Loading...
HomeMy WebLinkAboutKana Pipeline Inc. - 2020-05-18 (2) RECEIVED BY: CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerks Office (Name) after signing/dating (Date) 'A , RT CITY OF HUNTINGTON BEACH Z INTERDEPARTMENTAL COMMUNICATION TO: City Treasurer FROM: City Clerk DATE: 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. �CZ 2-W - :L - M 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 Do*) CC No. Agenda Item No. - Ili MSC No. City Clerk Vault No. 6&. SLR Other No. SIRE System ID No. 53-2 252 g./forms/bord transmittal to treasurer AT CITY OF HUNTINGTON BEACH v INI'EKDEFARTMENTAL COMMUNICATION DATE: 7/21/2021 TO: THOSE LISTED HEREON FROM: Joseph Fuentes, Senior Civil Engineer -' SUBJECT: Retention Release Payment - PO#26058 OJ Supplier#120108 Co. #507 Sunset Beach Water Main Project- Phase 3, Project#CC 1435 Contractor's Name: Kana Pipeline, Inc. Address: 12620 Magnolia Ave. City, State and Zip Code: Riverside, CA 92503 Phone Number: 714-986-1400 City Business License Number: A153103 Notice of Completion (Date by City Clerk): 5/13/2021 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 *-4-1 that no stop notices are on file. Date Sean Crumby, Director of 7 c Works I certify that there are no outstanding invoices on file. (I !aI'),l � 1� �1J�d4, Date Joy`e)Zacks, Deputy City Treasurer I certify that no stop notices are on file, and that a guaranty bond has been filed with the City Clerk's Office. Date Robin Estanislau, City Clerk tP7--lal a? Attachments 1. Notice of Completion 2. Maintenance Bond 3. Certificate of Compliance with Prevailing Wage Laws 4. Contractor's Certificate 5. Certificate of Compliance with Title VII of the Civil Rights Act and Equal Employment Opportunity Act of 1972 6. Consent for Release letter from the Surety Company Executed in Duplicate Band No.: 6021281772-M MAINTENANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: That Kana Pi eline. Inc. (contractor's name) apno laAve., Riverside, A 92503 (contractor's street address,city and state and zip code) as Principal (hereinafter called Contractor),and: United States Fire Insurance Company 79re sname) 3 ad/son venue, Morristown, 7 (surety's street address, city and state and zip code) a corporation organized and existing under the laws of the State of Delaware with its principal office in the City of Morristown, NJ as Surety(hereinafter called Surely), are held firmly bound unto CITY OF HUN'�INCgTON gE4CH ats Obligee (hereinafter called Owner), in the amount of T—VI fan rrr IlunJrN Fl �.uanJ E,hl t undr,d 2.350,824.09 Twrvr nwr,�J wnou Dollars ($ ), equivalent to the entire contract amount including all orders, for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators,successors, and assigns,jointly and severally,firmly by these presents, WHEREAS, Surety is a duty admitted surety insurer under the laws of the State of California:and Surely 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 & Poors,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 Construction of water pipelines at un5 set-Beach In locations from Anderson Street Warner 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 duty admitted in the state of California; and The Contract has been completed, and the�wner, Contractor and Surety agree that the commencement date for this Guarantee and Bond shall be JUne 0 2p21, 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 Owners written notice of default, either: (a) remedy the default, or (b) shall promptly complete the Contract in accordance with its terms and conditions. Surety shall save the Owner harmless from any claims,judgments, liens or losses arising from the Surety's failure to either remedy the default or to complete the Contract in accordance with its terms and conditions in a timely manner. 15<584/118138 1 Whenever the Principal shall be, and declared by the Owner to be in delault 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 wilh 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 subiect 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 stale the date of commencement of ds cure or remedy of the Principal's defaults) or its performance of the Contract. The Surety's obligations for cure or remedy, include but are not limited to correction of defective work and completion of the Contract, additional legal, design professional and delay costs ansmg 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 defaull of its performance of the Contract. It the Surety does issue its Notice of Election and does not proceed to cure or remedy the Principal's defauft(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 30th day of June 20 21 Principal Raised Corporate Seal Kana Pipeline, In - (MUST BE AFFIXED] (Cox4r or Name) By. (Seal) Principal Raised Corporate Seal IMUST BE AFFIXED] — r (Title) United States Fire Insurance Company (Sure Name) By: (Seal) i Luu. Attorney-in- act APPROVED AS TO FORM, - NOTES Michael E. Cia es, City Attomeyy Acknowledgments must oe completed and returned as par.of the bond 2 Raised Corporate Seals are mandatory. 3 Please attach Power of Attorney 1 81A 2 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT A Notary Public or other officer completing this certificate verifies only the idennty of the individual who signed the document to which this certificate is attached. and not the truthfulness. accuracy, or %alidny of that document State of Calif mia County of T<1VeIt`6q On -1 1 , before me, Hemes Salvador-Tabadero. Notary Public personally appeared t4ryILL l,0(`a 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. 1 certify under PENALTY OF PERJURY under the laws of State of California that the foregoing paragraph is true and correct. 1tfRtiES DERO SALVADOR TABA 0 CO ; M2240E AI "O°�=couNry " i WITNESS my hand and official scat. w cars.teoo rs as>= SIGNATURE Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of attached document'' �" 1, Title or type of document: ! r �p�� tovo r� (p —2e 1-17Z— M Document Date: &V-,5C)ILZZ Number of Pages: Signer(s) Other than Named Above: CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies orgy the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. i State of California ) County of Orange ) on JUN 3 0 2021 before me Reece Joel Diaz, Notary Public Date Here Insert Name and Title of the Officer personally appeared Kim Luu Name(s)of So**) 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. y WITNESS my hand and official seal. nf Signature Signato 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 — Thle(s): Corporate Officer — Title(s): Partner — Limited General Partner — Limited General Individual X Attorney in Fact Individual Attorney in Fact Trustee Guardian or Conservator Trustee Guardian or Conservator Other: _ _ Other: _ Signer is Representing: _ _ Slgrw is Representing: 02014 National Notary Association • www NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item #5907 POWER OVA 1-1 ORN E) Uss H KDSIA I VS FIRE INSURANCE-CO.N I VANY PRINCI PAL OFFICE-.%IORR IS I OWN.NE'llt I ERSEY 87921416121 KNOWALLMEN BN *HI FSE PRESEN IS I hat UnizedStates Fire Insurance Conipans,a corporation duly Orgalliledand eximinu under the hoss of the siau:of Delaware,are.has made.constituted and appointed and does hereby make,constitute and appoint: Rhonda C Abel,JeriApodara.Kitin Lou.Michael D. Parizino.Rochelle Rheaull, HeatherSallareffi.Jame.,A.Schaller,Maria,Guise,Reerg-Joel Diuz.Leigh C McDonough each, its true and latl Attorticy(s)-hi-Fact.with lull potter and auffant% hereliv conferred in its name,place and stcad,ill execute, acknouict1gl:and dcii%cr: %it.t and all honds and undertakings 01 NLINI% and other documents that Elie ordinar course ot'suret'% business may require,and ill bind I huted States [:ire Insurance Company tlicrch% as Iullv laid to Elie nine extent a,it such bonds or undertaking,had been dulv c.\cctjtcd and ackno,icclecd by Elie regularl,elected Officers ofhiiied States Fire Insurance Comfpanv at its principal Office.HE allIOLIOLS Or penalties not exmediful Serra Million.Fite Hundred I'llousand Dolhir,07—i0fl,oflol. 'Phis Power of \(ionic\ hunts the act ol'those named therein to the bond,and undertakings specifically named therein.laid they Ilat,all authority to bind United States Fire Insurance Conlpan% swept in the manner and to the extent therein stated. 'Phis Potter ol'AllomeN rcNokcs;all previous Poiscis of Attornc\ issued on behalf of Elie AtiorticN,-In-Fact named abuse and expires on Rations 3 1.2022. 'Ibis Poster of Aluttncs is granted pursuant to Article W of the ils-Law,Of United States Fire Insurance Conipanv its now in In]] force and cflcct, and consistent%%iIh Article Ill thereof,which Articles provide,in pertinent pan: Article W. Fsecation Of Instrument,-Except as the Board ot'Directors mOv. authorize b% resolution.the Chairman of the Board.President. an\ Vice-Prcsidcru. an, Assistant Vice President.the Secretan..or any Assistant Sccrctan Oall hune power on behalf ofthe Corporation: (a) to execute, atfix the corporate seal rianualk Or for facsimile it. acknowledge, %crifY and dcli%er all% contracts, obligations. insinuilenis and doctallCuLN whatsoever in connection with its business including.without limiting the foregoing,aint b011d.S.guarantees.undertakings,recogni/anccs.limters Of autorrun or rewcalion.,of am Pto%cis Of allorticN,stipulations,policies ofinsuraricc.deeds,lenses, norlizages.relcasc,.soli,Jklion,and auencN aaruennent,: (h) to appoint, in meriting. one or more persons for any of all (11 Elie Purposes mentioned in the preceding paragraph (a), including alliNing (lie seal Of the Corporation. Article III.Officers.Section ',.]I.Facsimile Signatures. [lie aignawre Of 1111\1 officer authorized by 1hCCOrpOnlfi011 10 1iVu Wl.\ bonds guarainces.undertakings. pvcoinivances.stipulations, powers ofattomeN or rC%OCa1iOnS [)fail%.powers of attorney and policies of inurance issued be Elie Corpoialion ma, be printed, lacsinulc. lithographed of otherwise produced. In addition, if laid:is authorized by the Board of Director, dividend warrants or checks. Or OIhCT OtHuClote, instruments SiOnInT EO title another in form.nia% he signed by the facsinide signaturcor signatures,lithographed orother-oke produced of such officer or ollicers ol'thc Corporation as front fine to tinic nui) he authori/ed to sign such insimincruis oil behalfol the Corporation. 'I lie Corporation may Continue 10 use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer Or Officers of the Corporation.notwithstanding Elie fact that he nim bare ceased to be such at the time when such instruments shall be issued. IN WITNESS W11FREOF, United States Fire Insurance COMIXIM has Caused these presents to he signed and attested Its its appropriate officer and its corporate seal herelanno affixed this 22-day o I'A ugus 1 2019. UNI 11:1)S IA'I ES FIRE INSURAMT COMP%NN Anthony R. Sliniooicz. President State of Perm"\iNania Count%.of Philadelphia On this 22""day ofAugust 2019.before me.it NutarN public of the State ofPcnns\kania.came the abuse named offlicerofUnited State,Fire Insurance Conipam. In [lie personaf,'\ known to he the individual and Officer described herein. and acknowleclued that he CXCellted the tOregOing instrument and all'LNCd the seal of United States Fire Insurance Company thereto by the authority of-his oll-icc. oninioni,eallh of Pennsylvania—Notary Sell himarn\%atkin,.Notar, Public Philadelphia Count lannara Watkins (NoiarN Public) M., commission c%piresAtugmt 22,2023 Countli,ital number 134SM43 I. the undersigned officer of United States Fire Insurance Company. a Delaware corporation,do hereby certil*N that the original Power of Attorney ofwhich the forcLoinia is a full.true and correct copy is still in force and effect and has not been rc%(ikcd. IN WITNESS WHEREOF. I have hereunto set in.\ hand and affixed the corponite seal oflinited States Fire insurance ConipanN.on the day of 20 UNITEO STATES FI RE INS(jR2\.N(,E COM PANY JUN 3 0 2021 Al Wright. Senior Vice President CONTRACTOR'S CERTIFICATE 1, Brittany Yamada state and Certify that: (Name of Declarant) 1. Kana Pipeline Inc. is the general contractor to the City of Huntington Beach ("City")on Contract No. CC-1435 (the"Contract") for the construction of the public work of improvement entitled: Sunset Beach Water Main Project -Various Locations (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 Riverside, CA on this llth day of June 20 21 igrrutur f Dec! t) APPROVED=ASPRM Michae . Gates City 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: CC-1435 Project: Sunset Beach Water Main Project 1 l Locations from Warner to Anderson Huntington Beach, CA The undersigned contractor on the above-referenced project("Project') hereby certifies that it has complied with title VII of the Civil Rights Act, the Equal Opportunity Act of 1972 and Executive Order 11246, and has not discriminated against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, national origin, age or disability. The undersigned contractor also certifies that it has not maintained any segregated facilities at its establishments on the basis of race, color, religion, sex, sexual orientation, gender identity, national origin, age or disability (with the exception of access for the disabled). I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed this llth day of June 20 21 , at Riverside California. actor N e) 14 Pipeline Inc. APPROVED F By: ai�cMic l E. Gates Ci Attorney 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: CC-1435 Project: Sunset Beach Waer Main Project 11 Locations from Warner to Anderson Huntington Beach,CA 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 l lth day of June 120 21 , at Riverside California. actor IV eJ Ka a ipeline Inc. APPROVED 110 FOIE By: M' I E. Gates City Attorney 1 RECEIVED BY: CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office (Name) after signing/dating (Date) e CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION TO: City Treasurer FROM: City Clerk DATE: SUBJECT: Bond Acceptance I have received the bonds for / 4n t l (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. 0zai?l 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 sh 1-e 620 (Council Approval Date) CC No. ly3S Agenda Item No. - 1.51�7/ MSC No. City Clerk Vault No. �0to0. sy Other No. SIRE System ID No. g)formslbond transmittal to treasurer f j Recorded in Official Records, Orange County PLEASE COMPLETE THIS INFORMATION Hugh Nguyen, Clerk-Recorder RECORDING REQUESTED BY: IIIIIII III IIII6II IIII IIIII IIIII IIIII IIIII IIIIIIIII IIII NO FEE I + S R 0 0 1 2 8 i 6 0 7 9 5 + 2021000318395 9:39 am 05113121 399 RW9A N12 1 ( 0.00 0.00 0.00 0.00 0.00 0.00 0.000.000.00 0.00 WHEN RECORDED MAIL TO: i { CITY OF HUNTINGTON BEACH S PUBLIC WORKS DEPARTMENT Attn:Joseph Fuentes P.O. Box 190—2000 Main Street Huntington Beach,CA 92648 7 i THIS SPACE FOR RECORDER'S USE ONLY 1 TITLE OF DOCUMENT NOTICE OF COMPLETION i NOTICE IS HEREBY GIVEN by the City of Huntington Beach, owner in fee, 2000 Main Street, Huntington Beach,CA 92648, that i the contract heretofore awarded to Kana Pipeline, Inc.,who was the company thereon for doing the following work to-wil: i Sunset Beach Water Main Project-Phase 3, Project ti CC 1435 I i That said work was completed 05/13/2021 by said company according to plans and specifications and to the satisfaction of the City f Engineer of the City of Huntington Beach and that said work was accepted by the Director of Public Works on 0 511 3/2 02 1. per City Council Resolution No. 2003-70 adopted October 6, 2003. That upon said contract United States Fire Insurance Company,was surety for the bond given by the said company as required by i This document is solely for the official business of the City of Huntington Beach, as contemplated under Government Code Section 1 27383 and should be recorded free of charge. / 2 j Diredlor of orks or City Engineer ate City of Huntington Beach,California STATE OF CALIFORNIA) County of Orange )ss: City of Huntington Beach ) 'i 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 I regularly ordered to be recorded in the Office of the County Recorder of Orange County. IThis document Is solely the official business of / r the City of Huntington Beach, as contemplated �...X �� S)1'1,21 under Government code section 27383 and Director of or City Engineer Date ! should be recorded free of charge. City of Huntington Beach,California i i THIS PAGE IS ADDED TO PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION i (Additional recording fee applies) 1 RECEIVED BY: ) CITY CLERK RECEIPT COPY Return Cit DUPLICATE Y Cle k's Office (Name) f i after signing/dating J 0 (Date) CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION TO: City Treasurer FROM: City Clerk DATE: `��► /�DaZ(� SUBJECT: Bond Acceptance I have received the bonds for h t,--j - (Company Name) CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. &I)C) 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. l y35 Agenda-item No. MSC No. City Clerk Vault No. 11'DD. "517 Other No. SIRE System ID No. 53J 295,95 g1forms/bond transmittal to treasurer t CITY FUNDED CONSTRUCTION CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND KANA PIPELINE, INC. FOR SUNSET BEACH WATER MAIN PROJECT VARIOUS LOCATIONS,CC-1435 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 KANA PIPELINE,INC. , a California corporation, hereinafter referred to as "CONTRACTOR." WHEREAS, CITY has solicited bids for a public works project, hereinafter referred to as "PROJECT," more fully described as construction of water pipelines at Sunset Beach in locations from Anderson Street to Warner 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: I. 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 20-8650/230096 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; 20-8650/230096 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. 20-8650/230096 3. COMPENSATION CITY agrees to pay and CONTRACTOR agrees to accept as full compensation for the faithful performance of this Agreement,subject to any additions or deductions made under the provisions of this Agreement or the Contract Documents, a sum not to exceed Two Million Two Hundred Seventy One Thousand Seven Hundred Dollars ($ 2,271,700.00 ), 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 Seventy 170 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, 20-8650/230096 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. 20-8650/230096 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 20-8650/230096 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 One Thousand Two Hundred Dollars ($ 1200 ) 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 20-8650/230096 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; 20-8650/230096 (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 (0 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 20-8650/230096 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 20-86501230096 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 20-8650/230096 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, 20-8650/230096 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 20-8650/230096 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 20-8650/230096 (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, 20-8650/230096 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. 20-8650/230096 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. 20-8650/230096 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. 20-8650/230096 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 20-8650/230096 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. 20-8650/230096 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 KANA PIPELINE,INC. ATTN:Joseph Fuentes , Public Works ATTN: Daniel Locke 2000 Main Street 12620 Map-nolia Avenue Huntington Beach, CA 92648 -- Riverside,CA 92503 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. 20-8650/230096 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 20-8650/230096 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. 20-86501230096 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. 20-8650/230096 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers on 6 — 17 , 2020 apezw w— ky G?.tclGdu-4titcQ CONTRACTOR: 'p• eline, Inc. CITY OF HUNTINGTON BEACH,a municipal corporation of the ate of California By: Daniel Locke (print name) 1�w� C� !