O5|)332-6464 Complete*0y/2O|& Irwindale 28|7^20|8|{osurFIoin0Proe.C1 City ofIrwindale Contract Amount: $285.503.10 5050N. In*indabMoluc Start:/ 7/20|8 h«hxake,CAVl7D6 Coolp|mo:08/20|8 Contn : F6churd Corpis, County of Los Angeles Phu Canyon Road /u Box/5Vu Contrmot/\momnt: $3,288^999.00 Aikhn`hm, PA9)802 Start: 0 . 0lD Contact: RodaBxssuo,(626)458- 144 L,00gleov: 11/2018 ` ' PAST WORK REFERENCES ���c����' ______'________----_------- __-_-_____-_-__-_-_'______ _ Cbv of Rolling Hills Estates 20).1-lAStreet ResurfacingProject *Wp8koaVerUesunvc Contract Amount: 3J�2O3,y}2.5O Rolling BbUu CAY0274 3tah:03/2Ol& Coota/t:.Som1 Gibson (00).2lOcOj4X Finish: O9/2U0 s'�"ibsoh City nf Huntington 1Beach Heil and Main Street 200OMxio Street Contract Amoont: $2.285,562.� Hufitingto'n Beach, CA 92648 Stad: 11/2017 Contact: Jim C,ophx(7l4)i36'552j Finish: V6/3018 City of.Fontana V alley Blvd, Median Improvement Pr Ojcct 8J53 Sierra/\vo:Ue Connuo\/\nount $164,715.00 Fontana, CAV2]35 Smd7 83/20 18 Contact- Juzmioc Pena (Vo9) 35O,6648 ;inish: 015/20|8 -` Ckvof Lake Forest Bake Parkway at Trabuco Road 25550%Cnnmcrccntre[tivc Contract Amount: $12i6211)O Lake Fore$^CA926�0 �Ston:82/20|8 Co ) 46l'3490 Fioiok 06/2018 City o[Lu0ui11ta Contact: UbddoAvonJr` (760)777'70-5| 74~495QaU co FY }6-\7 Phase 2 Desert P|ob La Quiutu, CAV2Z5] C01111'aCtumbuo1: $.697/474.76 St8ndatc: O6/20l7 Fin bhdate 12/2017 City of Canyon Lake Slurry Sou|FY 2017-2018 Railroad Canyon/ 3j5168aUruad Road Canyon Lake Drive Canyon Lake, C}\ 925X7 Contract amount: $263'241.63 Contact- Kenneth Bailey, (98)244'2yj5 'Start date: U3/2nj8 Finish date: 12/2018 ` ' PAST WORK REFERENCES 2018 _--------~_____-__ ....... - City of Newport Beach e�CouutHighway Landscapem �Tmnrovc �n� |OOCk�bCenter Drive, I' Phase Contrao No.7189'| Newport Beach, CA 92660 Contact: Alfred Custaomn, (g49)644~3]]4 Start date-OkV|8 , Finish date- 1.1/2018 Ton« of&pp|pVxUoy Navajo Road Ro ibb Ng55 Dale Evans ParkwaN Con tract aox0Unt: 1849,182.00 Apple.Valley, CAV2307 Start date: 07>20|7 Contact KJcX 8ergnr, (760) 240-7000 uxt 7530 Finish date: l2/ 0l7 City' uf Indian Wells Cook Street Rubberized Pavement Overlay 44"g50 Eldorado Drive Cuuiructumounf: $599,599.59 Ind iuV Wells, CA93210 Start date: 05/20'18 Contact: Ken,A`800malo, P£, (760346-2409 Finish date: )2/20O ` ^ -- -_ ------------- -__ __-_ PAST WORK REFERENCES — 017 City Vf Rancho [uca:]unga Base Line Rd. PavcnoentRehob. IO5nU Civic Center Drive [ontractAooUunL $I'130\470 Rancho [vcannonQa, [A9l730 Sta,t: 85/2Ol7 Contact: Rorocn David, (9D9)477-]740 [ornp|eted: O7/ZUI7 [ityOfTehmecu|a Margarita Road Pa"ernent 41&QO Main Street Rehab Temecula, CA9259O Contract Amount: S2'577'77O [ontact:`William 8ecerra' (9SI)694-6444 Scart: O5/]DI7 CannpJeted: Il/2OI7 Town(][ Apple Valley Navajo Road Rehabilitation l4955 Dale Evans Pkvvy Contract`Arnouot� $,849'I82 Apple Valley, [A923O7 Staet: 06/2017 [ontaot:'Rich 8erger,(76U)24U'7OUU [4/np|eted: ll/38I7 City [)fViciorviUe Water Warehouse fi1 Paving 14343 Civic Dr. Project yictorviUe, [A923qZ Contract AmoVnt $2SI,O0D Contact: Carlos Seanez' (76O)85S-S162 Start Date: O4/2OI7 gIv Comp|eted: O6/2O]7 City Of Santee Citywide Slurry Seal & Koadvvay l05Ol Magnolia Ave Bui|dhlA4 Mainten,ance2OI7 Santee, C/\`9Z07I Contract Amount: $285'061.90 Contact: Toby M. ESpino|a' P.E, (62g)--,158'4lOU Sto/'t: 06/ZO17 [unoV|cted: 10/2017 PAST. WORK REFERENCE.S 2017- , City Of Yucaipa 2015-20.16 Micro-Surfacing 34272 Yucaipa' Blvd.. Program Project No.11043 Yucaipa, CA 92399 Contract Amount: $252,379.06 Contact: John, Larose, (909)797-2489 Start- 07/2017 jlarbse(cDyucaipa,orp, Completed-. 08/2017 City Of West CoVina Residential Street Rehabilitation Eclipse Way & Jennifer PI SP 17038 West Covina,, CA 9117..92 Contract Amount:$469,960.70 Contact: Hany Demlt,ri, (626-)939-8445 Start: 05/01/17 Hany.De m itri @ westcbvi na.gov Completed: 06/09/2017 City Of Highland 2.015-16CID13G Streets Pavement McKinley Ave & SP'St San Bernardino; CA 92410 Contract Amount: $82313189.68 Contact Name: Carlos Zamano, (909)864-8732 Start: ,Q6/05_ /i7 czamano@;ci.tyoFhighland.org Coerfpletedo-' 1 13/17 County Of Riversi'de Gilman Springs 2950 Washington Street Contract Arno I unt: $1,662,671.20 Riverside, CA 92504 Start: 11/2016 Contact Name: Justin Robbins, (951)955-6885 Completed-. 08/2017 JR,OBBlNS@rc'tl_n-ia,orJ�, City Of Palm Springs Ta.xiway.J Rehabilitation 3400 E. Tahquitz Cyn Way Ste I Contract Amount: $291,482.99 Palm Springs., CA 9,2262 Start: 09/20.17 Contact Name: Robert Denning, (541)324-7321 Complet ed- .1.0/2017 Robert.denningCq)aecor-n:com , PAST WORKREFERENCES 6. C ity of Riverside 2o14/20>5 Preservation and[Maintenance 3900 Main St. Contract Amount: $3~400,725.00 Riverside, C/\ 925Ol '.StuTtiO|/20l6 Contact.: Stcvo Howard, (g5!)826-57O8 Completed: 06/N16 City of'Ranchb Santa Margarita Annual Rcsidential Rancho-Santa Mmg4 tb,—CA 92.68,8 Start-. 01/28110 Contact: Max Maximoms,(940)695'}8n0 Completed: 09/2016 (] f.Diamond 8 G�� /ive.f�e��G 3]8]U[o@ Dr VP Cnotraot&niourA: $11039,000l0 Diamond Bar, | C& � 765 StartO8/2Ol5 Contact: Kimberly Young, (909) 8319-7044 Completed: 05/201,6 City of Bell Florence 6330Pue »643,000.00 Bell,CA 9.02.011 Start; 04/2016 ConlmctI)uhKJni, .323 -- -2628, Completed':,O0/Z0l6 of"Fransportation Route] 1:LContract No. ' 1 C4604 2 .800 Dinah Shore Dr. Ste. 104 Contract: $1~53161.1287.00 crt, C/\ 92211 8tzr\:^04/2O}G Contact: Kh .i \/u,(V5l) 232~6263 Conn|etcd: 0<V2V\6 Department,of'rranspolIa1ion Route 73. Contract No. }2�0K4UO4 }25) 14 University Dr. Trader No`2 Contract Ampuot' gl.545`!6108 Irvine, CAY26lZ Start-. 4/20l5 Contact: Peter 8hich,(V4V)279'8636 Comp|ued`V7/2O16 City cfYicto i>le Bear Valley Road Reconstruction 14343 Civic Drive Contract AMOLInt:S2,611,215.00 Contact: Bruce Miller, (760)26y�004j Comp|med>07/2Ul6 ' ` PAST WORK REFERENCES 2016 City of Perris 4* Street Iniprovenient Project lUl N. D Street Coui;uc ./\mouot: $545,880^00 Perris', CA 92570 03/2016 Contact: Brad'Boopby,(95\)V43'0504 Completed: 67/20116 City u[Px\nx Vo,6cs Emates FY 15^16 St. Ke,u,[voiog& Slurry 3��I Project 340 Palos Verdes Drive West Contract Amount: $87(,455.0O Palos Verdes Es\moy` C/\ 90274 S¢xt- 11/2015 Contact: ken Dukaviou` (3}0)]78~038] Conopl.-\cd:06/2016 City f Newport Beach Corona Delk4 Improvements 100 Civic Center Drive _ Controc Aotou[¢: $497'497.00 Newport Beach, CA 92,66 StartDote: U2/20}d Alfred Cuxhauon,(V49)644-3]]4 Contpleted:, O5/78l6 Cuozeo Shores PavementR ons rudivn lOO'Civic Center Drive Contract Arnount: ,36330.00 Nmporl 92660 Start Date: Q6/20�6 Cnotact Frbok9run' 4.0Completed'.l2/20l0 (]tyof/\U Vi ejo Puo �oPark Rehdb,Chu sc (o73F`vy 12,Journey, }�V0 Contmci /\rnnun|: $633`6313.8O ��UxuV] - C/\ 92656 Start Date: I0/2U\6 Cb,sTank, 5^2531 Completed: 12Y2016 PAST WORK REFERENCES 2015 ----------------------------- ------------- City bf.Hawthorne Hawthrone.;Blvd ol�ti,:.R 0 1. Ye i . ructipp. 4455 W. 16.2"0 Strect Contract Amount: $12,579,000.00 Hawthorne,CA 9.0250 Start: 4/20 14 Contact- Heechcoil Kwon, (3 10) 349-29.80 Completed: 5/2015. Crty.pf.1h6lewood Florence-Ave One Manchester Blvd, 3" Floor Contract Amount: $2,639,000.00 Inglewood, CA,90301 Start: 4/2015 Convict;nUic.l., Hunter Nguyen, (3 10) 412-4252 Completed- 10/2.0,15 County of Ventura Pavement Resurfacin- llhaSe,ll 800 S. Victori,a Ave Contract Amount. 2 Ventura, CA 93009 $ ;401970;00 Start: 4/2015 Contact: Jee..woong Kim, (805) 654-3987 Completed: 10/20 1 1 1 5 City of Montcki'it Northeast Montclair Street Rehabilitation5411 1 Benito Street Contract,_.-A-mo,unt: $514,1501 :00 Montclair;CA 91763 Start: 4/2015 Contact: Ste:,ve.Stanton, (909) 625-9444 Completed: 7W 15 Riverside County TranspOrt,ation Cornmission Route 74W. i'denillo 408.0 Lemon Street, 3`1 Floor Contract-. $1,070,004.0.0 Riverside, CA 925.01 Start: 4/2014 Contact: Bill Seitz, (949.) 300-913.2 Coirnpletdd: 7/2015 City of,Riverside 2014/,1:5 Arterial Streets 3900 Main Street Contract Amount: S1,683,076.00 Riverside, CA 925.01 Start: 412015 Contact: Steve Howard, (951) 826-5708 Completed: 9/2015 Long Beach Unified School District Garfield E, lerrientary School Pavement 2201 E. Market Street Contract Amount: $1,976,508;,00 Long Beach, CA 912805 Sturt-,6/2015 Contact: Nancy Chinchilla, (562) 991>7513 Gbrriple.red: 11/2015 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 x205 17/18 Arterial and Minor Street $7,489,107.00 Street Rehabilitation 12/2019 Project Name& Contract Amount Type of W orl: Date Completed La Sierra Avenue Resurfacing $2,008,439.00 Road Resurfacing 12/2019 Project Name & Contract Amount Type of Work Date Completed Edinger and Atlanta Rehab $2,175,778.00 Road Rehabilitaiton 12/2019 Project Name & Contract Amount TVI)c of Work Date Completed 2 Rick Selph Name of proposed Superintendent Telephone No. of proposed Superintendent: 951-453-4645 Edinger and Atlanta Rehab $Z 175 778.00 Road Rehabilitaiton 12/2019 Project Name & Contract Amount "Type of Work Date- Completed JOC Pavement Maintenance $4,500 QQQQO Pavement Maintenance 10/2019 Project Name & Contract Amotmt Type of Work Date Completed Bake Parkway at Trabuco Road $121,621.00 Road Rehabilitaiton 06/2018 Project Name &. Contract Amount Type of Work Date Completed C-]l • 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://ww�v.dir.ca.gov/DLSE/PublicWorks/SB854FactSheet-6.30.14.pdf DIR's Contractor Registration Link—Call (844) 522-6734 https://ef Iing.dii•.ca.gov/P WCR/ActionServlet?action=displayP WCRegistratiollForm DIR's Contractor Registration searchable database: https://efiiing.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 fo►-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 RV publicworks@allamericanasphalt.com Email -------- ----------- Edward J. Carlson, Vice President Date: 0 2 O S Z Q�.L7 Title PWC Registration #:_ 1000001051 Registrations Page 1 of 2 State of California Back to DIR»(https://www.dir.ca.govn Department of Industrial Relations (https./ i,ir.ca.govn Contractor Information Legal Entity Name ALL AMERICAN ASPHALT Corporation Active 1000001051 07/01/19 06/30/20 PO BOX 2229 CORONA 92878 CA United States of America 400 E SIXTH ST CORONA 92879 CA United States of America publicworks@allamericanasphalt.com License Number(s) _ CSLB:267073 Legal Entity Information Corporation Entity Number: C0570879 Federal Employment Identification Number: 952595043 President Name: MARK LUER Vice President Name: EDWARD J CARLSON Treasurer Name: MICHAEL FARKAS Secretary Name: MICHAEL FARKAS CEO Name: Agency for Service: Agent of Service Name: MICHAEL FARKAS Agent of Service Mailing Address: 400E SIXTH ST CORONA 92879 CA United States of America Worker's Compensation Do you lease employees through Professional Employer Organization(PEO)?: No Please provide your current worker's compensation insurance information below: PEO PEO PEO PEOlnformationName Phone Email Insured by Carrier Policy Holder Name: ALL AMERICAN ASPHALT Insurance Carrier: ZURICH AMERICAN INSURANCE COMPANY Policy Number: WC593205701 Inception date: 08/01/18 Expiration Date: 08/31/19 About DIR Who we are(https://www-dir.ca.gov/aboutdir.htmi) DIR Divisions,Boards&Commissions(https://www.dir.ca.gov/divisions_and_programs.htm1) Contact DIR(https://www.dir.ca.gov/Contactus.html) Work with Us Jobs at DIR(https://www.dir.ca.gov/dirjobs/dirjobs.htm) Licensing,registrations,certifications&permits(https://www.dir.ca.gov/permits-licenses-certifications.html) Required Notifications(https://www.dir.ca.gov/dosh/Required-Notifications.htmi) Public Records Requests(https://www.dir.ca.gov/pra_request.htmi) Learn More Acceso al idioma(http://www.dir.ca.gov//Bilingual-Services-Act/default.htmi) Frequently Asked Questions(https://www.dir.ca.gov/fagslist.htmi) Site Map(https://www.dir.ca.gov/sitemap/sitemap.html) lit-tnc•//-arlir carnra fnma rnm/( nntrartnrCaarrh/racrictratinnCParnhTlatailc 1201/201 9 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 suhmil to CalRecycle a declaration signed under penalty of pet jury by the contractor(s)stating that within the preceding three(3)years,none of the events listed in Section 17050 of'ritle 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%r.calrees.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 ftirlher instruction about logging into G.W and uploading This form, reference the Procedures and Rceyuit_cntenis. Retain the original form in OUr grant file" GRANTEE INFORMATION GRANTEE NAME: GRANT NUMBER: PRIMARY CONTACT NAME: City of Huntington Beach CONTRACTOR INFORMATION i i CONTRACTOR NAME: - - - --� All American Asphalt AUTHORIZED CONTRACTOR REPRESENTATIVE NAME: l Edward J. Carlson, Vice President MAILING ADDRESS: PO Box 2229 Corona, CA. 92879 As the authorized representative of the above identified contractor. 1 declare under penally g1t)erju►y under the!emus of the Seale cj'California that within the preceding three(3)years,none aflhe events listed in Section 17050 of Title 14,California Code of Regulations, Matural Resources, Division 7, has occurred with respect to the above identified contractor- Alternatively, as the authorized representative of 1he above identified contractor. J declare ruder penaht-of perjru),under the 1mvs of the State of C'al f forma that irithin the preceding three (3)vcars, if an►,o/-the events listed in Section 17050 of I ille 14, California Code of Regulations,Aatto•al Resources. Division % eras occurred with respect to the above identified contractor, /have disclosed all such occurrences in an attached signed statement that explains the facts and circumstances of the listed events. --- -- t Signature _ — Dale --- C-t 3 STATE OF CALIFORNIA DEPARTMENT OF RESOURCES RECYCLING AND RECOVERY(CalRecycle) RELIABLE CONTRACTOR DECLARATION CalRecycle 168(Revised 7/13) Title 14 CCR,Division 7,Chapter I 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 t.hveliable Contractor, Subcontractor, Graniec 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❑ny appeal that may be filed in accordance with section 17055 et seq. (a) Disallowance of arty and/or all claim(s)to CalRecycle due to fraudnlert claims or reporting:or (h) The filing of a civil action by the Atiorne_y(iell if Ihr a yiolatirnr ofthc False Claims Act.Government Code section 12650 et.scq;or (c) Detaull on a CalRecycle loan,as evidenced by written notice front Ca!Itccvelc statffprovided to the borrower oftlie default:or (d) Foreclosure upon real property loan collateral or repossession of personal property Ivan collateral by CalRecycle;or m�(e) Filing voluntary o; ioluntary bankruptcv. where there is a finding_hase:d()If sit hstsntial evidence,that the bankruptcy interfered with the CalRecycle contract,subcontract.grant or!oat:or (1) Breach of the term u s and conditions ofa previous Ca1Rcc.cle contact.any subcontract Ihr a Callecycle agrcemen!, ,,ran!,or loam.resulting in termination ol-the C all:ecycic contract,subcontract.grant or loan by the(_:alRecycle or prime contractor,or (g) 1 lacemew on the CalRecyele's chronic violator inventory established pursuant to Public Resomees Code section 4,1104 for any owner or operator of a solid wane facility:or (h) The person,of any partner,uneunher,oflic•cr,director..responsible menacing of ticci,or responsible managing employee of am entity has been convicted by If court of utimp ent jut isdictrau of ans charge of fiauct bribery.c,olntsion. conspiracy,or any act in violation of amy state of federal antiou,t law in cumtectiot with file hiddin"upon,award of',or performance under anv CalRecycle contract,subcontract grannt or loan;or (i) I he person or entity is on the list of unre(_iable persons or entities,or simi!ar list,of anv other federal or California state agency;or (j) The person of cwily ha,violated an Under issued in aec(nc)ance ,vith section IS.04:of (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 bid does not have a waste lire facility permit:or. (1) The person or entity has transported waste fires without a waste tire hauler registration:or, (nn) The person or entity has had a solid waste facility or waste tire permit or if waste fire hauler registration denied. suspended or revoked:or. (1) The perstm or entity has abandoned a site or iliken a similaf action\.vhich resulted in corrective action or tyre expenditure of hinds by CaWecycic to remediatc,clean,or atbate a nuistuxx at the site:or (o) The#olh?wtng are additional grouiul,for a fiodn.g that_:,person or entity descrihed helow should he placed on the Unreliable List: (1) The person or entity owned 202"/�.or more of au entity'on the Unreliable List at the time ofthe-activity that resulted in its placement on the Unreliable List: (2) -file person held the position of officer director,manager. partner.trustee,or any other manalermmt position with significant control(Principal Manager)in an cntit_v on the Unreliable List at the time of the activity that resulted in its placement on the Unreliable List: (;) The entity includes a Principal Manager who: I. Was a Principal Manager in an entity on file Unreliable List at the time of the activity That resulted in its placement on the t)nrcliab!e List:or. 2. Owned 20%or more ofan cntitn y o the Unreliable List al the.time oflhe activity that resulted in its placement on the Unreliable List: (4) The entity has a person who owns 201N,or more of the entit}. if that person: l. Was it Principal Manager in an entity on the Unreliable List at the lime ofthc activity that resulted in its placement on tyre Unreliable list;or.. 2. Owned 201.111 or more ofan entity on the 1lnreliatble 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 iltc entity, if that other entity: I. Is on the Unreliable List:or. 2. Owned 20"No or more of an entity on the Unreliable List at the time of the activity that resulted in its placement on the l!nrcliable List. (6) Subsection(o)is not intended to apply to a person or entity that purchases of-otherwise obtains an entity on the Unreliable List subsequent to its placement on the Unreliable List. C-14 1 a o D Fidelity and Deposit Company of Maryland BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, ALL AMERICAN ASPHALT BOND NO. 085 97 423 as Principal,(hereinafter called the"Principal'),and FIDELITY AND DEPOSIT COMPANY OF MARYLAND ,a corporation duly organized under the laws of the State of Illinois ,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 Total Amount Bid----- Dollars($ 10% of Bid ),for the payment of which sum well and truly to be made,the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS,the Principal has submitted a bid for GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue-SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street-ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane CC No. 1576 Bid Date:February 11, 2020 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter into such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect. Signed and sealed this 3rd day of February A.D., 2020 ALL AMERICAN ASPHALT Princi al P IA-1 mess (SEAL) i;Ory �T CA'r t�oN, ViG�PI2ESIOENT FIDELITY AND DEPOSIT COMPANY OF MARYLAND Surety By� C n J0 o (SEAL) Rebecca Haas-Bates ,Attorney-in-Fact BID70000ZZ0701 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 February 5, 2020 before me, B. Royster, Notary Public Date Here Insert name and Title of the Officer personally appeared Edward J. Carlson Name"f Signer(W— f 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 B.ROYSTER and acknowledged to me that he/sheAhey executed the same in Notary Public-California Riverside County his/her4h& authorized capacity(ies), and that by his/heFAh& Commission r 22603s2 - signature(s) on the instrument the person(s), or the entity upon behalf 6M y Comm.Expires Oct 26,2022 of which the person(s)acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of Califomia that the forgoing paragraph is true and correct. WITNESS my and an fficial seal. Signature Place Notary Seal Above SignatQ 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 Bid Bond—City of Huntington Beach Document Date: February 3, 2020 Number of Pages: 3 Signer(s)Other Than Named Above: Rebecca Haas-Bates, Attorney-in-Fact Capacity(ies)Claimed by Signer(s) Signer's Name: Edward J. Carlson Signer's Name: ❑ Individual ❑ Individual X Corporate Officer—Title(s): Vice President o Corporate Officer—Title(s): ❑ Partner I ❑ Limited ❑General ❑ Partner l: ❑ Limited ❑Ge al RIGHT THUMBPRINT RIGHT THUMBPRINT ❑Attorney in Fact ❑Attorney in Fact OF SIGNER ❑Trustee Top of thumb here ❑Trustee Top of thumb here ❑ Other: ❑ Other: Signer is Representing: Signer is Representing: All American Asphalt a 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 02/03/2020 before me, Liliana Gomez,Notary Public Date Here Insert Name and Title of the Officer personally appeared Rebecca Haas-Bates NameKof SignerN who proved to me on the basis of satisfactory evidence to be the person(s) whose names is/me subscribed to the within instrument and acknowledged to me that §e/she/they executed the same in his/her/thair authorized capacity ice, and that by his(her/thair signature}on the instrument the personK or the entity upon behalf of which the personN 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. LILIANAGOMEZ WITNESS m In and official seal. 6My Notary Public California Orange County Commission#2243326 Comm,Expires May 20, 2022 Signature Signature of N tary 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: 02/03/2020 Number of Pages: One(]) Signer(s) Other Than Named Above: All American Asphalt Capacity(ies) Claimed by Signer(s) Signer's Name: Rebecca Haas-Bates Signer's Name: Ll Corporate Officer — Title(s): ❑ Corporate Officer — Title(s): EJ Partner — El Limited n General Partner — i i Limited 1 General ❑ Individual [VAttorney in Fact Individual 0 Attorney in Fact ❑Trustee ❑ Guardian or Conservator ❑Trustee ❑ Guardian or Conservator C Other: _ Other: Signer Is Representing: Signer Is Representing: Fidelity and Deposit Company of Maryland 02014 National Notary Association • www.NationalNotary.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 tinder 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 1, the undersigned, Secretary 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 l5th 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 tinder 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 I Oth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WFIFRFOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 3rd day of February 2020 W_ z 0 SAL k 1 d"P By: Brian M.Hodges Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND,THE BOND NUMBER,AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg,IL 60196-1056 wwNv.rel2ortsfclaii-nsLpzurichna.com 800-626-4577 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 Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D.Murray,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 Z,URICI I 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&,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 ANDDEPOSIT COMPANY OF MARYLAND,this 1 I th day of June,A.D.2019. NOV � :�tytn aau AT-FEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND BY: Robert D.Murray Vice President Y r__7`a ,crrt C1.bit` By: Dawn E. Brown ecretaiv State of Maryland County of Baltimore On this 1 Ith day of Rme, A.D.2019, before the subscriber, a Notary Public of the State of Maryland,duly commissioned and qualified, Robert D. Murray,Vice President and Dawn E.Brown,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 Wl IEREOF,I have hereunto set my hand and affixed my Official Seal the dad"and year first above written. .. �p{plll jjlr Constance A.Dunn,Notary Public My Commission Expires:July 9,2023 1j»111 57\Y1\ 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 Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D.Murray,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 1 l th day of June,A.D.2019. y. ...,� �ins rn S-p l ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D.MlrraV Vice President ak."7L .By: Dawn E.Brown Secretary State of Maryland County of Baltimore On this I Ith day of June, A.D.2019, befare the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified, Robert D. Murray,Vice President and Dawn E.Brown,Secretary of the Companies,to me personally known to be the individuals and ottieers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly swam,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 TES`rIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. e - a Constance A.Dunn,Notary Public My Commission Expires:July 9,2023 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane CC NO. 1576 in the CITY OF HUNTINGTON BEACH February 4, 2020 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) Signing and Striping Plans -(Graham-2, Slater-2, Slater-1, Newland-2, Atlanta -2=Total 8 pages) a. Traffic and Striping Plan sheets entitled "SIGNING AND STRIPING PLAN, GRAHAM STREET, SLATER AVENUE TO WARNER AVENUE", "SIGNING AND STRIPING PLAN, SLATER AVENUE FROM GOLDENWEST ST.TO GOTHARD ST.", "SIGNING AND STRIPING PLAN, SLATER AVENUE, FROM GOTHARD ST. TO BEACH BLVD.", "SIGNING AND STRIPING PLAN, NEWLAND STREET, YORKTOWN AVENUE TO GARFIELD AVENUE", and "SIGNING AND STRIPING PLAN, ATLANTA AVENUE, BUSHARD STREET TO SURGE LANE." Reason. The Signing and Striping Plans are part of the project documents for construction. 2) Section C—Correction to Bid Schedule C-2.6 (0 page) a. On Page C-2.6, Replace Unit"18"with"SF"for Graham Street Bid Item No. 26, it should read: Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount REMOVE AND REPLACE DRIVEWAY APPROACH IN KIND TO MATCH ADJACENT DRIVEWAY, GENERALLY, 26 39 PER HB STD.PLAN 209 OR 211.(ITEM 50 4 $ $ INCLUDES ALL APPURTENANCES, SF DEPRESSED CURB&GUTTER, SLOT PAVE,AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) Reason. The typographical error can be corrected by crossing out the 18" and writing in "SF". Page 1 of 2 f ' City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUMNUMBERONE For GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane CC NO. 1576 in the CITY OF HUNTINGTON BEACH February 4, 2020 This is to acknowledge receipt and review of Addendum Number One, dated above. , Company Name By 'U-ONR 12p 0 2� 015 /2 020 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. Page 2 of 2 • ACORO® �=3/31/2020 D/YYYY) 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 Edgewood Partners Insurance Center NAME: Certificates Department P.O. Box 5003 PHONE 925-244-7700 aC No): 925-901-0671 San Ramon, CA 94583 E-MAIL ADDRESS: EPICcerts@epicbrokers.com INSURERS AFFORDING COVERAGE NAIC# www.epicbrokers.com CA LICENSE#01329370 INSURER A: Arch Specialty Insurance Company 21199 INSURED INSURER B: Zurich American Insurance Company 16535 All American Asphalt INSURER C: American Guarantee and Liability Ins Co 26247 P.O. Box 2229 Corona CA 92878 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 54874991 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 SUER POLICY NUMBER MM POLICY LTR /DD/YYYY MM DD/YYYY LIMITS A I/ COMMERCIAL GENERAL LIABILITY DPC1005856-03 8/1/2019 8/1/2020 EACH OCCURRENCE $1 000000 DAMAGE TO_71CLAIMS-MADE C,OCCUR PREM SES(EaENTE occuence) $100 000 MED EXP(Any one person) $ PERSONAL&ADV INJURY $1 000 000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY ✓❑ PET LOC PRODUCTS-COMP/OP AGG $2 000,000 OTHER: $ B AUTOMOBILE LIABILITY BAP5571088-07 8/1/2019 811/2020 COMBINED SINGLE LIMIT $ Ea accident 2,000,000 1✓ ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ ✓ AUTOS ONLY Iv AUTOS ONLY Per accident C UMBRELLA LIAB �/ OCCUR SXS019797003 8/1/2019 8/1/2020 EACH OCCURRENCE $5 000 000 EXCESS LIAB CLAIMS-MADE AGGREGATE $5 000 000 _ DED ✓ RETENTION$10,000 Following-Form $ B WORKERS COMPENSATION WC593205706 8/1/2019 8/1/2020 ,/ STER ATUTE ER AND EMPLOYERS'LIABILITY Y I N ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1 000,000 OFFICER/MEMBER EXCLUDED? ❑N NIA (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 I LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) nRM Job#CC-1576/RE: Rehabilitation of arterial segments on Atlanta Avenue,Graham Street,Newland AvuWR6�P�We�iut?T- City of Huntington Beach,its officers,elected or appointed officials,employees,agents,and volunteers are ludeq as Additional Insured as respects to General Liability per attached endorsement. Certificate Holder is Additional Insured if Required by Written Contract Excluding Workers Compensatiagra„ AEL E.GATES CITY ATTORNEY CITY OF HUNTINGTON BEACH CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Huntington Beach THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN PO Box 190 ACCORDANCE WITH THE POLICY PROVISIONS. Huntington Beach CA 92648 AUTHORIZED REPRESENTATIVE Certificates Department ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD 54874991 1 19[01l Standard with 55mm XS I Alyssa Hammonds 1 3/31,'2020 12:15:00 PM(PDT)I Page 1 of 11 To: Whom it may concern PO Box 5003 Regarding: Notice of Cancellation San Ramon,CA 94583 Phone: 925.244.7700 Date Issued: 3/31/2020 Fax: 925.901-0244 Email: EPICcerts@epicbrokers.com Named Insured(s): All American Asphalt Policy Number(s): DPC1005856-03 BAP5571088-07 CERTIFICATE HOLDER: WC593205706 SXS019797003 City of Huntington Beach PO Box 190 Huntington Beach CA 92648 Should the above described policy be cancelled before the expiration date thereof, we will mail 30 days written notice to the above referenced Certificate Holder; except, 10 days notice for non-payment of premium. Sincerely, .Z:)4---, Dan Ryan, Managing Principal epicbrokers.com edgewood partners insurance center ca license OB29370 54874991 119[01]Standard with$5rnm XS I Alyssa Hammonds 1 3/31/2020 12:15:00 PM(PDT)I Page 2 of 11 COMMERCIAL GENERAL LIABILITY CG20100413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Location(s)Of Covered Operations Or Organization(s): Any person or organization where the Named Insured Any location where required by written contract or has agreed to add as an additional insured by written contract agreement, provided the contract or agreement is or agreement, provided the contract or agreement is executed prior to any "occurrence"or offense executed prior to any"occurrence"or offense. City of Huntington Beach,it's officers,elected or appointed officals,empoloyees,agents and volunteers Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section II — Who Is An Insured is broader than that which you are amended to include as an additional required by the contract or insured the person(s) or organization(s) agreement to provide for such shown in the Schedule, but only with additional insured. respect to liability for "bodily injury", "property damage" or "personal and B. With respect to the insurance afforded to advertising injury" caused, in whole or in these additional insureds, the following part, by: additional exclusions apply: 1. Your acts or omissions; or This insurance does not apply to "bodily injury" or "property damage" occurring 2. The acts or omissions of those after: acting on your behalf; 1. All work, including materials, parts in the performance of your ongoing or equipment furnished in operations for the additional insured(s) at connection with such work, on the the location(s)designated above. project (other than service, maintenance or repairs) to be However: performed by or on behalf of the additional insured(s) at the location 1. The insurance afforded to such of the covered operations has been additional insured only applies to completed; or the extent permitted by law; and 2. That portion of "your work" out of 2. If coverage provided to the which the injury or damage arises additional insured is required by a has been put to its intended use by contract or agreement, the any person or organization other insurance afforded to such than another contractor or additional insured will not be subcontractor engaged in CG 20 10 04 13 ©Insurance Services Office, Inc., 2012 Page 1 of 2 54874991119[01]Standard with$5mm XS I Alyssa Hammonds 1 3/31/2020 12:15:00 PM(PD7)I Page 3 of 11 performing operations for a 1. Required by the contract or principal as a part of the same agreement; or project. 2. Available under the applicable C. With respect to the insurance afforded to Limits of Insurance shown in the these additional insureds, the following is Declarations; added to Section III — Limits Of Insurance: whichever is less. If coverage provided to the additional This endorsement shall not increase the insured is required by a contract or applicable Limits of Insurance shown in agreement,the most we will pay on behalf the Declarations. of the additional insured is the amount of insurance: All other terms and conditions of this policy remain unchanged. Endorsement Number: This endorsement is effective on the inception date of this policy unless otherwise stated herein. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Policy Number: DPC1005856-03 Named Insured: All American Asphalt Endorsement Effective Date: 08/01/2019 REFERENCE: SCHEDULE: Job#CC-1576/RE: Rehabilitation of arterial segments on Atlanta City of Huntington Beach,it's officers,elected or appointed officals, Avenue,Graham Street,Newland Avuenue and Slater Avenue/ empoloyees,agents and volunteers City of Huntington Beach,its officers,elected or appointed officials, employees,agents,and volunteers are included as Additional Insured as respects to General Liability per attached endorsement. CG 20 10 04 13 ©Insurance Services Office, Inc., 2012 Page 2 of 2 54874991 119[01]Standard with$5=XS I Alyssa Hammonds 1 3/31/2020 12:15:00 PM(PDT)I Page 4 of 11 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Any person or organization where the Named Insured has agreec All locations where required by contract. to add as an additional insured by written contract o agreement, provided the contract or agreement is execute prior to any "occurrence" or offense City of Huntington Beach,it's officers,elected or appointed officals em olo ees agents and volunteers Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is additional insured. amended to include as an additional insured the person(s) or organization(s) B. With respect to the insurance afforded to shown in the Schedule, but only with these additional insureds, the following is respect to liability for "bodily injury" or added to Section III — Limits Of "property damage" caused, in whole or in Insurance: part, by "your work" at the location designated and described in the Schedule If coverage provided to the additional of this endorsement performed for that insured is required by a contract or additional insured and included in the agreement, the most we will pay on behalf "products-completed operations hazard". of the additional insured is the amount of insurance: However: 1. Required by the contract or 1. The insurance afforded to such agreement; or additional insured only applies to the extent permitted by law; and 2. Available under the applicable Limits of Insurance shown in the 2. If coverage provided to the Declarations; additional insured is required by a contract or agreement, the whichever is less. insurance afforded to such additional insured will not be This endorsement shall not increase the broader than that which you are applicable Limits of Insurance shown in required by the contract or the Declarations. agreement to provide for such CG 20 37 04 13 ©Insurance Services Office, Inc., 2012 Page 1 of 2 54874991 119[oil Standard with S5mm XS I Alyssa Hammonds 1 3/31/2020 12:15:00 PM(PDT)I Page 5 of 1 I All other terms and conditions of this Policy remain unchanged. Endorsement Number: This endorsement is effective on the inception date of this policy unless otherwise stated herein. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Policy Number: DPC1005856-03 Named Insured: All American Asphalt Endorsement Effective Date: 08/01/2019 REFERENCE: SCHEDULE: Job#CC-1576/RE: Rehabilitation of arterial segments on Atlanta City of Huntington Beach,it's officers,elected or appointed officals, Avenue,Graham Street,Newland Avuenue and Slater Avenue/ empoloyees,agents and volunteers City of Huntington Beach,its officers,elected or appointed officials, employees,agents,and volunteers are included as Additional Insured as respects to General Liability per attached endorsement. CG 20 37 04 13 ©Insurance Services Office, Inc., 2012 Page 2 of 2 54874991 1 19[01]Standard with$5mm XS I Alyssa Hammonds 13/31/2020 12:15:00 PM(PDT)I Page 6 of I 1 COMMERCIAL GENERAL LIABILITY CG 20 01 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (1) The additional insured is a Named Condition and supersedes any provision to the Insured under such other insurance; contrary: and Primary And Noncontributory (2) You have agreed in writing in a Insurance contract or agreement that this insurance would be primary and This insurance is primary to and will not would not seek contribution from seek contribution from any other any other insurance available to the insurance available to an additional additional insured. insured under your policy provided that: All other terms and conditions of this policy remain unchanged. REFERENCE: SCHEDULE: Job#CC-1576/RE: Rehabilitation of arterial segments on Atlanta City of Huntington Beach,it's officers,elected or appointed officals, Avenue,Graham Street,Newland Avuenue and Slater Avenue/ empoloyees,agents and volunteers City of Huntington Beach,its officers,elected or appointed officials, employees,agents,and volunteers are included as Additional Insured as respects to General Liability per attached endorsement. Endorsement Number: This endorsement is effective on the inception date of this policy unless otherwise stated herein. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Policy Number: DPC1005856-03 Named Insured:All American Asphalt Endorsement Effective Date:08/01/2019 CG 20 01 04 13 ©Insurance Services Office, Inc., 2012 Page 1 of 1 54874991 1 19[Oil Standard with$Smm XS I Alyssa Hammonds 13/31/2020 12:15:00 PM(PDT)I Page 7 of I COMMERCIAL GENERAL LIABILITY CIS 24 04 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. 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: Any person or organization where the waiver of our right to recover is permitted by law and is required by written contract or agreement, provided the contract or agreement is executed prior to any occurrence or offense City of Huntington Beach, it's officers, elected or appointed officals, empoloyees, 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 for injury or damage arising out of your ongoing Of Rights Of Recovery Against Others To Us operations or"your work" done under a contract of Section IV—Conditions: with that person or organization and included in the "products-completed operations We waive any right of recovery we may have hazard". This waiver applies only to,the person against the person or organization shown in the or organization shown in the Schedule above. Schedule above because of payments we make All other terms and conditions of this policy remain unchanged. Endorsement Number: This endorsement is effective on the inception date of this policy unless otherwise stated herein. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Policy Number:DPC1005856-03 Named Insured:All American Asphalt Endorsement Effective Date: 08/01/2019 REFERENCE: SCHEDULE: Job#CC-1576/RE: Rehabilitation of arterial segments on Atlanta City of Huntington Beach,it's officers,elected or appointed officals, Avenue,Graham Street,Newland Avuenue and Slater Avenue/ empoloyees,agents and volunteers City of Huntington Beach,its officers,elected or appointed officials, employees,agents,and volunteers are included as Additional Insured as respects to General Liability per attached endorsement. CG 24 04 05 09 ©Insurance Services Office, Inc., 2008 Page 1 of 1 54874991119[01]Standard with$5mm XS I Alyssa Hammonds 1 3/31/2020 12:15:00 PM(PDT)I Page 8 of 11 3/31/2020 POLICY NUMBER: BAP5571088-07 COMMERCIAL AUTO CA 20 48 10 13 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: All American Asphalt Endorsement Effective Date:08/01/2019 SCHEDULE Name Of Person(s)Or Organization(s): ANY PERSON OR ORGANIZATION TO WHOM OR WHICH YOU ARE REQUIRED TO PROVIDE ADDITIONAL INSURED STATUS ON A PRIMARY, NON-CONTRIBUTORY BASIS, IN A WRITTEN CONTRACT OR WRITTEN AGREEMENT EXECUTED PRIOR TO LOSS, EXCEPT WHERE SUCH CONTRACT OR AGREEMENT IS PROHIBITED BY LAW. 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 SCHEDULE: only to the extent that person or organization qualifies City of Huntington Beach,it's officers,elected or appointed officals, as an "insured" under the Who Is An Insured provision empoloyees,agents and volunteers contained in Paragraph A.1. 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 10 13 ©Insurance Services Once, Inc., 2011 Page 1 of 1 54874991 19[01]Standard with$5mm XS I Alyssa Hammonds 13/31/2020 12:15:00 PM(PDT)I Page 9 of 11 3/31/2020 POLICY NUMBER: BAP5571088-07 COMMERCIAL AUTO CA04441013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) 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 the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured:All American Asphalt Endorsement Effective Date: 08/01/2019 SCHEDULE Name(s)Of Person(s)Or Organization(s): ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the SCHEDULE: person(s) or organization(s) shown in the Schedule, City of Huntington Beach,it's officers,elected or appointed officals, but only to the extent that subrogation is waived prior empoloyees,agents and volunteers to the "accident" or the "loss" under a contract with that person or organization. CA 04 44 10 13 ©insurance Services Office, Inc., 2011 Page 1 of 1 54874991119[oil Standard with SSmm XS I Alyssa Hammonds 1 3/31/2020 12:15:00 PM(PDT)I Page 10 of I 1 WORKERS'COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE POLICY WC 04 03 06 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT- CALIFORNIA 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 0.00 % of the California workers' compensation pre- mium otherwise due on such remuneration. Schedule Person or Organization Job Description ALL PERSONS AND/OR ALL CALIFORNIA ORGANIZATIONS THAT ARE OPERATIONS REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY FOR WORK PERFORMED BY YOU FOR THAT PERSON AND/OR ORGANIZATION SCHEDULE: REFERENCE: City of Huntington Beach, it's officers, elected or Job#CC-1576/RE: Rehabilitation of arterial appointed officals, empoloyees, agents and volunteers segments on Atlanta Avenue, Graham Street, Newland Avuenue and Slater Avenue/ City of Huntington Beach, its officers, elected or appoin ited ocfifiacials,dettmpl�o�ees, agents, and volunteers respects GeneraT[L�an)Illtynperattached endorsement. Policy Number. WC593205706 Named Insured: All American Asphalt Endorsement Effective Date: 08/01/2019 WC 252(4-84) WC 04 03 06(Ed.4-84) Page 1 of 1 54974991 1 19[01]Standard with S5mm XS I Alyssa Hammonds 13/31/2020 12:15:00 PM(PDT)I Page 11 of I l Bond No. 7663140 Premium: $20,469.00 Premium is for contract term and is subject to adjustment based on final contract price Executed in: 2 Counterparts 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 All American Asphalt 400 East Tith meet, Corona, CA 92879 (name and address of Contractor) (hereinafter referred to as"Principal"),for performance of the work described as follows: Arterial Rehabilitation CC-1576- Rehabilitation of Arterial Segments on Atlanta Avenue Graham Street Newland Avenue, and Slater Avenue (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 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 Fidelity and Deposit Company of Maryland 777 S. Figueroa Street,Suite 3900, Los Angeles, CA 90017 (name and address of Surety) as Surety,are held and firmly bound unto City in the penal sum of Five Million One Hundred Eighty One Thousand Nine Hundred Ninety Five and 00/100 Dollars ($5,181,995.00 ),this amount being not less than one hundred percent of the price set forth in the Contract,in lawful money of the United States,for the payment of which sum,well and truly to be made, we bind ourselves, our heirs,executors, administrators and successors,jointly and 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 15-4584/117174 Bond No. 7663140 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:March 26, 2020 ATTEST All American Asphalt (Corporate Seal) (Principal Name) By: Name:lbw#td.D 5• C R-IFoO Title: V l G t P R;lbr,IDEN T— ATTEST Fidelity and Deposit Company of Maryland (Corporate Seal) ame)� 4r.a illia yr Attorney-in-Fact(Signature Attorney-in-Factfor Surety)(Attach.Attorriey-in-Fact Certificate) - 600 Code&Telephone Number for Surety) APPROVED AS TO E.QRW-. By: ✓ Michael E.Gates City Attorney Note: This bond must be executed in duplicate and dated,all signatures must be notarized,and evidence of the authority of any person signing as attorney-in-fact must be attached. PERFORMANCE BOND Page 2 of 2 15-4584/117174 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 validitv of that document. State of California County of Riverside On April 1, 2020 before me, Kenona Nazari,Notary Public Date Here Insert name and Title of the Officer personally appeared Edward J. Carlson Nam�Kof Signpf(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/he4the# authorized capacity(ies), and that by his/he4hei; signature(&) on the instrument the person(s), or the entity upon behalf of which the person(s)acted, executed the instrument. i E• °o,1 KENONA NAZARI s' T Notary Public-California = +� Riverside County I certify under PENALTY OF PERJURY under the laws of the State of Commission#2318601 California that the forgoing paragraph is true and correct. My Comm.Expires Jan 10,2024 WITNESS my hand tdo al seal. Signature ` Place Notary Seal Above Signature og4otary 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 Performance Bond—Huntington Beach Document Date: March 26, 2020 Number of Pages: 5 Signer(&) Other Than Named Above: William Syrkin, Attorney-in-Fact Capacity(+es)Claimed by Signer(s) Signer's Name: Edward J. Carlson Signer's Name: ❑ Individual ❑ Individual X Corporate Officer—Title(s): Vice President ❑ Corporate Officer—Till s): ❑ Partner❑ ❑ Limited ❑General ❑ Partner❑ ❑ Limited ❑ eneral RIGHTTHUMBPRINT RIGHT THUMBPRINT ❑Attorney in Fact OF SIGNER ❑Attorney in FactOF SIGNER ❑Trustee Top of thumb here ❑Trustee Top of thumb here ❑Other: ❑Other: Signer is Representing: Signer is Representing: All American Asphalt 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 03/26/2020 before me, Liliana Gomez,Notary Public Date Here Insert Name and Title of the Officer personally appeared William Syrkin NameKof Signer?* who proved to me on the basis of satisfactory evidence to be the person(* whose name(4 is/are subscribed to the within instrument and acknowledged to me that he/sl-e/they executed the same in his/her/their authorized capacity, and that by his/her/their signatures on the instrument the person(* or the entity upon behalf of which the persons)acted, executed the instrument. I certify under PENALTY,OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS rV hand and official seal. LILIANA GOMEZ ' i Notary public-California =z. Orange county Signature Commission k 2243326 Signature of N tary Public My Comm.Expires May 20,2022 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: Performance Bond No.7663140 Document Date: 03/26/2020 Number of Pages: Two 2 Signer(s) Other Than Named Above: All American Asphalt Capacity(ies) Claimed by Signer(s) Signer's Name: William Syrkin Signer's Name: ❑Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑Partner — ❑ Limited ❑General ❑ Partner — ❑ Limited ❑General ❑ Individual [OAttorney in Fact ❑ Individual ❑Attorney in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑ Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: Fidelity and Deposit Company ofMaryland 02014 National Notary Association •www,NatiohalNotary.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 aftix'the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President, of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 1 Oth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this:26th c13.y of March 2020N _ wrr r0 i�'j f`��SFi SEAL Im J I By: Brian M.Hodges Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND,THE BOND NUMBER,AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg,IL 60196-1056 www.reportsfelaims@zi,irichna.com zi,irichna.com 800-626-4577 PRF7663140 Bond Number City of Huntington Beach Obligee 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 Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D.Murray,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 Wlliam Syrkin 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 26th day of March A_D. 2020 Al as Y ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D.Murray Vice President( (- By: Dawn E.Brown Secretary State of Maryland County of Baltimore On this 26th day of March A.D. 2020 before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified,Robert D. Murray,Vice President and Dawn E. Brown,Secretary of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. Constance A.Dunn,Notary Public """"" My Commission Expires:July 9,2023 No. 24794 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO Amended Certificate of.Authority THIS IS TO CERTIFY that,pursuant to the Insurance Code of the Slate of California, Fidelity and Deposit Company of Maryland aflllinois,organi_ed under the laws ofllGnois,subject to its Articles ofLncoiporation or otherjundamenial organizational documents,is hereby authorized to transact within this State,subject to all provisions ofihis Certificate, the following classes of insurance: Fire,Marine,Surety,Plate Glass,Liability,Workers'Compensation, Boiler and Machinery,Burglary,Credit,Sprinkler,Team and Vehicle, Automobile,Aircraft and Miscellaneous as such classes are nou,or may hereafter be defined in the Insurance Laths of the State of California. THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance ivith all,and not in violation of any, of the a1.2plicable laws and lauf rl requirements made under authority of the laws of the State of California as long as such lmils or requirements are in effect and applicable, and as such laws and requirements now are, or may hereafter be changed or amended. IN WITNESS WHEREOF, effective as of the 12'' day of jl4arch, 2019,1 have set my hand and caused my official seal to be affixed this 12"day ofiVarch,2019. Ricardo Lara hisurance Conimisriouer By Valerie Sarfaty for Catalina Hay es-Bautista Insurance Chief Uepucr NOTICE: Qualification with the Secretary of State must be accomplished as required by the California Corporations Code promptly after issuance of this Certificate of Authority. Failure to do sowill be a violation of Insurance Code section 701 and will be grounds for revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained herein. Bond No.: 7663140 Premium is included in the performance bond Executed in:2 Counterparts PAYMENT BOND (LABOR AND MATERIALS) KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS,City of Huntington Beach(hereafter referred to as"City")has awarded to All American Asphalt 400 East Sixth Street, Corona, CA 92879 (name and address of Contractor) (hereinafter referred to as'Principal"),a contract("Contract")for the work described as follows: Arterial Rehabilitation,CC-1576-Rehabilitation of Arterial Segments on Atlanta Avenue, Graham Street,Newland Avenue,and Slater Avenue (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 frorn 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 Fidelity and Deposit Company of Maryland 777 S. Figueroa Street, Suite 3900, Los Angeles,CA 90017 (name and address of Surety) as Surety,are held and firmly bound unto City in the penal sum of Five Million One Hundred Eighty One Thousand Nine Hundred Ninety Five and 00/100 dollars($5,181,995.00 ),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. PAYMENTBOND Page 1 of 2 1 54 5 84/1 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:March 26, 2020 ATTEST All American Asphalt (Corporate Seal) (Principal Name) By: Name: - W y Title: V G l� p{L (Q�N-f ATTEST Fidelity and Deposit Company of Maryland (Corporate Sea[) e y Name) By: Namv.William S kin,Attorney-in-Fact (Signatur of Attorney-in-Fact for Surety) (Attach Attorney-in-Fact Certificate) 1 600 (Area Code&Telephone Number for Surety) APPROVED AS T jkRM: By: Cr' s.Mi6hael E.Gates,`City ttorney 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 mustbe attached. PAYMENT BOND Page 2 of 2 154584/1 M57 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 April 1, 2020 before me, Kenona Nazari,Notary Public Date Here Insert name and Title of the Officer personally appeared Edward J. Carlson Namg(a�—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" executed the same in his/her(theiF authorized capacity(ies), and that by his/4e4th& signature(s) on the instrument the person(s), or the entity upon behalf �• of which the person(s)acted, executed the instrument. *my KENONA NAZARI Notary Public-California Riverside CountyI certify under PENALTY OF PERJURY under the laws of the State of Commission#2318601 California that the forgoing paragraph is true and correct. Comm.Expires Jan 10,2024 WITNESS my hand d o Icial seal. Signature Place Notary Seal Above Signature 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. Description of Attached Document Title or Type of Document Payment Bond—Huntington Beach Document Date: March 26, 2020 Number of Pages: 5 Signer(s) Other Than Named Above: William Sorkin, Attorney-in-Fact Capacity(ies)Claimed by Signer(s) Signer's Name: Edward J. Carlson Signer's Name: ❑ Individual ❑ Individual X Corporate Officer—Title(s): Vice President ❑Corporate Officer—T' e(s): ❑ Partner❑ ❑ Limited ❑GeneralRIGHT THUMBPRINT I ❑ Partner❑ ❑ Limite ❑General RIGHTTHUMBPRINT ❑Attorney in Fact ❑Attorney in Fact OF ❑Trustee Top of thumb here ❑Trustee Top of thumb here ❑Other: ❑ Other: Signer is Representing: Signer is Representing: All American Asphalt 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 03/26/2020 before me, Liliana Gomez,Notary Public Date Here Insert Name and Title of the Officer personally appeared William Syrkin NameKof Signer(s who proved to me on the basis of satisfactory evidence to be the persons} whose name* is/arre subscribed to the within instrument and acknowledged to me that he/sthe/they executed the same in his/har/their authorized capacity ice,and that by his/her/their signatureZ.on the instrument the person(* 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. rf LILIANA GOMEZ s Notary Public•California s - . {G Orange County Commission r;2243326 Signature My Comm,Expires May20 J2022 Signature of Not ry Public 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: Payment Bond No.7663140 Document Date: 03/26/2020 Number of Pages: Two 2 Signer(s) Other Than Named Above: All American Asphalt Capacity(ies) Claimed by Signer(s) Signer's Name: William Syrkin Signer's Name: ❑Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑Partner — ❑ Limited ❑ General ❑ Partner — ❑ Limited ❑General ❑Individual EVAttorney in Fact ❑ Individual ❑Attorney in Fact ❑Trustee ❑ Guardian or Conservator ❑Trustee ❑ Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: Fidelity and Deposit Company of Maryland 02014 National Notary Association -www.NationalNotary.org - 1-800-US NOTARY(1-800-876-6827) Item#5907 PRF7663140 Bond Number City of Huntington Beach Obligee 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 Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D.Murray,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 , its true and lawful agent and Attomey-in-Fact,to make, execute, seal and deliver,for, and on its behalf as surety,and as its act and deed: any and all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF,the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 26th day of March A.D. 2020 SBXL� a - n 'dam '�rw ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D.D.Murray Vice President By: Dawn E.Brown Secretary State of Maryland County of Baltimore On this 26th day of March A.D. 2020 before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D. Murray,Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly swom, deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. ,rivrdpo- cDL Constance A.Dunn,Notary Public "" My Commission Expires:July 9,2023 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 1 Oth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary,or Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 26th day of March 2020 8SAL Iwo By: Brian M.Hodges Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND,THE BOND NUMBER,AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg,IL 60196-1056 www.reports fc l ai ms a zuri chna.c om 800-626-4577 No. 2479-4 STATE OF CALWORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO Amended Certificate of Authority TFUS IS TO CERTIFY that,pursuant to the Insurance Code of the State of California, Fidelity and Deposit Company of Maryland ofMinois,organized under the laws oflllinois,subject to its Articles oflncoipor•ation or otherfufndainenial organizational documents,is hereby authorized to transact within this State,subject to all.provisions of this Certificate,the following classes of insurance Fire,Marine,Surety,PIate Glass,Liability,Workers'Compensation, Boiler and Machinery,Burglary,Credit,Sprinkler,Team and Vehicle, Automobile,Aircraft and Miscellaneous as such classes are now or may hereafter be defined in the Insurance Lalt,s of the State of California. TEES CERTIFICATE is expressly conditioned upon the holder-hereofnow and hereafter being in Full compliance with all,and not in violation of any,of the applicable Imes and last f cl requirements made under authority of the laws of the State of California.as long as such laws or requirements are in effect and applicable,.and as such Ima,s and requirements now are,or inay hereafter be changed or amended. IN WITNESS WHEREOF, effective as of the 12`r' day of March, 2619,1 have set my hand and caused my official seal io be ettxed this p 12`r'day ofAlarch,2019. Ricardo Lam insurance Commissioner .i By Valerie Sarfaty J for Catalina Hayes-Bautista Insurance Chief Deputy NOTICE: Qualification with the Secretary of State must be accomplished as required by the California Corporations Code promptly after issuance of this Certificate of Authority. Failure to do so will be a violation of Insurance Code section 701 and will be grounds for revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained herein. 