� ITS: Chairman President Vice-President City Clerk 3 a (circle one) INITIATED AND APPROVED: AND By:_ �Di r of Pu lic Works of Pu lic Works Patrick Burns (print name) R E ED APPROVED: ITS: Secretary Chief Financial Officer / Asst. _ Secretary/Treasurer (circle one) City Manager APPROVE AS TO FORM: City Attorney 20-8650/230096 20 err A' I SECTION C PROPOSAL for the construction of SUNSET BEACH WATER MAIN PROJECT VARIOUS LOCATIONS FROM ANDERSON STREET TO WARNER AVENUE CC No. 1435 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 170 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option,be considered null and void. Accompanying this proposal of bid, find s in the amount of which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for_% ", as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received i d r' Signature 2 C-2 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For Sunset Beach Water Main Project at Various Locations, CC1435 April 27, 2020 Notice to All Bidders: 1) Delete "Section F—Supplement to the Special Provisions" identified in the Table of Contents. This section has been deleted from the specifications. 2) Add Section C and Section D in the Specifications under Section 7— Measurement and Payment, 7-3.2, Bid Item Description for the following items: Add Section C to "Remove and Dispose of Existing Concrete Gutter", page E-27: C. This item includes saw cutting, removing, hauling, and disposing existing pavement section. Add Section C and Section D to "Asphalt Pavement Replacement Section", page E-27: C. This item includes saw cutting, removing, hauling, and disposing of existing pavement section and pavement fabric, if present, to the subgrade elevations indicated on the plans as required to construct the new improvements. D. This item provides pavement for both the base course (thickness varies) and a 1 % inch finish course of AC pavement. Add Section C to"Base Replacement, page E-27": C. This item includes saw cutting, removing, hauling, and disposing existing pavement section." 3) Amend Sheet 11 of 35, Drawing C-106, of the Approved Plans per the attached "Revision 1" to modify the pipeline profile to include a 12-inch inverted siphon assembly. 4) Replace Bid Schedule C, pages C-2.6 and C-2.7, with attached "Bid Schedule C (revised 4/27/20 Addendum No. 1)" to modify the following Bid Items: a. Reduce quantity of Bid Item No. 5 from 105 LF to 80 LF. b. Add Bid Item No. 12 to include 12-inch Inverted Siphon Assembly. 1 of 21 Addendum No. 1 The bid opening date has not changed and will be May 5, 2020 at 10:00 AM. This is to acknowledge receipt and review of Addendum Number One, April 27, 2020. Company Name By s('s-L-.�o� Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Lili Hernandez at (714) 374- 5386. 2 of 21 Addendum No. 1 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER TWO For Sunset Beach Water Main Project at Various Locations, CC1435 April 30, 2020 Notice to All Bidders: 1) Replace the following Bid Schedules listed below with attached revised Bid Schedules dated 04/30/20 to change water service material from "polyethylene water service" to "polyethylene plastic coated copper tube water service" per City Specifications 02510.8: A. Bid Schedule D, pages C-2.8 to C-2.10, Bid Item No. 8. B. Bid Schedule E, pages C-2.11 to C-2.13, Bid Item No. 9. C. Bid Schedule F, pages C-2.14 to C-2.15, Bid Item No. 9. D. Bid Schedule G, pages C-2.17 to C-2.18, Bid Item No. 8. E. Bid Schedule H, pages C-2.19 to C-2.20, Bid Item No. 9 & 11. The bid opening date has not changed and will be May 5, 2020 at 10:00 AM. This is to acknowledge receipt and review of Addendum Number Two, dated April 30, 2020Y Company Name By S/S/Zo2c7 Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Lili Hernandez at (714) 374- 5386. 1 of 11 Addendum No. 2 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER THREE For Sunset Beach Water Main Project at Various Locations, CC1435 May 4, 2020 Notice to All Bidders: Please note the following clarification to the Contract Documents and Project Specifications: 1) Section Al, page A-ix, and Section B, page B-1, of the Project Specifications: Due to the COVID-19 pandemic, hand delivered bids will only be accepted between the hours of 9:00 AM and 10:00 AM, immediately outside of City Hall Civic Center entrance, on the day of bid opening. Bids will be publicly opened in the same area to allow for social distancing. It is advised that bidders arrive earlier than normal to deliver bids and allow for additional bid processing and acceptance times due to the safety measures described above. The bid opening date has not changed and will be May 5, 2020 at 10:00 AM. This is to acknowledge receipt and review of Addendum Number Three, dated May 4, 2020. . J. Company Name By Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Lili Hernandez at (714) 374- 5386. 1 of 11 Addendum No. 3 SECTION C PROJECT BID SCHEDULE A SUNSET BEACH WATER MAIN PROJECT, CC 1435 5TH STREET, 7TH STREET, IOTH STREET, 19TH STREET, AND 22ND STREET FROM NORTH PACIFIC TO SOUTH PACIFIC AVENUE BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 51h Street, 71h Street, 101h Street, 191h Street and 22"d Street ���) 1 Mobilization and Setup 1 LS $ � $ doom 2 Demobilization & Cleanup 1 LS $-3`2CaD— $ 3,200 3 Furnish Traffic Control in accordance with the City of Huntington Beach requirements, 043 '�o complete and in place. 1 LS $ 7000 $ 7,� 4 Replace Signing and Striping per oo plan notes (G-003). 1 LS 0,500 $ 3,5� 5th Street(Drawings C-101 and C-208) 5 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, &0 fittings, and appurtenances. 100 LF $7 08 $ 70 00 6 Furnish and install temporary blow- off, including fittings, thrust blocks m 00 for testing and disinfection. 2 EA $2,9co $ 5600 7 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ 2,'800 $ Z,to 8 Construct AC grind and overlay replacement as shown on these plans (C-208), complete and in po Oa place. 2,900 SF $ $ 2312104 on 9 Adjust existing manhole to grade. 1 EA $ $ 7410 10 Adjust water valve cover to grade. 5 EA $ 380- $ I ,11Loo 7th Street (Drawing C-101) 11 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, Qo p fittings, and appurtenances. 100 LF $ S:54P $ C-2.1 SECTION C PROJECT BID SCHEDULE A SUNSET BEACH WATER MAIN PROJECT, CC 1435 5TH STREET, 7TH STREET, 10TH STREET, 19TH STREET, AND 22ND STREET FROM NORTH PACIFIC TO SOUTH PACIFIC AVENUE Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 12 Remove and salvage existing fire hydrant. Construct new fire hydrant assembly, including furnishing and installing new buried pipe, valve 8 8 g00oo and appurtenances. 1 EA $ $ , 13 Furnish and install temporary blow- off, including fittings, thrust blocks g° ao for testing and disinfection. 2 EA $ 2,0 $ Jam,640 14 Chlorination and testing of all new water main and appurtenances, Q0 8� complete and in place. 1 LS $2,060 $ Remove and dispose of existing 15 cross gutter and construct new cross concrete gutter as shown on o0 04- these plans, complete and in place. 90 SF $ 6$ $ 6< 10" Street (Drawing C-102) 16 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, 00 fittings, and appurtenances. 96 LF $ 700 $7 880 17 Furnish and install temporary blow- off, including fittings, thrust blocks 00 00 for testing and disinfection. 2 EA i 18 Chlorination and testing of all new water main and appurtenances, 00 complete and in place. 1 LS $ �Z,960 $ 2,8c-AzD 19" Street(Drawing C-103) 19 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 88 LF $1,al 4 $ 81 232 20 Furnish and install temporary blow- off, including fittings, thrust blocks for testing and disinfection. 2 EA $ 2� $ 5� boc7 C-2.2 SECTION C PROJECT BID SCHEDULE A SUNSET BEACH WATER MAIN PROJECT, CC 1435 5TH STREET, 7TH STREET, IOTH STREET, 19TH STREET, AND 22ND STREET FROM NORTH PACIFIC TO SOUTH PACIFIC AVENUE Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 21 Chlorination and testing of all new water main and appurtenances, 2 800 complete and in place. 1 LS $ $ 22nd Street(Drawing C-103) 23 Furnish and install 12-inch PVC water main including but not limited 03 to potholing, shoring, pipe valves, ao fittings, and appurtenances. 88 LF $l[76^ $ g� 9S8 24 Furnish and install temporary blow- off, including fittings, thrust blocks �° for testing and disinfection. 2 EA $ 2�900 $ 5,6� 25 Chlorination and testing of all new water main and appurtenances, 49 complete and in place. 1 LS $ 2�g� $ 2� Oct c4� SUB-TOTAL BID AMOUNT (IN FIGURES) —SCHEDULE A $ SUB-TOTAL BID AMOUNT IN WORDS: Te%oE "VwRtev 101i 19_OLJZ�� . Note: Refer to Section 7, Measure and Payment for description of each Item on Bid Schedule. C-2.3 SECTION C PROJECT BID SCHEDULE B SUNSET BEACH WATER MAIN PROJECT, CC 1435 24TH STREET (DRAWINGS C-105 & C-202) BID ITEMS Item No. Description Quantity Unit Unit Total Cost Cost (Extension) 1 Mobilization and Setup 1 LS $ 1!j000 $ l S 000 2 Demobilization & Cleanup 1 LS $ 3, $ 3�2� 3 Furnish Traffic Control in accordance with the City of Huntington Beach and Caltrans requirements, complete and in oA place. 1 LS $ $ 4 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, a° and appurtenances. 314 LF $ 3S6 $ 1 11,7 5 Furnish and install 12-inch PVC water main (Caltrans ROW) including but not o limited to potholing, shoring, pipe valves, fittings, and appurtenances. 78 LF $ ��03a $ Aeor� 6 Furnish and install 6-inch x 12-inch too r� Ductile Iron Cross 1 EA $ $ 5 7 Furnish and install temporary blow-off, including fittings, thrust blocks for 99 Do testing and disinfection. 3 EA $ 2,000 $ 6,4DO 8 Chlorination and testing of all new water main and appurtenances, complete and Oo oa in place. 1 LS $ 2,800 $ 2 600 9 Remove and re-construct sidewalk, including all labor, equipment, materials, as shown on these plans, completed 'Co and in place. 200 SF $ 22-" $ 4,400 10 Construct concrete curb and gutter as shown on these plans, complete and in a' 40 place. 12 LF $ 236 $ 2, ei32 11 Construct AC grind and overlay replacement, including all labor, equipment, and materials, as shown on Do these plans (C-202), complete and in oa place. 9,152 SF $ 4 $ 36,606 C-2.4 SECTION C PROJECT BID SCHEDULE B SUNSET BEACH WATER MAIN PROJECT, CC 1435 24TH STREET (DRAWINGS C-105 & C-202) Item No. Description Quantity Unit Unit Total Cost Cost (Extension) 12 Adjust all water valve covers, drains, cleanouts, manholes, electrical, telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans (C-202), complete and in place. 1 LS $ 13 Remove and replace landscaping 1 LS $ �^ $ 14 Replace Signing and Striping per plan oQ notes (G-003). 1 LS $ It OCO $ SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE B $ 2�30, 7 64 SUB-TOTAL BID AMOUNT IN WORDS: fiWy +t0HPJ2c5p sv� f-�vNDlzi Note: Refer to Section 7, Measure and Payment for description of each Item on Bid Schedule. C-2.5 SECTION C PROJECT BID SCHEDULE C (revised 4/27/20 Addendum No. 1) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 12 STREET (DRAWING C-106) & CUT-IN VALVES IN PACIFIC COAST HWY (DRAWING C-112) BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) Alley North of 12th Street and Cut-in Valves in Pacific Coast Hwy 1 Mobilization and Setup 1 LS $ 1S 060 $ 15,000 2 Demobilization & Cleanup 1 LS $ 3,�- $ - 3 Furnish Traffic Control in accordance with the City of Huntington Beach and Caltrans requirements, complete and in QO 000 place. 1 LS $ �� $ 11,0400 Alley North of 12th Street (Drawings C-106) 4 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, Q° 00 and appurtenances. 17 LF $ $26 $ 14,02,5 5 Furnish and install 12-inch PVC water main (Caltrans ROW) including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 80 LF $ 000 $ 14+1 OCD 6 Construct new fire hydrant assembly, including furnishing and installing new gG0 buried pipe, valve and appurtenances. 1 EA $R, $ 7 Furnish and install temporary blow-off, including fittings, thrust blocks for testing Q-0 and disinfection. 2 EA $ 2-oft $ C-3i 8 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ 4Lj! $ 4-,4-00 9 Remove existing and construct new curb, gutter, and median as shown on a2 %Q° these plans, complete and in place. 1 LS $ 8-,SD $ 10 Replace Signing and Striping per plan notes (G-003). 1 LS $ 11 I00 $ 11100 �^ ADDENDUM NO. 1 C-2.6 SECTION C PROJECT BID SCHEDULE C (revised 4/27/20 Addendum No. 1) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 12 STREET (DRAWING C-106) & CUT-IN VALVES IN PACIFIC COAST HWY (DRAWING C-112) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) Cut-In Valves in Pacific Coast Hwy (C-1 12) 11 Furnish and install 8-inch Gate Valve (Caltrans ROW) including potholing, piping, fittings as shown on these plans, CIPCC complete in place. 2 EA $ 24,'M $ 4-8,000 12 Inverted Siphon, Refer to Sheet 11, Addendum No.1, including all 45 degree bends, hardware, thrust blocks, pipe, excavation, backfill, dewatering, removal of excess earth material, surface repair, I s10-0 complete and in place. 1 EA $ $ , SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE C $ 2-7 625 SUB-TOTAL BID AMOUNT IN WORDS: 't 10 + vN9PMP N lea 5)� +'SUNQt Note: Refer to Section 7, Measure and Payment for description of each Item on Bid Schedule. Note: Addendum No.1, revised the quantity in bid item No. 5, and created a new bid item No. 12. ADDENDUM NO. 1 C-2.7 SECTION C PROJECT BID SCHEDULE D (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 26T" STREET (DRAWINGS C-107 & C-205) BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 1 Mobilization and Setup 1 LS $ S, D $ 1 S,doO 2 Demobilization & Cleanup 1 LS $3,706 $ 3 Furnish Traffic Control in accordance with the City of Huntington requirements, Q° complete and in place. 1 LS $ 3,0� $ 4 Conduct preconstruction of existing survey homes and street as required by the Contract Documents, including preparation and submission of all required reports, videos and photographs. 1 LS $3�5� $ 3,s� 5 Furnish and install 6-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, 0-0 and appurtenances. 180 LF $2dl$ $ 6 Furnish and install temporary blow-off, including fittings, thrust blocks for testing 0 00 and disinfection. 1 EA $ (, $ 7 Construct new 4-inch Blow-off Assembly, including furnish and installing new buried pipe, valve and appurtenances. 1 EA $ 4', Is 8 Furnish and install 1-inch polyethylene coated copper tube water service, including pipe fittings, valves, and connection to existing water meter 00_ assembly. 6 EA $ 2,�� $ 9 Construct temporary below grade water 2-inch service and connect to existing water meters including temporary 2-inch hot tap to existing 6-inch Asbestos a� Cement pipeline. 1 LS $ 10,ft $ 10 9� ADDENDUM NO. 2 C-2.8 SECTION C PROJECT BID SCHEDULE D (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 26TH STREET (DRAWINGS C-107 & C-205) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 10 Remove and cap temporary 2-inch connection to existing 6-inch AC 49 0-0 pipeline. 1 EA $ i,(ow $ 11 Cut, cap, and abandon existing waterline and appurtenances and legally dispose 03 �� 8 _ of existing Asbestos Cement pipeline. 1 LS $ 17, $ 12 Chlorination and testing of all new water Q0- main and appurtenances, complete and 000 in place. 1 LS $ 2,90 $ � 13 Construct new alley concrete gutter as opt shown on these plans (C-205), complete o0 and in place. 850 SF $ 6 $ l3�'� 14 Construct AC pavement replacement, including all labor, equipment, and materials, as shown on these plans (C- 09 205), complete and in place. 78 TONS $ $ (5i 15 Construct base replacement, including all labor, equipment, and materials, as shown on these plans (C-205), complete Cu and in place. 58 YDS $ $ ,S 16 Furnish and Install Redwood Header. 8 LF $ j�D� $ 17 Adjust existing water meter to grade. 6 EA $ 3co _ $ 1 . 600 18 Adjust water valve cover to grade. 2 EA $ 38U $ 760400' 19 Adjust cleanouts, sewer cover, drain, electrical, telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans (C-205), a3- 09t complete and in place. 1 LS $ e7-, 20 Install Temporary"Parking By Permit 00 Only" signs along Greenbelt on North — 00�- and South Pacific Avenue. 2 EA $ s� $ 1 . 0- 21 Replace Signing and Striping per plan 00, notes (G-003). 1 LS $1� $ �a ADDENDUM NO. 2 C-2.9 SECTION C PROJECT BID SCHEDULE D (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 26TH STREET (DRAWINGS C-107 & C-205) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 22 Remove and salvage existing (wharf)fire hydrant including removing valves and `� abandoning lateral in place. 1 EA $ �, $ 6. 8da SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE D $ l 6+12) SUB-TOTAL BID AMOUNT IN WORDS: Note: Refer to Section 7, Measure and Payment for description of each Item on Bid Schedule. Note: Addendum No.2, Revised Bid Item No. 8 to polyethylene coated copper tube water services. ADDENDUM NO.2 C-2.10 SECTION C PROJECT BID SCHEDULE E (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 25TH STREET (DRAWINGS C-108 & C-204) BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 1 Mobilization and Setup 1 LS $ 15,E $ sib 2 Demobilization & Cleanup 1 LS $ 3, $ 3 Furnish Traffic Control in accordance with the City of Huntington requirements, ,00 complete and in place. 1 LS $3, 0 $ 3,o00 4 Conduct preconstruction of existing survey homes and street as required by the Contract Documents, including preparation and submission of all required reports, videos and ip° photographs. 1 LS $3,50 $ ` 5 Furnish and install 6-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, 06 and appurtenances. 221 LF $ 2S`� $ 57, E 6 Remove existing 10-inch tee, replace with 10-inch diameter DR 14 PVC AWWA C900 pipeline, and 10-inch DI 1) 00 gate valve. 1 LS $ 11 11 ow $ , 7 Abandon existing 10-inch Asbestos o0 Cement pipeline in place and plug ends. 1 LS $ $/4T $ 8AC0 8 Furnish and install temporary blow-off, including fittings, thrust blocks for testing Q2 0 9 and disinfection. 2 EA $ $ 9 Furnish and install 1-inch polyethylene coated copper tube water service, including pipe fittings, valves, and connection to existing water meter On o0 assembly. 14 EA $ ,Lyp $ 8 q 10 Construct temporary below grade water 2-inch service and connect to existing water meters including temporary 2-inch hot tap to existing 6-inch Asbestos 09- Cement pipeline. 1 LS $ �0, $ 16,9LT) ADDENDUM NO. 2 C-2.11 SECTION C PROJECT BID SCHEDULE E (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 25TH STREET (DRAWINGS C-108 & C-204) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 11 Remove and cap temporary 2-inch hot tap connection to existing 6-inch AC a9 oS pipeline. 1 EA $ 12 Cut, cap, and abandon existing waterline and appurtenances and legally dispose ' of existing Asbestos Cement pipeline. 1 LS $ ISf $ �5+ � 13 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ �+ � $ 14 Construct new alley concrete gutter as shown on these plans (C-205), complete ao� J'4-- and in place. 870 SF $ $ �3►C� 15 Slurry seal street, including all labor, equipment, and materials, as shown on these plans (C-204), complete and in place. 130 SF $ �2 $ 16 Construct AC pavement replacement, including all labor, equipment, and materials, as shown on these plans (C- cu 00 205), complete and in place. 91 TONS $ $ 1-71 17 Construct base replacement, including all labor, equipment, and materials, as shown on these plans (C-205), complete Cum 0 � and in place. 68 YDS $ $ 18 Furnish and Install Redwood Header. 30 LF $ SZ`O- $ 1. 560 19 Adjust existing water meter to grade. 14 EA $ 3CnQ2 $ 4,2� 20 Adjust water valve cover to grade. 3 EA $ 380� $ 21 Adjust cleanouts, sewer cover, drain, electrical, telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans (C-205), a° 00 complete and in place. 1 LS $ 2+ $ 2.160 22 Remove existing concrete gutter. 360 SF $ �t�' $ ADDENDUM NO.2 C-2.12 SECTION C PROJECT BID SCHEDULE E (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 25TH STREET (DRAWINGS C-108 & C-204) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 23 Install Temporary"Parking By Permit Only" signs along Greenbelt on North and South Pacific Avenue. 2 EA $ $ 24 Replace Signing and Striping per plan notes (G-003). 1 LS $ �, $ �, SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE E $ 7i31 , N-1 SUB-TOTAL BID AMOUNT IN WORDS: kA 'gy uppf.� m CL'1Y Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. Note: Addendum No.2, Revised Bid Item No. 9 to polyethylene coated copper tube water services. ADDENDUM NO.2 C-2.13 SECTION C PROJECT BID SCHEDULE F (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 PARK AVENUE (DRAWINGS C-109 & C-203) BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 1 Mobilization and Setup 1 LS $�Q'�0 $ 15,000 2 Demobilization & Cleanup 1 LS $ 3�00 $ 3,200 — 3 Furnish Traffic Control in accordance with the City of Huntington and Caltrans co a9- requirements, complete and in place. 1 LS $ 3i0:0 $ 3,000 4 Conduct preconstruction of existing survey homes and street as required by the Contract Documents, including preparation and submission of all required reports, videos and 0 o� photographs. 1 LS $3,5� $ 5 Furnish and install 6-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, Q and appurtenances. 266 LF $ 309 $ 62, 1q4 6 Furnish and install 6-inch PVC water main (Caltrans ROW) including but not limited to potholing, shoring, pipe valves, Q° Ca fittings, and appurtenances. 25 LF $ 1.100 $ - Sw 7 Furnish and install temporary blow-off, including fittings, thrust blocks for testing c9_ 40 and disinfection. 1 EA $ $�d $ 8 Construct new 4-inch Blow-off Assembly, including furnish and installing new buried pipe, valve and 01q �? appurtenances. 1 EA $,;)0 $ 9 Furnish and install 1-inch polyethylene coated copper tube water service, including pipe fittings, valves, and connection to existing water meter 0= o� assembly. 10 EA $'2107o $ 'Zp,700 10 Cut and cap existing 3-inch pipeline at valve including furnishing and installing 0 O 0 the necessary appurtenances in place. 1 EA $ $ i�oD ADDENDUM NO.2 C-2.14 SECTION C PROJECT BID SCHEDULE F (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 PARK AVENUE (DRAWINGS C-109 & C-203) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 11 Cut, cap, and abandon existing waterline ao and appurtenances in place. 1 LS $ J, $ ��, 12 Chlorination and testing of all new water main and appurtenances, complete and vo00- in place. 1 LS $2, � $ 2,/000 13 Construct new cross concrete gutter as shown on these plans (C-203), within Caltrans ROW, complete and in place. 00 160 SF $ $ 5,12c� 14 Slurry seal street, including all labor, equipment, and materials, as shown on these plans (C-203), complete and in place. 5,800 ( _o o 90 SF $ $ C1,7i D 15 Replace Signing and Striping per plan 0-0 CP— notes (G-003). 1 LS $ 1 i'0 $ SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE F $ 1�02 I sty SUB-TOTAL BID AMOUNT IN WORDS: Ply_ �{ T__r_>dF_ col LibV_S Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. Note: Addendum No.2, Revised Bid Item No. 9 to polyethylene coated copper tube water services. ADDENDUM NO. 2 C-2.15 SECTION C PROJECT BID SCHEDULE G (revised 4/30/20 Addendum No. 2 SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 24TH STREET (DRAWINGS C-110 & C-206) BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 1 Mobilization and Setup 1 LS $ $ j (5dn—'9 2 Demobilization & Cleanup 1 LS $ $ 3 Furnish Traffic Control in accordance with the City of Huntington requirements, ``39 complete and in place. 1 LS $ 3,� $ 4 Conduct preconstruction of existing survey homes and street as required by the Contract Documents, including preparation and submission of all required reports, videos and 013 3�p3 3 S� photographs. 1 LS $ $ 5 Furnish and install 6-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, °0 and appurtenances. 190 LF $ $ 4Z,7sD 6 Furnish and install temporary blow-off, including fittings, thrust blocks for testing � and disinfection. 1 EA $ $ �,$� 7 Construct new 4-inch Blow-off Assembly, including furnish and installing new buried pipe, valve and o0 appurtenances. 1 EA $ �, $ 2°v� 8 Furnish and install 1-inch polyethylene coated copper tube water service, including pipe fittings, valves, and connection to existing water meter °� assembly. 13 EA $ 21 $ 9 Remove and salvage existing (wharf)fire hydrant including removing valves and c'� � abandoning lateral in place. 1 EA $�� $ 10 Construct temporary below grade water 2-inch service and connect to existing water meters including temporary 2-inch hot tap to existing 6-inch Asbestos o% 010 - Cement pipeline. 1 LS $ ��,�w $ 1 0,700 ADDENDUM NO.2 C-2.16 SECTION C PROJECT BID SCHEDULE G (revised 4/30/20 Addendum No. 2 SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 24T" STREET (DRAWINGS C-110 & C-206) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 11 Remove and cap temporary 2-inch hot tap connection to existing 6-inch AC aQ od pipeline. 1 EA $ $ �� boo 12 Cut, cap, and abandon existing waterline and appurtenances and legally dispose 09 .qD of existing Asbestos Cement pipeline. 1 LS $ $ 13 Chlorination and testing of all new water main and appurtenances, complete and CIP in place. 1 LS $ $ 2 8� 14 Construct new alley concrete gutter as shown on these plans (C-205), complete oo and in place. 930 SF $ 6 $ 15 Construct AC pavement replacement, including all labor, equipment, and materials, as shown on these plans (C- Oy? 205), complete and in place. 80 TONS $ $ S �� 16 Construct base replacement, including all labor, equipment, and materials, as shown on these plans (C-205), complete Cu 0a and in place. 60 YDS $ 46 $ Sg� 17 Furnish and Install Redwood Header. 51 LF $ 32 $ - 18 Adjust existing water meter to grade. 13 EA $ $ 19 Adjust water valve cover to grade. 2 EA $ 3$d $ 7C-D a'f 20 Adjust cleanouts, sewer cover, drain, electrical, telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans (C-205), ter' 0L complete and in place. 1 LS $ �� $ �,3c� 21 Install Temporary"Parking By Permit Only" signs along Greenbelt on North 0° 00 and South Pacific Avenue. 2 EA $ $ i OaD- 22 Replace Signing and Striping per plan oo c 00 notes (G-003). 1 LS $ $ ADDENDUM NO.2 C-2.17 SECTION C PROJECT BID SCHEDULE G (revised 4/30/20 Addendum No. 2 SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 24T" STREET (DRAWINGS C-110 & C-206) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE G $ SUB-TOTAL BID AMOUNT IN WORDS: CP6 kAu0q" Yc'Y —TV40 1VS0(j&P!SP> rW4695 b-(j ppy-'Ew Note: Refer to Section 7, Measure and Payment for description of each Item on Bid Schedule. Note: Addendum No.2, Revised Bid Item No. 8 to polyethylene coated copper tube water services. ADDENDUM NO. 2 C-2.18 SECTION C PROJECT BID SCHEDULE H (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY BETWEEN 12TH & 13TH AND PECAN & ACACIA (DRAWINGS C-1I I & C-207) BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 1 Mobilization and Setup 1 LS $ II-S-00 $ S,000 02 2 Demobilization & Cleanup 1 LS $ , $3 � 3,�d 3 Furnish Traffic Control in accordance with OQ the City of Huntington requirements, complete and in place. 1 LS $ 3,c'!�o $ Ooo 4 Conduct preconstruction of existing survey homes and street as required by the Contract Documents, including preparation and submission of all required reports, videos and photographs. 1 LS $ $ 3.�d 5 Furnish and install 6-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 421 LF $ 00 $ 7, s7a 6 Furnish and install 6-inch gate valve 1 EA $ 2� $ �JZOC� a.. 7 Remove and salvage existing fire hydrant including removing valves and abandoning 4d C lateral in place. 1 EA $ 1,4 $ 1,4 8 Construct new fire hydrant assembly, including furnishing and installing new buried 00- 0-0- pipe, valve and appurtenances. 1 EA 71 go *,7, 9 Furnish and install 1-inch polyethylene coated copper tube water service, including pipe fittings, valves, and connection to existing water meter assembly. 1 EA $ �� $ 208y 10 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 2 EA $ i $ 11 Furnish and install 1-inch polyethylene coated copper tube water service, including pipe fittings, valves, and connection to 014oy existing water meter assembly. 23 EA $ $ 7 6l0 12 Cut, cap, and abandon existing waterline 5, � and appurtenances in place. 1 LS $ _ $ i ADDENDUM NO. 2 C-2.19 SECTION C PROJECT BID SCHEDULE H (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY BETWEEN 12TH & 13TH AND PECAN & ACACIA (DRAWINGS C-111 & C-207) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 13 Chlorination and testing of all new water o main and appurtenances, complete and in Qca place. 1 LS $ �, $ 2 14 Construct new alley concrete gutter as shown on these plans (C-207), complete mo fJ7 and in place. 955 SF $ 6 $ 15 Construct alley approach, including all labor, equipment, materials, as shown on these plans (C-207), completed and in place. 3 EA $ $ 7� 16 Construct AC pavement replacement, including all labor, equipment, and materials, 00 as shown on these plans (C-205), complete p — and in place. 155 TONS $ $ 17 Construct base replacement, including all labor, equipment, and materials, as shown on these plans (C-205), complete and in CU 01 place. 114 YDS $ )&0, lg Furnish and Install Redwood Header. 20 LF $ 70 $ 1 , S�oD 19 Adjust existing water meter to grade. 23 EA $ 36�0c0 $ 6'10t 20 Adjust water valve cover to grade. 3 EA $ '1W'— $ ) 4009 21 Adjust cleanouts, sewer cover, drain, electrical, telephone, and cable TV pull boxes, gas meters, and vaults to grade, as co 0 shown on these plans (C-205), complete .7,, and in place. 1 LS $2i i� $ 2,3� 22 Replace Signing and Striping per plan notes d� �— (G-003). 1 LS $ SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE H $ Z74, o62-C9- SUB-TOTAL BID AMOUNT IN WORDS: 'two ��o S64e-ot-_� - �► �51[-aT`f 9 cb Uro 1ZC Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. Note: Addendum No.2, Revised Bid Item No. 9&11 to polyethylene coated copper tube water services. ADDENDUM NO.2 C-2.20 SECTION C PROJECT BID SCHEDULE I SUNSET BEACH WATER MAIN PROJECT, CC 1435 SURVEY MONUMENT PRESERVATION (APPENDIX Q) AND SEWER HOUSE LATERAL REMODELING BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) Reset or Re-establish Survey I Monuments per Requirements described .� in Appendix Q of Contract Documents. 16 EA $ J�'6d $ Remodel existing sewer house 2 connection laterals conflicting with Jo- proposed waterline. 20 EA $ 2,= $ SUB-TOTAL BID AMOUNT (IN FIGURES) - SCHEDULE 1 $ 5-8,oc�o SUB-TOTAL BID AMOUNT IN WORDS: 'rA?f1*_( �t 61� -t_Vz09>.u9 V Note: 1) Refer to Section 7, Measure and Payment for description of each Item on Bid Schedule. 2) Bid Item No. 2 - The exact quantity and location of sewer house connection laterals are unknown. If the actual quantity does not comply with the 2018 Green Book quantity percentage requirements, the City reserves the right to renegotiate unit cost for this bid item. Sewer house lateral remodeling bid items include the following streets listed below: i) Alley North of 2611 Street ii) Alley North of 25th Street iii) Park Avenue iv) Alley North of 24th Street v) Alley Between 12th, 131h, Pecan and Acacia Streets C-2.21 SECTION C PROJECT BID SCHEDULE TOTALS Sunset Beach Water Main Project Various Locations Cash Contract No. 1435 SUB-TOTAL BID SCHEDULE A $ -7q SUB-TOTAL BID SCHEDULE B $ 2eo(7 iOn SUB-TOTAL BID SCHEDULE C $ 2'7c C;12S SUB-TOTAL BID SCHEDULE D $ l 4� (__�`5!' SUB-TOTAL BID SCHEDULE E $ 2� ' 1 l�� `00 SUB-TOTAL BID SCHEDULE F $ 'LOZ 1 6) 4 SUB-TOTAL BID SCHEDULE G $ 3-2- SUB-TOTAL BID SCHEDULE H $ ` oq?)Z0i m co SUB-TOTAL BID SCHEDULE 1 $ d0 TOTAL BID AMOUT, BASIS OF AWARD (Schedules A — 1) 2-,Z� O O TOTAL BID AMOUT, BASIS OF AWARD IN WORDS.- St?'4t:0 + U►- PR!F2 V0u,orZ-S - Notes: All extensions of unit prices will be subject to verification by Owner. In case of a verification between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-z.zz 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 Items) Subcontractor License Registration# Amount Contract Number ('�c' yto eta c �• 215�52 u2 lt�oa�7b ZQ,G1 00— AM , t, 3 2 -oNc�o t� i l.r2. s W" mil- L6 �fiJRa�1� Y M ���' oil qq � WAV11* '_ ?'�'� G31 ) 000a�1 LF1G 13,OSd p.S7 c ftwz c� qCG'� 060 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 gJ 20 , at f i\fa-Sl06— , -(ZA' Date City State Z PAJ WL- L >CJ4 1a , being first duly sworn, deposes and says that he or she is 1-)AG s51y Ir PV of V-4�--Wb pl?%u HM , 1 W G • 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. Ham' 1 N c- - Name of Bidder �1�16'L- 1.��G1Fe• Signature of Bidder 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 1 County of Riverside 1 On 05 May 2020 before me, Erin G Allen, Notary Public Date Here Insert Name and Title of the Officer personally appeared ------------------------------Daniel Locke---------------------------------- 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. 92iLEN I certify under PENALTY OF PERJURY under the California i laws of the State of California that the foregoing untyparagraph is true and correct. 2207931 Aug26,2021 WITNESS my hand and official seal. Signature �ts� 4&,A) Place Notary Seal and/or Stamp Above Signature o otary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Non-Collusion Affidavit-City of Huntington Beach-Sunset Beach Water Main Project-CC#1435 Document Date: 05 May 2020 Number of Pages: page 2 of 2 Signer(s) Other Than Named Above: ----------------------N/A---------------------- Capacity(ies) Claimed by Signer(s) Signer's Name: Daniel Locke Signer's Name: 0 Corporate Officer— Title(s): President ❑ 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: Kana Pipeline Inc Signer is Representing: 02019 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 SUNSET BEACH WATER MAIN PROJECT, VARIOUS LOCATION FROM ANDERSON STREET TO WARNER AVENUE, CC NO. 1435, (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. Y,& t', 1NG Contractor By Title Date: S 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 1dNo If the answer is yes, explain the circumstances in the space provided. 1-4/�- 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. P1 EL-4 Nv-.-; , 1 uL Contract o r �/�►1-�1�c 7- LoGFC� By Title Date: S � C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder Name 12620 Business Address 'PtgSV4 Cam. q%b--15 City, State Zip Telephone Number Email Address -(,E:,or07 /k State Contractor's License No. and Class e 1201 1 OLE,4 Original Date Issued y- 13 a j Zo zz- Expiration Date The work site was inspected by N1WV- ?"L-- of our office on , 202C) The following are persons, firms, and corporations having a principal interest in this proposal: P&WIelL. / \7pz�r-tp6tx[' 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. A. t< 1 ti4 C Company Name Signature of Bidder T)a»VW1_ Printed or Typed Signature C-s 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 1 County of Riverside J} On 05 May 2020 before me, Erin G Allen, Notary Public Date Here Insert Name and Title of the Officer personally appeared ------------------------------Daniel Locke---------------------------------- Nome(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 ERIN G.ALLEN laws of the State of California that the foregoing NotaryPublic-California z paragraph is true and correct. Orange County Z Commission it2207931 WITNESS my hand and official seal. My Comm.Expires Aug 26,2021 Signature , Place Notary Seal and/or Stamp Above Signature o4kiory Public 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-City of Huntington Beach-Sunset Beach Water Main Project-CC#1435 Document Date: Number of Pages: Page 2 of 2 Signer(s) Other Than Named Above: ----------------------N/A---------------------- Capacity(ies) Claimed by Signer(s) Signer's Name: Daniel Locke Signer's Name: 0 Corporate Officer—Title(s): President ❑ 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: Kana Pipeline Inc Signer is Representing: ©2019 National Notary Association NOTARY CERTIFICATE Subscribed and sworn to before me this day of , 202_ . A notary public or other officer completing this certificate verifies my the identity of the individual who signed the document, to which this certificate s 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 Z f Name(s)of Signer(s) 1 who proved to me on the basis o satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instruent and acknowledged to me that he/she/they executed the same in his/her/their authorized ca `city(ies),and that by his/her/their signature(s)on the instrument the person(s), or the entity upo behalf of which the person(s) acted, executed the instrument. I certify under PENA OF PERJURY under the laws of the State of California that the foregoing paragraph ' true and correct. WITNESS my h d and official seal. gnature Signature of Notary Public (PLACE NOTARY SEAL ABOVE) C-9 Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of potable water pipelines within the public right of way, working within major arterials, streets and alleys and in close proximity to other existing underground utilities, and in area containing high ground water. The area Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. 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: GI'N c5v- trto�w,e.�K 1. 127 CQ NoCzWbLV- R>L;�fP . IQR-w,6004 ,Ga• '�I 06 Sy Name and Address of Public Agency Name and Telephone No. of Project Manager: ,�U1.1,a.►-� UEE/ $'L2) �Zq -��Zlo m S I . g2F� ,G46 �Dis't���u'C►cr-� '�l��Ut�e 2�lT 17 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: , (o1154' OF UY 91Q. k &' VIP, $1 'P1? . 3 3i>ci~A 2. �� G 2 ?US 2A Spy A!`k,%. q2?o I Name and Address of Public Agency Name and Telephone No. of Project Manager: ) ► Q►2'(�Z ��tt )��J OZ. CPO Contract Amount Type of Work Date Completed Provide additional project description to show similar work: cj.1?A d rE 'bn Vw-,C1"ico Wolt?-- 4,(*S' cX7 ►S``VGP S VWEf-. 3. 2467r (:,Lb-V-K WF+40;�,' ?-Co I C-4-,�, 92-86© Name and Address of Public Agency Name and Telephone No. of Project Manager: 5-b1-1 M ELSo -N ZCRSI) 270--S-L7-7 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 2 NP S" q ►Q trtjE� Mom►r-� dS� D 1��rtaR�'i C-10 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. Name of proposed Project Manager Telephone No. of proposed Project Manager:��]l i d) 2 4-0 — ?.G-17 Project Name & Contract Amount Type of Work Date Completed ' V%t4 NE GCS' or tADV-W-"- Project Name & Contract Amount Type of Work Date Coin 1p d w6weFg zqMV*,-JNrCy cry%( OF 1�-�oZ -fish �w4�1o�►-� j w� 9� 3,�t.i� l��-ac�>►��t- 4 ��7 Project Name & Contract Amount Type of Work Date Completed 2. S G(:>IT' MnC,µu?,SY-\ Name of proposed Superintendent Telephone No. of proposed Superintendent: 01+) 240 0 — 6)4 -3(0 N*AICP sMRA 9F"P � 54,64.7b1 pO s c►- 2a 18 Project Name & Contract Amount Type of Work Date Completed _1�1�I—lT /4I �2d17 Project /Name & Contract Amount Type of Work Date Completed \ Vim(*PdYiWOOP SDRM I 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/DLS E/PublicWorks/SB 854FactSheet-6.3 0.14.pdf DIR's Contractor Registration Link—Call (844) 522-6734 https://efiling.dir.ca.gov/P WCR/ActionS ervlet?action--displayP W CRegistrationForm DIR's Contractor Registration searchable database: https://efiling.dir.ca.gov/PWCR/Search.aciion I am aware and will comply with the provisions of Labor Code Section 1771.1(a)which states: "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded." I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid. Contractor By Email Title Date: �5- Soso PWC Registration #: co 0 0 2 7 C-12 Contractor Information Registration History Legal Entity Name Effective Date Expiration Date KANA PIPELINE,INC. Legal Entity Type 6/15/2018 6/30/2019 Corporation Status 6/16/2017 6/30/2018 Active Registration Number 6/8/2016 6/30/2017 1000000223 Registration effective date 6/24/2015 6/30/2016 7/1/2019 Registration expiration date 7/8/2014 6/30/2015 6/30/2021 Mailing Address 7/1/2019 6/30/2021 12620 MAGNOLIA AVE RIVERSIDE 92503 CA United States of America Physical Address 12620 MAGNOLIA AVE RIVERSIDE 92503 CA United States of America Email Address Trade Name/DBA KANA PIPELINE,INC. License Number(s) CSLB:461487 Legal Entity Information Corporation Number: C1775296 Federal Employment Identification Number: President Name: DANIEL LOCKE Vice President Name: Treasurer Name: ABIR ALAMEDDINE Secretary Name: DANIEL LOCKE CEO Name: DANIEL LOCKE Agent of Service Name: DANIEL LOCKE Agent of Service Mailing Address: 12620 MAGNOLIA AVE RIVERSIDE 92503 CA United States of America Workers Compensation Do you lease employees through Professional No Employer Organization(PEO)?: Please provide your current workers compensation insurance information below: PEO PEO PEO PEO InformationName Phone Email Insured by Carrier Policy Holder Name: KANA PIPELINE,INC. Insurance Carrier: ASTRUS INSURANCE SOLUTIONS,LLC Policy Number: 0054303189 Inception date: 7/31/2018 Expiration Date: 7/31/2019 Contractor Information Registration History Legal Entity Name Effective Date Expiration Date HARDY&HARPER,INC. Legal Entity Type 6/15/2018 6/30/2019 Corporation Status 5/9/2017 6/30/2018 Active Registration Number 6/8/2016 6/30/2017 1000000076 Registration effective date 6/19/2015 6/30/2016 7/1/2019 Registration expiration date 7/2/2014 6/30/2015 6/30/2020 Mailing Address 7/1/2019 6/30/2020 32 Rancho Circle Lake Forest 92630 CA United States of America Physical Address 32 Rancho Circle Lake Forest 92630 CA United States of America Email Address Trade Name/DBA License Number(s) CSLB:215952 Legal Entity Information Corporation Number: C0443071 Federal Employment Identification Number: President Name: FRED T MAAS JR Vice President