4/7/2020 Company Profile I CALIFORNIA I DEPARTMENT OF INSURANCE COMPANY PROFILE Company Profile Company Search Company Information Company Search Results FIDELITY AND DEPOSIT COMPANY OF MARYLAND Company 1299 ZURICH WAY Information SCHAUMBURG, IL 60196 Old Company 800-382-2150 Names Agent for Service Old Company Names Effective Date Reference Information NAIC Group List Agent For Service Lines of Business Melissa DeKoven Workers' 2710 Gateway Oaks Drive, Suite 150N Compensation Sacramento CA 95833-3505 Complaint and Request for Reference Information Action/Appeals Contact Information Financial Statements NAIC #: 39306 PDF's ......... .. ......... ......... ..... ___ ...... ...... Annual Statements California Company ID #: 2479-4 Quarterly Date Authorized in California: O1/O1/1982 Statements -- --- - Company Complaint License Status: UNLIMITED-NORMAL Company Company Type: Property&Casualty Performance& Comparison Data State of Domicile ILLINOIS Company _._. __ _ _.— — — Enforcement Action Composite back to top Complaints Studies Additional Info NAIC Group List Find A Company Representative In Your Area NAIC Group #: 0212 ZURICH INS GRP View Financial Disclaimer Lines Of Business The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY CREDIT FIRE LIABILITY MARINE MISCELLANEOUS PLATE GLASS SPRINKLER SURETY https://interactive.web.insurance.ca.g ov/companyprofile/companyprofile?event=companyProfile&doFunction=getCompanyProfile&eid=6217 1/2 4/7/2020 Company Profile TEAM AND VEHICLE WORKERS' COMPENSATION back to top © 2008 California Department of Insurance https://interactive.web.insurance.ca.gov/companyprofile/companyprofile?event=companyProfile&doFunction=getCompanyProfile&eid=6217 2/2 4/7/2020 Surety Bonds-List of Certified Companies FCCI Insurance Company (NAIC #10178) BUSINESS ADDRESS: 6300 University Parkway, Sarasota, FL 34240 - 8424. PHONE: (800) 226-3224. UNDERWRITING LIMITATION b/: $55,070,000. SURETY LICENSES c,f/: AL, AZ, AR, CO, DC, FL, GA, IL, IN, IA, KS, KY, LA, MD, MI, MS, MO, NE, NC, OH, OK, PA, SC, TN, TX, VA. INCORPORATED IN: Florida. Federal Insurance Company (NAIC #20281) BUSINESS ADDRESS: 202B Hall's Mill Road, Whitehouse Station, NJ 08889, PHONE: (215) 640-1000. UNDERWRITING LIMITATION b/: $461,364,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, GU, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MID, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, VI, WA, WV, WI, WY. INCORPORATED IN: Indiana. FEDERATED MUTUAL INSURANCE COMPANY (NAIC#13935) BUSINESS ADDRESS: 121 EAST PARK SQUARE, OWATONNA, MN 55060. PHONE: (507) 455-5200. UNDERWRITING LIMITATION b/: $346,382,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, ID, IL, IN, IA, KS, KY, LA, ME, MID, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY, INCORPORATED IN: Minnesota. Fidelity and Deposit Company of Maryland https://www.fiscal.treasury.gov/surety-bonds/list-certified-companies.html#f 30/91 4/7/2020 Surety Bonds-List of Certified Companies (NAIC #39306)" BUSINESS ADDRESS: 1299 ZURICH WAY, 5TH FLOOR, SCHAUMBURG, IL 60196 - 1056. PHONE: (847) 605-6000. UNDERWRITING LIMITATION b/: $27,371,000. SURETY LICENSES c,f/: AL, AK, AZ, ARCA NCO, CT, DE, DC, FL, GA, GU, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MP ( T, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, VI, WA, WV, WI, WY. INCORPORATED IN: Illinois. FIDELITY AND GUARANTY INSURANCE COMPANY (NAIC #35386) BUSINESS ADDRESS: One Tower Square, Hartford, CT 06183. PHONE: (860) 277-0111. UNDERWRITING LIMITATION b/: $1,814,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: Iowa. Fidelity and Guaranty Insurance Underwriters, Inc. (NAIC #25879) BUSINESS ADDRESS: One Tower Square, Hartford, CT 06183. PHONE: (860) 277-01 11. UNDERWRITING LIMITATION b/: $8,892,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, Ml, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: Wisconsin. Financial Casualty & Surety, Inc. (NAIC #35009) RI ICIRIGCC Ann)DGCC• '21 -�1 Gnctcirlo Q,iitna rnn Wni ictnn TV 77naQ https://www.fiscal.treasury.gov/surety-bonds/list-certified-companies.html*f 31191 4/712020 The Fidelity and Deposit Company of Maryland-Company Profile-Best's Credit Rating Center The Fidelity and Deposit Company of Maryland AMB#: 000387 NAIC#: 39306 FEIN#: 133046577 Domiciliary Address 1299 Zurich Way Schaumburg, Illinois 60196-1056 United States Web: www.zurichna.com Phone: 847-605-6000 Fax: 877-962-2567 AM Best Rating Unit: AMB #: 086976 - Zurich Insurance Group Ltd Assigned to insurance companies that have, in our opinion, a superior ability to meet their Financial SVength Rating ongoing insurance obligations. maesr A+ Superior View additional news, reports and products for this company. Based on AM Best's analysis, 050457-Zurich Insurance Group Ltd is the AMB Ultimate Parent and identifies the topmost entity of the corporate structure. View a list of operating insurance entities in this structure. Best's Credit Ratings Financial Strength Rating View Definition Rating: A+ (Superior) Affiliation Code: g (Group) Financial Size Category: XV ($2 Billion or greater) Outlook: Stable Action: Affirmed Effective Date: September 25, 2019 Initial Rating Date: June 30, 1922 Long-Term Issuer Credit Rating View Definition ratings.ambest.com/Search Results.aspx?AltSrc=9 1/5 4/7/2020 The Fidelity and Deposit Company of Maryland-Company Profile-Best's Credit Rating Center Long-Term: aa- Outlook: Stable Action: Affirmed Effective Date: September 25, 2019 Initial Rating Date: September 14, 2004 u Denotes Under Review Best's Rating Best's Credit Rating Analyst i Rating Office: A.M. Best Rating Services, Inc. F Director: Jennifer Marshall, CPCU, ARM Note: See the Disclosure information Form or Press Release below for the office and analyst at the time of the rating event. ........ . Disclosure Information Disclosure Information Form View AM Best's Rating Disclosure Form Press Release AM Best Affirms Credit Ratings of Zurich Insurance Group Ltd and Its Main Rated Subsidiaries September 25, 2019 Rating History AM Best has provided ratings & analysis on this company since 1922. .... ......... Financial Strength Rating Effective Date Rating 9/25/2019 A+ 9/19/2018 A+ 12/8/2017 A+ 12/1/2016 A+ 10/2/2015 A+ 11/26/2014 A+ ratings.ambest.com/Se arch Res u Its.aspx?AltSrc=9 2/5 4/7/2020 The Fidelity and Deposit Company of Maryland-Company Profile-Best's Credit Rating Center Long-Term Issuer Credit Rating Effective Date Rating 9/25/2019 aa- 9/19/2018 aa- 12/8/2017 aa- 12/1/2016 aa- 10/2/2015 aa- 11/26/2014 aa- Best's Credit & Financial Reports Best's Credit Report-financial data included in Best's Credit Report reflects the data used in determining the current credit rating(s) for AM Best Rating Unit: AMB#: 086976-Zurich Insurance Group Ltd. "-- Best's.Credit Report-Archive- reports which were released prior to the current Best's Credit Report. Best's Financial Report-financial data included in Best's Financial Report reflects the most current data available to AM Best, including updated financial exhibits and additional company information, and is available to subscribers of Best's Insurance Reports. View additional news, reports and products for this company. ratings.ambest.com/SearchResults.aspx?AltSrc=9 3/5 4/7/2020 The Fidelity and Deposit Company of Maryland-Company Profile-Best's Credit Rating Center Press Releases Date Title Sep 2S,2019 AM Best Affirms Credit Ratings of Zurich Insurance Group Ltd and Its Main Rated Subsidiaries Sep 19,2018 A.M. Best Affirms Credit Ratings of Zurich Insurance Group Ltd and its Main Rated Subsidiaries Dec 08,2017 A.M. Best Revises Outlooks to Stable for Zurich Insurance Group Ltd and Its Main Rated Subsidiaries Dec 01,2016 A.M. Best Affirms Credit Ratings of Zurich Insurance Company Limited and Its Main Rated Affiliates Oct 02,2015 A.M.Best Affirms Ratings and Revises Outlook to Negative for Zurich Insurance Company Limited and Some of Its Rated Affiliates Nov 26,2014 A.M.Best Affirms Ratings of Zurich American Insurance Company and Its Affiliates Nov 21,2013 A.M.Best Affirms Ratings of Zurich American Insurance Company and Its Affiliates Nov 27,2012 A.M.Best Affirms Ratings of Zurich American Insurance Company and Its Affiliates Nov 18,2011 A.M. Best Affirms Ratings of Zurich American Insurance Company and Its Affiliates Nov 19,2010 A.M. Best Upgrades Ratings of Zurich Insurance Company Limited's U.S.Subsidiaries _ __.......----- .------ ......__.____...�............_�..__m...___........................_ __ ...._m._............................_..__._..............._...�...m...._._..._......_..............._..___...___..�_...___._','....m_....._.._......_.m.__.................. 1 2 Page size: 10 20 items in 2 pages i..........................................__........................................................................... __..................................................................._..._............._...................................................................__..........._._........_..._..__..............................................................__ .. _..............._.........._._._................ __. Find a Best's Credit Rating Enter a Company Name Go Advanced Search How to Get a UA+ Best's i✓roiit Rating Besfs Credit Ratings Mobile_ARp European Union Disclosures A.M. Best-Europe Rating Services Limited(AMBERS), a subsidiary of A.M. Best Rating Services, Inc., is an External Credit Assessment Institution(ECAI)in the European Union(EU).Therefore, Credit Ratings issued and endorsed by AMBERS may be used for regulatory purposes in the EU as per Directive 2006/48/EC.A.M. Best(EU)Rating Services B.V. (AMB-EU), a subsidiary of A.M. Best Rating Services, Inc., is an External Credit Assessment(ECAI)in the EU.Therefore, credit ratings issued and endorsed by AMB- EU may be used for regulatory purposes in the EU as per Directive 2006/48/EC. Australian Disclosures A.M. Best Asia-Pacific Limited (AMBAP),Australian Registered Body Number(ARBN No.150375287), is a limited liability company incorporated and domiciled in Hong Kong.AMBAP is a wholesale Australian Financial Services(AFS)Licence holder(AFS No. 411055) under the Corporations Act 2001. Credit ratings emanating from AMBAP are not intended for and must not be distributed to any person in Australia other than a wholesale client as defined in Chapter 7 of the Corporations Act.AMBAP does not authorize its Credit Ratings to be disseminated by a third-party in a manner that could reasonably be regarded as being intended to influence a retail client in making a decision in relation to a particular product or class of financial product.AMBAP Credit Ratings are intended for wholesale clients only,as defined. ratings.ambest.com/SearchResults.aspx?AltSrc=9 4/5 4/7/2020 The Fidelity and Deposit Company of Maryland-Company Profile-Best's Credit Rating Center Credit Ratings determined and disseminated by AMBAP are the opinion of AMBAP only and not any specific credit analyst.AMBAP Credit Ratings are statements of opinion and not statements of fact.They are not recommendations to buy, hold or sell any securities or any other form of financial product, including insurance policies and are not a recommendation to be used to make investment /purchasing decisions. Important Notice:AM Best's Credit Ratings are independent and objective opinions, not statements of fact.A.M. Best is not an Investment Advisor, does not offer investment advice of any kind, nor does the company or its Ratings Analysts offer any form of structuring or financial advice.A.M. Best's credit opinions are not recommendations to buy,sell or hold securities, or to make any other investment decisions. For additional information regarding the use and limitations of credit rating opinions,as well as the rating process, information requirements and other rating related terms and definitions,please view Guide to Best's Credit Ratings. About Us I Careers I Contact I Events I Offices I Press Releases I Social Media I Legal&Licensing I Privacy I Security Site Map I Terms of Use Regulatory Affairs-Form NRSRO-Code of Conduct-Rating Methodology-Historical Performance Data Copyright©2020 A.M. Best Company, Inc. and/or its affiliates ALL RIGHTS RESERVED. ratings.ambest.com/Search Results.aspx?AltSrc=9 5/5 r O � w a N Q W 00 Z o P [, o i+ 00 LU W c� x s — z N � z w ` N oc o w � £' 07 a N ww H w a o 0 0 © O H U C7 � A r City of Huntington Beach .Ti, , • . 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachca.gov Office of the City Clerk •17,�999 Robin Estanislau, City Clerk April 29, 2020 All American Asphalt Attn: Edward J. Carlson 400 East Sixth Street Corona, CA 92879 Re: Arterial Rehabilitation of Graham St., Slater Ave, Newland St., and Atlanta Ave.— CC -1576 The City Council awarded the bid to your company for the above referenced project. Enclosed is a copy of the executed contract with the City of Huntington Beach. A Certification of Compliance with Title VII of the Civil Rights Act, Certification of Compliance with Prevailing Wage Laws and Contractor's Certificate form must be returned to this office after the project is completed but prior to the release of retention funds. In addition, the following item must also be on file, with this office before the City can release any retention funds: A warranty bond guaranteeing the final amount of work and materials for one year. If your performance bond does not include specific wording for a one-year warranty, then a rider or separate bond must be submitted. Should you have any questions or concerns regarding the enclosures or items that must be on file in this office prior to release of retention funds, please call the Public Works Department at 536-5517. Sincerely, o , Robin Estanislau, CIVIC City Clerk RE:ds ' Enclosures: Copy of Contract including Proposal Copies of insurance/bonds Bid Bond (original) Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand RECEIVED BY: CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office (Name) after signing/dating (Date) 0 , CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION TO: City Treasurer FROM: City Clerk DATE: y1a�,/?--o SUBJECT: Bond Acceptance have received the bonds for (Company Name) CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. 7 a&,3/y0 Payment Bond (Labor and Materials) Bond No. Warranty or Maintenance Bond No. TRACT AND DEVELOPMENT Faithful Performance Bond No. Labor and Material Bond No. Guarantee and Warranty Bond No. Monument Bond No. Franchise Bond No. Letter of Credit Bond No. Other Re: Tract No. Approved (Council Approval Date) CC No. Ahem No. MSC No. City Clerk Vault No. Other No. SIRE System ID No. g:/forms/bond transmittal to treasurer CITY OF HUNTINGTON BEACH PROJECT NAME: Graham St. Rehab., Slater Ave. Rehab., Newland Stre CC#: CC-1576 BID OPENING DATE: Feb. 11, 2020 TIME & LOCATION: 2:00 Public Works Conf Rm ENGINEER'S ESTIMATE: $5,400,000.00 BIDS SUBMITTED (AS READ AT OPENING) BIDDER'S NAME FINAL APPARENT BID RANK AMOUNT ALL AMERICAN ASPHALT, CORONA v Excel Paving; Long Beach L, r 7440 Hardy & Harper, Inc., Lake Forest Los Angeles Engineering Inc. 2 , Covina Onyx Paving Co., Anaheim R.J. Noble Company , Orange 3 /s- $cf 6 Z Sequel Contractors, Inc., Santa Fe Springs Shawnan , Downey Sa Sully-Miller Contracting Company , BREA © n PTS 05172018 Version 15 CC1576 v I�rrl G�.4-�'✓�-� City of Huntington Beach File #: 20-1410 MEETING DATE: 3/2/2020 REQUEST FOR CITY COUNCIL ACTION SUBMITTED TO: Honorable Mayor and City Council Members SUBMITTED BY: Oliver Chi, City Manager PREPARED BY: Travis K. Hopkins, PE, Director of Public Works Subiect: Award and authorize execution of a construction contract with All American Asphalt Company in the amount of $5,181,955.00 for the FYI 9/20 Arterial Rehabilitation Project, CC-1576; and, authorize the appropriation of funds Statement of Issue: On February 11, 2020 bids were publicly opened for FY 19/20 Arterial Rehabilitation Project. City Council action is requested to award the construction contract to All American Asphalt Company, the lowest responsive and responsible bidder Financial Impact: Total funds for the project, including contingency and supplemental, is estimated at $5,869,000. Funds for this portion of the Arterial Rehabilitation Capital Improvement Project are available in the current fiscal year budget in the RMRA Fund Account 124790003.82300 ($3,426,768), Measure "M" Fund, Account 21390030.82300 ($1 ,100,000), Infrastructure Fund, Account 31490006.82300 ($700,000), and Prop 42 Fund, Account 21990008.82300 ($215,462). An additional appropriation of $426,770 is requested from the RMRA Fund (1247). Recommended Action: A) Appropriate $426,770 from the RMRA Fund (1247) to the RMRA Fund, Account 124790003.82300; and, B) Accept the lowest responsive and responsible bid submitted by All American Asphalt Company in the amount of $5,181 ,955.00; and, C) Authorize the Mayor and City Clerk to execute a construction contract in a form approved by the City Attorney. Alternative Action(s): Reject all bids, or provide staff with an alternative action. Analysis: City of Huntington Beach Page 1 of 3 Printed on 2/26/2020 powereW Legistar'" File #: 20-1410 MEETING DATE: 3/2/2020 This project will rehabilitate approximately 2.5 miles of arterial streets. Slater Avenue (Goldenwest Street - Beach Boulevard) will be paved with 4-inches of new pavement after the sub-base is pulverized and cement treated. Graham Street (Slater Avenue - Warner Avenue), and Atlanta Avenue (Bushard Street-Surge Lane) will be paved with 2-inches to 2.5-inches of new pavement after removal and replacement of 2-inches of existing failed pavement. Newland Street (Yorktown Avenue - Garfield Avenue), will be paved with a minimum of 2-inches of new pavement after removal of 2-inches of existing failed pavement. All streets will have a wearing surface course of rubberized asphalt concrete hot mix (ARHM). Manholes, monitoring wells, survey monuments, and water valve assemblies will be adjusted to grade and traffic loops and striping will be replaced. Improvements also include limited replacement of concrete curb, gutter, sidewalk, and access ramps where needed. The four street segments have average PCI's between 27 (very poor) to 58 (poor) and have not been rehabilitated since the early 1990. 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 18,000 waste tires that would otherwise end up in a landfill. Including this project, the use of RAC in the rehabilitation of the City's arterial streets has resulted in the diversion of over 363,000 waste tires. Reimbursement from the CalRecycle Rubberized Asphalt Concrete (RAC) grant in the amount of $38,000 is anticipated. Bids were publicly opened on February 11, 2020, with the following results: BIDDER'S NAME BID AMOUNT Corrected Total Contract Amount Read at Bid Amount Amount pening and Basis of ward) All American Asphalt Company 5,181,955.00 - - $5,181,955.00 Excel Paving Company 5,974,990.35 - - $5,974,990.35 R.J. Noble Company 5,984,624.00 - - $5,984,624.00 Hardy & Harper, Inc. 6,009,000.00 $6,006,297.30 $6,006,297.30 Shawnan Company 6,359,466.50 - - $6,359,466.50 Sully-Miller Contracting Company 6,483,000.00 $6,469,200.00 $6,469,200.00 The engineer's estimate for the project is $5,400,000. All American Asphalt Company has provided acceptable arterial rehabilitation construction in the past, therefore staff recommends awarding a contract to All American Asphalt Company in the amount of$5,181,955.00. The total project cost is estimated to be $5,869,000.00, which includes the construction contract, project management, construction contingency, and supplementals (soil and materials testing and construction support services, including construction inspection, by outside firms). Public Works Commission Action: The Public Works Commission reviewed and approved CC-1576 on September 18, 2019, with a vote City of Huntington Beach Page 2 of 3 Printed on 2/26/2020 powered LegistarTrA File #: 20-1410 MEETING DATE: 3/2/2020 of 7-0-0. Environmental Status: The project is categorically exempt pursuant to Class 1, Section 15301 c of the California Environmental Quality Act. Strategic Plan Goal: Enhance and maintain infrastructure Attachment(s): 1. Att#1 CC-1576 Vicinity Map City of Huntington Beach Page 3 of 3 Printed on 2/26/2020 powere'o LegistarTrA �o 2 U) BOLSA AVE a � 3 NTS Mc FADDEN E. s U q z co EDING R J W Y m Q Q co v~i v~i J CD 4 o z HEIL = o o AVE. o Q c� a c� bi _ WAR ERN o z o AVE. J Q p J SLATER o 405 5 TALBERT AVE. PACIFIC ,o 9 ELLIS AVE. I r y I GAR FI ELD AVE. o � \ < o�ST 4 YORKTOWN AVE. c ��X z V g ADAMS AVE. PROJECT LOCATION ° op ���� Y z INDIANAPOLIS AVE. 0 Graham St (Slater—Warner) (2) Slater Ave (Goldenwest—Gothard) 0 i� ATLANTA AVE. _ M Q p Y ( Slater Ave (Gothard—Beach) 1 O HAMILTON oz _ ® Newland St (Yorktown—Garfield) O m Atlanta Ave (Bushard—Surge Ln) h. ¢O5 M �- BANN NG LEGEND OCEAN AVE. ARTERIAL STREET LOCATIONS REV 01/06/20 FY 19-20 ARTERIAL REHABILITATION, CC-1576 PROJECT LOCATION MAP F�g CITY OF HUNTINGTON BEACH DEPARTMENT OF PUBLIC WORKS 1 OF 1 110 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane CC NO. 1576 in the CITY OF HUNTINGTON BEACH February 4, 2020 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) Signing and Striping Plans -(Graham-2, Slater-2, Slater-1, Newland-2, Atlanta-2=Total 8 pages) a. Traffic and Striping Plan sheets entitled "SIGNING AND STRIPING PLAN, GRAHAM STREET, SLATER AVENUE TO WARNER AVENUE", "SIGNING AND STRIPING PLAN, SLATER AVENUE FROM GOLDENWEST ST. TO GOTHARD ST.", "SIGNING AND STRIPING PLAN, SLATER AVENUE, FROM GOTHARD ST. TO BEACH BLVD.", "SIGNING AND STRIPING PLAN, NEWLAND STREET, YORKTOWN AVENUE TO GARFIELD AVENUE", and"SIGNING AND STRIPING PLAN, ATLANTA AVENUE, BUSHARD STREET TO SURGE LANE." Reason. The Signing and Striping Plans are part of the project documents for construction. 2) Section C—Correction to Bid Schedule C-2.6 (0 page) a. On Page C-2.6, Replace Unit 18"with"SF"for Graham Street Bid Item No. 26, it should read: Bid Const .Contract Unit Extended No. No. Description:,, Quantity Unit Price Amount REMOVE AND REPLACE DRIVEWAY APPROACH IN KIND TO MATCH ADJACENT DRIVEWAY, GENERALLY, 26 39 PER HB STD. PLAN 209 OR 211. (ITEM 50 49 $ $ INCLUDES ALL APPURTENANCES, SF DEPRESSED CURB&GUTTER, SLOT PAVE,AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) Reason. The typographical error can be corrected by crossing out the 18" and writing in "SF". Page 1 of 2 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane CC NO. 1576 in the CITY OF HUNTINGTON BEACH February 4, 2020 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. Page 2 of 2 Cm atd: I/l(o/aDo�O a/(o�aod o NOTICE INVITING SEALED BIDS for the construction of GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane CC No. 1576 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 FEBRUARY 11, 2020. Bids will be publicly opened in the PUBLIC WORKS CONFERENCE ROOM, FIRST FLOOR, 2000 MAIN STREET unless otherwise posted. On January 27, 2020, 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$60.00 nonrefundable fee if picked up, or payment of a$80.00 nonrefundable fee if sent by UPS ground delivery (bidder shall pay additional costs for special delivery). On January 27, 2020, Plans, Specifications, and contract documents can be downloaded free on AGENCY website at: http://www.huntingtonbeachca.gov/govemment/del2artments/public works/Bids/ Open website,then click on"Current Advertised Projects"tab. Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code. Pursuant to the provisions of the Labor Code of the State of California, the minimum prevailing rate of per diem wages for each craft, classification or type of workman needed to execute the contract shall be those determined by the Director of Industrial Relations of the State of California, which are on file at the Office of the Director of Public Works, 2000 Main Street, Huntington Beach, CA 92648. The AGENCY will deduct 5% retention from all progress payments. The Contractor may substitute an escrow holder surety of equal value to the retention in accordance with the provisions of the Public Contract Code,Section 10263. The Contractor shall be beneficial owner of the surety and shall receive any interest thereon. The AGENCY hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion in any consideration leading to the award of contract. No bid shall be considered unless it is prepared on the approved Proposal forms in conformance with the Instructions to Bidders as determined by the AGENCY.The bid must be accompanied by a certified check, cashier's check, or bidder's bond made payable to the AGENCY for an amount no less than 10% of the amount bid. The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractor's License Class A at the time of the bid opening. The successful Contractor and his subcontractors will be required to possess business licenses from the AGENCY. All extension of unit prices will be subject to verification by the AGENCY. In case of a variation between the unit price and the extension,the unit price will govern. Project Description: The project consists primarily of cold milling of the existing pavement,deep lift removal or full depth reclamation (FDR) of failed roadway sections, asphalt base paving, rubberized asphalt concrete (RAC) surface course paving, limited removal and installation of concrete curb and gutter, concrete sidewalk, curb access ramps, cross gutters, landscaping, adjusting manholes, monuments and valves to grade, and installing traffic loops with striping and signage. • The project Atlanta Avenue from Bushard Street to Surge Lane shall be constructed first, the project Newland Street from Yorktown Avenue to Garfield Avenue constructed second, and the project Graham Street from Slater Avenue to Warner Avenue third. • The project Slater Avenue from Gothard Street to Beach Blvd. shall occur second to the last in the project schedule and include Traffic Control Plans and work schedule to include work on Sundays to accommodate all short term closures of individual driveways, cross- gutters,and portions of street intersections and other work as necessary for the construction the "0.71' AC Base Course" as indicated on the Plans, and later in the project to accommodate final paving of the "0.17' ARHM Overlay" as indicated on the Plans. Sunday working hours will be restricted to 8 am to 4 pm and shall be included in the total bid. • The project Slater Avenue from Goldenwest Street to Gothard Street shall be constructed last in the project schedule. The contract shall allow the Contractor 105 working days to complete the entire Project contract. The AGENCY reserves the right to reject any or all bids, to waive any irregularity and to take all bids under advisement for a maximum period of 60 days. BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH, CALIFORNIA, the 3rd day of June 2019,by Resolution No.2019-28. Attest: /s/Robin Estanislau CITY CLERK OF THE CITY OF HUNTINGTON BEACH Moore, Tania From: David Ward <daward@scng.com> Sent: Friday, January 17, 2020 10:00 AM To: Moore, Tania Cc: Esparza, Patty; Switzer, Donna Subject: Re: NISB - CC No. 1576 Good morning Tania. Your notice is all set and ready to go. Have a great weekend. Ad#11354956 Run Dates 1/23, 1/30 & 2/6 Cost $1320 PROOF i _,. NOTICE INVITING SEALED BIOS for the construction of G.RAH T EET%E, BILI ATION ram r venue rear V nua SLATER AVENUE REHABILITATION from Goldenwast Straot to Gcfflmrd Awanao SLATER AVENUE REHABILITATION from Gdhard Avenue to Bah Blvd. N EWLAND AVEN U E REHABILITATION from p Yorrktpoywrn�gStreet ttopGparlle9d Strom and AT fr rnTBuehard tiouat t0 Su urge ANION Cc Na 1S76 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,��Seec�ond FEl000rr,2000 Main Street, Huntington Beach, (Colifornia 92648, UB�IC WORKU., C ER�NCE���1RST FBL�R.II pu l�1 STREET un- ess o erw Ise pas On January 27, 2020, Copies of the Plans Specifications and contract documents are availa- ble from the Office of the Director of Public Works,200b Main Street,Huntington Beach CA 92648, upon payrnent of a 060.00 nonrefundable fee if picked up, or payment of a $&40 nonrefundable fee if sent by U PS ground delivery (bidder shall pay additional costs for spe- cial delivery). On Janua 27, 2020 Plans, Specif[cation s, and contract documents can be ddo�wn aded f re on FGP E N Y websf e at htt hun in onbeac ca. ov ovemment de artment ublie war Bid penwe s e, ens c on urren ve s roes a Any contract entered into Pursuant to this notice will incorporate the provisions of the State Labor Code. Pursuantto the provisions of the Labor Code of the State of California,themfni- mum prevailing rate of per diem wages for each croft, classification or type of workman needed to execute the contract shall be those determined by the Director of Industrial Rela- tions of the State of California which are on file at the Office of the Director of Public Works, 2400 Main Street,Huntington beach,CA 92648, The AGENCY Will deduct 5% retention from all progress payments. The Contractor may substitute an escrow holder surety of equal value to the retention in accordance with the pro- visions of the Public Contract Code, Section 10263. The Contractor shall be beneficial owner of the surety and shall receive any interest thereon. The AGENCY here aff irmatively ensures that minority business enterprises will I be offord- ed full opportunity by o 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 inanyconsidera- tion leading to the award of contract. No bid shall be considered unless it is prepared on the approved Proposal forms in conform- ance with the Instructions to Bidders as determined by the AGENCY. The bid must be ac- companied by a certified check,cashiers check,or bfdders'bond made payable to the AGEN- CY for an amount no less than 10%of the amount bid. The successful bidder shall be licensed In accordance With provisions of the Business and Professions Code and shall possess a State Contractor's License Class A at the time of the bid opening. The successful Contractor and hissubcontractorswill be required to possess b usi ness Ifcens- es from the AGENCY.All extension of unit prices Will be sub iecttoverification by the AGEN- CY. In case of a variation between the unit price and the extension,the unit price will gav- ern. ProdalDo �Ptlan; The project consists primarily of cold milling of the existing pave- rnen , eep i removal or full t�epth reclamation (FUR)of failed roadway sections,asphalt base paving,rubberized aspha Itconcrete(RAC) surf ace coursepav ng,limited removal and installation of concrete curb and gutter,concrete sidewalk,curb access ramps,cross gutters, landscaping, adjusting manholes, monuments and valves to grade, and installing traffic I cops with sripi ng an d s ig nage. The project Atlanta Avenue from Bushard Street to Surge Lane shall be constructed first, the project Newland Street from Yorktown Avenue to Garfield Avenue constructed second, and the project Graham Street from Slater Avenue to Warner Avenue third. • The project Slater Avenue from Gathard Street to Beach Blvd,shall occur second to the last in the proiect schedule and include Traffic Control Plans and work schedule to include work on Sundays to accommodate all short term closures of individual driveways, cross- gutters,and portions of street intersections and other work as necessary fortheconstruction the"0.71"AC Base Course""as indicated on the Plans,and later in the project to accommodate final paving of the"0.17"ARHdM.Overlay"as indicated on the Plans. Sundayworking hours will be restricted to 8 am to 4 pm and shall be included in the total bid, The project Slater Avenue from Goldenwest Street to Gothard Street shall be constructed last in the project schedule. The contract shall allow the Contractorlk working days to complete the entire Project con- tract. The AGENCY reserves the right to reject any or all bids, to waive any irregularity and to take all bids under advisement fora maximum period of 60 days. BYORDERoftheC COUNCIL of the HUNTINGTON BEACH,CALIFORNIA, the IMday of June by Resolution No. Attest: CEITYCLR OF THE CITY OF HUNTINGTON BEACH Published:The Huntington Beach Wave January23,30,February6,2D2011354956 2 David Ward Legal Advertising Rep 2190 S. Towne Centre PI. Anaheim, CA 92806 714-796-6764 daward@scng.com PLEASE NOTE THE E-MAIL ADDRESS HAS CHANGED S (IUTHEnn CHLIFOHnIH NEWS GROUP On Thu, Jan 16, 2020 at 3:07 PM Moore, Tania<Tania.Moore@surfcity-hb.org>wrote: Hi David, Please publish the attached NISB for CC No. 1576, three times, on January 23 d, 30th and February 6th, 2020. Thank you, Tania Moore Deputy City Clerk City Clerk's Office 714-536-5209 tan ia.moore(a)-surfcity-hb.org 3 2020 FED 59 2020 FEB I I Pf. �.00 Ln ru [ UJ o _U- a 0 0 3. OS I W'd 11233 OM .: :J : UNSUCCESSFUL BIDS CC - 1576 Arterial Rehabilitation of Graham St., Slater Ave., Newland St. and Atlanta Ave. City of Huntington Beach 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachca.gov FFe•t),jg09 A° Office of the City Clerk Robin Estanislau, City Clerk August 14, 2020 Hardy & Harper, Inc. 32 Rancho Circle Lake Forest, CA 92630 RE: Arterial Rehabilitation of Graham St., Slater Ave., Newland St. and Atlanta Ave. - CC No. 1576 Enclosed please find your original bid bond for CC-1576. Sincerely, Robin Estanislau, CIVIC City Clerk RE:ds Enclosure Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand CONTRACT DOCUMENTS SPECIFICATIONS AND STANDARD DRAWINGS for the construction of GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane CC No. 1576 in the CITY OF HUNTINGTON BEACH • J � 2000 MAIN STREET HUNTINGTON BEACH, CALIFORNIA 92648 (714) 536-5431 BIDS DUE: FEBRUARY 11,2020 2:00 PM, 2nd FLOOR City Clerk's Office TRAVIS K. HOPKINS, DIRECTOR DEPARTMENT OF PUBLIC WORKS i CITY OF HUNTINGTON BEACH PLANS SPECIFICATIONS AND CONTRACT DOCUMENTS for the construction of GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane CC No. 1576 in the Prepared Under the Supervision of: ,ROVESS/pN No. 51911 * Exp. 6-30-20 ' s�q,F p I V OF C A0 -22 - 2020 James Wagner,P.E.,No. 51911 Date Approved by: 3 aoa� Thomas M. Herbel,P.E., City Engineer, No. 53300 Date ii SECTION C PROPOSAL for the construction of GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane CC No. 1576 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 105 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 C-1 time the contract is not awarded,the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find Bidder's 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 Signature 1 02/04/2020 C-2 SECTION C PROJECT BID SCHEDULE GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane CC No. 1576 PROJECT BASE BID: Graham St, Slater Ave (2-se s),Newland Ave and Atlanta Ave. Rehab C-2.1 to C-2.33 ITEM 1. Graham Street Rehabilitation $ 11 1�6 1 (009 - 2-6 IN FIGURES ITEM 2. Slater Avenue Rehabilitation (Goldenwest to Gothard) $ 112°l 11030.E s IN FIGURES ITEM 3. Slater Avenue Rehabilitation (Gothard to Beach Blvd.) $ lTq�.3i14,[U -a--6 IN FIGURES ITEM 4. Newland Avenue Rehabilitation $ -Iz . (02c6 50 IN FIGURES ITEM 5 Atlanta Avenue Rehabilitation $ (j1tQ,-1(Ld •C1S IN FIGURES BASE BID TOTAL LUMP SUM BID (TOTAL FOR ITEMS 1, 2,3,4 & 5) BASIS OF AWARD IN FIGURES C-2.1 SECTION C PROJECT BID SCHEDULE GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane CC No. 1576 GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue CC NO. 1576 C-2.2 GRAHAM STREET (SLATER-WARNER) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount 1 - - MOBILIZATION 1 $ 2 TRAFFIC CONTROL PLAN 1 LS $ $ 3 - FURNISH PROJECT TRAFFIC CONTROL 1 LS $ '� 2c) $ qsU 4 FURNISH AND INSTALL SIGNING AND 1 LS 0.0 $ STRIPING PROJECT SPECIFIC WPCP (WATER 5 - POLLUTION CONTROL PLAN) TO 1 LS $ ADDRESS CONSTRUCTION BMP'S. 6 INSTALL AND MAINTAIN CONSTRUCTION 1 LS $ �' C) BMP'S PER APPROVED WPCP. FURNISH AND INSTALL ZEBRON, SANCON 7 OR CITY APPROVED EQUAL COATING ON 4 EA $ THE NEW CONCRETE INSIDE OF AGENCY SEWER MANHOLE RING REMOVE EXISTING, FURNISH AND INSTALL NEW TRAFFIC PULL BOX PER CALTRANS STD. ES-8 & HB STD. PLAN 422 AND ADJUST TO GRADE. PULL BOXES 8 -- W/FIBERLYTE LID SHALL BE "CHRISTY 3 EA $ $ FIBERLYTE" OR AGENCY APPROVED EQUAL. SIZE PER PLAN. LOCATION IS TO BE DETERMINED BY AGENCY. (ASSUMED QUANTITY FOR BIDDING PURPOSE). REMOVE TREE AND ROOTS; GRIND TREE STUMP AND ROOTS TO 24" BELOW TOP 9 2 OF SIDEWALK/GRADE. PULLOUT ALL 21 EA D� O I �Q SSZ 0� ROOTS WITHIN PROPOSED IMPROVEMENTS. C-2.3 GRAHAM STREET (SLATER-WARNER) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount FURNISH AND PLANT NEW 24" BOX STRAWBERRY TREE STANDARD TRUNK PER HB STD. PLANS 714, 715, 716, 718 & 719 AS SHOWN ON PLANS. CITY STREET TREE SUPERVISOR OR THE AGENCY'S REPRESENTATIVE SHALL DETERMINE TREE LOCATION (ITEM INCLUDES REMOVAL OF EXISTING LANDSCAPING, 10 3 BUSHES OR GROUND COVER AND 10 EA -6r 5�0 IRRIGATION TO A DEPTH OF 24" BELOW TOP OF GRADE TO ACCOMMODATE NEW TREE; REPLACING DAMAGED OR REMOVED IRRIGATION IN KIND; BACKFILLING WITH CLASS A TOP SOIL AND INSTALLATION OF ARBOR-GARD OR AGENCY APPROVED EQUAL AROUND TREE WELL). REMOVE AND RECONSTRUCT SIDEWALK PER HB STD. PLAN 207 AND AS MODIFIED ON PLANS. (INCLUDES OVER EXCAVATION OR FILL FOR CHANGE IN GRADE, RE-GRADE FROM WALK TO I C) 11 5 EXISTING SLOPE, RELOCATING 5,240 SF $ $ IRRIGATION TO BACK OF NEW WALK, RETURN LANDSCAPING TO PRE- CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CURB AND GUTTER PER HB STD. PLAN 202 (CF= 8"). �lP ' O llQ,3yl7 12 6 (ITEM INCLUDES CMB, SLOT PAVEMENT 190 LF $ $ AND LOT DRAIN). REMOVE AND RECONSTRUCT CATCH BASIN APRON TRANSITION WING, SUMP CONDITION, PER HB STD. PLANS 301 AND C, p� i Lp Zo 13 13 302. (INCLUDES CURB, SLOT 30 LF $ y $ PAVEMENT,CMB, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT A 0.21' ASPHALT RUBBER 14 15 HOT MIX (ARHM-GG-C PG 64-16)WET 2,505 TN $ O� PROCESS OVERLAY. L23,e�cx).00 C-2.4 GRAHAM STREET (SLATER-WARNER) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount CONSTRUCT NEW 0.17' B-PG 70-10 A.C. DEEP LIFT OVER 95% COMPACTED 15 16 SUBGRADE PRIOR TO PLACING 0.21' 325 TN $ ���' $� 1�j0O.c,C LEVELING COURSE AND ARHM OVERLAY PER PLANS. COLD MILL EXISTING A.C. PAVEMENT TO A DEPTH OF 0.17 FROM EXISTING 16 17 SURFACE AND COLD MILL 0.21'ADJACENT 117,035 SF $ O y n $ ��J TO CURB AND GUTTER SECTION AND TAPER TO ZERO FROM 11' FROM GUTTER EDGE PER DETAIL SHEET 6.) REMOVE EXISTING A.C. PAVEMENT AND 0. <?i Cl 17 18 A.B. TO A DEPTH OF 0.17' AFTER COLD 24,810 SF $ $ MILL PER PLANS CONSTRUCT 0.17' B-PG 70-10 A.C. BASE 18 20 COURSE PRIOR TO PLACING 0.17'ARHM 1,475 TN $ M c�0 $t231Cloo-W SURFACE COURSE. REPLACE WATER VALVE BOX ASSEMBLY 19 21 AND ADJUST TO GRADE PER HB STD. 4 EA $ CSC) $3i J )(O PLAN 612. FURNISH AND INSTALL COMPOSITE 20 23 STORM DRAIN MANHOLE FRAME AND 1 EA $ 2� 090.CD $'2 MO COMPOSITE COVER AND ADJUST TO GRADE PER HB STD. PLAN 307(b). FURNISH AND INSTALL COMPOSITE ��YY�� 21 24 SEWER MANHOLE FRAME AND 8 EA $ z)OV)-QV $ 2 JGC) COMPOSITE COVER AND ADJUST TO GRADE HB STD. PLAN 513(b). INSTALL TRUNCATED DOMES TO 5m.00 1 i p0 O 22 31 EXISTING CURB ACCESS RAMP PER 2 EA $ $ CALTRANS STD. PLAN RSP A88A. C-2.5 GRAHAM STREET (SLATER-WARNER) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount FURNISH AND PLANT NEW 10' BROWN TRUNK HEIGHT (BTH) WINDMILL PALM TREE PER HB STD. PLANS 714, 715, 716, 718 & 719 AS SHOWN ON PLANS. CITY STREET TREE SUPERVISOR OR THE AGENCY'S REPRESENTATIVE SHALL DETERMINE TREE LOCATION. (ITEM INCLUDES REMOVAL OF EXISTING 23 34 LANDSCAPING, BUSHES OR GROUND 6 EA $ .ck $ls�5 ,QC COVER AND IRRIGATION TO A DEPTH OF 24" BELOW TOP OF GRADE TO ACCOMMODATE NEW TREE, REPLACING DAMAGED OR REMOVED IRRIGATION IN KIND, BACKFILLING WITH CLASS A TOP SOIL AND INSTALLATION OF ARBOR- GARD OR AGENCY APPROVED EQUAL AT BASE OF NEW TREE), FILL EXISTING 2.5' X 4'TREE WELL WITH �{ Du 24 35 CONCRETE PER HB STD. PLAN 207 FOR 20 SF $ SIDEWALKS. FURNISH AND PLANT NEW CARISSA PROSTRATA 5 GALLON SIZE PLANT PER LANDSCAPE SPECIFICATIONS. PLACE 5 GALLON PLANTS AT 3-FOOT SPACING BETWEEN PLANTS AND ADD 3-INCHES OF 25 36 MULCH OVER PLANTED AREA. (ITEM 24 EA $ Z(o , OCR S 2 INCLUDES REMOVAL OF EXISTING LANDSCAPING, BUSHES OR GROUND COVER; REPLACING DAMAGED OR REMOVED IRRIGATION IN KIND; AND BACKFILLING WITH CLASS A TOP SOIL). REMOVE AND REPLACE DRIVEWAY APPROACH IN KIND TO MATCH ADJACENT DRIVEWAY, GENERALLY, PER HB STD. PLAN 209 OR 211. (ITEM INCLUDES ALL 26 39 50 APPURTENANCES, DEPRESSED CURB & c� GUTTER, SLOT PAVE, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) C-2.G GRAHAM STREET (SLATER-WARNER) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount COLD MILL 0.21' ADJACENT TO GUTTER ++ t��s. I O 27 43 EDGE AND TAPER TO ZERO AT 11' FROM 40,135 SF o- 2� 1 GUTTER EDGE PER DETAIL SHEET 6) RELOCATE POST OFFICE MAILBOX BY 28 44 UPSP. CONTACT ROBERT SANCHEZ, 1 EA 1( ()00 ZI ()Oo USPS STATION MANAGER, WARNER AVENUE HB AT 714-843-4200 29 51 ADJUST SEWER BOX ASSEMBLY TO 2 EA ��6�`.O� I OL) GRADE PER HB STD. PLAN 612. CONSTRUCT CURB ACCESS RAMP PER CALTRANS STD. PLAN RSP A88A FROM BCR TO ECR, UNLESS NOTED OTHERWISE, USING HORIZONTAL CURB CUTTING MACHINE AS SHOWN ON CURB RAMP DETAIL ON SHEET 6. (CASE 30 54 6 EA SHOWN ON PLAN). (INCLUDES ALL $ $ APPURTENANCES, CURB CUTTING, SIDEWALK, DOMES, RETAINING CURB AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) Total Amount Bid in Figures: $ (00flL'35 Sven 4 eigry�fw-4-�Dusck u 'r Total Amount Bid in Words: �n � ...._. Y ..... ��cat ......................_..._.... ,.._...._.............. C-2.7 SECTION C PROJECT BID SCHEDULE GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane SLATER AVENUE REHABILITATION FROM GOLDENWEST TO GOTHARD CC NO. 1576 C-2.s SLATER AVENUE (GOLD ENWEST-GOTHARD) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit ii Price Amount 1 -- MOBILIZATION 1 LS $ V3149G 2 -- TRAFFIC CONTROL PLAN 1 LS $ 1 ► 1 S $ 1 i '�"�S 3 -- FURNISH PROJECT TRAFFIC CONTROL 1 LS 4 FURNISH AND INSTALL SIGNING AND 1 LS $1�{ �22' $ Z )-�Zz,011 STRIPING PROJECT SPECIFIC WPCP (WATER 21 14 qs 5 -- POLLUTION CONTROL PLAN) TO 1 LS $ $ ADDRESS CONSTRUCTION BMP'S. 6 INSTALL AND MAINTAIN CONSTRUCTION 1 LS $ �SO BMP'S PER APPROVED WPCP. FURNISH AND INSTALL ZEBRON, SANCON OR CITY APPROVED EQUAL COATING ON 6 EA $ i No• 00 $ I p NO.0i THE NEW CONCRETE INSIDE OF AGENCY SEWER MANHOLE RING INSTRUCTOR AND COURSE MATERIALS FOR JUST IN TIME TRAINING (JITT) PER PROJECT SPECIFICATIONS APPENDIX K. p� (INSTRUCTOR SHALL BE EXPERIENCED IN I��✓' 8 THE CONSTRUCTION METHODS, 1 LS $ $ MATERIALS AND TEST METHODS ASSOCIATED WITH FULL DEPTH RECLAMATION (FDR) PROJECTS). REMOVE EXISTING, FURNISH AND INSTALL NEW TRAFFIC PULL BOX PER CALTRANS STD. ES-8 & HB STD. PLAN 422 AND ADJUST TO GRADE. PULL BOXES �(�p OIL I qf�Q 9 -- W/FIBERLYTE LID SHALL BE "CHRISTY 3 EA $ $ FIBERLYTE" OR AGENCY APPROVED EQUAL. SIZE PER PLAN. LOCATION IS TO BE DETERMINED BY AGENCY. (ASSUMED QUANTITY FOR BIDDING PURPOSE). C-2.9 SLATER AVENUE (GOLDENWEST-GOTHARD) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity i Unit Price Amount REMOVE TREE AND ROOTS; GRIND TREE STUMP AND ROOTS TO 24" BELOW TOP uo I p,SLQ - 10 2 OF SIDEWALK/GRADE. PULLOUT ALL 3 EA $ $ ROOTS WITHIN PROPOSED IMPROVEMENTS. FURNISH AND PLANT NEW EASTERN REDBUD 24" BOX STANDARD TRUNK TREE PER HB STD. PLANS 714, 715, 716, 718 & 719 AS SHOWN ON PLANS. THE TREE LOCATION SHALL BE DETERMINED BY CITY STREET TREE SUPERVISOR OR DELEGATE. (ITEM INCLUDES EXISTING 11 3 LANDSCAPE AND IRRIGATION REMOVAL 3 EA TO ACCOMMODATE NEW TREE; REPLACEMENT OF IRRIGATION IN KIND; BACKFILLING WITH CLASS A TOP SOIL AND INSTALLATION OF ARBOR-GARD OR APPROVED EQUAL AROUND THE TREE WELL) SAWCUT AND REMOVE EXISTING SIDEWALK AT EXISTING TREE LOCATION AND CONSTRUCT TREE WELL WITH SIDEWALK PER DETAIL ON SHEET 2. 12 4 (ITEM INCLUDES REMOVAL OF SIDEWALK, 2 EA $ D $ 6 LF OF NEW SIDEWALK, NON-CHEMICAL WEED CONTROL BARRIER TO BE DUPONT LANDSCAPE MAX OR APPROVED EQUAL AND MULCH.) REMOVE AND RECONSTRUCT SIDEWALK PER HB STD. PLAN 207 AND AS MODIFIED ON PLANS. (INCLUDES OVER EXCAVATION OR FILL FOR CHANGE IN GRADE, RE-GRADE FROM WALK TO �•y D 13 5 EXISTING SLOPE, RELOCATING 5,460 SF $ $ IRRIGATION TO BACK OF NEW WALK, RETURN LANDSCAPING TO PRE- CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CURB AND 14 6 GUTTER PER HB STD, PLAN 202 (CF= 8"). 625 LF $ OD (ITEM INCLUDES CMB, SLOT PAVEMENT AND LOT DRAIN). C-2.10 SLATER AVENUE (GOLDENWEST-GOTHARD) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount 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 Si .3�� y,,�f(O 15 7 APPURTENANCES, CURB GUTTER, 9 EA $ $ DEPRESSED CURB, SIDEWALK, DOMES, RETAINING CURB, CMB, SLOT PAVEMENT, AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE. REMOVE AND RECONSTRUCT DRIVEWAY AS MODIFIED (PER DETAIL ON SHEET 4). DIMENSIONS "W"AND ONSITE IMPROVEMENT "L (PCC OR AC)" SHALL BE PER PLAN. (ITEM INCLUDES HIGH EARLYs 16 10 STRENGTH CONCRETE PER 1,140 SF $ $ SPECIFICATIONS, ALL APPURTENANCES, DEPRESSED CURB & GUTTER, ONSITE IMPROVEMENT, RETAINING CURB, SLOT PAVE, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CROSS GUTTER PER LIMITS SHOWN ON PLAN PER HB STD. PLAN 205. (INCLUDES IS, I Up 17 11 CONCRETE CURB, SPANDRELS, 3,990 SF $ $ 1 TRANSITIONS, SLOT PAVEMENT, CMB, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CATCH BASIN APRON TRANSITION WING, SUMP CONDITION, PER HB STD. PLANS 301 AND 18 13 302. (INCLUDES CURB, GUTTER, SLOT 35 LF $ $ PAVEMENT,CMB, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT A 0.17' FIBER REINFORCED 19 15 ASPHALT RUBBER HOT MIX (ARHM-GG-C 1,735 TN $ �V $ 1 Z CC PG 64-16) WET PROCESS OVERLAY. CONSTRUCT NEW 0.46' FIBER REINFORCED B-PG 70-10 A.C. BASE 20 16 COURSE OVER 95% COMPACTED 905 TN $ $ 00 SUBGRADE PRIOR TO 0.17'ARHM OVERLAY PER PLANS. C-2.11 SLATER AVENUE (GOLDENWEST-GOTHARD) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity I Unit Price Amount COLD MILL EXISTING A.C. PAVEMENT TO 21 17 A DEPTH OF 0.34' FROM FINISHED 8,645 SF $ 33 $ i SURFACE. REMOVE EXISTING A.C. PAVEMENT TO A DEPTH OF 0.63' FROM NEW FINISHED 9 D 3-I, os' 22 18 SURFACE AND COMPACTED SUBGRADE 26,470 SF $ $ PRIOR TO BASE COURSE PER PLANS PER DETAIL ON SHEET 4. PULVERIZE AND MIX EXISTING A.C. PAVEMENT AND SUBGRADE TO A DEPTH 33p, �jD OF 1.34', REMOVE 0.34' OF PULVERIZED 23 19 MATERIAL; ADD CEMENT AND WATER AS 101,840 SF $ $ SPECIFIED IN PROJECT SPECIFICATIONS TO A DEPTH OF 1.00'; ALLOW C.T.B. SECTION TO CURE THEN MICRO-CRACK, CONSTRUCT OAT FIBER REINFORCED B- 24 20 PG 70-10 A.C. BASE COURSE PRIOR TO 1,400 TN $ •('Y) $ «� ���'Cy- PLACING 0.17'ARHM SURFACE COURSE. REPLACE WATER VALVE BOX ASSEMBLY 25 21 AND ADJUST TO GRADE PER HB STD. 17 EA $ 1 S PLAN 612. FURNISH AND INSTALL COMPOSITE 26 23 STORM DRAIN MANHOLE FRAME AND 2 EA $ '2 v.OO $� COMPOSITE COVER AND ADJUST TO GRADE PER SPECIFICATIONS. FURNISH AND INSTALL COMPOSITE 27 24 SEWER MANHOLE FRAME AND 11 EA $ 2+ $ ZZ14;rlz�©. COMPOSITE COVER AND ADJUST TO GRADE PER SPECIFICATIONS. ADJUST OCSD SEWER MANHOLE TO GRADE, PER OCSD STD. PLANS S-053, S- C' 28 25 054 & S-055. CONTRACTOR TO 11 EA COORDINATE WITH BILL GILBERT AT (714) 478-6465. C-2.12 SLATER AVENUE (GOLDENWEST-GOTHARD) CC-1576 PROJECT BID SCHEDULE 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 29 30 SIGNALS AND LIGHTING SYSTEMS, 2005 46 EA $ $ EDITION. SPLICE LOOPS TO DLC IN p PULLBOX. BIKE LANE LOOPS AND ALL OZI- LOOPS AT LIMIT LINE SHALL BE TYPE "D INSTALL TRUNCATED DOMES TO t pp O 30 31 EXISTING CURB ACCESS RAMP PER 1 EA $ ODD S CALTRANS STD. PLAN RSP A88A. REMOVE AND RECONSTRUCT DRIVEWAY CURB SECTION AND CONNECT TO �S oo �� 3 00 31 53 EXISTING DRIVEWAY APPROACH PER 20 LF $ S DETAIL ON SHEET 4. (ITEM INCLUDES CMB AND, SLOT PAVEMENT) OVER EXCAVATE SOFT SUBBASE WHEN ENCOUNTERED BY CONTRACTOR AND �y Q • �o Z� 100 32 - - VERIFIED BY AGENCY. THIS ITEM IS FOR 90 CY $ $ UNIT PRICING WHEN SOFT SOIL IS ENCOUNTERED. FURNISH LABOR. EQUIPMENT, AND INSTALL GEOGRID FOR SOFT SUB BASE OD � ' O pp 33 _ _ STABILIZATION IF ENCOUNTERED BY 2,000 SF $ $ CONTRACTOR AND APPROVED BY AGENCY. THIS ITEM IS FOR UNIT PRICING WHEN SOFT SOIL IS ENCOUNTERED. ADD CEMENT (TN) TO PULVERIZED MATERIAL IF INSTRUCTED BY ENGINEER lST OD q Lp'`p 34 - - TO INCREASE THE MINIMUM AMOUNT 60 TN $ $ -I REQUIRED BY SPECIFICATION (ASSUMED QUANTITY FOR BIDDING PURPOSE). FURNISH AND INSTALL CMB WHEN SOFT SUBBASE IS ENCOUNTERED BY �Ul D' 00 I gj 0 O O 35 - CONTRACTOR AND VERIFIED BY AGENCY. 75 CY $ $ THIS ITEM IS FOR UNIT PRICING WHEN SOFT SOIL IS ENCOUNTERED. Total Amount Bid in Figures: $ Zq L4.4 (Q �5 I A Bid in Words: �� s Total ................................................................�.. ..... ...1_.lQh._ _... �Y1C�(� L.t ... L#�..... ................. . n a� i ylts s�x 1�u d e I�i r d�la rs dJ� r� Ce C-2.13 SECTION C PROJECT BID SCHEDULE GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane CC-1576 SLATER AVENUE REHABILITATION FROM GOTHARD TO BEACH BLVD CC NO. 1576 C-2.14 SLATER AVENUE (GOTHARD-BEACH BLVD.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity ' Unit Price Amount 1 -- MOBILIZATION 1 LS $ I3r �ps $ �I1065 2 - - TRAFFIC CONTROL PLAN 1 LS $ $ 1 3 - - FURNISH PROJECT TRAFFIC CONTROL 1 LS $ I � $ 4 FURNISH AND INSTALL SIGNING AND 1 LS $2�i lX'(' $ `Z�a IDS STRIPING PROJECT SPECIFIC WPCP (WATER U �p 00 5 - POLLUTION CONTROL PLAN) TO 1 LS $ `� $ ADDRESS CONSTRUCTION BMP'S. 6 INSTALL AND MAINTAIN CONSTRUCTION 1 LS $ $ I �D BMP'S PER APPROVED WPCP. FURNISH AND INSTALL ZEBRON, SANCON OR CITY APPROVED EQUAL COATING ON 7 EA $ THE NEW CONCRETE INSIDE OF AGENCY $ SEWER MANHOLE RING INSTRUCTOR AND COURSE MATERIALS FOR JUST IN TIME TRAINING (JITT) PER PROJECT SPECIFICATIONS APPENDIX K. (INSTRUCTOR SHALL BE EXPERIENCED IN �DS,'DD 4 oD 8 THE CONSTRUCTION METHODS, 1 LS $ $ 1 MATERIALS AND TEST METHODS ASSOCIATED WITH FULL DEPTH RECLAMATION (FDR) PROJECTS). REMOVE EXISTING, FURNISH AND INSTALL NEW TRAFFIC PULL BOX PER CALTRANS STD. ES-8 & HB STD. PLAN 422 q AND ADJUST TO GRADE. PULL BOXES �PSD.o� ,1 Isu 9 - W/FIBERLYTE LID SHALL BE "CHRISTY 3 EA $ $ FIBERLYTE" OR AGENCY APPROVED EQUAL. SIZE PER PLAN. LOCATION IS TO BE DETERMINED BY AGENCY. (ASSUMED QUANTITY FOR BIDDING PURPOSE). C-2.1 j SLATER AVENUE (GOTHARD-BEACH BLVD.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount REMOVE AND RECONSTRUCT SIDEWALK PER HB STD PLAN 207 AND AS MODIFIED ON PLANS. (INCLUDES OVER EXCAVATION OR FILL FOR CHANGE IN GRADE, RE-GRADE FROM WALK TO 10 5 EXISTING SLOPE, RELOCATING 4,500 SF $ $ IRRIGATION TO BACK OF NEW WALK, RETURN LANDSCAPING TO PRE- CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CURB AND GUTTER PER HB STD. PLAN 202 (CF= 8"). b Z' O ZS��OlO 11 6 (ITEM INCLUDES CMB, SLOT PAVEMENT 310 LF $ $ AND LOT DRAIN). 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 S� ?JO V 12 7 APPURTENANCES, CURB GUTTER, 5 EA $ $ DEPRESSED CURB, SIDEWALK, DOMES, RETAINING CURB, CMB, SLOT PAVEMENT, AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT NEW COMMERCIAL DRIVEWAY APPROACH USING HIGH EARLY STRENGTH CONCRETE PER HB STD. PLAN 211. MATCH EXISTING IMPROVEMENTS TO GRADE. DIMENSIONS 'ID° 1 S 13 8 "R", "W"AND ONSITE IMPROVEMENT"L 2,875 SF $ $ (PCC OR AC)" SHALL BE PER PLAN. (INCLUDES ALL DEPRESSED CURB & GUTTER, ONSITE IMPROVEMENTS, SLOT PAVE, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT PARTIAL CROSS GUTTER PER LIMITS SHOWN ON PLAN AND PER STD PLAN 205 AND 0 CONNECT TO EXISTING SIDEWALK PER 14 12 PLAN. (INCLUDES CONCRETE CURB, 4,005 SF $ $ SPANDRELS, CURB RAMPS, IF SHOWN, TRANSITIONS, SLOT PAVEMENT, CMB, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) C-2.1 G SLATER AVENUE (GOTHARD-BEACH BLVD.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount REMOVE AND RECONSTRUCT CATCH BASIN APRON TRANSITION WING, SUMP l,, CONDITION, PER HB STD PLANS 301 AND 3 5f Z�eo 15 13 302. (INCLUDES CURB, SLOT 20 SF $ $ PAVEMENT,CMB, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT A 0.17' FIBER REINFORCED 11 16 15 ASPHALT RUBBER HOT MIX (ARHM-GG-C 2,450 TN $ C $2�}�qso cc PG 64-16) WET PROCESS OVERLAY. CONSTRUCT NEW 0.75' FIBER REINFORCED B-PG 70-10 A.C. BASE 17 16 COURSE OVER 95% COMPACTED 2,675 TN $ SUBGRADE PRIOR TO 0.17'ARHM OVERLAY PER DETAIL SHEET 2. COLD MILL EXISTING A.C. PAVEMENT TO 18 17 A DEPTH OF 0.34' FROM FINISHED 7,820 SF $ �3 $ l�' I�� lQI-) SURFACE. COLD MILL EXISTING A.C. PAVEMENT TO A DEPTH OF 0.92' FROM FINISHED 19 18 SURFACE AND COMPACTED SUBGRADE 48,035 SF $ $ PRIOR TO BASE COURSE PER DETAIL SHEET 2. PULVERIZE AND MIX EXISTING A.C. PAVEMENT AND SUBGRADE TO A DEPTH OF 1.51'; REMOVE 0.34' OF PULVERIZED • �� Z����.5 20 19 MATERIAL, ADD CEMENT AND WATER AS 138,545 SF $ $ SPECIFIED IN PROJECT SPECIFICATIONS TO A DEPTH OF 1.17'; ALLOW C.T.B. SECTION TO CURE THEN MICRO-CRACK. CONSTRUCT 0.17' FIBER REINFORCED B- 21 20 PG 70-10 A.C. BASE COURSE PRIOR TO 1,875 TN $ $ PLACING 0.17'ARHM SURFACE COURSE. REPLACE WATER VALVE BOX ASSEMBLY 22 21 AND ADJUST TO GRADE PER HB STD 25 EA $ Cc PLAN 612. C-2.17 SLATER AVENUE (GOTHARD-BEACH BLVD.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount FURNISH AND INSTALL NEW WATER 23 22 METER BOX AND COVER AND ADJUST TO 3 EA y b(� �2 GRADE PER HB STD, PLANS 217 AND 601. (C6 FURNISH AND INSTALL COMPOSITE GG 24 23 STORM DRAIN MANHOLE FRAME AND 4 EA $ 21 0�' (o $ 32� (QC) COMPOSITE COVER AND ADJUST TO —r GRADE PER HB STD PLAN 307(b), FURNISH AND INSTALL COMPOSITE 25 24 SEWER MANHOLE FRAME AND 13 EA $2�no $��I���' COMPOSITE COVER AND ADJUST TO GRADE HB STD PLAN 513(b). ADJUST OCSD SEWER MANHOLE TO GRADE, PER OCSD STD. PLANS S-053, S- 2 ?�(p 26 25 054, S-055, AND S-055A. CONTRACTOR TO 12 EA $ �� $ I COORDINATE WITH BILL GILBERT AT (714) 478-6465. INSTALL NEW DETECTOR LOOPS PER CITY STANDARD SPECIAL PROVISIONS FOR THE CONSTRUCTION OF TRAFFICvo 27 30 SIGNALS AND LIGHTING SYSTEMS, 2005 30 EA EDITION. SPLICE LOOPS TO DLC IN L I PULLBOX. BIKE LANE LOOPS AND ALL LOOPS AT LIMIT LINE SHALL BE TYPE "D". 0C) (D IGJ1�(� INSTALL TRUNCATED DOMES TO Gj00 'po 916 28 31 EXISTING CURB ACCESS RAMP PER 9 EA $ $ CALTRANS STD. PLAN RSP A88A. FURNISH AND PLANT NEW CARISSA PROSTRATA 5 GALLON SIZE PLANT PER LANDSCAPE SPECIFICATIONS. PLACE 5 GALLON PLANTS AT 3-FOOT SPACING BETWEEN PLANTS AND ADD 3-INCHES OF 00 29 36 MULCH OVER PLANTED AREA. (ITEM 36 EA $2� ' $ INCLUDES REMOVAL OF EXISTING LANDSCAPING, BUSHES OR GROUND COVER; REPLACING DAMAGED OR REMOVED IRRIGATION IN KIND, AND BACKFILLING WITH CLASS A TOP SOIL). C-2.18 SLATER AVENUE (GOTHARD-BEACH BLVD.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount REMOVE AND RECONSTRUCT CURB AND GUTTER PER HB STANDARD PLAN 202 / U (CF= 8")AND CONNECT TO EXISTING 30 37 467 LF $ $ SIDEWALK PER DETAIL ON SHEET 4. (ITEM INCLUDES CMB, SLOT PAVEMENT AND LOT DRAIN). REMOVE AND REPLACE DRIVEWAY APPROACH IN KIND TO MATCH ADJACENT DRIVEWAY PER HB STD. PLAN 209 OR 211 31 39 AS MODIFIED. (ITEM INCLUDES ALL 1,500 SF $ `x O� $�� I APPURTENANCES, DEPRESSED CURB & GUTTER, SLOT PAVE, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) FURNISH AND PLANT NEW 15 GALLON SIZE ROSES, MATCHING EXISTING VARIETY; PER LANDSCAPE SPECIFICATIONS. PLACE 15 GALLON PLANTS IN 1-ROWS AT 5-FOOT SPACING 32 40 BETWEEN PLANTS AND ADD 3-INCHES OF 28 EA $A�-QO MULCH OVER PLANTED AREA. (ITEM INCLUDES REMOVAL OF EXISTING LANDSCAPING. BUSHES OR GROUND COVER, REPLACING DAMAGED OR REMOVED IRRIGATION IN KIND; AND BACKFILLING WITH CLASS A TOP SOIL). FURNISH AND INSTALL 6-FT HEIGHT 33 41 GALVANIZED VINYL-COATED STEEL 250 LF $ Oo $ CHAIN-LINK FENCE PER APWA STANDARD PLAN 600-3 FURNISH AND INSTALL RESIDENTIAL CHAIN LINK FENCE ROLLING GATE 6-FT x 34 42 12-FT; GALVANIZED VINYL-COATED STEEL 2 EA $ $ CHAIN-LINK FENCE GATE PER APWA STANDARD PLAN 600-3.. C-2.19 SLATER AVENUE (GOTHARD-BEACH BLVD.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount IMPORT SUITABLE MATERIAL(CLASS A SOIL WITH A MINIMUM S.E. VALUE OF 30) AND SMOOTH GRADE IN AREA NEXT TO 35 46 SIDEWALK AND DRIVEWAYS (INCLUDES 30 CY $ �(j�7•Z 0 $ Z �Q•C0 COMPACTION TO 95%, EQUIPMENT AND MATERIAL, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE). REMOVE AND DISPOSE OF EXCESS MATERIAL AND GRADE 2:1 IN AREA NEXT 7h� 36 47 TO SIDEWALK AND DRIVEWAY (INCLUDES 30 CY $ low • ck) COMPACTION TO 95%, EQUIPMENT, DISPOSAL, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE). 37 48 RAISE SINGLE CHECK VALVE VAULT TO 1 EA GRADE PER CITY OF HB STD PLAN 625 REMOVE CONCRETE AND FURNISH/INSTALL CLASS A TOP SOIL AND 38 49 FURNISH/PLANT DWARF FESCUE SOD 410 SF Ob $ 5t 0 0C (INCLUDES, EQUIPMENT, DISPOSAL AND ALL ITEMS NECESSARY TO COMPLETE WORK IN PLACE). OVER EXCAVATE SOFT SUBBASE WHEN ENCOUNTERED BY CONTRACTOR AND C) �,� 0 c) 39 -- VERIFIED BY AGENCY. THIS ITEM IS FOR 90 CY $ $ UNIT PRICING WHEN SOFT SOIL IS ENCOUNTERED. FURNISH LABOR, EQUIPMENT, AND INSTALL GEOGRID FOR SOFT SUB BASE 2j )o oolo 40 _ _ STABILIZATION IF ENCOUNTERED BY 2,000 SF $ $ CONTRACTOR AND APPROVED BY AGENCY. THIS ITEM IS FOR UNIT PRICING WHEN SOFT SOIL IS ENCOUNTERED. ADD CEMENT (TN) TO PULVERIZEDMATERIAL IF INSTRUCTED BY ER ^� 41 -- TOINC EASE THE MINIMUM AMOUNT 60 TN $ b� $ L� REQUIRED BY SPECIFICATION (ASSUMED QUANTITY FOR BIDDING PURPOSE). C-2.20 SLATER AVENUE (GOTHARD-BEACH BLVD.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit i Extended No. No. Description Quantity Unit Price Amount FURNISH AND INSTALL CMB WHEN SOFT SUBBASE IS ENCOUNTERED BY I OD 42 - - CONTRACTOR AND VERIFIED BY AGENCY. 75 CY $ I ��� THIS ITEM IS FOR UNIT PRICING WHEN SOFT SOIL IS ENCOUNTERED. TotalAmount Bid....!.n....F.!..ures.......$..........................r..a23..{., . . ...:..�J ...,,...............,,,......................,......,...............,...._....................,,,,,........................,.....,...... Mq, i`r jkk-(an rltn� l�und�redl `lt...�2Yt-t� -H'1r�e Total Amount Bid in Words: ( SU( C-2.2 t SECTION C PROJECT BID SCHEDULE GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane CC-1576 NEWLAND AVENUE REHABILITATION FROM YORKTOWN TO GARFIELD CC NO. 1576 C-2.22 NEWLAND STREET (YORKTOWN-GARFIELD) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity I Unit Price Amount 1 -- MOBILIZATION 1 LS $ 1 $ 131 �b7 2 -- TRAFFIC CONTROL PLAN 1 LS $ 1 l "7 $ I �S 3 - - FURNISH PROJECT TRAFFIC CONTROL 1 LS $ 51 1� $ 4 FURNISH AND INSTALL SIGNING AND 1 LS $ $ «I ADO'C& STRIPING r� PROJECT SPECIFIC WPCP (WATER 5 -- POLLUTION CONTROL PLAN) TO 1 LS $ �1 I $ ADDRESS CONSTRUCTION BMP'S. 6 INSTALL AND MAINTAIN CONSTRUCTION 1 LS $�' �`�� $ I � BMP'S PER APPROVED WPCP. FURNISH AND INSTALL ZEBRON, SANCON II-- 7 OR CITY APPROVED EQUAL COATING ON 4 EA $ ( �1D�� $ �14D THE NEW CONCRETE INSIDE OF AGENCY SEWER MANHOLE RING REMOVE EXISTING, FURNISH AND INSTALL NEW TRAFFIC PULL BOX PER CALTRANS STD. ES-8 & HB STD. PLAN 422 v AND ADJUST TO GRADE. PULL BOXES 8 - - W/FIBERLYTE LID SHALL BE "CHRISTY 3 EA $ $ FIBERLYTE" OR AGENCY APPROVED EQUAL. SIZE PER PLAN. LOCATION IS TO BE DETERMINED BY AGENCY. (ASSUMED QUANTITY FOR BIDDING PURPOSE). REMOVE TREE AND ROOTS, GRIND TREE STUMP AND ROOTS TO 24" BELOW TOP �j' 00 �3► 9 2 OF SIDEWALK/GRADE. PULLOUT ALL 23 EA $ $ ROOTS WITHIN PROPOSED IMPROVEMENTS. C-2.23 NEWLAND STREET (YORKTOWN-GARFIELD) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity i Unit Price Amount FURNISH AND PLANT NEW EASTERN RED BUD 24" BOX STANDARD TRUNK TREE PER HB STD. PLANS 714, 715, 716, 718 & 719 AS SHOWN ON PLANS. THE TREE LOCATION SHALL BE DETERMINED BY CITY STREET TREE SUPERVISOR OR DELEGATE. (ITEM INCLUDES EXISTING 2� 10 3 LANDSCAPE AND IRRIGATION REMOVAL 23 EA $11 o ou $ 1V o) TO ACCOMMODATE NEW TREE; REPLACEMENT OF IRRIGATION IN KIND, BACKFILLING WITH CLASS A TOP SOIL AND INSTALLATION OF ARBOR-GARD OR APPROVED EQUAL AROUND THE TREE WELL) SAWCUT AND REMOVE EXISTING SIDEWALK AT EXISTING TREE LOCATION AND CONSTRUCT TREE WELL WITH SIDEWALK PER DETAIL ON SHEET 6. oo ` 11 4 (ITEM INCLUDES REMOVAL OF SIDEWALK, 24 EA $ $ 6 LF OF NEW SIDEWALK, NON-CHEMICAL WEED CONTROL BARRIER TO BE DUPONT LANDSCAPE MAX OR APPROVED EQUAL AND MULCH.) REMOVE AND RECONSTRUCT SIDEWALK PER HB STD. PLAN 207 AND AS MODIFIED ON PLANS. (INCLUDES OVER EXCAVATION OR FILL FOR CHANGE IN GRADE, RE-GRADE FROM WALK TO 12 5 EXISTING SLOPE, RELOCATING 7,035 SF $ $ IRRIGATION TO BACK OF NEW WALK, RETURN LANDSCAPING TO PRE- CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CURB AND GUTTER PER HB STD. PLAN 202 (CF= 8"). 00 13 6 (ITEM INCLUDES CMB, SLOT PAVEMENT, 1,325 LF $ 1 $ REPAINTING OF CURB ADDRESSES, AND LOT DRAIN). C-2.24 NEWLAND STREET (YORKTOWN-GARFIELD) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount REMOVE AND RECONSTRUCT CURB ACCESS RAMP, DEPRESSED CURB, AND GUTTER PER CALTRANS STD. PLAN RSP A88A FROM BCR TO ECR. (CASE SHOWN r n ON PLAN). (INCLUDES ALL CJ�37 14 7 APPURTENANCES, CURB GUTTER, 2 EA $ $ DEPRESSED CURB, SIDEWALK, DOMES, RETAINING CURB, CMB, SLOT PAVEMENT, AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CATCH BASIN APRON TRANSITION WING, SUMP I CONDITION, PER HB STD. PLANS 301 AND l l I g b o 15 13 302. (INCLUDES CURB, GUTTER, SLOT 60 LF $ $ PAVEMENT,CMB, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT A 0.17' ASPHALT RUBBER 16 15 HOT MIX (ARHM-GG-C PG 64-16) WET 1,990 TN $2O0 cv�cl' PROCESS OVERLAY. COLD MILL EXISTING A.C. PAVEMENT TO .3-� ' nog 17 17 A DEPTH OF 0.17' FROM EXISTING 162,250 SF $ $ •� SURFACE. CONSTRUCT VARIABLE DEPTH B-PG 70-10 18 20 A.C. LEVELING COURSE PRIOR TO 780 TN $�S • Dy $(06, 5w•W PLACING 0.17'ARHM OVERLAY PER PLANS AND DETAIL ON SHEET 6. REPLACE WATER VALVE BOX ASSEMBLY 19 21 AND ADJUST TO GRADE PER HB STD. 29 EA $ I 00 $25� (6(0. 00 PLAN 612. FURNISH AND INSTALL COMPOSITE 20 23 STORM DRAIN MANHOLE FRAME AND 4 EA $ 2 NC•ao $ I�32f)- CC) COMPOSITE COVER AND ADJUST TO GRADE PER HB STD. PLAN 307(B). FURNISH AND INSTALL COMPOSITE 21 24 SEWER MANHOLE FRAME AND 9 EA $2 i U$Q• 00 $ IC6 qW•I) COMPOSITE COVER AND ADJUST TO GRADE PER HB STD. PLAN 513(B). C-2.25 NEWLAND STREET (YORKTOWN-GARFIELD) CC-1576 PROJECT BID SCHEDULE 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 22 30 SIGNALS AND LIGHTING SYSTEMS, 2005 20 EA $ $ EDITION. SPLICE LOOPS TO DLC IN PULLBOX. BIKE LANE LOOPS AND ALL LOOPS AT LIMIT LINE SHALL BE TYPE "D". 17l�6 . CD Joo �U FURNISH AND PLANT NEW 10' BROWN TRUNK HEIGHT (BTH) WINDMILL PALM TREE PER HB STD. PLANS 714, 715, 716, 718 & 719 AS SHOWN ON PLANS. CITY STREET TREE SUPERVISOR OR THE AGENCY'S REPRESENTATIVE SHALL DETERMINE TREE LOCATION. (ITEM INCLUDES REMOVAL OF EXISTING 23 34 LANDSCAPING, BUSHES OR GROUND 1 EA $ 2 U-0� $ 2 O. Ov COVER AND IRRIGATION TO A DEPTH OF 24" BELOW TOP OF GRADE TO ACCOMMODATE NEW TREE; REPLACING DAMAGED OR REMOVED IRRIGATION IN KIND; BACKFILLING WITH CLASS A TOP SOIL AND INSTALLATION OF ARBOR- GARD OR AGENCY APPROVED EQUAL AT BASE OF NEW TREE). REMOVE AND RECONSTRUCT CURB AND GUTTER PER HB STD. PLAN 202 (CF= 8") �� r „ 3C, 24 37 AND CONNECT TO EXISTING SIDEWALK 345 LF $ Kq �o $ 11C PER DETAIL ON SHEET 6. (ITEM INCLUDES CMB, SLOT PAVEMENT, REPAINTING OF CURB ADDRESSES, AND LOT DRAIN). REMOVE STUMP AND ROOTS (NOT A TREE AT THIS LOCATION BUT A STUMP), GRIND TREE STUMP AND ROOTS TO 24" 25 38 1 EA $ BELOW TOP OF SIDEWALK/GRADE. PULL $ OUT ALL ROOTS WITHIN PROPOSED IMPROVEMENTS. REMOVE AND REPLACE DRIVEWAY APPROACH IN KIND TO MATCH ADJACENT DRIVEWAY PER HB STD. PLAN 209 OR 211 26 39 AS MODIFIED. (ITEM INCLUDES ALL 175 SF $ l� $ APPURTENANCES, DEPRESSED CURB & GUTTER, SLOT PAVE, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) C-2.2G NEWLAND STREET (YORKTOWN-GARFIELD) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount 27 50 ADJUST WATER MANHOLE TO GRADE 3 EA $ I • CO PER HB STD. PLAN 306 PROTECT IN PLACE CATHODIC PROTECTION TEST STATION. CALL ANDY 28 52 FERRIGNO AT (714) 536-5291 BEFORE 4 EA $ 15(0�'�� $ Ocl PROJECT COMPLETION FOR INSPECTION OF CATHODIC PROTECTION TEST STATIONS. Total Amount Bid in Figures; $ __....,..,,�........,_ _..._.__...............s..............................h�....... ......... Total Amount Bid in Words: hV� I" t1QX1� y\ ,Ix 1 (n*- Jv Qy W VW UAM C-2.27 SECTION C PROJECT BID SCHEDULE GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane CC-1576 ATLANTA AVENUE REHABILITATION FROM BUSHARD TO SURGE LANE CC NO. 1576 C-2.2s ATLANTA AVENUE (BUSHARD-SURGE LN.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit `` Price Amount 1 - - MOBILIZATION 1 LS $ l `I�L' $ �S 2 -- TRAFFIC CONTROL PLAN 1 LS $ V/ $ I 3 -- FURNISH PROJECT TRAFFIC CONTROL 1 LS $ $ 5�ig50 4 FURNISH AND INSTALL SIGNING AND 1 LS $ 1351 $ �`�I OU STRIPING PROJECT SPECIFIC WPCP (WATER 5 - - POLLUTION CONTROL PLAN) TO 1 LS $ I $ (• ADDRESS CONSTRUCTION BMP'S. 6 INSTALL AND MAINTAIN CONSTRUCTION 1 LS $t QI �GJ� $lQl�sD BMP'S PER APPROVED WPCP. FURNISH AND INSTALL ZEBRON, SANCON OR CITY APPROVED EQUAL COATING ON ` �1 EA $ (� THE NEW CONCRETE INSIDE OF AGENCY $ SEWER MANHOLE RING REMOVE EXISTING, FURNISH AND INSTALL NEW TRAFFIC PULL BOX PER CALTRANS STD. ES-8 & HB STD. PLAN 422 I .,GD AND ADJUST TO GRADE. PULL BOXES 8 - - W/FIBERLYTE LID SHALL BE "CHRISTY 3 EA $ S FIBERLYTE" OR AGENCY APPROVED EQUAL. SIZE PER PLAN. LOCATION IS TO BE DETERMINED BY AGENCY. (ASSUMED QUANTITY FOR BIDDING PURPOSE). REMOVE TREE AND ROOTS; GRIND TREE STUMP AND ROOTS TO 24" BELOW TOP '1 �/Q OD 7�t Z� L 9 2 OF SIDEWALK/GRADE. PULLOUT ALL 4 EA $ l S ROOTS WITHIN PROPOSED IMPROVEMENTS. C-2.29 ATLANTA AVENUE (BUSHARD-SURGE LN.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount FURNISH AND PLANT NEW 24" BOX TREE PER HB STD. PLANS 714, 715, 716, 718 & 719 AS SHOWN ON PLANS. THE TREE LOCATION AND SPECIES SHALL BE DETERMINED BY CITY STREET TREE SUPERVISOR. (ITEM INCLUDES EXISTING 10 3 LANDSCAPE AND IRRIGATION REMOVAL 5 EA $ `emu•00 $ 4 , 4ZO bC TO ACCOMMODATE NEW TREE; REPLACEMENT OF IRRIGATION IN KIND; BACKFILLING WITH CLASS A TOP SOIL AND INSTALLATION OF ARBOR-GARD OR APPROVED EQUAL AT BASE OF NEW TREE) SAWCUT AND REMOVE EXISTING SIDEWALK AT EXISTING TREE LOCATION AND CONSTRUCT TREE WELL WITH O SIDEWALK PER DETAIL ON SHEET 4. 11 4 (ITEM INCLUDES REMOVAL OF SIDEWALK, 11 EA $ $ 6 LF OF NEW SIDEWALK, NON-CHEMICAL WEED CONTROL BARRIER TO BE DUPONT LANDSCAPE MAX OR APPROVED EQUAL AND MULCH.) REMOVE AND RECONSTRUCT SIDEWALK PER HB STD PLAN 207 AND AS MODIFIED ON PLANS. (INCLUDES OVER EXCAVATION OR FILL FOR CHANGE IN GRADE, RE-GRADE FROM WALK TO 12 5 EXISTING SLOPE, RELOCATING 7,250 SF $ $ IRRIGATION TO BACK OF NEW WALK, RETURN LANDSCAPING TO PRE- CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CURB AND 13 6 GUTTER PER HB STD. PLAN 202 (CF= 8"). 550 LF $ Sd $ (ITEM INCLUDES CMB, SLOT PAVEMENT AND LOT DRAIN). C-2.30 ATLANTA AVENUE (BUSHARD-SURGE LN.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount 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 14 7 APPURTENANCES, CURB GUTTER, 9 EA $ $ DEPRESSED CURB, SIDEWALK, DOMES, RETAINING CURB, CMB, SLOT PAVEMENT, AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT NEW COMMERCIAL DRIVEWAY APPROACH USING HIGH EARLY STRENGTH CONCRETE PER HB STD. PLAN 211. MATCH EXISTING �d IMPROVEMENTS TO GRADE. DIMENSIONS 15 8 "R", "W"AND ONSITE IMPROVEMENT"L 1,425 LF $ $ (PCC OR AC)" SHALL BE PER PLAN. (INCLUDES ALL DEPRESSED CURB & GUTTER, ONSITE IMPROVEMENTS, SLOT PAVE, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CROSS GUTTER PER HB STD. PLAN 205 AND CURB RAMPS PER CALTRANS STD PLAN a RSP A88A, CASE SHOWN ON PLAN). 16 11 (INCLUDES CURB RAMPS, CONCRETE 1,500 SF $ $ CURBS, SPANDRELS, TRANSITIONS, SLOT PAVEMENT, CMB, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CATCH BASIN APRON TRANSITION WING, SUMP CONDITION, PER HB STD PLANS 301 AND 1 .()0 l� I OU 17 13 302. (INCLUDES CURB, SLOT 80 LF $ $ PAVEMENT,CMB, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT A 0.17' ASPHALT RUBBER 18 15 HOT MIX (ARHM-GG-C PG 64-16) WET 3,430 TN $ PROCESS OVERLAY. 2Sg') 120.00 C-2.31 ATLANTA AVENUE (BUSHARD-SURGE LN.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount CONSTRUCT NEW 0.50' B-PG 70-10 A.C. DEEP LIFT OVER 95% COMPACTED y� 19 16 SUBGRADE PRIOR TO PLACING 0.17' 185 TN $ $ 5I • OX), LEVELING COURSE AND ARHM OVERLAY PER PLANS AND DETAIL ON SHEET 6. COLD MILL EXISTING A.C. PAVEMENT TO 20 17 A DEPTH OF 0.17' FROM EXISTING 271,835 SF FINISHED SURFACE. REMOVE EXISTING A.C. PAVEMENT AND A.B. TO A DEPTH OF 0.50'AFTER COLD 21 18 MILL PER DETAIL ON SHEET 6 AND 5,000 SF S S COMPACT SUBGRADE PRIOR TO BASE COURSE. CONSTRUCT 0.17' B-PG 70-10 A.C. BASE 22 20 COURSE PRIOR TO PLACING 0.17'ARHM 3,800 TN $ 1-1 '00 $5kol �200- SURFACE COURSE. REPLACE WATER VALVE BOX ASSEMBLY 23 21 AND ADJUST TO GRADE PER HB STD 17 EA $ t SI 02r-,• dU PLAN 612. FURNISH AND INSTALL NEW WATER 24 22 METER BOX AND COVER AND ADJUST TO 3 EA $ZZ y O�) $ GRADE PER HB STD. PLANS 217 AND 601. s� Z'(oED 0 FURNISH AND INSTALL COMPOSITE STORM DRAIN MANHOLE FRAME AND D ,(�O $ { 25 23 COMPOSITE COVER AND ADJUST TO 8 EA $ 5C` GRADE PER HB STD PLAN 307(b). FURNISH AND INSTALL COMPOSITE 26 24 SEWER MANHOLE FRAME AND 2 EA $ D t •b b $1� COMPOSITE COVER AND ADJUST TO GRADE HB STD PLAN 513(b). 1` ?1�U'� INSTALL NEW DETECTOR LOOPS PER CITY STANDARD SPECIAL PROVISIONS FOR THE CONSTRUCTION OF TRAFFIC I � 27 30 SIGNALS AND LIGHTING SYSTEMS, 2005 43 EA $ $4 r:�[�( EDITION. SPLICE LOOPS TO DLC IN 00 k PULLBOX. BIKE LANE LOOPS AND ALL �JJ UL'LOOPS AT LIMIT LINE SHALL BE TYPE "D". C-2.32 ATLANTA AVENUE (BUSHARD-SURGE LN.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount INSTALL TRUNCATED DOMES TO Lp�;p•Oo ( 1 3" 28 31 EXISTING CURB ACCESS RAMP PER 2 EA $ $ CALTRANS STD. PLAN RSP A88A. REMOVE AND RECONSTRUCT CURB AND GUTTER PER HB STANDARD PLAN 202 vo•0D D60 29 37 (CF= 8")AND CONNECT TO EXISTING 750 LF $ $ SIDEWALK PER DETAIL ON SHEET 4. (ITEM INCLUDES CMB, SLOT PAVEMENT AND LOT DRAIN). REMOVE AND RECONSTRUCT SIDEWALK, CURB AND GUTTER FOR DISABLED PARKING ACCESS PER PLAN AND (�16 p D 30 45 PLACEMENT OF BOLLARDS AND WHEEL 1 LS $ $ STOPS TO MATCH STRIPING PLAN. (ITEM INCLUDES WHEEL STOPS, BOLLARDS, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT DRIVEWAY CURB SECTION AND CONNECT TO I q 3' 0 Zq 31 53 EXISTING DRIVEWAY APPROACH PER 30 LF $ $ DETAIL ON SHEET 6. (ITEM INCLUDES CMB AND, SLOT PAVEMENT) CONSTRUCT CURB ACCESS RAMP PER CALTRANS STD. PLAN RSP A88A FROM BCR TO ECR USING HORIZONTAL CURB u CUTTING MACHINE AS SHOWN ON CURB RAMP DETAIL ON SHEET 6. (CASE 32 54 SHOWN ON PLAN). (INCLUDES ALL 6 EA $ $ APPURTENANCES, CURB CUTTING, SIDEWALK, DOMES, RETAINING CURB AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) Total Amount Bid in Figures; $ � �_ (� .........................................,.................,,,.......... .....�..,..- ...,. __.................___._......_......................................................................_.......-......................._..._...._._......................... . Total Amount Bid in Words: r2 h �zu�r� hu n�fe 6U rtee n �(� a al Yu n" jh re Wt; C-2.33 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 Registration# Amount Contract Number ��� �2y AllI{mcriC�n Vh�lk � (� � 05 2quItiJ 33 E (o-tn Sfree-t pt o V1,3z,z5 csst$2 e(&Ot►& 4A. �db(22 3� �roun+C&LvdleA I C� 2� � , i ��•s S I �nG• �0 qp0�oC7� 01 i� td h 5eva j tit k� 2 5 -70 'S;M'1t Ave Elm tol �8 �� ��� Ot 000 lad KakMa 5 70 11 ' 1- �$E Tree Styv I ceS 5CO tbo l'��v v l 000 YD f2oy �;I<? o d to y sv!Pe`t c s (XvP erg . �30 � TOoo 09 ATe 140,oo() le) �31Z pr?ss St 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 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 Registration# Amount Contract Number 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 2/10/2020at Lake Forest CA Date City State 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 Bidder Signature of Bidder Steve Kirschner-Vice President 32 Rancho Circle. Lake Forest, CA 92630 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 ARTERIAL REHABILITATION OF GRAHAM ST, SLATER AVE (2-SEGMENTS), NEWLAND ST AND ATLANTA AVE, CC-1576, (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. Hardy& Harper, Inc. Contractor By Steve Kirschner- Vice President Title 02/10/2020 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 9 No If the answer is yes, explain the circumstances in the space provided. NIA 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. Contractor y Steve Kirschner-Vice President Title Date: 02/10/2020 C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Hardy & Harper, Inc. Bidder Name 32 Rancho Circle Business Address Lake Forest CA 92630 City, State Zip 714 ) 444-1851 ablanchard@hardyandharper.com Telephone Number Email Address 215952; A, C-8 &C 12 State Contractor's License No. and Class 03/13/63 Original Date Issued 12/31/2021 Expiration Date The work site was inspected by Mike Amundson of our office on 02/07/2020 ' 901 The following are persons, firms, and corporations having a principal interest in this proposal: Dan T. Maas- President, Treasurer Steve Kirschner-Vice President Michael Murray-Vice President Kristen S. Paulino-Corporate 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. Hardy & Harper, Inc. Compan Name S gnature of Bidder Steve Kirschner-Vice President Printed or Typed Signature C-8 NOTARY CERTIFICATE Subscribed and sworn to before me this _day of , 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 ) 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 JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE §8202 x❑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) x x x x x x 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 10 day of February , 20 20 by Date Month Year (1) ' fiw'ei pf`S(j)n-cy (and (2) ), Name(j of Signer( 110 ASHLIE BLANCHARD COMM.#2279b50 Proved to me on the basis of satisfactory evidence roNotary Public-California to be the person(sl who appeared before me. ORANGE COUNTYay Comm.Expires March 3,2023 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: Document Date: Number of Pages: Signer(s)Other Than Named Above: 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 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 references. 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 A 2017/2019 Owner/Agency Contact Project (Amount & Completion Date) City of Jurupa Valley Mike Myers T.R.I.P Pavement Rehab. 8930 Limonite Ave (951) 332-6464 Phase I Juru a Valley, CA 92509 mm ers wuru avalle .or $1,254,012.21 03/17 City of Newport Beach Frank Tran MacArthur Blvd Pavement 100 Civic Center Drive (949) 644-3340 Rehabilitation Newport Beach, CA 92660 ftran@newportbeachca.gov $2,142,045.66 3/17 City of Rancho Cucamonga Romeo M. David Red Hill Park Pedestrian Trail 10500 Civic Center Drive (909) 477-2740 Renovation Project Rancho Cucamonga, CA 91730 Romeo.Dav!4@-cJtyofrc.us $171,888.70 3/17 City of Riverside Ben Hatheway 2015/2016 CDBG Street and 3900 Main Street (951) 826-5561 ADA Footpath Improvement Riverside, CA 92522 BHathewa riversideca. ov $980,681.29 5/17 City of Signal Hill Anthony Caraveo Willow Street Improvement 2175 Cherry Ave (562) 989-7352 Project Signal Hill, CA 90755 acaraveo@cityofsig nalh ill.or $922,100.43 6/17 City of Laguna Hills Frank Tran Arterial Pavement Mngmt. 24035 El Toro Rd (949) 644-3340 Project Street Rehabilitation Laguna Hills ftran new ortbeachca. ov $1,375,406.90 6/17 City of Highland John Egan West Highland Bikeways 27215 Base Line (909) 890-1255 Infrastructure&Pavement Impr. Highland, CA 92346 Vegan@erscinc.com $2,678,788.77 7/17 City of Irvine Brian Brown Yale Ave Rehabilitation Irvine One Civic Center Plaza (949) 724-6000 Center Drive Bid No. 17-1160 Irvine, CA 92623 bbrown cit ofirvine.or $2,453,343.83 7/17 City of Pasadena Tony An Preventative Maintenance of 100 N. Garfield Ave (626) 744-7403 Street 2016 Pasadena, CA 91109 Lan@ cityofpasadena.net $945,932.5, 8/17 City of Ontario Miguel Sotomayor ATP Cycle I Safe Routes to 303 East B Street (909) 395-2108 School Sidewalk Imprv. Ontario, CA 91764 msotoma or ontarioca. ov $824,850.88 10/17 City of Inglewood Hunter Nguyen Streets &Alleys Rehabilitation One Manchester Blvd (310) 412-5333 Project Inglewood, CA 90301 1 hhunter cit ofin lewood.or $2,639,330.06 11/17 Owner/Agency Contact Project (Amount & Completion Date) City of Covina Chris Marcarello Grand Ave. Street 125 E. College (626) 384-5490 Rehabilitation Fed Project Covina, CA 91723 pw .covinaca.gov NO. :STPL-5118(020) PUBLIC WORKS REFERENCES Attachment 2017/2019 $3,030,000.00 5/18 City of Rancho Palos Verdes Ron Dragoo Residential st. Rehab. Project 30940 Hawthorn Blvd. (310)544-5252 Rancho Palos Verdes, CA 90275 gkwolek Icf.ca.gov $2,227,000.00 5/18 City of Downey Edwin. Norris CIP No. 18-02 Residential st. 11111 Brookshire Ave. (562) 904-7110 Pavement rehab. Project Downey, CA 90241 enorris .downeyca.org $1,808,000.00 03/19 City of Dana point Matthew Sinacori Arterial Roadway Resurface& 33282 Golden Lantern (949) 248-3500 Pavement Preservation project Dana Point, Ca 92629 msinacori(cNanapoint.org $3,993,000.00 1/18 City of Fountain Valley Fatana Temory Resurface&Rehab. Of Euclid 10200 Slater Ave. (714)593-4433 Street from Slater ave. to Fountain Valley, CA 92708 fatana.Temory(cDfountianvalley.org Warner ave. No. TI-271 $1,077,000.00 9/18 City of Pomona Publuc Works Major Street Improvements 505 South Garey Ave. (909)620-2261 Pomona, CA 91766 pwengineering(cDci.Pomona.ca.us $3,839,000.00 8/18 City of Lancaster Luis Garibay 2018 Sidewalk, curb & gutter 44933 Fern Ave. (661)723-6110 Repairs Lancaster, CA 93534 Igarbibay(a)cityoflancaster.org $1,976,000.00 12/18 City of Tustin Mario Medina FY 2017-18 Roadway rehab. & 300 Centennial way (949)394-8955 Sidewalk repair project Tustin,CA 92780 mmedina(@tustinca.org $1,575,125.00 10 /18 City of Vernon Daniel Wall Downey Road Improvements 4305 S. Santa fe Ave. (323) 583-8811 x305 Vernon, CA 90058 PublicWorksBids(cD-ci.vernon.ca.us $2,584,000.00 1/17 City of Diamond Bar Jason Williams Residential&Collector road 21810 Copley Drive (909)839-7050 rehab. Project Diamond Bar, CA 91765 Jwilliams(adiamondbarca. ov $1,551,000.00 12/18 PUBLIC WORKS REFERENCES Attachment A 2017/2019 Owner/Agency Contact Project(Amount&Completion Date) City of Pasadena Tony An Preventative Maintenance 100 N. Garfield Ave. (626)744-7403 Service Pasadena, CA 91101 tan .cityofpasadena.net $2,424,216.00 4/14 City of San Jacinto Kristy 2018 Downtown Pavement 595 S san Jacinto Ave. (951) 654-3592 Rehabilitation San Jacinto, CA 92583 Kristy@trilakeconsoltants.com $1,818,000.00 1/19 City of Cypress Community Center Parking 5275 Orange Ave. (714)229-6740 Lot Seal Coat Project 223 Cypress, CA 90630 $75,827.00 12/18 City of Simi Valley Ron Fuchiwaki Annual Minor Streets Rehab. 2929 Tapo Canyon Road (805)583-6786 Program Simi Valley, CA 93063 PublicWorks simivalle .or $3,264,000.00 1/19 City of Westminster Marwan N. Youssef Citywide Residential St. 8200 Westminster Blvd. (714)548-3460 Improvements Westminster, CA 92683 ve'ohnson@westminister-ca.gov $1,462,000.00 2/19 City of Lancaster Luis garibay 2017 Pavement Management 44933 Fern Ave. (661)723-6110 Program 17-003 Lancaster, CA 93534 I arbiba cit oflancaster.or $2,727,000.00 4/18 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions,please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1 Please see attached resumes. Name of proposed Project Manager Telephone No. of proposed Project Manager: Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Date Completed 2. Name of proposed Superintendent Telephone No. of proposed Superintendent: 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 DENNIS BEYLE PROFESSIONAL EXPERIENCE Hardy & Harper, Santa Ana, CA 1999 to Present Construction Superintendent Supervise Construction sites for several communities. Establish and manage closing and production schedules for completion of projects. Organize contracts and coordinate with subcontractors to meet production deadlines. Adjust products to meet specific needs of customers. Adapt construction practices to meet the needs of harsh climate. Monitor work completed by subcontractors to ensure product quality. Collaborate with utility companies. Answer service calls and take corrective measures to resolve conflicts. Managed and directed overall construction of multi-million dollar projects. Organize scheduling of sub-contractors and monitored work efficiency, quality and performance. Directed and supervised projects from inception to completion. Track time comparison reports and construction production reports. Hired qualified personnel from designated union labor pool. Work effectively with architects, engineers, and developers. Maintain budgets and schedules. Responsible predominantly for phases of construction from ground breaking to final project. Schedule subcontractor work, material delivery, and material returns. Attend weekly meetings with Management of the customer relating to updates on construction of each individual phase. Organize and see through accelerated schedule to meet needs and deadlines of customers with tight closing dates. Ensure the construction project is completed on time and safely. Track project materials requisitions from the date they were ordered to delivery to construction site to ensure timely delivery. Daily inspections of all ongoing construction projects to ensure all work is being performed in a safe manner and adhere to QA and QC guidelines. Updates on projects such as reaching milestones and achieving customer satisfaction. Industrial Asphalt, Irwindale, CA 1994 to 1999 Procured and maintained necessary equipment and materials. Operated & Maintained equipment used on high volume paving ie., residential & arterial, highways & freeways Performed progress reports for city & state inspectors. Was responsible for safety on the job. Responsible for seeing that all work met job specifications and deadlines. Union Paving, Stanton, CA 1987 to 1994 Mechanics Assistant—achieved general knowledge of equipment used in grading and paving. General Laborer—Hands on training of field operations. Journeyman Asphalt Luteman —Advancement of specialized asphalt placement. Grade Checker—Understanding of slopes, elevations, percentage of active drainage. Operating Engineer—Roller— Subgrade and finish surface. Skiploader— Subgrade and finish surface. Paving Machine—Parking Lots and minor streets. Michael Amundson 246 Chaumont Circle Foothill Ranch, Ca 92610 Amundson29@hotmaii.com Phone: (949)-305-4443 OBJECTIVE: To contribute my experience, education and motivation to a dynamic organization that is focused on excellence in the field of construction management. EDUCATION: University of San Diego B.A. Communications/Business Administration 6/2000 GPA: 3.3 Honor Roll: 1998, 1999, 2000 USD Men's Baseball team Lettered 1996-2000. All WCC 1"Team 1998/99, 1998/1999 season, Team MVP EXPERIENCE: Sequel Contractors, Inc. Santa Fe Springs, Ca 4/2003 - Current Project Manager/ Project Estimator • Currently managing over 6 million dollars in roadway, concrete, electrical and landscape projects. • Estimating Jobs at 9%, Average returns of 12-14% per project for FY 2004-2005 • Estimated over 200 projects with extensive paving,.grading, excavation, electrical, concrete, underground and landscaping. • Managed over 30 projects containing paving, grading, excavation, electrical, concrete, ' underground.and landscape. • Manage all aspects of projects horizontally from inception to completion. • Responsibilities include: Negotiating change orders, Contracts, Bonds, Insurance, Scheduling, Coordinating sub-contractors, Gathering quantities, Billings and Quarterly closings. • Currently managing 5 teams of 6 to 15 employees. J Current Monthly estimating load of 10 million dollars approx. 5-10 bids per week • Proficient using Primavera Project Manager, Microsoft Excel and Word Experience with Microsoft Project •A Certified Advanced S'NPPP training Have praduc.d 10 fully-functional SWPPP/6mP Plans this year Registered Notary Public in the state of California Current Projects: • City of Laguna Beach: PM, Pavement Rehabilitation Program; $710,000.00, Current • City of South Pasadena: PM, Orange Grove Avenue Improvements; $2,341,000.00 Job Status: Current • City of Palos Verdes Estates: PNI/Estimator, Annual Pavement Overlays Project; $210,000.00 10/05 —Job Status: Current • City of Diamond Bar: PM, Grand Avenue-Beautification Project; $1,921,000.00 Job Status: Current • City of Fullerton: PNI/Estimator, Residential Street Rehabilitation Project; $880,000.00 Job Status: Current • City of Seal Beach: PNI/ Estimator, Annual Pavement Rehabilitation Project; $675,000.00 9/05 - 11/OS • Los Angeles County Public Works Division: PM/Estimator, Various Street Rehab; $1,375,000.00 3/05—8/05 • City of Pasadena: PNl/Estimator., Orange Grove Median Improvements; $150,000.00 8/OS—9/O5 Recently Completed Projects: - City of Cypress: PNI/F..stimator, Cypress Acres Street and Storm Drain Improvements 12/04 —3/OS; $651,000.00 • City of Rancho Palos Verdes: PE, Residential Streets Overlay 9/04 — 12/04; $2,150,000.00 • City of Pasadena: PM/ Estimator, Walnut Ave. Reconstruction Project 7/O4— 10/04; $510,000.00 • City of Laguna Hills: PE, Reconstruction of Varous Streets in.Nelly Gail Ranch 6/03 — 10/03; $2,350,000.00 • Cih/of Fullerton: PNI/Estimator, City Hall Parking Lot Construction 8/04-10/04; $350,000.00 • City of Anaheim: PM/Estimator, Anaheim Resort Area Intersection Project 6/04-8/04; $200,000.00 • City of Irvine: PM/Estimator, 'Nlichaelson Dr. Rehabilitation 8/03-10-%03; $350,000.00 • City of Fountain Valley: PM, Harbor Blvd. Reconstruction 5/04— 8/04; $500,000.00 TEAf, Inc. Santa Ana, Ca 9/2001 -4/2003 Sales,Nlanager, Existing and Developing Accounts Averaged 7.S,000. per mo. Sales, total company sales 110,000. • Responsible For driving sales in both San Diego and Orange Counties • Developed flagship etching design and fabrication for Orange County Drum and Percussion Acrylics division; Blink 182, No Doubt and iilew Found Glory designs. Private Projects Included: Oesign/Build 3-Dirnesional Chemical Compound display, AT&T Building: San Jose Ca $85,000.00 Designer: Confidential Design/Suild Main Glass Laminate Displays P-lordstrcm's Fashion Shove hlall, Las degas $120,000.00 Designer: Heartwood Construction • Design/Build: Countertops/Splashes For Montbiva Ccnst:unrr, San Diego 65,000.00 Glass Shewcases,•'Displays for Orleans Casino LV, T umberry Towers L\/, Wyland Ait Galleries, Pnzer Building San Diego CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771.1(a)), passed by the California State Senate on June 20,2014,established a new public works Contractor Registration Program,which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July I through June 30 state fiscal year) with the California Department of Industrial Relations(DIR). Currently the annual non-refundable registration fee for Contractors is $300. Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 http://www.dir.ca.gov/DLSE/PublicWorks/SB854FactSheet_6.30.14.pdf DIR's Contractor Registration Link—Call (844) 522-6734 https:Hefiling.dir.ca.gov/PWCR/ActionServlet?action=displayPWCRegistrationForm DIR's Contractor Registration searchable database: https:HefiIing.dir.ca.gov/PWCR/Search.action I am aware and will comply with the provisions of Labor Code Section 177 L I(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, Inmc. Contractor 15- ablanchard@hardyandharper.com Email Steve Kirschner-Vice President Title Date: 02/10/2020 PWC Registration #: 1000000076 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 further instruction about logging into GMS and uploading this form, reference the Procedures and Requirements. Retain the original form in grant file. — ............. _....__. —._._. ..... GRANTEE INFORMATION GRANTEE NAME: ______[GRANT NUMBER: - __..... ............ --- PRIMARY CONTACT NAME: CONTRACTOR INFORMATION j CONTRACTOR NAME: Hardy& Harper, Inc. AUTHORIZED CONTRACTOR REPRESENTATIVE NAME. Steve Kirschner-Vice President -�MAILING ADDRESS: 32 Rancho Circle. Lake Forest, CA 92630 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. i 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. I Sign Steve Kirschner-V.P. i Date 02/10/2020 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 (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 GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane CC NO. 1576 in the CITY OF HUNTINGTON BEACH February 4, 2020 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) Signing and Striping Plans -(Graham-2, Slater-2, Slater-1, Newland-2, Atlanta-2= Total 8 pages) a. Traffic and Striping Plan sheets entitled "SIGNING AND STRIPING PLAN, GRAHAM STREET, SLATER AVENUE TO WARNER AVENUE", "SIGNING AND STRIPING PLAN, SLATER AVENUE FROM GOLDENWEST ST. TO GOTHARD ST.", "SIGNING AND STRIPING PLAN, SLATER AVENUE, FROM GOTHARD ST. TO BEACH BLVD.", "SIGNING AND STRIPING PLAN, NEWLAND STREET, YORKTOWN AVENUE TO GARFIELD AVENUE", and "SIGNING AND STRIPING PLAN, ATLANTA AVENUE, BUSHARD STREET TO SURGE LANE." Reason. The Signing and Striping Plans are part of the project documents for construction. 2) Section C—Correction to Bid Schedule C-2.6 (0 page) a. On Page C-2.6, Replace Unit"18"with "SF"for Graham Street Bid Item No. 26, it should read: Bid �Const �Ird ,r� Contract Unit'i�� Extended su 1 u - a �'^, a y, 6) J ', - Oq„ 1'P No,o No Description ,,(quantity ` Uniti rice�, ���Amount, ` REMOVE AND REPLACE DRIVEWAY APPROACH IN KIND TO MATCH ADJACENT DRIVEWAY, GENERALLY, 26 39 PER HB STD. PLAN 209 OR 211. (ITEM 50 49 $ $ INCLUDES ALL APPURTENANCES, SF DEPRESSED CURB&GUTTER, SLOT PAVE, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) Reason. The typographical error can be corrected by crossing out the"18" and writing in "SF". Page 1 of 2 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431 , Fax (714) 374-1573 ADDENDUM NUMBER ONE For GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane CC NO. 1576 in the CITY OF HUNTINGTON BEACH February 4, 2020 This is to acknowledge receipt and review of Addendum Number On ated a e Hardy & Harper, Inc. Company Name By,,�, eve Kirschner - Vice President 02/04/2020 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 Page 2 of 2 Bid Bond Bid Bond Number:CSBA-12763 CONTRACTOR: SURETY: (Name,legal status and address) (Name,legal status and principal place of business) Hardy&Harper,Inc. Fidelity and Deposit Company of Maryland 32 Rancho Circle 777 South Figueroa Street,Suite 3900 Lake Forest,CA 92630 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(109/6)of Amount Bid PROJECT:Arterial Rehabilitation of Graham St,Slater Ave(2-Segments),Newland St and Atlanta Ave,CC-1576 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 constmed as a statutory bond and not as a common law bond. Signed and sealed this 101h day of February.2020 Hardv&Harper.Inc. (Principal) (Seal) (Vitness) (Title) St�-," �t(C!�T)o f— 1/'�. Fidelity and Deposit Company of MazQTland (Surey) (Seal) (Vitness) Melissa Ann Vaccaro (T t e)Dwight Reilly,Attorney-in-Fact By arrangement with the American Institute of Architects, the National Association of Surety Bond Producers(NASBP)(www.nasbp.org) 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 e 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. 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 2/10/2020 before me, Melissa Ann Vaccaro Notary Public (insert name and title of the officer) personally appeared Dwight Reilly who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/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. / „°.,'F, MELISSA NN VACCARO £ COMM.#2241394 w ryY_�t m rn Notary Public.California X ORANGE COUNTYIL id!y Comm,Expires Nay 12,202A Signature 1 V ,C CCQ),0(SeaI) Melissa Ann Vaccaro 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 Februa[YJQ. 2020 before me, Ashlie Blanchard Notary Public Date Here Insert Name and Title of the Officer personally appeared Steve Kirschner Name Wof Signer( who proved to me on the basis of satisfactory evidence to be the person(x) whose name(9) is/aYe subscribed to the within instrument and acknowledged to me that he/sKe/they executed the same in his/her/their authorized capacity(i(m), and that by his/her/their signature(o on the instrument the person(g), or the entity upon behalf of which the person(x) 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. ASHLIE BLANCHARD CJ���2�J /COMM.#2279550N - DYoh//l/�(@My Notary Public-California X Signature ✓f �/l-` Cf/1ORANGE COUNTY Comm.Expires March 3,2023 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: 02014 National Notary Association - www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item #5907 Bond No.CSBA-12763 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 Illinois,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois(herein collectively called the"Companies"), by Robert D.Murray,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, Arturo AYALA, Shaunna ROZELLE OSTROM, Frank MORONES, Ben STONG, Michael D. STONG and R.NAPPI,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 AN ERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 15th day of January,A.D.2020. µµw�y 3��"t�GRtq;^ r°scror�. cl�lC�y r <o= SEAL � + ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By:Robert D.Murray Vice President By:Dawn E.Brown Secretary State of Maryland County of Baltimore On this 15th day of January,A.D. 2020,before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,Robert D.Murray,Vice President and Dawn E. Brown,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. y�,ai ur'iJF r Constance A.Dunn,Notary Public My Commission Expires:July 9,2023 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, Secretary 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 A AERICAN 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 TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 10th day of February 2020 (&ce-wz : By: Brian M.Hodges Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND,THE BOND NUMBER,AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg,IL 60196-1056 www.reportsfclaimsO,zurichna.com 800-626-4577 �}QY�,��Gt1ck 1�C11�(O�Yis2nc -- i?QC'bC1�C12 M Q -fires}�CA ,,g2�3o� �, MCC qM JI Nvolp an now, VMS we MONKAINM� l d s .. � � `�ri�.gFh�C �Cit ler1� Ay i' yWE `1060 Min ch 1�2�g Awy Rims S�� ,� `�7s 1ab�Irta���r1 ok1 4 t4 �s - ���Tan���o,�id �H�ar� C�}vj oF` 72CIN �o f Q�n s-�re�f �nd .Ft r. v2 -R -Nz City of Huntington Beach 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachca.gov Office of the City Clerk Robin Estanislau, City Clerk August 14, 2020 R. J. Noble Company 15505 E. Lincoln Avenue Orange, CA 92856 RE: Arterial Rehabilitation of Graham St., Slater Ave., Newland St. and Atlanta Ave. - CC No. 1576 Enclosed please find your original bid bond for CC-1576. Sincerely, &i Robin Estanislau, CIVIC City Clerk RE:ds Enclosure Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand 1 , SECTION C PROPOSAL for the construction of GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane CC No. 1576 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 105 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 C-1 time the contract is not awarded,the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid,find 10%OF 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 Si nature 1 02/04/2020 ST' DOZA,SECRETARY C-2 SECTION C PROJECT BID SCHEDULE GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goidenwest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane CC No. 1576 PROJECT BASE BID: Graham St, Slater Ave 2-se s ,Newland Ave and Atlanta Ave. Rehab C-2.1 to C-2.33 ITEM 1. Graham Street Rehabilitation $ 781 , E ¢4. 45 IN FIGURES ITEM 2. Slater Avenue Rehabilitation(Goidenwest to Gothard) $ , 2 241 3 0 °z- - 'Z -s IN FIGURES ITEM 3. Slater Avenue Rehabilitation(Gothard to Beach Blvd.) $ 1, 8 � °l P 4- 8 - Sa IN FIGURES ITEM 4. Newland Avenue Rehabilitation $ $ Zq-i z-go .00 IN FIGURES ITEM 5 Atlanta Avenue Rehabilitation $ � � 285� Ole. � a IN FIGURES BASE BID TOTAL LUMP SUM BID (TOTAL FOR ITEMS 1,2,3,4& 5) $ S, 12f-, 624 • 0 BASIS OF AWARD IN FIGURES C-2.1 SECTION C PROJECT BID SCHEDULE GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane CC No. 1576 GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue CC NO. 1576 C-2.2 GRAHAM STREET (SLATER-WARNER) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount 1 -- MOBILIZATION 1 LS $ ZS, 000 oo $ 25000,00 2 -- TRAFFIC CONTROL PLAN 1 LS $S00.00 $ 800.00 3 - FURNISH PROJECT TRAFFIC CONTROL 1 LS $ l2�000 •oo $ 12 000 •o 0 4 FURNISH AND INSTALL SIGNING AND 1 LS $ 0,000.o o $ 000 . o0 STRIPING PROJECT SPECIFIC WPCP(WATER �uu nu gun nu 5 -- POLLUTION CONTROL PLAN)TO 1 LS $ $ ADDRESS CONSTRUCTION BMP'S. 6 INSTALL AND MAINTAIN CONSTRUCTION 1 LS $ 2,000.00 $ 000.00 BMP'S PER APPROVED WPCP. FURNISH AND INSTALL ZEBRON, SANCON 7 OR CITY APPROVED EQUAL COATING ON 4 $ gpp pp $ 3.200.00 THE NEW CONCRETE INSIDE OF AGENCY SEWER MANHOLE RING REMOVE EXISTING, FURNISH AND INSTALL NEW TRAFFIC PULL BOX PER CALTRANS STD. ES-8&HB STD. PLAN 422 AND ADJUST TO GRADE. PULL BOXES ;00 00 1,500.00 8 -- W/FIBERLYTE LID SHALL BE"CHRISTY 3 EA $ $ FIBERLYTE"OR AGENCY APPROVED EQUAL. SIZE PER PLAN. LOCATION IS TO BE DETERMINED BY AGENCY. (ASSUMED QUANTITY FOR BIDDING PURPOSE). REMOVE TREE AND ROOTS;GRIND TREE STUMP AND ROOTS TO 24"BELOW TOP 9 2 OF SIDEWALK/GRADE. PULL OUT ALL 21 EA z,-z o , o o 6/7 Z 0 o o ROOTS WITHIN PROPOSED IMPROVEMENTS. C-2.3 GRAHAM STREET (SLATER-WARNER) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Descriotion Quan ' Unit Price Amount FURNISH AND PLANT NEW 24' BOX STRAWBERRY TREE STANDARD TRUNK PER HB STD. PLANS 714, 715, 716, 718& 719 AS SHOWN ON PLANS. CITY STREET TREE SUPERVISOR OR THE AGENCY'S REPRESENTATIVE SHALL DETERMINE TREE LOCATION(ITEM INCLUDES REMOVAL OF EXISTING LANDSCAPING, 10 3 BUSHES OR GROUND COVER AND 10 EA 5,000.00 50,000.00 IRRIGATION TO A DEPTH OF 24"BELOW TOP OF GRADE TO ACCOMMODATE NEW TREE; REPLACING DAMAGED OR REMOVED IRRIGATION IN KIND, BACKFILLING WITH CLASS A TOP SOIL AND INSTALLATION OF ARBOR-GARD OR AGENCY APPROVED EQUAL AROUND TREE WELL). REMOVE AND RECONSTRUCT SIDEWALK PER HB STD. PLAN 207 AND AS MODIFIED ON PLANS. (INCLUDES OVER EXCAVATION OR FILL FOR CHANGE IN GRADE, RE-GRADE FROM WALK TO 0( , 5 4-9 757 o• 0 0 11 5 EXISTING SLOPE, RELOCATING 5,240 SF $ $ IRRIGATION TO BACK OF NEW WALK, RETURN LANDSCAPING TO PRE- CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CURB AND 12 6 GUTTER PER HB STD. PLAN 202 (CF=8"). 190 LF $ z 2 ° o $ .Z S i 8 o o 0 (ITEM INCLUDES CMB, SLOT PAVEMENT AND LOT DRAIN). REMOVE AND RECONSTRUCT CATCH BASIN APRON TRANSITION WING,SUMP CONDITION,PER HB STD. PLANS 301 AND 13 13 302. (INCLUDES CURB, SLOT 30 LF $ 6 4 0 0 $ i Q 20 • 0 0 PAVEMENT,CMB,AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT A 0.21' ASPHALT RUBBER 14 15 HOT MIX(ARHM-GG-C PG 64-16)WET 2,505 TN $ 6 • 0 0 $ Z♦014 8,0 PROCESS OVERLAY. C-2.4 GRAHAM STREET (SLATER-WARNER) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount CONSTRUCT NEW 0.17'B-PG 70-10 A.C. DEEP LIFT OVER 95% COMPACTED 15 16 SUBGRADE PRIOR TO PLACING 0.21' 325 TN $ g " o d $ Z-8, Goo .o0 LEVELING COURSE AND ARHM OVERLAY PER PLANS. COLD MILL EXISTING A.C. PAVEMENT TO A DEPTH OF 0.17' FROM EXISTING 16 17 SURFACE AND COLD MILL 0.21'ADJACENT 117,035 SF $ 2 $ Z 3,4 07•oo TO CURB AND GUTTER SECTION AND TAPER TO ZERO FROM 11'FROM GUTTER EDGE PER DETAIL SHEET 6.) REMOVE EXISTING A.C. PAVEMENT AND 17 18 A.B.TO A DEPTH OF 0.17' AFTER COLD 24,810 SF $ O O $ l 4,8 8 6•o0 MILL PER PLANS CONSTRUCT 0.17' B-PG 70-10 A.C. BASE o 18 20 COURSE PRIOR TO PLACING 0.17'ARHM 1,475 TN $ SURFACE COURSE. REPLACE WATER VALVE BOX ASSEMBLY 19 21 AND ADJUST TO GRADE PER HB STD. 4 EA $ `)7>.00 $ �.900.00 PLAN 612. FURNISH AND INSTALL COMPOSITE 20 23 STORM DRAIN MANHOLE FRAME AND 1 EA $ 1.950.00 $ 1-9�0 00 COMPOSITE COVER AND ADJUST TO GRADE PER HB STD. PLAN 307(b). FURNISH AND INSTALL COMPOSITE 21 24 SEWER MANHOLE FRAME AND 8 EA $ 1,950.00 $ 15,600.00 COMPOSITE COVER AND ADJUST TO GRADE HB STD. PLAN 513(b). INSTALL TRUNCATED DOMES TO 22 31 EXISTING CURB ACCESS RAMP PER 2 EA $ S 2 O - o o $ I CALTRANS STD. PLAN RSP A88A. C-2.5 GRAHAM STREET (SLATER-WARNER) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount FURNISH AND PLANT NEW 10' BROWN TRUNK HEIGHT(BTH)WINDMILL PALM TREE PER HB STD. PLANS 714,715, 716, 718&719 AS SHOWN ON PLANS, CITY STREET TREE SUPERVISOR OR THE AGENCY'S REPRESENTATIVE SHALL DETERMINE TREE LOCATION. (ITEM INCLUDES REMOVAL OF EXISTING 5,800.00 23 34 LANDSCAPING, BUSHES OR GROUND 6 EA $ $ 34,800.00 COVER AND IRRIGATION TO A DEPTH OF 24"BELOW TOP OF GRADE TO ACCOMMODATE NEW TREE; REPLACING DAMAGED OR REMOVED IRRIGATION IN KIND; BACKFILLING WITH CLASS A TOP SOIL AND INSTALLATION OF ARBOR- GARD OR AGENCY APPROVED EQUAL AT BASE OF NEW TREE). FILL EXISTING 2.5'X 4'TREE WELL WITH 24 35 CONCRETE PER HB STD. PLAN 207 FOR 20 SF $ 0 b $ Zoo. 0 0 SIDEWALKS. FURNISH AND PLANT NEW CARISSA PROSTRATA 5 GALLON SIZE PLANT PER LANDSCAPE SPECIFICATIONS. PLACE 5 GALLON PLANTS AT 3-FOOT SPACING BETWEEN PLANTS AND ADD 3-INCHES OF 1 ' 01) 25 36 MULCH OVER PLANTED AREA. (ITEM 24 EA $ $ INCLUDES REMOVAL OF EXISTING LANDSCAPING, BUSHES OR GROUND COVER; REPLACING DAMAGED OR REMOVED IRRIGATION IN KIND;AND BACKFILLING WITH CLASS A TOP SOIL). REMOVE AND REPLACE DRIVEWAY APPROACH IN KIND TO MATCH ADJACENT DRIVEWAY, GENERALLY, PER HB STD. 26 39 PLAN 209 OR 211.