Name: STEVEN M KIRSCHNER Treasurer Name: Secretary Name: KRISTEN S PAULINO CEO Name: DANIEL T MAAS Agent of Service Name: FRED T MAAS JR Agent of Service Mailing Address: 32 Rancho Circle Lake Forest 92630 CA United States of America Workers Compensation Do you lease employees through Professional No Employer Organization(PEO)?: Please provide your current workers compensation insurance information below: PEO PEO PEO PEO InformationName Phone Email Insured by Carrier Policy Holder Name: HARDY&HARPER,INC. Insurance Carrier: ZURICH AMERICAN INSURANCE COMPANY OF ILLINOIS Policy Number: WC373645313 Inception date: 9/30/2013 Expiration Date: 10/1/2019 Contractor Information Registration History Legal Entity Name Effective Date Expiration Date LOPEZ CONSTRUCTION Lega l Entity Type 6/28/2018 6/30/2019 Corporation Status 6/29/2017 6/30/2018 Active Registration Number 6/21/2016 6/30/2017 1000017840 Registration effective date 10/6/2015 6/30/2016 7/11/2019 Registration expiration date 4/1/2015 6/30/2015 6/30/2020 Mailing Address 7/11/2019 6/30/2020 1125 E.5th St. CORONA 92879 CA United States of America Physical Address 1125 E.5th St. CORONA 92879 CA United States of America Email Address Trade Name/DBA License Number(s) CSLB:890389 Legal Entity Information Corporation Number: 2880327 Federal Employment Identification Number: President Name: ANTONIO LOPEZ Vice President Name: Treasurer Name: Secretary Name: KARLA LOPEZ CEO Name: Agent of Service Name: Jose Antonio Lopez Agent of Service Mailing Address: 1125 E.Sth St. Corona 92879 CA United States of America Workers Compensation Do you lease employees through Professional No Employer Organization(PEO)?: Please provide your current workers compensation insurance information below: PEO PEO PEO PEO InformationName Phone Email Insured by Carrier Policy Holder Name: LOPEZ CONSTRUCTION Insurance Carrier: STATE COMPENSATION INSURANCE FUND Policy Number: 9028529 Inception date: 9/30/2015 Expiration Date: 9/30/2019 Contractor Information Registration History Legal Entity Name Effective Date Expiration Date SUPERIOR PAVEMENT MARKINGS Legal Entity Type 6/18/2018 6/30/2019 Corporation Status 6/23/2017 6/30/2018 Active Registration Number 6/7/2016 6/30/2017 1000001476 Registration effective date 6/22/2015 6/30/2016 7/1/2019 Registration expiration date 9/24/2014 6/30/201S 6/30/2022 Mailing Address 7/1/2019 6/30/2022 5312 CYPRESS STREET CYPRESS 90630 CA United States of America Physical Address 5312 CYPRESS STREET CYPRESS 90630 CA United States of America Email Address Trade Name/DBA STREET STRIPING CONSTRUCTION ZONE TRAFFIC CONTROL PARKING&HIGHWAY IMPROVEMENT License Number(s) CSLB:776306 Legal Entity Information Corporation Number: C2868038 Federal Employment Identification Number: President Name: JOHN LUCAS Vice President Name: ROBERT GARCIA Treasurer Name: Secretary Name: CEO Name: DARREN VELTZ Agent of Service Name: SUPERIOR PAVEMENT MARKINGS Agent of Service Mailing Address: 5312 CYPRESS STREET CYPRESS 90630 CA United States of America Workers Compensation Do you lease employees through Professional No Employer Organization(PEO)?: Please provide your current workers compensation insurance information below: 00 PEO PEO PEO PEO InformationName Phone Email Insured by Carrier Policy Holder Name: SUPERIOR PAVEMENT MARKINGS Insurance Carrier: Cypress Insurance Company Policy Number: SUWC033321 Inception date: 5/31/2019 Expiration Date: 5/31/2020 )ntractor Information Registration History Legal Entity Name Effective Date Expiration Date KARCHER ENVIRONMENTAL,INC. Legal Entity Type 6/21/2018 6/30/2019 Corporation Status 5/12/2017 6/30/2018 Active Registration Number 6/1/2016 6/30/2017 1000007940 Registration effective date 6/18/2015 6/30/2016 7/1/2019 Registration expiration date 2/10/2015 6/30/2015 6/30/2022 Mailing Address 7/1/2019 6/30/2022 2300 E ORANGEWOOD AVENUE ANAHEIM 92806 CA United States of America Physical Address 2300 E ORANGEWOOD AVENUE ANAHEIM 92806 CA United States of America Email Address Trade Name/DBA License Number(s) CSLB:481416 !gal Entity Information Corporation Number: 1279095 Federal Employment Identification Number: President Name: SHANE SULUVAN Vice President Name: Treasurer Name: Secretary Name: CEO Name: Agent of Service Name: LESLIE B WINTER JR Agent of Service Mailing Address: 2300 E ORANGEWOOD AVENUE ANAHEIM 92806 CA United States of America Workers Compensation Do you lease employees through Professional Employer No Organization(PEO)?: Please provide your current workers compensation insurance information below: PEO PEO PEO PEOlnformationName Phone Email Insured by Carrier Policy Holder Name: KARCHER ENVIRONMENTAL,INC. IrtSurance Carrier: GREAT DIVIDE INSURANCE COMPANY Polity Number: WCA1538618-17 I ception date: 9/30/2018 pi ration Date: 9/30/2019 A��® DATE(MM/DD/YYYY) `C CERTIFICATE OF LIABILITY INSURANCE 7/21/2020 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). PRODUCER CONTACT NAME: Nick Parizino Alliant Insurance Services, Inc. PHONENo,Exth g49-260-5055 ac No 1301 Dove Street, Suite 200 E-MAIL Newport Beach CA 92660-2436 ADDRESS: Nick.Padzino@alliant.com INSURERS AFFORDING COVERAGE NAIC 0 INSURER A:Federal Insurance Company 20281 INSURED INSURERS:Executive Risk Indemnity Inc 35181 Kana Pipeline, Inc. 12620 Magnolia Ave INSURER C:Federal Insurance Company 20281 1262 Riverside CA 92503 INSURER D:Great American Insurance Company 16691 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:2094412004 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR Y EXP LTR POLICY NUMBER MMIDDIYYYY) (MMIDDffYYY1 LIMITS B X COMMERCIAL GENERAL LIABILITY Y Y 54303188 8/1/2019 8/1/2020 EACH OCCURRENCE $1,000.000 DAMAGE To RNTED CLAIMS-MADE 111 OCCUR PREMISES(E.E occurrence) $100,000 MED EXP(Any one person) $5,000 PERSONAL 8 ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY F-i-]JE 0. LOC PRODUCTS-COMP/OP AGG $2,000,OOD OTHER: Deductible $5,000 C AUTOMOBILE LIABILITY Y Y 54303187 8/1/2019 8/1/2020 COMBINED SINGLE LIMIT $1,000.000 Ea accident ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ X1AUTOS ONLY AUTOS ONLY Per accident Comp/Coll Deductibles $1,000 D X UMBRELLALIAB X OCCUR Y Y TUU319721800 8/1/2019 8/1/2020 EACH OCCURRENCE $10,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $10,000,000 DED I X I RETENTION$ Products-Com lO A $10,000,000 q WORKERS COMPENSATION Y 54303189 8/1/2019 8/1/2020 X PER OTH- AND EMPLOYERS'LIABILITY YIN STATUTE ER __ ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N/A (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 I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Re:CC-1435-Sunset Beach Water Main. City of Huntington Beach,its officers,elected or appointed officials,employees,agents and volunteers are named as Additional Insured per attached endorsements on Primary and Non-Contributory basis.Waiver of Subrogation applies per attached endorsements. AP'F VED AS TO FORM By: M CHA CERTIFICATE HOLDER CANCELLATION 30 'U—CITY ATTORNEY EACH SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Huntington Beach 2000 Main St AUTHORIZED REPRESENTATIVE Huntington Beach CA 92648 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: 54303188 COMMERCIAL GENERAL LIABILITY CG 20 12 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -- STATE OR GOVERNMENTAL AGENCY OR SUBDIVISION OR POLITICAL SUBDIVISION - PERMITS CAR AUTHORIZATIONS This endorsement modifies insurance provided under the follov ring: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE State Or Governmental Agency Or Subdivision Or Politica Subdivision: City of Huntington Beach, its officers, elected or appointed officials, employees, agents and volunteers Information required to corn fete this Schedule, if not shown z-ove,will be shown in the Declarations. Section li — Who Is An Insured is amended to in- 2. This insurance does not apply to: clude as an insured any state or governmental a. "Bodily injury", "property damage" or "personal agency or subdivision or political subdivision shown in and advertising injury"arising out of operations the Schedule,subject to the following provisions: performed for the federal government, state or 1. This insurance applies only with respect to opera- municipality;or tions performed by you or on your behalf for which b. "Bodily injury" or "property damage" included the state or governmental agency or subdivision or within the "products-completed operations political subdivision has issued a permit or au- hazard". thorization. 0 fn CG 2012 05 09 0 Insurance Services Office. Inc.,2008 Page 1 of 1 O POLICY NUMBER:54303188 COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 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) Or Or anization s : Locations Of Covered Operations City of Huntington Beach, its officers, elected or appointed officials, employees, 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 amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional exclu- organization(s) shown in the Schedule, but only sions apply: with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" This insurance does not apply to "bodily injury" or caused, in whole or in part, by: property damage"occurring after: 1. Your acts or omissions; or 1. All work, including materials, parts or equip- ment furnished in connection with such work, 2. The acts or omissions of those acting on your on the project (other than service, maintenance behalf; or repairs) to be performed by or on behalf of in the performance of your ongoing operations for the additional insured(s) at the location of the the additional insured(s) at the location(s) desig- covered operations has been completed; or nated above. 2. That portion of "your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project. CG 20 10 07 04 ©ISO Properties, Inc., 2004 Page 1 of 1 13 POLICY NUMBER: 54303188 COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 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 SCHEDULE Name Of Additional Insured Person(s) Or Organization s : Location And Description Of Completed Operations City of Huntington Beach, its officers, elected or appointed officials, employees, agents and volunteers Information required to complete this Schedule, if not shown above,will be shown in the Declarations. Section 11 — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for"bodily injury"or"property dam- age" caused, in whole or in part, by "your work" at the location designated and described in the sched- ule of this endorsement performed for that additional insured and included in the 'products-completed operations hazard"_ i I CG 20 37 07 04 ©ISO Properties, Inc., 2004 Page 9 of 1 13 Policy#54303188 b. Those statements are based upon a. Copyrighted"advertisement"; or representations you made to us; and b. Registered collective mark,registered service c. We have issued this policy in reliance upon mark or other registered trademarked name, your representations. slogan, symbol or title. 7. Separation Of Insureds 3. "Asbestos" means asbestos in any form, including Except with respect to the Limits of Insurance, and its presence or use in any alloy, by-product, any rights or duties specifically assigned in this compound or other material or waste. Waste Coverage Part to the first Named Insured, this includes materials to be recycled, reconditioned or insurance applies: reclaimed. a. As if each Named Insured were the only 4. "Auto"means: Named Insured; and a. A land motor vehicle, trailer or semitrailer b. Separately to each insured against whom designed for travel on public roads, including claim is made or"suit"is brought. any attached machinery or equipment; or 8. Transfer Or Waiver Of Rights Of Recovery b. Any other land vehicle that is subject to a Against Others To Us compulsory or financial responsibility law or We will waive the right of recovery we would other motor vehicle insurance law where it is otherwise have had against another person or licensed or principally garaged. organization, for loss to which this insurance However, "auto" does not include "mobile applies, provided the insured has waived their equipment". rights of recovery against such person or 5."Bodily injury"means physical: organization in a contract or agreement that is a. Injury; executed before such loss. ry' To the extent that the insured's rights to recover b. Sickness; or all or part of any payment made under this c. Disease; Coverage Part have not been waived, those rights sustained by a person, including resulting death, are transferred to us. The insured must do nothing humiliation, mental anguish, mental injury or shock after loss to impair them. At our request, the at an time. All such loss shall be deemed to insured will bringsuit or transfer those rights to y "suit" occur at the time of the physical injury, sickness or us and help us enforce them. disease that caused it. This condition does not apply to Coverage C. 8. "Coverage territory"means: 9. When We Do Not Renew a. The United States of America (including its If we decide not to renew this Coverage Part, we territories and possessions), Puerto Rico and will mail or deliver to the first Named Insured Canada; shown in the Declarations written notice of the b. International waters or airspace, but only if the nonrenewal not less than 30 days before the injury or damage occurs in the course of travel expiration date. or transportation between any places included If notice is mailed, proof of mailing will be sufficient in Paragraph a. above; or proof of notice. c. All other parts of the world if the injury or SECTION V—DEFINITIONS damage arises out of: 1. "Advertisement" means an electronic, oral, written (1) Goods or products made or sold by you in or other notice, about goods, products or services, the territory described in Paragraph a. designed for the specific purpose of attracting the above; general public or a specific market segment to use in such goods, products or services. (2) the territolry described n whose Parag Paragraph a. "Advertisement" does not include any e-mail above, but is away for a short time on your address, Internet domain name or other electronic business; or address or metalanguage. (3) "Advertising injury" or "personal injury" 2. "Advertising injury" means injury, other than offenses that take place through the "bodily injury", "property damage" or "personal Internet or similar electronic means of injury", sustained by a person or organization and communication caused by an offense of infringing, in that particular part of your "advertisement" about your goods, products or services, upon their: Form 10-02-1800(Rev.09- Includes copyrighted material of ISO Properties, Inc.,with 17) its permission POLICY NUMBER: 54303188 COMMERCIAL GENERAL LIABILITY 10-02-2461 (Ed.7-15) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY INSURANCE FOR SCHEDULED ADDITIONAL INSURED This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Additional Insured: Location Of Covered Operations: City of Huntington Beach, its officers, elected or appointed officials, employees, agents and volunteers (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) With respect only to the Additional Insured and at the Location Of Covered Operations shown in the Schedule, the following is added to SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, Paragraph 4. Other Insurance and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to the Additional Insured with respect to the Location Of Covered Operations shown in the Schedule under this policy provided that: (1) The Additional Insured is a named insured under such other insurance;and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the Additional Insured. 10.02-2461 (Ed.7-15) Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 1 with its permission. i POLICY NUMBER:54303188 COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): CC-1435-Sunset Beach Water Main. Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. For all sums which the insured becomes legally 3. Any payments made under Coverage A for obligated to pay as damages caused by "occur- damages or under Coverage C for medical rences"under Section I—Coverage A,and for all expenses shall reduce the Designated Con- medical expenses caused by accidents under struction Project General Aggregate Limit for Section I— Coverage C,which can be attributed that designated construction project. Such only to ongoing operations at a single designated payments shall not reduce the General Ag- construction project shown in the Schedule gregate Limit shown in the Declarations nor above: shall they reduce any other Designated Con- t. A separate Designated Construction Project struction Project General Aggregate Limit for General Aggregate Limit applies to each des- any other designated construction project ignated construction project, and that limit is shown in the Schedule above. equal to the amount of the General Aggregate 4. The limits shown in the Declarations for Each Limit shown in the Declarations. Occurrence, Damage To Premises Rented To 2. The Designated Construction Project General You and Medical Expense continue to apply. Aggregate Limit is the most we will pay for the However, instead of being subject to the sum of all damages under Coverage A, ex- General Aggregate Limit shown in the Decla- cept damages because of "bodily injury" or rations,such limits will be subject to the appli- "property damage" included in the "products- cable Designated Construction Project Gen- completed operations hazard", and for medi- eral Aggregate Limit, cal expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or"suits"brought; or c. Persons or organizations making claims or bringing "suits". CG 25 03 05 09 ©Insurance Services Office, Inc.,2008 Page 1 of 2 O B. For all sums which the insured becomes legally C. When coverage for liability arising out of the obligated to pay as damages caused by 'occur- "products-completed operations hazard" is pro- rences"under Section I—Coverage A,and for all vided, any payments for damages because of medical expenses caused by accidents under "bodily injury" or "property damage" included in Section I — Coverage C, which cannot be attrib- the "products-completed operations hazard" will uted Only to ongoing operations at a single des- reduce the Products-completed Operations Ag- ignated construction project shown in the Sched- gregate Limit, and not reduce the General Ag- Ue above: gregate Limit nor the Designated Construction 1. Any payments made under Coverage A for Project General Aggregate Limit. damages or under Coverage C for medical D. If the applicable designated construction project expenses shall reduce the amount available has been abandoned, delayed, or abandoned under the General Aggregate Limit or the and then restarted, or if the authorized contract- Products-completed Operations Aggregate ing parties deviate from plans, blueprints, de- Limit,whichever is applicable;and signs, specifications or timetables, the project will 2. Such payments shall not reduce any Desig- still be deemed to be the same construction pro- nated Construction Project General Aggre- ject. gate Limit. E. The provisions of Section III — Limits Of Insur- ance not otherwise modified by this endorsement shall continue to apply as stipulated. i, I Page 2 of 2 ©Insurance Services Office, Inc.,2008 CG 25 03 05 09 E I I POLICY NUMBER: 54303187 COMMERCIAL AUTO 16-02-0316 Ed. 10 14 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NON-CONTRIBUTORY LIABILITY INSURANCE This endorsement modifies insurance provided under the following: BUSINESS AUTO 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: Kana Pipeline, Inc. Endorsement Effective Date: 8/1/2019 SCHEDULE Name(s) Of Person(s) Or Organization(s): City of Huntington Beach, its officers, elected or appointed officials, employees, agents and volunteers Information required to complete this Schedule, if not shown above,will be shown in the Declarations.. The following is added to Item 5.—"Other Insurance"of Item B.—"General Conditions"under Section IV—"Business Auto Conditions": e. Regardless of the provisions of Paragraph 5.a. through d. above, for any liability arising out of the ownership, maintenance, use, rental, lease, loan, hire or borrowing by an "insured" of a covered "auto" for which an "insured" is contractually obligated to provide primary insurance coverage to a client, this Coverage Form will be primary and non-contributory with respect to the Persons or Organizations in the schedule, regardless of the availability or existence of other collectible insurance under any other Coverage Form or policy that applies on a primary basis. 16-02-0316 Ed. 10 14 Page 1 of 1 Policy Number:54303187 COMMERCIAL AUTOMOBILE THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL AUTOMOBILE BROAD FORM ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM borrow in your business or your personal This endorsement modifies the Business Auto Coverage Form. affairs. 1. EXTENDED CANCELLATION CONDITION C. Lessors as Insureds Paragraph A.2.b.—CANCELLATION-of the Paragraph A.1.—WHO IS AN INSURED—of COMMON POLICY CONDITIONS form IL 00 17 is SECTION II—LIABILITY COVERAGE is deleted and replaced with the following: amended to add the following: b. 60 days before the effective date of cancellation if e. The lessor of a covered"auto"while the we cancel for any other reason. "auto"is leased to you under a written 2. BROAD FORM INSURED agreement if: A. Subsidiaries and Newly Acquired or Formed (1) The agreement requires you to Organizations As Insureds provide direct primary insurance for The Named Insured shown in the Declarations is the lessor; and amended to include: (2) The"auto"is leased without a driver. 1. Any legally incorporated subsidiary in which Such leased"auto"will be considered a you own more than 50%of the voting stock on covered"auto"you own and not a covered the effective date of the Coverage Form. "auto"you hire. However,the Named Insured does not include However,the lessor is an"insured"only any subsidiary that is an"insured"under any for"bodily injury"or"property damage" other automobile policy or would be an resulting from the acts or omissions by: "insured"under such a policy but for its 1. You; termination or the exhaustion of its Limit of 2. Any of your"employees"or agents; Insurance. or 2. Any organization that is acquired or formed by 3. Any person,except the lessor or you and over which you maintain majority any"employee"or agent of the ownership. However,the Named Insured lessor,operating an"auto"with the does not include any newly formed or acquired permission of any of 1. and/or 2. organization: above. (a)That is an"insured"under any other D. Persons And Organizations As Insureds automobile policy; Under A Written Insured Contract (b)That has exhausted its Limit of Insurance Paragraph A.1 —WHO IS AN INSURED—of under any other policy;or SECTION II—LIABILITY COVERAGE is (c) 180 days or more after its acquisition or amended to add the following: formation by you, unless you have given f. Any person or organization with respect to us written notice of the acquisition or the operation, maintenance or use of a formation. covered"auto", provided that you and Coverage does not apply to"bodily injury"or such person or organization have agreed "property damage"that results from an"accident" under an express provision in a written that occurred before you formed or acquired the "insured contract",written agreement or a organization, written permit issued to you by a B.Employees as Insureds governmental or public authority to add Paragraph A.1.—WHO IS AN INSURED—of such person or organization to this policy SECTION II—LIABILITY COVERAGE is amended to as an"insured". add the following: However,such person or organization is d. Any"employee"of yours while using a an"insured"only: covered"auto"you don't own, hire or Form: 16-02-0292 (Rev. 11-16) Page 1 of 3 "Includes copyrighted material of Insurance Services Office, Inc.with its permission" i I (1) with respect to the operation, d. Rental Expense maintenance or use of a covered We will pay the following expenses that you or "auto"; and any of your"employees"are legally obligated (2) for"bodily injury"or"property damage" to pay because of a written contract or caused by an"accident"which takes agreement entered into for use of a rental place after: vehicle in the conduct of your business: (a) You executed the"insured MAXIMUM WE WILL PAY FOR ANY ONE contract"or written agreement; or CONTRACT OR AGREEMENT: (b) The permit has been issued to 1. $2,500 for loss of income incurred by the you. rental agency during the period of time that 3. FELLOW EMPLOYEE COVERAGE vehicle is out of use because of actual EXCLUSION B.5.-FELLOW EMPLOYEE—of damage to, or"loss"of,that vehicle,including SECTION II—LIABILITY COVERAGE does not apply. income lost due to absence of that vehicle for 4. PHYSICAL DAMAGE—ADDITIONAL TEMPORARY as a replacement; TRANSPORTATION EXPENSE COVERAGE 2. use use as for decrease in trade-in value of the Paragraph AA.a.—TRANSPORTATION EXPENSES —of SECTION III—PHYSICAL DAMAGE rental vehicle because of actual damage to COVERAGE is amended to provide a limit of$50 per that vehicle arising out of a covered"loss"; and day for temporary transportation expense,subject to a 3. $2,500 for administrative expenses incurred maximum limit of$1,000. by the rental agency,as stated in the contract S. AUTO LOAN/LEASE GAP COVERAGE or agreement. Paragraph A.4.—COVERAGE EXTENSIONS-of 4. $7,500 maximum total amount for paragraphs SECTION III—PHYSICAL DAMAGE COVERAGE is 1.,2.and 3.combined. amended to add the following: 7. EXTRA EXPENSE—BROADENED COVERAGE c. Unpaid Loan or Lease Amounts Paragraph A.4.—COVERAGE EXTENSIONS—of In the event of a total"loss"to a covered"auto",we will SECTION III—PHYSICAL DAMAGE COVERAGE pay any unpaid amount due on the loan or lease for a is amended to add the following: covered"auto"minus: e. Recovery Expense 1. The amount paid under the Physical Damage We will pay for the expense of returning a Coverage Section of the policy;and stolen covered"auto"to you. 2. Any: 8. AIRBAG COVERAGE a. Overdue loan/lease payments at the time of Paragraph B.3.a.-EXCLUSIONS—of SECTION the"loss"; III—PHYSICAL DAMAGE COVERAGE does not b. Financial penalties imposed under a lease for apply to the accidental or unintended discharge of excessive use, abnormal wear and tear or an airbag. Coverage is excess over any other high mileage; collectible insurance or warranty specifically c. Security deposits not returned by the lessor: designed to provide this coverage. d. Costs for extended warranties, Credit Life 9. AUDIO,VISUAL AND DATA ELECTRONIC Insurance, Health,Accident or Disability EQUIPMENT-BROADENED COVERAGE Insurance purchased with the loan or lease; Paragraph C.1.b.—LIMIT OF INSURANCE-of and SECTION III-PHYSICAL DAMAGE is deleted e. Carry-over balances from previous loans or and replaced with the following: leases. b. $2,000 is the most we will pay for"loss"in any We will pay for any unpaid amount due on the loan or one"accident"to all electronic equipment that lease if caused by: reproduces, receives or transmits audio,visual 1. Other than Collision Coverage only if the or data signals which,at the time of"loss", is: Declarations indicate that Comprehensive (1) Permanently installed in or upon the Coverage is provided for any covered"auto"; covered"auto"in a housing,opening or 2. Specified Causes of Loss Coverage only if the other location that is not normally used by Declarations indicate that Specified Causes of the"auto"manufacturer for the installation Loss Coverage is provided for any covered"auto"; of such equipment; or (2) Removable from a permanently installed 3. Collision Coverage only if the Declarations indicate housing unit as described in Paragraph that Collision Coverage is provided for any part of that 2.a. above or is an irate ral covered"auto. g 6. RENTAL AGENCY EXPENSE equipment;or Paragraph A.4.—COVERAGE EXTENSIONS—of (3) An integral part of such equipment. SECTION III—PHYSICAL DAMAGE COVERAGE is amended to add the following: 10. GLASS REPAIR—WAIVER OF DEDUCTIBLE Form: 16-02-0292 (Rev. 11-16) Page 2 of 3 "Includes copyrighted material of Insurance Services Office, Inc.with its permission" Under Paragraph D.-DEDUCTIBLE—of their rights of recovery against such person or SECTION III—PHYSICAL DAMAGE COVERAGE organization under a contract or agreement the following is added: that is entered into before such"loss". No deductible applies to glass damage if the glass To the extent that the"insured's"rights to is repaired rather than replaced. recover damages for all or part of any 11.TWO OR MORE DEDUCTIBLES payment made under this insurance has not Paragraph D.-DEDUCTIBLE—of SECTION III— been waived,those rights are transferred to PHYSICAL DAMAGE COVERAGE is amended to us.That person or organization must do add the following: everything necessary to secure our rights and If this Coverage Form and any other Coverage must do nothing after"accident"or"loss"to Form or policy issued to you by us that is not an impair them.At our request,the insured will automobile policy or Coverage Form applies to the bring suit or transfer those rights to us and same"accident", the following applies: help us enforce them. 1. If the deductible under this Business Auto Coverage Form is the smaller(or smallest) 14. UNINTENTIONAL FAILURE TO DISCLOSE deductible, it will be waived; or HAZARDS 2. If the deductible under this Business Auto Paragraph B.2.--CONCEALMENT, Coverage Form is not the smaller(or smallest) MISREPRESENTATION or FRAUD of SECTION deductible, it will be reduced by the amount of IV—BUSINESS AUTO CONDITIONS-is deleted the smaller(or smallest)deductible. and replaced with the following: If you unintentionally fail to disclose any hazards 12.AMENDED DUTIES IN THE EVENT OF existing at the inception date of your policy,we will ACCIDENT,CLAIM,SUIT OR LOSS not void coverage under this Coverage Form Paragraph A.2.a.-DUTIES IN THE EVENT OF because of such failure. AN ACCIDENT, CLAIM, SUIT OR LOSS of SECTION IV-BUSINESS AUTO CONDITIONS is 15. AUTOS RENTED BY EMPLOYEES deleted and replaced with the following: Paragraph B.5.-OTHER INSURANCE of a. In the event of"accident",claim, "suit"or SECTION IV—BUSINESS AUTO CONDITIONS- "loss",you must promptly notify us when the is amended to add the following: "accident"is known to: e. Any"auto"hired or rented by your"employee" (1) You or your authorized representative, if on your behalf and at your direction will be you are an individual; considered an"auto"you hire. If an (2) A partner,or any authorized "employee's"personal insurance also applies representative, if you are a partnership; on an excess basis to a covered"auto"hired (3) A member,if you are a limited liability or rented by your"employee"on your behalf company;or and at your direction,this insurance will be (4) An executive officer, insurance manager, primary to the"employee's"personal or authorized representative, if you are an insurance. organization other than a partnership or 16. HIRED AUTO—COVERAGE TERRITORY limited liability company. Paragraph B.7.b.(5).-POLICY PERIOD, Knowledge of an"accident", claim,"suit"or COVERAGE TERRITORY of SECTION IV— "loss"by other persons does not imply that the BUSINESS AUTO CONDITIONS is deleted and persons listed above have such knowledge. replaced with the following: Notice to us should include: (5)A covered"auto"of the private passenger (1) How,when and where the"accident"or type is leased, hired, rented or borrowed "loss occurred; without a driver for a period of 45 days or (2) The insureds"name and address; and Tess;and (3) To the extent possible,the names and 17. RESULTANT MENTAL ANGUISH COVERAGE addresses of any injured persons or Paragraph C. of-SECTION V—DEFINITIONS is witnesses. 13. WAIVER OF SUBROGATION deleted and replaced by the following: Paragraph A.5.-TRANSFER OF RIGHTS OF "Bodily injury"means bodily injury, sickness or RECOVERY AGAINST OTHERS TO US of disease sustained by any person,including SECTION IV—BUSINESS AUTO CONDITIONS is mental anguish or death as a result of the"bodily deleted and replaced with the following: injury"sustained by that person. 5. We will waive the right of recovery we would otherwise have against another person or organization for"loss"to which this insurance j applies,provided the"insured"has waived Form: 16-02-0292 (Rev. 11-16) Page 3 of 3 "Includes copyrighted material of Insurance Services Office, Inc.with its permission" WORKERS'COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE POLICY WC 99 03 04(Ed.7- 08) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENTCALIFORNIA This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need to be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement,effective on 8/1/2019 at 12:01 A. M.standard time,forms a part of (DATE) Policy No. 54303189 of the Federal Insurance Company (NAME OF INSURANCE COMPANY) issued to Kana Pipeline,Inc. Endorsement No. Authorized Representative We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. The additional premium for the blanket waiver offered by this endorsement shall be 0.00 % of total California premium. Schedule Person or Organization Job Description Where required by written contract Where required by written contract WC 99 03 04 (Ed.7-08) CITY OF HUNTNGTON BEACH BUSINESS LICENSE P.O. Box 19O Huntington Beach, CA@2648'O711 (714)536-5267 oehlemmoswn Chief Financial Officer amoososu Arno mzxoo Amc ozo r000000«oo 00.0002.0102 ««o/z === UKUoUoUU8UUxUUUoU.vUUUkUUKUv^UvUo"UAUUUnUv=v8UUUUUUUUUAUUUUUKUAU ' ~~�~ mwmx PIPELINE INC 1o600 MAGNOLIA AVENUE RIVERSIDE Ca90003463V Dear Business Owner: Thank you for your payment,Attached is your City of Huntington Beach Business License. Please note that approximately 3 weeks prior to the license expiration date, you will be mailed a courtesy renewal notice for the coming year. If for any reason your renewal notice does not arrive,you are still responsible Vo renew and pay your business license amount prior uo the expiration date. Late penalties will accrue K this payment|m not received by the expiration date. Please post the business license in a conspicuous place. If you do not transact business from a fixed locabon within the city,you must carry this license with you at all times. Your business vehicle should also carry this license, and the |icmmyu plate number of the vmhic|e(m), if app|icmb|m, should match the one mn the business license. Please notify Business License if there are any changes of ownership,address, business name,business vehicle,or type of business conducted.Additionally, please notify the city if you discontinue your business. There are many resources available to our licensed business people.We have listed a few that might be of interest and assistance to you. City uf Huntington Beach Business Development'714'536'5582 Huntington Beach Chamber of Commerce'714'536-8888 Huntington Beach SCORE(Service Corps of Retired Executives)'714-55O'73OQ County of Orange Fictitious Business Name Information'714'834-288Q California State Board oy Equalization(saUer'spermit information)'B4H44O'3473(Irvine Office) | If you have any questions,please call a Business License representative at 714-536-5267. FOLD OR DETACH HERE FOR DISPLAY CONTRACTOR'S SWORN STATEMENT AND WARRANTY REG;kRDING CONTINUING INSURANCE OBLIGATIONS EszoM: Kana Pipeline, Inc. PROJECT: CC No. 1435 (Contracfor Name) 6unset BeachWater-Main Anderson St. to Warner Ave. 12620 Magnolia Ave. (Street Address) Riverside, CA. 92503 (city,state and zip) TO: CITY OF HUNTINGTON BEACH DECLARATION Attached heretp Is a true and correct copy of the current Certificate of Insurance and Addlitlonal Insured Endorsement CG 2010 1185, which Certincate complies with the insurance requirements of the Contract by and between the City of Huntington Beach(Cty)and the above-naned Contractor("Contractor")for the above-described project("Project), I declare under penalty of perjury under the laws of the State of califomla that the above statement is true and correct Signed on, &"/✓I Z07�at �"I✓e7z5'V � (Date) (City,6tate) (Signature of In W o is Making Declaration) 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 expiratton of all Warranties provided by Contractor, Said insurance shall contain Additional Insured Endorsement CG 2010 1185,naming City as an additional insured. Contractor shall supply to City,on a[least an annual basis,a Certificate of Insurance and the aforementioned Endorsement evidenung continued coverage which meets the Contract requirements. Signed on 6' —/7 20k'at / rv�>ts�Df e�4 (Date) (City,State) CONTRACTORt �1 1 Name: / �� f,t/��Z�, /�✓t% s1' Name: J Title: _nuns Executed in Duplicate Bond No.: 6021281772 Premium: $22,717.00 Premium is for Contract Term and PERFORMANCE BOND Subject to Adjustment Based on Final Price 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 Kana Pipeline, Inc. 12620 Magnolia Ave. Riverside CA 92503 (name and address of Contractor) (hereinafter referred to as"Principal"),for performance of the work described as follows: Construction of water pipelines at Sunset Beach in locations from Anderson Street to Warner 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 United States Fire Insurance Company 305 Madison Avenue Morristown, NJ 07962 (name and address of Surety) as Surety,are held and firmly bound unto City in the penal sum of Two Million Two Hundred Seventv One Thousand Seven Hundred and No/1 00-------------------------------------------- Dollars ($2,271,700.00 ),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. 6021281772 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: June 16, 2020 ATTEST Kana Pipeline, Ind. (Corporate Seal) (Print'' e) 9 By: -------- Name: Title: ATTEST Cti � �1 �1ra � Heather Saltarelli,Witness United States Fire Insurance Company (Corporate Seal) urety Name) By: Name: Kim Luu. Attorney-in-Fact (Signature of Attorney-in-Fact for Surety) (Attach Attorney-in-Fact Certificate) E3) 490-6600 (Area Code&Telephone Number for Surety) APPROVED AS TO FORM` Michael E.Gates,City Attorney z�IT 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 1545841117174 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of -1_�Z\Vey<rke�e On I , before me, Hernes Salvador-Tabadero, Notary Public personally appeared t;>A U L Lb ,e 6 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 State of California that the foregoing paragraph is true and correct. gtii;S SALVADOR TABADERO OCOMM. #2240825 n UNouar vueuc-CAuIFORNu►OOnuNMcOurm & WITNESS my hand and official seal. ►b Comm Mw 30.2022 SIGNATURE v� Though the information below is not required by law, it may prove valu ble to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of attached document Title or type of document: -R�,rtoo yV ay\ce T% /o Document Date: G I �/12D7�b Number of Pages: Signer(s) Other than Named Above: J4 M C_1AI-A CALIFORNIA ALL-PURPOSE.ACKNOWLEDGMENT CPVIL 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 JUN 16 2020 before me, Reece Joel Diaz, Notary Public Date Here insert Name and Title of the Officer personally appeared Kim Luu Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(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 Califomia that the foregoing paragraph is true and correct. R`_`_JoE_a A. m WITNESS ha and official ear. -�' Notary Public-California y 6 Orange County Commission i 229a772 My Corr.Expires Jur 25.ZC23 , Signature.