(ITEM INCLUDES ALL 50 Q , 0 0 y U v. v p APPURTENANCES, DEPRESSED CURB& GUTTER, SLOT PAVE,AND ALL ITEMS � • NECESSARY TO COMPLETE THE WORK IN PLACE.) C-2.6 GRAHAM STREET (SLATER-WARNER) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount COLD MILL 0.21'ADJACENT TO GUTTER 27 43 EDGE AND TAPER TO ZERO AT 1 V FROM 40,135 SF 0 • 7 \ O/ 45 GUTTER EDGE PER DETAIL SHEET 6) RELOCATE POST OFFICE MAILBOX BY 44 UPSP. CONTACT ROBERT SANCHEZ, 250.00 250.00 28 USPS STATION MANAGER, WARNER 1 EA AVENUE HB AT 714-843-4200 29 51 ADJUST SEWER BOX ASSEMBLY TO 2 EA 9 00 1950.00 GRADE PER HB STD. PLAN 612. CONSTRUCT CURB ACCESS RAMP PER CALTRANS STD. PLAN RSP A88A FROM BCR TO ECR, UNLESS NOTED OTHERWISE, USING HORIZONTAL CURB CUTTING MACHINE AS SHOWN ON CURB 30 54 RAMP DETAIL ON SHEET 6. (CASE 6 EA $ -7, 4 0 0 .o o $ 4-41 4 o o.oa SHOWN ON PLAN) (INCLUDES ALL APPURTENANCES, CURB CUTTING, SIDEWALK, DOMES, RETAINING CURB AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) Total Amount Bid in Figures: $ 7 8 t t 4 4- . ¢ Total Amount Bid in Words: se��� N��d� d C= 1G e— T�Xau rk 0 h� W✓nd+�c �o�-t `C �OvrL �o llq��— ��1T`( �' �� CENTS C-2.7 N SECTION C PROJECT BID SCHEDULE GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue i SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane i SLATER AVENUE REHABILITATION FROM GOLDENWEST TO GOTHARD CC NO. 1576 t C-2.8 SLATER AVENUE (GOLDENWEST-GOTHARD) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount 1 -- MOBILIZATION 1 LS $ 3 6,000 -O0 $ 0 00 . o b 2 - TRAFFIC CONTROL PLAN 1 LS $ 800.00 $ SU M) 3 -- FURNISH PROJECT TRAFFIC CONTROL 1 LS $ 57,000.00 $ S 7,o a o .0 0 4 FURNISH AND INSTALL SIGNING AND 1 LS $ "Z o,o oo.o o $ 7-0,00o, o 0 STRIPING PROJECT SPECIFIC WPCP(WATER 5 -- POLLUTION CONTROL PLAN)TO 1 LS $ ����� ���� $ 500.00 ADDRESS CONSTRUCTION BMP'S. 6 -- INSTALL AND MAINTAIN CONSTRUCTION 1 LS $ -"'000 00 $21000.00 BMP'S PER APPROVED WPCP. FURNISH AND INSTALL ZEBRON, SANCON _ OR CITY APPROVED EQUAL COATING ON 800.00 4,800.00 T THE NEW CONCRETE INSIDE OF AGENCY 6 EA $ $ SEWER MANHOLE RING INSTRUCTOR AND COURSE MATERIALS FOR JUST IN TIME TRAINING(JITT)PER PROJECT SPECIFICATIONS APPENDIX K. (INSTRUCTOR SHALL BE EXPERIENCED IN 1 LS $ ' $ 8 THE CONSTRUCTION METHODS, MATERIALS AND TEST METHODS ASSOCIATED WITH FULL DEPTH RECLAMATION (FDR)PROJECTS). REMOVE EXISTING.FURNISH AND INSTALL NEW TRAFFIC PULL BOX PER CALTRANS STD. ES-8&HB STD. PLAN 422 AND ADJUST TO GRADE. PULL BOXES 500.00 9 -- WIFIBERLYTE LID SHALL BE"CHRISTY 3 EA $ FIBERLYTE"OR AGENCY APPROVED EQUAL. SIZE PER PLAN. LOCATION IS TO BE DETERMINED BY AGENCY. (ASSUMED QUANTITY FOR BIDDING PURPOSE). C-2.9 SLATER AVENUE (GOLDENWEST-GOTHARD) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount REMOVE TREE AND ROOTS; GRIND TREE STUMP AND ROOTS TO 24' BELOW TOP 10 2 OF SIDEWALK/GRADE. PULLOUT ALL 3 EA $ (,4 • o o $ 4j Z.o o .0 0 ROOTS WITHIN PROPOSED IMPROVEMENTS. FURNISH AND PLANT NEW EASTERN REDBUD 24' BOX STANDARD TRUNK TREE PER HB STD. PLANS 714, 715,716, 718&719 AS SHOWN ON PLANS.THE TREE LOCATION SHALL BE DETERMINED BY CITY STREET TREE SUPERVISOR OR DELEGATE.(ITEM INCLUDES EXISTING 5,000.00 15.000.00 11 3 LANDSCAPE AND IRRIGATION REMOVAL 3 EA $ $ TO ACCOMMODATE NEW TREE; REPLACEMENT OF IRRIGATION IN KIND; BACKFILLING WITH CLASS A TOP SOIL AND INSTALLATION OF ARBOR-GARD OR APPROVED EQUAL AROUND THE TREE WELL) SAWCUT AND REMOVE EXISTING SIDEWALK AT EXISTING TREE LOCATION AND CONSTRUCT TREE WELL WITH SIDEWALK PER DETAIL ON SHEET 2. 12 4 (ITEM INCLUDES REMOVAL OF SIDEWALK, 2 EA $ 8 50.o o $ 1 , 7 0 0 0 0 6 LF OF NEW SIDEWALK, NON-CHEMICAL WEED CONTROL BARRIER TO BE DUPONT LANDSCAPE MAX OR APPROVED EQUAL AND MULCH.) REMOVE AND RECONSTRUCT SIDEWALK PER HB STD. PLAN 207 AND AS MODIFIED ON PLANS. (INCLUDES OVER EXCAVATION OR FILL FOR CHANGE IN GRADE, RE-GRADE FROM WALK TO 13 5 EXISTING SLOPE, RELOCATING 5,460 SF $ • S o $ S I, $7 0-0 a IRRIGATION TO BACK OF NEW WALK, RETURN LANDSCAPING TO PRE- CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CURB AND 14 6 GUTTER PER HB STD. PLAN 202 (CF=8"). 625 LF $ t 0 o . o o $ 6 2,s 0 0- 0 0 (ITEM INCLUDES CMB, SLOT PAVEMENT AND LOT DRAIN). C-2.10 SLATER AVENUE (GOLDENWEST-GOTHARD) CC-1576 PROJECT BID SCHEDULE Bid Const Contract ' Unit Extended No. No. Description Quantity j Unit Price Amount 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 15 7 APPURTENANCES,CURB GUTTER, 9 EA $ G,coo 0 0 $ t—, f,000- 00 DEPRESSED CURB, SIDEWALK, DOMES, RETAINING CURB, CMB, SLOT PAVEMENT, AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE. REMOVE AND RECONSTRUCT DRIVEWAY AS MODIFIED(PER DETAIL ON SHEET 4). DIMENSIONS'W'AND ONSITE IMPROVEMENT"L(PCC OR AC)"SHALL BE PER PLAN. (ITEM INCLUDES HIGH EARLY 16 10 STRENGTH CONCRETE PER 1,140 SF $ Z3 $ SPECIFICATIONS,ALL APPURTENANCES, DEPRESSED CURB 8 GUTTER, ONSITE IMPROVEMENT, RETAINING CURB, SLOT PAVE,AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CROSS GUTTER PER LIMITS SHOWN ON PLAN PER HB STD.PLAN 205. (INCLUDES 17 11 CONCRETE CURB, SPANDRELS, 3,990 SF $,2. 9 $ l I �,7 o•o a TRANSITIONS, SLOT PAVEMENT, CMB, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CATCH BASIN APRON TRANSITION WING, SUMP CONDITION, PER HB STD. PLANS 301 AND 18 13 302. (INCLUDES CURB, GUTTER, SLOT 35 LF $ V O • 0 0 $ Z, g 00. 0 0 PAVEMENT,CMB,AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT A 0.17' FIBER REINFORCED ASPHALT RUBBER HOT MIX(ARHM-GG-C 1,735 TN $ l O 4- o o $ l �� ¢>t 0- o 19 15 PG 64-16)WET PROCESS OVERLAY. CONSTRUCT NEW 0.46'FIBER REINFORCED B-PG 70-10 A.C. BASE Z, 0 a 20 16 COURSE OVER 95%COMPACTED 905 TN $ $ 8 3� 2 6 0•o0 SUBGRADE PRIOR TO OAT ARHM OVERLAY PER PLANS. C-2.11 SLATER AVENUE (GOLDENWEST-GOTHARD) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount COLD MILL EXISTING A.C. PAVEMENT TO 21 17 A DEPTH OF 0.34'FROM FINISHED 8,645 SF $ O ' a ,S $ SURFACE. REMOVE EXISTING A.C. PAVEMENT TO A DEPTH OF 0.63' FROM NEW FINISHED 22 18 SURFACE AND COMPACTED SUBGRADE 26,470 SF $ `•- s $ `f'6� 322.50 PRIOR TO BASE COURSE PER PLANS PER DETAIL ON SHEET 4. PULVERIZE AND MIX EXISTING A.C. PAVEMENT AND SUBGRADE TO A DEPTH OF 1.34'. REMOVE 0.34'OF PULVERIZED 23 19 MATERIAL;ADD CEMENT AND WATER AS 101,840 SF $ SPECIFIED IN PROJECT SPECIFICATIONS TO A DEPTH OF 1.00'.ALLOW C.T.B. SECTION TO CURE THEN MICRO-CRACK. CONSTRUCT 0.17' FIBER REINFORCED B- 24 20 PG 70-10 A.C. BASE COURSE PRIOR TO 1,400 TN $ t{ s• o O $ PLACING 0.17'ARHM SURFACE COURSE. REPLACE WATER VALVE BOX ASSEMBLY 26 21 AND ADJUST TO GRADE PER HB STD. 17 EA $ �'`�� �� $ 11,050.00 PLAN 612. FURNISH AND INSTALL COMPOSITE STORM DRAIN MANHOLE FRAME AND 2 EA $ 26 23 COMPOSITE COVER AND ADJUST TO GRADE PER SPECIFICATIONS. FURNISH AND INSTALL COMPOSITE SEWER MANHOLE FRAME AND 11 EA $ $ 17,875.00 27 24 COMPOSITE COVER AND ADJUST TO GRADE PER SPECIFICATIONS. ADJUST OCSD SEWER MANHOLE TO GRADE,PER OCSD STD, PLANS S-053, S- 15,950.00 28 25 054&S-055. CONTRACTOR TO 11 EA $ $ COORDINATE WITH BILL GILBERT AT(714) 478-6465. C-2.12 SLATER AVENUE (GOLDENWEST-GOTHARD) CC-1576 PROJECT BID SCHEDULE 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 29 30 SIGNALS AND LIGHTING SYSTEMS,2005 46 EA $ ,��� I�•880.00 ���� $ EDITION. SPLICE LOOPS TO DLC IN PULLBOX. BIKE LANE LOOPS AND ALL LOOPS AT LIMIT LINE SHALL BE TYPE"D'. INSTALL TRUNCATED DOMES TO 30 31 EXISTING CURB ACCESS RAMP PER 1 EA $ S 8 0 0 CALTRANS STD. PLAN RSP A88A. REMOVE AND RECONSTRUCT DRIVEWAY CURB SECTION AND CONNECT TO 31 53 EXISTING DRIVEWAY APPROACH PER 20 LF $ y' o $ (, 6 0 0. 0 0 DETAIL ON SHEET 4. (ITEM INCLUDES CMB AND, SLOT PAVEMENT) OVER EXCAVATE SOFT SUBBASE WHEN ENCOUNTERED BY CONTRACTOR AND 5,400.00 32 -- VERIFIED BY AGENCY.THIS ITEM IS FOR 90 CY $ $ UNIT PRICING WHEN SOFT SOIL IS ENCOUNTERED. FURNISH LABOR, EQUIPMENT,AND INSTALL GEOGRID FOR SOFT SUB BASE 33 __ STABILIZATION IF ENCOUNTERED BY 2,000 SF $ 0 lu $ 40o.o�) CONTRACTOR AND APPROVED BY AGENCY. THIS ITEM IS FOR UNIT PRICING WHEN SOFT SOIL IS ENCOUNTERED. ADD CEMENT(TN)TO PULVERIZED MATERIAL IF INSTRUCTED BY ENGINEER 100.00 9,600.00 34 -- TO INCREASE THE MINIMUM AMOUNT 60 TN $ $ REQUIRED BY SPECIFICATION(ASSUMED QUANTITY FOR BIDDING PURPOSE). FURNISH AND INSTALL CMB WHEN SOFT SUBBASE IS ENCOUNTERED BY 35 -- CONTRACTOR AND VERIFIED BY AGENCY. 75 CY $ }, $ �.150.00 THIS ITEM IS FOR UNIT PRICING WHEN SOFT SOIL IS ENCOUNTERED. Total Amount Bid in Figures: $ l 224' r1 0 2 25 Total Amount Bid in Words: ^� M' ""'On —7" �(�,d,�-T,.,�^� �dJt -Tnoorhhd %A r-r C, i we d r—JG, cc-,I �J C-2.13 SECTION C PROJECT BID SCHEDULE GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane CC-1576 j SLATER AVENUE REHABILITATION FROM GOTHARD TO BEACH BLVD CC NO. 1576 1 I i t E 1 i C-2.14 k SLATER AVENUE (GOTHARD-BEACH BLVD.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount 1 -- MOBILIZATION 1 LS $3(i u o o• 00 $ 3 6,o c p-0 0 2 -- TRAFFIC CONTROL PLAN 1 LS $ 800.00 $ 800.00 3 -- FURNISH PROJECT TRAFFIC CONTROL 1 LS $ SS;000.06 $ 576,000 00 __ FURNISH AND INSTALL SIGNING AND 1 LS $ L6,000 .o o $ 2G�000. 00 4 STRIPING PROJECT SPECIFIC WPCP(WATER �00 00 �00 0(i 5 -- POLLUTION CONTROL PLAN)TO 1 LS $ $ ADDRESS CONSTRUCTION BMP'S. 6 -- INSTALL AND MAINTAIN CONSTRUCTION 1 LS $ 000.00 $ 1.000.00 BMP'S PER APPROVED WPCP. FURNISH AND INSTALL ZEBRON,SANCON T -- OR CITY APPROVED EQUAL COATING ON 7 EA $ 800.00 $ �.h00.01i THE NEW CONCRETE INSIDE OF AGENCY SEWER MANHOLE RING INSTRUCTOR AND COURSE MATERIALS FOR JUST IN TIME TRAINING (JITT) PER PROJECT SPECIFICATIONS APPENDIX K. __ (INSTRUCTOR SHALL BE EXPERIENCED IN 1 LS $�00.00 $ 00 8 THE CONSTRUCTION METHODS, MATERIALS AND TEST METHODS ASSOCIATED WITH FULL DEPTH RECLAMATION(FDR) PROJECTS). REMOVE EXISTING, FURNISH AND INSTALL NEW TRAFFIC PULL BOX PER CALTRANS STD. ES-8&HB STD. PLAN 422 AND ADJUST TO GRADE. PULL BOXES -500.00 9 -- W/FIBERLYTE LID SHALL BE"CHRISTY 3 EA $ $ FIBERLYTE"OR AGENCY APPROVED EQUAL. SIZE PER PLAN. LOCATION IS TO BE DETERMINED BY AGENCY. (ASSUMED QUANTITY FOR BIDDING PURPOSE). C-2.15 SLATER AVENUE (GOTHARD-BEACH BLVD.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Descriution Quantity ;Unit Price Amount REMOVE AND RECONSTRUCT SIDEWALK PER HB STD PLAN 207 AND AS MODIFIED ON PLANS. (INCLUDES OVER EXCAVATION OR FILL FOR CHANGE IN GRADE, RE-GRADE FROM WALK TO 10 5 EXISTING SLOPE,RELOCATING 4,500 SF $ 'A .5 o $ g-Z,75v-o 0 IRRIGATION TO BACK OF NEW WALK, RETURN LANDSCAPING TO PRE- CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CURB AND 11 g GUTTER PER HB STD. PLAN 202(CF=8"). 310 LF $ (ITEM INCLUDES CMB, SLOT PAVEMENT AND LOT DRAIN). 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 12 7 APPURTENANCES, CURB GUTTER, 5 EA $ 4,Z 5 0 .o o $Z (,2 CO o DEPRESSED CURB, SIDEWALK, DOMES, RETAINING CURB, CMB, SLOT PAVEMENT, AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT NEW COMMERCIAL DRIVEWAY APPROACH USING HIGH EARLY STRENGTH CONCRETE PER HB STD. PLAN 211. MATCH EXISTING IMPROVEMENTS TO GRADE. DIMENSIONS 13 8 "R","W"AND ONSITE IMPROVEMENT"L 2,875 SF $ Z 3- o $6 f 2 S-o 0 (PCC OR AC)"SHALL BE PER PLAN. (INCLUDES ALL DEPRESSED CURB& GUTTER, ONSITE IMPROVEMENTS, SLOT PAVE,AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT PARTIAL CROSS GUTTER PER LIMITS SHOWN ON PLAN AND PER STD PLAN 205 AND CONNECT TO EXISTING SIDEWALK PER Z 8- o o Z �O• vp 14 12 PLAN. (INCLUDES CONCRETE CURB, 4,005 SF $ $ l SPANDRELS, CURB RAMPS, IF SHOWN, TRANSITIONS, SLOT PAVEMENT, CMB, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) C-2.16 SLATER AVENUE (GOTHARD-BEACH BLVD.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount REMOVE AND RECONSTRUCT CATCH BASIN APRON TRANSITION WING, SUMP CONDITION, PER HB STD PLANS 301 AND 15 13 302. (INCLUDES CURB, SLOT 20 SF $ S o 0 $ i"56 0,0 0 PAVEMENT,CMB,AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT A 0.17' FIBER REINFORCED 16 15 ASPHALT RUBBER HOT MIX(ARHM-GG-C 2,450 TN $ O -7 o $ Z 6 2,,(So-o G PG 64-16)WET PROCESS OVERLAY. CONSTRUCT NEW 0.76 FIBER REINFORCED B-PG 70-10 A.C. BASE 17 16 COURSE OVER 95%COMPACTED 2,675 TN $ c o $7-4-4 <o0,00 SUBGRADE PRIOR TO 0.17'ARHM OVERLAY PER DETAIL SHEET 2. COLD MILL EXISTING A.C. PAVEMENT TO 18 17 A DEPTH OF 0.34' FROM FINISHED 7.820 SF $ O 8 O $ 6)25C•o 0 SURFACE. COLD MILL EXISTING A.C. PAVEMENT TO k 7-0,6 87•S a A DEPTH OF 0.92' FROM FINISHED 19 18 SURFACE AND COMPACTED SUBGRADE 48,035 SF $ 2- S $ PRIOR TO BASE COURSE PER DETAIL SHEET 2. PULVERIZE AND MIX EXISTING A.C. PAVEMENT AND SUBGRADE TO A DEPTH OF 1.51'; REMOVE 0.34'OF PULVERIZED 20 19 MATERIAL;ADD CEMENT AND WATER AS 138,545 SF $ 2. 6 O $ 3 Co,2 r7.0 0 SPECIFIED IN PROJECT SPECIFICATIONS TO A DEPTH OF 1.17';ALLOW C.T.B. SECTION TO CURE THEN MICRO-CRACK. CONSTRUCT 0.17'FIBER REINFORCED B- 21 20 PG 70-10 A.C. BASE COURSE PRIOR TO 1,875 TN $ 0 $ 16 6�?7s•o PLACING 0.17'ARHM SURFACE COURSE. REPLACE WATER VALVE BOX ASSEMBLY I; 02' UU 22 21 AND ADJUST TO GRADE PER HB STD 25 EA $ $ PLAN 612. C-2.17 SLATER AVENUE (GOTHARD-BEACH BLVD.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract i Unit Extended No. No. Description Quan ' Unit Price Amount FURNISH AND INSTALL NEW WATER 23 22 METER BOX AND COVER AND ADJUST TO 3 EA �iu).uo 1,500.00 GRADE PER HB STD. PLANS 217 AND 601. FURNISH AND INSTALL COMPOSITE STORM DRAIN MANHOLE FRAME AND �.�>�� 6,500.00 24 23 COMPOSITE COVER AND ADJUST TO 4 $ $ GRADE PER HB STD PLAN 307(b), FURNISH AND INSTALL COMPOSITE 25 24 SEWER MANHOLE FRAME AND 13 EA $ 1,625.00 $ 21.125.00 COMPOSITE COVER AND ADJUST TO GRADE HB STD PLAN 513(b). ADJUST OCSD SEWER MANHOLE TO GRADE, PER OCSD STD. PLANS S-053, S- 1 ;,0 00 26 25 054,S-055,AND S-055A.CONTRACTOR TO 12 EA $ $ 16,_00.00 COORDINATE WITH BILL GILBERT AT(714) 478-6465. INSTALL NEW DETECTOR LOOPS PER CITY STANDARD SPECIAL PROVISIONS FOR THE CONSTRUCTION OF TRAFFIC 27 30 SIGNALS AND LIGHTING SYSTEMS,2005 30 EA $ '80.00 $ S.I�n�.uu EDITION. SPLICE LOOPS TO DLC IN PULLBOX. BIKE LANE LOOPS AND ALL LOOPS AT LIMIT LINE SHALL BE TYPE"D'. INSTALL TRUNCATED DOMES TO 28 31 EXISTING CURB ACCESS RAMP PER 9 EA $ 8 0 0 0 $ 5, 2 2 0.0 0 CALTRANS STD. PLAN RSP A88A. FURNISH AND PLANT NEW CARISSA PROSTRATA 5 GALLON SIZE PLANT PER LANDSCAPE SPECIFICATIONS. PLACE 5 GALLON PLANTS AT 3-FOOT SPACING BETWEEN PLANTS AND ADD 3-INCHES OF 1 ,75 0U 29 36 MULCH OVER PLANTED AREA. (ITEM 36 EA $ $ �5,900.00 INCLUDES REMOVAL OF EXISTING LANDSCAPING, BUSHES OR GROUND COVER; REPLACING DAMAGED OR REMOVED IRRIGATION IN KIND,AND BACKFILLING WITH CLASS A TOP SOIL). C-2.18 SLATER AVENUE (GOTHARD-BEACH BLVD.) CC-1576 PROJECT BID SCHEDULE Bid Const Contnict Unit Extended No. No. Description Quantity Unit Price Amount REMOVE AND RECONSTRUCT CURB AND GUTTER PER HB STANDARD PLAN 202 30 37 (CF=8")AND CONNECT TO EXISTING 467 LF $ O d $ 4-1,SL-9 00 SIDEWALK PER DETAIL ON SHEET 4. (ITEM INCLUDES CMB, SLOT PAVEMENT AND LOT DRAIN). REMOVE AND REPLACE DRIVEWAY APPROACH IN KIND TO MATCH ADJACENT DRIVEWAY PER HB STD. PLAN 209 OR 211 31 39 AS MODIFIED. (ITEM INCLUDES ALL 1,500 SF $ Z 3 ' o o $ 34,Soo. oa APPURTENANCES, DEPRESSED CURB& GUTTER, SLOT PAVE,AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) FURNISH AND PLANT NEW 15 GALLON SIZE ROSES, MATCHING EXISTING VARIETY; PER LANDSCAPE SPECIFICATIONS.PLACE 15 GALLON PLANTS IN 1-ROWS AT 5-FOOT SPACING BETWEEN PLANTS AND ADD 3-INCHES OF 56,000.00 32 40 28 EA $ $ MULCH OVER PLANTED AREA. (ITEM INCLUDES REMOVAL OF EXISTING LANDSCAPING, BUSHES OR GROUND COVER, REPLACING DAMAGED OR REMOVED IRRIGATION IN KIND;AND BACKFILLING WITH CLASS A TOP SOIL). FURNISH AND INSTALL 6-FT HEIGHT 33 41 GALVANIZED VINYL-COATED STEEL 250 LF $ $ I. .7;W00 CHAIN-LINK FENCE PER APWA STANDARD PLAN 600-3 FURNISH AND INSTALL RESIDENTIAL CHAIN LINK FENCE ROLLING GATE 6-FT x 900.00 34 42 12-FT;GALVANIZED VINYL-COATED STEEL 2 EA $. $ 5,800.00 CHAIN-LINK FENCE GATE PER APWA STANDARD PLAN 600-3.. C-2.19 SLATER AVENUE (GOTHARD-BEACH BLVD.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Descriotion Quantity Unit Price Amount IMPORT SUITABLE MATERIAL(CLASS A SOIL WITH A MINIMUM S.E.VALUE OF 30) AND SMOOTH GRADE IN AREA NEXT TO 4,800.00 35 46 SIDEWALK AND DRIVEWAYS(INCLUDES 30 CY $ COMPACTION TO 95%, EQUIPMENT AND MATERIAL,AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE). REMOVE AND DISPOSE OF EXCESS MATERIAL AND GRADE 2:1 IN AREA NEXT 36 47 TO SIDEWALK AND DRIVEWAY(INCLUDES 30 CY $ t $ o o $ S SS c -0 0 COMPACTION TO 95%, EQUIPMENT, DISPOSAL,AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE). 37 48 RAISE SINGLE CHECK VALVE VAULT TO 1 EA $ 1,0 00. 0 0 $ 0 .o 0 GRADE PER CITY OF HB STD PLAN 625 REMOVE CONCRETE AND FURNISH/INSTALL CLASS A TOP SOIL AND 38 49 FURNISH/PLANT DWARF FESCUE SOD 410 SF $ 7. 5 0 $ 3,0-75'.o o (INCLUDES, EQUIPMENT, DISPOSAL AND ALL ITEMS NECESSARY TO COMPLETE WORK IN PLACE). OVER EXCAVATE SOFT SUBBASE WHEN ENCOUNTERED BY CONTRACTOR AND 60.00 5,400.00 39 -- VERIFIED BY AGENCY. THIS ITEM IS FOR 90 CY $ $ UNIT PRICING WHEN SOFT SOIL IS ENCOUNTERED. FURNISH LABOR,EQUIPMENT,AND INSTALL GEOGRID FOR SOFT SUB BASE l f, 40 STABILIZATION IF ENCOUNTERED BY 2,000 SF $ $ 400,00 CONTRACTOR AND APPROVED BY AGENCY. THIS ITEM IS FOR UNIT PRICING WHEN SOFT SOIL IS ENCOUNTERED. ADD CEMENT(TN)TO PULVERIZED MATERIAL IF INSTRUCTED BY ENGINEER 100.00 9.600.00 41 -- TO INCREASE THE MINIMUM AMOUNT 60 TN $ $ REQUIRED BY SPECIFICATION(ASSUMED QUANTITY FOR BIDDING PURPOSE). C-2.20 SLATER AVENUE (GOTHARD-BEACH BLVD.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount FURNISH AND INSTALL CMB WHEN SOFT SUBBASE IS ENCOUNTERED BY 3,150.00 42 -- CONTRACTOR AND VERIFIED BY AGENCY. 75 CY $42.00 $ THIS ITEM IS FOR UNIT PRICING WHEN SOFT SOIL IS ENCOUNTERED. Total Amount Bid in Figures: $ 11 8 6 °I. 4- 8 q a otal Amount Bid in Words: D wc, M % t l% o �ov Sa►..0 �-,�� �k �-��.ti�� Fo t �t �.�- �,ll�� � T=���..1 �en-� C-2.21 E i SECTION C PROJECT BID SCHEDULE GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane CC-1576 6 NEWLAND AVENUE REHABILITATION FROM YORKTOWN TO GARFIELD t CC NO. 1576 i i C-2.22 NEWLAND STREET (YORKTOWN-GARF I ELD) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount 1 -- MOBILIZATION 1 LS $ 25 ao0 06 $ Z S, 000' 0 0 2 -- TRAFFIC CONTROL PLAN 1 LS $ S00_00 $ 800.00 3 - FURNISH PROJECT TRAFFIC CONTROL 1 LS $ 1 b o°' $ 4 FURNISH AND INSTALL SIGNING AND 1 LS $ Z S,000'0o $ Z4 �0 00 0 0 STRIPING PROJECT SPECIFIC WPCP (WATER 5 - POLLUTION CONTROL PLAN)TO 1 LS $ �00.00 $ �00.00 ADDRESS CONSTRUCTION BMP'S. 6 -- INSTALL AND MAINTAIN CONSTRUCTION 1 LS $ 2,000.00 $ 2,000.00 BMP'S PER APPROVED WPCP. FURNISH AND INSTALL ZEBRON, SANCON _ OR CITY APPROVED EQUAL COATING ON 4 EA $ 800.00 $ ; -lo oo 7 THE NEW CONCRETE INSIDE OF AGENCY SEWER MANHOLE RING REMOVE EXISTING, FURNISH AND INSTALL NEW TRAFFIC PULL BOX PER CALTRANS STD. ES-8&HB STD, PLAN 422 AND ADJUST TO GRADE. PULL BOXES 8 - W/FIBERLYTE LID SHALL BE"CHRISTY 3 EA $ � $ I.500.00 FIBERLYTE"OR AGENCY APPROVED EQUAL. SIZE PER PLAN. LOCATION IS TO BE DETERMINED BY AGENCY. (ASSUMED QUANTITY FOR BIDDING PURPOSE). REMOVE TREE AND ROOTS; GRIND TREE STUMP AND ROOTS TO 24"BELOW TOP 9 2 OF SIDEWALK/GRADE. PULLOUT ALL 23 EA $ 5 3 a- o o $ 0- 19 o-00 ROOTS WITHIN PROPOSED IMPROVEMENTS. C-2.23 NEWLAND STREET (YORKTOWN-GARFIELD) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. DsscAption Quantity Unit Price Amount FURNISH AND PLANT NEW EASTERN RED BUD 24"BOX STANDARD TRUNK TREE PER HB STD. PLANS 714, 715, 716, 718& 719 AS SHOWN ON PLANS.THE TREE LOCATION SHALL BE DETERMINED BY CITY STREET TREE SUPERVISOR OR DELEGATE.(ITEM INCLUDES EXISTING 5,000.00 115,000.00 10 3 LANDSCAPE AND IRRIGATION REMOVAL 23 EA $ $ TO ACCOMMODATE NEW TREE; REPLACEMENT OF IRRIGATION IN KIND; BACKFILLING WITH CLASS A TOP SOIL AND INSTALLATION OF ARBOR-GARD OR APPROVED EQUAL AROUND THE TREE WELL) SAWCUT AND REMOVE EXISTING SIDEWALK AT EXISTING TREE LOCATION AND CONSTRUCT TREE WELL WITH SIDEWALK PER DETAIL ON SHEET 6. 11 4 (ITEM INCLUDES REMOVAL OF SIDEWALK, 24 EA $ B Sb• o o $ Z p ¢°o. 00 6 LF OF NEW SIDEWALK, NON-CHEMICAL WEED CONTROL BARRIER TO BE DUPONT LANDSCAPE MAX OR APPROVED EQUAL AND MULCH.) REMOVE AND RECONSTRUCT SIDEWALK PER HB STD. PLAN 207 AND AS MODIFIED ON PLANS. (INCLUDES OVER EXCAVATION OR FILL FOR CHANGE IN GRADE, RE-GRADE FROM WALK TO _ 12 5 EXISTING SLOPE, RELOCATING 7,035 SF $ `� ` `' ° $ 6 G� 3 2.so IRRIGATION TO BACK OF NEW WALK, RETURN LANDSCAPING TO PRE- CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CURB AND GUTTER PER HB STD. PLAN 202(CF= 8"). 13 6 (ITEM INCLUDES CMB,SLOT PAVEMENT, 1,325 LF $ ' O ° $ l 2 8 S o.00 REPAINTING OF CURB ADDRESSES,AND LOT DRAIN). C-2.24 NEWLAND STREET (YORKTOWN-GARFIELD) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unk 1 Extended No. No. Description Quantity Unit Price Amount 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 G 000. 00 19,000.o0 14 7 APPURTENANCES,CURB GUTTER, 2 EA $ $ DEPRESSED CURB, SIDEWALK, DOMES, RETAINING CURB, CMB, SLOT PAVEMENT, AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CATCH BASIN APRON TRANSITION WING, SUMP CONDITION, PER HB STD. PLANS 301 AND _ 15 13 302. (INCLUDES CURB, GUTTER, SLOT 60 LF $ 7 " $ PAVEMENT,CMB,AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT A 0.17' ASPHALT RUBBER 16 15 HOT MIX(ARHM-GG-C PG 64-16)WET 1,990 TN $ Vcl 0 v $ 17 7A go-o0 PROCESS OVERLAY. COLD MILL EXISTING A.C. PAVEMENT TO (� 2 3 3 7 317.S-o 17 17 A DEPTH OF 0.17'FROM EXISTING 162,250 SF $ $ i SURFACE. CONSTRUCT VARIABLE DEPTH B-PG 70-10 18 20 A.C. LEVELING COURSE PRIOR TO 780 TN $ &S-o o $ L G, 700•0 PLACING 0.17'ARHM OVERLAY PER PLANS AND DETAIL ON SHEET 6. REPLACE WATER VALVE BOX ASSEMBLY 975.00 28 275.00 19 21 AND ADJUST TO GRADE PER HB STD. 29 EA $ $" ' PLAN 612. FURNISH AND INSTALL COMPOSITE 20 23 STORM DRAIN MANHOLE FRAME AND 4 EA $ $ 7,800.00 COMPOSITE COVER AND ADJUST TO GRADE PER HB STD. PLAN 307(B). FURNISH AND INSTALL COMPOSITE SEWER MANHOLE FRAME AND 1.9 0 00 17,550.00 21 24 COMPOSITE COVER AND ADJUST TO 9 $ $ GRADE PER HB STD.PLAN 513(B). C-2.25 NEWLAND STREET (YORKTOWN-GARFIELD) CC-1576 PROJECT BID SCHEDULE 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 l80.(w S 600.00 22 30 SIGNALS AND LIGHTING SYSTEMS,2005 20 EA $ $ EDITION. SPLICE LOOPS TO DLC IN PULLBOX. BIKE LANE LOOPS AND ALL LOOPS AT LIMIT LINE SHALL BE TYPE"D'. FURNISH AND PLANT NEW 10'BROWN TRUNK HEIGHT(BTH)WINDMILL PALM TREE PER HB STD. PLANS 714, 715, 716, 718&719 AS SHOWN ON PLANS. CITY STREET TREE SUPERVISOR OR THE AGENCY'S REPRESENTATIVE SHALL DETERMINE TREE LOCATION. (ITEM INCLUDES REMOVAL OF EXISTING 5,800.00 5,800.00 23 34 LANDSCAPING, BUSHES OR GROUND 1 EA $ $ COVER AND IRRIGATION TO A DEPTH OF 24"BELOW TOP OF GRADE TO ACCOMMODATE NEW TREE,REPLACING DAMAGED OR REMOVED IRRIGATION IN KIND; BACKFILLING WITH CLASS A TOP SOIL AND INSTALLATION OF ARBOR- GARD OR AGENCY APPROVED EQUAL AT BASE OF NEW TREE). REMOVE AND RECONSTRUCT CURB AND GUTTER PER HB STD, PLAN 202 (CF=8") 24 37 AND CONNECT TO EXISTING SIDEWALK 345 LF $ 8 ` CO $ 3 3,?to- 0 0 PER DETAIL ON SHEET 6. (ITEM INCLUDES " CMB, SLOT PAVEMENT, REPAINTING OF CURB ADDRESSES, AND LOT DRAIN). REMOVE STUMP AND ROOTS (NOT A TREE AT THIS LOCATION BUT A STUMP); 25 38 GRIND TREE STUMP AND ROOTS TO 24' 1 EA $ S 3 o • o d $ 3 o . o o BELOW TOP OF SIDEWALK/GRADE. PULL OUT ALL ROOTS WITHIN PROPOSED IMPROVEMENTS. REMOVE AND REPLACE DRIVEWAY APPROACH IN KIND TO MATCH ADJACENT DRIVEWAY PER HB STD. PLAN 209 OR 211 26 39 AS MODIFIED. (ITEM INCLUDES ALL 175 SF $ Z7 ' o o APPURTENANCES, DEPRESSED CURB 8 GUTTER, SLOT PAVE,AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) C-2.26 NEWLAND STREET (YORKTOWN-GARFI ELD) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount 27 50 ADJUST WATER MANHOLE TO GRADE 3 EA $ 900 .00 $ 2,700.00 PER HB STD. PLAN 306 PROTECT IN PLACE CATHODIC PROTECTION TEST STATION. CALL ANDY FERRIGNO AT(714) 536-5291 BEFORE1,000.00 28 52 PROJECT COMPLETION FOR INSPECTION 4 EA $ $ OF CATHODIC PROTECTION TEST STATIONS. Total Amount Bid in Figures: $ g 2 4 Z 2 o . o 0 Total Amount Bid in Words: -Two N;v%f-i' T)o(I.`, Canis C-2.27 .i t SECTION C PROJECT BID SCHEDULE GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue '! SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. E NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION x from Bushard Street to Surge Lane CC-1576 I i E E t 7I S i ATLANTA AVENUE REHABILITATION FROM BUSHARD TO SURGE LANE CC NO. 1576 i a C-2.28 i ATLANTA AVENUE (BUSHARD-SURGE LN.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount 1 -- MOBILIZATION 1 LS $ Z -,000-00 $ 26io00 • D 2 -- TRAFFIC CONTROL PLAN 1 LS $ 800.00 $ 800.00 3 -- FURNISH PROJECT TRAFFIC CONTROL 1 LS $ l2,boo•00 $ Z,000.00 4 FURNISH AND INSTALL SIGNING AND 1 LS $ S f�000.0 a STRIPING PROJECT SPECIFIC WPCP(WATER 500.00 5 -- POLLUTION CONTROL PLAN)TO 1 LS $ $ ADDRESS CONSTRUCTION BMP'S. 6 - INSTALL AND MAINTAIN CONSTRUCTION 1 LS $ 2,000.00 $ 2,000.00 BMP'S PER APPROVED WPCP. FURNISH AND INSTALL ZEBRON,SANCON __ OR CITY APPROVED EQUAL COATING ON 1 EA $ 800.00 $ 800.00 7 THE NEW CONCRETE INSIDE OF AGENCY SEWER MANHOLE RING REMOVE EXISTING,FURNISH AND INSTALL NEW TRAFFIC PULL BOX PER CALTRANS STD. ES-8&HB STD. PLAN 422 AND ADJUST TO GRADE. PULL BOXES 8 -- W/FIBERLYTE LID SHALL BE"CHRISTY 3 EA $ $ 1.500.00 FIBERLYTE"OR AGENCY APPROVED EQUAL. SIZE PER PLAN. LOCATION IS TO BE DETERMINED BY AGENCY. (ASSUMED QUANTITY FOR BIDDING PURPOSE). REMOVE TREE AND ROOTS; GRIND TREE STUMP AND ROOTS TO 24' BELOW TOP 9 2 OF SIDEWALK/GRADE. PULLOUT ALL 4 EA $ �' a` $ l ROOTS WITHIN PROPOSED IMPROVEMENTS. C-2.29 ATLANTA AVENUE (BUSHARD-SURGE LN.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount FURNISH AND PLANT NEW 24'BOX TREE PER HB STD. PLANS 714,715, 716,718& 719 AS SHOWN ON PLANS.THE TREE LOCATION AND SPECIES SHALL BE DETERMINED BY CITY STREET TREE SUPERVISOR. (ITEM INCLUDES EXISTING 10 3 LANDSCAPE AND IRRIGATION REMOVAL 5 $ 5,000.00 $ 25,000.00 ' TO ACCOMMODATE NEW TREE; REPLACEMENT OF IRRIGATION IN KIND; BACKFILLING WITH CLASS A TOP SOIL AND INSTALLATION OF ARBOR-GARD OR APPROVED EQUAL AT BASE OF NEW TREE) SAWCUT AND REMOVE EXISTING SIDEWALK AT EXISTING TREE LOCATION AND CONSTRUCT TREE WELL WITH SIDEWALK PER DETAIL ON SHEET 4. 11 4 (ITEM INCLUDES REMOVAL OF SIDEWALK, 11 EA $ ? 5--O o $ 6 LF OF NEW SIDEWALK, NON-CHEMICAL WEED CONTROL BARRIER TO BE DUPONT LANDSCAPE MAX OR APPROVED EQUAL AND MULCH.) REMOVE AND RECONSTRUCT SIDEWALK PER HB STD PLAN 207 AND AS MODIFIED ON PLANS. (INCLUDES OVER EXCAVATION OR FILL FOR CHANGE IN GRADE, RE-GRADE FROM WALK TO 12 5 EXISTING SLOPE, RELOCATING 7,250 SF $ ° $ 7S-.00 IRRIGATION TO BACK OF NEW WALK, RETURN LANDSCAPING TO PRE- CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CURB AND 13 6 GUTTER PER HB STD, PLAN 202 (CF=8"). 550 LF $ (0 4,•o 0 $ S-7,Zoo.a o (ITEM INCLUDES CMB, SLOT PAVEMENT AND LOT DRAIN). C-2.30 ATLANTA AVENUE (BUSHARD-SURGE LN.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount 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 14 7 APPURTENANCES,CURB GUTTER, 9 EA $ 3 00"o o $ - ¢ Too•0 DEPRESSED CURB,SIDEWALK, DOMES, RETAINING CURB,CMB, SLOT PAVEMENT, AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT NEW COMMERCIAL DRIVEWAY APPROACH USING HIGH EARLY STRENGTH CONCRETE PER HB STD.PLAN 211. MATCH EXISTING IMPROVEMENTS TO GRADE. DIMENSIONS 15 8 "R",'W'AND ONSITE IMPROVEMENT"L 1,425 $ -L -�0 0 $ '�(, 3 S0'D° (PCC OR AC)"SHALL BE PER PLAN. (INCLUDES ALL DEPRESSED CURB& GUTTER,ONSITE IMPROVEMENTS, SLOT PAVE,AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CROSS GUTTER PER HB STD. PLAN 205 AND CURB RAMPS PER CALTRANS STD PLAN RSP A88A, CASE SHOWN ON PLAN). 16 11 (INCLUDES CURB RAMPS, CONCRETE 1,500 SF $ 3 ( 0 0 $ 4-6`SOo.00 CURBS,SPANDRELS,TRANSITIONS, SLOT PAVEMENT,CMB,AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CATCH BASIN APRON TRANSITION WING, SUMP CONDITION, PER HB STD PLANS 301 AND 17 13 302.(INCLUDES CURB, SLOT 80 LF $ 7 3 - 0 0 PAVEMENT,CMB,AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCTA 0.17' ASPHALT RUBBER 18 15 HOT MIX(ARHM-GG-C PG 64-16)WET 3,430 TN $ `� 6• 0 0 $ 3 212 Pao a PROCESS OVERLAY. C-2.31 ATLANTA AVENUE (BUSHARD-SURGE LN.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity i Unit Price Amount CONSTRUCT NEW 0.50' B-PG 70-10 A.C. DEEP LIFT OVER 95%COMPACTED 19 16 SUBGRADE PRIOR TO PLACING 0.17' 185 TN $ 4 LEVELING COURSE AND ARHM OVERLAY PER PLANS AND DETAIL ON SHEET 6. COLD MILL EXISTING A.C. PAVEMENT TO 20 17 A DEPTH OF 0.17'FROM EXISTING 271,835 SF FINISHED SURFACE. REMOVE EXISTING A.C. PAVEMENT AND A.B.TO A DEPTH OF 0.50'AFTER COLD 21 18 MILL PER DETAIL ON SHEET 6 AND 5,000 SF $ 1 ' o $ y sc o-o0 COMPACT SUBGRADE PRIOR TO BASE COURSE. CONSTRUCT 0.17' B-PG 70-10 A.C. BASE 7` o 0 22 20 COURSE PRIOR TO PLACING 0.17'ARHM 3,800 TN $ $ 2 88,poo.00 SURFACE COURSE. LNG REPLACE WATER VALVE BOX ASSEMBLY 16,575.00 23 21 AND ADJUST TO GRADE PER HB STD 17 EA $. � $ PLAN 612. FURNISH AND INSTALL NEW WATER 24 22 METER BOX AND COVER AND ADJUST TO 3 EA $ 500.00 1 500.00, GRADE PER HB STD. PLANS 217 AND 601. FURNISH AND INSTALL COMPOSITE STORM DRAIN MANHOLE FRAME AND 1,950.00 15.000.00 25 23 COMPOSITE COVER AND ADJUST TO 8 EA $ $ GRADE PER HB STD PLAN 307(b). FURNISH AND INSTALL COMPOSITE 26 24 SEWER MANHOLE FRAME AND 2 EA $ 1,950.00 $ 3.900.00 COMPOSITE COVER AND ADJUST TO GRADE HB STD PLAN 513(b). INSTALL NEW DETECTOR LOOPS PER CITY STANDARD SPECIAL PROVISIONS FOR THE CONSTRUCTION OF TRAFFIC 280.00 '•�������� 27 30 SIGNALS AND LIGHTING SYSTEMS,2005 43 EA $ $ EDITION. SPLICE LOOPS TO DLC IN PULLBOX. BIKE LANE LOOPS AND ALL LOOPS AT LIMIT LINE SHALL BE TYPE"D". C-2.32 ATLANTA AVENUE (BUSHARD-SURGE LN.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract ' Unit Extended No. No. Description Quantity 'Unit Price Amount INSTALL TRUNCATED DOMES TO 28 31 EXISTING CURB ACCESS RAMP PER 2 EA $ 5 8 0 00 $ 6 O . 0 0 CALTRANS STD. PLAN RSP A88A. REMOVE AND RECONSTRUCT CURB AND GUTTER PER HB STANDARD PLAN 202 29 37 (CF=8")AND CONNECT TO EXISTING 750 LF $ O o $ 7 So.o c SIDEWALK PER DETAIL ON SHEET 4. (ITEM INCLUDES CMB, SLOT PAVEMENT AND LOT DRAIN). REMOVE AND RECONSTRUCT SIDEWALK, CURB AND GUTTER FOR DISABLED PARKING ACCESS PER PLAN AND 30 45 PLACEMENT OF BOLLARDS AND WHEEL 1 LS $ Soo.00 $ 9.Soo. o 0 STOPS TO MATCH STRIPING PLAN. (ITEM INCLUDES WHEEL STOPS, BOLLARDS, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT DRIVEWAY CURB SECTION AND CONNECT TO 31 53 EXISTING DRIVEWAY APPROACH PER 30 LF $ 0 0 $ Z 9 ¢o.00 DETAIL ON SHEET 6. (ITEM INCLUDES CMB AND, SLOT PAVEMENT) CONSTRUCT CURB ACCESS RAMP PER CALTRANS STD. PLAN RSP A88A FROM BCR TO ECR USING HORIZONTAL CURB CUTTING MACHINE AS SHOWN ON CURB RAMP DETAIL ON SHEET 6. (CASE 32 54 SHOWN ON PLAN). (INCLUDES ALL 6 EA $ 4'1' 00.0 0 $ ZS,200,o APPURTENANCES, CURB CUTTING, SIDEWALK,DOMES, RETAINING CURB AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) Total Amount Bid in Figures: $ 1 , 2. 8 s O 3 8 . 8 Total Amount Bid in Words: On e- M%I l\:o� �,,,, ���d�� � � �, + F���►�o�s �1� T�'1 U, E 15L,+y C,e,,,-._f C-2.33 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 z s= z 6, 'L o Item(s) Subcontractor License Registration# Amount Contract Number 8,23,3 4, MILLER EQUIPMENT CO 8 31682 A& 1000013753 $'33'u7°° 8,20,41 P.O. BOX 2956 C-12 LANCASTER,CA 93539 t l-I�� NOBEST INC. 359622 A 100001 1529 V 36o ago �� g 1700 ACACIA AVE 22 �" GARDEN GROVE,CA 92841 _ S• lo,t1, MARINA LANDSCAPE S• l0 2 S 3707 W.GARDEN GROVE:61.VD 2ND FL 492962 A,B. 1000000079 b ORANGE,CA 92868 C-27,C-3 �• s a•f,3z C-61 z SANCON 731797 A,B,CO, 1000003923 5841 ENGINEER DRIVE, C33,D12 I&,Soo.op �, 3 04 HUNTINGTON BEACH,CA SctvdAy� 92649 5.3 GR.oa.w 'VCWn ce_ t0000pS�?o f3to.�. et4- Av` 11 t I b',S9o.o (S, 3 • a zs sn. l%sun &Itc4-r,� S S z7 L 6 t4st Y l000001610 Z�t9o•oo Q•S / S 17 l't3 3' 6Csie,t(. llvt N 06 0 S•4 ,�5 s, `t T►-ccs.•.s}t.l 1rn�i:rPr�scf 5 to tS5l N. N.:�le� st $02705 1000001$38 24,975-.0 0'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 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 Clam DIR PWC Dollar %of Item(s) Subcontractor License Registration# Amount Contract Number 1000006,ir1- i56,Sps Z• 3 /, 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 fumished 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 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. ..Class DIR PWC Dollar °%o Bid Name.a44Address of State, f Items) Subcontractor License Registration# Amount Contract Number 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 on02/11%20A at ORANGE CA Date Wr City State STEVE MENDOZA , being first duly sworn, deposes and says that he or she 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 o Bi erSTEVE MENDOZA, SECRETARY v, 15505 E. LINCOLN AVE.,ORANGE,CA 92865 Address of Bidder C-4 CALIFORNIA 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 l County of DRANGE J} 02/11/2020 J.DEIONGH,NOTARY PUBLIC On before me, °e STEVE MENDOZA Here Insert Name and Title of the Officer personally appeared Nome(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s)whose name(q)is/we subscribed to the within instrument and acknowledged to me that he/she4tey executed the same in his/herlth6 authorized capacity(ies),and that by his/ air 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 J.DEic C. laws of the State of California that the foregoing Notary PuhUc GH -California oranse County _ paragraph is true and correct. Commission N 2307441 y Comm.Expires 0ct 28.2C23 Omwl 3 WITNESS my h and o icial seal. Signature Place Notary Seal ond/or Stamp Above 'gnature of Notary Public OPTIONAL — Completing this information can deter alteration oft a document or fraudulent reattachment of this form to on 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: o 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: ei�98a+:>w�i�B88e 02018 National Notary Association 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 ARTERIAL REHABILITATION OF GRAHAM ST, SLATER AVE (2-SEGMENTS), NEWLAND ST AND ATLANTA AVE, CC-1576, (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 X By STETND ZA SECRETARY Title 02/1 1/2020 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 El 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 26t;�r__— By S-I-EVEYINMZA SECRETARY Title 02/1 1/2020 Date: 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 (714 )637-1550 STEVEMENDOZAr(-i)RJNOBLECOM PAN Y.COM Telephone Number Email Address 782908 CLASS A&C-12 State Contractor's License No. and Class 08/2000 Original Date Issued 08/31/2020 Expiration Date The work site was inspected by STEVE MENDOZA of our office on FEB. I ITH , 20 g0 The following are persons, firms,and corporations having a principal interest in this proposal: MICHAEL J. CARVER, PRESIDENT STEVE MENDOZA.SECRETARY JAMES N. DUCOTE,CFO AUSTIN CARVER,VP OPERATIONS KASONDRA GONZALEZ,VP MARKETING JACOB BREEDLOVE,ASST 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. R.J.NOBLE COMPANY Company Name X alh� Signature Or id r STEVE MENDOZA,SECRETARY Printed or Typed Signature C-8 NOTARY CERTIFICATE Subscribed and sworn to before me this11� FEBRUARYday of , 20PO. 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 02/11/2020 before me, J.DEDIONGH,NOTARY PUBLIC Month, Day, and Year Insert Name and Title of Notary personally appeared STEVE MENDOZA Name of Signer( who proved to me on the basis of satisfactory evidence to be the person whose name(Xis/are_. subscribed to the within instrument and acknowledged to me that he/sheftl executed the same in his/hookhok authorized capacity(io,and that by his signaturoon 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 m hand and official seal. �.OEio-Ca Y Notary Public-California i - Orange County _ Commission#2307441 My Comm.Ex:)i-es Oc:28.2023 Signature Signature of Notary Public (PLACE NOTARY SEAL ABOVE) J. DEIONGH,NOTARY PUBLIC 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."). Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: ], C/O CARSON- 701 E.CARSON ST.,CARSON,CA 90745 Name and Address of Public Agency Name and Telephone No. of Project Manager: RICK BOUTROS-310-952-1700 1,426,509.80 ASPHALT, STREET REHAB. 08/2018 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: STREET REHAB OF TURMONT FROM AVALON BLVD TO CENTRAL AVE DEL AMO BLVD REHAV FROM AVALON BLVD TO CENTRAL AVE. 2. CIO HUNTINGTON BEACH -2000 MAIN ST., HUNTINGTON BEACH,CA 92648 Name and Address of Public Agency Name and Telephone No. of Project Manager: JOHN GRIFFIN-714-375-501 I 2,279,232.00 AC OVERLAY 04/2019 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: AC OVERLAY OF RESIDENTIAL MAINTENANCE ZONE 1 3. C/O ORANGE-300 E.CHAPMAN,ORANGE,CA 92865 Name and Address of Public Agency Name and Telephone No. of Project Manager: MATT LORENZEN-714-744-5573 1,1 10,444.12 AC REHAB 12/2018 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: PAVEMENT REHABILITATION OF PALMYRA AVE., IN THE CITY OF ORANGE 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. KORI PORTER,GENERAL MANAGER OF CONSTRUCTION 1. Name of proposed Project Manager 714-637-1550 EXT 359 Telephone No. of proposed Project Manager: CITY OF LA MIRADA,CAP IMPTS PH 3 $6.9 MILLION CLASS A O1/2018 Project Name& Contract Amount Type of Work Date Completed CITY OF GARDEN GROVR,WESTMINSTER AVE.,$1.8 MILLION CLASS A 11/2017 Project Name& Contract Amount Type of Work Date Completed CITY OF NEWPORT BEACH,IRVINE PAVEMENT REHAB$2.4 MILLION CLf 10/2018 Project Name & Contract Amount Type of Work Date Completed 2. CHUCK SPIERS.GENERAL SUPERINTENDENT Name of proposed Superintendent 714-637-1550 Telephone No. of proposed Superintendent: CITY OF ONTARIO,AC PAVEMENT OF VARIOUS LOCATIONS,$6.1 MILL C 05/2019 Project Name & Contract Amount Type of Work Date Completed CITY OF TUSTIN,PARK AVE REHAB$1.6 MILLION CLASS A 10/2018 Project Name & Contract Amount Type of Work Date Completed CITY OF SAN JUAN CAP,STREET IMPTS $2.1 MILLION CLASS A 05/1-018 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/Public Works/SB854FactSheet_6.30.14.pdf DIR's Contractor Registration Link—Call(844) 522-6734 https://efiling.dir.ca.gov/PWCR/ActionSery let?action=displayPW CRegistrationFonn D1R's Contractor Registration searchable database: https:Hefiling.dir.ca.gov/PWCR/Search.action I am aware and will comply with the provisions of Labor Code Section 1771.1(a)which states: "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the 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 ie�� By STEV � EN OZA STEVEMENDOZA@RJNOBLECOMPANY.COM Email SECRETARY 02/11/20 Title Date: PWC Registration #: 1000004235 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 further instruction about logging into GNWS and uploading this form, reference the Procedures and Requirements. Retain the original form in your grant file. GRANTEE INFORMATION GRANTEE NAME: GRANT NUMBER: I PRIMARY CONTACT NAME: CONTRACTORINFORMATTON CONTRACTOR NAME: R.J.NOBLE COMPANY AUTHORIZED CONTRACTOR REPRESENTATIVE NAME: STEVE MENDOZA,SECRETARY MAILING ADDRESS: P.O. BOX 620,ORANGE,CA 92856 As the authorized representative of the above identified contractor, I declare under penalty of perjury tinder the laws of the State of California that within the preceding three(3)years, none ofthe events listed in Section 170.i0 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, 1 have disclosed all such occurrences in an attached signed statement that explains the facts and circumstances of the listed events. I Signature X Date 02/11/2020 STEVE ./ ND A, SECRETARY C-13 STATE OF CALIFORNIA DEPARTMENT OF RESOURCES RECYCLING AND RECOVERY(CalRecycle) RELIABLE CONTRACTOR DECLARATION CalRecycle 168(Revised 7/13) Title 14 CM Division 7,Chapter I 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 einterfered 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: d 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 GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane CC NO. 1576 in the CITY OF HUNTINGTON BEACH February 4, 2020 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) Signing and Striping Plans-(Graham-2, Slater-2, Slater-1, Newland-2, Atlanta-2=Total 8 pages) a. Traffic and Striping Plan sheets entitled "SIGNING AND STRIPING PLAN, GRAHAM STREET, SLATER AVENUE TO WARNER AVENUE", "SIGNING AND STRIPING PLAN, SLATER AVENUE FROM GOLDENWEST ST. TO GOTHARD ST.", "SIGNING AND STRIPING PLAN, SLATER AVENUE, FROM GOTHARD ST. TO BEACH BLVD.", "SIGNING AND STRIPING PLAN, NEWLAND STREET, YORKTOWN AVENUE TO GARFIELD AVENUE", and "SIGNING AND STRIPING PLAN,ATLANTA AVENUE, BUSHARD STREET TO SURGE LANE." Reason. The Signing and Striping Plans are part of the project documents for construction. 2) Section C—Correction to Bid Schedule C-2.6(0 page) a.p On Page C-2.6, Replace Unit"18"with "SF"for Graham Street Bid Item No. 26, it should read: t �C -�� I'0111W' ""tl fi ' Pricite�e dF;irnA cmteIIIII�on„-udnetd IgllRQ1d Cot Un "tn tian UnG � REMOVE AND REPLACE DRIVEWAY APPROACH IN KIND TO MATCH ADJACENT DRIVEWAY, GENERALLY, PER HB STD. PLAN 209 OR 211. (ITEM 49 26 39 INCLUDES ALL APPURTENANCES, 50 SF $ $ DEPRESSED CURB&GUTTER, SLOT PAVE,AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) Reason. The typographical error can be corrected by crossing out the"18" and writing in "SF". Page 1 of 2 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431 , Fax (714) 374-1573 ADDENDUM NUMBER ONE For GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane CC NO. 1576 in the CITY OF HUNTINGTON BEACH February 4, 2020 This is to acknowledge receipt and review of Addendum Number One, dated above. R.J.NOBLE COMPANY X A&6� Company Name By STEV f 4E46OZA, SECRETARY 02/04/2020 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. Page 2 of 2 of California, which are on file at the Office of the Director of Public Works, 2000 Main Street, Huntington Beach, CA 92648. The AGENCY will deduct 5% retention from all progress payments. The Contractor may substitute an escrow holder surety of equal value to the retention in accordance with the provisions of the Public Contract Code, Section 10263. The Contractor shall be beneficial owner of the surety and shall receive any interest thereon. The AGENCY hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion in any consideration leading to the award of contract. No bid shall be considered unless it is prepared on the approved Proposal forms in conformance with the Instructions to Bidders as determined by the AGENCY. The bid must be accompanied by a certified check, cashier's check, or bidder's bond made payable to the AGENCY for an amount no less than 10% of the amount bid. The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractor's License Class A at the time of the bid opening. The successful Contractor and his subcontractors will be required to possess business licenses from the AGENCY. All extension of unit prices will be subject to verification by the AGENCY. In case of a variation between the unit price and the extension, the unit price will govern. Project Description: The project consists primarily of cold milling of the existing pavement,deep lift removal or full depth reclamation (FDR) of failed roadway sections, asphalt base paving, rubberized asphalt concrete (RAC) surface course paving, limited removal and installation of concrete curb and gutter, concrete sidewalk, curb access ramps, cross gutters, landscaping, adjusting manholes, monuments and valves to grade, and installing traffic loops with striping and signage. • The project Atlanta Avenue from Bushard Street to Surge Lane shall be constructed first, the project Newland Street from Yorktown Avenue to Garfield Avenue constructed second, and the project Graham Street from Slater Avenue to Warner Avenue third. • The project Slater Avenue from Gothard Street to Beach Blvd. shall occur second to the last in the project schedule and include Traffic Control Plans and work schedule to include work on Sundays to accommodate all short term closures of individual driveways, cross- gutters,and portions of street intersections and other work as necessary for the construction the "0.71' AC Base Course" as indicated on the Plans, and later in the project to accommodate final paving of the "0.17' ARHM Overlay" as indicated on the Plans. Sunday working hours will be restricted to 8 am to 4 pm and shall be included in the total bid. • The project Slater Avenue from Goldenwest Street to Gothard Street shall be constructed last in the project schedule. The contract shall allow the Contractor 105 working days to complete the entire Project contract. The AGENCY reserves the right to reject any or all bids, to waive any irregularity and to take all bids under advisement for a maximum period of 60 days. BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH, CALIFORNIA, the 3rd day of June 2019,by Resolution No. 2019-28. Attest: /s/Robin Estanislau CITY CLERK OF THE CITY OF HUNTINGTON BEACH ODD Western Surety 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 unto City of Huntington Beach hereinafter referred to as the Obligee, in the sum of ( 10 %) 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 Arterial Rehabilitation of Graham Street, Slater Avenue (2 Segments), Newland Street and Atlanta Avenue CC-1576 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 3rd day of February 2020 R. J. NOBLE COMPANY (Principal) By X (Seal) STEVE 7DO.ZA, SECRETARY Western Surety Comp_n ( rety) By (Seal) J Sc Attorney-in-Fact Form F5876 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 HOWMANWO"o 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 ORAN(,F 02/03/2020 J.DEIONGH,NOTARY PUBLIC On before me, , Date STEVE MENDOZA Here Insert Name and Title of the Officer personally appeared Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the personM whose name(s)is/are subscribed to the within instrument and acknowledged to me that he/she/tkrey executed the same in hisihefftheir authorized capacity(ies),and that by his/ e'rr signature(Q 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 4 J.DEIONGH paragraph is true and correct. Notary Public-California .` Orange County WITNESS my hand and official seal. Commission X 23074g1 � � My Comm.Expires Oct 28,2023 Signature Place Notary Seal and/or Stamp Above gnature of Notary Public OPTIONAL Completing this information can deter alteration of t e 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: I J 02018 National Notary Association 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 FEB Q 1 2020 before me, Michele A. Fedoruk, 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 per whose name(%) is/aces subscribed to the within instrument and acknowledged to me that he/stet" executed the same in hisft§W&& authorized capacity(k*, and that by his/h1§r Mk signature(s) on the instrument the person(x), 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. MICHELEA.FEDORUK i Notary Public-California Orange County > Commission#2238042 My Comm.Expires Apr 14, 2022 Signature (Seal) VVesm Surety Company POWER OF ATTORNEY APPOWMG INDWMUAL ATTORNEY IN-FACT !Knew All Mee BY These PremdS,That WEMIRK SURETY COWANY.a South Dakota corporation.is a duly organ®d and e>i-fing Corporation baviug its ptineipal-ffl in the City of Sioux Falls.and State of South Dakota.aW that it does by virhao of the sigosha a and seal berciin dyad hereby make.Constitute and appoint JKMea Scott Salandi,Leonard 7hnhusky,David Jacobson,IndividnaIIy ef hvio0.CA.its too mod lawM Attecmy(s)-in-Fact with Sall poww aad mrthmity hereby conftred to Sim seal and ancute for and on its bebalf bor&.. undertakings and other obligatory instruments of mind, n done -In Unlimited Amounts- and to bind it theoby as Aft and to the tome cadent as If ameb fustninne is were sigood by a duly aothotiad aaffi of the carpotatim and an the acts of said Auermy.lead to the authority hanby gmn%are hmvby ratified and confirmed. This Power of Attorney is made and executed punnaut to and by authority of the By-lxw printed on the rnvem hrseof,duly adgrtod.as indicated.by the shareholders of the corporation 7n Wtha W6ereor.WJMTMN 3tM-Wry CM4PANY era caused them prewnta to be maned by its Vito Prcademt and its C=Pmalc sat to be hereto atY000d on this LSIh day of Jhm 2015. WESTERN SURETY COMPANY T.Btr�at Vice President State of south Dakota Caunty of Mirmeisha On this 18th day of Juoo.2015.krdbre me personally came Paul T.Btuflyd In me!mown.who,being by rrae duly swmn.did depose and sayr that he resides in the City of Sion[Falls,State of South Dakota;that M is the Pace Ptssideaat of WESTERN SURETY COMPANY described in and which cm tad dw above fnetumm t;that he knows the seal of aid corpmatioK that the seal affixed to the ssid insdirruon is such carparate seal;that it was so suited pursuant to authority given by the Board of Directors of aid Corporation and that he signed his name thereto pursoam to hire srrtbority.and ad nowledgm move to be the act and deed of said corporation My commission o Vim IL EI�i Febmasy 12.2021 tfllfrJC 4.1 C1:8TIFLCATE S.Ei h.Notary Public I.L Nbl am.Amish"Swmbwy of WESTERN SURETY COMPANY do hereby Cettdy that the Power of Attorney hwanabave sal fiocth n still in florae,and!anther carttiyr that the By-Iaw of the corporation printed on the raverae hwm&is still In fm= In bxtunm y avhwwf I bave hmmato so6anbed my tame am of nit the seal of ono said corporation this_�day of p n 2[19f i �Bv�—coati= WESTERN SURETY COMPANY aEp�. F1002F42a0-7-201Z , L Ndso%Assidaut Secretary A Jug BF-Lxw ADOPTED BY THE SHAREHOLDERS-OF WESTERN SURETY COMPANY This rawer of nmomey►is made and executed pursuant to and by m>gsodby of the following By-Law dLdy.adoppBd by tm sbandmgae�s of#w company. Se cbm 7. All bands,policies,wsderWmsgs,Poweus of At mucy,or other obbgubm of the ompcaat sun sban be©aecvftd m the oos xnb mane of ibe Campeny by the Preside g.Sembuy.and Awkinut-Smetay.Tressma.or any Vm Presklcu,or by such other a®ioem as ffe Braid of I)mwbm may-zdKmae The Pmnideot may\Tice P-sident,may.my Asssbat Searetery,or the'lYmmu= may appond Atbomeys m Feat or agmds who shall have mrtbardy to issue bawds,policies,or=W=Wmp m the msme of the Compaay. The cogx mate seal is not neoessesy for the validity of any bonds,policies,msderWkm M Powers of Attomey or O er obligations of the ompum iris. Ilse sigmom of auy such offum and the ampmate seal maybe printed by bmimik 3x F K�%^ e l �L Y , .- a 'r. � 3T"�i"4•"iy.� '�. �c'�- ^� 9�s^a` � N t"�t� ``� fi i�d�6 4�yK•- -� ,P�u x`3r *y\ 7 '* r'" ra$ `�l''�d fit%'•; w� a.w. �';3�'� va vg A�,FAN # co TT co -t U LLT W OC CD O F' Q Z m0W cr Z J W V o° 0 U. C CM z c O i ��o Z_ N Z W t X� ~o� ooc m F- Q a Z W Z �Lu O J O WZ 2voH zZ UI 0F�- 4Z wO r V w s V = <t _ to 0 2°'f ,} a 114 g � �s -- t 4, bit -� ' z � i j rP1 yY� Q LU 0 Yl 4, U Q U At LU uA O � a 2 Q 2 N s st - w U O Etta LU W Q m w O ' City of Huntington Beach 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachca.gov TFEB %�•jgp9 Office of the City Clerk Robin Estanislau, City Clerk August 14, 2020 PALP Inc. dba Excel Paving Company 2230 Lemon Avenue Long Beach, CA 90806 RE Arterial Rehabilitation of Graham St., Slater Ave., Newland St. and Atlanta Ave. - CC No. 1576 Enclosed please find your original bid bond for CC- 1576. Sincerely, Robin Estanislau, CIVIC City Clerk RE:ds Enclosure Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand SECTION C PROPOSAL for the construction of GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane CC No. 1576 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 105 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 C-1 time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option,be considered null and void. I •TEN pF!'I lif OF AMOUNT BID' Accompanying this proposal of bid,find ;ODtXS boo in the amount 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 Received Bidder's Signature urtis P. Brown III resident C-2 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid 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 Registration# Amount Contract Number t-LAkb �IooMY fAfA ITVI�- 131 S t j 2 100000S?30 �I►tfPn��� 1 Ob 1(2 LA' /� D 11 Jrv��LV�(` I 6 y0;Zi 1 301STovva v�l�� �7,00 R l i �b(1000bSZS b4���01 lwy L.(itl-'�13101 qll,bb hZ A lb,ll�t1 U, i fo rrtAu� ro Ljdl (A '1�13K�7 �k�11" Iv�u377bo� t}b K - p � t1 A 1 YZeI(KA 6IQ-CVpnSe- � p q�ZS � tt n iM,47 '�° �J1ll�� �6c,�2z �v1 looebovv�lo 1SS60._ �. �i. 6 to —! �n n &TJ i Oitivl rJ J1�� n�33 IWOC31 77) I6500. va,vo,g1 Sro�3t� G� 1000uk�,_3'3�o3 63b` t. . ,J 0Jy 4, 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 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 Registration# Amount Contract Number 10,515 7y C'�2 00C)o 1SN9 Svs� aft 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 SECTION C PROJECT BID SCHEDULE GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane CC No. 1576 PROJECT BASE BID: Graham St, Slater Ave 2-se s ,Newland Ave and Atlanta Ave. Rehab C-2.1 to C-2.33 ITEM 1. Graham Street Rehabilitation $ IN FIGURES ITEM 2. Slater Avenue Rehabilitation(Goldenwest to Gothard) IN FIGURES ITEM 3. Slater Avenue Rehabilitation(Gothard to Beach Blvd.) $ D. Ld L) 1 D IN FIGURES ITEM 4. Newland Avenue Rehabilitation IN FIGURES ITEM 5 Atlanta Avenue Rehabilitation $ I so . IN FIGURES BASE BID TOTAL LUMP SUM BID (TOTAL FOR ITEMS 1,2,3,4 & 51 $ Cf 3� BASIS OF AWARD IN FIGURES C-2.1 SECTION C PROJECT BID SCHEDULE GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane CC No. 1576 GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue CC NO. 1576 C-2.2 GRAHAM STREET (SLATER-WARNER) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount 1 - - MOBILIZATION 1 LS $ _1g000. $ :1g000. 2 - - TRAFFIC CONTROL PLAN 1 LS $ 500-- $ L500.- 3 -- FURNISH PROJECT TRAFFIC CONTROL 1 LS $ 6000. - $ -40 000 4 FURNISH AND INSTALL SIGNING AND 1 LS $ �-O,(00-- $ 00. STRIPING PROJECT SPECIFIC WPCP(WATER 5 -- POLLUTION CONTROL PLAN)TO 1 LS $ � W - $ ADDRESS CONSTRUCTION BMP'S. 6 INSTALL AND MAINTAIN CONSTRUCTION 1 LS $ 4000, - $ BMP'S PER APPROVED WPCP. FURNISH AND INSTALL ZEBRON, SANCON OR CITY APPROVED EQUAL COATING ON THE NEW CONCRETE INSIDE OF AGENCY 4 EA $ $ SEWER MANHOLE RING REMOVE EXISTING, FURNISH AND INSTALL NEW TRAFFIC PULL BOX PER CALTRANS STD. ES-8& HB STD. PLAN 422 AND ADJUST TO GRADE. PULL BOXES 8 - - W/FIBERLYTE LID SHALL BE "CHRISTY 3 EA $ $ 7-0io. - FIBERLYTE" OR AGENCY APPROVED EQUAL. SIZE PER PLAN. LOCATION IS TO BE DETERMINED BY AGENCY. (ASSUMED QUANTITY FOR BIDDING PURPOSE). REMOVE TREE AND ROOTS; GRIND TREE STUMP AND ROOTS TO 24" BELOW TOP 9 2 OF SIDEWALK/GRADE. PULLOUT ALL 21 EA ROOTS WITHIN PROPOSED IMPROVEMENTS. C-2.3 GRAHAM STREET (SLATER-WARNER) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount FURNISH AND PLANT NEW 24" BOX STRAWBERRY TREE STANDARD TRUNK PER HB STD. PLANS 714, 715, 716, 718& 719 AS SHOWN ON PLANS. CITY STREET TREE SUPERVISOR OR THE AGENCY'S REPRESENTATIVE SHALL DETERMINE TREE LOCATION (ITEM INCLUDES REMOVAL OF EXISTING LANDSCAPING, 10 3 BUSHES OR GROUND COVER AND 10 EA IRRIGATION TO A DEPTH OF 24" BELOW TOP OF GRADE TO ACCOMMODATE NEW TREE; REPLACING DAMAGED OR REMOVED IRRIGATION IN KIND; BACKFILLING WITH CLASS A TOP SOIL AND INSTALLATION OF ARBOR-GARD OR AGENCY APPROVED EQUAL AROUND TREE WELL). REMOVE AND RECONSTRUCT SIDEWALK PER HB STD. PLAN 207 AND AS MODIFIED ON PLANS. (INCLUDES OVER EXCAVATION OR FILL FOR CHANGE IN GRADE, RE-GRADE FROM WALK TO 11 5 EXISTING SLOPE, RELOCATING 5,240 SF $ $ bZ���• IRRIGATION TO BACK OF NEW WALK, RETURN LANDSCAPING TO PRE- CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CURB AND 12 6 GUTTER PER HB STD. PLAN 202 (CF=8"). 