____ Sign t re of Notary Public Place Notary Seat 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: - p 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 x Attorney in Fact Individual Attorney in Fact Trustee Guardian or Conservator Trustee Guardian or Conservator Other: Other: Signer Is Representing: _ Signer Is Representing: ©2014 National Notary Association •www.NationalNotary.org - 1-800-US NOTARY(1-800-876-6827) Item #5907 POWER OF ATTORNEY UNITED STATES FIRE INSURANCE COMPANY PRINCIPAL OFFICE-MORRISTOWN,NEW JERSEY 879214I6120 KNOW ALL MEN BY THESE PRESENTS:That United States Fire Insurance Company,a corporation duly organized and existing under the laws of the state of Delaware,has made,constituted and appointed,and does hereby make,constitute and appoint: Rhonda C.Abel,Jeri Apodaca,Kim Luu,Michael D.Parizino,Rachelle Rheault, Heather Saltarelli,James A.Schaller,Maria Guise,Reece Joel Diaz each,its true and lawful Atttomey(s)-In-Fact,with full power and authority hereby conferred in its name,place and stead,to execute,acknowledge and deliver:Any and all bonds and undertakings of surety and other documents that the ordinary course of surety business may require,and to bind United States Fire Insurance Company thereby as fully and to the same extent as if such bonds or undertakings had been duly executed and acknowledged by the regularly elected officers of United States Fire Insurance Company at its principal office,in amounts or penalties not exceeding:Seven Million,Five Hundred Thousand Dollars($7,500,000). This Power of Attorney limits the act of those named therein to the bonds and undertakings specifically named therein, and they have no authority to bind United States Fire Insurance Company except in the manner and to the extent therein stated. This Power of Attomey revokes all previous Powers of Attomey issued on behalf of the Attomeys-In-Fact named above and expires on January 31,2021. This Power of Attomey is granted pursuant to Article IV of the By-Laws of United States Fire htsurance Company as now in full force and effect,and consistent with Article III thereof,which Articles provide,in pertinent part: Article IV,Execution of Instruments-Except as the Board of Directors may authorize by resolution,the Chairman of the Board,President,any Vice-President, any Assistant Vice President,the Secretary,or any Assistant Secretary shall have power on behalf of the Corporation: (a) to execute, affix the corporate seal manually or by facsimile to, acknowledge,verify and deliver any contracts, obligations, instruments and documents whatsoever in connection with its business including,without limiting the foregoing,any bonds,guarantees,undertakings,recognizances,powers of attorney or revocations of any powers of attorney,stipulations,policies of insurance,deeds,leases,mortgages,releases,satisfactions and agency agreements; (b) to appoint, in writing,one or more persons for any or all of the purposes mentioned in the preceding paragraph (a), including affixing the seal of the Corporation. Article 111, Officers, Section 3.11, Facsimile Signatures. The signature of any officer authorized by the Corporation to sign any bonds, guarantees, undertakings,recognizances,stipulations,powers of attorney or revocations of any powers of attorney and policies of insurance issued by the Corporation may be printed,facsimile, lithographed or otherwise produced. In addition, if and as authorized by the Board of Directors,dividend warrants or checks,or other numerous instruments similar to one another in form, may be signed by the facsimile signature or signatures, lithographed or otherwise produced, of such officer or officers of the Corporation as from time to time may be authorized to sign such instruments on behalf of the Corporation. The Corporation may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Corporation, notwithstanding the fact that he may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF,United States Fire Insurance Company has caused these presents to be signed and attested by its appropriate officer and its corporate seal hereunto affixed this 22nd day of August 2019. UNITED STATES FIRE INSURANCE COMPANY Anthony R. Slimowicz,Executive Vice President State of Pennsylvania } County of Philadelphia} On this 22"d day of August 2019, before me, a Notary public of the State of Pennsylvania, came the above named officer of United States Fire Insurance Company,to me personally known to be the individual and officer described herein, and acknowledged that lie executed the foregoing instrument and affixed the seal of United States Fire Insurance Company thereto by the authority of his office. Commonwealth of Pennsylvania—Notary Seal Tamara Watkins,Notary Public Philadelphia County Tamara Watkins (Notary Public) My commission expires August 22,2023 Commission number 1348843 1,the undersigned officer of United States Fire Insurance Company,a Delaware corporation,do hereby certify that the original PoNver of Attorney of which the foregoing is a full,true and correct copy is still in force and effect and has not been revoked. IN WITNESS WHEREOF,I have hereunto set my ha7;i and affixed the corporate seal of United States Fire Insurance Company on the day of 20 UNITED STATES FIRE INSURANCE COMPANY JUN 16 2020 l_ Al Wright, Senior Vice President Executed in Duplicate Bond No.: 6021281772 Premium: Included in Performance Bond PAYMENT BOND (LABOR AND MATERIALS) KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, City of Huntington Beach(hereafter referred to as"City")has awarded to Kana Pipeline, Inc. 12620 Magnolia Ave., Riverside, CA 925.03 (name and address of Contractor) (hereinafter referred to as"Principal"),a contract("Contract")for the work described as follows: Construction of water pipelines at Sunset Beach in locations from Anderson Street to arner 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 from A.M. Best, Moody's or Standard &Poor's,to validate that Surety has positive ratings of being secure or stable;and Surety is registered and listed with the California Department of Insurance. NOW THEREFORE,we,the undersigned Principal,and United States Fire Insurance Company 305 Madison Avenue Morristown, NJ 07962 (name and address of Surety) as Surety,are held and firmly bound unto City in the penal sum of Two Million Two Hundred Seventy One Thousand Seven Hundred and No/100 ------------------------------------------------------------------------------------------------------- -------------------------------- dollars($2, 700.00 ),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. PAYMENT BOND Page 1 of 2 15-4584/117357 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy,or validity of that document. State of California County of -9%ljaggAto On 4 jltg�;070 , before me, Herres Salvador-Tabadero Notary Public personally appeared 72A �F 1.. 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 State of California that the foregoing paragraph is true and correct. HERDS SALVADOR TABAOERO O COMM. #t2240825 n U NOTARY PLOM•CAUFORNIA O OR WITNESS my hand and official seal. Mr Comm.r Mov 30.2022 SIGNATURE Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of attached document Title or type of document: — �1M(.tn t lt76 VVk Ak G I—M 2 Document Date: ��1 b 20 2�} Number of Pages: Signer(s) Other than Named Above: 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: June 16, 2020 ATTEST Kana Pipeline. (Corporate Seal) (Prin� � 'a) By: Name: S,►Z-6;f- COGk� Title: ATTEST MY4A.� L,U, Heather Saltarelli,Witness United States Fire Insurance Company (Corporate Seal) ( rety Name) By: Name: Kim Luu,Attorney-in-Fact (Signature of Attorney-in-Fact for Surety) (Attach Attorney-in-Fact Certificate) 9@ 3)490-6600 (Area Code&Telephone Number for Surety) APPROVED AS TO FORM: By: Michael E.Gates,-City Attorney C` Note: This bond must be executed in duplicate and dated,all signatures must be notarized, and evidence of the authority of any person signing as attorney-in-fact must be attached. PAYMENT BOND Page 2 of 2 15-4584/117357 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 JUN 16 2020 before me, Reece Joel Diaz, Notary Public . Date Here Insert Name and Title of the Officer personally appeared Kiln Luu 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 Califomia that the foregoing paragraph is true and correct. REECE JOEU DIAZ _ _ Notary Public California WITNESS my h nd and official seal. �_ro.: Orange Courty Commission 12294772 My CoTT.Ex7ires Jur 25.2C21 Signature_ _ Sig Lure of 40ta 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 — ti.:: Limited General Partner — Limited i_ General Individual x Attorney in Fact Individual Attorney in Fact Trustee Guardian or Conservator Trustee Guardian or Conservator Other: Other: Signer Is Representing: _ Signer Is Representing: ©2014 National Notary Association •www.NationalNotary.org- 1-800-US NOTARY(1-800-876-6827) Item #5907 POWER OF ATTORNEY UNITED STATES FIRE INSURANCE COMPANY PRINCIPAL OFFICE-MORRISTOWN,NEW JERSEY 87921416120 KNOW ALL MEN BY THESE PRESENTS:That United States Fire Insurance Company,a corporation duly organized and existing under the laws of the state of Delaware,has made,constituted and appointed,and does hereby make,constitute and appoint: Rhonda C,Abel,Jeri Apodaca,Kim Lau,Michael D.Parizino,Rachelle Rheault, Heather Saltarelli,James A.Schaller,Maria Guise,Reece Joel Diaz each,its true and lawful Atttomey(s)-In-Fact,with full power and authority hereby conferred in its name,place and stead,to execute,acknowledge and deliver:Any and all bonds and undertakings of surety and other documents that the ordinary course of surety business may require,and to bind United States Fire Insurance Company thereby as fully and to the same extent as if such bonds or undertakings had been duly executed and acknowledged by the regularly elected officers of United States Fire Insurance Company at its principal office,in amounts or penalties not exceeding:Seven Million,Five Hundred Thousand Dollars($7,500,000). This Power of Attorney limits the act of those named therein to the bonds and undertakings specifically named therein, and they have no authority to bind United States Fire Insurance Company except in the manner and to the extent therein stated. This Power of Attorney revokes all previous Powers of Attorney issued on behalf of the Attorneys-In-Fact named above and expires on January 31,2021. This Power of Attorney is granted pursuant to Article IV of the By-Laws of United States Fire Insurance Company as now in full force and effect,and consistent with Article III thereof,which Articles provide,in pertinent part: Article IV,Execution of Instruments-Except as the Board of Directors may authorize by resolution,the Chairman of the Board,President,any Vice-President, any Assistant Vice President,the Secretary,or any Assistant Secretary shall have power on behalf of the Corporation: (a) to execute, affix the corporate seal manually or by facsimile to, acknowledge,verify and deliver any contracts, obligations, instruments and documents whatsoever in connection with its business including,without limiting the foregoing,any bonds,guarantees,undertakings,recognizances,powers of attorney or revocations of any powers of attorney,stipulations,policies of insurance,deeds,leases,mortgages,releases,satisfactions and agency agreements; (b) to appoint, in writing, one or more persons for any or all of the purposes mentioned in the preceding paragraph (a), including affixing the seal of the Corporation. Article III, Officers, Section 3.11, Facsimile Signatures. The signature of any officer authorized by the Corporation to sign any bonds, guarantees, undertakings,recognizances,stipulations,powers of attorney or revocations of any powers of attorney and policies of insurance issued by the Corporation may be printed,facsimile,lithographed or otherwise produced. In addition, if and as authorized by the Board of Directors, dividend warrants or checks,or other numerous instruments similar to one another in form, may be signed by the facsimile signature or signatures, lithographed or otherwise produced; of such officer or officers of the Corporation as from time to time may be authorized to sign such instruments on behalf of the Corporation. The Corporation may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Corporation, notwithstanding the fact that he may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF,United States Fire Insurance Company has caused these presents to be signed and attested by its appropriate officer and its corporate seal hereunto affixed this 22nd day of August 2019, UNITED STATES FIRE INSURANCE COMPANY Anthony R. Slimowicz,Executive Vice President State of Pennsylvania } County of Philadelphia} On this 22"d day of August 2019, before me, a Notary public of the State of Pennsylvania, came the above named officer of United States Fire Insurance Company,to me personally known to be the individual and officer described herein,and acknowledged that he executed the foregoing instrument and affixed the seal of United States Fire Insurance Company thereto by the authority of his office.0d Commonwealth ofPennsylvania—Notary Seal E�0 � �"a Tamara Watkins,Notary Public Philadelphia County Tamara Watkins (Notary Public) My commission expires August 22,2023 Commission number 1348843 I,the undersigned officer of United States Fire Insurance Company,a Delaware corporation,do hereby certify that the original Power of Attorney of which the foregoing is a full,true and correct copy is still in force and effect and has not been revoked. IN WITNESS WHEREOF,I have hereunto set Try hand and affixed the corporate seal of United States Fire Insurance Company on the day of 20 UNITED STATES FIRE INSURANCE COMPANY JUN 16 2020 I Al Wright, Senior Vice President RECEIVED BY: CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office (Name) after signing/dating (Date) CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION TO: City Treasurer FROM: City Clerk DATE: f►�f a�DoZf� SUBJECT: Bond Acceptance have received the bonds fonc �/ �f'LlJ (Comp ny Name) CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. /—4-7-2� 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. I q3E Agenda4teem No. MSC No. City Clerk Vault No. ADD. 57n Other No. SIRE System ID No. sS3�SS�S g:/forms/bond transmittal to treasurer Document A310 TM - 2010 Conforms with The American Institute of Architects AIA Document 310 Bid Bond CONTRACTOR: SURETY: (Name,legal status and address) (Name, legal status and pMuciind place c f business) United States Fire Insurance Company Kana Pipeline, Inc. 305 Madison Avenue This document has important 12620 Magnolia Ave. Morristown, NJ 07962 legal consequences.Consultation Riverside, CA 92503 Mailing Address for Notices with an attorney is encouraged with respect to its completion or OWNER: Same as Above modification. (Nance,legal stalr(s and address) Any singular reference to City of Huntington Beach Contractor,Surety,Owner or Y 9 other party shall be considered 2000 Main Street plural where applicable. Huntington Beach, CA 92648 BOND AMOUNT: 10% Ten Percent of Amount Bid PROJECT: (.'Farce,location or address andilrojectnuniber ifaitij Sunset Beach Water Main Project Various Locations from Anderson Street to Warner Avenue; CC No. 1435 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 thennsclvcs,their heirs,executors,administrators,successors and assi-ns,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 terns 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 perfornnance 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 aniount 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 perlbrin the work covered by said bid,then this obligation shall be null and void,otherwise to remain in 1611 lurce and ell'ect.Tine Surely hereby waives any notice ol'an agreement between the Owner and Contractor to extend the line in which the Owner may accept the bid.Waiverol'nolice by the Surely shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time liar acceptance ol'bids speciled in the bid documents,and the Owner and Contractor shall obtain the Surety s consent lior an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the tcnn Contractor in this Bond shall be dccmcd to be Subcontractor and the terin Owner shall be dccmcd 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 ccnllicting%vith said statutory or legal requirement shall be deenied deleted herefrom and provisions conliomning to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a connnon law bond. Signed and scaled this 22nd day of April, 2020. 7 Kana Pipeline, Inc. // , (Piliwlpal) (seal) By: Pjt441a - WCk4j5� (Title) VF*a9&)-3F United States Fire Insurance Company ` C(�p-TAG (.Surety) (.Sccrl) (If'it es: Jen A odaca By: (Title)KTm Luu Attorney-in-Fact S-0054/AS 8/10 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 1 County of Riverside J} On 05 May 2020 before me, Erin G Allen, Notary Public Date Here Insert Name and Title of the Officer personally appeared ------------------------------DanielLocke---------------------------------- 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 ERIN G.ALLEN laws of the State of California that the foregoing NotaryPublic-California z = is true and correct. z Orange County > paragraph Commission#2207931 My Comm.Expires Aug 26,2021 WITNESS my hand and official seal. Signature P' 0_'Z� Place Notary Seal and/or Stamp Above Signature o Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type Of Document: Bid Bond-City of Huntington Beach-Sunset Beach Water Main Project-CC#1435 Document Date: 22 April 2020 Number of Pages: page 2 of 4 Signer(s) Other Than Named Above: ---------------------- N/A---------------------- Capacity(ies) Claimed by Signer(s) Signer's Name: Daniel Locke Signer's Name: 0 Corporate Officer—Title(s): President ❑ 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: Kana Pipeline Inc Signer is Representing: ©2019 National Notary Association 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 APR 2 2 2020 before me, Reece Joel Diaz,Notary Public Date Here Insert Name and Title of the Officer personally appeared Kim Luu Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(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(Jes),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. REECE JOEL DIAZ Notary Public California WITNESS my hand and off ial seal. ._z_-.::�_ Orange County > ram' Commission°2294772 My Comm. Expires Jun 25,2023 s wx Signature Signatu V ota Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: a_._ 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): i Partner — r._"i Limited f_J General Partner -- F'Limited !'-.j General r Individual Attorney in Fact Individual _;i Attorney in Fact Trustee C Guardian or Conservator i_ Trustee _t 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 POWER OF ATTORNEY UNITED STATES FIRE INSURANCE COMPANY PRINCIPAL OFFICE-MORRISTOWN,NEW JERSEY 87921416120 KNOW„'iLL MEN BY THESE PRESENTS:That United States Fire Insurance Company,a corporation duly organized and existing under the laws of the state of Delaware,has made,constituted and appointed,and does hereby make,constitute and appoint: Rhonda C Abel,Jeri Apodaca,Kim Luu,Michael D.Parizino,Rachelle Rheault, Heather Saltarelli,James A.Schaller,Maria Guise,Reece Joel Diaz each,its true and lawful Attomey(s)-In-Fact,with full power and authority hereby conferred in its name,place and stead,to execute,acknowledge and deliver:Any and all bonds and undertakings of surety and other documents that the ordinary course of surety business may require,and to bind United States Fire Insurance Company thereby as fully and to the same extent as if such bonds or undertakings had been duly executed and acknowledged by the regularly elected officers of United States Fire Insurance Company at its principal office,in amounts or penalties not exceeding:Seven Million,Five Hundred Thousand Dollars($7,500,000). This Power of Attorney limits the act of those named therein to the bonds and undertakings specifically named therein,and they have no authority to bind United States Fire Insurance Company except in the manner and to the extent therein stated. This Power of Attorney revokes all previous Powers of Attorney issued on behalf of the Attorneys-In-Fact named above and expires on January 31,2021. This Power of Attorney is granted pursuant to Article IV of the By-Laws of United States Fire Insurance Company as now in full force and effect,and consistent with Article III thereof,which Articles provide,in pertinent part: Article IV,Execution of Instruments-Except as the Board of Directors may authorize by resolution,the Chairman of the Board,President,any Vice-President, any Assistant Vice President,the Secretary,or any Assistant Secretary shall have power on behalf of the Corporation: (a) to execute,affix the corporate seal manually or by facsimile to, acknowledge,verify and deliver any contracts,obligations, instruments and documents whatsoever in connection with its business including,without limiting the foregoing,any bonds,guarantees,undertakings,recognizances,powers of attomey or revocations of any powers of attorney,stipulations,policies of insurance,deeds,leases,mortgages,releases,satisfactions and agency agreements; (b) to appoint, in writing, one or more persons for any or all of the purposes mentioned in the preceding paragraph (a), including affixing the seal of the Corporation. Article III, Officers, Section 3.11, Facsimile Signatures. The signature of any officer authorized by the Corporation to sign any bonds, guarantees, undertakings,recognizances,stipulations,powers of attorney or revocations of any powers of attorney and policies of insurance issued by the Corporation may be printed,facsimile,lithographed or otherwise produced. In addition,if and as authorized by the Board of Directors,dividend warrants or checks,or other numerous instruments similar to one another in form, may be signed by the facsimile signature or signatures, lithographed or otherwise produced, of such officer or officers of the Corporation as from time to time may be authorized to sign such instruments on behalf of the Corporation. The Corporation may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Corporation, notwithstanding the fact that he may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF,United States Fire Insurance Company has caused these presents to be signed and attested by its appropriate officer and its corporate seal hereunto affixed this 22nd day of August 2019. UNITED STATES FIRE INSURANCE COMPANY Anthony R. Slimowicz,Executive Vice President State of Pennsylvania ) County of Philadelphia) On this 22nd day of August 2019, before me, a Notary public of the State of Pennsylvania, came the above named officer of United States Fire Insurance Company,to me personally known to be the individual and officer described herein,and acknowledged that he executed the foregoing instrument and affixed the seal of United States Fire Insurance Company thereto by the authority of his office. Commonwealth of Pennsylvania—Notary Seal Tamara Watkins,Notary Public Philadelphia County Tamara Watkins (Notary Public) My commission expires August 22,2023 Commission number 1348843 I,the undersigned officer of United States Fire Insurance Company,a Delaware corporation,do hereby certify that the original Power of Attorney of which the foregoing is a full,true and correct copy is still in force and effect and has not been revoked. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the corporate seal of United States Fire Insurance Company on the day of 20 UNITED STATES FIRE INSURANCE COMPANY APR 2 2 2020 ZI I � 4 Al Wright, Senior Vice President E .,.. .r, ;..tiF, x .. ,.. y - .: .; '4,•.' '3..r ?":..'i .ns*w r,�• '�Vie. rz�,'L`F.: ``%,111 _.,Y...,. fi. ... .:. ........ .A <.,.. � , ... _ �,..... -� -` � --- • �� ��ry � �# �.:.1_._,. y yK cs i KANA PIPELINE, INC. � ; � h` 1639 E. MIRALOMA AVENUE . PLACENTIA CA 92870 � h TEL# (714) 986-1400 . .:* ro~ r ay, ' b "SEALED BID" FOR SUNSET BEACH WATER MAIN PROJECT VARIOUS LOCATIONS -� FROM ; ANDERSON STREET TO WARNER AVENE CC NO. 1435 �' IN THEE° CITY OF HUNTINGTON BEACH-DO NOT OPEN WITH REGULAR MAIL DELIVER TO THE OFFICE OF THE CITY CLERK,2000 MAIN ST.,2ND FL. CITY OF HUNTINGTON BEACH i OFFICE OF THE CITY CLERK, 2ND FLOOR e�. 2000 MAIN STREET a HUNTINGTON BEACH, CA 92648 BID DATE: TUESDAY, MAY 5, 2020 UNTIL 10:00 A.M. N � 3 f City of Huntington Beach 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachca.gov �FB : Office of the City Clerk Robin Estanislau, City Clerk July 31, 2020 Kana Pipeline, Inc. Attn: Daniel Locke 12620 Magnolia Avenue Riverside, CA 92503 Re: Sunset Beach Water Main Project Various Locations, CC -1435 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, Robin Estanislau, CMC City Clerk RE:ds Enclosures: Copy of Contract including Proposal Copies of insurance/bonds Bid Bond (original) Sister Cities. Anjo, Japan ♦ Waitakere, New Zealand ,f- fqI'P�VE �o City of Huntington Beach File #: 20-1591 MEETING DATE: 5/18/2020 REQUEST FOR CITY COUNCIL ACTION SUBMITTED TO: Honorable Mayor and City Council Members SUBMITTED BY: Oliver Chi, City Manager PREPARED BY: Tom Herbel, PE, Acting Director of Public Works Subject: Accept the lowest responsive and responsible bid and authorize execution of a construction contract with Kana Pipeline Inc., in the amount of $2,271,700 for the Sunset Beach Water Main Project Various Locations, Anderson Street to Warner Avenue, CC-1435 Statement of Issue: On May 5, 2020, bids were publicly opened for the Sunset Beach Water Main Project Various Locations, Anderson Street to Warner Avenue, CC-1435. City Council action is requested to award the construction contract to Kana Pipeline Inc., the lowest responsive and responsible bidder. Financial Impact: The total estimated cost of the project, including contingency and supplemental expenses, is $2,750,000. Funds in the amount of $3,663,500 are available in Water Master Plan Fund account 50791006.82100. Recommended Action: A) Accept the lowest responsive and responsible bid submitted by Kana Pipeline Inc., in the amount of $2,271 ,700; and, B) Authorize the Mayor and City Clerk to execute a construction contract in a form approved by the City Attorney. Alternative Action(s): Reject all bids, and provide staff with alternative direction. Analysis: The project consists of the construction of approximately 2,350 linear feet of 6-inch and 12-inch diameter potable water pipelines in Sunset Beach between Anderson Street and Warner Avenue within eleven (11) streets and alleys. There is also one location in downtown Huntington Beach in the alley between 12th and 13th Streets. The project will also provide asphalt and concrete surface improvements in the alleys and streets where the water pipeline construction will occur. City of Huntington Beach Page 1 of 2 Printed on 5/13/2020 pov,,eret#K Legistar- File #: 20-1591 MEETING DATE: 5/18/2020 This is the third and final water main construction project located within Sunset Beach. The goal of all three projects was to replace deteriorating asbestos cement pipeline installed in the 1950s, and to provide better connectivity between the City's water infrastructure in Sunset Beach and that located within Pacific Coast Highway and Huntington Harbour. The proposed project will improve connectivity, fire flow, water quality, and reliability of the water system in the area between Huntington Harbour and the Pacific Ocean. The bids were publicly opened on May 5, 2020. The verified bid amounts are listed below: Bidding Contractor Bid as Submitted Verified Bid Kana Pipeline, Inc. $2,271,700 $2,271,700 GRFCO, Inc. $2,355,221 $2,354,171 T.E. Roberts, Inc. $2,476,608 $2,430,468 Paulus Engineering, Inc. $2,489,280 $2,480,172 All Cities Engineering, Inc. $2,667,275 $2,963,145 Palp, Inc. DBA Excel Paving $2,668,183 $2,642,083 Caliba, Inc. $3,221,016 $2,854,476 Lonerock, Inc. $3,286,458 $3,286,458 Dominguez General Engineering, Inc. $4,306,740 1$4,276,740 Staff has checked references for Kana Pipeline, Inc., the lowest bidder, and recommends award of a construction contract in the amount of$2,271,700. In addition, Kana Pipeline, Inc., has successfully completed projects of a similar nature for the City in the past. The total estimated construction cost is $2,750,000, which includes the construction contract, a ten percent (10%) contingency, and supplemental expenses, including contracted construction project inspection and materials testing. Environmental Status: The project is categorically exempt pursuant to Section 15301 of California Environmental Quality Act. The project has also been deemed exempt by the California Coastal Commission. Strategic Plan Goal: Enhance and maintain infrastructure Attachment(s): 1. Location Map City of Huntington Beach Page 2 of 2 Printed on 5/13/2020 powereli55y LegistarTM O m 1 I ❑ $BOLSAAVE I MoFAOOENAVE� I TY ❑ h6LAVE e , , '$ ® WARNER AVE 1 SLATER AVE IA PROJECT >� o LOCATION PACIFIC OCEAN ELUS AVE � OARFlELa AVE _r r —YORKTONMAVE u VE Em 7h 'INOLVMPK JSAVE ATLAIRAAI PROJECT LOCATION m - P MILTONAVE PACIFIC OCEAN Q NOT TO SCALE - CITY OF HUNTINGTON BEACH FIGURE SUNSET BEACH WATER MAIN PROJECT 00 USA I 1 CM oo mrINN t cauNrzr a4ro mmcl CNFmk Y786B T7"-567-MIXI LOCATION MAP 156 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER THREE For Sunset Beach Water Main Project at Various Locations, CC1435 May 4, 2020 Notice to All Bidders: Please note the following clarification to the Contract Documents and Project Specifications: 1) Section Al, page A-ix, and Section B, page B-1, of the Project Specifications: Due to the COVID-19 pandemic, hand delivered bids will only be accepted between the hours of 9:00 AM and 10:00 AM, immediately outside of City Hall Civic Center entrance, on the day of bid opening. Bids will be publicly opened in the same area to allow for social distancing. It is advised that bidders arrive earlier than normal to deliver bids and allow for additional bid processing and acceptance times due to the safety measures described above. The bid opening date has not changed and will be May 5, 2020 at 10:00 AM. This is to acknowledge receipt and review of Addendum Number Three, dated May 4, 2020. Company Name By Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Lili Hernandez at(714) 374- 5386. 1 of 11 Addendum No. 3 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER TWO For Sunset Beach Water Main Proiect at Various Locations, CC1435 April 30, 2020 Notice to All Bidders: 1) Replace the following Bid Schedules listed below with attached revised Bid Schedules dated 04/30/20 to change water service material from "polyethylene water service"to "polyethylene plastic coated copper tube water service" per City Specifications 02510.8: A. Bid Schedule D, pages C-2.8 to C-2.10, Bid Item No. 8. B. Bid Schedule E, pages C-2.11 to C-2.13, Bid Item No. 9. C. Bid Schedule F, pages C-2.14 to C-2.15, Bid Item No. 9. D. Bid Schedule G, pages C-2.17 to C-2.18, Bid Item No. 8. E. Bid Schedule H, pages C-2.19 to C-2.20, Bid Item No. 9 & 11. The bid opening date has not changed and will be May 5, 2020 at 10:00 AM. This is to acknowledge receipt and review of Addendum Number Two, dated April 30, 2020. Company Name By Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Lili Hernandez at (714) 374- 5386. 1 of 11 Addendum No.2 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For Sunset Beach Water Main Project at Various Locations, CC1435 April 27, 2020 Notice to All Bidders: 1) Delete"Section F—Supplement to the Special Provisions" identified in the Table of Contents. This section has been deleted from the specifications. 2) Add Section C and Section D in the Specifications under Section 7—Measurement and Payment, 7-3.2, Bid Item Description for the following items: Add Section C to "Remove and Dispose of Existing Concrete Gutter", page E-27: C. This item includes saw cutting, removing, hauling, and disposing existing pavement section. Add Section C and Section D to "Asphalt Pavement Replacement Section", page E-27: C. This item includes saw cutting, removing, hauling, and disposing of existing pavement section and pavement fabric, if present, to the subgrade elevations indicated on the plans as required to construct the new improvements. D. This item provides pavement for both the base course (thickness varies) and a 1 '/z inch finish course of AC pavement. Add Section C to "Base Replacement, page E-27": C. This item includes saw cutting, removing, hauling, and disposing existing pavement section." 3) Amend Sheet 11 of 35, Drawing C-106, of the Approved Plans per the attached "Revision 1"to modify the pipeline profile to include a 12-inch inverted siphon assembly. 4) Replace Bid Schedule C, pages C-2.6 and C-2.7, with attached "Bid Schedule C (revised 4/27/20 Addendum No. 1)"to modify the following Bid Items: a. Reduce quantity of Bid Item No. 5 from 105 LF to 80 LF. b. Add Bid Item No. 12 to include 12-inch Inverted Siphon Assembly. 1 of 21 Addendum No. 1 The bid opening date has not changed and will be May 5, 2020 at 10:00 AM. This is to acknowledge receipt and review of Addendum Number One, dated April 27, 2020. Company Name By Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Lili Hernandez at(714) 374- 5386. 2 of 21 Addendum No. 1 L rz')a i'/ VV20 q/14�',12D y1,�3/ZU SECTION A yl&/2v NOTICE INVITING SEALED BIDS for the construction of SUNSET BEACH WATER MAIN PROJECT VARIOUS LOCATIONS FROM ANDERSON STREET TO WARNER AVENUE CC No. 1435 in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH, as AGENCY, invites sealed bids for the above stated projects and will receive such bids in the office of the City Clerk, Second Floor,2000 Main Street, Huntington Beach, California 92648, up to the hour of 10:00 AM on May 5,2020. Due to the COVIDI9 pandemic, bids will be accepted by the City Clerk and publicly opened outside of the Council Chambers unless otherwise posted. Due to COVIDI9 pandemic, copies of the Plans, Specifications, and contract documents will not be available to review or mailed from the Office of the Director of Public Works,2000 Main Street, Huntington Beach, CA 92648. Plans, Specifications, and contract documents can be downloaded free on AGENCY website at: http://www.huntinZonbeachca.gov/govemment/departments/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 of the installation of approximately 2,350 linear feet 6- and 12-inch diameter AWWA C900 or C909 water pipeline within a total of eleven different locations within the Sunset Beach area, and one location in Huntington Beach. The pipelines are predominately located within public alleys.Four of the alleys included fully pavement replacement after the waterline construction is complete.At two other locations,the streets will be slurry sealed and at one location the street improvement includes an AC grind and cap. This project will construct 12-inch diameter AWWA C900 or C909 buried pipelines and pavement replacement across PCH within Caltrans right of way. One location is 240' Street and the other is alley north of 12'' Street in Sunset Beach. Two inline valve installations are also included along PCH, one at Admiralty Drive and the other between 2 1"and 22°d Street. • The contract shall allow the Contractor 170 working days to complete the contract. • The engineer's estimate of probable construction cost for the work included in the basis of award is $2,700,000. The AGENCY reserves the right to reject any or all bids, to waive any irregularity and to take all bids under advisement for a maximum period of 60 days. BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH, CALIFORNIA, the 3rd day of June 2019,by Resolution No. 2019-28. Attest: Robin Estanislau CITY CLERK OF THE CITY OF HUNTINGTON BEACH Switzer, Donna From: Christine Gonzalez <cgonzales@scng.com> Sent: Friday, April 10, 2020 10:03 AM To: Switzer, Donna Subject: Re: NISB - CC No. 1435 Publication Thank you, you too! Sincerely, Chrissy Gonzalez 2190 S. Towne Centre Place, Suite 100 Anaheim, CA 92806 PH# (714) 796-6736 FAX: (714) 796-4902 M-Fri 8:00 am to 4:30 pm Lunch from 2pm to 3pm coonzalesCa scna.com On Fri, Apr 10, 2020 at 9:48 AM Switzer, Donna<Donna.Switzergsurfcity-hb.org> wrote: Good morning, Chrissy: Looks great— Ready to Publish. Thank you and have a great day. Stay well! Danrt.a1 S w Lt':�ex Deputy City Clerk-City of Huntington Beach 2000 Main Street- Huntington Beach, CA 92648 (714)374-1649 1 Donna.Switzer@surfcity-hb.org From:Christine Gonzalez<cgonzales@scng.com> Sent: Friday, April 10, 2020 9:15 AM To:Switzer, Donna<Donna.Switzer@surfcity-hb.org> Subject: Re: NISB-CC No. 1435 Publication Good morning. Cost $1,770.00, pub HB Wave 4/16, 4/23, 4/30. Sincerely, Chrissy Gonzalez 2190 S. Towne Centre Place, Suite 100 Anaheim, CA 92806 PH# (714) 796-6736 FAX. (714) 796-4902 M-Fri 8:00 am to 4:30 pm Lunch from 2pm to 3pm cconzalesOscna.com On Thu, Apr 9, 2020 at 4:30 PM Switzer, Donna<Donna.Switzer(?surfci . -hb.org>wrote: Hi Chrissy, Please publish the attached NISB for CC No. 1435, in The Wave, on April 16thn, 23`a, and the 301n Thank you! 2 [�a�.vu�Sw%t�er Deputy City Clerk- City of Huntington Beach 2000 Main Street- Huntington Beach, CA 92648 (714)374-1649 Donna.Switzerksurfcity-hb.org 3 SECTION A NOTICE INVITING SEALED BIDS for the construction of SUNSET BEACH WATER MAIN PROJECT VARIOUS LOCATIONS FROM ANDERSON STREET TO WARNER AVENUE CC No.1435 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 proiects and will receive such bids in the office of the City Clerk,Second Floor,2000 Main Street,Huntington Beach,California 92648, up to the hour of 10:00 AM on May 5,2020. Due to the COVI D19 pandemic,bids will be ac- cepted by the City Clerk and publicly opened outside of the Council Chambers unless other- wise posted. Due to COVIDI9 pandemic,copies of the Plans,Specifications,and contract documents will not be available to review or mailed from the Office of the Director of Public Works,2000 Main Street,Huntington Beach,CA 92648. Plans,Specifications,and contract documents can be downloaded free on AGENCY website at: http://www.huntingtonbeachco.gov/government/departments/public works/Bids/ Open website,then click on"Current Advertised Proiects"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 mini- mum 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 Rela- tions 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 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 hereby affirmatively ensures that minority business enterprises will be afford- ed 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 considera- 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,cashier's check,or bidder's bond made payable to the AGEN- CY for an amount no less than 10%of the amount bid. The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractors License Class A at the time of the bid opening. The successful Contractor and his subcontractors will be required to possess business licens- es from the AGENCY.All extension of unit prices will be subject to verification by the AGEN- CY. In case of a variation between the unit price and the extension,the unit price will gov- ern. Proiect Description: The proiect consists of the installation of approximately 2,350 linear feet 6-and 12-inch diameter AWWA C900 or C909 water pipeline within a total of eleven differ- ent locations within the Sunset Beach area, and one location in Huntington Beach. The pipelines are predominately located within public alleys. Four of the alleys included fully Pavement replacement after the waterline construction is complete.At two other locations, the streets will be slurry sealed and at one location the street improvement includes an AC grind and cap. This Proiect will construct 12-inch diameter AWWA C900 or C909 buried pipelines and pave- ment replacement across PCH within Caltrans right of way. One location is 24th Street and the other is alley north of 12th Street in Sunset Beach.Two inline valve installations are also included along PCH,one at Admiralty Drive and The other between 21st and 22nd Street. ,A& The contract shall allow the Contractor 170 working days to complete the contract. The engineer's estimate of probable construction cost for the work included in the basis of award is$2,700,000. The AGENCY reserves the right to reiect any or all bids,to waive any irregularity and to take all bids under advisement for a maximum period of 60 days. BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH,CALIFORNIA, the=day of June$Q]Q,by Resolution No.2019-28. Attest: Robin Estanislau CITY CLERK OF THE CITY OF HUNTINGTON BEACH Published Huntington Beach Wave April 16,23,30,2020 11378669 Huntington Beach Wave PROOF OF PUBLICATION 2190 S.Towne Centre Place Suite 100 Anaheim, CA 92806 Legal No. 0011378669 714-796-2209 SECTION A NOTICE INVITING SEALED BIDS for the construction of SUNSET BEACH WATER MAIN PROJECT 5190751 VARIOUS LOCATIONS FROM ANDERSON STREETTO WARNER AVENUE HUNTINGTON BEACH, CITY OF ccR10 1435 CITY CLERK DEPARTMENT Inthe 2000 MAIN ST CITY OF HUNT INOTCH BEACH HUNTINGTON BEACH, CA 92648-2763 PUBLIC NOTICE IS HERESY GIVEN that the CITY OF HUNTINGTON BEACH,as AGENCY,invites sealed bids for the above stated proiecls and v,ill receive such bids in the office of the City Clerk,Second Floor,2000 M,aln Street,Hunlington Beach,California 92M8, FILE NO. NISB - CC No. 1435 Publication up to the hour of10:00 AM on May 5,2020. Due to the COVID19pandernic,bids will beae. tented by the City Clerk and publicly opened outside of the Council Chambers unless other- wistoosted. AFFIDAVIT OF PUBLICATION Due toCOVID19pandemic,copies of the Pion Specifications.and controet documents wilI not be available to review or rrmiled from the Office of the Director of Public Works. 