190 LF $ S.- $ 21 RSd.- (ITEM INCLUDES CMB, SLOT PAVEMENT AND LOT DRAIN). REMOVE AND RECONSTRUCT CATCH BASIN APRON TRANSITION WING, SUMP CONDITION, PER HB STD. PLANS 301 AND 13 13 302. (INCLUDES CURB, SLOT 30 LF $ $ 3UUG. PAVEMENT,CMB, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT A 0.21' ASPHALT RUBBER 14 15 HOT MIX(ARHM-GG-C PG 64-16)WET 2,505 TN $ $ IT?,gU PROCESS OVERLAY. C-2.4 GRAHAM STREET (SLATER-WARNER) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount CONSTRUCT NEW 0.17' B-PG 70-10 A.C. DEEP LIFT OVER 95% COMPACTED 15 16 SUBGRADE PRIOR TO PLACING 0.21' 325 TN $ LEVELING COURSE AND ARHM OVERLAY PER PLANS. COLD MILL EXISTING A.C. PAVEMENT TO A DEPTH OF 0.17' FROM EXISTING 16 17 SURFACE AND COLD MILL 0.21'ADJACENT 117,035 SF $ U $ 8 TO CURB AND GUTTER SECTION AND TAPER TO ZERO FROM 1 V FROM GUTTER EDGE PER DETAIL SHEET 6.) REMOVE EXISTING A.C. PAVEMENT AND 17 18 A.B. TO A DEPTH OF 0.17' AFTER COLD 24,810 SF $ - MILL PER PLANS CONSTRUCT 0.17' B-PG 70-10 A.C. BASE 18 20 COURSE PRIOR TO PLACING 0.17'ARHM 1,475 TN $ $ ����o7s• - SURFACE COURSE. REPLACE WATER VALVE BOX ASSEMBLY 19 21 AND ADJUST TO GRADE PER HB STD. 4 EA $ $ 336O.- PLAN 612. FURNISH AND INSTALL COMPOSITE 20 23 STORM DRAIN MANHOLE FRAME AND 1 EA $ $ ZbG. COMPOSITE COVER AND ADJUST TO GRADE PER HB STD. PLAN 307(b). FURNISH AND INSTALL COMPOSITE 21 24 SEWER MANHOLE FRAME AND 8 EA $ $ `00$0.- COMPOSITE COVER AND ADJUST TO GRADE HB STD. PLAN 513(b). INSTALL TRUNCATED DOMES TO 22 31 EXISTING CURB ACCESS RAMP PER 2 EA $ $ i CALTRANS STD. PLAN RSP A88A. C-2.5 GRAHAM STREET (SLATER-WARNER) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount FURNISH AND PLANT NEW 10' BROWN TRUNK HEIGHT(BTH)WINDMILL PALM TREE PER HB STD. PLANS 714, 715, 716, 718 &719 AS SHOWN ON PLANS. CITY STREET TREE SUPERVISOR OR THE AGENCY'S REPRESENTATIVE SHALL DETERMINE TREE LOCATION. (ITEM INCLUDES REMOVAL OF EXISTING 23 34 LANDSCAPING, BUSHES OR GROUND 6 EA $ - COVER AND IRRIGATION TO A DEPTH OF 24" BELOW TOP OF GRADE TO ACCOMMODATE NEW TREE; REPLACING DAMAGED OR REMOVED IRRIGATION IN KIND; BACKFILLING WITH CLASS A TOP SOIL AND INSTALLATION OF ARBOR- GARD OR AGENCY APPROVED EQUAL AT BASE OF NEW TREE). FILL EXISTING 2.5'X 4'TREE WELL WITH 24 35 CONCRETE PER HB STD. PLAN 207 FOR 20 SF $ $ SIDEWALKS. FURNISH AND PLANT NEW CARISSA PROSTRATA 5 GALLON SIZE PLANT PER LANDSCAPE SPECIFICATIONS. PLACE 5 GALLON PLANTS AT 3-FOOT SPACING BETWEEN PLANTS AND ADD 3-INCHES OF Lf51kk 25 36 MULCH OVER PLANTED AREA. (ITEM 24 EA $ $ C) INCLUDES REMOVAL OF EXISTING LANDSCAPING, BUSHES OR GROUND COVER; REPLACING DAMAGED OR REMOVED IRRIGATION IN KIND; AND BACKFILLING WITH CLASS A TOP SOIL). REMOVE AND REPLACE DRIVEWAY APPROACH IN KIND TO MATCH ADJACENT DRIVEWAY, GENERALLY, PER HB STD. 26 39 PLAN 209 OR 211. (ITEM INCLUDES ALL 50 -le- APPURTENANCES, DEPRESSED CURB & GUTTER, SLOT PAVE,AND ALL ITEMS SF NECESSARY TO COMPLETE THE WORK IN PLACE.) C-2.6 GRAHAM STREET (SLATER—WARNER) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount COLD MILL 0.21'ADJACENT TO GUTTER 27 43 EDGE AND TAPER TO ZERO AT 11' FROM 40,135 SF GUTTER EDGE PER DETAIL SHEET 6) RELOCATE POST OFFICE MAILBOX BY UPSP. CONTACT ROBERT SANCHEZ, 28 44 USPS STATION MANAGER, WARNER 1 EA AVENUE HB AT 714-843-4200 ADJUST SEWER BOX ASSEMBLY TO 29 51 GRADE PER HB STD. PLAN 612. 2 EA +b. *40-- CONSTRUCT CURB ACCESS RAMP PER CALTRANS STD. PLAN RSP A88A FROM BCR TO ECR, UNLESS NOTED OTHERWISE, USING HORIZONTAL CURB CUTTING MACHINE AS SHOWN ON CURB 30 54 RAMP DETAIL ON SHEET 6. (CASE 6 EA $ $ L� LA00. - SHOWN ON PLAN). (INCLUDES ALL APPURTENANCES, CURB CUTTING, SIDEWALK, DOMES, RETAINING CURB AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) Gig I�l Total Amount Bid in Figures: $ '] Total Amount Bid in Words: WK Vt �Sln r #LAVS Y� �tl,Uptlr�Yc�d` C-2.7 SECTION C PROJECT BID SCHEDULE GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane SLATER AVENUE REHABILITATION FROM GOLDENWEST TO GOTHARD CC NO. 1576 C-2.s SLATER AVENUE (GOLD ENWEST-GOTHARD) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount 1 -- MOBILIZATION 1 LS $ Al 000• $ g1000, 2 -- TRAFFIC CONTROL PLAN 1 LS $ +S00., $ 4GOV, 3 -- FURNISH PROJECT TRAFFIC CONTROL 1 LS $ $ ooO. 4 FURNISH AND INSTALL SIGNING AND 1 LS $ Lv y00 ,- $Zoq o0, STRIPING PROJECT SPECIFIC WPCP(WATER 5 -- POLLUTION CONTROL PLAN)TO 1 LS $ D fl 0. - $ 1 p 00. ADDRESS CONSTRUCTION BMP'S. 6 INSTALL AND MAINTAIN CONSTRUCTION 1 LS $ 000 BMP'S PER APPROVED WPCP. $ l� b00. FURNISH AND INSTALL ZEBRON, SANCON 7 OR CITY APPROVED EQUAL COATING ON 6 EA $ 300- - $ q-$b0. THE NEW CONCRETE INSIDE OF AGENCY SEWER MANHOLE RING INSTRUCTOR AND COURSE MATERIALS FOR JUST IN TIME TRAINING (JITT) PER PROJECT SPECIFICATIONS APPENDIX K. (INSTRUCTOR SHALL BE EXPERIENCED IN 8 THE CONSTRUCTION METHODS, 1 LS $ $ MATERIALS AND TEST METHODS ASSOCIATED WITH FULL DEPTH RECLAMATION (FDR) PROJECTS). REMOVE EXISTING, FURNISH AND INSTALL NEW TRAFFIC PULL BOX PER CALTRANS STD. ES-8& HB STD. PLAN 422 AND ADJUST TO GRADE. PULL BOXES 9 -- W/FIBERLYTE LID SHALL BE "CHRISTY 3 EA $ FIBERLYTE" OR AGENCY APPROVED EQUAL. SIZE PER PLAN. LOCATION IS TO BE DETERMINED BY AGENCY. (ASSUMED QUANTITY FOR BIDDING PURPOSE). C-2.9 SLATER AVENUE (GOLDENWEST-GOTHARD) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount REMOVE TREE AND ROOTS; GRIND TREE STUMP AND ROOTS TO 24" BELOW TOP 10 2 OF SIDEWALK/GRADE. PULL OUT ALL 3 EA $ $ ROOTS WITHIN PROPOSED IMPROVEMENTS. FURNISH AND PLANT NEW EASTERN REDBUD 24" BOX STANDARD TRUNK TREE PER HB STD. PLANS 714, 715, 716, 718 & 719 AS SHOWN ON PLANS. THE TREE LOCATION SHALL BE DETERMINED BY CITY STREET TREE SUPERVISOR OR DELEGATE. (ITEM INCLUDES EXISTING 11 3 LANDSCAPE AND IRRIGATION REMOVAL 3 EA $ $ TO ACCOMMODATE NEW TREE; REPLACEMENT OF IRRIGATION IN KIND; BACKFILLING WITH CLASS A TOP SOIL AND INSTALLATION OF ARBOR-GARD OR APPROVED EQUAL AROUND THE TREE WELL) SAWCUT AND REMOVE EXISTING SIDEWALK AT EXISTING TREE LOCATION AND CONSTRUCT TREE WELL WITH SIDEWALK PER DETAIL ON SHEET 2. (ITEM INCLUDES REMOVAL OF SIDEWALK, 12 4 6 LF OF NEW SIDEWALK, NON-CHEMICAL 2 EA $ $ WEED CONTROL BARRIER TO BE DUPONT LANDSCAPE MAX OR APPROVED EQUAL AND MULCH.) REMOVE AND RECONSTRUCT SIDEWALK PER HB STD. PLAN 207 AND AS MODIFIED ON PLANS. (INCLUDES OVER EXCAVATION OR FILL FOR CHANGE IN GRADE, RE-GRADE FROM WALK TO 13 5 EXISTING SLOPE, RELOCATING 5,460 SF $ $ b�SZO IRRIGATION TO BACK OF NEW WALK, RETURN LANDSCAPING TO PRE- CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CURB AND 14 6 GUTTER PER HB STD. PLAN 202 (CF= 8"). 625 LF $ (ITEM INCLUDES CMB, SLOT PAVEMENT AND LOT DRAIN). C-2.10 SLATER AVENUE (GOLDENWEST-GOTHARD) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount 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 15 7 APPURTENANCES, CURB GUTTER, 9 EA $ DEPRESSED CURB, SIDEWALK, DOMES, RETAINING CURB, CMB, SLOT PAVEMENT, AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE. REMOVE AND RECONSTRUCT DRIVEWAY AS MODIFIED (PER DETAIL ON SHEET 4). DIMENSIONS "W"AND ONSITE IMPROVEMENT "L(PCC OR AC)" SHALL BE PER PLAN. (ITEM INCLUDES HIGH EARLY 16 10 STRENGTH CONCRETE PER 1,140 SF $ $ - SPECIFICATIONS, ALL APPURTENANCES, DEPRESSED CURB & GUTTER, ONSITE IMPROVEMENT, RETAINING CURB, SLOT PAVE, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CROSS GUTTER PER LIMITS SHOWN ON PLAN PER HB STD. PLAN 205, (INCLUDES 17 11 CONCRETE CURB, SPANDRELS, 3,990 SF $ TRANSITIONS, SLOT PAVEMENT, CMB, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CATCH BASIN APRON TRANSITION WING, SUMP CONDITION, PER HB STD. PLANS 301 AND 18 13 302. (INCLUDES CURB, GUTTER, SLOT 35 LF $ - PAVEMENT,CMB, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT A 0.17' FIBER REINFORCED 19 15 ASPHALT RUBBER HOT MIX (ARHM-GG-C 1,735 TN $ $ SOC PG 64-16)WET PROCESS OVERLAY. CONSTRUCT NEW 0.46' FIBER REINFORCED B-PG 70-10 A.C. BASE 20 16 COURSE OVER 95% COMPACTED 905 TN $ $ WLtLt - SUBGRADE PRIOR TO 0.17'ARHM OVERLAY PER PLANS. C-2.11 SLATER AVENUE (GOLDENWEST-GOTHARD) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount COLD MILL EXISTING A.C. PAVEMENT TO 21 17 A DEPTH OF 0.34' FROM FINISHED 8,645 SF $ $ SURFACE. REMOVE EXISTING A.C. PAVEMENT TO A DEPTH OF 0.63' FROM NEW FINISHED 22 18 SURFACE AND COMPACTED SUBGRADE 26,470 SF $ PRIOR TO BASE COURSE PER PLANS PER DETAIL ON SHEET 4. PULVERIZE AND MIX EXISTING A.C. PAVEMENT AND SUBGRADE TO A DEPTH OF 1.34'; REMOVE 0.34' OF PULVERIZED 23 19 MATERIAL; ADD CEMENT AND WATER AS 101,840 SF $ $ Z54 bd0• SPECIFIED IN PROJECT SPECIFICATIONS TO A DEPTH OF 1.00'; ALLOW C.T.B. SECTION TO CURE THEN MICRO-CRACK. CONSTRUCT OAT FIBER REINFORCED B- 24 20 PG 70-10 A.C. BASE COURSE PRIOR TO 1,400 TN $ $ oo. PLACING 0.17'ARHM SURFACE COURSE. REPLACE WATER VALVE BOX ASSEMBLY 25 21 AND ADJUST TO GRADE PER HB STD. 17 EA $ $ M,ao,- PLAN 612. FURNISH AND INSTALL COMPOSITE 26 23 STORM DRAIN MANHOLE FRAME AND 2 EA $ $ 0 COMPOSITE COVER AND ADJUST TO GRADE PER SPECIFICATIONS. FURNISH AND INSTALL COMPOSITE 27 24 SEWER MANHOLE FRAME AND 11 EA $ 1 2%0. - $ k;�60• COMPOSITE COVER AND ADJUST TO GRADE PER SPECIFICATIONS. ADJUST OCSD SEWER MANHOLE TO GRADE, PER OCSD STD. PLANS S-053, S- 28 25 054 & S-055. CONTRACTOR TO 11 EA $ tib0 - $ 13 8b0• COORDINATE WITH BILL GILBERT AT(714) 478-6465. C-2.12 SLATER AVENUE (GOLDENWEST-GOTHARD) CC-1576 PROJECT BID SCHEDULE 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 29 30 SIGNALS AND LIGHTING SYSTEMS, 2005 46 EA $ $ EDITION. SPLICE LOOPS TO DLC IN PULLBOX. BIKE LANE LOOPS AND ALL LOOPS AT LIMIT LINE SHALL BE TYPE "D". INSTALL TRUNCATED DOMES TO 30 31 EXISTING CURB ACCESS RAMP PER 1 EA $ $ CALTRANS STD. PLAN RSP A88A. REMOVE AND RECONSTRUCT DRIVEWAY CURB SECTION AND CONNECT TO 31 53 EXISTING DRIVEWAY APPROACH PER 20 LF $ $ DETAIL ON SHEET 4. (ITEM INCLUDES CMB AND, SLOT PAVEMENT) OVER EXCAVATE SOFT SUBBASE WHEN ENCOUNTERED BY CONTRACTOR AND 32 -- VERIFIED BY AGENCY. THIS ITEM IS FOR 90 CY $ $ UNIT PRICING WHEN SOFT SOIL IS ENCOUNTERED. FURNISH LABOR, EQUIPMENT, AND INSTALL GEOGRID FOR SOFT SUB BASE 33 __ STABILIZATION IF ENCOUNTERED BY 2,000 SF $ CONTRACTOR AND APPROVED BY AGENCY. THIS ITEM IS FOR UNIT PRICING WHEN SOFT SOIL IS ENCOUNTERED. ADD CEMENT(TN)TO PULVERIZED MATERIAL IF INSTRUCTED BY ENGINEER 34 -- TO INCREASE THE MINIMUM AMOUNT 60 TN $ S0. - $ R rnp REQUIRED BY SPECIFICATION (ASSUMED QUANTITY FOR BIDDING PURPOSE). FURNISH AND INSTALL CMB WHEN SOFT SUBBASE IS ENCOUNTERED BY 35 - - CONTRACTOR AND VERIFIED BY AGENCY. 75 CY $ $ THIS ITEM IS FOR UNIT PRICING WHEN SOFT SOIL IS ENCOUNTERED. Lp (l! Total Amount Bid in Figures: $ Total Amount Bid in Words: orb \\' � o 6", ' V\.wxclds X jh<(owe �► C-2.13 SECTION C PROJECT BID SCHEDULE GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane CC-1576 SLATER AVENUE REHABILITATION FROM GOTHARD TO BEACH BLVD CC NO. 1576 C-2.14 SLATER AVENUE (GOTHARD-BEACH BLVD.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount 1 - - MOBILIZATION 1 LS $°� 000, $ gS000, - 2 - TRAFFIC CONTROL PLAN 1 LS $ $ 1--900• 3 - - FURNISH PROJECT TRAFFIC CONTROL 1 LS $ �0 000. _ $S 000b, 4 FURNISH AND INSTALL SIGNING AND 1 LS $ 4 g $ ;0 500 STRIPING PROJECT SPECIFIC WPCP(WATER 5 - - POLLUTION CONTROL PLAN) TO 1 LS $ $ 400• - ADDRESS CONSTRUCTION BMP'S. 6 INSTALL AND MAINTAIN CONSTRUCTION 1 LS $ 000. - $ 4000.- BMP'S PER APPROVED WPCP. FURNISH AND INSTALL ZEBRON, SANCON 7 OR CITY APPROVED EQUAL COATING ON 7 EA $ OO. - $ CA00, - THE NEW CONCRETE INSIDE OF AGENCY SEWER MANHOLE RING INSTRUCTOR AND COURSE MATERIALS FOR JUST IN TIME TRAINING (JITT) PER PROJECT SPECIFICATIONS APPENDIX K. (INSTRUCTOR SHALL BE EXPERIENCED IN $ THE CONSTRUCTION METHODS, 1 LS $ MATERIALS AND TEST METHODS ASSOCIATED WITH FULL DEPTH RECLAMATION (FDR) PROJECTS). REMOVE EXISTING, FURNISH AND INSTALL NEW TRAFFIC PULL BOX PER CALTRANS STD. ES-8& HB STD. PLAN 422 AND ADJUST TO GRADE. PULL BOXES 9 -- W/FIBERLYTE LID SHALL BE "CHRISTY 3 EA $ $ FIBERLYTE" OR AGENCY APPROVED EQUAL. SIZE PER PLAN. LOCATION IS TO BE DETERMINED BY AGENCY. (ASSUMED QUANTITY FOR BIDDING PURPOSE). C-2.15 SLATER AVENUE (GOTHARD-BEACH BLVD.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount REMOVE AND RECONSTRUCT SIDEWALK PER HB STD PLAN 207 AND AS MODIFIED ON PLANS. (INCLUDES OVER EXCAVATION OR FILL FOR CHANGE IN GRADE, RE-GRADE FROM WALK TO 10 5 EXISTING SLOPE, RELOCATING 4,500 SF $ i2.- $ S IRRIGATION TO BACK OF NEW WALK, RETURN LANDSCAPING TO PRE- CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CURB AND 11 6 GUTTER PER HB STD. PLAN 202 (CF= 8"). 310 LF $ 0• (ITEM INCLUDES CMB, SLOT PAVEMENT AND LOT DRAIN). 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 12 7 APPURTENANCES, CURB GUTTER, 5 EA $ C,b00.- 00C DEPRESSED CURB, SIDEWALK, DOMES, RETAINING CURB, CMB, SLOT PAVEMENT, AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT NEW COMMERCIAL DRIVEWAY APPROACH USING HIGH EARLY STRENGTH CONCRETE PER HB STD. PLAN 211. MATCH EXISTING IMPROVEMENTS TO GRADE. DIMENSIONS 13 8 "R", "W"AND ONSITE IMPROVEMENT "L 2,875 SF $ $ (PCC OR AC)" SHALL BE PER PLAN. (INCLUDES ALL DEPRESSED CURB& GUTTER, ONSITE IMPROVEMENTS, SLOT PAVE, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT PARTIAL CROSS GUTTER PER LIMITS SHOWN ON PLAN AND PER STD PLAN 205 AND CONNECT TO EXISTING SIDEWALK PER 14 12 PLAN. (INCLUDES CONCRETE CURB, 4,005 SF $ $ SPANDRELS, CURB RAMPS, IF SHOWN, TRANSITIONS, SLOT PAVEMENT, CMB, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) C-2.16 SLATER AVENUE (GOTHARD-BEACH BLVD.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount REMOVE AND RECONSTRUCT CATCH BASIN APRON TRANSITION WING, SUMP CONDITION, PER HB STD PLANS 301 AND 15 13 302. (INCLUDES CURB, SLOT 20 SF $ $JZ��i. PAVEMENT,CMB, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT A 0.17' FIBER REINFORCED 16 15 ASPHALT RUBBER HOT MIX(ARHM-GG-C 2,450 TN $ $ 7 bq Sao• PG 64-16)WET PROCESS OVERLAY. CONSTRUCT NEW 0.75' FIBER REINFORCED B-PG 70-10 A.C. BASE 17 16 COURSE OVER 95% COMPACTED 2,675 TN $ �. ' $ 7i��t{ 1 SUBGRADE PRIOR TO 0.1 T ARHM OVERLAY PER DETAIL SHEET 2. COLD MILL EXISTING A.C. PAVEMENT TO 18 17 A DEPTH OF 0.34' FROM FINISHED 7,820 SF $ $ SURFACE. COLD MILL EXISTING A.C. PAVEMENT TO A DEPTH OF 0.92' FROM FINISHED 19 18 SURFACE AND COMPACTED SUBGRADE 48,035 SF $ i $ - PRIOR TO BASE COURSE PER DETAIL SHEET 2. PULVERIZE AND MIX EXISTING A.C. PAVEMENT AND SUBGRADE TO A DEPTH OF 1.51'; REMOVE 0.34' OF PULVERIZED 20 19 MATERIAL; ADD CEMENT AND WATER AS 138,545 SF $ Z• b� $ 3bQZ�1. SPECIFIED IN PROJECT SPECIFICATIONS TO A DEPTH OF 1.17'; ALLOW C.T.B. SECTION TO CURE THEN MICRO-CRACK. CONSTRUCT 0.17' FIBER REINFORCED B- 21 20 PG 70-10 A.C. BASE COURSE PRIOR TO 1,875 TN $ $ PLACING 0.17'ARHM SURFACE COURSE. REPLACE WATER VALVE BOX ASSEMBLY 22 21 AND ADJUST TO GRADE PER HB STD 25 EA $__ $ ��5001 PLAN 612. C-2.17 SLATER AVENUE (GOTHARD-BEACH BLVD.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount FURNISH AND INSTALL NEW WATER 23 22 METER BOX AND COVER AND ADJUST TO 3 EA GRADE PER HB STD. PLANS 217 AND 601. FURNISH AND INSTALL COMPOSITE 24 23 STORM DRAIN MANHOLE FRAME AND 4 EA $ . - $ C COMPOSITE COVER AND ADJUST TO GRADE PER HB STD PLAN 307(b), FURNISH AND INSTALL COMPOSITE 25 24 SEWER MANHOLE FRAME AND 13 EA $ $ IOU. - COMPOSITE COVER AND ADJUST TO GRADE HB STD PLAN 513(b). ADJUST OCSD SEWER MANHOLE TO GRADE, PER OCSD STD. PLANS S-053, S- 26 25 054, S-055, AND S-055A. CONTRACTOR TO 12 EA $ 1 COORDINATE WITH BILL GILBERT AT(714) 478-6465. INSTALL NEW DETECTOR LOOPS PER CITY STANDARD SPECIAL PROVISIONS FOR THE CONSTRUCTION OF TRAFFIC 27 30 SIGNALS AND LIGHTING SYSTEMS, 2005 30 EA $ $ EDITION. SPLICE LOOPS TO DLC IN PULLBOX. BIKE LANE LOOPS AND ALL LOOPS AT LIMIT LINE SHALL BE TYPE "D". INSTALL TRUNCATED DOMES TO 28 31 EXISTING CURB ACCESS RAMP PER 9 EA $ $ CALTRANS STD. PLAN RSP A88A. FURNISH AND PLANT NEW CARISSA PROSTRATA 5 GALLON SIZE PLANT PER LANDSCAPE SPECIFICATIONS. PLACE 5 GALLON PLANTS AT 3-FOOT SPACING BETWEEN PLANTS AND ADD 3-INCHES OF 29 36 MULCH OVER PLANTED AREA. (ITEM 36 EA $ $ INCLUDES REMOVAL OF EXISTING LANDSCAPING, BUSHES OR GROUND COVER; REPLACING DAMAGED OR REMOVED IRRIGATION IN KIND; AND BACKFILLING WITH CLASS A TOP SOIL). C-2.18 SLATER AVENUE (GOTHARD-BEACH BLVD.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount REMOVE AND RECONSTRUCT CURB AND GUTTER PER HB STANDARD PLAN 202 30 37 (CF= 8")AND CONNECT TO EXISTING 467 LF $ $ SIDEWALK PER DETAIL ON SHEET 4. (ITEM INCLUDES CMB, SLOT PAVEMENT AND LOT DRAIN). REMOVE AND REPLACE DRIVEWAY APPROACH IN KIND TO MATCH ADJACENT DRIVEWAY PER HB STD. PLAN 209 OR 211 31 39 AS MODIFIED. (ITEM INCLUDES ALL 1,500 SF $ APPURTENANCES, DEPRESSED CURB& GUTTER, SLOT PAVE, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) FURNISH AND PLANT NEW 15 GALLON SIZE ROSES, MATCHING EXISTING VARIETY; PER LANDSCAPE SPECIFICATIONS. PLACE 15 GALLON PLANTS IN 1-ROWS AT 5-FOOT SPACING BETWEEN PLANTS AND ADD 3-INCHES OF 32 40 MULCH OVER PLANTED AREA. (ITEM 28 EA $ $ INCLUDES REMOVAL OF EXISTING LANDSCAPING, BUSHES OR GROUND COVER; REPLACING DAMAGED OR REMOVED IRRIGATION IN KIND; AND BACKFILLING WITH CLASS A TOP SOIL). FURNISH AND INSTALL 6-FT HEIGHT 33 41 GALVANIZED VINYL-COATED STEEL 250 LF $ $ �3 ZS U- CHAIN-LINK FENCE PER APWA STANDARD PLAN 600-3 FURNISH AND INSTALL RESIDENTIAL CHAIN LINK FENCE ROLLING GATE 6-FT x 34 42 12-FT; GALVANIZED VINYL-COATED STEEL 2 EA $ ' $ �)000 CHAIN-LINK FENCE GATE PER APWA STANDARD PLAN 600-3.. C-2.19 SLATER AVENUE (GOTHARD-BEACH BLVD.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount IMPORT SUITABLE MATERIAL(CLASS A SOIL WITH A MINIMUM S.E. VALUE OF 30) AND SMOOTH GRADE IN AREA NEXT TO 35 46 SIDEWALK AND DRIVEWAYS(INCLUDES 30 CY $ $ COMPACTION TO 95%, EQUIPMENT AND MATERIAL, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE). REMOVE AND DISPOSE OF EXCESS MATERIAL AND GRADE 2:1 IN AREA NEXT 36 47 TO SIDEWALK AND DRIVEWAY(INCLUDES 30 CY $ $ 42 00. - COMPACTION TO 95%, EQUIPMENT, DISPOSAL, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE). 37 48 RAISE SINGLE CHECK VALVE VAULT TO 1 EA $ GRADE PER CITY OF HB STD PLAN 625 REMOVE CONCRETE AND FURNISH/INSTALL CLASS A TOP SOIL AND 38 49 FURNISH/PLANT DWARF FESCUE SOD 410 SF $ $ (INCLUDES, EQUIPMENT, DISPOSAL AND ALL ITEMS NECESSARY TO COMPLETE WORK IN PLACE). OVER EXCAVATE SOFT SUBBASE WHEN ENCOUNTERED BY CONTRACTOR AND 39 -- VERIFIED BY AGENCY. THIS ITEM IS FOR 90 CY $ b 6• $ 1 20• UNIT PRICING WHEN SOFT SOIL IS ENCOUNTERED. FURNISH LABOR, EQUIPMENT, AND INSTALL GEOGRID FOR SOFT SUB BASE 40 __ STABILIZATION IF ENCOUNTERED BY 2,000 SF $ $ CONTRACTOR AND APPROVED BY AGENCY. THIS ITEM IS FOR UNIT PRICING WHEN SOFT SOIL IS ENCOUNTERED. ADD CEMENT(TN)TO PULVERIZED MATERIAL IF INSTRUCTED BY ENGINEER 41 - - TO INCREASE THE MINIMUM AMOUNT 60 TN $ $ REQUIRED BY SPECIFICATION (ASSUMED QUANTITY FOR BIDDING PURPOSE). C-2.20 SLATER AVENUE (GOTHARD-BEACH BLVD.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount FURNISH AND INSTALL CMB WHEN SOFT SUBBASE IS ENCOUNTERED BY 42 -- CONTRACTOR AND VERIFIED BY AGENCY. 75 CY $ $ THIS ITEM IS FOR UNIT PRICING WHEN SOFT SOIL IS ENCOUNTERED. Total Amount Bid in Figures:..$ ...._.,.............._:.......... _.._.�.,_ _._........ _ _........ ........... Total Amount Bid in Words: o Wkh 10 C-2.21 SECTION C PROJECT BID SCHEDULE GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane CC-1576 NEWLAND AVENUE REHABILITATION FROM YORKTOWN TO GARFIELD CC NO. 1576 C-2.22 NEWLAND STREET (YORKTOWN-GARFIELD) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount 1 - MOBILIZATION 1 LS $ "?So,. $ -18000� — 2 - - TRAFFIC CONTROL PLAN 1 LS $ �-�S0�• $ �50�. - 3 - - FURNISH PROJECT TRAFFIC CONTROL 1 LS $ ill 000,— $ 2,�, , 4 FURNISH AND INSTALL SIGNING AND 1 LS $ DD• $ ,�El DO.— STRIPING PROJECT SPECIFIC WPCP(WATER 5 - - POLLUTION CONTROL PLAN)TO 1 LS $ 100,— $ ADDRESS CONSTRUCTION BMP'S. 6 INSTALL AND MAINTAIN CONSTRUCTION 1 LS $ $ BMP'S PER APPROVED WPCP. FURNISH AND INSTALL ZEBRON, SANCON OR CITY APPROVED EQUAL COATING ON 7 THE NEW CONCRETE INSIDE OF AGENCY 4 EA $ $ SEWER MANHOLE RING REMOVE EXISTING, FURNISH AND INSTALL NEW TRAFFIC PULL BOX PER CALTRANS STD. ES-8& HB STD. PLAN 422 AND ADJUST TO GRADE. PULL BOXES h 8 -- W/FIBERLYTE LID SHALL BE "CHRISTY 3 EA $ ril7 - $ - FIBERLYTE" OR AGENCY APPROVED EQUAL. SIZE PER PLAN. LOCATION IS TO BE DETERMINED BY AGENCY. (ASSUMED QUANTITY FOR BIDDING PURPOSE). REMOVE TREE AND ROOTS; GRIND TREE STUMP AND ROOTS TO 24" BELOW TOP 9 2 OF SIDEWALK/GRADE. PULL OUT ALL 23 EA $ .QUO. - ROOTS WITHIN PROPOSED IMPROVEMENTS. C-2.23 NEWLAND STREET (YORKTOWN-GARFIELD) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount FURNISH AND PLANT NEW EASTERN RED BUD 24" BOX STANDARD TRUNK TREE PER HB STD. PLANS 714, 715, 716, 718& 719 AS SHOWN ON PLANS. THE TREE LOCATION SHALL BE DETERMINED BY CITY STREET TREE SUPERVISOR OR DELEGATE. (ITEM INCLUDES EXISTING 10 3 LANDSCAPE AND IRRIGATION REMOVAL 23 EA $ $ - 450 b. TO ACCOMMODATE NEW TREE; REPLACEMENT OF IRRIGATION IN KIND; BACKFILLING WITH CLASS A TOP SOIL AND INSTALLATION OF ARBOR-GARD OR APPROVED EQUAL AROUND THE TREE WELL) SAWCUT AND REMOVE EXISTING SIDEWALK AT EXISTING TREE LOCATION AND CONSTRUCT TREE WELL WITH SIDEWALK PER DETAIL ON SHEET 6. 11 4 (ITEM INCLUDES REMOVAL OF SIDEWALK, 24 EA $ $ 6 LF OF NEW SIDEWALK, NON-CHEMICAL WEED CONTROL BARRIER TO BE DUPONT LANDSCAPE MAX OR APPROVED EQUAL AND MULCH.) REMOVE AND RECONSTRUCT SIDEWALK PER HB STD. PLAN 207 AND AS MODIFIED ON PLANS. (INCLUDES OVER EXCAVATION OR FILL FOR CHANGE IN GRADE, RE-GRADE FROM WALK TO 12 5 EXISTING SLOPE, RELOCATING 7,035 SF $ IRRIGATION TO BACK OF NEW WALK, RETURN LANDSCAPING TO PRE- CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CURB AND GUTTER PER HB STD. PLAN 202 (CF= 8"). 13 6 (ITEM INCLUDES CMB, SLOT PAVEMENT, 1,325 LF $ REPAINTING OF CURB ADDRESSES, AND LOT DRAIN). C-2.24 NEWLAND STREET (YORKTOWN-GARFIELD) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount 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 14 7 APPURTENANCES, CURB GUTTER, 2 EA $ 1;L4019. $ ok)u - DEPRESSED CURB, SIDEWALK, DOMES, RETAINING CURB, CMB, SLOT PAVEMENT, AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CATCH BASIN APRON TRANSITION WING, SUMP CONDITION, PER HB STD. PLANS 301 AND 15 13 302. (INCLUDES CURB, GUTTER, SLOT 60 LF $ $ 3 01 d r PAVEMENT,CMB, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT A 0.17' ASPHALT RUBBER 16 15 HOT MIX(ARHM-GG-C PG 64-16)WET 1,990 TN $ $ PROCESS OVERLAY. COLD MILL EXISTING A.C. PAVEMENT TO 17 17 A DEPTH OF 0.17' FROM EXISTING 162,250 SF $ $ 1000321s� SURFACE. CONSTRUCT VARIABLE DEPTH B-PG 70-10 18 20 A.C. LEVELING COURSE PRIOR TO 780 TN $ $ 0. PLACING 0.17'ARHM OVERLAY PER PLANS AND DETAIL ON SHEET 6. REPLACE WATER VALVE BOX ASSEMBLY 19 21 AND ADJUST TO GRADE PER HB STD. 29 EA $ $ � 3b0. PLAN 612, FURNISH AND INSTALL COMPOSITE 20 23 STORM DRAIN MANHOLE FRAME AND 4 EA $ �'�.bt; $ So'��• COMPOSITE COVER AND ADJUST TO GRADE PER HB STD. PLAN 307(B). FURNISH AND INSTALL COMPOSITE 21 24 SEWER MANHOLE FRAME AND 9 EA $COMPOSITE COVERCOVER AND ADJUST TO GRADE PER HB STD. PLAN 513(B). C-2.25 NEWLAND STREET (YORKTOWN-GARFIELD) CC-1576 PROJECT BID SCHEDULE 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 22 30 SIGNALS AND LIGHTING SYSTEMS, 2005 20 EA $ i,0• EDITION. SPLICE LOOPS TO DLC IN PULLBOX. BIKE LANE LOOPS AND ALL LOOPS AT LIMIT LINE SHALL BE TYPE "D". FURNISH AND PLANT NEW 10' BROWN TRUNK HEIGHT(BTH)WINDMILL PALM TREE PER HB STD. PLANS 714, 715, 716, 718 & 719 AS SHOWN ON PLANS. CITY STREET TREE SUPERVISOR OR THE AGENCY'S REPRESENTATIVE SHALL DETERMINE TREE LOCATION. (ITEM INCLUDES REMOVAL OF EXISTING 23 34 LANDSCAPING, BUSHES OR GROUND 1 EA $ $ "00. COVER AND IRRIGATION TO A DEPTH OF 24" BELOW TOP OF GRADE TO ACCOMMODATE NEW TREE; REPLACING DAMAGED OR REMOVED IRRIGATION IN KIND; BACKFILLING WITH CLASS A TOP SOIL AND INSTALLATION OF ARBOR- GARD OR AGENCY APPROVED EQUAL AT BASE OF NEW TREE). REMOVE AND RECONSTRUCT CURB AND GUTTER PER HB STD. PLAN 202 (CF= 8") 24 37 AND CONNECT TO EXISTING SIDEWALK 345 LF $ $ 3l DSC.PER DETAIL ON SHEET 6. (ITEM INCLUDES CMB, SLOT PAVEMENT, REPAINTING OF CURB ADDRESSES, AND LOT DRAIN). REMOVE STUMP AND ROOTS (NOT A TREE AT THIS LOCATION BUT A STUMP); GRIND TREE STUMP AND ROOTS TO 24" 25 38 BELOW TOP OF SIDEWALK/GRADE. PULL 1 EA $ $ OUT ALL ROOTS WITHIN PROPOSED IMPROVEMENTS. REMOVE AND REPLACE DRIVEWAY APPROACH IN KIND TO MATCH ADJACENT DRIVEWAY PER HB STD. PLAN 209 OR 211 26 39 AS MODIFIED. (ITEM INCLUDES ALL 175 SF $ - $ 2561S. - APPURTENANCES, DEPRESSED CURB & GUTTER, SLOT PAVE, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) C-2.26 NEWLAND STREET (YORKTOWN-GARFIELD) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount 27 50 ADJUST WATER MANHOLE TO GRADE 3 EA $ $ 3`I bo - PER HB STD. PLAN 306 PROTECT IN PLACE CATHODIC PROTECTION TEST STATION. CALL ANDY 28 52 FERRIGNO AT(714) 536-5291 BEFORE 4 EA $ $ goo. - PROJECT COMPLETION FOR INSPECTION OF CATHODIC PROTECTION TEST STATIONS. Total Amount Bid in Fi ures. $ q� S� ...................................................,.......................................,, ..,,,,................................L2 Total Amount Bid in Words: RA f YInY` "�J eii erg ol,1�9�-t"S C> � C-2.27 SECTION C PROJECT BID SCHEDULE GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane CC-1576 ATLANTA AVENUE REHABILITATION FROM BUSHARD TO SURGE LANE CC NO. 1576 C-2.2g ATLANTA AVENUE (BUSHARD-SURGE LN.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount 1 -- MOBILIZATION 1 LS $ $ °I r1000. — 2 -- TRAFFIC CONTROL PLAN 1 LS $ 3 - - FURNISH PROJECT TRAFFIC CONTROL 1 LS $ $ 3Q�000, 4 FURNISH AND INSTALL SIGNING AND 1 LS $ �7�BOO- $ 00 STRIPING PROJECT SPECIFIC WPCP (WATER 5 - - POLLUTION CONTROL PLAN)TO 1 LS $ 000- - $ n n n. - ADDRESS CONSTRUCTION BMP'S. 6 INSTALL AND MAINTAIN CONSTRUCTION 1 LS $ LOW $ - BMP'S PER APPROVED WPCP. FURNISH AND INSTALL ZEBRON, SANCON 7 OR CITY APPROVED EQUAL COATING ON 1 EA $ $ THE NEW CONCRETE INSIDE OF AGENCY SEWER MANHOLE RING REMOVE EXISTING, FURNISH AND INSTALL NEW TRAFFIC PULL BOX PER CALTRANS STD. ES-8& HB STD. PLAN 422 AND ADJUST TO GRADE. PULL BOXES 8 -- W/FIBERLYTE LID SHALL BE "CHRISTY 3 EA $ $ FIBERLYTE" OR AGENCY APPROVED EQUAL. SIZE PER PLAN. LOCATION IS TO BE DETERMINED BY AGENCY. (ASSUMED QUANTITY FOR BIDDING PURPOSE). REMOVE TREE AND ROOTS; GRIND TREE STUMP AND ROOTS TO 24" BELOW TOP 9 2 OF SIDEWALK/GRADE. PULL OUT ALL 4 EA $ $ ROOTS WITHIN PROPOSED IMPROVEMENTS. C-2.29 ATLANTA AVENUE (BUSHARD-SURGE LN.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount FURNISH AND PLANT NEW 24" BOX TREE PER HB STD. PLANS 714, 715, 716, 718& 719 AS SHOWN ON PLANS. THE TREE LOCATION AND SPECIES SHALL BE DETERMINED BY CITY STREET TREE SUPERVISOR. (ITEM INCLUDES EXISTING 10 3 LANDSCAPE AND IRRIGATION REMOVAL 5 EA $ $ C✓dO• TO ACCOMMODATE NEW TREE; REPLACEMENT OF IRRIGATION IN KIND; BACKFILLING WITH CLASS A TOP SOIL AND INSTALLATION OF ARBOR-GARD OR APPROVED EQUAL AT BASE OF NEW TREE) SAWCUT AND REMOVE EXISTING SIDEWALK AT EXISTING TREE LOCATION AND CONSTRUCT TREE WELL WITH SIDEWALK PER DETAIL ON SHEET 4. 11 4 (ITEM INCLUDES REMOVAL OF SIDEWALK, 11 EA - 6 LF OF NEW SIDEWALK, NON-CHEMICAL WEED CONTROL BARRIER TO BE DUPONT LANDSCAPE MAX OR APPROVED EQUAL AND MULCH.) REMOVE AND RECONSTRUCT SIDEWALK PER HB STD PLAN 207 AND AS MODIFIED ON PLANS. (INCLUDES OVER EXCAVATION OR FILL FOR CHANGE IN GRADE, RE-GRADE FROM WALK TO 12 5 EXISTING SLOPE, RELOCATING 7,250 SF $ IRRIGATION TO BACK OF NEW WALK, RETURN LANDSCAPING TO PRE- CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CURB AND 13 6 GUTTER PER HB STD. PLAN 202 (CF=8"). 550 LF $ (ITEM INCLUDES CMB, SLOT PAVEMENT AND LOT DRAIN). C-2.30 ATLANTA AVENUE (BUSHARD-SURGE LN.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount 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 14 7 APPURTENANCES, CURB GUTTER, 9 EA $ DEPRESSED CURB, SIDEWALK, DOMES, RETAINING CURB, CMB, SLOT PAVEMENT, AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT NEW COMMERCIAL DRIVEWAY APPROACH USING HIGH EARLY STRENGTH CONCRETE PER HB STD. PLAN 211. MATCH EXISTING IMPROVEMENTS TO GRADE. DIMENSIONS 15 8 "R", "W"AND ONSITE IMPROVEMENT "L 1,425 tf- $_�i3. $ 3135�.— (PCC OR AC)" SHALL BE PER PLAN. (INCLUDES ALL DEPRESSED CURB& r GUTTER, ONSITE IMPROVEMENTS, SLOT PAVE, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CROSS GUTTER PER HB STD. PLAN 205 AND CURB RAMPS PER CALTRANS STD PLAN RSP A88A, CASE SHOWN ON PLAN). 16 11 (INCLUDES CURB RAMPS, CONCRETE 1,500 SF $ $ CURBS, SPANDRELS, TRANSITIONS, SLOT PAVEMENT, CMB, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CATCH BASIN APRON TRANSITION WING, SUMP CONDITION, PER HB STD PLANS 301 AND 17 13 302. (INCLUDES CURB, SLOT 80 LF $ $ bBbC PAVEMENT,CMB, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT A 0.17' ASPHALT RUBBER 18 15 HOT MIX(ARHM-GG-C PG 64-16)WET 3,430 TN $ $ - PROCESS OVERLAY. C-2.31 ATLANTA AVENUE (BUSHARD-SURGE LN.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount CONSTRUCT NEW 0.50' B-PG 70-10 A.C. DEEP LIFT OVER 95%COMPACTED 19 16 SUBGRADE PRIOR TO PLACING 0.17' 185 TN $ $ m �1`10• LEVELING COURSE AND ARHM OVERLAY PER PLANS AND DETAIL ON SHEET 6. COLD MILL EXISTING A.C. PAVEMENT TO 20 17 A DEPTH OF 0.17' FROM EXISTING 271,835 SF $ O. 3b $ 11 $60! FINISHED SURFACE. REMOVE EXISTING A.C. PAVEMENT AND A.B. TO A DEPTH OF 0.50'AFTER COLD 21 18 MILL PER DETAIL ON SHEET 6 AND 5,000 SF $ $ MOO— COMPACT SUBGRADE PRIOR TO BASE COURSE. CONSTRUCT 0.17' B-PG 70-10 A.C. BASE 22 20 COURSE PRIOR TO PLACING 0.17'ARHM 3,800 TN $ $ Zb`18od - SURFACE COURSE. REPLACE WATER VALVE BOX ASSEMBLY 23 21 AND ADJUST TO GRADE PER HB STD 17 EA $ $ �V PLAN 612. FURNISH AND INSTALL NEW WATER 24 22 METER BOX AND COVER AND ADJUST TO 3 EA $ $ 3IS0. GRADE PER HB STD. PLANS 217 AND 601. FURNISH AND INSTALL COMPOSITE STORM DRAIN MANHOLE FRAME AND 8 EA $ `Zbb• - LPluii 25 23 COMPOSITE COVER AND ADJUST TO $At-6, 10M. GRADE PER HB STD PLAN 307(b). FURNISH AND INSTALL COMPOSITE 26 24 SEWER MANHOLE FRAME AND 2 EA $ ��%O, - $ 7iS7-Q COMPOSITE COVER AND ADJUST TO GRADE HB STD PLAN 513(b). INSTALL NEW DETECTOR LOOPS PER CITY STANDARD SPECIAL PROVISIONS FOR THE CONSTRUCTION OF TRAFFIC 27 30 SIGNALS AND LIGHTING SYSTEMS, 2005 43 EA $ $ tkb\", EDITION. SPLICE LOOPS TO DLC IN PULLBOX. BIKE LANE LOOPS AND ALL LOOPS AT LIMIT LINE SHALL BE TYPE "D". C-2.32 ATLANTA AVENUE (BUSHARD-SURGE LN.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount INSTALL TRUNCATED DOMES TO 28 31 EXISTING CURB ACCESS RAMP PER 2 EA $ CALTRANS STD. PLAN RSP A88A. REMOVE AND RECONSTRUCT CURB AND GUTTER PER HB STANDARD PLAN 202 29 37 (CF= 8")AND CONNECT TO EXISTING 750 LF $ $ 011 0- SIDEWALK PER DETAIL ON SHEET 4. (ITEM INCLUDES CMB, SLOT PAVEMENT AND LOT DRAIN). REMOVE AND RECONSTRUCT SIDEWALK, CURB AND GUTTER FOR DISABLED PARKING ACCESS PER PLAN AND 30 45 PLACEMENT OF BOLLARDS AND WHEEL 1 LS $ $ 0,000. STOPS TO MATCH STRIPING PLAN. (ITEM INCLUDES WHEEL STOPS, BOLLARDS, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT DRIVEWAY CURB SECTION AND CONNECT TO G 31 53 EXISTING DRIVEWAY APPROACH PER 30 LF $ DETAIL ON SHEET 6. (ITEM INCLUDES CMB AND, SLOT PAVEMENT) CONSTRUCT CURB ACCESS RAMP PER CALTRANS STD. PLAN RSP A88A FROM BCR TO ECR USING HORIZONTAL CURB CUTTING MACHINE AS SHOWN ON CURB RAMP DETAIL ON SHEET 6. (CASE 32 54 SHOWN ON PLAN). (INCLUDES ALL 6 EA $ $ APPURTENANCES, CURB CUTTING, SIDEWALK, DOMES, RETAINING CURB AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) Total Amount Bid in Figures: $ �1]�� I ,? d . Total Amount Bid in Words: C-2.33 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 opru 1 1 9@2f LONG BEACH ,-X.A;.IFCRNtA Date ` City State - Guf1+s P. B—CPV n III , beinQ t ,gANkorn, deposes and says that he or she is sir t of t' I' `' nOMPAN the party making the forego ng b d that the bid is not made in the mterest o ,or on t e behalf of,any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham;that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract;that all statements contained in the bid are true; and, further,that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. PALp, tqC DBA EXCEL PA\IING MiPANY Name of Bidder S' ature of Bidder Curtis . Brown III President 2230 LEMON AVE LONG BEACH,CA 9W Address of Bidder 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 F� 1 1010 before me, R. Covington, Notary Public eie mse name a ana tille OT tne Off cer personally appearedbly�s �- �7e&4*N who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/axa subscribed to the within instrument and acknowledged to me that he/&ig" executed the same in his/tftqkftir authorized capacity(ies), and that by his/hexkmxir 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. III Bitola loose Big 111116 R.COVINGTON WITNESS my hand and official seal. ,�� COMM.#2157907 NOTARY(PUBLIC-CALIFORNIA LOS ANGELES COUNTY :Ay C ffvnk ion Expires 06/24/2020 Notary Public Signature (Notary Public Seal) ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM This form complies with current California statutes regarding notary wording and, DESCRIPTION OF THE ATTACHED DOCUMENT if needed,should be completed and attached to the document.Acknowledgments from other states may be completed for documents being sent to that state so long f as the wording does not require the California notary to violate California notary law. (Title or description of attached document) • State and County information must be the State and County where the document signer(s)personally appeared before the notary public for acknowledgment. Date of notarization must be the date that the signer(s)personally appeared which (Title or description of attached document continued) must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her Number of Pages Document Date 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. he/she/they,is/ere)or circling the correct forms.Failure to correctly indicate this ❑ Individual (s) information may lead to rejection of document recording. )0( COrporate Officer • The notary seal impression must be clear and photographically reproducible. President 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. ❑ Partner(s) • Signature of the notary public must match the signature on file with the office of the county clerk. El t 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. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer,indicate the title(i.e.CEO,CFO,Secretary). 2015 Version www.NotaryClasses com 800-873-9865 9 Securely attach this document to the signed document with a staple. 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 ARTERIAL REHABILITATION OF GRAHAM ST, SLATER AVE (2-SEGMENTS), NEWLAND ST AND ATLANTA AVE, CC-1576, (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. PALP, INC DBA EXCEL PAVING COMPANY Contractor y Curtis P. Brown III President 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? 1 ❑ Yes hlJ No If the answer is yes, explain the circumstances in the space provided. 1* 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. PAM INC DBA EXCEL PALING COMPANY Contractor Z'z4�'--xz' 3L Curtis P Brown III President Title FEB 11 707n Date: C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder Name 2230 1_Eh.10N AVE LQWG BV-6H, CA `99996 Business Address City, State Zip ) 562) 599-5841 estimatLugg—exceI aving.neA Telephone Number STATE LIC#688659 Email Address State Con actor's License o. and ass N ON Original to Issued c I W10 Expiration Date I \ I�nI �� The work site was inspected byii t t ?"K of our office on Q UZO 201_. The following are persons, firms, and corporations having a principal interest in this proposal: PALP, ItiC DBA EXCEL PAVING uuNIP'MY Curtis P.Brown III President and Chief Executive UTTICOF Bavid-A.Br-Aker vice President and Chief Financial Off' cW Marcia S.Miller Secretary emssa A.Phillips Asst cacretary 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. PALP, N`C' DBA FXCFI_ PALING COMPANY Company Name ature of Bidder Curtis P_ Rrnwn III Ptis;u'-= Printed or Typed Signature C-8 NOTARY CERTIFICATE Subscribed and sworn to before me this_day of , 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 CALIFCFIN.A ) County of LOS AWELES ) On FE3 1 1 707P before me, ,(,'wmk) Month, Day, and Year Insert ame and Title of Notary personally appeared WN P. Brown III 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. AII ION 1111111111111111111116919111111L INGTON WITNESS my hand and official seal. a OR.C .#215 COMM.#t2157907 NOTARY PUBLIC-CAUFORNLA LOS ANGELES COUNTY My Commission Expires 00/24/202o Signature 1Q Signature of N t Pu I i c (PLACE NOTARY SEAL ABOVE) C-9 Bidder's Project History -3EE A TTA CHi6--D 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, proiect 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. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 2. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 3. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Provide additional project description to show similar work: C-10 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions,please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. I. \WKIE �WQs Name of proposed Project Manager Telephone No. of proposed Project Manager: 562) 599-5841 ZZ ATTACI��� 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. UL <P-X�wo" t—. Name of proposed Superintendent Telephone No. of proposed Superintendent:562) 599-5841 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 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771.1(a)), passed by the California State Senate on June 20,2014,established a new public works Contractor Registration Program,which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations(DIR). Currently the annual non-refundable registration fee for Contractors is $300. Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 http://www.dir.ca.gov/DLSE/PublicWorks/SB854FactSheet 6.30.14.pdf DIR's Contractor Registration Link—Call (844) 522-6734 https://efiling.dir.ca.gov/PWCR/ActionServlet?action=displayPWCRegistrationForm DIR's Contractor Registration searchable database: https://efiling.dir.ca.gov/PWCR/Search.action I am aware and will comply with the provisions of Labor Code Section 1771.1(a) which states: "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered 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. PALP. NO DBA EXCEL PAVING COMPANY Contractor B Curtis P. Brown III President gstyndinggDexcelpaving.net Email Title Date: FEB 11 7070 PWC Registration#:,ou 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. GRANTEE INFORMATION GRANTEE NAME: GRANT NUMBER: PRIMARY CONTACT NAME: CONTRACTOR INFORMATION CONTRACTOR NAME: PALP, INO DBA EXCEL PAVING COMPANY AUTHORIZED CONTRACTOR REPRESENTATIVE NAME: Curtis P. Brown III President MAILING ADDRESS: 2230 LEMON AVE LONG BEACH,CA 90806 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,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. Signatu — � --� Date FEB 11 z020 - ------- urtis P. Brown III 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 (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: l. 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 GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane CC NO. 1576 in the CITY OF HUNTINGTON BEACH February 4, 2020 Notice To All Bidders.- Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) Signing and Striping Plans - (Graham-2, Slater-2, Slater-1, Newland-2, Atlanta -2 = Total 8 pages) a. Traffic and Striping Plan sheets entitled "SIGNING AND STRIPING PLAN, GRAHAM STREET, SLATER AVENUE TO WARNER AVENUE", "SIGNING AND STRIPING PLAN, SLATER AVENUE FROM GOLDENWEST ST. TO GOTHARD ST.", "SIGNING AND STRIPING PLAN, SLATER AVENUE, FROM GOTHARD ST. TO BEACH BLVD.", "SIGNING AND STRIPING PLAN, NEWLAND STREET, YORKTOWN AVENUE TO GARFIELD AVENUE", and "SIGNING AND STRIPING PLAN, ATLANTA AVENUE, BUSHARD STREET TO SURGE LANE." Reason. The Signing and Striping Plans are part of the project documents for construction. 2) Section C —Correction to Bid Schedule C-2.6 (0 page) a. On Page C-2.6, Replace Unit"18" with "SF"for Graham Street Bid Item No. 26, it should read: Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount REMOVE AND REPLACE DRIVEWAY APPROACH IN KIND TO MATCH ADJACENT DRIVEWAY, GENERALLY, PER HB STD. PLAN 209 OR 211. (ITEM 4-8 26 39 INCLUDES ALL APPURTENANCES, 50 SF $ $ DEPRESSED CURB &GUTTER, SLOT PAVE, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) Reason. The typographical error can be corrected by crossing out the "18" and writing in "SF". Page 1 of 2 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane CC NO. 1576 in the CITY OF HUNTINGTON BEACH February 4, 2020 This is to acknowledge receipt and review of Addendum Number One ted above. r 8A / cXCEL PAYING COMPANY Company Name Curtis P Brown III 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. Page 2 of 2 2/10/2020 My Projects Construction Bidboard A Construction Information Company Search P My Projects ' My RFPs/RFQs Bid History Reports ' My Account�Support�WT.1s Bidding logout `My Projects _ ARTERIAL REHABILITATION OF GRAHAM ST, SLATER AVE (2-SEGMENTS), NEWLAND ST AND ATLANTA CC-1576 AVE, CC-1576 ItemsBid - Project �A :-?��iResults ®Revoke Bid Intent &Printable Project Summary (7)Post a Question Subject:ARTERIAL REHABILITATION OF GRAHAM ST,SLATER AVE(2-SEGMENTS),NEWLAND ST AND ATLANTA AVE,CC-1576 Posted by:James Wagner-City of "TYPOS IN BID SHEET UNITS INTWO PLACES" Huntington Beach Q:During the process we were notified of two unit typos in the bid sheets. 02/10/20 9:32:13 AM A:Please correct as follows: 1.Section C-Correction to Bid Schedule On Page C-2.6,Replace Unit"18"with"SF"for Graham Street Bid Item No.26. 02/10/20 (This was included in Addendum 1 issued 2/4/20)2.Section C-Correction to Bid Schedule On Page C-2.31, Replace Unit"LF"with"SF"for Atlanta 9:32:13 AM Avenue Bid Item No. 15.(Sent as an eBidboard message on 02/10/20,9:00 AM) ®Revoke Bid Intent to Printable Project Summary (7)Post a Question Home I About Us I Contact Us I Feedback I Terms and Conditions I Privacy Policy (c)2020,Construction Bidboard,Inc.All rights reserved. https://www.ebidboard.com/myprojects/project_ga.asp?projectguid={8B5EAE66-22DO-4397-A174-C24342667FF6}&StateCode=CA&County=&Name=... 1/1 t'Current Jobs Refe°rences (JAN 2020) Cont# Agency/Location Job Name/Location: Dates/Amount of Project 5686 City of San Fernando Annual Street Resurf. 07/2019- Current(2/2020) LF 117 Macneil St,San Fernando Ca $2,094,776.-Current Manuel Fabian 818)898-1243 mfabian@sfcity.org 5675 City of La Habra Whittier Blvd 06/2019- Current(7/2020) WP 1201 E.La Habra Blvd.La Habra,Ca $1,693,265.-Current Cesar Rangel 562-383-4158 crangel@lahabraca.gov 5679 City of Calabasas Street Resurfacing 06/2019- 9/2019 DR 100 Civic Center Way,Calabasas,Ca. $868,932.-$864,336. Benjamin Chan 818-224-1677 bchan@cityofcalabasas.com 5680 City of Laguna Beach Zone 1 Slurry 06/2019-10/2019 WP 505 Forest Ave,Laguna Beach,Ca $1,216,729.-967,285 Alpha Santos 949-497-0729 asantos@lagunabeachcity.net 5638 City of Lawndale Inglewood Ave St Impvts 02/2019-Current DL 114717 Burin Ave Lawndale,Ca $1,216,729.-Current Kahono Oei 310-973-3266 koei@lawndalecity.org 5664 City of Paramount Arterial Street Resurf. 05/2019- 10/2019 MP 16400 Colorado Ave,Paramount,Ca. $714,417.-737,040 Rick Patynik 562-908-6200 Patynikrus@icloud.com 5674 City of Huntington Beach Arterial Street Rehab. 06/2019- Current MP 2000 Main St,Huntington Beach,Ca $2,916,192.-Current Joe Fuentes 714-536-5431 Jfuentes@surfcity-hb.org 5646 City of Santa Monica Annual Paving 03/2019- Current(4/2020) DL 1645 Main St, Santa Monica,Ca. $3,987,565.-Current Jason Hoang 310-548-8411 jason.hoang@smgov.net III i I! Fill 5614 City of Baldwin Park Frazier St lmpvts 01/2018- 06/2019 WP 114403 E.Pacific Ave,Baldwin Park,Ca. $1,027,054-1,213,157 Chase Fidler 626-960-4011 ext 473 Cfidler@baldwinpark.com 5553 City of Compton Street Pvmnt Rehab 02/2019- 9/2019 DL 205 S.Willowbrook Ave,Compton,Ca. $1,610,000- John Strickland 310-605-5500 istickland@coptoncity.org 5432 City of Inglewood Century Blvd Mobility 07/2018- Current(2/2020) DR One Manchester Blvd,Inglewood Ca $18,422,376.-$Current Albert Mendoza 213-847-4776 amendoza@citvofinglewood.ors 5565 Burbank-Pasadena Airport Airport Parking Gates 04/2018- 5/2019 DD 2627 Hollywood Wy Bldg 9 Burbank Ca $3,147,872.-$3,196,038. Karen Sepulveda 818-565-1305 Ksepulveda@bur.org 5545 City of Commerce Pavement Rehab 2/2018- 4/2019 BJ 2535 Commerce Wy,Commerce,Ca $3,736,161.-$4,076,141 Ali Cayir 323-722-4805 ali.cavir@transtech.org 5432 City of Los Angeles Century Blvd Extension 06/2017- 11/2018 DR 1149 S.Braodway,Los Angeles,Ca $12,866.081-13,351,236 Alvaro Prada 213-847-4776 alvaro.prada@lacity.org 5566 City of Glendale Kenneth Rd Rehab 04/2018- 11/2018 f 1613 E.Broadway,Glendale,CA 91206 $1,228,619-$1,302,975 Arthur Asaturyan 818-548-3945 aasaturyan@glendaIeca.gov • 5556 City of San Clemente Calle Miguel St rehab 02/2018- 7/2018 TC 1910 Calle Negocio#100,San Clemente,Ca $736,431.-$728,756. Gary Vaborsky 949-361-8200 vaborskv@san-clemente.org 5453 lCity of Rancho Santa Margarita Annual Res.Overaly 04/2017-05/2017 DD 22112 El Paseo,Rancho Santa Margarita,Ca $429,872.-$422,155. Wilson Levng 949-635-1800 Wlevng@cityofrsm.org 5456 Burbank-Pasadena Airport Runway 15-33 04/2017-1/2018 DD 2627 Hollywood Wy Bldg 9,Burbank Ca $9,334,568-$9,242,840. Karen Sepulveda 818-565-1305 ksepulveda@bur.org 5443 1 City of Lynwood Long Beach Blvd 02/2017- 10/2017 BJ 1130 Bullis Rd.Lynwood Ca $2,283,063-1,739,861 Nick Sevine 310-318-0661 nsevin@Iynwood.ca.us 5469 Rancho Palos Verdes Miraleste Dr 05/2017- 12/2017 BJ 30940 Hawthorne Blvd,Rancho Palos Verdes,Ca $ 1,624,411-1,725,586. Charles Eden 310-544-5282 Charlese@rpyca/goy 5463 City of Lomita Narbonne Ave 05/2017- 11/2017 BJ 24300 Narbonne Ave,Lomita Ca 90717 $1,019,007-$1,056,728. Monduer Saied 310-325-7110 m.saied@lomitacitv.org 5468 City of Walnut Amar Rd Rehab 05/2017- 10/2017 BJ 121201 La Puente Rd,Walnut Ca $3,120,020.-$3,105,532. Branden Chen 909-594-9702 bchenrkagroup.com 5387 City of Glendale Prop 84 Green Streets 05/2017- 10/2017 TC 613 E.Broadway,Glendale,CA 91206 $2,223,985-2,419,868 h Saarkis Oganesyan 818-548-3945 soganesyan@glendaleca.gov 5343 C/O Torrance N.Wells Field Impry 04/12/2016-10/2017 (RecycledWater&Domestic Water KC 3031 Torrance Blvd,Torrance,CA 90503 Imprv) $2,164,034.-$2,205,998 John Dettle 310-618-5990 jdettle@torranceCA.GOV I i I �I I Bond No. Bid Bond BID BOND The American Institute of Architects, AIA Document No.A310(February, 1970 Edition) KNOW ALL MEN BY TBESE PRESENTS,that we PALP Inc.dba Excel Paving Company as Principal hereina$er called the Principal,and Federal Insurance Company a corporation duly organized underthe laws of the state of Indiana as Surety, hereinafter called the Surety, are held and firmly bound UntO __Cif 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 Surely,bind ourselves,our heirs,emxutors,administrators,successors and assigns,jointly and severally,firmly by these presents. WHEREAS,the Principal has submitted a bid for Various Streets Resurfacing(CC1576) NOW,1HEREF01M 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 sur Ity for the faithfirl performance of such Contract and for the prompt payment of labor and material fimshed in the prosecution thereog or m the event of the failure of the Principal to enter such Contract and give such bond or bonds,if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect. Signed and sealed this 27th day of January , 2020 PALP Inc.dba Excel Paving Company Witness Principal (sea) MARCIA S. MILLER, CORP. SECRETARY By. urtis P. Brown III President Namerfide Federal Insurance Company Surely (Sql) Douglas A app Attorney-in-Fact ORSC 21328(3/97) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange ) On January 27, 2020 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(*) is/"le subscribed to the within instrument and acknowledged to me that he/ek@ wy executed the same in his it authorized capacity(ieve , and that by his/NeW6 eiosignature(*) 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. 5�, OF'�F DEBRA SWANSON WITNESS my hand and official seal. N W� " " COMM. #2170759 ;0 =� o NOTARY PUBX-CALIFORMA p�= ORANGE COUNTY N MY COMM,EXP.NOV 10,2020 Signature _. ,� -� � y"� (Seal) Chubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 cNues 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—-----_____W--- ---------W______�__.___a_____ 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 modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 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 swom, 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 Attorney 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 S.A KATHERINE J.ADELAAR p1(rtRY NOTARY PUBLIC OF NEW JFkSF1 �� Ne,2316685 CamM"On Expires July 16,2014 PU �� V Notary Public A'+z1A1 J'E� 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"Companies'do hereby certify that (1) the foregoing extract of the By-Laws of the Companies is true and correct, (i) 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 We,correct and in full force and effect Given under my hand and seals of said Companies at Warren,NJ this 27th day of January,2020. �r1PAM�a .,,5urwrc�co �DIANI ♦ItRp� ;AEgrYop�s l�fi!/rc+li!� LY 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: surety@chubb.com Form 15-10-0225B-U (Ed.5-03) CONSENT 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 FFiR 1 1 707<< before me, R. Covington, Notary Public , ere insen name and Due o e o wer personally appeared Curtis P. Brown III and Marcia S. Miller , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Ware subscribed to the within instrument and acknowledged to me that hl akielthey executed the same in I /their authorized capacity(ies), and that by htskmx/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. �nunnnu��nri��rt����nnnnuu� WITNESS m hand and official seal. = R.COMM.#21579 A y o ~� _ M.#2157907 Co - NOTARY PUBLIC-CAUFORNIA i LOS ANGELES COUNTY C My Commission Expires 06/24/2020 tttitl Notary Public Signature (Notary Public Seal) ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM This form complies with current California statutes regarding notary wording and, DESCRIPTION OF THE ATTACHED DOCUMENT if needed,should be completed and attached to the document.Acknowledgments from other states may be completed for documents being sent to that state so long as the wording does not require the California notary to violate California notary law. (Title or description of attached document) • State and County information must be the State and County where the document signer(s)personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s)personally appeared which (Title or description of attached document continued) must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her Number of Pages Document Date 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. he/she/tlw),-is/ere)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 form. ❑ Partner(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. ❑ Indicate the capacity claimed by the signer.If the claimed capacity is a corporate officer,indicate the title(i.e.CEO,CFO,Secretary). 2015 Version www.NotaryClasses.com 800-873-9865 • Securely attach this document to the signed document with a staple. PALP, INC DBA,EXCEL PAVING ?30 I_E@AON AVF LONG BEACH, CA 90806 n C4 leg �l l� e Z OD City of Huntington Beach {,. 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachca.gov Office of the City Clerk Robin Estanislau, City Clerk August 14, 2020 SHAMAN 12240 Woodruff Avenue Downey, CA 90241 RE: Arterial Rehabilitation of Graham St., Slater Ave., Newland St. and Atlanta Ave. - CC No. 1576 Enclosed please find your original bid bond for CC-1576. Sincerely, � �&�4444 � Robin Estanislau, CIVIC City Clerk RE:ds Enclosure Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand SECTION C PROPOSAL for the constriction of GRAH ATM STREET REHABILITATION from Slater Avenue to N' arner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENI'E REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane CC No. 1.576 in the CITY OF HUNTINGTON BEACH TO THE HONOR-ABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids, the urndersigned hereby proposes and agrees to perforn all the work therein described,and to fin nish 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 Hiuitington Beach. The tmdersigned agrees to perforn 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 urrdersigrned agrees to complete the work within 105 working days,starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon carefirl examination of the work site, plans, specifications, Instnictioiis to Bidders and all other contract docuunents. If this proposal is accepted for award.BIDDER agrees to enter into a contract with AGENCY at the tuiit and/or hemp 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 ANTY ITEM FROM THE CONTRACT. It is agreed that the unlit and/or hump ruin prices bid include all appuulenant expenses, taxes. royalties. fees. etc.. and will be guaranteed for a period of sixty days fi-oun the bid opening date. If at such C-1 time the contract is not awarded,the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may,at the AGENCY'S option,be considered mull and void. Accompanying this proposal of bid, find UDDERS EQW in the amount o Uio �I' }t� 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: Adde►ula 1'o. Date Received _Ws Signature C-2 LIST OF SUBCONTFUCTORS hi accordance with Government Code Section 4104. the Bidder shall set forth the uaine and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount hi 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 Nante and Address of State Class DIR PVN'C Dollar %of Item(s) Subcontractor License Registration 4 Amount Contract Number $yA�/ups SGp(crvr Qa��n� Mac1G'�S S3t2 CypKss s} �%306 Y -4A31 10000014-'G i36t000.� 2.2.C s U. to24n Sq,% 569352- A,C.42 l000003363 190,000 Z Ct JK<�� \r kke.l 1 C.4 MCW4tAr L C0nCct1C. a//��w w viceWlt %JA 3gy47j AC-.b 10voocG1W �20,000 11. Az iASG Ch CQ`i[�«114 P M FFCs��owwt �r1�. SSA t� IQOG2 Sa.. est .dart -7A39o7 ,c-to 100037-7 609 40,a oo CAG2o 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 listiria. 2. That the AGENCY will be fin-nislied copies of all subcontracts entered into and bonds fiuuislied by subcontractor for this project. C-i SECTION C PROJECT BID SCHEDULE GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane CC No. 1576 PROJECT BASE BID: Graham St, Slater Ave 2-se s .Newland Ave and Atlanta Ave. Rehab C-2.1 to C-2.33 ITEM 1. Graham Street Rehabilitation 945 , y22 . S-10 IN FIGURES ITEM 2. Slater Avenue Rehabilitation(Goldenwest to Gothard) 1,2GS, 2,8`1 IN FIGURES ITEM 3. Slater Avenue Rehabilitation(Gothard to Beach Blvd.) if IN FIGURES ITEM 4. Newland Avenue Rehabilitation IN FIGURES ITEM 5 Atlanta Avenue Rehabilitation $ 1,�31IG75 .S IN FIGURES BASE BID TOTAL LUMP St.TM BID(TOTAL FOR ITEMS 1, 2,3,4 & 5) S (0 359 ,qGG. s BASIS OF A`N'ARD IN FIGURES C-2.1 SECTION C PROJECT BID SCHEDULE GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from YorktoKm Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane CC No. 1576 GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue CC NO. 1576 c, GRAHAM STREET (SLATER-WARNER) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount 1 -- MOBILIZATION 1 LS $ q0, ` q0 e� 2 - - TRAFFIC CONTROL PLAN 1 LS $ 15,000. $ 61000, On �b 3 - - FURNISH PROJECT TRAFFIC CONTROL 1 LS $ 110, 000. $ I10,000. 4 FURNISH AND INSTALL SIGNING AND 1 LS $ 0.7. STRIPING y� O $ 40, PROJECT SPECIFIC WPCP (WATER 5 - - POLLUTION CONTROL PLAN) TO 1 LS $ 5,000. $ �,o0o• ADDRESS CONSTRUCTION BMP'S. INSTALL AND MAINTAIN CONSTRUCTION °= 6,000 6 _ BMP'S PER APPROVED WPCP. 1 LS $ ISr 000 $ FURNISH AND INSTALL ZEBRON, SANCON oq f 7 OR CITY APPROVED EQUAL COATING ON 4 EA $ 2.,000- $ 8,000 THE NEW CONCRETE INSIDE OF AGENCY SEWER MANHOLE RING REMOVE EXISTING, FURNISH AND INSTALL NEW TRAFFIC PULL BOX PER CALTRANS STD. ES-8 & HB STD. PLAN 422 AND ADJUST TO GRADE. PULL BOXES °= 0� 8 - - W/FIBERLYTE LID SHALL BE "CHRISTY 3 EA $ 11000. $ 3,000 FIBERLYTE" OR AGENCY APPROVED EQUAL. SIZE PER PLAN. LOCATION IS TO BE DETERMINED BY AGENCY. (ASSUMED QUANTITY FOR BIDDING PURPOSE). REMOVE TREE AND ROOTS; GRIND TREE STUMP AND ROOTS TO 24" BELOW TOP 9 2 OF SIDEWALK/GRADE. PULLOUT ALL 21 EA ROOTS WITHIN PROPOSED °_ IMPROVEMENTS. Z1000 C-2.3 GRAHAM STREET (SLATER-WARNER) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount FURNISH AND PLANT NEW 24" BOX STRAWBERRY TREE STANDARD TRUNK PER HB STD. PLANS 714, 715, 716, 718 & 719 AS SHOWN ON PLANS. CITY STREET TREE SUPERVISOR OR THE AGENCY'S REPRESENTATIVE SHALL DETERMINE TREE LOCATION (ITEM INCLUDES REMOVAL OF EXISTING LANDSCAPING, 10 3 BUSHES OR GROUND COVER AND 10 EA IRRIGATION TO A DEPTH OF 24" BELOW ,ZOO �� 000. TOP OF GRADE TO ACCOMMODATE NEW TREE; REPLACING DAMAGED OR REMOVED IRRIGATION IN KIND; BACKFILLING WITH CLASS A TOP SOIL AND INSTALLATION OF ARBOR-GARD OR AGENCY APPROVED EQUAL AROUND TREE WELL). REMOVE AND RECONSTRUCT SIDEWALK PER HB STD. PLAN 207 AND AS MODIFIED ON PLANS. (INCLUDES OVER EXCAVATION OR FILL FOR CHANGE IN GRADE, RE-GRADE FROM WALK TO 11 5 EXISTING SLOPE, RELOCATING 5,240 SF $ iJ• $ 7 2�400. IRRIGATION TO BACK OF NEW WALK, RETURN LANDSCAPING TO PRE- CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CURB AND GUTTER PER HB STD. PLAN 202 (CF= 8"). 12 6 (ITEM INCLUDES CMB, SLOT PAVEMENT 190 LF $ �� $ ��j�300. AND LOT DRAIN). REMOVE AND RECONSTRUCT CATCH BASIN APRON TRANSITION WING, SUMP CONDITION, PER HB STD. PLANS 301 AND o4 00 13 13 302. (INCLUDES CURB, SLOT 30 LF $ 50. .� $ ` oo PAVEMENT,CMB, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT A 0.21' ASPHALT RUBBER O'. 00 14 15 HOT MIX (ARHM-GG-C PG 64-16) WET 2,505 TN $ 130, $ 2OO,C{OO.® PROCESS OVERLAY. C-2.4 GRAHAM STREET (SLATER-WARNER) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount CONSTRUCT NEW 0.17' B-PG 70-10 A.C. DEEP LIFT OVER 95% COMPACTED of 2 ,,,, 15 16 SUBGRADE PRIOR TO PLACING 0.21' 325 TN $ 100• $ JZ,�G /• LEVELING COURSE AND ARHM OVERLAY PER PLANS. COLD MILL EXISTING A.C. PAVEMENT TO A DEPTH OF 0.17' FROM EXISTING 16 17 SURFACE AND COLD MILL 0.21'ADJACENT 117,035 SF $ $ TO CURB AND GUTTER SECTION AND TAPER TO ZERO FROM I V FROM GUTTER EDGE PER DETAIL SHEET 6.) REMOVE EXISTING A.C. PAVEMENT AND 0 o� 17 18 A.B. TO A DEPTH OF 0.17' AFTER COLD 24,810 SF $ $ M MILL PER PLANS CONSTRUCT 0.17' B-PG 70-10 A.C. BASE 00 18 20 COURSE PRIOR TO PLACING 0.17'ARHM 1,475 TN $ n� $ i to, SURFACE COURSE. REPLACE WATER VALVE BOX ASSEMBLY r7 co 00 19 21 AND ADJUST TO GRADE PER HB STD. 4 EA $ !00• $ 2l SOO. PLAN 612. FURNISH AND INSTALL COMPOSITE o' all 20 23 STORM DRAIN MANHOLE FRAME AND 1 EA $ 1,000. $ 2,000. COMPOSITE COVER AND ADJUST TO GRADE PER HB STD. PLAN 307(b). FURNISH AND INSTALL COMPOSITE 0 SEWER MANHOLE FRAME AND 21 24 COMPOSITE COVER AND ADJUST TO 8 EA $ 2-100 , $ ( 1ow. GRADE HB STD. PLAN 513(b). INSTALL TRUNCATED DOMES TO DO C,O 22 31 EXISTING CURB ACCESS RAMP PER 2 EA $ t,(000. $ 2r coo CALTRANS STD. PLAN RSP A88A. C-2.� GRAHAM STREET (SLATER-WARNER) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount FURNISH AND PLANT NEW 10' BROWN TRUNK HEIGHT(BTH) WINDMILL PALM TREE PER HB STD. PLANS 714, 715, 716, 718 & 719 AS SHOWN ON PLANS. CITY STREET TREE SUPERVISOR OR THE AGENCY'S REPRESENTATIVE SHALL DETERMINE TREE LOCATION. (ITEM 00 INCLUDES REMOVAL OF EXISTING — ao 23 34 LANDSCAPING, BUSHES OR GROUND 6 EA $ 300W. $ U3,ODQ. COVER AND IRRIGATION TO A DEPTH OF 24" BELOW TOP OF GRADE TO ACCOMMODATE NEW TREE; REPLACING DAMAGED OR REMOVED IRRIGATION IN KIND; BACKFILLING WITH CLASS A TOP SOIL AND INSTALLATION OF ARBOR- GARD OR AGENCY APPROVED EQUAL AT BASE OF NEW TREE). FILL EXISTING 2.5' X 4'TREE WELL WITH �o 24 35 CONCRETE PER HB STD. PLAN 207 FOR 20 SF $ �. $ �oW SIDEWALKS. FURNISH AND PLANT NEW CARISSA PROSTRATA 5 GALLON SIZE PLANT PER LANDSCAPE SPECIFICATIONS. PLACE 5 GALLON PLANTS AT 3-FOOT SPACING BETWEEN PLANTS AND ADD 3-INCHES OFF od 25 36 MULCH OVER PLANTED AREA. (ITEM 24 EA $ °��• $ ��Li INCLUDES REMOVAL OF EXISTING LANDSCAPING, BUSHES OR GROUND COVER; REPLACING DAMAGED OR REMOVED IRRIGATION IN KIND; AND BACKFILLING WITH CLASS A TOP SOIL). REMOVE AND REPLACE DRIVEWAY APPROACH IN KIND TO MATCH ADJACENT DRIVEWAY, GENERALLY, PER HB STD. SF PLAN 209 OR 211. (ITEM INCLUDES ALL 26 39 APPURTENANCES, DEPRESSED CURB & 50 60• GUTTER, SLOT PAVE, AND ALL ITEMS S NECESSARY TO COMPLETE THE WORK IN PLACE.) C-2.6 GRAHAM STREET (SLATER-WARNER) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount COLD MILL 0.21'ADJACENT TO GUTTER 00 27 43 EDGE AND TAPER TO ZERO AT 11' FROM 40,135 SF i `1��l35• -- GUTTER EDGE PER DETAIL SHEET 6) RELOCATE POST OFFICE MAILBOX BY UPSP. CONTACT ROBERT SANCHEZ, o0 4� 28 44 1 EA USPS STATION MANAGER. WARNER00, AVENUE HB AT 714-843-4200 ADJUST SEWER BOX ASSEMBLY TO v� oe 29 51 2 EA GRADE PER HB STD. PLAN 612. Z'000, 060• CONSTRUCT CURB ACCESS RAMP PER CALTRANS STD. PLAN RSP A88A FROM BCR TO ECR. UNLESS NOTED OTHERWISE. USING HORIZONTAL CURB CUTTING MACHINE AS SHOWN ON CURB 30 54 RAMP DETAIL ON SHEET 6. (CASE 6 EA 3 ��Doa. $ 000• SHOWN ON PLAN). (INCLUDES ALL APPURTENANCES. CURB CUTTING. SIDEWALK, DOMES, RETAINING CURB AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) Total Amount Bid in Figures- $ T45 LA22. .............................s: �J', 1` nS ,,.,,,,,,. .,41^(,..,..,.,.,,11 .��, ......,�2'A:n,A...'„1&&f.........�,5�,J.H. . Total Amount Bid in Word ,,,,,,,,,,,,,,,,,,,,,,,, ,,,,,,,,,,,,,,,,,,,"' ,, C-2.7 SECTION C PROJECT BID SCHEDULE GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REIABILITATION from Goldenwest Street to Gothard Avenue SLATER AN'ENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWL A_ND AZENt-?E REHABILITATION from York--to,%vn Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane SLATER AVENUE REHABILITATION FROM GOLDENWEST TO GOTHARD CC NO. 1576 C-2.8 SLATER AVENUE (GOLDENWEST-GOTHARD) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount 1 - MOBILIZATION 1 LS is 7ai�0 S 70,OGi7. 2 -- TRAFFIC CONTROL PLAN 1 LS $ 51000. $ 5,000 °D 0J 3 - - FURNISH PROJECT TRAFFIC CONTROL 1 LS $ 12,000. ~ $ 70, ocn FURNISH AND INSTALL SIGNING AND 4 STRIPING 1 LS $ 20, 2O $ ODO. PROJECT SPECIFIC WPCP (WATER 02 5 -- POLLUTION CONTROL PLAN)TO 1 LS S �-0 $ 10,000. �— ADDRESS CONSTRUCTION BMP'S. INSTALL AND MAINTAIN CONSTRUCTION 02 6 BMP'S PER APPROVED WPCP. 1 LS $ ��?000. S �,000 FURNISH AND INSTALL ZEBRON, SANCON OR CITY APPROVED EQUAL COATING ON aO 7 THE NEW CONCRETE INSIDE OF AGENCY 6 EA $ 2-,000. $ Q,000. SEWER MANHOLE RING INSTRUCTOR AND COURSE MATERIALS FOR JUST IN TIME TRAINING (JITT) PER PROJECT SPECIFICATIONS APPENDIX K. (INSTRUCTOR SHALL BE EXPERIENCED IN 8 THE CONSTRUCTION METHODS. 1 LS $ ( 0(;b• , $ 1,000. MATERIALS AND TEST METHODS ASSOCIATED WITH FULL DEPTH RECLAMATION (FDR) PROJECTS). REMOVE EXISTING, FURNISH AND INSTALL NEW TRAFFIC PULL BOX PER CALTRANS STD. ES-8& HB STD. PLAN 422 AND ADJUST TO GRADE. PULL BOXES oa 9 -- W%FIBERLYTE LID SHALL BE "CHRISTY 3 EA S ,dOy. $ 3,d00, FIBERLYTE" OR AGENCY APPROVED EQUAL. SIZE PER PLAN. LOCATION IS TO BE DETERMINED BY AGENCY. (ASSUMED QUANTITY FOR BIDDING PURPOSE). C-2.9 SLATER AVENUE (GOLDENWEST-GOTHARD) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount REMOVE TREE AND ROOTS; GRIND TREE STUMP AND ROOTS TO 24" BELOW TOP o o0 10 2 OF SIDEWALK/GRADE. PULL OUT ALL 3 EA $ 3,000. $ 9,000. ROOTS WITHIN PROPOSED IMPROVEMENTS. FURNISH AND PLANT NEW EASTERN REDBUD 24" BOX STANDARD TRUNK TREE PER HB STD. PLANS 714, 715. 716. 718& 719 AS SHOWN ON PLANS. THE TREE LOCATION SHALL BE DETERMINED BY CITY STREET TREE SUPERVISOR OR DELEGATE. (ITEM INCLUDES EXISTING 010 1 11 3 LANDSCAPE AND IRRIGATION REMOVAL 3 EA $ 3,000• $ 000. TO ACCOMMODATE NEW TREE: REPLACEMENT OF IRRIGATION IN KIND: BACKFILLING WITH CLASS A TOP SOIL AND INSTALLATION OF ARBOR-GARD OR APPROVED EQUAL AROUND THE TREE WELL) SAWCUT AND REMOVE EXISTING SIDEWALK AT EXISTING TREE LOCATION AND CONSTRUCT TREE WELL WITH SIDEWALK PER DETAIL ON SHEET 2. (ITEM INCLUDES REMOVAL OF SIDEWALK. 12 4 6 LF OF NEW SIDEWALK, NON-CHEMICAL 2 EA $ ,5� ° $ l oao. 1 e WEED CONTROL BARRIER TO BE DUPONT LANDSCAPE MAX OR APPROVED EQUAL AND MULCH.) REMOVE AND RECONSTRUCT SIDEWALK PER HB STD. PLAN 207 AND AS MODIFIED ON PLANS. (INCLUDES OVER EXCAVATION OR FILL FOR CHANGE IN GRADE, RE-GRADE FROM WALK TO 00 .. 13 5 EXISTING SLOPE.. RELOCATING 5.460 SF $ �Z' $ 6S,SZO, IRRIGATION TO BACK OF NEW WALK, RETURN LANDSCAPING TO PRE- CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CURB AND GUTTER PER HB STD. PLAN 202 (CF= 8"). o� eo 14 6 625 LF $ 7CJ. $ (ITEM INCLUDES CMB, SLOT PAVEMENT AND LOT DRAIN). C-2.I0 SLATER AVENUE (GOLDENWEST-GOTHARD) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount REMOVE AND RECONSTRUCT CURB ACCESS RAMP, DEPRESSED CURB,AND GUTTER PER CALTRANS STD. PLAN RSP A88A FROM SCR TO ECR. (CASE SHOWN ON PLAN). (INCLUDES ALL .o 15 7 APPURTENANCES, CURB GUTTER, 9 EA $ (0�000• $ 54.000. DEPRESSED CURB. SIDEWALK, DOMES. RETAINING CURB, CMB, SLOT PAVEMENT, AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT DRIVEWAY AS MODIFIED (PER DETAIL ON SHEET 4). DIMENSIONS "W"AND ONSITE IMPROVEMENT"L (PCC OR AC)" SHALL BE PER PLAN. (ITEM INCLUDES HIGH EARLY a eo cao 16 10 STRENGTH CONCRETE PER 1.140 SF SPECIFICATIONS. ALL APPURTENANCES, DEPRESSED CURB& GUTTER, ONSITE IMPROVEMENT, RETAINING CURB, SLOT PAVE. AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CROSS GUTTER PER LIMITS SHOWN ON PLAN PER HB STD. PLAN 205. (INCLUDES eo 17 11 CONCRETE CURB. SPANDRELS, 3.990 SF S Z4 $ 95, 7W. TRANSITIONS. SLOT PAVEMENT. CMB. AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CATCH BASIN APRON TRANSITION WING. SUMP CONDITION. PER HB STD. PLANS 301 AND eo 18 13 302. (INCLUDES CURB. GUTTER, SLOT 35 LF $ �� $ �,�rj0• ` PAVEMENT,CMB. AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT A 0.17' FIBER REINFORCED ASPHALT RUBBER HOT MIX (ARHM-GG-C 19 15 PG 64-16)WET PROCESS OVERLAY. 1.735 TN $ �q• $ ���,��5- CONSTRUCT NEW 0.46' FIBER REINFORCED B-PG 70-10 A.C. BASE po �n 20 16 COURSE OVER 95%COMPACTED 905 TN $ g�7. $ ��o,��• SUBGRADE PRIOR TO 0.17'ARHM OVERLAY PER PLANS. C-2.11 SLATER AVENUE (GOLDENWEST-GOTHARD) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount COLD MILL EXISTING A.C. PAVEMENT TO o eo 21 17 A DEPTH OF 0.34' FROM FINISHED 8.645 SF $ SURFACE. REMOVE EXISTING A.C. PAVEMENT TO A DEPTH OF 0.63' FROM NEW FINISHED yo oa 22 18 SURFACE AND COMPACTED SUBGRADE 26,470 SF $ 3• $ -79,4(0• PRIOR TO BASE COURSE PER PLANS PER DETAIL ON SHEET 4. PULVERIZE AND MIX EXISTING A.C. PAVEMENT AND SUBGRADE TO A DEPTH OF 1.34'; REMOVE 0.34' OF PULVERIZED 23 19 MATERIAL: ADD CEMENT AND WATER AS 101,840 SF $ 1. SPECIFIED IN PROJECT SPECIFICATIONS TO A DEPTH OF 1.00'; ALLOW C.T.B. SECTION TO CURE THEN MICRO-CRACK. CONSTRUCT 0.17' FIBER REINFORCED B- 24 20 PG 70-10 A.C. BASE COURSE PRIOR TO 1 A00 TN $ �9 $ ��J�',600•f' PLACING 0.17'ARHM SURFACE COURSE. REPLACE WATER VALVE BOX ASSEMBLY ,� 25 21 AND ADJUST TO GRADE PER HB STD. 17 EA $ "1�, _ $ t?, 800. PLAN 612. FURNISH AND INSTALL COMPOSITE 26 23 STORM DRAIN MANHOLE FRAME AND 2 EA $ 2-,000• $ 4,000. 00 COMPOSITE COVER AND ADJUST TO GRADE PER SPECIFICATIONS. FURNISH AND INSTALL COMPOSITE oao 27 24 SEWER MANHOLE FRAME AND 11 EA $ Z,000. $ 2.2.,moo. COMPOSITE COVER AND ADJUST TO GRADE PER SPECIFICATIONS. ADJUST OCSD SEWER MANHOLE TO GRADE, PER OCSD STD. PLANS S-053.. S- e_• o0 28 25 054& S-055. CONTRACTOR TO 11 EA $ Z•' $ 2,100. COORDINATE WITH BILL GILBERT AT (714) 478-6465. C-2.12 SLATER AVENUE (GO LDENWEST-GOTHARD) CC-1576 PROJECT BID SCHEDULE 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 29 30 SIGNALS AND LIGHTING SYSTEMS.2005 46 EA $ 3o0• $ i7;$aV• EDITION. SPLICE LOOPS TO DLC IN PULLBOX. BIKE LANE LOOPS AND ALL LOOPS AT LIMIT LINE SHALL BE TYPE"D-. INSTALL TRUNCATED DOMES TO a, 30 31 EXISTING CURB ACCESS RAMP PER 1 EA $ 1,Oop. $ t'000- CALTRANS STD. PLAN RSP A88A. REMOVE AND RECONSTRUCT DRIVEWAY CURB SECTION AND CONNECT TO 31 53 EXISTING DRIVEWAY APPROACH PER 20 LF S $ i,&)0• DETAIL ON SHEET 4. (ITEM INCLUDES CMB AND. SLOT PAVEMENT) OVER EXCAVATE SOFT SUBBASE WHEN ENCOUNTERED BY CONTRACTOR AND o0 32 -- VERIFIED BY AGENCY. THIS ITEM IS FOR 90 CY $ go. $ 81100. UNIT PRICING WHEN SOFT SOIL IS ENCOUNTERED. FURNISH LABOR, EQUIPMENT, AND INSTALL GEOGRID FOR SOFT SUB BASE eo STABILIZATION IF ENCOUNTERED BY 09 33 - - CONTRACTOR AND APPROVED BY 2.000 SF $ 3- $ �,b6cg. AGENCY. THIS ITEM IS FOR UNIT PRICING WHEN SOFT SOIL IS ENCOUNTERED. ADD CEMENT (TN)TO PULVERIZED MATERIAL IF INSTRUCTED BY ENGINEER o0 34 -- TO INCREASE THE MINIMUM AMOUNT 60 TN $ I00. — $ 6,000. REQUIRED BY SPECIFICATION (ASSUMED QUANTITY FOR BIDDING PURPOSE). FURNISH AND INSTALL CMB WHEN SOFT SUBBASE IS ENCOUNTERED BY o0 35 CONTRACTOR AND VERIFIED BY AGENCY. 75 CY $ 1 Do• J $ 75,eo. THIS ITEM IS FOR UNIT PRICING WHEN SOFT SOIL IS ENCOUNTERED. Total Amount Bid in Figures: S �'�S 2` n , �'— Total Amount Bid in Words: M,\\,�, ti� r S �'we C-2.13 SECTION C PROJECT BID SCHEDULE GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane CC-1576 SLATER AVENUE REHABILITATION FROM GOTHARD TO BEACH BLVD CC NO. 1576 C-2.14 SLATER AVENUE (GOTHARD-BEACH BLVD.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount 00 00 1 MOBILIZATION 1 LS S '2 0� _ $ 70,Oc o. 2 - TRAFFIC CONTROL PLAN 1 LS S 5,OQ9. $ S,000. 3 - FURNISH PROJECT TRAFFIC CONTROL 1 LS S -]cam,goo. $ 70,Off_ 4 FURNISH AND INSTALL SIGNING AND STRIPING 1 LS S 2S,oGn. $ 25"DOO. �¢ PROJECT SPECIFIC WPCP (WATER 5 -- POLLUTION CONTROL PLAN)TO 1 LS S St Ooo. $ 5,000. 1 ADDRESS CONSTRUCTION BMP'S. 6 INSTALL AND MAINTAIN CONSTRUCTION 1 LS S S��d• S S,b00• BMP'S PER APPROVED WPCP. FURNISH AND INSTALL ZEBRON. SANCON OR CITY APPROVED EQUAL COATING ON 7 EA S ^� $ 2 D� THE NEW CONCRETE INSIDE OF AGENCY SEWER MANHOLE RING INSTRUCTOR AND COURSE MATERIALS FOR JUST IN TIME TRAINING (JITT) PER PROJECT SPECIFICATIONS APPENDIX K. 8 (INSTRUCTOR SHALL BE EXPERIENCED IN 1 LS S 1 aoo• $ +,OoO THE CONSTRUCTION METHODS. MATERIALS AND TEST METHODS ASSOCIATED WITH FULL DEPTH RECLAMATION (FDR) PROJECTS). REMOVE EXISTING, FURNISH AND INSTALL NEW TRAFFIC PULL BOX PER CALTRANS STD. ES-8 & HB STD. PLAN 422 AND ADJUST TO GRADE. PULL BOXES 9 -- W/FIBERLYTE LID SHALL BE "CHRISTY 3 EA S 7oO FIBERLYTE" OR AGENCY APPROVED EQUAL. SIZE PER PLAN. LOCATION IS TO BE DETERMINED BY AGENCY. (ASSUMED QUANTITY FOR BIDDING PURPOSE). C-2.15 SLATER AVENUE (GOTHARD-BEACH BLVD.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Descri tion Quantity Unit Price Amount REMOVE AND RECONSTRUCT SIDEWALK PER HB STD PLAN 207 AND AS MODIFIED ON PLANS. (INCLUDES OVER EXCAVATION OR FILL FOR CHANGE IN GRADE, RE-GRADE FROM WALK TO o4 eo 10 5 EXISTING SLOPE, RELOCATING 4,500 SF S �. $ IRRIGATION TO BACK OF NEW WALK, RETURN LANDSCAPING TO PRE- CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CURB AND 11 6 GUTTER PER HB STD. PLAN 202(CF= 8"). 310 LF S (ITEM INCLUDES CMB. SLOT PAVEMENT AND LOT DRAIN). 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 eQ e 12 7 APPURTENANCES. CURB GUTTER. 5 EA S ' S 3o, DEPRESSED CURB, SIDEWALK, DOMES. RETAINING CURB. CMB. SLOT PAVEMENT. AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT NEW COMMERCIAL DRIVEWAY APPROACH USING HIGH EARLY STRENGTH CONCRETE PER HB STD. PLAN 211. MATCH EXISTING IMPROVEMENTS TO GRADE. DIMENSIONS 13 8 "R". "W"AND ONSITE IMPROVEMENT"L 2.875 SF S (PCC OR AC)" SHALL BE PER PLAN. (INCLUDES ALL DEPRESSED CURB & GUTTER, ONSITE IMPROVEMENTS. SLOT PAVE. AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT PARTIAL CROSS GUTTER PER LIMITS SHOWN ON PLAN AND PER STD PLAN 205 AND CONNECT TO EXISTING SIDEWALK PER 14 12 PLAN. (INCLUDES CONCRETE CURB, 4.005 SF S 25. �— $ �C70, SPANDRELS, CURB RAMPS, IF SHOWN. TRANSITIONS. SLOT PAVEMENT, CMB. AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) C-2.16 SLATER AVENUE (GOTHARD-BEACH BLVD.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount REMOVE AND RECONSTRUCT CATCH BASIN APRON TRANSITION WING, SUMP CONDITION, PER HB STD PLANS 301 AND 15 13 302. (INCLUDES CURB, SLOT 20 SF $ °� $ PAVEMENT,CMB, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT A 0.17' FIBER REINFORCED o� 16 15 ASPHALT RUBBER HOT MIX (ARHM-GG-C 2.450 TN PG 64-16) WET PROCESS OVERLAY. CONSTRUCT NEW 0.75' FIBER REINFORCED B-PG 70-10 A.C. BASE 2 17 16 COURSE OVER 95% COMPACTED 2,675 TN $ �� I$ 2 ,375, SUBGRADE PRIOR TO 0.17 ARHM OVERLAY PER DETAIL SHEET 2. COLD MILL EXISTING A.C. PAVEMENT TO 18 17 A DEPTH OF 0.34' FROM FINISHED 7,820 SF $ $ 6164o, SURFACE. COLD MILL EXISTING A.C. PAVEMENT TO A DEPTH OF 0.92' FROM FINISHED 19 18 SURFACE AND COMPACTED SUBGRADE 48,035 SF $ J, $ 144 PRIOR TO BASE COURSE PER DETAIL SHEET 2. PULVERIZE AND MIX EXISTING A.C. PAVEMENT AND SUBGRADE TO A DEPTH OF 1.51'; REMOVE 0.34' OF PULVERIZED �20 ®� 20 19 MATERIAL; ADD CEMENT AND WATER AS 138,545 SF $ $ SPECIFIED IN PROJECT SPECIFICATIONS TO A DEPTH OF 1.1T; ALLOW C.T.B. SECTION TO CURE THEN MICRO-CRACK. CONSTRUCT 0.17 FIBER REINFORCED B- �'. •• 21 20 PG 70-10 A.C. BASE COURSE PRIOR TO 1,875 TN $ $ �$5, PLACING 0.17'ARHM SURFACE COURSE. REPLACE WATER VALVE BOX ASSEMBLY 22 21 AND ADJUST TO GRADE PER HB STD 25 EA $ 400, $ i y/ovo. PLAN 612. C-2.17 SLATER AVENUE (G©THARD-BEACH BLVD.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount FURNISH AND INSTALL NEW WATER 23 22 METER BOX AND COVER AND ADJUST TO 3 EA 00 400. to- GRADE PER HB STD. PLANS 217 AND 601. FURNISH AND INSTALL COMPOSITE 24 23 STORM DRAIN MANHOLE FRAME AND 4 EA $ Z�OoO, $ j, • =� COMPOSITE.COVER AND ADJUST TO GRADE PER HB STD PLAN 307(b), FURNISH AND INSTALL COMPOSITE SEWER MANHOLE FRAME AND 25 24 COMPOSITE COVER AND ADJUST TO 13 EA $ b4.Z $ 2,�oi0�. GRADE HB STD PLAN 513(b). ADJUST OCSD SEWER MANHOLE TO GRADE, PER OCSD STD. PLANS S-053, S- .° 26 25 054, S-055,AND S-055A. CONTRACTOR TO 12 EA $ Z�• $ 21 Liao. COORDINATE WITH BILL GILBERT AT(71'4) 478-6465. INSTALL NEW DETECTOR LOOPS PER CITY STANDARD SPECIAL PROVISIONS FOR THE CONSTRUCTION OF TRAFFIC eL 27 30 SIGNALS AND LIGHTING SYSTEMS,2005 30 EA $ 300, $ groon. EDITION. SPLICE LOOPS TO DLC IN PULLBOX. BIKE LANE LOOPS AND ALL LOOPS AT LIMIT LINE SHALL BE TYPE"D". INSTALL TRUNCATED DOMES TO 28 31 EXISTING CURB ACCESS RAMP PER 9 EA $ 1,000, $ 9,000, CALTRANS STD.PLAN RSP A88A. FURNISH AND PLANT NEW CARISSA PROSTRATA 5 GALLON SIZE PLANT PER LANDSCAPE SPECIFICATIONS. PLACE 5 GALLON PLANTS AT 3-FOOT SPACING BETWEEN PLANTS AND ADD 3-INCHES OF +° o 29 36 MULCH OVER PLANTED AREA. (ITEM 36 EA S �S• $ 3��IZO• INCLUDES REMOVAL OF EXISTING LANDSCAPING, BUSHES OR GROUND COVER; REPLACING DAMAGED OR REMOVED IRRIGATION IN KIND;AND BACKFILLING WITH CLASS A TOP SOIL). C-z.1s SLATER AVENUE (GOTHARD-BEACH BLVD.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Descri tion Quantity Unit Price Amount REMOVE AND RECONSTRUCT CURB AND GUTTER PER HB STANDARD PLAN 202 ZZ 30 37 (CF= 8")AND CONNECT TO EXISTING 467 LF S -7 $ 3`k SIDEWALK PER DETAIL ON SHEET 4. (ITEM INCLUDES CMB. SLOT PAVEMENT AND LOT DRAIN). REMOVE AND REPLACE DRIVEWAY APPROACH IN KIND TO MATCH ADJACENT DRIVEWAY PER HB STD. PLAN 209 OR 211 31 39 AS MODIFIED. (ITEM INCLUDES ALL 1,500 SF W APPURTENANCES, DEPRESSED CURB & $ 3�1,544 GUTTER, SLOT PAVE. AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) FURNISH AND PLANT NEW 15 GALLON SIZE ROSES, MATCHING EXISTING VARIETY: PER LANDSCAPE SPECIFICATIONS. PLACE 15 GALLON PLANTS IN 1-ROWS AT 5-FOOT SPACING 00 32 40 BETWEEN PLANTS AND ADD 3-INCHES OF 28 EA S $ MULCH OVER PLANTED AREA. (ITEM INCLUDES REMOVAL OF EXISTING LANDSCAPING. BUSHES OR GROUND COVER: REPLACING DAMAGED OR REMOVED IRRIGATION IN KIND: AND BACKFILLING WITH CLASS A TOP SOIL). FURNISH AND INSTALL 6-FT HEIGHT GALVANIZED VINYL-COATED STEEL t 33 41 CHAIN-LINK FENCE PER APWA STANDARD 250 LF S D. $ ZZ,Soo. PLAN 600-3 FURNISH AND INSTALL RESIDENTIAL CHAIN LINK FENCE ROLLING GATE 6-FT x en oa 34 42 12-FT: GALVANIZED VINYL-COATED STEEL 2 EA $ dOGt CHAIN-LINK FENCE GATE PER APWA STANDARD PLAN 600-3.. C-2.19 SLATER AVENUE (GOTHARD-BEACH BLVD.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount IMPORT SUITABLE MATERIAL(CLASS A SOIL WITH A MINIMUM S.E. VALUE OF 30) AND SMOOTH GRADE IN AREA NEXT TO eg o0 35 46 SIDEWALK AND DRIVEWAYS (INCLUDES 30 CY S I50• $ 4;5oo. COMPACTION TO 95%, EQUIPMENT AND MATERIAL, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE). REMOVE AND DISPOSE OF EXCESS MATERIAL AND GRADE 2:1 IN AREA NEXT TO SIDEWALK AND DRIVEWAY(INCLUDES - '= 36 47 COMPACTION TO 95%, EQUIPMENT, 30 CY S � y $ 3 2 DISPOSAL. AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE). 37 48 RAISE SINGLE CHECK VALVE VAULT TO 1 EA S 2-1000, $ 21L'700- GRADE PER CITY OF HB STD PLAN 625 REMOVE CONCRETE AND FURNISH/INSTALL CLASS A TOP SOIL AND 38 49 FURNISH/PLANT DWARF FESCUE SOD 410 SF S Z.q 6'"• $ ��, I4• (INCLUDES, EQUIPMENT, DISPOSAL AND ALL ITEMS NECESSARY TO COMPLETE WORK IN PLACE). OVER EXCAVATE SOFT SUBBASE WHEN ENCOUNTERED BY CONTRACTOR AND e• o� 39 -- VERIFIED BY AGENCY. THIS ITEM IS FOR 90 CY S (D©• $ UNIT PRICING WHEN SOFT SOIL IS ENCOUNTERED. FURNISH LABOR, EQUIPMENT, AND INSTALL GEOGRID FOR SOFT SUB BASE STABILIZATION IF ENCOUNTERED BY 40 -- 2,000 SF $ IO. $ 2.4,opD• CONTRACTOR AND APPROVED BY AGENCY. THIS ITEM IS FOR UNIT PRICING WHEN SOFT SOIL IS ENCOUNTERED. ADD CEMENT (TN)TO PULVERIZED MATERIAL IF INSTRUCTED BY ENGINEER 41 - - TO INCREASE THE MINIMUM AMOUNT 60 TN S (00• $ REQUIRED BY SPECIFICATION (ASSUMED QUANTITY FOR BIDDING PURPOSE). C-2.20 SLATER AVENUE (GOTHARD-BEACH BLVD.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount FURNISH AND INSTALL CMB WHEN SOFT SUBBASE IS ENCOUNTERED BY 0.0 42 CONTRACTOR AND VERIFIED BY AGENCY. 75 CY (00, s 7 THIS ITEM IS FOR UNIT PRICING WHEN SOFT SOIL IS ENCOUNTERED. 1 .. Total Amount Bid in Fi ures: �too � Total Amount Bid in Words: 0�- M,� ion �'�uen� ndret� h 40"3w - C-2.21 SECTION C PROJECT BID SCHEDULE GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER ANTENLTE REHABILITATION from GoldenSvest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from YorktoNvn Street to Garfield Street and ATLANTA AVENTTE REHABILITATION from Bushard Street to Surge Lane CC-1576 NEWLAND AVENUE REHABILITATION FROM YORKTOWN TO GARFIELD CC NO. 1576 C-2.2z NEWLAND STREET (YORKTOWN-GAR FIELD) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount 1 -- MOBILIZATION 1 LS $ �"i���• $ • 2 0� ao 2 - - TRAFFIC CONTROL PLAN 1 LS $ 7t000• $ 3r . 3 - - FURNISH PROJECT TRAFFIC CONTROL 1 LS $ 7b,Ow• $ -7O axe c„ 4 FURNISH AND INSTALL SIGNING AND 1 LS $ 5,0��' ,S STRIPING $ 'coo' PROJECT SPECIFIC WPCP (WATER 2 1 po 5 - - POLLUTION CONTROL PLAN)TO 1 LS $ 3,0OO• $ 000• ADDRESS CONSTRUCTION BMP'S. _ _ INSTALL AND MAINTAIN CONSTRUCTION 6 BMP'S PER APPROVED WPCP. 1 LS FURNISH AND INSTALL ZEBRON. SANCON 2 �, 7 OR CITY APPROVED EQUAL COATING ON 4 EA $ 7i000, $ 121000. THE NEW CONCRETE INSIDE OF AGENCY SEWER MANHOLE RING REMOVE EXISTING, FURNISH AND INSTALL NEW TRAFFIC PULL BOX PER CALTRANS STD. ES-8 & HB STD. PLAN 422 AND ADJUST TO GRADE, PULL BOXES 8 - W/FIBERLYTE LID SHALL BE "CHRISTY 3 EA SD, $ FIBERLYTE" OR AGENCY APPROVED EQUAL, SIZE PER PLAN. LOCATION IS TO BE DETERMINED BY AGENCY. (ASSUMED QUANTITY FOR BIDDING PURPOSE). REMOVE TREE AND ROOTS; GRIND TREE STUMP AND ROOTS TO 24" BELOW TOP 9 2 OF SIDEWALK/GRADE. PULL OUT ALL 23 EA $ Z SoO. $ 57,Sari• ROOTS WITHIN PROPOSED IMPROVEMENTS. C-2.23 NEWLAND STREET (YORKTOWN-GARFIELD) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount FURNISH AND PLANT NEW EASTERN RED BUD 24" BOX STANDARD TRUNK TREE PER HB STD. PLANS 714. 715, 716. 718& 719 AS SHOWN ON PLANS. THE TREE LOCATION SHALL BE DETERMINED BY CITY STREET TREE SUPERVISOR OR DELEGATE. (ITEM INCLUDES EXISTING ; Z00 q.0 o0 10 3 LANDSCAPE AND IRRIGATION REMOVAL 23 EA S $ 2-�,400• TO ACCOMMODATE NEW TREE: REPLACEMENT OF IRRIGATION IN KIND: BACKFILLING WITH CLASS A TOP SOIL AND INSTALLATION OF ARBOR-GARD OR APPROVED EQUAL AROUND THE TREE WELL) SAWCUT AND REMOVE EXISTING SIDEWALK AT EXISTING TREE LOCATION AND CONSTRUCT TREE WELL WITH SIDEWALK PER DETAIL ON SHEET 6. e: 11 4 (ITEM INCLUDES REMOVAL OF SIDEWALK. 24 EA $ do O $ 213/8CO• 6 LF OF NEW SIDEWALK. NON-CHEMICAL WEED CONTROL BARRIER TO BE DUPONT LANDSCAPE MAX OR APPROVED EQUAL AND MULCH.) REMOVE AND RECONSTRUCT SIDEWALK PER HB STD. PLAN 207 AND AS MODIFIED ON PLANS. (INCLUDES OVER EXCAVATION OR FILL FOR CHANGE IN GRADE, RE-GRADE FROM WALK TO o•12 5 EXISTING SLOPE, RELOCATING 7.035 SF $ 2© r $ 4 0,700. IRRIGATION TO BACK OF NEW WALK. RETURN LANDSCAPING TO PRE- CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CURB AND GUTTER PER HB STD. PLAN 202(CF= 8"). 4• 13 6 (ITEM INCLUDES CMB. SLOT PAVEMENT, 1.325 LF S $ to5,350. � REPAINTING OF CURB ADDRESSES, AND LOT DRAIN). C-2.24 NEWLAND STREET (YORKTOWN-GARFIELD) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount 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 1�211 14 7 APPURTENANCES. CURB GUTTER. 2 EA $ $ boo• DEPRESSED CURB. SIDEWALK, DOMES, RETAINING CURB, CMB, SLOT PAVEMENT, AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CATCH BASIN APRON TRANSITION WING, SUMP CONDITION. PER HB STD. PLANS 301 AND �� o 15 13 302. (INCLUDES CURB. GUTTER, SLOT 60 LF $ $ 3,000. PAVEMENT,CMB.. AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT A 0.17' ASPHALT RUBBER 00 00 16 15 HOT MIX (ARHM-GG-C PG 64-16)WET 1,990 TN $ C10• $ r7q,100 PROCESS OVERLAY. COLD MILL EXISTING A.C. PAVEMENT TO u° 17 17 A DEPTH OF 0.17' FROM EXISTING 162,250 SF $ 0 , $ 64,9w. SURFACE. CONSTRUCT VARIABLE DEPTH B-PG 70-10 a, 18 20 A.C. LEVELING COURSE PRIOR TO 780 TN $ I0� S 7�,Oo0 PLACING 0.17'ARHM OVERLAY PER PLANS AND DETAIL ON SHEET 6. REPLACE WATER VALVE BOX ASSEMBLY 19 21 AND ADJUST TO GRADE PER HB STD. 29 EA $ 00, $ 400. PLAN 612. FURNISH AND INSTALL COMPOSITE 20 23 STORM DRAIN MANHOLE FRAME AND 4 EA $ z,OOa, $ �;000 COMPOSITE COVER AND ADJUST TO GRADE PER HB STD. PLAN 307(B). FURNISH AND INSTALL COMPOSITE SEWER MANHOLE FRAME AND A' 1 21 24 COMPOSITE COVER AND ADJUST TO 9 EA $ Z� aea' $ GRADE PER HB STD. PLAN 513(B). C-2.25 NEWLAND STREET (YORKTOWN-GARFIELD) CC-1576 PROJECT BID SCHEDULE 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 00 o0 22 30 SIGNALS AND LIGHTING SYSTEMS, 2005 20 EA $ $ 6,d00. EDITION. SPLICE LOOPS TO DLC IN PULLBOX. BIKE LANE LOOPS AND ALL LOOPS AT LIMIT LINE SHALL BE TYPE "D". FURNISH AND PLANT NEW 10' BROWN TRUNK HEIGHT (BTH) WINDMILL PALM TREE PER HB STD. PLANS 714, 715, 716, 718 &719 AS SHOWN ON PLANS. CITY STREET TREE SUPERVISOR OR THE AGENCY'S REPRESENTATIVE SHALL DETERMINE TREE LOCATION. (ITEM INCLUDES REMOVAL OF EXISTING a° e� 23 34 LANDSCAPING, BUSHES OR GROUND 1 EA $ 000 $ 8,0w. COVER AND IRRIGATION TO A DEPTH OF 24" BELOW TOP OF GRADE TO ACCOMMODATE NEW TREE; REPLACING DAMAGED OR REMOVED IRRIGATION IN KIND; BACKFILLING WITH CLASS A TOP SOIL AND INSTALLATION OF ARBOR- GARD OR AGENCY APPROVED EQUAL AT BASE OF NEW TREE). REMOVE AND RECONSTRUCT CURB AND GUTTER PER HB STD. PLAN 202 (CF= 8") 24 37 AND CONNECT TO EXISTING SIDEWALK PER DETAIL ON SHEET 6. (ITEM INCLUDES 345 LF $ $ CMB, SLOT PAVEMENT, REPAINTING OF CURB ADDRESSES, AND LOT DRAIN). REMOVE STUMP AND ROOTS (NOT A TREE AT THIS LOCATION BUT A STUMP); o0 0,0 25 38 GRIND TREE STUMP AND ROOTS TO 24" 1 EA $ goo, $ BELOW TOP OF SIDEWALK/GRADE. PULL OUT ALL ROOTS WITHIN PROPOSED IMPROVEMENTS. REMOVE AND REPLACE DRIVEWAY APPROACH IN KIND TO MATCH ADJACENT DRIVEWAY PER HB STD. PLAN 209 OR 211 AS MODIFIED. (ITEM INCLUDES ALL 7 F 26 39 APPURTENANCES, DEPRESSED CURB & 175 SF $ .ado, $ ' ,SSO. GUTTER, SLOT PAVE, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) C-2.2G NEWLAND STREET (YORKTOWN-GARFIELD) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount ADJUST WATER MANHOLE TO GRADE °-� 27 50 PER HB STD. PLAN 306 3 EA $ i,QQQ, $ tea. PROTECT IN PLACE CATHODIC PROTECTION TEST STATION. CALL ANDY + +-I 28 52 FERRIGNO AT (714) 536-5291 BEFORE 4 EA $ 1�000• o $ �I,�00. PROJECT COMPLETION FOR INSPECTION OF CATHODIC PROTECTION TEST STATIONS. 00 Total Amount Bid in Fi ures $ �36 E '' .................._....................................................I.._._.............., ......................................,,,,_...,..._ .. ...._....,..................................... ,,,._........................._........-._....................._._.-.................._..............................._,._............................... Total Amount Bid in Words: �)�m �u�c�c�& -,�C St ouICA - C-2.27 SECTION C PROJECT BID SCHEDULE GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane CC-1576 ATLANTA AVENUE REHABILITATION FROM BUSHARD TO SURGE LANE CC NO. 1576 c-2.28 ATLANTA AVENUE (BUSHARD-SURGE LN.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount 1 - - MOBILIZATION 1 LS $ Z r .., $ j0,oa-)- 1 2 -- TRAFFIC CONTROL PLAN 1 LS $ 3,o00 $ 3,too. • off. 3 - - FURNISH PROJECT TRAFFIC CONTROL 1 LS $ �O� $ yQ, FURNISH AND INSTALL SIGNING AND ^� 4 - - STRIPING 1 LS $ YD,odO. $ 4,9, Coe " PROJECT SPECIFIC WPCP (WATER 5 -- POLLUTION CONTROL PLAN) TO 1 LS $ 3,000. $ 3,00a ADDRESS CONSTRUCTION BMP'S. INSTALL AND MAINTAIN CONSTRUCTION (- 6 _ BMP'S PER APPROVED WPCP. 1 LS $ �00. $ b00• FURNISH AND INSTALL ZEBRON, SANCON o0 7 OR CITY APPROVED EQUAL COATING ON 1 EA $ 3,00©• �� $ 3,000• THE NEW CONCRETE INSIDE OF AGENCY SEWER MANHOLE RING REMOVE EXISTING, FURNISH AND INSTALL NEW TRAFFIC PULL BOX PER CALTRANS STD. ES-8 & HB STD. PLAN 422 AND ADJUST TO GRADE. PULL BOXES 8 -- W/FIBERLYTE LID SHALL BE "CHRISTY 3 EA $ �' $ ���( o� FIBERLYTE"OR AGENCY APPROVED EQUAL. SIZE PER PLAN. LOCATION IS TO BE DETERMINED BY AGENCY. (ASSUMED QUANTITY FOR BIDDING PURPOSE). REMOVE TREE AND ROOTS, GRIND TREE STUMP AND ROOTS TO 24" BELOW TOP oo _ 9 2 OF SIDEWALK/GRADE. PULLOUT ALL 4 EA $ 2r500• so $ to,000. ROOTS WITHIN PROPOSED IMPROVEMENTS. C-2.29 ATLANTA AVENUE (BUSHARD-SURGE LN.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount FURNISH AND PLANT NEW 24" BOX TREE PER HB STD. PLANS 714, 715, 716, 718 & 719 AS SHOWN ON PLANS. THE TREE LOCATION AND SPECIES SHALL BE DETERMINED BY CITY STREET TREE SUPERVISOR. (ITEM INCLUDES EXISTING 00 vo 10 3 LANDSCAPE AND IRRIGATION REMOVAL 5 EA $ t,2Q0 $ Io,OQ�• TO ACCOMMODATE NEW TREE; REPLACEMENT OF IRRIGATION IN KIND, BACKFILLING WITH CLASS A TOP SOIL AND INSTALLATION OF ARBOR-GARD OR APPROVED EQUAL AT BASE OF NEW TREE) SAWCUT AND REMOVE EXISTING SIDEWALK AT EXISTING TREE LOCATION AND CONSTRUCT TREE WELL WITH SIDEWALK PER DETAIL ON SHEET 4. o0 00 11 4 (ITEM INCLUDES REMOVAL OF SIDEWALK, 11 EA 000. $ l (900. 6 LF OF NEW SIDEWALK, NON-CHEMICAL WEED CONTROL BARRIER TO BE DUPONT LANDSCAPE MAX OR APPROVED EQUAL AND MULCH.) REMOVE AND RECONSTRUCT SIDEWALK PER HB STD PLAN 207 AND AS MODIFIED ON PLANS. (INCLUDES OVER EXCAVATION OR FILL FOR CHANGE IN GRADE, RE-GRADE FROM WALK TO 12 5 EXISTING SLOPE, RELOCATING 7,250 SF $ ? $ dS�irjGb• IRRIGATION TO BACK OF NEW WALK, RETURN LANDSCAPING TO PRE- CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CURB AND 13 6 GUTTER PER HB STD. PLAN 202 (CF= 8"). 550 LF $ o� $ �Z,gat"I. .r (ITEM INCLUDES CMB, SLOT PAVEMENT AND LOT DRAIN). C-2.30 ATLANTA AVENUE (BUSHARD-SURGE LN.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount 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 o� 14 7 APPURTENANCES, CURB GUTTER, 9 EA $ �,®Ot7 DEPRESSED CURB, SIDEWALK, DOMES, RETAINING CURB, CMB, SLOT PAVEMENT, AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT NEW COMMERCIAL DRIVEWAY APPROACH USING HIGH EARLY STRENGTH CONCRETE PER HB STD. PLAN 211. MATCH EXISTING IMPROVEMENTS TO GRADE. DIMENSIONS 15 8 "R", "W"AND ONSITE IMPROVEMENT"L 1,425 $ $ 35,6Z5 (PCC OR AC)" SHALL BE PER PLAN. (INCLUDES ALL DEPRESSED CURB & GUTTER, ONSITE IMPROVEMENTS, SLOT PAVE, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CROSS GUTTER PER HB STD. PLAN 205 AND CURB RAMPS PER CALTRANS STD PLAN RSP A88A, CASE SHOWN ON PLAN). o� 2t t ov 16 11 (INCLUDES CURB RAMPS, CONCRETE 1,500 SF $ ? $ 7`t,s�- '— CURBS, SPANDRELS, TRANSITIONS, SLOT PAVEMENT, CMB, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CATCH BASIN APRON TRANSITION WING, SUMP CONDITION, PER HB STD PLANS 301 AND 04 17 13 302. (INCLUDES CURB, SLOT 80 LF $ $ PAVEMENT,CMB, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT A 0.17' ASPHALT RUBBER 00 oe 18 15 HOT MIX(ARHM-GG-C PG 64-16)WET 3,430 TN $ $ 368,7or�. PROCESS OVERLAY. C-2.31 ATLANTA AVENUE (BUSHARD-SURGE LN.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount CONSTRUCT NEW 0.50' B-PG 70-10 A.C. DEEP LIFT OVER 95% COMPACTED 19 16 SUBGRADE PRIOR TO PLACING 0.17' 185 TN $ 00• $ 1815oo• LEVELING COURSE AND ARHM OVERLAY PER PLANS AND DETAIL ON SHEET 6. COLD MILL EXISTING A.C. PAVEMENT TO 30 S� 20 17 A DEPTH OF 0.17 FROM EXISTING 271,835 SF $ V • r $ FINISHED SURFACE, REMOVE EXISTING A.C. PAVEMENT AND A.B. TO A DEPTH OF 0.50'AFTER COLD ono 21 18 MILL PER DETAIL ON SHEET 6 AND 5,000 SF $ COMPACT SUBGRADE PRIOR TO BASE COURSE. CONSTRUCT 0,17' B-PG 70-10 A.C. BASE ao 1. ,o 22 20 COURSE PRIOR TO PLACING 0.17'ARHM 3,800 TN $ $ 3So,oco SURFACE COURSE. REPLACE WATER VALVE BOX ASSEMBLY moo, 23 21 AND ADJUST TO GRADE PER HB STD 17 EA $ �00• $ 8,5oo. PLAN 612. FURNISH AND INSTALL NEW WATER oc 24 22 METER BOX AND COVER AND ADJUST TO 3 EA $ 500• $ 115T' GRADE PER HB STD. PLANS 217 AND 601. FURNISH AND INSTALL COMPOSITE STORM DRAIN MANHOLE FRAME AND 25 23 COMPOSITE COVER AND ADJUST TO 8 EA $ 2-,000• $ 0,000, GRADE PER HB STD PLAN 307(b). FURNISH AND INSTALL COMPOSITE o0 ��t 26 24 SEWER MANHOLE FRAME AND 2 EA $ 2/000• COMPOSITE COVER AND ADJUST TO $ �11000. GRADE HB STD PLAN 513(b). INSTALL NEW DETECTOR LOOPS PER CITY STANDARD SPECIAL PROVISIONS FOR THE CONSTRUCTION OF TRAFFIC o0 0• 27 30 SIGNALS AND LIGHTING SYSTEMS. 2005 43 EA $ � $ IZ.,g4V, EDITION. SPLICE LOOPS TO DLC IN PULLBOX. BIKE LANE LOOPS AND ALL LOOPS AT LIMIT LINE SHALL BE TYPE "D". C-2.32 ATLANTA AVENUE (BUSHARD-SURGE LN.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount INSTALL TRUNCATED DOMES TO ` ov 28 31 EXISTING CURB ACCESS RAMP PER 2 EA $ 1,poo " $ 2,wo. CALTRANS STD. PLAN RSP A88A. REMOVE AND RECONSTRUCT CURB AND GUTTER PER HB STANDARD PLAN 202 29 37 (CF= 8")AND CONNECT TO EXISTING 750 LF $ —(7 $ �gis� • SIDEWALK PER DETAIL ON SHEET 4. (ITEM INCLUDES CMB, SLOT PAVEMENT AND LOT DRAIN). REMOVE AND RECONSTRUCT SIDEWALK, CURB AND GUTTER FOR DISABLED PARKING ACCESS PER PLAN AND sv PLACEMENT OF BOLLARDS AND WHEEL 30 45 STOPS TO MATCH STRIPING PLAN. (ITEM 1 LS $ `1,000, $ INCLUDES WHEEL STOPS, BOLLARDS, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT DRIVEWAY CURB SECTION AND CONNECT TO o0 31 53 EXISTING DRIVEWAY APPROACH PER 30 LF $ 90• — $ 11500. DETAIL ON SHEET 6. (ITEM INCLUDES CMB AND, SLOT PAVEMENT) CONSTRUCT CURB ACCESS RAMP PER CALTRANS STD. PLAN RSP A88A FROM BCR TO ECR USING HORIZONTAL CURB CUTTING MACHINE AS SHOWN ON CURB RAMP DETAIL ON SHEET 6. (CASE / vo 6 ov 32 54 SHOWN ON PLAN). (INCLUDES ALL 6 EA $ �o,00J. $ 3 D� APPURTENANCES, CURB CUTTING, SIDEWALK, DOMES, RETAINING CURB AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) S° Total Amount Bid in Figures: $ 1 iU 3! Total Amount Bid in Words: ( �� \� , ,ea,� - cep ,K (�„p k���«560 _ Se C-2.33 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 ,04�yq ,at Vwisel , GA Date Ci & State SHAWN A.SMffH being first duly sworn, deposes and says that he or she is Rrosident of 5VQw ynVk 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 iu 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 tnie; 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 inforuration 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. SHAWNAN Name of Bidde� Y S- atuue of idder Shawn A Smiltt President 40 Woodruff Ave. Downey, CA W241 Address of Bidder C-4 CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT i 1 (} { 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. s ` _ tl i State of California } € I i I County of Los Angeles_ } FEB 0 -0 2020 On before me, Jose L. Medrano, Notary Public li personally appeared _Shawn A. Smith and nobody else i who proved to me on the basis of satisfactory evidence to be the personXwhose !, name is subscribed to the within instrument and acknowledged to me that t he sf hey executed the same i pis' n"ram authorized capacity(06), and that by I signatureXon the instrument the person' or the entity upon behalf of which the person�eacted, executed the instrument. i I certify under PENALTY OF PERJURY under the laws of the State of California that { i the foregoing paragraph is true and correct. ld JOSE L. MEDRANO I WITNE S my han and official seal. COMM, #2175742 z I 6 Notary Public • California o z Las Angeles County � I M Comm,Expires Dec.16 2020 j a c ignat re (Notary Public Seal) I 1 I D I ONAL OPTION_AL_IiVFORMATION 1NS1 RI CTIONS FOR CONIPI.ETING THIS FORM I 1 h.s fw'm cangvres$dolt can ent Caitfonow states regarding notar v wording and. DESCRIPTION OF THE ATTACHED DOCUMENT +J needed,should be completed and attached it)the drxr unwnt.Acknarrdedgments from other states may he ronypirted for docuntents heatg seta to that state so long as the wording does nor require the("ahfitntia notary to violate California notary law I (Title or description of attached document' • State and County information must be the State and county where the document i signer(s)personally appeared beliwc the notary public for acknowledgment i • Date of notarization must be the dale that the signer(s)personally appeared which (Title a description of attached document continued) must also be the same date the acknowledgment is completed • The notary pu'tlic must print his or her name as it appears w7thin his or her } Number of Pages Document Date commission followed by a comma and then your title cnoWn public). I u. -- - • print the name(s)of document signer(s) who personally appear at the time of _ - noterizauon CAPACITY CLAIMED BY THE SIGNER • Indicate the correct stngulat or plural forms by erns-sing off incorrect forms(i c 1 tWshe/*e- is late)or circling the correct a lons Failure to correctly indicate this { © Individual(s} information niay lead to resection of document recording (F I 1-1 Corporate Officer • fire notair seal impression must be cleat and photographicaIN reproducibic ¢ i Impression must not coyct text or lines. If seal impression smudges.re-seal if a (Title) sufficient area permits,otherwise complete a different acknowledgment form i I © Partner(s) SiViature.of the notary public must melon the sit[riature on file with the office of the ccumty clerk. i © Attorney-in-Fact , Additional infoimation is not required but could help to ensure this { Ll Trustee(s) itcknowlydanent it nut misuscd or attached to a different document f i Other Indicate title or Type of attached document.number of pages and date I JIndicate the capactq claoned by the signo IS the claimed eapacny is a 1 corporate officer indicate the title(i.e.C.F.O.CFO,Secretary) sorrel+this dvcurnvrrt to the stgncd d+Jr anmcrit with a staple. i E UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH,CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that m the performance of the work specified in the contract, known as the ARTERIAL REHABILITATION OF GRAHAM ST, SLATER AVE (2-SEGMENTS), NEWLAND ST AND ATLAN;TA AVE, CC-1576, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8,California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the ha.ards involved." T1re undersigned also prounised 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 fiuther 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 assume compliance by any said subcontractor or subcontractors with the requirements contained herein. SHAWNAKV Contractor Y By Shawn A SM tt►, presidont Title Date: FEB 0 6 2020 C DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162,the Bidder shall complete,tuider 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 �rNo If the answer is yes,explain the circtumstances in the space provided. NIA 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 conunencuig the performance of the work of this contract. SHAWNAN Contactor By Shawn A SMO. Pf®sidont Title Date: FEB 0 6 2020 C-7 BIDDER'S INFORNUTION BIDDER certifies that the following information is tide and correct: SMOG Contractors Corpo win&a She~ Bidder Name 12240 Woodruff Ave. Business Address Downey, CA 90241 City, State Zip { (562) 803-9977 estimating@shawnan.com Telephone Nurmber Email Address 679962A& B State Contractor's License No. and Class Original Date Issued November 00,2021 Expiration Date The work site was inspected by Bhawn Smith of our office on FEB 0 6 2020 201_ The following are persons_ firms,and corporations having a principal interest in this proposal: CMMCM CgaLwtt M dW Shawn A Smith, Pr*eident JF nes Pi M-p Pen.dercg't§t Vice President Jolt A.WO,Secretary The undersigned is prepared to satisfy the Coiuneil of the City of Hunntirmgton 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. SHAWNAN/ Company Name / J Sig natilre of Bid Shawn A Smith, Pr"'"nt Printed or Typed Signature C-8 NOTARY CERTIFICATE Subscribed and sworn to before me this—clay of -1 201_ . A notary public or other officer completing this certificate verifies only the identity of the individual who sided the document., to which this certificate is attached, and not the truthfalness., accuracy, of validity of that document. State of County of Orr before me, IP Month, Day.. and Year Insert Name and Title of Notary personally appeared anie(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose narne(s) is/are subscribed to the within instrument and acknowledged to me that lie/she/they executed the same M his/her/their authorized capacity(les),, and that by bis/lier/their signature(s)on the instrument the persoll(s), or the entity upon behalf of which the persou(s) acted, executed the instrunient. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. NVITNESS my hand and official seal. Sigiiature Siganature of Notary Public (PLACE NOTARY SEAL ABOVE) C-9 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. If ► State of California County of Los Anizeles On FEB 0 6 2020 before me, Jose L. Medrano, Notary Public personally appeared Shawn A. Smith and nobody else ► who proved to me on the basis of satisfactory evidence to be the personXwhose name,(F�subscribed to the within instrument and acknowledged to me that (jDe she4ti;ey executed the same it its ' li authorized capacity(je!6), and that by (his 4ef4heif signatureXon the instrument the personX, or the entity upon behalf of which the personXacted, 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. 11 it JOSE L. MEDRANO WITNESS my rid at� official seal. — COMM. #2175742 z 01 Notary Public - California z Los Angeles County _ W I My Comm.Expires Dec.16,2020 Notary lic--ar. lure (Notary Public Seal) OPTIONAL. INSTRUX'TIONS I:OR CONIPLE'FING THIS FORM A AD OPTIO NAL INFORMATION DESCRIPTION OF 11HE AITACHED DOCUMENT if needed,should be completed and attached to the document.Acknowledgments from other states may lie comidefedror documents being sent to Marsuve So long as the wording does not require the California notary to vwlkae California noiary 'law (Title or descdpbon of attached document) - Slate and County,information must be the State and county where the document signer(s)personally appeared b0bre the notary public for acknowledgment . I)alc of notarization must bc the djt%,that the signer(s)personjll�'appeared which (11 itle of description of attached document continued must also be the same date the acknowled."ient is Qorupleted - II)c notary public must print his or her name as it appears within his Or her Number of Pages—Document Date—, commission followed by a comma and then your title(notary public) - Print the narnets) of document sigiterto who personally appear at the time of notarization. CAPACITY CLAIMED BY THE SIGNER - Indicate the correct sinkular or plural forms by erasing off incorrect forms(i c liellshc/t4ek-is iate)or circling the correct forms.I­ailurc to correctly indicate this * Individual(s) information may lead to refeciion of document * Corporate Officer . I"he notary seal Impression must be Cleat anal ptxrtograplrically reproducible- lunprLssuni must not cover text or lines. If seal impression smudges,re-seal if a (Title) Sufficient wea permits,otherwise complete a different acknowledgment form El Partner(s) . Signature of the notary public must match the signature on file with the office of the counlN clerk, El Attorney-in-Fact Addiliolial I iforniation is not required but could help to ensure this I F Trustee(s) jcknono ed":II ent 11",misuse or attached to a different document ❑ Other v Ind:calc title or type of attached document.number of pigesand date 111&ratc the capacity claimed by the sirim If the Claimed Capacity is a corporate officer,indicate the title(i.e.CUD.CF0,Secretary) pie. Bidder's Project History For the purposes of this project, the bidder shall provide projec-t history of sinular 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 hi h ground water regions with trench depths of 8-feet to the invert."l. Bidders are encouraged to subnut 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 sinular work within the past five years: 1. Narne and Address of Public Agency Naine and Telephone No. of Project Manager: G� Contract Arnowit T of Work Date Completed Provide additional project description to show sinular-vvork: Name and Address of Public Agency O Name and Telephone No. of Project Mar .: Q' Contract Arnouurt �<Yrype of Work- Date Completed Provide additional project description to show siruilar work, ,. Name and Address of Public Agency Name and Telephone No. of Project Mana�5r: V Contract Arnotrnt ,` _rpe of Work Date Completed Q' Provide additional project dese- on 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 sunder the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 01 1. Name of proposed Project.Manager Telephone No. of proposed Project Manager: Project Name&- Contract Amount Type of Work Date Completed Project Name &Contract Amount Type o A- 03 011, Date Completed Ci Project Name &- Contract-Amount Type of Work Date Completed 2. Name of proposed Superintendent Telephone No. of proposed Superintendent: Project Name S-, Contract Anioinit Type of Work Date Completed Project Name & ContractAinowit Type oW0 rk Date Completed Ci PrQJect Name& Contract Amount Type of Work Date Completed a a s a N V v a v a v a E -0 a E E E o E o o 0 in a ,n wv, ,n c ,n u N c � � L .0 3 C m a O a Vl VI h O N E m z v C m lL 0 � C C m O vl v1 ^ 00 w w 0p 00 M m w Oa E N e-1 m ~O U' rv0 u j pry O p aO' O\—p O O to p N Z ct ? V 0 o O O w O ii O ,i O ii O w O w O Li: 10 c c � L O E o 0 m r+ a m po H o o N o uQ1i o 0 m ry ry IR H m w O .. 0 00 o (D n O o 00 v v o m O v O m ^ n U D'1 O � V d T a ry M � Oal �vrvi �N .nz Nz m O w O w O w O w O w O w p LL 0 off - w -o n0 v m v °� 0) Oil a) 0� v c c :. o n° p c m m - 00 v t v m a m � Zo OOC ° ° c c m C oc Co u_wmt E o � > `t u r t a u ai o -0www �O . ? mw Z � O O 0. 0 O OD O 00 ° b0 u m u c° v u U a a U LL a � a U aU ti m ^ m O W m o0 V m o o c m m m m m �^ Nw al O C) U 'O p tll w m VI m M O ry y �i al fV C ' N VI O' al M N a) VI N CO �' > O N Q H lD O E m 00 w m l0 U -O m O Ul M O R C Q W T L L E N S " .al Z O •-1 tYl 00 O ^ O L °) M O ~ L N ,O O. Ql 1� Y ti U Ol C O O a m •v Q Q ^ ry Q a� Q N Q o U o °Q, 3 m m Q F ¢ L U ,-i (} ._ m U O H u m •-� U M E U a O Y U m ^ o o o 0 o m y v y o 0 aCOQEvzz '— o � wZyJ E = vEYmv v ° > a 2m L J3 m .O O Z ar o 0 0 o C w r- o d C vi a s ° r Q vwi m c ^ Y5 `^ m U Q N U ti Z (a .mi Z' a N v u �a m Q U O C Z ° 'v U Q) L Y W l7 >> U Q o < v v � o 0 `) c EN aEi c 3 a E 0 Y, c o w n " v O Y a v > v v o. ° o a " c o- m 'o ¢ E v, E >,J E > n. u v w E 3 a a � v v o v v a o v a7f o v t > m o in m o > v 0 0 m N K y = N O O N K E — C y. O- W C p C >O m y c m ° S o f v m ^ o c 3 c Z m ' LL 'Y a0 Oa O. m ° O „ 'o N w E 0o 00 `v a` o p ry m e o m m a0 — m ry o :3 �- a� fp (n C/) C0 (/) a a rL z m (ISC• a a n. cu c� cu a 0. La co cm Q) � a) cW a cnco Cna, orn o -a . . m — m — C 3a aa. cu (tea c � -tea cnn. � a za `Q o .y z -, W y CD coLo W A r r T lD LD Lo O T T M _M O N N O N O O p O N N O O C) pT i � N N N N I T-. N N N N as N T CO (D T T T r a O U (] T r O O a s () O O r r 0 0 o o � o � 0 o 0 o a o T W o p In O NNo O O O O O O O O . N CAD 0 N N aO- C' (O C) r O O Ld 'cr W NM CD C.) t- Q) N CA CD �V_ �V_ s~� C N OS t� I C.) Go CO N •�C T r f` co O N l(7 (D lf! In w O U GFT -EA (fl to 6`} � 6% 69 co ♦-= r- Q ti O LL vi vi EA 69 O li Q a: Q LL. Q LL. 0 O Cl) C o ca C C x tu m a? oca vi o `'U c Wca tll �'a 'Ll x��� xa`a� „ w (D �_ c ._(7 c W �v LL m o 8w d UU � 'U rn6 0-6 0 � o— f — "' , ` U f CU � 800 ' ; jL o aao UUU � aCUc 0)Um c m � UU mas Uc mc� mda0w cai cCD > a a �w . a.IL W iL iL C-) co c aaZ3w 4 tn Co vi N � N (] 0) O n` a-r-M Cl) Cl)a� Q� `� N tuIT w�TO Lr) N NN F m a) U Ch Nn � 3OCl UjQC�M NN N Lo zm o :=o >o � ��;� ZapUM o CD to ac C3 E oc at)i m EErn to 2 >o'A Ew`U� Z'oZN o Q� a>QI tiz o0M16 tea)< 0 —QNN E , inoinN rn UM �mUE O aEo jcu— womM oEpr-- o'ooanti a� .. o6 c.:=.b uQ1i ,� man Ea m= � E Uo � ` cmca`t _Uc °m � mc`a O � jL oC] o � �dca�V 0 0UEm ,2: w � oat mmaZ U �..� •a• �'7 U maiZ,o mA � _:c ,Cur)' E oNZ UoC� Uogw C'-- �°o N jj O . 3`C%j a)CO m UQU — CD C0 CO cW mCca O Q LY to oQ UDlo C C O O a) a (III Cf) O C C C Z a) (U N O O C O cp a) N N Q -fl ` O N c- V1 L- «' m � (�!� Cn �.N ww zw Q E Y � Sialic Contractors Corporation dba SHAWNAN State License # 679962 A/B 12240 Woodruff Avenue, Downey, CA 90241 Phone (562) 803-9977 Fax (562) 803-9955 RESUME FOR JOHN A. SMITH TRAINING: Army Corps of Engineers and Forty-nine years in the road building and general engineering industry on Public Works projects and twenty years as an executive. Duties include estimating, management and executive duties. CERTIFICATIONS: 40 hour HAZWOPER. WORK EXPERIENCE: Shawnan 1999= Present Secretary Shawnan Corporation 1984— 1999 President Excel Paving 1977— 1984 President Sully Miller Company 1968— 1977 Chief Estimator Sialic Contractors Corporation dba SHAWNAN State License # 679962 A/B 12240 Woodruff Avenue, Downey, CA 90241 Phone (562) 803-9977 Fax (562) 803-9955 RESUME FOR SHAWN A. SMITH TRAINING: Twenty-eight years in the industry with four years of experience in the field and Twenty-four years of experience in private industry road building/general engineering estimating for Public Works projects including Seventeen years as an executive. Duties include: bidding, start up, project management, billing and completion of the final project, critical path method scheduling and management of personnel. CERTIFICATIONS: Primavera Scheduler, California State Contractor's License Class A, California State SWPPP 24 Hour Certification and 40 Hour HAZWOPER. EDUCATION: California State University Long Beach WORK EXPERIENCE: MANAGEMENT: Shawnan 1999— Present Owner and President 12240 Woodruff Avenue Downey, CA 90241 Sequel Contractors, Inc. 1996—1999 Owner, Vice President &Assistant Secretary 12240 Woodruff Avenue Downey, CA 90241 Shawnan Corporation 1992— 1996 Vice President 12240 Woodruff Avenue Downey, CA 90241 FIELD: Shawnan Corporation 1989— 1992 12240 Woodruff Avenue Downey, CA 90241 Sialic Contractors Corporation dba SHAWNAN State License # 679962 A/B 12240 Woodruff Avenue, Downey, CA 90241 Phone (562) 803-9977 Fax (562) 803-9955 RESUME FOR JAMES PHILLIP PENDERGIST TRAINING: Thirty-Eight years in the paving industry with experience in the field and management in both private and public sectors. Areas of experience include: Excavations, sub-grade, placing of rock base, supervision of asphalt paving as well as supervision of all subcontractors and coordinating with agency personnel and inspectors. CERTIFICATIONS: California State SWPPP 24 Hour Certification and 40 Hour HAZWOPER. WORK EXPERIENCE: Shawnan 1999—Present Vice President Sequel Contractors, Inc. 1997— 1999 Superintendent Shawnan Corporation 1994— 1997 Superintendent Asphalt Construction Consultants 1991-1994 Owner Shawnan Corporation 1987—1991 Foreman Modern Asphalt 1985— 1987 Superintendent Sully Miller 1979— 1985 Field/Teamster 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-refimdable registration fee for Contractors is $300. Each contractor to whorl 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/ActionSen,let?action--displayPWCRegistr ationFomi DIR's Contractor Registration searchable database: https://efihng.dir.mgov/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 egistered 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 fin•thermore 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. SHAWNAI�2 Contractor B estimating@shawnan.com Email S#tawn h SM VM, i'ra�►c� r i Date: FEB 0 6 2020 Title PWC Registration#: 10000OP3377 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 fiords to the contractor(s). This form is intended to help the CalRecycle's Grantees comply with the Unreliable List requirement of their Terns and Conditions. The Unreliable List pro-.isioun requires the follom inng: Prior to authorizing a contractor(s) to commence work wider the Grant. the Grantee shall subunit to CalRecycle a declaration signed wider penalty of perjury by the contractor(s)stating that u itlun 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.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 folio and send original to the Grantee. Grantee: Scan the form and upload it to the grant in CalRecycle's Grant Management System (GMS). For farther instruction ahout logging into GMS and uploading this form, reference. the Procedures and Requiretnenm Retain the original form in your ant file. GRANTEE INFORMATION GRANTEE NAME: GRANT NUMBER: P PRIMARY CONTACT NAME: i CONTRACTOR INFORMATION CONTRACTOR NAME: Bork ContTBr'tt)n Corporation dbe Shm"an AUTHORIZED CONTRACTOR REPRESENTATIVE NAME: Shawn A Smith, Pr"ident MAILING ADDRESS: 12240 woodruff Ave Downey, CA 90241 As the authori-zed representative of the above identified contractor,I declare under penalty-ofpeijmy under the laic s of the State of California that within thepreceding 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. Alternativelr, as the authorized representative of the above identified contractor,I declare underpenalty ofpei jury 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 Rep4ations,Natural Resources,Division 7, has occurred with respect to the above identified contractor,I have disclosed a ch occtm ences in an attached signed staterent that explains the facts and circumstances of the listed events. FEB 0 6 2020 ..- Signature Data C-13 STATE OF CALIFORNIA DEPARTMENT OF RESOURCES RECYCLING AND RECOVERY(CalRecycle) RELIABLE CONTRACTOR DECLARATION CalRecycle 168(Revised 7/13) Title 14 CCR,Di-Osion 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 claims)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 them is a finding based on substantial evidence.that the bankruptcy interfered with the CalRecycle contract,subcontract,grant or loan:or (f) Breach of the terns and conditions of a previous CalRecycle contract,any subcontract for a CalRecycle agreemment, grant,or loan,resulting in termination of the CalRecycle contract,subcontract,grant or loan by the CalRecycle or prime contractor;or (g) Placement on die CalRecycle's chronic-iolator 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 perfortmance under any CalRecycle contract,subcontract,grant or loan;or (i) The person or entity is on the list of utu•eliable persons or entities,or similar list,of any other federal or California state agency;or (j) The person or entity has violated an Oder issued in accordance with section 15304;or, (k) T1e 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 penuit;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 funding 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 de Unreliable List at the time of the activity that resulted in its placemment on the Unreliable List; (3) The entity includes a Principal Manager wino: 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 all 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 all entity on the Unreliable List at tine time of the activity that resulted in its placement on die 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 die Unreliable List at the time of the activity that resulted in its placement on the Unreliable List. (6) Subsection(o)is not untended to apply to a person or entity that purchases or otherwise obtains an entity oil the Unreliable List subsequent to its placement on de 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 GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane CC NO. 1576 in the CITY OF HUNTINGTON BEACH February 4, 2020 This is to acknowledge receipt and review of Addendum Number One, da ab SHAWNAN Company Name MrShawn i IA11, Prl1$Ident FEB 0 5 2020 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. Page 2 of 2 To: Page 2 of 2 2020-02-10 12:43:53 EST 13239785455 From: CBI MediaGrif Date: 2020-02-10 9:32:12 AM On Behalf Of: City of Huntington Beach RE: Question(s) have been answered by City of Huntington Beach To: Jose Medrano- Shawnan Fax: (562) 803-99.55 Phone: (562) 803-9977 ....._..... ...... __... _ .._......... _ Project Information: Project Name: ARTERIAL REIIABILITATION OF GRAHAM ST, SLATER AVE (2-SEGMENTS), NEWLAND ST AND ATLANTA AVE, CC-1.576 Project#: CC-1576 Location: Huntington Beach., CA Question Submitted By: City of Huntington Beach Subject: TYPOS IN BID SI-IEET UNITS INTWO PLACES Question: During the process we were notified of two unit typos in the bid sheets. Owner's Answer: Please correct as follows: 1. Section C— Correction to Bid Schedule On Page C-2.6, Replacc Unit"18" with "SF"fir Graham Street Bid Itein No. 26, (This was included. in. Addendum 1 issued 2/4/20) 2. Section C—Correction to Bid Schedule On Page C-2.31, Replace Unit "LF"with."SF" for Atlanta Avenue Bid Item No. 15. (Sent as an eBidboard message on 02/10/20, 9:00 AM) To: Page 2 of 2 2020-02-10 12:27:44 EST 13239785455 From: CBI MediaGrif Date: 2020-02-10 9:18:17 AM On Behalf Of: City of Huntington Beach, James Wagner Subject: ATLANTA BID SHEET FOR BID ITEM 15 CHANGE UNITS TO SF TO MATCH PLANS To: Jose Medrano - Shawnan Fax: (562) 80 3-9955 Phone: (562) 803-9977 Project Information: Project Name: ARTERIAL. REHABILITATION OF GRAHAM ST, SLATER AVE (2-SEGMENTS), NEWLAND ST AND ATLANTA AVE, CC-1576 Project#: CC-1576 Location: Huntington Beach, CA In Section C—Correction to Bid. Schedule page C-2.31 Bid Item 15 "Construct New Commercial Driveway Approach using High Early Strength Concrete.......... The typographical error can be corrected by crossing out the"U" and writing in `'SF". 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 Sialic Contractors Corporation dba Shawnan as Principal hereina$er called the Principal,and Federal Insurance Company a corporation duly organized underthe laws ofthe state of Indiana as Surety, hereinafter called the Surety, are held and firmly bound unto City of Huntington Beach as Obligee,hereinafter called the Obligee,in the Slim Of Ten percent of the total amount of the bid Dollars ($ 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 Arterial Rehabilitation of Graham St.,Slater Ave(2-Segments)Newland Atlanta Ave Project(CC1567) NOW,MREFORE,if the Obligee shall accept the bid of the Principal and the Principal shall ewer 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 fix the faithful performance of such Contract and for the prompt payment of labor and material finished in the prosecution thereof', or in the event of the failure of the Principal to enter such Contract and give such bond or bonds,if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good Faith contract with another party to perform the Work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect. Signed and sealed this 31st day of January , 2020 Sialic Contractors Coron dba Shawnan W1t11eSS P1lnC (Sw ` By: v/ Shawn A Smith, President NamriTitle Federal Insurance Company Witness Dougl s .Rapp Morney-irl-Fact ORSC 21328(5/97) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange ) On January 31, 2020 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(*) isAre subscribed to the within instrument and acknowledged to me that he/eMeMwy executed the same in hisflqw0@heii authorized capacityosej, and that by his/k*W6Msiwsignature(%)on the instrument the person*, or the entity upon behalf of which the persons) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Ncj) P,�� °FrhF. DEBRASWANSON W COMM.#2170759 X -® NOTARY PUBLIC-CALIFORNIA �+Wv ORANGE COUNTY N MY COMM.EXP.NOV 10.2020 Signature � �_ Sr s� a ,rL; �U -t�J`fJ� �T (Seal) Chubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 1ir'FI�JBB 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, 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 modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 16th day of December,2011. �Zj ' Kenneth C.Wendel,Assistant Secretary .Norris,Jr.,Vice President STATE OF NEW JERSEY County of Somerset ss. 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 swam, 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 Attorney 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 Attomey 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 Ar7F KATHERINE J.ADELAAR NOTARY PUBLIC OF NEW JFkSR 15 � No.2316685 Cornn►"On EkOrm July 16,2014 a� Ar V Notary Public M,<yy JET 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"Companlesl do hereby certify that (1) 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 31 st day of January,2020. W Y la f r - Lf ��c.Liir/r / �owNr 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: suretyQchubb.com Form 15-10-0225B-U (Ed.5-03) CONSENT r CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity t of the individual who signed the document to which this certificate is attached, 1 } and not the truthfulness, accuracy, or validity of that document. l } State of California } j ! t E�j County of Los Angeles } iI FEB 0 5 2020 G , On before me, Jose L. Medrano; Notary Public iI (Here irsen name antnfl:neri personally appeared _Shawn A. Smith and nobody else who proved to me on the basis of satisfactory evidence to be the personXwhose name is subscribed to the within instrument and acknowledged to me that i he s#'n'4 executed the same inS'h authorized capacityCye ), and that by his "r—F4he;lc signatureXon the instrument the person; or the entity upon behalf of i t which the personXacted, executed the instrument. ill j I ° i I certify under PENALTY OF PERJURY under the laws of the State of California that j the foregoing paragraph is true and correct. h; ' I WITNESS 4hanand official seal. JOKE L. tv7EDRANO COMM. #2175742 z X_ o Notary Public -California z Los Angeles CountyMy Comm Expires Qec. 16,20'LQNota is i (Notary Patent Seal;" I 11 INS]RUCTIONS FORCONIPLI IINGT1USFOR'M A OVAL OPTIONAL INFORMATION il::ajnrn+ ulrr s +th nrr nre:rJrfornrtc+n rrsr grndurrnotcr r iiu din_,un,i. i DESCRIPTION OF THE ATTACHED DOCUMENT tf needed,shoo d be comnterea and orbit hea to the liaczonew.Acknvwlec4ginente i ,hirer c'7her .Ice s rnair he c o mpie reel inr documelits he.mg veu to that start c,;:Inng , i aS the ,o,ui,eh do';nrt require;T;r(u,ilo+.:iu u r rn.•to ':alure Culrfor.:zj notch' ( €€lie or description of attached document; tit rte ind County inform t i Tn nnust be the State nd C omttti whet e he dxunient I stun i{s ncrtrnaily app re 1 heftrie file natart ti Ire f t a k[x>ulel ni nC y — - — 1)�,w of ho tanz tion me st be:the d;l the;the siporw p s naih-..Ppaared which (Title or description o,anlached document continued) l i mus ilsc lee die same oatc nc act nowledgntert s Cornpieieo. • 171c n rt r} tr,i itic must print hi oF5e n mu as ii appears wi Jtin his or her i I Number of Pages Document Date 1 :ommi ;,,n is Il,wE,l by a s murex i,d then}cur utte(notan p-ablr l I 1 Print the natuc s) of der uvt eril tit nL(a) v io Pcr on lls ippe& ai trw lime of { E g# reel nc u Ion- CAPACITY CLAIMED BY THE SIGNER lndl a e Ile ccr r er sineulai nr f,lural ;aims Iss i,rssir:e reef ir: un ee (<rmS(i.c t,z he I .-•,—is i"t or eirc m ',he C orrc t£o-ms Individual(s) Failure to cear6C.try indicate this mterniau ti: t leid to reat +ichofdc, usentreeorarta I � El Corporate Officer lire ijol.!iv seal mrpiecsiui must I ieet end Ihot, tatrlllctir♦ r pruduein!01 c, I f Impre sn n rt I ii .o cr i sl or lints If e it impe wort smud es rtr-sit if ti (Title) Su,itu n wee pernnts, 1her-mse comp rte a dif -ent act, ov led met t'nrnr i ❑ Partner(s) Sin tore rf ilic.norury public must maic:t the sianlature-ern:tee wadi the of=`ice-or t i the eo iN�clerk.i Attorney-In-Fact aduiol al rtfisnn_tioli I., not rewired Inn co lid hcdp iv cn9(,rc tlriy Q TICiStee(S) sl:n, sl it r,cn1 I r t mluud of X[J li ,l:Q i Jii`b,cn.Jcuimert I ❑ Other lr,c-:at I e or Pc lit,c:ic.hed aocu n numher it Pad 1ni ate + I 1 tit itc 11W c aI uoh JWITICLI bv thesigiior, 11 b, cr imcd p,.city is Yi I I I .. - rp or It ef�e, rrd c.il2 the)the fie t_c.C� C1(1 S Ldel r,i. i I • se le nu I.oc.c d,..u,, nt soli s:.ir,;e. -- _... s.--r �..w _.... � -�� 3 i Promo SHAWNAN 12240 Woodruff Avenue DOWney,CA 90291 TO: 4) V i 7 _ City of Huntington Beach Attn:City Clerk 2000 Main Street " Huntington Beach,CA 92648 i SEALED BID FOR: Bid No.1S76 Graham Street Rehab,Slater Ave Rehab,Newland Ave Rehab,Atlanta Ave Rehab "DO NOT OPEN WITH REGULAR MAIL" Bid Opening:2.00 PM,TUESDAY,FEBRUARY 112020 City of Huntington Beach . '�. 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachca.gov Office of the City Clerk Robin Estanislau, City Clerk August 14, 2020 Sully-Miller Contracting Company 135 S. State College Blvd., Suite#400 Brea, CA 92821 RE: Arterial Rehabilitation of Graham St., Slater Ave., Newland St. and Atlanta Ave. - CC No. 1576 Enclosed please find your original bid bond for CC-1576. Sincerely, 7i6& �a"U) Robin Estanislau, CMC City Clerk RE:ds Enclosure Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand SECTION C PROPOSAL for the construction of GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane CC No. 1576 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 105 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 C-1 i t time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find 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 4 1 a, Wder's Signature 02/05/2020 U4 Curtis Welt , Assistant Secretary I `l C-z City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane CC NO. 1576 in the CITY OF HUNTINGTON BEACH February 4, 2020 Notice To All Bidders: Please note the following clarification to the Project Plans, Specifications, and Special Provisions: 1) Signing and Striping Plans - (Graham-2, Slater-2, Slater-1, Newland-2, Atlanta -2 = Total 8 pages) a. Traffic and Striping Plan sheets entitled "SIGNING AND STRIPING PLAN, GRAHAM STREET, SLATER AVENUE TO WARNER AVENUE", "SIGNING AND STRIPING PLAN, SLATER AVENUE FROM GOLDENWEST ST. TO GOTHARD ST.", "SIGNING AND STRIPING PLAN, SLATER AVENUE, FROM GOTHARD ST. TO BEACH BLVD.", "SIGNING AND STRIPING PLAN, NEWLAND STREET, YORKTOWN AVENUE TO GARFIELD AVENUE", and "SIGNING AND STRIPING PLAN, ATLANTA AVENUE, BUSHARD STREET TO SURGE LANE." Reason. The Signing and Striping Plans are part of the project documents for construction. 2) Section C —Correction to Bid Schedule C-2.6 (0 page) a. On Page C-2.6, Replace Unit"18" with "SF" for Graham Street Bid Item No. 26, it should read. Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount REMOVE AND REPLACE DRIVEWAY APPROACH IN KIND TO MATCH ADJACENT DRIVEWAY, GENERALLY, 26 39 PER HB STD. PLAN 209 OR 211. (ITEM 50 4-8 $ $ INCLUDES ALL APPURTENANCES, SF DEPRESSED CURB &GUTTER, SLOT PAVE,AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) Reason. The typographical error can be corrected by crossing out the "18" and writing in "SF". Page 1 of 2 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane CC NO. 1576 in the CITY OF HUNTINGTON BEACH February 4, 2020 This is to acknowledge receipt and review of Addendum Number ne d bove. Sully-Miller Contracting Company Company Name By Curtis We tz, Assistant Secretary 02/07/2020 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. Page 2 of 2 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and .business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid 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 Registration# Amount Contract Number to,a3,as) Ka kb 3$11 t to , �ounta�h yall�ey , �q Goblaa Cal I0000000Bb }Biy1O 112 "/t 1b Lo n i l aW), avemeenk Qe 11CV,ng 34 ,B,zp(P) Systems Slow? A l0000033b3 _ �ab0�oo� ,�•� °, 4' cT(Weme 41 Chris? Cwpan� 51601,E 3 ybd� �000000306 $�q,999 , 2 ��tloomi {an Cq %'Clim,9,al cali�rnta Vr0Vc.S1%oV%a% w,, 8,uIa,r4 EIM.('irl CMILJo flea cot LA Ptvmte Non 24, 25,2 b 110, 1 i tSI2b A�j�S�h„eni 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 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 Registration# Amount Contract Number 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 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 Registration# Amount Contract Number 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 SECTION C PROJECT BID SCHEDULE GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane CC No. 1576 PROJECT BASE BID: Graham St, Slater Ave (2-segs),Newland Ave and Atlanta Ave. Rehab C-2.1 to C-2.33 ITEM 1. Graham Street Rehabilitation $ W03, 340 ,50 IN FIGURES ITEM 2. Slater Avenue Rehabilitation (Goldenwest to Gothard) $ e 13s,+l 03LI -25 IN FIGURES ITEM 3. Slater Avenue Rehabilitation (Gothard to Beach Blvd.) CLU IN FIGURES ITEM 4. Newland Avenue Rehabilitation $ 8511 , 34-4 •50 IN FIGURES ITEM 5 Atlanta Avenue Rehabilitation $ 1 , 3gga IbI SO IN FIGURES BASE BID TOTAL LUMP SUM BID (TOTAL FOR ITEMS 1,2,3,4 & 5) $ 6 , 4" ) uo BASIS OF AWARD IN FIGURES C-2.1 SECTION C PROJECT BID SCHEDULE GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane CC No. 1576 GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue CC NO. 1576 C-2.2 GRAHAM STREET (SLATER-WARNER) CC-1576 PROJECT BID SCHEDULE Bid Constd 'L Contract `Unit {Extended No No, De"scrip tio`n Quantity Unit Price Amount z :,;+" 1 -- MOBILIZATION 1 LS $ '700oo _ $ 70 voo 2 -- TRAFFIC CONTROL PLAN 1 LS $ SSC)OO' $ ,S-00c, e 138,50 3 -- FURNISH PROJECT TRAFFIC CONTROL 1 LS $ 34,� $ 31413$ 'SO 4 FURNISH AND INSTALL SIGNING AND 1 LS $ $ 11►�o 0 STRIPING PROJECT SPECIFIC WPCP (WATER _ 5 -- POLLUTION CONTROL PLAN)TO 1 LS $ SZ-'z= $ SZ?C., ADDRESS CONSTRUCTION BMP'S. 6 INSTALL AND MAINTAIN CONSTRUCTION 1 LS $ C; $ BMP'S PER APPROVED WPCP. FURNISH AND INSTALL ZEBRON, SANCON OR CITY APPROVED EQUAL COATING ON 4 EA $ $ 10 &0 THE NEW CONCRETE INSIDE OF AGENCY SEWER MANHOLE RING REMOVE EXISTING, FURNISH AND INSTALL NEW TRAFFIC PULL BOX PER CALTRANS STD. ES-8& HB STD. PLAN 422 AND ADJUST TO GRADE. PULL BOXES _ 8 -- W/FIBERLYTE LID SHALL BE"CHRISTY 3 EA $ $ 2 �� FIBERLYTE" OR AGENCY APPROVED EQUAL. SIZE PER PLAN. LOCATION IS TO BE DETERMINED BY AGENCY. (ASSUMED QUANTITY FOR BIDDING PURPOSE). REMOVE TREE AND ROOTS; GRIND TREE STUMP AND ROOTS TO 24" BELOW TOP 9 2 OF SIDEWALK/GRADE. PULL OUT ALL 21 EA 350 }1 ROOTS WITHIN PROPOSED IMPROVEMENTS. C-2.3 GRAHAM STREET (SLATER-WARNER) CC-1576 PROJECT BID SCHEDULE Bid Consf'; Contract Unit Extended Descry tion. _ Quantify Unit Price „y Amount FURNISH AND PLANT NEW 24" BOX STRAWBERRY TREE STANDARD TRUNK PER HB STD. PLANS 714, 715, 716, 718 & 719 AS SHOWN ON PLANS. CITY STREET TREE SUPERVISOR OR THE AGENCY'S REPRESENTATIVE SHALL DETERMINE TREE LOCATION (ITEM INCLUDES REMOVAL OF EXISTING LANDSCAPING, tt�� 10 3 BUSHES OR GROUND COVER AND 10 EA ibO() 16, V 0� IRRIGATION TO A DEPTH OF 24" BELOW TOP OF GRADE TO ACCOMMODATE NEW TREE; REPLACING DAMAGED OR REMOVED IRRIGATION IN KIND; BACKFILLING WITH CLASS A TOP SOIL AND INSTALLATION OF ARBOR-GARD OR AGENCY APPROVED EQUAL AROUND TREE WELL). REMOVE AND RECONSTRUCT SIDEWALK PER HB STD. PLAN 207 AND AS MODIFIED ON PLANS. (INCLUDES OVER EXCAVATION OR FILL FOR CHANGE IN GRADE, RE-GRADE FROM WALK TO _ 11 5 EXISTING SLOPE, RELOCATING 5,240 SF $ /D $ S2 5'00 IRRIGATION TO BACK OF NEW WALK, RETURN LANDSCAPING TO PRE- CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CURB AND 12 6 GUTTER PER HB STD. PLAN 202 (CF= 8"). 190 LF $ Ej $ /` 970— (ITEM INCLUDES CMB, SLOT PAVEMENT AND LOT DRAIN). REMOVE AND RECONSTRUCT CATCH BASIN APRON TRANSITION WING, SUMP CONDITION, PER HB STD. PLANS 301 AND 13 13 302. (INCLUDES CURB, SLOT 30 LF $ /W V $ J,ypo PAVEMENT,CMB, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT A 0.21' ASPHALT RUBBER 14 15 HOT MIX (ARHM-GG-C PG 64-16)WET 2,505 TN $ / eO $ Z 0 .S UQ PROCESS OVERLAY. C-2.4 GRAHAM STREET (SLATER-WARNER) CC-1576 PROJECT BID SCHEDULE Bid Const' Contract ">Unit Extended No No Descri tion Quantity Unit Price, Amount CONSTRUCT NEW 0.17' B-PG 70-10 A.C. DEEP LIFT OVER 95% COMPACTED 15 16 SUBGRADE PRIOR TO PLACING 0.21' 325 TN $ /yV, $ 3 2 v� LEVELING COURSE AND ARHM OVERLAY PER PLANS. COLD MILL EXISTING A.C. PAVEMENT TO A DEPTH OF 0.17' FROM EXISTING 16 17 SURFACE AND COLD MILL 0.21'ADJACENT 117,035 SF $ TO CURB AND GUTTER SECTION AND TAPER TO ZERO FROM 1 V FROM GUTTER EDGE PER DETAIL SHEET 6.) REMOVE EXISTING A.C. PAVEMENT AND _ 17 18 A.B. TO A DEPTH OF 0.17' AFTER COLD 24,810 SF $ m S O $ MILL PER PLANS CONSTRUCT 0.17' B-PG 70-10 A.C. BASE _ 18 20 COURSE PRIOR TO PLACING 0.17'ARHM 1,475 TN $ $ SURFACE COURSE. REPLACE WATER VALVE BOX ASSEMBLY _ 19 21 AND ADJUST TO GRADE PER HB STD. 4 EA $ A6 DU $ VOO PLAN 612. FURNISH AND INSTALL COMPOSITE 20 23 STORM DRAIN MANHOLE FRAME AND 1 EA $ 77 O Q— $ 2 Cc— COMPOSITE COVER AND ADJUST TO GRADE PER HB STD. PLAN 307(b). FURNISH AND INSTALL COMPOSITE 21 24 SEWER MANHOLE FRAME AND 8 EA $ 2c10 $ — COMPOSITE COVER AND ADJUST TO GRADE HB STD. PLAN 513(b). INSTALL TRUNCATED DOMES TO 22 31 EXISTING CURB ACCESS RAMP PER 2 EA $ %yO $ CALTRANS STD. PLAN RSP A88A. C-2.5 GRAHAM STREET (SLATER-WARNER) CC-1576 PROJECT BID SCHEDULE Bid Const' Cont'rat Unit Extended, No No Descri ,tion ... ..F 4:Quantity 'Unit .. ... .:Price, Amount FURNISH AND PLANT NEW 10' BROWN TRUNK HEIGHT (BTH) WINDMILL PALM TREE PER HB STD. PLANS 714, 715, 716, 718 &719 AS SHOWN ON PLANS. CITY STREET TREE SUPERVISOR OR THE AGENCY'S REPRESENTATIVE SHALL DETERMINE TREE LOCATION. (ITEM INCLUDES REMOVAL OF EXISTING nrwrv�� n 23 34 LANDSCAPING, BUSHES OR GROUND 6 EA COVER AND IRRIGATION TO A DEPTH OF 24" BELOW TOP OF GRADE TO ACCOMMODATE NEW TREE; REPLACING DAMAGED OR REMOVED IRRIGATION IN KIND; BACKFILLING WITH CLASS A TOP SOIL AND INSTALLATION OF ARBOR- GARD OR AGENCY APPROVED EQUAL AT BASE OF NEW TREE). FILL EXISTING 2.5'X 4'TREE WELL WITH 24 35 CONCRETE PER HB STD. PLAN 207 FOR 20 SF $ SIDEWALKS. FURNISH AND PLANT NEW CARISSA PROSTRATA 5 GALLON SIZE PLANT PER LANDSCAPE SPECIFICATIONS. PLACE 5 GALLON PLANTS AT 3-FOOT SPACING BETWEEN PLANTS AND ADD 3-INCHES OF �--�25 36 MULCH OVER PLANTED AREA. (ITEM 24 EA $ 50 $ l ( ao 0 INCLUDES REMOVAL OF EXISTING LANDSCAPING, BUSHES OR GROUND COVER; REPLACING DAMAGED OR REMOVED IRRIGATION IN KIND; AND BACKFILLING WITH CLASS A TOP SOIL). REMOVE AND REPLACE DRIVEWAY APPROACH IN KIND TO MATCH ADJACENT DRIVEWAY, GENERALLY, PER HB STD. 26 39 PLAN 209 OR 211. (ITEM INCLUDES ALL 50 ,8� � 'O 7S_ 20:37 S� APPURTENANCES, DEPRESSED CURB& GUTTER, SLOT PAVE, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) 1 C-2.6 . w GRAHAM STREET (SLATER-WARNER) CC-1576 PROJECT BID SCHEDULE Bitl Coast; x Contract €Unit Extendetl777 tNo No . Descri tion Quantity,, Unit Price Amount . ,. COLD MILL 0.21'ADJACENT TO GUTTER 27 43 EDGE AND TAPER TO ZERO AT 11' FROM 40,135 SF GUTTER EDGE PER DETAIL SHEET 6) 3� I L U`2't2 S D RELOCATE POST OFFICE MAILBOX BY UPSP. CONTACT ROBERT SANCHEZ, 28 44 1 EA USPS STATION MANAGER, WARNER AVENUE HB AT 714-843-4200 29 51 ADJUST SEWER BOX ASSEMBLY TO 2 EA - GRADE PER HB STD. PLAN 612. -?--ZooY`'00 — CONSTRUCT CURB ACCESS RAMP PER CALTRANS STD. PLAN RSP A88A FROM BCR TO ECR, UNLESS NOTED OTHERWISE, USING HORIZONTAL CURB CUTTING MACHINE AS SHOWN ON CURB 30 54 RAMP DETAIL ON SHEET 6. (CASE 6 EA $ y� — $ Z 8 — SHOWN ON PLAN). (INCLUDES ALL APPURTENANCES, CURB CUTTING, SIDEWALK, DOMES, RETAINING CURB AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) cw Total Amount Bid in Figures: $ t03 3LICj -SO Total Amount Bid in Words: Ei m hundlrgd ihrte. sand -}ham Undred and:�.o................................................................I........._...................h...................................................... ............ v dollars avid i cen'5 C-2.7 SECTION C PROJECT BID SCHEDULE GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane SLATER AVENUE REHABILITATION FROM GOLDENWEST TO GOTHARD CC NO. 1576 C-2.8 ` 1 SLATER AVENUE (GOLDENWEST-GOTHARD) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No .,.:, No __,., wDescri tion. .. r Quantity Umt Price„ Amount 1 -- MOBILIZATION 1 LS $ $ "/0 00c3 — //v Oe:o— 2 -- TRAFFIC CONTROL PLAN 1 LS $ 5­006 3 -- FURNISH PROJECT TRAFFIC CONTROL 1 LS $ 000 $ So boo 4 - FURNISH AND INSTALL SIGNING AND 1 LS $ I- I SOO $ STRIPING PROJECT SPECIFIC WPCP (WATER cw c 5 -- POLLUTION CONTROL PLAN) TO 1 LS $ $ �— ADDRESS CONSTRUCTION BMP'S. �� 6 INSTALL AND MAINTAIN CONSTRUCTION 1 LS BMP'S PER APPROVED WPCP. 3 l FURNISH AND INSTALL ZEBRON, SANCON OR CITY APPROVED EQUAL COATING ON 6 EA $ go THE NEW CONCRETE INSIDE OF AGENCY SEWER MANHOLE RING INSTRUCTOR AND COURSE MATERIALS FOR JUST IN TIME TRAINING (JITT) PER PROJECT SPECIFICATIONS APPENDIX K. 8 - (INSTRUCTOR SHALL BE EXPERIENCED IN 1 LS $ �c�7 1 $ THE CONSTRUCTION METHODS, MATERIALS AND TEST METHODS ASSOCIATED WITH FULL DEPTH RECLAMATION (FDR) PROJECTS). REMOVE EXISTING, FURNISH AND INSTALL NEW TRAFFIC PULL BOX PER CALTRANS STD. ES-8& HB STD. PLAN 422 AND ADJUST TO GRADE. PULL BOXES _ 9 -- W/FIBERLYTE LID SHALL BE"CHRISTY 3 EA $ Zc)70 FIBERLYTE" OR AGENCY APPROVED EQUAL. SIZE PER PLAN. LOCATION IS TO BE DETERMINED BY AGENCY. (ASSUMED QUANTITY FOR BIDDING PURPOSE). C-2.9 SLATER AVENUE (GOLDENWEST-GOTHARD) CC-1576 PROJECT BID SCHEDULE Bid Cons# Contract Unit Extended No „r No DescriQuantity Unit ,z Price ,Amount REMOVE TREE AND ROOTS; GRIND TREE STUMP AND ROOTS TO 24" BELOW TOP 10 2 OF SIDEWALK/GRADE. PULLOUT ALL 3 EA $ OO $ aOO ROOTS WITHIN PROPOSED IMPROVEMENTS. FURNISH AND PLANT NEW EASTERN REDBUD 24" BOX STANDARD TRUNK TREE PER HB STD. PLANS 714, 715, 716, 718&719 AS SHOWN ON PLANS.THE TREE LOCATION SHALL BE DETERMINED BY CITY STREET TREE SUPERVISOR OR DELEGATE. (ITEM INCLUDES EXISTING 11 3 LANDSCAPE AND IRRIGATION REMOVAL 3 EA $ �� $ I ��� TO ACCOMMODATE NEW TREE; REPLACEMENT OF IRRIGATION IN KIND; BACKFILLING WITH CLASS A TOP SOIL AND INSTALLATION OF ARBOR-GARD OR APPROVED EQUAL AROUND THE TREE WELL) SAWCUT AND REMOVE EXISTING SIDEWALK AT EXISTING TREE LOCATION AND CONSTRUCT TREE WELL WITH SIDEWALK PER DETAIL ON SHEET 2. (ITEM INCLUDES REMOVAL OF SIDEWALK, 12 4 6 LF OF NEW SIDEWALK, NON-CHEMICAL 2 EA $ ������� WEED CONTROL BARRIER TO BE DUPONT LANDSCAPE MAX OR APPROVED EQUAL AND MULCH.) REMOVE AND RECONSTRUCT SIDEWALK PER HB STD. PLAN 207 AND AS MODIFIED ON PLANS. (INCLUDES OVER EXCAVATION OR FILL FOR CHANGE IN GRADE, RE-GRADE FROM WALK TO 13 5 EXISTING SLOPE, RELOCATING 5,460 SF $ `� ' $ 5 y6'aV — IRRIGATION TO BACK OF NEW WALK, RETURN LANDSCAPING TO PRE- CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CURB AND 14 6 GUTTER PER HB STD. PLAN 202 (CF= 8"). 625 LF $ v y r $ y0 coz (ITEM INCLUDES CMB, SLOT PAVEMENT AND LOT DRAIN). C-210 ^ SLATER ����U� A�(�| [l�����T����TA��F�\ [�[�-1��� ^ ,. ^-...~^- �.~.~�^~^_... .^-~ . .~`. . . . . .^~/ ...~ .~. ~ PROJECT BID SCHEDULE 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 DEPRESSED CURB, SIDEWALK, DOMES, RETAINING CURB, CMB, SLOT PAVEMENT, AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN REMOVE AND RECONSTRUCT DRIVEWAY AS MODIFIED (PER DETAIL ON SHEET 4). DIMENSIONS"W"AND ONSITE IMPROVEMENT"L (PCC OR AC)" SHALL BE PER PLAN. (ITEM INCLUDES HIGH EARLY 7�- SPECIFICATIONS, ALL APPURTENANCES, DEPRESSED CURB &GUTTER, ONSITE IMPROVEMENT, RETAINING CURB, SLOT PAVE,AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CROSS GUTTER PER LIMITS SHOWN ON PLAN PER HB STD. PLAN 205. (INCLUDES TRANSITIONS, SLOT PAVEMENT, CMB, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CATCH BASIN APRON TRANSITION WING, SUMP CONDITION, PER HB STD. PLANS 301 AND PAVEMENT,CMB, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN CONSTRUCT A 0.17' FIBER REINFORCED PG 64-16) WET PROCESS OVERLAY. CONSTRUCT NEW 0.46' FIBER REINFORCED B-PG 70-10 A.C. BASE SUBGRADE PRIOR TO 0.17'ARHM OVERLAY PER PLANS. C'%J1 SLATER AVENUE (GOLDENWEST-GOTHARD) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended Descri tion,., ,,, ,.,A, , ?, Quantityy,Unif 'Price Amount No .. COLD MILL EXISTING A.C. PAVEMENT TO 21 17 A DEPTH OF 0.34' FROM FINISHED 8,645 SF $ $ j7,7yg ZS SURFACE. REMOVE EXISTING A.C. PAVEMENT TO A DEPTH OF 0.63' FROM NEW FINISHED 22 18 SURFACE AND COMPACTED SUBGRADE 26,470 SF $ �`' $ sFz3y — PRIOR TO BASE COURSE PER PLANS PER DETAIL ON SHEET 4. PULVERIZE AND MIX EXISTING A.C. PAVEMENT AND SUBGRADE TO A DEPTH OF 1.34'; REMOVE 0.34' OF PULVERIZED 23 19 MATERIAL;ADD CEMENT AND WATER AS 101,840 SF $ Z' $ 2-5`/'boo SPECIFIED IN PROJECT SPECIFICATIONS TO A DEPTH OF 1.00';ALLOW C.T.B. SECTION TO CURE THEN MICRO-CRACK. CONSTRUCT OAT FIBER REINFORCED B- 24 20 PG 70-10 A.C. BASE COURSE PRIOR TO 11400 TN $ `CJ Z $ PLACING 0.17'ARHM SURFACE COURSE. REPLACE WATER VALVE BOX ASSEMBLY _ 25 21 AND ADJUST TO GRADE PER HB STD. 17 EA $ `6aQ $ 27zc�c PLAN 612. FURNISH AND INSTALL COMPOSITE 26 23 STORM DRAIN MANHOLE FRAME AND 2 EA $ 100 COMPOSITE COVER AND ADJUST TO $ GRADE PER SPECIFICATIONS. FURNISH AND INSTALL COMPOSITE 27 24 SEWER MANHOLE FRAME AND 11 EA $ Z-00 F $ 2-y�t� COMPOSITE COVER AND ADJUST TO GRADE PER SPECIFICATIONS. ADJUST OCSD SEWER MANHOLE TO GRADE, PER OCSD STD. PLANS S-053, S- 28 25 054 &S-055. CONTRACTOR TO 11 EA $ C ZOO— $ COORDINATE WITH BILL GILBERT AT(714) 478-6465. C-2.12 SLATER AVENUE (GOLDENWEST-GOTHARD) CC-1576 PROJECT BID SCHEDULE Bid , Const Contract Unit Extended „No No , , A m ounuant mtDescr tii Prim t INSTALL NEW DETECTOR LOOPS PER CITY STANDARD SPECIAL PROVISIONS FOR THE CONSTRUCTION OF TRAFFIC 29 30 SIGNALS AND LIGHTING SYSTEMS, 2005 46 EA $ Z ZY0 $ �rC EDITION. SPLICE LOOPS TO DLC IN PULLBOX. BIKE LANE LOOPS AND ALL LOOPS AT LIMIT LINE SHALL BE TYPE "D". INSTALL TRUNCATED DOMES TO 30 31 EXISTING CURB ACCESS RAMP PER 1 EA $ `l o $ CALTRANS STD. PLAN RSP A88A. REMOVE AND RECONSTRUCT DRIVEWAY CURB SECTION AND CONNECT TO _ 31 53 EXISTING DRIVEWAY APPROACH PER 20 LF $ Z S $ !S — DETAIL ON SHEET 4. (ITEM INCLUDES CMB AND, SLOT PAVEMENT) OVER EXCAVATE SOFT SUBBASE WHEN ENCOUNTERED BY CONTRACTOR AND 32 -- VERIFIED BY AGENCY. THIS ITEM IS FOR 90 CY $ / $ 2 UNIT PRICING WHEN SOFT SOIL IS ENCOUNTERED. FURNISH LABOR, EQUIPMENT,AND INSTALL GEOGRID FOR SOFT SUB BASE 33 __ STABILIZATION IF ENCOUNTERED BY 2,000 SF $ 2. is $ 5 CONTRACTOR AND APPROVED BY AGENCY. THIS ITEM IS FOR UNIT PRICING WHEN SOFT SOIL IS ENCOUNTERED. ADD CEMENT (TN)TO PULVERIZED MATERIAL IF INSTRUCTED BY ENGINEER > _ 34 -- TO INCREASE THE MINIMUM AMOUNT 60 TN $ $ '96/00 ' REQUIRED BY SPECIFICATION (ASSUMED QUANTITY FOR BIDDING PURPOSE). FURNISH AND INSTALL CMB WHEN SOFT SUBBASE IS ENCOUNTERED BY 35 -- CONTRACTOR AND VERIFIED BY AGENCY. 75 CY $ $ THIS ITEM IS FOR UNIT PRICING WHEN SOFT SOIL IS ENCOUNTERED. Total Amount Bid in Figures: $ t 35� , 034 • Z Tota.I...Am.o.unt....Bid.....in....Word.s.:............. ..� ........(r1►................. ar...... ...... If11( ......h..4t.ndc . ............. .. . .... .QI'I.......... Q..U.. .1 .. ....�............... C� a •4h�r - ur dolt es Mck -Ewen CeO C-2.13 SECTION C PROJECT BID SCHEDULE GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane CC-1576 SLATER AVENUE REHABILITATION FROM GOTHARD TO BEACH BLVD CC NO. 1576 C-2.14 SLATER AVENUE (GOTHARD-BEACH BLVD.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit tende Exd Descritionuanfity, ,Price Amount 1 -- MOBILIZATION 1 LS $ /-,C60CXD $ /Y0000 2 -- TRAFFIC CONTROL PLAN 1 LS $ 370u — $ :37c�� 3 -- FURNISH PROJECT TRAFFIC CONTROL 1 LS $ 5S IQm $ ss ,1300 4 -- FURNISH AND INSTALL SIGNING AND 1 LS $ 1-4 Isoo $ Risoo STRIPING PROJECT SPECIFIC WPCP (WATER _ 5 -- POLLUTION CONTROL PLAN)TO 1 LS $ S Zo $ 5-Z-0 , ADDRESS CONSTRUCTION BMP'S. 6 INSTALL AND MAINTAIN CONSTRUCTION 1 LS $ $ T%vo BMP'S PER APPROVED WPCP. FURNISH AND INSTALL ZEBRON, SANCON 7 - OR CITY APPROVED EQUAL COATING ON 7 EA $ $ 1g qpQ THE NEW CONCRETE INSIDE OF AGENCY SEWER MANHOLE RING INSTRUCTOR AND COURSE MATERIALS FOR JUST IN TIME TRAINING (JITT) PER PROJECT SPECIFICATIONS APPENDIX K. 8 (INSTRUCTOR SHALL BE EXPERIENCED IN 1 LS $ /0,7 $ 107 THE CONSTRUCTION METHODS, MATERIALS AND TEST METHODS ASSOCIATED WITH FULL DEPTH RECLAMATION (FDR) PROJECTS). REMOVE EXISTING, FURNISH AND INSTALL NEW TRAFFIC PULL BOX PER CALTRANS STD. ES-8& HB STD. PLAN 422 AND ADJUST TO GRADE. PULL BOXES �^ 9 -- W/FIBERLYTE LID SHALL BE"CHRISTY 3 EA $ ��7U FIBERLYTE" OR AGENCY APPROVED EQUAL. SIZE PER PLAN. LOCATION IS TO BE DETERMINED BY AGENCY. (ASSUMED QUANTITY FOR BIDDING PURPOSE). C-2.15 SLATER AVENUE (GOTHARD-BEACH BLVD.) CC-1576 PROJECT BID SCHEDULE Bitl -Coast Contract Unit Extended ,Descri 'ton : .Quantity Unit . .,Price„ 1. Amount:'. . REMOVE AND RECONSTRUCT SIDEWALK PER HB STD PLAN 207 AND AS MODIFIED ON PLANS. (INCLUDES OVER EXCAVATION OR FILL FOR CHANGE IN GRADE, RE-GRADE FROM WALK TO _ 10 5 EXISTING SLOPE, RELOCATING 4,500 SF $ $ yjC) IRRIGATION TO BACK OF NEW WALK, RETURN LANDSCAPING TO PRE- CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CURB AND 11 6 GUTTER PER HB STD. PLAN 202 (CF= 8"). 310 LF $ cSl, $ (ITEM INCLUDES CMB, SLOT PAVEMENT AND LOT DRAIN). 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 r' _ 12 7 APPURTENANCES, CURB GUTTER, 5 EA $ $ ZVC00 DEPRESSED CURB, SIDEWALK, DOMES, RETAINING CURB, CMB, SLOT PAVEMENT, AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT NEW COMMERCIAL DRIVEWAY APPROACH USING HIGH EARLY STRENGTH CONCRETE PER HB STD. PLAN 211. MATCH EXISTING IMPROVEMENTS TO GRADE. DIMENSIONS 13 8 "R", "W"AND ONSITE IMPROVEMENT"L 2,875 SF $ /3S, 2S_ $ 3 SJ/. ZJ (PCC OR AC)"SHALL BE PER PLAN. (INCLUDES ALL DEPRESSED CURB & GUTTER, ONSITE IMPROVEMENTS, SLOT PAVE, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT PARTIAL CROSS GUTTER PER LIMITS SHOWN ON PLAN AND PER STD PLAN 205 AND CONNECT TO EXISTING SIDEWALK PER 14 12 PLAN. (INCLUDES CONCRETE CURB, 4,005 SF $ Z y d_0 $ ??/ZZ SPANDRELS, CURB RAMPS, IF SHOWN, TRANSITIONS, SLOT PAVEMENT, CMB, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) C-2.16 SLATER AVENUE (GOTHARD-BEACH BLVD.) CC-1576 PROJECT BID SCHEDULE Bid Coast = Contract Unit Extended No No Descrition , :' Quantity . Unit Price Amount' REMOVE AND RECONSTRUCT CATCH BASIN APRON TRANSITION WING, SUMP CONDITION, PER HB STD PLANS 301 AND _ 15 13 302. (INCLUDES CURB, SLOT 20 SF $ /A $ ZZv PAVEMENT,CMB,AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT A 0.17' FIBER REINFORCED 16 15 ASPHALT RUBBER HOT MIX (ARHM-GG-C 2,450 TN $ f/7' $ Zb'66so' PG 64-16) WET PROCESS OVERLAY. CONSTRUCT NEW 0.75' FIBER REINFORCED B-PG 70-10 A.C. BASE _ 17 16 COURSE OVER 95% COMPACTED 2,675 TN $ 100 $ Z6 7Sbc, SUBGRADE PRIOR TO 0.1 T ARHM OVERLAY PER DETAIL SHEET 2. COLD MILL EXISTING A.C. PAVEMENT TO _ 18 17 A DEPTH OF 0.34' FROM FINISHED 7,820 SF $ 1 � $ 66 y 7, SURFACE. COLD MILL EXISTING A.C. PAVEMENT TO A DEPTH OF 0.92' FROM FINISHED _ 19 18 SURFACE AND COMPACTED SUBGRADE 48,035 SF $ 3 $ �ye/rbS PRIOR TO BASE COURSE PER DETAIL SHEET 2. PULVERIZE AND MIX EXISTING A.C. PAVEMENT AND SUBGRADE TO A DEPTH OF 1.5l'; REMOVE 0.34' OF PULVERIZED 20 19 MATERIAL;ADD CEMENT AND WATER AS 138,545 SF $ 2' �� $ Yl��J�'a- 5-0 SPECIFIED IN PROJECT SPECIFICATIONS TO A DEPTH OF 1.17';ALLOW C.T.B. SECTION TO CURE THEN MICRO-CRACK. CONSTRUCT 0.17' FIBER REINFORCED B- _ 21 20 PG 70-10 A.C. BASE COURSE PRIOR TO 1,875 TN $ 0Z $ PLACING 0.17'ARHM SURFACE COURSE. REPLACE WATER VALVE BOX ASSEMBLY 22 21 AND ADJUST TO GRADE PER HB STD 25 EA $ �00 $ 'y000v_ PLAN 612. C-2.l 7 SLATER AVENUE (GOTHARD-BEACH BLVD.) CC-1576 PROJECT BID SCHEDULE ;`Bdr Const Contract Unit Extended ;DescriP'tion antrtY .Unit .. Pace,. Amount A FURNISH AND INSTALL NEW WATER 23 22 METER BOX AND COVER AND ADJUST TO 3 EA GRADE PER HB STD. PLANS 217 AND 601. b FURNISH AND INSTALL COMPOSITE 24 23 STORM DRAIN MANHOLE FRAME AND 4 EA $ 2 01Z " $ �yc3 — COMPOSITE COVER AND ADJUST TO GRADE PER HB STD PLAN 307(b), FURNISH AND INSTALL COMPOSITE SEWER MANHOLE FRAME AND z Z0p ZC vv- 25 24 COMPOSITE COVER AND ADJUST TO 13 EA $ $ GRADE HB STD PLAN 513(b). ADJUST OCSD SEWER MANHOLE TO GRADE, PER OCSD STD. PLANS S-053, S- 26 25 054, S-055, AND S-055A. CONTRACTOR TO 12 EA $ ZZDo $ 26 ` C)'D— COORDINATE WITH BILL GILBERT AT(714) 478-6465. INSTALL NEW DETECTOR LOOPS PER CITY STANDARD SPECIAL PROVISIONS FOR THE CONSTRUCTION OF TRAFFIC _ 27 30 SIGNALS AND LIGHTING SYSTEMS, 2005 30 EA $ �/yU EDITION. SPLICE LOOPS TO DLC IN PULLBOX. BIKE LANE LOOPS AND ALL LOOPS AT LIMIT LINE SHALL BE TYPE"D". INSTALL TRUNCATED DOMES TO _ 28 31 EXISTING CURB ACCESS RAMP PER 9 EA $ 2 VU r $ CALTRANS STD. PLAN RSP A88A. FURNISH AND PLANT NEW CARISSA PROSTRATA 5 GALLON SIZE PLANT PER LANDSCAPE SPECIFICATIONS. PLACE 5 so GALLON PLANTS AT 3-FOOT SPACING BETWEEN PLANTS AND ADD 3-INCHES OF CW CW 29 36 MULCH OVER PLANTED AREA. (ITEM 36 EA $ $ INCLUDES REMOVAL OF EXISTING LANDSCAPING, BUSHES OR GROUND COVER; REPLACING DAMAGED OR REMOVED IRRIGATION IN KIND;AND BACKFILLING WITH CLASS A TOP SOIL). C-2.18 SLATER AVENUE (GOTHARD-BEACH BLVD.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No No Descri'"tion Quantity Unit ;: Price , , Amount.', REMOVE AND RECONSTRUCT CURB AND GUTTER PER HB STANDARD PLAN 202 30 37 (CF= 8")AND CONNECT TO EXISTING 467 LF $ SIDEWALK PER DETAIL ON SHEET 4. (ITEM INCLUDES CMB, SLOT PAVEMENT AND LOT DRAIN). REMOVE AND REPLACE DRIVEWAY APPROACH IN KIND TO MATCH ADJACENT DRIVEWAY PER HB STD. PLAN 209 OR 211 31 39 AS MODIFIED. (ITEM INCLUDES ALL 1,500 SF ?S $ ZO G 2 S APPURTENANCES, DEPRESSED CURB& GUTTER, SLOT PAVE, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) FURNISH AND PLANT NEW 15 GALLON SIZE ROSES, MATCHING EXISTING VARIETY; PER LANDSCAPE SPECIFICATIONS. PLACE 15 GALLON PLANTS IN 1-ROWS AT 5-FOOT SPACING 32 40 BETWEEN PLANTS AND ADD 3-INCHES OF 28 EA $ % bS $ 5 MULCH OVER PLANTED AREA. (ITEM INCLUDES REMOVAL OF EXISTING LANDSCAPING, BUSHES OR GROUND COVER; REPLACING DAMAGED OR REMOVED IRRIGATION IN KIND;AND BACKFILLING WITH CLASS A TOP SOIL). FURNISH AND INSTALL 6-FT HEIGHT ct O 22� Soa 33 41 GALVANIZED VINYL-COATED STEEL 250 LF $ �� CHAIN-LINK FENCE PER APWA STANDARD PLAN 600-3 FURNISH AND INSTALL RESIDENTIAL 5��00 CHAIN LINK FENCE ROLLING GATE 6-FT x Cup 34 42 12-FT; GALVANIZED VINYL-COATED STEEL 2 EA $ -Ate- CHAIN-LINK FENCE GATE PER APWA STANDARD PLAN 600-3.. C-2.19 SLATER AVENUE (GOTHARD-BEACH BLVD.) CC-1576 PROJECT BID SCHEDULE Bid Cons t Contract Unit Extended' No, No Descri tion . ..,! Quantity,,Umt . .Am ou,nt. IMPORT SUITABLE MATERIAL(CLASS A SOIL WITH A MINIMUM S.E. VALUE OF 30) AND SMOOTH GRADE IN AREA NEXT TO 35 46 SIDEWALK AND DRIVEWAYS (INCLUDES 30 CY COMPACTION TO 95%, EQUIPMENT AND MATERIAL,AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE). REMOVE AND DISPOSE OF EXCESS MATERIAL AND GRADE 2:1 IN AREA NEXT 36 47 TO SIDEWALK AND DRIVEWAY (INCLUDES 30 CY $ Z e1U $ Z c?y COMPACTION TO 95%, EQUIPMENT, DISPOSAL, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE). 37 48 RAISE SINGLE CHECK VALVE VAULT TO 1 EA $ Z Zcu — $ Z ZLp GRADE PER CITY OF HB STD PLAN 625 REMOVE CONCRETE AND FURNISH/INSTALL CLASS A TOP SOIL AND 38 49 FURNISH/PLANT DWARF FESCUE SOD 410 SF $ $ (INCLUDES, EQUIPMENT, DISPOSAL AND ALL ITEMS NECESSARY TO COMPLETE WORK IN PLACE). OVER EXCAVATE SOFT SUBBASE WHEN ENCOUNTERED BY CONTRACTOR AND 39 -- VERIFIED BY AGENCY. THIS ITEM IS FOR 90 CY $ '2 $ c-, UNIT PRICING WHEN SOFT SOIL IS ENCOUNTERED. FURNISH LABOR, EQUIPMENT, AND INSTALL GEOGRID FOR SOFT SUB BASE 40 __ STABILIZATION IF ENCOUNTERED BY 2,000 SF $ 2 6 $ S-Z 0< CONTRACTOR AND APPROVED BY AGENCY. THIS ITEM IS FOR UNIT PRICING WHEN SOFT SOIL IS ENCOUNTERED. ADD CEMENT (TN)TO PULVERIZED MATERIAL IF INSTRUCTED BY ENGINEER ` 41 -- TO INCREASE THE MINIMUM AMOUNT 60 TN $ G O $ 9 REQUIRED BY SPECIFICATION (ASSUMED QUANTITY FOR BIDDING PURPOSE). C-2.20 ' * �U�T�� 4���U� A��TA4�[�-����A �[�[l \ ����1��A .~^~ ^ . ^-. . ^ ^. ^-. ...^- �.~.. . . .^ ,. ,~ ~^~ ^... . ~� . ~./ .~,~ .~' ~ PROJECT BID SCHEDULE SECTION C PROJECT BID SCHEDULE GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NEWLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane CC-1576 NEWLAND AVENUE REHABILITATION FROM YORKTOWN TO GARFIELD CC NO. 1576 C-2.22 NEWLAND STREET (YORKTOWN-GARFIELD) CC-1576 PROJECT BID SCHEDULE Bid Const; � _ ,; � ,,"; Contract I ` � Unit e Extended ; ion: Quantity Unit r�ce Amount 1 -- MOBILIZATION 1 LS $ '�D10'3 $ _40 iWo 2 -- TRAFFIC CONTROL PLAN 1 LS $ 3 6--00 $ 3 00 3 -- FURNISH PROJECT TRAFFIC CONTROL 1 LS $ $ 401 OOP 4 FURNISH AND INSTALL SIGNING AND 1 LS $ $ a l S0A STRIPING PROJECT SPECIFIC WPCP (WATER 5 -- POLLUTION CONTROL PLAN) TO 1 LS $ 520 $ 520 ADDRESS CONSTRUCTION BMP'S. 6 INSTALL AND MAINTAIN CONSTRUCTION 1 LS $ }OD $ 31100 BMP'S PER APPROVED WPCP. FURNISH AND INSTALL ZEBRON, SANCON OR CITY APPROVED EQUAL COATING ON 4 EA $ 2 i-100 $ Ly l aGo THE NEW CONCRETE INSIDE OF AGENCY SEWER MANHOLE RING REMOVE EXISTING, FURNISH AND INSTALL NEW TRAFFIC PULL BOX PER CALTRANS STD. ES-8 & HB STD. PLAN 422 AND ADJUST TO GRADE. PULL BOXES 8 -- W/FIBERLYTE LID SHALL BE"CHRISTY 3 EA $ $ 2,0T O FIBERLYTE" OR AGENCY APPROVED EQUAL. SIZE PER PLAN. LOCATION IS TO BE DETERMINED BY AGENCY. (ASSUMED QUANTITY FOR BIDDING PURPOSE). REMOVE TREE AND ROOTS; GRIND TREE STUMP AND ROOTS TO 24" BELOW TOP �i 9 2 OF SIDEWALK/GRADE. PULL OUT ALL 23 EA $ IDOO $ �� o 00 ROOTS WITHIN PROPOSED IMPROVEMENTS. C-2.23 NEWLAND STREET (YORKTOWN-GARFIELD) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended Descri 'tion. Quantity Unit Price=; Amount , FURNISH AND PLANT NEW EASTERN RED BUD 24" BOX STANDARD TRUNK TREE PER HB STD. PLANS 714, 715, 716, 718 & 719 AS SHOWN ON PLANS. THE TREE LOCATION SHALL BE DETERMINED BY 000 CITY STREET TREE SUPERVISOR OR DELEGATE. (ITEM INCLUDES EXISTING 10 3 LANDSCAPE AND IRRIGATION REMOVAL 23 EA $ b o $ Ma, too TO ACCOMMODATE NEW TREE; REPLACEMENT OF IRRIGATION IN KIND; BACKFILLING WITH CLASS A TOP SOIL AND INSTALLATION OF ARBOR-GARD OR APPROVED EQUAL AROUND THE TREE WELL) SAWCUT AND REMOVE EXISTING SIDEWALK AT EXISTING TREE LOCATION AND CONSTRUCT TREE WELL WITH SIDEWALK PER DETAIL ON SHEET 6. 11 4 (ITEM INCLUDES REMOVAL OF SIDEWALK, 24 EA $ s� $ dal 000 6 LF OF NEW SIDEWALK, NON-CHEMICAL WEED CONTROL BARRIER TO BE DUPONT LANDSCAPE MAX OR APPROVED EQUAL AND MULCH.) REMOVE AND RECONSTRUCT SIDEWALK PER HB STD. PLAN 207 AND AS MODIFIED ON PLANS. (INCLUDES OVER EXCAVATION OR FILL FOR CHANGE IN GRADE, RE-GRADE FROM WALK TO 12 5 EXISTING SLOPE, RELOCATING 7,035 SF $ 10 5 0 IRRIGATION TO BACK OF NEW WALK, RETURN LANDSCAPING TO PRE- CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CURB AND 6 GUTTER PER HB STD. PLAN 202 (CF= 8"). cps tw 13 6 (ITEM INCLUDES CMB, SLOT PAVEMENT, 1,325 LF $'-,-4,�L& $ -06 34,800 REPAINTING OF CURB ADDRESSES,AND LOT DRAIN). C-2.24 NEWLAND STREET (YORKTOWN-GARFIELD) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No No Descri tion Quantity Unit' Pace a „r Amount 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 14 7 APPURTENANCES, CURB GUTTER, 2 EA $ ��� $ 60o DEPRESSED CURB, SIDEWALK, DOMES, RETAINING CURB, CMB, SLOT PAVEMENT, AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CATCH BASIN APRON TRANSITION WING, SUMP CONDITION, PER HB STD. PLANS 301 AND 15 13 302. (INCLUDES CURB, GUTTER, SLOT 60 LF $ PAVEMENT,CMB, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT A 0.17' ASPHALT RUBBER 16 15 HOT MIX (ARHM-GG-C PG 64-16)WET 1,990 TN $ $ PROCESS OVERLAY. COLD MILL EXISTING A.C. PAVEMENT TO 17 17 A DEPTH OF 0.17' FROM EXISTING 162,250 SF $b• 4 0 $ b q n d SURFACE. CONSTRUCT VARIABLE DEPTH B-PG 70-10 18 20 A.C. LEVELING COURSE PRIOR TO 780 TN $ 910 $ o PLACING 0.17'ARHM OVERLAY PER PLANS AND DETAIL ON SHEET 6. REPLACE WATER VALVE BOX ASSEMBLY 19 21 AND ADJUST TO GRADE PER HB STD. 29 EA $ 11600 $ 46 UO PLAN 612. FURNISH AND INSTALL COMPOSITE ,l 20 23 STORM DRAIN MANHOLE FRAME AND 4 EA $ pL4[00 $ v COMPOSITE COVER AND ADJUST TO GRADE PER HB STD. PLAN 307(B). FURNISH AND INSTALL COMPOSITE 21 24 SEWER MANHOLE FRAME AND 9 EA $ d aoo $ 4 COMPOSITE COVER AND ADJUST TO GRADE PER HB STD. PLAN 513(B). C-2.25 a NEWLAND STREET (YORKTOWN-GARFIELD) CC-1576 PROJECT BID SCHEDULE Bid Const Contract f Umt Extended wNo No, Descri tion. Quantity Unit',, Price„' A►nount,,:-s INSTALL NEW DETECTOR LOOPS PER CITY STANDARD SPECIAL PROVISIONS FOR THE CONSTRUCTION OF TRAFFIC 22 30 SIGNALS AND LIGHTING SYSTEMS, 2005 20 EA $ 0 0 $ b� EDITION. SPLICE LOOPS TO DLC IN PULLBOX. BIKE LANE LOOPS AND ALL LOOPS AT LIMIT LINE SHALL BE TYPE"D". FURNISH AND PLANT NEW 10' BROWN TRUNK HEIGHT (BTH)WINDMILL PALM TREE PER HB STD. PLANS 714, 715, 716, 718 & 719 AS SHOWN ON PLANS. CITY STREET TREE SUPERVISOR OR THE AGENCY'S REPRESENTATIVE SHALL DETERMINE TREE LOCATION. (ITEM INCLUDES REMOVAL OF EXISTING 23 34 LANDSCAPING, BUSHES OR GROUND 1 EA $ Jr 00 $ Soo COVER AND IRRIGATION TO A DEPTH OF 24" BELOW TOP OF GRADE TO ACCOMMODATE NEW TREE; REPLACING DAMAGED OR REMOVED IRRIGATION IN KIND; BACKFILLING WITH CLASS A TOP SOIL AND INSTALLATION OF ARBOR- GARD OR AGENCY APPROVED EQUAL AT BASE OF NEW TREE). REMOVE AND RECONSTRUCT CURB AND GUTTER PER HB STD. PLAN 202 (CF= 8")24 37 AND CONNECT TO EXISTING SIDEWALK 345 LF $ $ 2'Lj o 8o PER DETAIL ON SHEET 6. (ITEM INCLUDES CMB, SLOT PAVEMENT, REPAINTING OF CURB ADDRESSES,AND LOT DRAIN). REMOVE STUMP AND ROOTS (NOT A TREE AT THIS LOCATION BUT A STUMP); 25 38 GRIND TREE STUMP AND ROOTS TO 24" 1 EA $ 3SO $ 3 So BELOW TOP OF SIDEWALK/GRADE. PULL OUT ALL ROOTS WITHIN PROPOSED IMPROVEMENTS. REMOVE AND REPLACE DRIVEWAY APPROACH IN KIND TO MATCH ADJACENT DRIVEWAY PER HB STD. PLAN 209 OR 211 26 39 AS MODIFIED. (ITEM INCLUDES ALL 175 SF $ a1 •m $ 3 APPURTENANCES, DEPRESSED CURB& GUTTER, SLOT PAVE,AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) C-2.26 NEWLAND STREET (YORKTOWN-GARFIELD) CC-1576 PROJECT BID SCHEDULE ,Bid Const Contract Umt Extended 10 tion Quantity Unif Price SAmount 27 50 ADJUST WATER MANHOLE TO GRADE 3 EA $ Q aoo s b 600 PER HB STD. PLAN 306 PROTECT IN PLACE CATHODIC PROTECTION TEST STATION. CALL ANDY 28 52 FERRIGNO AT(714) 536-5291 BEFORE 4 EA $ $ 1 w o PROJECT COMPLETION FOR INSPECTION OF CATHODIC PROTECTION TEST STATIONS. TotalAmount Bid in Fi ures: $ �� 3�.�............... ..... .. .. ... ... ................... ................... .................. . ................................................................................... Total Amount Bid in Words: d bur dre QA %N(LeA -SQV m doll arS OLAI t imi cenfs . C-2.27 SECTION C PROJECT BID SCHEDULE GRAHAM STREET REHABILITATION from Slater Avenue to Warner Avenue SLATER AVENUE REHABILITATION from Goldenwest Street to Gothard Avenue SLATER AVENUE REHABILITATION from Gothard Avenue to Beach Blvd. NE WLAND AVENUE REHABILITATION from Yorktown Street to Garfield Street and ATLANTA AVENUE REHABILITATION from Bushard Street to Surge Lane CC-1576 ATLANTA AVENUE REHABILITATION FROM BUSHARD TO SURGE LANE CC NO. 1576 C-2.2g ATLANTA AVENUE (BUSHARD-SURGE LN.) CC-1576 PROJECT BID SCHEDULE Const Contract ; Unit Extended No No D.escri ion Quantity Unit Price, Amount FURNISH AND PLANT NEW 24" BOX TREE PER HB STD. PLANS 714, 715, 716, 718 & 719 AS SHOWN ON PLANS. THE TREE LOCATION AND SPECIES SHALL BE DETERMINED BY CITY STREET TREE SUPERVISOR. (ITEM INCLUDES EXISTING rr\� 10 3 LANDSCAPE AND IRRIGATION REMOVAL 5 EA TO ACCOMMODATE NEW TREE; REPLACEMENT OF IRRIGATION IN KIND; BACKFILLING WITH CLASS A TOP SOIL AND INSTALLATION OF ARBOR-GARD OR APPROVED EQUAL AT BASE OF NEW TREE) SAWCUT AND REMOVE EXISTING SIDEWALK AT EXISTING TREE LOCATION AND CONSTRUCT TREE WELL WITH SIDEWALK PER DETAIL ON SHEET 4. rr\\ 11 4 (ITEM INCLUDES REMOVAL OF SIDEWALK, 11 EA $ Soo $ ssoo 6 LF OF NEW SIDEWALK, NON-CHEMICAL WEED CONTROL BARRIER TO BE DUPONT LANDSCAPE MAX OR APPROVED EQUAL AND MULCH.) REMOVE AND RECONSTRUCT SIDEWALK PER HB STD PLAN 207 AND AS MODIFIED ON PLANS. (INCLUDES OVER EXCAVATION OR FILL FOR CHANGE IN GRADE, RE-GRADE FROM WALK TO 12 5 EXISTING SLOPE, RELOCATING 7,250 SF $ 10 $ 11's00 IRRIGATION TO BACK OF NEW WALK, RETURN LANDSCAPING TO PRE- CONSTRUCTION CONDITION AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CURB AND 13 6 GUTTER PER HB STD. PLAN 202 (CF= 8"). 550 LF $ b $ 35 0 (ITEM INCLUDES CMB, SLOT PAVEMENT AND LOT DRAIN). C-2.30 ATLANTA AVENUE (BUSHARD-SURGE LN.) CC-1576 PROJECT BID SCHEDULE Bid Const Contract Unit Extentled No. No� ;Descri'`tion _ Quantity {Unit Pace, Amount 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 14 7 APPURTENANCES, CURB GUTTER, 9 EA $ 4 0 $ 3 aoo DEPRESSED CURB, SIDEWALK, DOMES, RETAINING CURB, CMB, SLOT PAVEMENT, AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT NEW COMMERCIAL DRIVEWAY APPROACH USING HIGH EARLY STRENGTH CONCRETE PER HB STD. PLAN 211. MATCH EXISTING IMPROVEMENTS TO GRADE. DIMENSIONS 15 8 "R", "W"AND ONSITE IMPROVEMENT"L 1,425 J.F'$ 1a •5� $ 0 2`SD (PCC OR AC)"SHALL BE PER PLAN. (INCLUDES ALL DEPRESSED CURB & 7� GUTTER, ONSITE IMPROVEMENTS, SLOT PAVE,AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CROSS GUTTER PER HB STD. PLAN 205 AND CURB RAMPS PER CALTRANS STD PLAN RSP A88A, CASE SHOWN ON PLAN).16 11 (INCLUDES CURB RAMPS, CONCRETE 1,500 SF $ $ Al CURBS, SPANDRELS, TRANSITIONS, SLOT PAVEMENT, CMB, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT CATCH BASIN APRON TRANSITION WING, SUMP CONDITION, PER HB STD PLANS 301 AND r Q 17 13 302. (INCLUDES CURB, SLOT 80 LF $ 6 $ �1 ou PAVEMENT,CMB,AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) CONSTRUCT A 0.17' ASPHALT RUBBER 18 15 HOT MIX (ARHM-GG-C PG 64-16) WET 3,430 TN $ 1 �- $ 3 q ho PROCESS OVERLAY. C-2.31 ATLANTA AVENUE (BUSHARD-SURGE LN.) CC-1576 PROJECT BID SCHEDULE Bid ,Const i Contract i; Unit � Extended =q.Descri"tion 4uant�ty l Unit Price Amount CONSTRUCT NEW 0.50' B-PG 70-10 A.C. DEEP LIFT OVER 95% COMPACTED N 19 16 SUBGRADE PRIOR TO PLACING 0.17' 185 TN $ ` Oq $ LEVELING COURSE AND ARHM OVERLAY —T PER PLANS AND DETAIL ON SHEET 6. COLD MILL EXISTING A.C. PAVEMENT TO ll'' 20 17 A DEPTH OF 0.17' FROM EXISTING 271,835 SF FINISHED SURFACE. REMOVE EXISTING A.C. PAVEMENT AND A.B. TO A DEPTH OF 0.50'AFTER COLD 21 18 MILL PER DETAIL ON SHEET 6 AND 5,000 SF $ $ i SOO COMPACT SUBGRADE PRIOR TO BASE COURSE. CONSTRUCT 0.17' B-PG 70-10 A.C. BASE 22 20 COURSE PRIOR TO PLACING 0.17 ARHM 3,800 TN $ $ 3U. 400 SURFACE COURSE. REPLACE WATER VALVE BOX ASSEMBLY 23 21 AND ADJUST TO GRADE PER HB STD 17 EA $ d , 6OO $ J1 Jo 0 PLAN 612. FURNISH AND INSTALL NEW WATER 24 22 METER BOX AND COVER AND ADJUST TO 3 EA $ E1OO $ 4, to U GRADE PER HB STD. PLANS 217 AND 601. FURNISH AND INSTALL COMPOSITE 25 23 STORM DRAIN MANHOLE FRAME AND 8 EA $ $ " bo o COMPOSITE COVER AND ADJUST TO GRADE PER HB STD PLAN 307(b). FURNISH AND INSTALL COMPOSITE 26 24 SEWER MANHOLE FRAME AND 2 EA $ 0 $ 400 COMPOSITE COVER AND ADJUST TO GRADE HB STD PLAN 513(b). INSTALL NEW DETECTOR LOOPS PER CITY STANDARD SPECIAL PROVISIONS FOR THE CONSTRUCTION OF TRAFFIC 27 30 SIGNALS AND LIGHTING SYSTEMS, 2005 43 EA $ J&G $ �oZr EDITION. SPLICE LOOPS TO DLC IN PULLBOX. BIKE LANE LOOPS AND ALL LOOPS AT LIMIT LINE SHALL BE TYPE"D". C-2.32 ATLANTA AVENUE (BUSHARD-SURGE LN.) CC-1576 PROJECT BID SCHEDULE Bid., s Const" Contact Unit Extended No No, Descri tion Quantity Unit Price.'; r Amount , ! 'i INSTALL TRUNCATED DOMES TO ''ll 28 31 EXISTING CURB ACCESS RAMP PER 2 EA $ U $ CALTRANS STD. PLAN RSP A88A. REMOVE AND RECONSTRUCT CURB AND GUTTER PER HB STANDARD PLAN 202 0 29 37 (CF= 8")AND CONNECT TO EXISTING 750 LF $ $ 0 000 SIDEWALK PER DETAIL ON SHEET 4. (ITEM INCLUDES CMB, SLOT PAVEMENT AND LOT DRAIN). REMOVE AND RECONSTRUCT SIDEWALK, CURB AND GUTTER FOR DISABLED PARKING ACCESS PER PLAN AND c 30 45 PLACEMENT OF BOLLARDS AND WHEEL 1 LS $ I I OD STOPS TO MATCH STRIPING PLAN. (ITEM INCLUDES WHEEL STOPS, BOLLARDS, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT DRIVEWAY CURB SECTION AND CONNECT TO 31 53 EXISTING DRIVEWAY APPROACH PER 30 LF $ 4S $ aso DETAIL ON SHEET 6. (ITEM INCLUDES CMB AND, SLOT PAVEMENT) CONSTRUCT CURB ACCESS RAMP PER CALTRANS STD. PLAN RSP A88A FROM BCR TO ECR USING HORIZONTAL CURB CUTTING MACHINE AS SHOWN ON CURB RAMP DETAIL ON SHEET 6. (CASE 32 54 SHOWN ON PLAN). (INCLUDES ALL 6 EA $ p uu $ ni (IU APPURTENANCES, CURB CUTTING, SIDEWALK, DOMES, RETAINING CURB AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE.) Total Amount Bid in Fi ures: $ 6 3q ...................................................,....................................................,.......,... ........................,...,.......................................................................9.............I..... ................................................................................................................................................,.......................................,,,,.....,,...,,..................................,,,....................,. Total Amount Bid in Words: n 4LO-C j - ,r Asa one 6 - a o ar ait cry C-2.33 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 02107120at Brea CA Date City State Curtis Weltz , being first duly sworn, deposes and says that he or she is Assistant Secretary ofSully-Miller Contracting Compan�he 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. Sully-Miller Contra cting_`=ompary_ _ Name of Bidder Signature of dder Curtis Welt Assistant Secretary 135 S. State College Blvd., Suite #400 Brea, CA 92821 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 Orange ) On 02/07/2020 before me, Maria L. Ruiz, Notary Public Date Here Insert Name and Title of the Officer personally appeared Curtis Weltz 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 fficial MARIA L. RUIZ -Notary Public - California -cs • Orange County D Signature z ,=i � Commission # 2176005 Si nature Pu c My Comm. Expires Jan 5, 2021 g ry Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: NONCOLLUSION AFFIDAVIT Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Curtis WeItZ Signer's Name: X 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: Sully-Miller Contracting Company 02014 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 ARTERIAL REHABILITATION OF GRAHAM ST, SLATER AVE (2-SEGMENTS), NEWLAND ST AND ATLANTA AVE, CC-1576, (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. Sully-Miller Contracting Company CWntractgri By Curtis ' eltz Assistant Secretary _ Title Date: 02/07/2020 C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162,the Bidder shall complete, under penalty of perjury,the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes ® No If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code,each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Sully-Miller Contracting Company Contracto W By Curtis Mltz Assistant Secretary Title _ Date: 02/07/2020 C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Sully-Miller Contracting Company Bidder Name 135 S. State College Blvd.. Suite #400 Business Address Brea, CA 92821 City, State Zip anthony.lino@sully-miller.com ( 714 ) 578-9600 curtis.weltz@sully-miller.com Telephone Number Email Address #747612 Class A State Contractor's License No. and Class 03/30/98 Original Date Issued 03/31/20 Expiration Date Q The work site was inspected by C-�%NC\t el i 09:S -of our office on r j 1, 20W. The following are persons, firms, and corporations having a principal interest in this proposal: Please see attached Certificate of Incumbency and Resolution 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. Sull -Mille Contracting Company C me lt#o Signature Bidder Curtis Weltz, Assistant Secretary Printed or Typed Signature C-8 Please see attached Notary NOTARY CERTIFICATE Subscribed and sworn to before me this_day of , 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 ) 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 errc<z�;Frcr,-�r,�.r.,crcrc:Yr.�r,�;ec:cc(`.c�,c:tt c>eerc('.spa,�,erarc-r,�yocrcrc-c�^�'.Frc!',c�A�VCrt`.cr,-c.�,�-cerer.�:�F.�r. 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 02/07/2020 before me, Maria L. Ruiz, Notary Public Date Here Insert Name and Title of the Officer personally appeared Curtis Weltz 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 offic' seal. 4' Y Notary Public California Si r F Orange County Si nat ofN Pu lic Commission # 2176005 F. g �� ry My Comm. Expires Jan 5. 2021 - ter- 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: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Curtis WeItZ Signer's Name: X 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: Sully-Miller Contracting Company 02014 National Notary Association • www.NationalNotary.org - 1-800-US NOTARY(1-800-876-6827) Item#5907 CERTIFICATE OF INCUMBENCY AND RESOLUTION I 1, Anthony L. Martino, 11, do hereby certify that I am the Secretary of Sully-Miller Contracting Company, a Delaware corporation, and that as such I have access to and custody of the corporate records and minute books of said corporation. I And I do hereby further certify that the following persons are duly elected officers of said corporation. s TITLE NAME Chairman Of The Board John Harrington j President William Joseph Thomas Boyd Vice President, CFO, Treasurer Christian Ransinangue and Assistant Secretary Vice President and Assistant Secretary Scott Bottomley Secretary Anthony L. Martino, 11 Assistant Secretary Curtis Weltz I further certify that the following is a true and correct copy of a resolution duly adopted by the Board of Directors of said Company at a meeting held on December 5, 2019, and that this resolution has not been in any way rescinded, annulled, or revoked but the same is still in full force and effect: "BID TENDERS: GENERAL RESOLVED, that any officer of the Corporation be and they hereby are authorized in the name and on behalf of the Corporation, under its corporate seal I or otherwise (i) to prepare proposals and bids for the supplying of construction materials and the performance by itself or in joint venture, of work of whatsoever nature in connection with the construction or paving of highways, roads and i airports and in connection with earthworks and civil engineering projects of all kinds, together with all work incidental thereto, (ii) to execute and submit any and all such proposals and bids to any governmental authority, instrumentality, or agency of the United States, its several states, territories and possessions, including without limitation, any municipality or other political or corporate subdivision thereof, and to any corporation, partnership, sole proprietorship, or other business entity, (iii) in connection with any such submission, to deliver bid deposits or bonds as may be required and (iv) to execute and deliver definitive agreements binding the Corporation to perform work in accordance with any j proposals and bids authorized hereby." fN WITNESS WHEREOF,I have hereunto set my hand and affixed the corporate seal this 5th day of December, 2019. III (SEAL) Anth ny L. Martino, Secretary Sully-Miller Contracting Company i 135 S. State College Blvd., Ste. 400 Brea, CA 92821 135 S. State College Blvd., Suite #400 Brea, CA 92821 SULLY- MILLER Phone (714) 578-9600 FAX (714) 578-9672 CONTRACTING Co. License #747612 A DIR#1000003664 Sully-Miller Contracting Company License Certificate I Certify under penalty of perjury under the laws of the State of California that the following is true and correct. '99 7 #747612 State Contractor's License No. Curtis Weltz, Assistant Secretary CONTRACTORS STATE LICENSE BOARD wpAATMpa DF CON&OMERAFFAIAS ACTIVE LICENSE t.cense Number 7 47 61 `-nifty CORP business Name SULLY - MILLER CONTRACTING COMPANY A :1.3551ftCabONSJ E pirabonDalo 03/31/2020 www,cs l b.ca.g ov Bidder's Project History Please see attached List of Projects and References 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. 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 a. vi SE)LI_Y-MILLER C(.>NTRAC,TING CO. LIST OF REFERENCES John Wayne Airport Los Angeles County Dept. of Public Works Irvine, CA Alhambra, CA Larry Serafini, Project Engineer Issa Adawiya, Resident Engineer 949-252-5270 Iserafini@ocair.com 626-458-5100 City of Fontana CNC Engineering Fontana, CA City of Industry, CA Mario Estrada, Asst. City Engineer John Ballas, City Engineer 909-350-7696 kraascn@fontana.org 626-333-0336 gperez@cc-eng.com C. J. Segerstrom / South Coast Plaza Fox Studios Operations Costa Mesa, CA Beverly Hills, CA Grant Wilson, Project Manager William Murphy, V.P. of Facilities 714-546-0110 310-369-3794 City of Baldwin Park— Engr. Division BNSF Railroad Commerce Baldwin Park, CA Hansen-Wilson Arjan Idnani, Engineering Manager Roy Rogers, Construction Manager 626-960-4011 Ext. 254 323-267-4186 LA Arena Company Caltrans Staples Center— Los Angeles, CA Department of Transportation Don Berges, Construction Manager Ray Stokes, Regional Engineer 213-742-7873 909-275-0211 City of Fullerton Cal State Long Beach Foundation Fullerton, CA Long Beach, CA George Lin, Project Engineer Mo Tidemanis, Director 714-738-6845 graffiti@cityoffullerton.com 562-985-8489 The Irvine Company City of Rancho Cucamonga Newport Beach, CA Rancho Cucamonga, CA Peggy Kloos, Sr. Director/Construction Cindy Hackett, Associate Engineer 949-720-2000 909-477-2740 Irvine Community Development Company City of Hesperia — Public Works Dept. Newport Beach, CA Hesperia, CA Bill Martin, Vice President/Construction Mike Podegradz, City Manager 949-734-800 760-947-1000 Town of Apple Valley City of Barstow Apple Valley, CA Barstow, CA Richard Pederson, Town Engineer Mike Stewart, City Engineer 760-240-7000 760-255-5154 Updated 2019 1 !4 St1LLY-MILLER CONTRACTING CO. BIDDER'S EXPERIENCE AND QUALIFICATIONS STORM DRAIN, SEWER AND WATER REFERENCES Project Name/Number: ACACIA AVE. WASTEWATER CAPACITY &STREET IMPRV./10144454 Start and Finish Dates: 6/2013-9/2013 Project Description: SEWER &STREET IMPRV., ADJUST MANHOLES &WATER VALVES, ELECTRICAL, LOOP, LANDSCAPE, SURVEY, STRIPING & MARKING, AC, PCC Agency Name: CITY OF GLENDALE, 633 E. BROADWAY, GLENDALE, CA 91206 Contact Person: JASMINA ZIGIC Telephone: 818/548-3945 Original Contract Amount: $1,316,291 Final Contract Amount: $1,426,094 Change in original contract amount is due to extra work and/or contract change orders adding work. NO CLAIMS Project Name/Number: INDIAN HILL STORM DRAIN/10154129 Start and Finish Dates: 10/2013-1/2014 Project Description: CATCH BASIN, MANHOLES &SHORING, AC PAVING, PCC IMPRV., ELECTRICAL Agency Name: CITY OF POMONA, 505 S. GAREY AVE., POMONA, CA 91769 Contact Person: BRIAN HENSLEY Telephone: 909/620-2261 Original Contract Amount: $508,200 Final Contract Amount: $585,970 Change in original contract amount is due to extra work and/or contract change orders adding work. NO CLAIMS Updated 2018 3 SUL.IY-MILLER C.ON-I*RAC:TING CO. BIDDER'S EXPERIENCE AND QUALIFICATIONS Project Name/Number: STREET REHABILITATION &WATER MAIN UPGRADE PROJECT/ 10202412 Start and Finish Dates: 6/25/18-9/28/18 Project Description: TRAFFIC CONTROL, CONCRETE,ASPHALT, WATERLINE, COLD MILL, CRACK SEAL Agency Name: CITY OF LYNWOOD Contact Person: SALVADOR MENDEZ Telephone: 310-603-0220 Original Contract Amount: $1,671,000 Final Contract Amount: $1,892,124 Change in contract amount is due to items of work being added/deleted by the agency. Project Name/Number: BIRCH STREET REHABILITATION/ 10202367 Start and Finish Dates. 7/25/18-11/9/18 Project Description: TRAFFIC CONTROL, CONCRETE,ASPHALT, WATERLINE, COLD MILL Agency Name: CITY OF LYNWOOD Contact Person: SALVADOR MENDEZ Telephone: 310-603-0220 Original Contract Amount: $1,189,000 Final Contract Amount: $1,639,460 Change in contract amount is due to items of work being added/deleted by the agency. Project Name/Number: FY 17/18 MISCELLANEOUS STREET REPAIRS/ 10201035 Start and Finish Dates: 6/18/18-8/10/18 Project Description: REMOVALS,ASPHALT, CONCRETE, TRAFFIC CONTROL, MOB, COLD PLANE Agency Name: CITY OF PALOS VERDES ESTATES Contact Person: KEN RUKAVINA, PE Telephone: 310-378-0383 Original Contract Amount: $387,392 Final Contract Amount: $377,503 Change in contract amount is due to items of work being added/deleted by agency. Project Name/Number: T&M WORK-ROUTE 1 - PAVEMENT FAILURE/ 10200926 Start and Finish Dates: 3/26/18-5/10/18 Project Description: REMOVE THE STRUCTURAL SECTION, FILL THE VOID, COMPACT SOIL Agency Name: STATE OF CALIFORNIA, DEPARTMENT OF TRANSPORTATION (CALTRANS) Contact Person: MARK MORRIS Telephone: 916-227-6299 Original Contract Amount: $300,000 Final Contract Amount: $101,525 Change in contract amount is due to items of work being added/deleted by agency Updated February 2019 MUD SULIY-MILLER CO NTRAC-FING C,'O. BIDDER'S EXPERIENCE AND QUALIFICATIONS Project Name/Number: FY 2017—2018 St. Improvement Project/ 10199734 Start and Finish Dates: 2/26/18—3/7/18 Project Description: AC GRIND&OVERLAY, EARTHWORK, TRAFFIC CONTROL, MOB, LIME TREATMENT Agency Name: CITY OF HESPERIA Contact Person: JAMIE CARONE Telephone: 760-947-1449 Original Contract Amount: $1,722,660.00 Final Contract Amount: $1,879,497 Change in contract amount is due to items of work being added/deleted by the agency. Project Name/Number: LOCAL/RESIDENTIAL STREET IMPROVEMENT PROJECT(PHASE VIII)/ 10199482 Start and Finish Dates: 3/27/18—5/16/18 Project Description: AC GRIND&OVERLAY, CONCRETE IMPROVEMENTS, CRACKFILLING, LOOPS Agency Name: CITY OF BURBANK Contact Person: OMAR MOHEIZE Telephone: 818-238-5850 Original Contract Amount: $3,499,173 Final Contract Amount: $3,661,493 Change in contract amount is due to items of work being added/deleted by the agency. Project Name/Number.- ARROW BLVD AND FONTANA AVENUE SAFE ROUTES TO SCHOOL/10198414 Start and Finish Dates: 1/2/18—5/15/18 Project Description: REMOVALS,AC GRIND&OVERLAY, EARTHWORK, TREE REMOVAL, PCC IMPR. Agency Name: CITY OF FONTANA Contact Person: RICHARD OAXACA Telephone: 909-350-76-10 Original Contract Amount: $982,000 Final Contract Amount, $1,045,659 Change in contract amount is due to items of work being added/deleted by agency Project Name/Number: JOB ORDER CONTRACT FOR PAVEMENT MAINT. , FY 2017-18/10198348 Start and Finish Dates: 4/30/18—4/30/19 Project Description: MISCELLANEOUS CONSTRUCTION THROUGHOUT ORANGE COUNTY Agency Name: COUNTY OF ORANGE Contact Person: STEVE CLAYTON Telephone: 714-667-8800 Original Contract Amount: $4,656,000 Final Contract Amount: $800,927 Change in contract amount is due to items of work being added/deleted by agency Updated February 2019 SULLY-MILLER CON'I'RA(-r1N(:i CO. BIDDER'S EXPERIENCE AND QUALIFICATIONS Project Name/Number., FLORENCE METRO BLUE LINE STATION BIKEWAY ACCESS IMPR./ 10197845 Start and Finish Dates: 1/29/18-4/8/18 Project Description: AC GRIND&OVERLAY, CONCRETE IMPROVEMENTS, EARTHWORK, STRIPING Agency Name: LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS( LACDPW) Contact Person: ALI DANA Telephone: 626-458-3144 Original Contract Amount: $1,049,589 Final Contract Amount: $1,158,441 Change in contract amount is due to items of work being added/deleted by the agency. Project Name/Number.- LOCAL STREET AND CITY PARK IMPROVEMENT PROJECT/ 10197735 Start and Finish Dates: 1/8/18-3/15/18 Project Description: AC GRIND &OVERLAY, REMOVALS, CONCRETE IMPROVEMENTS, LANDSCAPE Agency Name: CITY OF LA PUENTE Contact Person: ADEL FREIJ-WILDAN Telephone: 562-364-8486 Original Contract Amount., $758,173.00 Final Contract Amount: $758,032 Change in contract amount is due to items of work being added/deleted by the agency. Project Name/Number: POLK STREET RESURFACING PROJECT-58TH AVENUE TO AIRPORT/ 10197698 Start and Finish Dates. 1/16/18-2/16/18 Project Description: AC GRIND&OVERLAY, PULVERIZATION, EARTHWORK, AGGREGATE, STRIPING Agency Name: COUNTY OF RIVERSIDE Contact Person: JOEL J I MEN EZ Telephone: 951-955-6780 Original Contract Amount: $788,762 Final Contract Amount: $660,553 Change in contract amount is due to items of work being added/deleted by agency Project Name/Number: ANZA AVENUE REHABILITATION (190TH TO DEL AMO), 1-144/ 10197224 Start and Finish Dates. 1l2/18-4/30/18 Project Description: AC GRIND&OVERLAY, EXCAVATION,AGGREGATE BASE, TRAFFIC CONTROL Agency Name: CITY OF TORRANCE Contact Person: SHIN FURUKAWA Telephone: 310-328-5310 Original Contract A mount: $1,267,000 Final Contract Amount: $1,009,508 Change in contract amount is due to items of work being added/deleted by agency Updated February 2019 SULLY-MILLER C(.-)N"I'RAC'-1-INC; CO. BIDDER'S EXPERIENCE AND QUALIFICATIONS Project Name/Number: PEARBLOSSOM HWY WATER MAIN RELOCATION 121 ST ST EAST/10197174 Start and Finish Dates. 12/26/17-4/26/18 Project Description: TRAFFIC CONTROL, AC, REMOVE& REPLACE WATERLINE,ASBESTOS REMOVAL Agency Name: LOS ANGELES WATERWORKS DISTRICT(LACDPW) Contact Person: LAURA SMITH Telephone: 626-458-3114 Original Contract Amount: $2,943,000 Final Contract Amount.- $3,016,282 Change in contract amount is due to items of work being added/deleted by the agency. Project Name/Number: UCI COOLING TOWER RECYCLED WATER CONVERSION PIPELINE/ 10196627 Start and Finish Dates: 10/25/17-3/25/18 Project Description: MOBILIZATION, TRAFFIC CONTROL, UNDERGROUND, COLD MILL,AC, SLURRY Agency Name: IRVINE RANCHE WATER DISTRICT Contact Person: HARRY CHO Telephone: 949-453-5300 Original Contract Amount: $1,117,500 Final Contract Amount: $1,586,637 Change in contract amount is due to items of work being added/deleted by the agency. Project Name/Number: STREET RECONSTRUCTION PROJECT/10196509 Start and Finish Dates: 10/23/17- 12/8/17 Project Description: AC GRIND&OVERLAY, EXCAVATION, AGGREGATE BASE, CONCRETE, IMPR. Agency Name: CITY OF El MONTE Contact Person: JIM GEYER Telephone: 626-580-2058 Original Contract Amount: $1,199,000 Final Contract Amount: $1,202,924 Change in contract amount is due to items of work being added/deleted by agency Project Name/Number., DOWNTOWN PEDESTRIAN ACCESS IMPR.AT HUNTINGTON/ 10196168 Start and Finish Dates: 12/4/17-1/4/18 Project Description: EXCAVATION, BASE, AC, PCC, SURVEY, LANDSCAPE, MASONRY, ELECTRICAL Agency Name: CITY OF ARCADIA Contact Person: KEVIN MERRILL Telephone: 626-574-5400 Original Contract Amount: $182,748 Final Contract Amount., $201,023 Change in contract amount is due to items of work being added/deleted by agency Updated February 2019 MUM StJLI_Y-MILLER 4 CON-1-RAC-1-INC: CO. BIDDER'S EXPERIENCE AND QUALIFICATIONS Project Name/Number: UNINCORPORATED COMMUNITY OF CHARTER OAK/ 10196167 Start and Finish Dates: 11/13/17-2/28/18 Project Description: EXCAVATION,AGGREGATE BASE, CONCRETE,AC PAVING, TRAFFIC CONTROL Agency Name: LACDPW Contact Person: ANOUSH HOVSEPIANS Telephone: 626-458-3114 Original Contract Amount: $1,172,333 Final Contract Amount: $1,129,637 Change in contract amount is due to items of work being added/deleted by agency Project Name/Number: JOHN WAYNE AIRPORT TERMINAL C TAXI STAGING AREA/10194789 Start and Finish Dates: 11/6/17-3/6/18 Project Description: DEMOLITION, CONCRETE IMPROVEMENTS, MOBILIZATION, TRAFFIC Agency Name: COUNTY OF ORANGE Contact Person: KORY HARIRI Telephone: 949-252-5171 Original Contract Amount: $543,000 Final Contract Amount: $458,500 Change in contract amount is due to items of work being added/deleted by agency Project Name/Number: RESIDENTIAL STREET REHAB PROJECT PH. I AREA 7 PCC/10194501 Start and Finish Dates: 8/8/17-10/13/17 Project Description: TRAFFIC CONTROL, PCC,AC, COLD PLANE,ADJUSTMENTS, CRACKSEAL Agency Name: CITY OF RANCHO PALOS VERDES Contact Person: NATALIE CHAN Telephone: 310-544-5289 Original Contract Amount: $1,419,331 Final Contract Amount., $1,976,934 Change in contract amount is due to items of work being added/deleted by agency Project Name/Number., RANCHERO ROAD REHAB & MAIN ST. MEDIAN PROJECT/ 10194432 Start and Finish Dates: 7/24/17-9/22/17 Project Description: EXCAVATION, AC, CONCRETE, BASE, COLD PLANE, STRIPING,ADJUSTMENTS Agency Name: CITY OF HESPERIA Contact Person: TINA SOUZA Telephone: 760-947-1474 Original Contract Amount: $487,450 Final Contract Amount: $487,030 Change in contract amount is due to items of work being added/deleted by agency Updated February 2019 � old SULLY-MILLER CON-MAC-TING CO. BIDDER'S EXPERIENCE AND QUALIFICATIONS Project Name/Number: MONROVIA RENEWAL - NORTHWEST AREA INFRASTRUCTURE/ 10194317 Start and Finish Dates: 8/20/17-5/31/18 Project Description: PULVERIZATION, EXCAVATION, AC PAVING, CONCRETE, SEWER,ADJUSTING Agency Name: CITY OF MONROVIA Contact Person: JIM MERRILL Telephone: 626-932-5575 Original Contract Amount., $7,398,739 Final Contract Amount: $8,514,561 Change in contract amount is due to items of work being added/deleted by agency Project Name/Number: DIVISION DR. &SUGARPINE RD / 10193679 Start and Finish Dates: 8/4/17-9/30/17 Project Description: AC, GRADING, REMOVALS, PULVERIZATION, ADJUSTING UTILITIES Agency Name: COUNTY OF SAN BERNARDINO DEPT, PUBLIC WORKS Contact Person: HAILE FORD Telephone: 909-387-7920 Original Contract Amount: $668,400 Final Contract Amount., $667,886 Change in contract amount is due to items of work being added/deleted by agency Project Name/Number: LUNA RD/ 10193678 Start and Finish Dates: 8/4/17-10/13/17 Project Description: REMOVALS, PULVERIZATION, EXCAVATION, CEMENT TREAT, EARTHWORK Agency Name: COUNTY OF SAN BERNARDINO DEPT. PUBLIC WORKS Contact Person: HAILE FORD Telephone: 909-387-7920 Original Contract Amount: $2,022,000 Final Contract Amount: $2,007,995 Change in contract amount is due to items of work being added/deleted by agency. Project Name/Number: LOS ANGELES AVE, WIDENING/10192625 Start and Finish Dates: 7/5/17-9/22/17 Project Description: AC, PCC IMPROVEMENTS, REMOVALS, TRAFFIC CONTROL, UNDERGROUND Agency Name: CITY OF SIMI VALLEY Contact Person: SARAH SHESHEBOR Telephone: 805-583-6792 Original Contract Amount, $248,946 Final Contract Amount, $258,537 Change in contract amount is due to items of work being added/deleted by agency. Updated February 2019 SULLY-MILLER CC�N-f'RAC:-1-1NC:r CO. BIDDER'S EXPERIENCE AND QUALIFICATIONS Project Name/Number: ARROYO SECO PEDESTRIAN AND BICYCLE TRAIL PROJECT/10192407 Start and Finish Dates: 7/24/17- 1/31/18 Project Description: REMOVALS, EARTHWORK, PCC, PETROMAT,AC, LANDSCAPE, ELECTRICAL Agency Name: CITY OF SOUTH PASADENA Contact Person: RAFAEL CASILLAS Telephone: 626-403-7240 Original Contract Amount: $2,086,255 Final Contract Amount: $1,975,575 Change in contract amount is due to items of work being added/deleted by agency. Project Name/Number., 2017 PAVEMENT REHAB PROJECT, PS-005 &CULVER WEST/10189586 Start and Finish Dates: 6/5/17-9/5/17 Project Description: AC GRIND&OVERLAY, CONCRETE IMPROVEMENTS, EXCAVATION Agency Name: CITY OF CULVER CITY Contact Person: HONG WANG Telephone: 310-353-5600 Original Contract Amount: Final Contract Amount, $2,301,205 Change in contract amount is due to items of work being added/deleted by agency. Project Name/Number., McCADDEN PLACE-BEVERLY BOULEVARD TO 3RD STREET/ 10189026 Start and Finish Dates: 8/7/17-1/28/18 Project Description: EXCAVATION, CONCRETE IMPROVEMENTS,ALLOWANCES, LANDSCAPE Agency Name: CITY OF LOS ANGELES Contact Person: RALPH SHOVLIN Telephone: 213-978-0262 Original Contract Amount: $496,000 Final Contract Amount: $408,306 Change in contract amount is due to items of work being added/deleted by the agency. Project Name/Number: MAGNOLIA AVE. & RAMONA DR. WATER DISTRIBUTION MAIN/ 10188799 Start and Finish Dates: 5/9/17-11/1/17 Project Description: ASPHALT, CONCRETE, WATER, LOOPS, STRIPING, ADJUSTMENTS Agency Name: CITY OF RIVERSIDE Contact Person: FERNANDO ROMERO Telephone: 951-826-5311 Original Contract Amount: $1,984,777 Final Contract Amount, $1,971,695 Change in contract amount is due to items of work being added/deleted by the agency. Updated February 2019 SULLY-MILLER C.ON-YRAC;TING C.O. BIDDER'S EXPERIENCE AND QUALIFICATIONS Project Name/Number., TRAFFIC SIGNAL IMPR. ON SANTA MONICA BLVD/10188768 Start and Finish Dates. 7/1/17- 10/6/17 Project Description: SURVEY, EXCAVATION, TRAFFIC CONTROL, CONCRETE, SWPPP, ELECTRICAL Agency Name: CITY OF WEST HOLLYWOOD Contact Person: SHARON PERLSTEIN Telephone: NUMBER Original Contract Amount: $1,170,439 Final Contract Amount: $1,291,399 Change in contract amount is due to items of work being added/deleted by agency. Project Name/Number. 2016-17 STREET REHABILITATION PROGRAM/ 10188741 Start and Finish Dates: 5/20/17-7/1/17 Project Description: TRAFFIC CONTROL, SWPPP, COLD MILL,ARHM, AC, BASE, DEMO, PCC, ADJUSTING Agency Name: CITY OF SIERRA MADRE Contact Person: CHRIS CIMINO Telephone: 626-355-7135 Original Contract Amount: $449,196 Final Contract Amount., $570,294 Change in contract amount is due to items of work being added/deleted by agency. Project Name/Number: STREET&LANDSCAPE IMPR. ON CARSON STREET/ 10188501 Start and Finish Dates: 7/1/17-12/31/17 Project Description: REMOVALS,AC, IMPORT, TRAFFIC CONTROL, SITE FURNISHINGS, MASONRY Agency Name: CITY OF HAWAIIAN GARDENS Contact Person: ISMILE NOORBAKSH Telephone: 562-420-2641 Original Contract Amount: $2,620,118 Final Contract Amount: $2,702,025 Change in contract amount is due to items of work being added/deleted by the agency. Project Name/Number: ASPHALT PAVING & PULVERIZING HAIWEE PP SOUTH ACCESS RD/ 10188291 Start and Finish Dates: 6/14/17-81/17 Project Description: AC PAVING, GRADING, PULVERIZATION, MOBILIZATION Agency Name: LACDPW Contact Person: ISABEL DE VERA Telephone: 213-367-4309 Original Contract Amount: $132,321 Final Contract Amount: $124,673 Change in contract amount is due to items of work being added/deleted by the agency. Updated February 2019 SULLY-MILLER Cc>N'I'RACTINC; CO. BIDDER'S EXPERIENCE AND QUALIFICATIONS Project Name/Number 6TH STREET BICYCLE BOULEVARD PROJECT/ 10188038 Start and Finish Dates: 7/5/17-11/30/17 Project Description: EXCAVATION,AC GRIND AND OVERLAY, PCC IMPROVEMENTS, UNDERGROUND Agency Name: CITY OF LONG BEACH Contact Person: STEVE TWEED Telephone: 562-570-5161 Original Contract Amount: $821,000 Final Contract Amount: $1,027,181 Change in contract amount is due to items of work being added/deleted by agency. Project Name/Number: FY 2016-17 CDBG STREET IMPROVEMENTS/ 10187953 Start and Finish Dates: 2/20/17-2/21/18 Project Description: REMOVALS, FULL DEPTH RECLAMATION, AC PAVING, GRADING, SLURRY SEAL Agency Name: CITY OF HESPERIA Contact Person: DAVID BURKETT Telephone: 760-947-1202 Original Contract Amount: $ 1,417,999.60 Final Contract Amount: $1,417,999 Change in contract amount is due to items of work being added/deleted by agency. Project Name/Number: EMERGENCY GRIND AND OVERLAY/10187603 Start and Finish Dates. 1/14/17-1/20/117 Project Description: GRIND AND OVERLAY Agency Name: CITY OF VERNON Contact Person: V. RODRIGUEZ Telephone: 323-583-88111 ,o Original Contract Amount: $100,000 Final Contract Amount: $100,000 Change in contract amount is due to items of work being added/deleted by the agency. Project Name/Number. CONSTRUCTION ON ST.HWY ROUTE 18 IN S.B.000NTY/10187599 Start and Finish Dates: 4/1/17-6/23/17 Project Description: UNDERGROUND, PCC IMPROVEMENTS, AC PAVING, STRIPING, SIGNAGE STRUCTURES W/REBAR Agency Name: CALTRANS Contact Person: MOHSEN PARVINJAH Telephone: 916-227-6299 Original Contract Amount: $1,076,000 Final Contract Amount: $1,059,906 Change in contract amount is due to items of work being added/deleted by the agency. Updated February 2019 T� SULLY-MILLER C,(_:)N'E'RAC:TING CO. BIDDER'S EXPERIENCE AND QUALIFICATIONS Project Name/Number. MARINE PARK IRRIGATION RETROFIT PROJECT/10187204 Start and Finish Dates: 5/15/17-12/31/17 Project Description: SURVEY, REMOVALS, WATER LINE, PCC,AC, LANDSCAPE, IRRIGATION, ELECTRIC Agency Name: CITY OF SANTA MONICA Contact Person: CARLOS ROSALES Telephone: 310-458-8721 Original Contract Amount., $2,065,100 Final Contract Amount, $2,151,556 Change in contract amount is due to items of work being added/deleted by agency. Project Name/Number: FY 2015-2016 PAVEMENT REHABILITATION PROGRAM/10186801 Start and Finish Dates: 12/16/16- 12/16/19 Project Description: COLD MILL, EXCAVATION,AC, PCC, CRACK TREATMENT, SURVEY Agency Name: CITY OF EL MONTE Contact Person: NADEEM SYED Telephone: 626-580-2058 Original Contract Amount: $1,180,092 Final Contract Amount: $2,029,332 Change in contract amount is due to items of work being added/deleted by agency. Project Name/Number: CARSON STREET AND NORWALK BOULEVARD IMPROVEMENTS/ 10186780 Start and Finish Dates: 5/1/17-6/1/17 Project Description: AC, DEMO, PCC, TRAFFIC CONTROL, MISCELLANEOUS FURNISHINGS Agency Name: CITY OF HAWAIIAN GARDENS Contact Person: ISHMILE NOORBAKSH Telephone: 562-420-2641 Original Contract Amount: $369,880 Final Contract Amount: $369,880 Change in contract amount is due to items of work being added/deleted by the agency. Project Name/Number.- DUARTE ROAD ARTERIAL REHABILITATION/ 10186427 Start and Finish Dates: 1/15/17-3/30/17 Project Description: AC GRIND&OVERLAY, EXCAVATION, CONCRETE, ELECTRICAL Agency Name: CITY OF ARCADIA Contact Person: TIM KELLECHER Telephone: 626-574-5415 Original Contract Amount: $560,022 Final Contract Amount: $532,009 Change in contract amount is due to items of work being added/deleted by the agency. Updated February 2019 SULLY-MILLER C0N'I'RA(;T1NCi C.O. BIDDER'S EXPERIENCE AND QUALIFICATIONS Project Name/Number: YUCCA LOMA ROAD STREET AND STRIPING IMPROVEMENTS/ 10186361 Start and Finish Dates., 12/1/16-2/1/17 Project Description: AC, BASE, PCC, GRADING, REMOVALS, UNDERGROUND, STRUCTURES Agency Name: TOWN OF APPLE VALLEY Contact Person: RICHARD PEDERSON Telephone: 760-240-7000 Original Contract Amount, $389,000 Final Contract Amount: $389,000 Change in contract amount is due to items of work being added/deleted by agency. Project Name/Number: GOLD LINE STATION PEDESTRIAN AND BICYCLE IMPROVEMENTS/10186191 Start and Finish Dates: 12/1116-4/1/17 Project Description: EARTHWORK, CONCRETE, ASPHALT PAVING, MOB, TRAFFIC CONTROL Agency Name: CITY OF DUARTE Contact Person: RAFAEL CASILLAS Telephone: 626-357-7931 Original Contract Amount: $1,674,357 Final Contract Amount., $1,730,380 Change in contract amount is due to items of work being added/deleted by agency. Project Name/Number: STREET SLURRY SEAL PROJECT 2016/2017 IN VARIOUS STREETS/ 10186075 Start and Finish Dates: 11/28/16-2/15/17 Project Description: EXCAVATION, BASE,AC, PCC, SLURRY STRIPING Agency Name: CITY OF BELL Contact Person: ANGELA BUSTAMANTE Telephone: 323-588-6211 Original Contract Amount: $462,000 Final Contract Amount: $462,000 Change in contract amount is due to items of work being added/deleted by the agency. Project Name/Number: GAGE AVENUE IMPROVEMENTS FROM WILCOX AVENUE TO RIVER DR/ 10185788 Start and Finish Dates: 10/19/16- 12/2/16 Project Description: TRAFFIC CONTROL, CLEARING &GRUBBING, CMB, ARHM, STRIPING Agency Name: CITY OF BELL Contact Person: DANI KIM Telephone: 323-588-6211 Original Contract Amount: $671,000 Final Contract Amount: $671,000 Change in contract amount is due to items of work being added/deleted by the agency. Updated February 2019 � I SULLY-MILLER C()N-1'RA<;TING CO. BIDDER'S EXPERIENCE AND QUALIFICATIONS Project Name/Number: ARROYO DRIVE AREA SEWER AND STREET IMPROVEMENTS/10185389 Start and Finish Dates: 11/1/16-1/30/17 Project Description: AC PAVING, PCC IMPROVEMENTS, UNDERGROUND, MANHOLES, EXCAVATION Agency Name: CITY OF FULLERTON Contact Person: DON HOPE Telephone: 714-738-6300 Original Contract Amount., $874,000 Final Contract Amount: $874,000 Change in contract amount is due to items of work being added/deleted by agency. Project Name/Number: BEAR VALLEY ROAD RECONSTRUCTION (MARIPOSA TO AMARGOSA/ 10185154 Start and Finish Dates., 10/15/16-12/16/16 Project Description: COLD PLANE, EXCAVATION, BASE, CONCRETE,ASPHALT, TRAFFIC, STRUCTURES Agency Name: CITY OF VICTORVILLE Contact Person: BRUCE MILLER Telephone: 760-955-5000 Original Contract Amount: $2,323,000 Final Contract Amount: $2,307,860 Change in contract amount is due to items of work being added/deleted by agency. Project Name/Number: MCDONNELL AVENUE, ET AL/10185083 Start and Finish Dates: 12/1/16- 12/1/16 Project Description: MOB, DEMOLITION, EXCAVATION, CEMENT TREATED BASE, UNDERGROUND Agency Name: LACDPW Contact Person: TIM BAZINET Telephone: 626-458-3144 Original Contract Amount: $3,076,035 Final Contract Amount.- $3,129,747 Change in contract amount is due to items of work being added/deleted by the agency. Project Name/Number: EXCAVATION, AC, PCC,ADJUSTMENTS, SLURRY SEAL, STRIPING/10185040 Start and Finish Dates: 12/1/16-3/31/17 Project Description: EXCAVATION, AC, PCC,ADJUSTMENTS, SLURRY SEAL, STRIPING Agency Name: CITY OF SAN GABRIEL Contact Person: DAREN GRILLEY Telephone: 626-308-2800 Original Contract Amount: $379,519 Final Contract Amount: $699,171 Change in contract amount is due to items of work being added/deleted by the agency. Updated February 2019 li 0 SULLY-MILLER C.ON-YRACTING CO. BIDDER'S EXPERIENCE AND QUALIFICATIONS Project Name/Number: RESIDENTIAL STREET REHABILITATION FY 14-15& FY 15-16/10184825 Start and Finish Dates: 10/3/16-1/15/17 Project Description: RESIDENTIAL STREET REHABILITATION FY 14-15& FY 15-16 Agency Name: CITY OF LA HABRA Contact Person: EDDIE CHAN Telephone: 562-383-4151 Original Contract Amount: $1,745,500 Final Contract Amount: $1,745,500 Change in contract amount is due to items of work being added/deleted by agency. Project Name/Number: MONROVIA RENEWAL-SOUTHWEST/SOUTHEAST AREA/ 10184717 Start and Finish Dates: 10/3/16-1/15/17 Project Description: EXCAVATION/DEMOLITION,AC GRIND AND OVERLAY, PULVERIZE, CAPE SEAL Agency Name: CITY OF MONROVIA Contact Person: JIM MERRILL Telephone: 626-932-5575 Original Contract Amount: $4,940,000 Final Contract Amount., $4,940,000 Change in contract amount is due to items of work being added/deleted by agency. Project Name/Number: WASHINGTON BOULEVARD STREET IMPROVEMENTS-PHASE 2/10184671 Start and Finish Dates: 10/1/16-12/23/16 Project Description: AC PAVING, CONCRETE IMPROVEMENTS, COLD MILL, ELECTRICAL Agency Name: CITY OF MONTEBELLO Contact Person: SAMUEL KOURI Telephone: 323-887-1460 Original Contract Amount., $824,690 Final Contract Amount: $824,690 Change in contract amount is due to items of work being added/deleted by the agency. Project Name/Number: TEMPLE AVENUE IMPROVEMENTS/ 10184162 Start and Finish Dates: 12/6/16-1/16/17 Project Description: TRAFFIC CONTROL, DEMO, PCC,AC, LANDSCAPE, SLURRY SEAL Agency Name: CITY OF LA PUENTE Contact Person: ADEL FREIJ (WILDAN) Telephone: 562-364-8486 Original Contract Amount: $524,751 Final Contract Amount: $579,806 Change in contract amount is due to items of work being added/deleted by the agency. Updated February 2019 mdi SULLY-MILLER C(.-)N-rRAC:,rIN(; Co. BIDDER'S EXPERIENCE AND QUALIFICATIONS Project Name/Number: CONSTRUCTION OF LIBERTY PARK ANNEX EXTERIOR IMPROVEMENTS/ 10184161 Start and Finish Dates: 8/29/16-9/21/16 Project Description: AC PAVING, CONCRETE IMPROVEMENTS, COLD MILL, ELECTRICAL Agency Name: CITY OF CERRITOS Contact Person: FREDDY BONILLA Telephone: 562-860-0311 Original Contract Amount: $311,130 Final Contract Amount., $311,130 Change in contract amount is due to items of work being added/deleted by agency. Project Name/Number: 2017 CITYWIDE STREET RESURFACING/ 10183764 Start and Finish Dates: 8/29/1611/11/16 Project Description: SURVEY, CONCRETE, UNDERGROUND,AC, COLD PLANE, FENCING Agency Name: CITY OF LA CANADA FLINTRIDGE Contact Person: GREG KWOCEK Telephone: 818-790-8880 Original Contract Amount: $1,284,195 Final Contract Amount: $1,284,195 Change in contract amount is due to items of work being added/deleted by agency. Project Name/Number: ALAMO STREET WIDENING WEST OF GAGE AVENUE/ 10183436 Start and Finish Dates: 8/15/16-10/14/16 Project Description: DEMOLITION, CONCRETE IMPROVEMENTS, AC GRIND&OVERLAY Agency Name: CITY OF SIMI VALLEY Contact Person: SARAH SHESHEBOR Telephone: 805-583-6786 Original Contract Amount: $288,629 Final Contract Amount: $288,629 Change in contract amount is due to items of work being added/deleted by the agency. Project Name/Number: WILMINGTON AVENUE IMPROVEMENTS/ 10183227 Start and Finish Dates: 9/12/16- 12/16/16 Project Description: COLD PLANE, AC, PCC,ADJUSTMENTS, ELECTRICAL, SURVEY Agency Name: CITY OF COMPTON Contact Person: JOHN STRICKLAND Telephone: 310-605-5500 Original Contract Amount: $1,219,750 Final Contract Amount: $1,146,489 Change in contract amount is due to items of work being added/deleted by the agency. Updated February 2019 A dll SULLY-MILLER C;C:�N"I"RAC;TINC; C.O. BIDDER'S EXPERIENCE AND QUALIFICATIONS Project Name/Number: VALLEY VIEW UTILITY RELOCATION/ 10182766 Start and Finish Dates: 7/18/16-8/31/16 Project Description: TRAFFIC CONTROL, EROSION CONTROL, WATER LINE, SIDEWALK Agency Name: CITY OF CERRITOS Contact Person: FREDDY BONILLA Telephone: 562-860-0311 Original Contract Amount: $379,000 Final Contract Amount: $379,000 Change in contract amount is due to items of work being added/deleted by agency. Project Name/Number: CHICO AVENUE FROM RUSH STREET TO SOUTH END OF STREET/ 10182094 Start and Finish Dates: 7/11/16-9/2/16 Project Description: COLD MILL,AC, GRADING, CONCRETE,ADJUST MANHOLES&VALVES Agency Name: CITY OF SOUTH EL MONTE Contact Persona ARJAN IDNADI Telephone: 626-579-6540 Original Contract Amount: $299,210 Final Contract Amount: $299,210 Change in contract amount is due to items of work being added/deleted by agency. Project Name/Number: DESERT SHORES TOWNSITE ROADWAY IMPROVEMENT PROJECT/ 10182072 Start and Finish Dates: 7/1/16-10/28/16 Project Description: SHOULDER BACKING,ADJUST MANHOLES &VALVES, COLD PLANE, ARAM Agency Name: IMPERIAL COUNTY DEPARTMENT OF PUBLIC WORKS Contact Person: JENELL GUERRERO Telephone: 442-265-1818 Original Contract Amount: $1,111,000 Final Contract Amount: $1,111,000 Change in contract amount is due to items of work being added/deleted by the agency. Project Name/Number: INTERSECTION MODIFICATION AT WALNUT AVENUE AND ALAMITOS/ 10180933 Start and Finish Dates: 10/1/16-5/1/17 Project Description: EXCAVATION,AC GRIND&OVERLAY, CONCRETE,AGGREGATE BASE, UNDERGROUND Agency Name: CITY OF LONG BEACH Contact Person: ERIC LOWE Telephone: 562-570-5161 Original Contract Amount: $851,568 Final Contract Amount: $2,036,000 Change in contract amount is due to items of work being added/deleted by the agency. Updated February 2019 SULIY-MILLER ~ C:oN-I'RA(-,-FIN(; C,0. BIDDER'S EXPERIENCE AND QUALIFICATIONS Project Name/Number: 2015-16 ANNUAL OVERLAY PROJECT/ 10180815 Start and Finish Dates: 6/27/16-9/16/16 Project Description: COLD PLANE, GRADING, AC, CRACK SEAL, STRIPING, LOOPS Agency Name: CITY OF SANTA CLARITA Contact Person: FRANK LUJAN Telephone: 661-255-4942 Original Contract Amount: $3,964,775 Final Contract Amount: $3,964,775 Change in contract amount is due to items of work being added/deleted by agency. Project Name/Number., BERYL STREET- FLAGLER TO 190TH DRAINAGE/10180800 Start and Finish Dates: 6/13/16-10/1/16 Project Description: EXCAVATION, BASE, AC, PCC, COLD PLANE, UNDERGROUND Agency Name: CITY OF REDONDO BEACH Contact Person: SAILA POTUKUCHI Telephone: 310-372-1171 Original Contract Amount: $1,658,101 Final Contract Amount: $1,658,101 Change in contract amount is due to items of work being added/deleted by agency. Project Name/Number: VALLEY BOULEVARD RECONSTRUCTION WITH PCC PAVEMENT/10180528 Start and Finish Dates: 8/1/16-11/21/16 Project Description: DEMO, GEOGRID, EXCAVATION, EARTHWORK, PCC,ADJUSTMENT Agency Name: CITY OF INDUSTRY Contact Person: GERRY PEREZ Telephone: 626-333-0336 Original Contract Amount: $3,828,191 Final Contract Amount: $886,882 Change in contract amount is due to items of work being added/deleted by the agency. Project Name/Number: BEACH PARKING LOT 4S ACCESS IMPROVEMENTS AND PAVING/ 10179877 Start and Finish Dates: 5/23/16-6/24/16 Project Description: COLD MILL, CONCRETE, EXCAVATION, SITE FURNISHINGS, AC Agency Name: CITY OF SANTA MONICA Contact Person: ZACH POLLARD Telephone: 310-458-8411 Original Contract Amount: $706,094 Final Contract Amount: $706,094 Change in contract amount is due to items of work being added/deleted by the agency. Updated February 2019 SLJLI_Y-MILLER C(-)N"I'RACTIN<; C,'O. BIDDER'S EXPERIENCE AND QUALIFICATIONS STORM DRAIN, SEWER AND WATER REFERENCES Project Name/Number: 2010/2011 ANNUAL WATERLINE &SLURRY SEAL JOB/ 11090C & 10128866 Start and Finish Dates: 5/2011-3/2012 Project Description: WATER LINE &STREET IMPROVEMENTS Agency Name: CITY OF LA HABRA, 201 E. LA HABRA BLVD., LA HABRA, CA 90633 Contact Person: CHUCK STEPHAN Telephone: 562/905-7200 Original Contract Amount: $1,507,833 Final Contract Amount: $1,443,408 Change in contract amount is due to items of work being deleted by the agency. NO CLAIMS Project Name/Number: BEECH AVE. WATERLINE REPLACEMENT/ 11164C & 10128918 Start and Finish Dates: 7/2012-11/2012 Project Description: CONSTRUCTION SERVICE, WATER SYSTEM, MAIN SERVICE LINE Agency Name: LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS, 900 SOUTH FREMONT AVENUE, ALHAMBRA, CA 91803 Contact Person: JOSEPH NGUYEN Telephone: 626-458-3166 Original Contract Amount: $672,950 Final Contract Amount: $772,525 Change in original contract amount is due to extra work and/or contract change orders adding work. NO CLAIMS Project Name/Number: ANNUAL WATER MAIN/ 12171C & 10128945 Start and Finish Dates: 3/2012-4/2013 Project Description: WATERLINE/WATER MAIN, SURVEY, AC GRIND &OVERLAY, SLURRY SEAL, PCC IMPRV., ADJUST MANHOLES, TREE ROOT PRUNE, STRIPING & MARKING, LOOPS, CMB Agency Name: CITY OF LA HABRA, 201 E. LA HABRA BLVD., LA HABRA, CA 90633 Contact Person: CHUCK STEPHAN Telephone: 562/905-7200 Original Contract Amount: $4,887,619 Final Contract Amount: $6,112,019 Change in original contract amount is due to extra work and/or contract change orders adding work. NO CLAIMS Updated 2018 1 STILLY-MILLER CONTRACTING C O. BIDDER'S EXPERIENCE AND QUALIFICATIONS STORM DRAIN, SEWER AND WATER REFERENCES Project Name/Number. CACTUS AVE./NASON ST./ 12177C & 10129925 Start and Finish Dates: 4/2012-5/2013 Project Description: CATCH BASIN, TRAFFIC CONTROL, LANDSCAPE &IRRIGATION, CLEARING & GRUBBING, COLD MILL, EXCAVATION, AC, CAB, PCC, ELECTRICAL, STRIPING & MARKING, FENCING, PIPE, EROSION CONTROL, RIP-RAP Agency Name: CITY OF MORENO VALLEY, 14177 FREDERICK STREET, MORENO VALLEY, CA 92552 Contact Person: VIREN SHAH Telephone: 951/413-3100 Original Contract Amount., $19,076,135 Final Contract Amount: $19,813,771 Change in original contract amount is due to extra work and/or contract change orders adding work. NO CLAIMS Project Name/Number. INDIAN HILL BLVD. STORM DRAIN/ 10133111 Start and Finish Dates: 9/2012-04/2013 Project Description: MANHOLES, RCP, STORM DRAIN STRUCTURES, LANDSCAPE & IRRIGATION, AC OVERLAY, BASE, SLURRY SEAL, PCC, ELECTRICAL, STRIPING & MARKING Agency Name: CITY OF CLAREMONT, 207 HARVARD AVENUE, CLAREMONT, CA 91711 Contact Person: CRAIG BRADSHAW Telephone: 909/399-5460 Original Contract Amount. $1,281,624 Final Contract Amount: $1,549,977 Change in original contract amount is due to extra work and/or contract change orders adding work. NO CLAIMS Project Name/Number: VILLAGE SOUTH STREET, PLAYA VISTA/10142150 Start and Finish Dates: 5/2013-7/2013 Project Description: CONCRETE, CMB, MOBILIZATION, STREET GRADING Agency Name: PLAYA VISTA CAPITAL COMPANY, LLC, 6500 SEABLUFF DRIVE, PLAYA VISTA, CA 90094 Contact Person: CLIFF RITZ Telephone: 310/822-0074 Original Contract Amount. $703,023 Final Contract Amount: $714,322 Change in original contract amount is due to extra work and/or contract change orders adding work. NO CLAIMS Updated 2018 2 , • , Bidder's Critical Staff Please see attached Resumes 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 Project Manager Telephone No. of proposed Project Manager: Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount Type of Work Date Completed 2. Name of proposed Superintendent Telephone No. of proposed Superintendent: 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 SULLY MILLER ONTRACTING CO. LIST OF EXPERIENCE Name: Mike E. Love Job Title: Superintendent Date of Hire: 1981 Education/Experience: 39 years of construction experience with Sully-Miller. Has full knowledge of all aspects of work in the Paving and Grading Divisions of Sully-Miller Contracting Company. Supervises multiple crews, scheduling, equipment coordination, and ability to interface with both Public and Private Agencies. Excellent in the ability to enforce timely project completion milestones and deadlines. Position Summary: Superintendent— Foreman - Laborer 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/Public Works/SB854FactSheet_6.30.14.pdf DIR's Contractor Registration Link—Call (844) 522-6734 https://efiling.dir.ca.gov/PW CR/ActionServlet?action=displayPWCRegistr-ationForm 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. Sully-Miller Contracting Company Contraao By Curtis eltz anthony.lintsully-miller.com curtis.weltz(cD-sully-miller.com Email Assistant Secretary Title Date: 02/07/2020 PWC Registration #: 1000003664 C-12 s 1000003664 SULLY MILLER GQNTRACTik''t0MPArdY Update Public Works Acbve 07 01119 O6t30l20 SULLY-MILLER CONTRACTING COMPANY Detail: Registration Number: 1000003664 Status: Wctl'ae CSLB Number: 747612 E Legal Entity Type: Corporation Mailing Address: 135 S STATE COLLEGE BLVD, SUITE 400 BREA CA 92821 County: Orange r 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 NI FORM TIO ,.a _ 3 �c 12 GRANTEE NAME: GRANT NUMBER: PRIMARY CONTACT NAME: —� C; �, Y Elm" :c` 7i t CONTRACTOR INFORMA110N y ) i.aecv CONTRACTOR NAME: Sully-Miller Contracting Company AUTHORIZED CONTRACTOR REPRESENTATIVE NAME: Curtis Weltz, Assistant Secretary MAILING ADDRESS: 135 S. State College Blvd., Suite #400 Brea CA 92821 _ 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 authorised 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 02/07/2020 Curtis W z, Assistant Secretary 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 (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 A RUIZ, Maria (SBREA) From: eBidboard Notifications <notifications@ebidboard.com> Sent: Monday, February 10, 2020 9:43 AM To: Sully Miller - Estimating Subject: Question(s) have been answered by City of Huntington Beach Message sent from Internet with notifications(a:ebidboard.com email address Security warning : Do not click on the links or attachments contained in this message unless you are sure of the sender's address. ARTERIAL REHABILITATION OF GRAHAM ST, SLATER AVE (2-SEGMENTS), NEWLAND ST AND ATLANTA AVE, CC-1576 Project #: CC-1576 Bid Date: 2020-02-11 2:00:00 PM Location: Huntington Beach, CA Owner: City of Huntington Beach Question Submitted By: City of Huntington Beach Subject: TYPOS IN BID SHEET UNITS INTWO PLACES Question: During the process we were notified of two unit typos in the bid sheets. Owner' s Answer: Please correct as follows: 1. Section C - Correction to Bid Schedule On Page C-2 .6, Replace Unit 1118" with "SF" for Graham Street Bid Item No. 26. (This was included in Addendum 1 issued 2/4/20) 2 . Section C - Correction to Bid Schedule On Page C-2 .31, Replace Unit "LF" with "SF" for Atlanta Avenue Bid Item No. 15. (Sent as an eBidboard message on 02/10/20, 9:00 AM) 1 r THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE Sully-Miller Contracting Company 135 S State College Blvd., Ste 400, Brea, CA 92821 as Principal, hereinafter called the Principal, and Liberty Mutual Insurance Company 8044 Montgomery Road, Ste. 150E, Cincinnati, OH 45236 a corporation duly organized under the laws of the State of MA as Surety, hereinafter called the Surety, are held and firmly bound unto City of Huntington Beach 2000 Main Street, Huntington Beach, CA 92648 as Obligee, hereinafter called the Obligee, in the sum Of Ten Percent of Amount Bid Dollars ($ 10% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally,firmly by these presents. WHEREAS,the Principal has submitted a bid for Graham Street Rehabilitation from Slater Avenue to Warner Avenue; Slater Avenue Rehabilitation from Goldenwest Street to Gothard Avenue; Slater Avenue Rehabilitation from Gothard Avenue to Beach Blvd., Newland Avenue Rehabilitation from Yorktown Street to Garfield Street and Atlanta Avenue Rehabilitation from Bushard Street to Surge Lane NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 5th day of February ^ , 2020 Sully-MilleriCQntrocting Company A cipal) (Seal) (Witness) Anthony Lino B : Curtis We tz , Assistant geC1re.fa.ry(Pde) f Liberty Mutual Insurance Company (Surety) (Seal) Angel G errer _ (Witness) By: Attorney-in-Fact Vlct ria M. Ca-mpk%�II (Tire) AIA DOCUMENT A310 BID BOND•AIA•FEBRUARY 1970 ED.•THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y.AVE.,N.W.,WASHINGTON,D.C.20006 a��A MRPO RRN F_ 1912 ym��tAC4{�' �2 r F 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 02/05/2020 before me, Maria L. Ruiz, Notary Public Date Here Insert Name and Title of the Officer personally appeared Curtis Weltz 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. hii4RIA L. RuiZ WITNESS my hand and official s fdotary Public California I Orange County Commission # 2176005 " S' _ My Comm. Expires Jan 5 _20211 Sign re o to bli 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: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Curtis WeltZ Signer's Name: X 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: Sully-Miller Contracting Company ©2014 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 5 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 F E B 0 5 2020 before me,' L.Clark,Notary Public Date Here Insert Name and Title of the Officer personally appeared Victoria M.Campbell Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/ate subscribed to the within instrument and acknowledged to me that-he/she/they-executed the same in his/her/their authorized capacity(es),and that by hfs/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. L. CLARK Notary Public California Z WITNESS my hand and official seal. Los Angeles County D Commission # 2170352 � '� Z Signature c Expires Nov 28,2020J Signature of Notary Pub>c 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 FEB 0 2�2� 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 N 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 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. Liberty Liberty Mutual Insurance Company mut m. The Ohio Casualty Insurance Company Certificate No:8202719-024022 West American Insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation 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, Victoria M. Campbell,Khoi Tran all of the city of Irvine state of California 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 the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 11th day of December 2019 Liberty Mutual Insurance Company P�1Nsu P-,I,( INS& a v4suotj The Ohio Casualty Insurance Company tiJ coaPORgr �n gJ coaPO'�gr 9y �,P coaPONgr y� West American Insurance Company >, f 1912 0 1919 0 a 1991 0 N Yd19Sh`T4 %3qF y0 eNAMP DIANr*' a3By: 7� * 4� C C: David M.Carey,Assistant Secretary �=N State of PENNSYLVANIA ss > :3 County of MONTGOMERY ca c`) a> On this I lth day of December 2019 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o o Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes=W > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. a) 3 IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. o r... i, P�t�' �co 02 �,��,°N;p Tc4`{ COMMONWEALTH OF PENNSYLVANIA �4�-, Qd- L �¢uoH^ C5 Y Notarial Seal �Q A-� O c iv O OF Teresa Pastella,Notary Public L� 6 N -q., Upper Merion Twp.,Montgomery County By: N C N E�4 �y��' My Commission Expires March 28,2021 3-E P \ Teresa Pastella,Notary Public O Co ��, �� Cyy�' Member,Pennsylvania Association of Notaries 0.-C:)N.. (0 This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company,Liberty Mutual Insurance 0.5 Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: o 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 to such limitation as the Chairman or the President'�� L) may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety any and all >o ca � undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall have full=� o (D 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 executed,such instruments shall_C? Z � 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 the provisions of this€CO 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. CO? ARTICLE XIII—Execution of Contracts:Section 5.Surety Bonds and Undertakings. p19 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,F—r shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,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 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 executed such instruments shall be as binding as if signed by the president and attested by the secretary. 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,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this_5+fh_day of February 2020 P�1NSli P�(-1 INS& a%Nsuy co R° yc, yJ c°apD�q 9Z `P c°aportgr y4� J 3 lFo ro .. ? Fo 19 o " 1999 m 4991 0 -�. T d� SADHus��da Z02N NgMp'�\E.4, s '1DIANP aa� 6y.Renee C.Llewellyn,Assistant Secretary 6/7 LMS-12873 LMIC OCIC WAIC Multi Co 062018 �ry a / \ \ d 00 \ C / \ / ® & 0S jE / / / \ / } (A g / � 03 / ƒ \ \ a ) g � t J u 0 / \\ \ \