20 STATE OF CALIFORNIA, Main street,Huntingtan Beatlb CA92W. Plans,Spe€ifications,and€o�tractdocumenrs can SS. be downloaded free on AGENCY weftileat: bttp:Nyvww,huntingf onbeachco.govfgavemmenildmurtmenttlpubi ic-wof*s/Bids/ County of Orange Open website,then click on'Current Advertised lroiect lalf . Any contract entered into pursuant to this notice will incorporate the provisions of the Stote Labor Code, Pursuant to the Provisions of the Labor Code of the State of California,the mini- mum prevailing rote of per diem wages for each craft,clossificotion or type of workman I am a citizen of the United States and a resident of the needed to execute the controci shall be those determined by the Director of Industrial Reld- Coun aforesaid; I am over the age of eighteen ears,and tions of the State al tali Io Ionia,which anon file at the Office of the Director of Public Works.. g g y 2000 AWIn Slreef,Huntington Beach,CA 9264& not a party to or interested in the above entitled matter. I am the principal clerk of the Huntington Beach Wave, a The A13ENCY will deduct sus retenlamr from au progress payments. The Contractor may newspaper that has been adjudged t0 be a newspaper Of substitute an escrow holder surety of equal value 10 the retention In accordance with the pro• 1 9visions of the Public Contract Code.Section 10263. The Contractor shall be beneflcial owner general circulation by the Superior Court of the County of of Ihesurely and shall receive any interest thereon. Orange, State of California, on July 1, 1998, Case No. The AGENCY hereby affirmatively ensures that minority business enterprises will be afford. A-185906 in and for the City of Huntington Beach, County ed full opportunity to submit bids in response to this notice and will not be discriminated of Orange, State of California;that the notice, of which the against on the basis of race,color,national origin,ancestry,sex.or religion in any considera- annexed is a true printed copy, has been published in Zion leading to the award of€antract. each regular and entire issue of said newspaper and not in No bid shall be considered unless it is prepared on the approved Proposal forms in confarm- any supplement thereof on the following dates,to wit: once with the Instructions to Bf005 as determined by the AGENCY. The bid must be ac- c0mpanied by a€ertified check,cashier's check,or bidder's bond made payable la the AGEW CY for an anwunt no less than 10%of theamounl bid. The successful bidder shall be licensed 04/16/2020, 04/23/2020, 04/30/2020 In accordance with provisions of the Business and Professions Code and shall Possess a State Controctor's License Class A of the time of the bid opening. The successful Contractor and his subcoatrocfors will be required to possess business licens. es from the AGENCY,All extension of unit prices will be subiect to verification by the AGEN- CY. In case of a variation between the unit price and the extension,the unit price will gov- I certify(or declare) under the penalty of perjury under the ern, laws of the State of California that the foregoing is true Prelect Description: The proiect consists of the Installation of approximately 2,050 linear and correct: feet 6-and 12-inch diameter AMA C900 or Co water Pipeline within o total of eleven differ- ent locations within Ih,e Sunset Beach area,and one location in Huntington Beach. The pipelines are predominately located within public alleys. Four of the alleys included fully Executed at Anaheim, Orange County, California, on pavement replacement after the woterline construction is complete.At two other locations, Date: April 30, 2020. the streets will be slurry sealed and at one halation the street improvement includes an AC grind and€ap. This Proiect will construca 12-inch diameter AWWA C900 or C909 buried pipelines and Pave- C _ ment replpcemeni across PCH within Coltrons right of way. One location is 241h Street and the other is alley north of 121h S1reel in Sunset Beath.Two inline valve inslailations are also -�- C4�,j included along PCH.one at Admiralty Drive and the other between 21 st and 22ad Street. • The contract shall allow the{andrac1ar170 working days to complete theconfrOcl. • The engineer'sesfimateof probable consiructioncost for thework included in the basis Signature of award is$2,700,000, The AGENCY reserves the right to reiect any or all bids,to waive any irregularity and to take all bills underolsvisentenl form nmimum period of 60 days. BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH, CALIFORNIA, the 3rd Coy of June 2019,by Resolution No.Y419.26. r,LPI-12/15/16 t Attest- _Rqbinl, CITY C LER K OF THE CITY OF HU NT I NGTON BEACH Published Muntidigton Beach Wave April 16,23,3D,2M 11 37BU9 ,.LPl-12/15/16 BID OPENING - MAY 5, 2020 AT 10:00 AM CC No "1435 Sunset Beach Water01M. -i ni.,Project (Various Locatlonsfrom Anderson:Street to Warner Ave) # Contractor Bid Amount Contractor Rank 1 All American Asphalt $ 2 All Cities Engineering, Inc 3 Asplundh Construction $ 4 Caliba Inc. $ 3 -2j 1 . fWp- '~ 5 Colich & Sons $ 6 Dominguez General Engineering, Inc. $ 7 EBS General Engineering, Inc. $ 8 Excel Paving $ 9 G Hurtado Construction, Inc. $ 10 Grfco Inc $ ?C 6 11 J. A. Salazar Construction $ 12 James McMinn, Inc. $ 13 Kana Pipeline, Inc. $ y-{ . 14 Lonerock, Inc. $ / L r.. 15 Paulus Engineering, Inc. $ 16 Stephen Doreck Equipment Rentals, Inc. $ 17 T.E. Roberts, Inc. $ 2 LIla, !a Cg 18 Vido Artukovich & Sons IncNidmar Inc. AJV $ 19 $ 20 $ 21 $ 22 $ 23 $ 24 $ 25 $ s�s�x �d v2lri �as I_ac�h �S CC ND . 14� w�- UNSUCCESSFUL BIDS CC - 1435 Sunset Beach Water Main Project Various Locations From Anderson St. to Warner Ave. City of Huntington Beach f 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachca.gov 7sast Office of the City Clerk Robin Estanislau, City Clerk August 12, 2020 All Cities Engineering, Inc. 5581 Snowgrass Trail Jurupa Valley, CA 92509 RE: Sunset Beach Water Main Project Various Locations from Anderson St. to Warner Ave.—CC No. 1435 Enclosed please find your original bid bond for CC-1435. Sincerely, �&4"J Robin Estanislau, CMC City Clerk RE:ds Enclosure Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand SECTION C PROPOSAL for the construction of SUNSET BEACH WATER MAIN PROJECT VARIOUS LOCATIONS FROM ANDERSON STREET TO WARNER AVENUE CC No. 1435 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 170 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award,BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find %-k G1 %c�n oA in the amount of _which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for10% ", as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date.:Received Bidder's Signature y- 2'� • Zo __ 2 y- 1�0 - Z10 c 3 s • y. 20 C-2 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax(714) 374-1573 ADDENDUM NUMBER ONE For Sunset Beach Water Main Project at Various Locations, CC1435 April 27,2020 Notice to All Bidders: 1) Delete"Section F—Supplement to the Special Provisions" identified in the Table of Contents. This section has been deleted from the specifications. 2) Add Section C and Section D in the Specifications under Section 7—Measurement and Payment, 7-3.2, Bid Item Description for the following items: Add Section C to"Remove and Dispose of Existing Concrete Gutter", page E-27: C. This item includes saw cutting, removing, hauling, and disposing existing pavement section. Add Section C and Section D to"Asphalt Pavement Replacement Section", page E-27: C. This item includes saw cutting, removing, hauling, and disposing of existing pavement section and pavement fabric, if present, to the subgrade elevations indicated on the plans as required to construct the new improvements. D. This item provides pavement for both the base course (thickness varies)and a 1 'h inch finish course of AC pavement. Add Section C to"Base Replacement, page E-27': C. This item includes saw cutting, removing, hauling, and disposing existing pavement section." 3) Amend Sheet 11 of 35, Drawing C-106, of the Approved Plans per the attached "Revision 1"to modify the pipeline profile to include a 12-inch inverted siphon assembly. 4) Replace Bid Schedule C, pages C-2.6 and C-2.7, with attached "Bid Schedule C (revised 4/27/20 Addendum No. 1)"to modify the following Bid Items: a. Reduce quantity of Bid Item No. 5 from 105 LF to 80 LF. b. Add Bid Item No. 12 to include 12-inch Inverted Siphon Assembly. 1 of 21 Addendum No.1 The bid opening date has not changed and will be May 5, 2020 at 10:00 AM. This is to acknowledge receipt and review of Addendum Number One, dated April 27, 2020. Company Name By OS - 2a Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Lili Hernandez at(714) 374- 5386. 2 of 21 Addendum No.1 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER TWO For Sunset Beach Water Main Proiect at Various Locations, CC1435 April 30,2020 Notice to All Bidders: 1) Replace the following Bid Schedules listed below with attached revised Bid Schedules dated 04/30/20 to change water service material from"polyethylene water service"to"polyethylene plastic coated copper tube water service" per City Specifications 02510.8: A. Bid Schedule D, pages C-2.8 to C-2.10, Bid Item No. 8. B. Bid Schedule E, pages C-2.11 to C-2.13, Bid Item No. 9. C. Bid Schedule F, pages C-2.14 to C-2.15, Bid Item No. 9. D. Bid Schedule G, pages C-2.17 to C-2.18, Bid Item No. 8. E. Bid Schedule H, pages C-2.19 to C-2.20, Bid Item No. 9& 11. The bid opening date has not changed and will be May 5, 2020 at 10:00 AM. This is to acknowledge receipt and review of Addendum Number Two, dated April 30, 2020. A11-CAO- Company Name By os - cW- 20 Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Lili Hemandez at(714) 374- 5386. 1 of 1 I Addendum No.2 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER THREE For Sunset Beach Water Main Project at Various Locations, CC1435 May 4, 2020 Notice to All Bidders: Please note the following clarification to the Contract Documents and Project Specifications: 1) Section Al, page A-ix, and Section B, page B-1, of the Project Specifications: Due to the COVID-19 pandemic, hand delivered bids will only be accepted between the hours of 9:00 AM and 10:00 AM, immediately outside of City Hall Civic Center entrance, on the day of bid opening. Bids will be publicly opened in the same area to allow for social distancing. It is advised that bidders arrive earlier than normal to deliver bids and allow for additional bid processing and acceptance times due to the safety measures described above.. The bid opening date has not changed and will be May 5, 2020 at 10:00 AM. This is to acknowledge receipt and review of Addendum Number Three, dated May 4, 2020. All C i fit S F h!S�per y. �n� Company Name By .S• Y. 21 Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Lili Hernandez at (714) 374- 5386. 1 of 11 Addendum No. 3 SECTION C PROJECT BID SCHEDULE A SUNSET BEACH WATER MAIN PROJECT,CC 1435 5TH STREET,7TH STREET, LOTH STREET, 19TH STREET,AND 22ND STREET FROM NORTH PACIFIC TO SOUTH PACIFIC AVENUE BID ITEMS Q wl - t WM' DescriptionN;Z NW-Rlt x, Quantety� ris 5th Street, r Street, 10th Street, 19th Street and 22nd Street I Mobilization and Setup 1 LS $ 251�00 2 Demobilization &Cleanup 1 LS 1�1 $1-S1000 3 Furnish Traffic Control in accordance with the City of Huntington Beach requirements, complete and in place. 1 LS $ 251 003 4 Replace Signing and Striping per plan notes (G-003). 1 LS $-IJ S 0'a $ Sth Street(Drawings C-101 and C-208) 5 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, lie fittings, and appurtenances. 100 LF $ 28,000 6 Furnish and install temporary blow- off, including fittings, thrust blocks for testing and disinfection. 2 EA $ Vt 1000 7 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $1 1 10Q00 $—I J-O—Co 8 Construct AC grind and overlay replacement as shown on these plans (C-208), complete and in place. 2,900 SF $ 24 l 6 so 9 Adjust existing manhole to grade. 1 EA $ 11SO'-4) 10 Adjust water valve cover to grade. 5 EA $-3 7" Street(Drawing C-101) 11 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 100 LF $2-%S $ 28, S-op C-2.1 SECTION C PROJECT BID SCHEDULE A SUNSET BEACH WATER MAIN PROJECT, CC 1435 5TH STREET, 7TH STREET, LOTH STREET, I9TH STREET,AND 22ND STREET FROM NORTH PACIFIC TO SOUTH PACIFIC AVENUE M `-'!"= '� dltem.N Description °� Quantit�r Unit Unit Cost ��T_ot�ai Cost -a�6. ci�5'� "C g.. s".ax m> ' - xb .7"r' ;..�-.Y+. ., E z r ;€G/►leni0n) cr,.�. 12 Remove and salvage existing fire hydrant. Construct new fire hydrant assembly, including furnishing and installing new buried pipe, valve and appurtenances. 1 EA $ q r S0-0 13 Furnish and install temporary blow- off, including fittings, thrust blocks for testing and disinfection. 2 EA $ old $ Zi oflo 14 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ 000 $ $rho Remove and dispose of existing 15 cross gutter and construct new cross concrete gutter as shown on OW - these plans, complete and in place. 90 SF $ t LC� $ lai 9x�o 101 Street (Drawing C-102) 16 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, 91-1 fittings, and appurtenances. 96 LF $ T-A-#360 17 Furnish and install temporary blow- off, including fittings, thrust blocks for testing and disinfection. 2 EA $ °p o $ 1 Z� opp 18 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $Sr�b $ -S 191 Street(Drawing C-103) 19 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 88 LF $2-s, Z 20 Furnish and install temporary blow- off, including fittings, thrust blocks for testing and disinfection. 2 EA $ 2 C-2.2 SECTION C PROJECT BID SCHEDULE A SUNSET BEACH WATER MAIN PROJECT,CC 1435 5 TH STREET, 7TH STREET, LOTH STREET, 19TH STREET,AND 22 ND STREET FROM NORTH PACIFIC TO SOUTH PACIFIC AVENUE 21 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS 2nd Street(Drawing C-1 03) 23 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 88 LF $ 24 Furnish and install temporary blow- off, including fittings, thrust blocks for testing and disinfection. 2 EA $ zoo $ 25 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS �01011 $ SUB-TOTAL BID AMOUNT(IN FIGURES)—SCHEDULE A $— SUB-TOTAL BID AMOUNT IN WORDS: Vvwx't �-JVJ vtof Nkoj s c.\d Sevo, %w�,4rw olotic--vs Note: Refer to Section 7, Measure and Payment for description of each Item on Bid Schedule. C-2.3 SECTION C PROJECT BID SCHEDULE B SUNSET BEACH WATER MAIN PROJECT,CC 1435 24TA STREET(DRAWINGS C-105 & C-202) BID ITEMS ' a wX?,*.,�,�k,*` 'sf°r�, fir"'.'},:rMZ 'w-K;S"wx, 9k 3 s�ast ;mc � Item No - � .0awnptil g * uantity,�Un�t lJnit� Total Cost � � �� Cost (Exte� nsion� <,� ' �" 1 Mobilization and Setup 1 LS $2S)003 $ 2S r 000 2 Demobilization & Cleanup 1 LS $2�OW $ 'I-S cep 3 Furnish Traffic Control in accordance with the City of Huntington Beach and Caltrans requirements, complete and in place. 1 LS $2Sr $ 25i00p 4 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, w and appurtenances. 314 LF $ YA,y-i0 5 Furnish and install 12-inch PVC water main (Caltrans ROW) including but not limited to potholing, shoring, pipe SV valves, fittings, and appurtenances. 78 LF $35D— $ 6 Furnish and install 6-inch x 12-inch Ductile Iron Cross 1 EA $ 2,Svc $ 2,50o 7 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 3 EA $SC- $ 1 r Soo 8 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ S(aQ�0 9 Remove and re-construct sidewalk, including all labor, equipment, materials, as shown on these plans, completed �- and in place. 200 SF $"�5 $ I S t oco 10 Construct concrete curb and gutter as shown on these plans, complete and in �= place. 12 LF $ 1 ,4K0 11 Construct AC grind and overlay replacement, including all labor, equipment, and materials, as shown on these plans (C-202), complete and in place. 9,152 SF $ S.UO $ yS► � C-2.4 SECTION C PROJECT BED SCHEDULE B SUNSET BEACH WATER MAIN PROJECT,CC 1435 24TH STREET (DRAWINGS C-105 & C-202) d0a'ni"ITY Urnt 12 Adjust all water valve covers, drains, cleanouts, manholes, electrical, telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans (C-202), complete and in place. 1 LS $_2-StO-oc> $ "I-SjOW 13 Remove and replace landscaping 1 LS $ ?--S 9 C'M $ 14 Replace Signing and Striping per plan notes (G-003). 1 LS $S, 5;00 $ -5 SO 4Z, SUB-TOTAL BID AMOUNT (IN FIGURES)— SCHEDULE B $ cl 00 SUB-TOTAL BID AMOUNT IN WORDS: — -��Vtt 6y-OLT01 VVwS000f foiv- Note: Refer to Section 7, Measure and Payment for description of each Item on Bid Schedule. C-2.5 SECTION C PROJECT BID SCHEDULE C SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 12 STREET (DRAWING C-106) & CUT-IN VALVES IN PACIFIC COAST HWY(DRAWING C-112) BID ITEMS Item NoI_10 I Alley North of 12th Street and Cut-in Valves In Pacific Coast Hwy I Mobilization and Setup I LS 2 Demobilization & Cleanup 1 LS $2Sr�o $ -Z-StooO 3 Furnish Traffic Control in accordance With the City of Huntington Beach and Caltrans requirements, complete and in place. 1 LS $ Zstooz- Alley North of 12th Street (Drawings C-106) 4 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, Q_ and appurtenances. 17 LF $ <q I cpc), 5 Furnish and install 12-inch PVC water main (Caltrans ROW) including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 105 LF $ 31 Silo 6 Construct new fire hydrant assembly, including furnishing and installing new buried pipe, valve and appurtenances. 1 EA $�l(0i� $ 1 b-,ZQ 7 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 2 EA $ Grp $ 8 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ St4\,->3 9 Remove existing and construct new curb, gutter, and median as shown on these plans, complete and in place. 1 LS $_.Sty $ s 10 Replace Signing and Striping per plan notes (G-003). 1 LS $S)SVIQ- $ -St son C-2.6 SECTION C PROJECT BID SCHEDULE C SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 12 STREET (DRAWING C-106) & CUT-IN VALVES IN PACIFIC COAST HWY(DRAWING C-112) 2 r s DescriiptteanQllSlltltyUmt UiutCOst �TOtal<`CO3t Cut-In Valves in Pacific Coast Hwy(C-112) 11 Furnish and install 8-inch Gate Valve (Caltrans ROW) including potholing, piping, fittings as shown on these plans, complete in place. 2 EA SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE C 0 . coo SUB-TOTAL BID AMOUNT IN WORDS: Ova 1nQVII S-coIILA-Iv-f Vt kl.�S G.�/ c �. yr c/ A((orf Note: Refer to Section 7, Measure and Payment for description of each Item on Bid Schedule. C-2.7 SECTION C PROJECT BID SCHEDULE D SUNSET BEACH WATER MAIN PROJECT,CC 1435 ALLEY NORTH OF 26TH STREET(DRAWINGS C-107& C-205) BID ITEMS a� Item No. � = �� Description �, �� �Quanhty� �V�ut��ITiutECost Total Cost r=o r 1 Mobilization and Setup 1 LS $ 2S(WQ 2 Demobilization & Cleanup 1 LS $25,E $ 3 Furnish Traffic Control in accordance with the City of Huntington requirements, complete and in place. 1 LS $ 2S -r,) $ 2s t 4 Conduct preconstruction of existing survey homes and street as required by the Contract Documents, including preparation and submission of all required reports, videos and photographs. 1 LS $351 w $ 15ro(.-y3 5 Furnish and install 6-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, w and appurtenances. 180 LF $ 2 S $ -51 3`�0 6 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 1 EA $ 7 Construct new 4-inch Blow-off Assembly, including furnish and installing new buried pipe, valve and appurtenances. 1 EA $Sr $ 5 t OQg� 8 Furnish and install 1-inch polyethylene water service, including pipe fittings, valves, and connection to existing water meter assembly. 6 EA $'t t 50c> $ 2-4 9 Construct temporary below grade water 2-inch service and connect to existing water meters including temporary 2-inch hot tap to existing 6-inch Asbestos Cement pipeline. 1 LS $ S � $ 1 S t 07J 10 Remove and cap temporary 2-inch connection to existing 6-inch AC pipeline. 1 EA $ LQ�QQ $2a_om C-2.8 SECTION C PROJECT BID SCHEDULE D SUNSET BEACH WATER MAIN PROJECT,CC 1435 ALLEY NORTH OF 26 TH STREET(DRAWINGS C-107& C-205) M RNA IRMO. d2uantity Unfit Sion , 11 Cut, cap, and abandon existing waterline and appurtenances and legally dispose of existing Asbestos Cement pipeline. 1 LS $ 'l o3o $ OfJo 12 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ 6 Coo $ 600,o jO 13 Construct new alley concrete gutter as shown on these plans (C-205), complete and in place. 850 SF $ 14 Construct AC pavement replacement, including all labor, equipment, and materials, as shown on these plans (C- OD 205), complete and in place. 78 TONS $ 14, 1-20 15 Construct base replacement, including all labor, equipment, and materials, as shown on these plans (C-205), complete CU and in place. 58 YDS $ 16 Furnish and Install Redwood Header. 8 LF $ I, 6zi0 17 Adjust existing water meter to grade. 6 EA $ 18 Adjust water valve cover to grade. 2 EA $ It Soo 19 Adjust cleanouts, sewer cover, drain, electrical, telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans (C-205), complete and in place. 1 LS $-Sgozz> $ 20 Install Temporary"Parking By Permit Only" signs along Greenbelt on North and South Pacific Avenue. 2 EA $ 2 OOQ 21 Replace Signing and Striping per plan notes (G-003). 1 LS $_5 i S� $ S i Sdo 22 Remove and salvage existing (wharf)fire hydrant including removing valves and abandoning lateral in place. I EA C-2.9 SECTION C PROJECT BID SCHEDULE D SUNSET BEACH WATER MAIN PROJECT,CC 1435 ALLEY NORTH OF 26TH STREET(DRAWINGS C-107 & C-205) I", ��sfi�'�. ��..... N xanh �1ntt & Una"t Cost Tatl Co Desrtphon ,4Q tIn ��i� 1 ..�„'a� u c e.�&3...�ag4.. SUB-TOTAL BID AMOUNT (IN FIGURES)- SCHEDULED SUB-TOTAL BID AMOUNT IN WORDS: A�n%t t fin -d" S- vC-\ C-e^ V\'- ,S c\a p,^ yw. 'Ol►-rd r— Note: Refer to Section 7, Measure and Payment for description of each Item on Bid Schedule. C-2.10 SECTION C PROJECT BED SCHEDULE E SUNSET BEACH WATER MAIN PROJECT,CC 1435 ALLEY NORTH OF 25 TH STREET(DRAWINGS C-108& C-204) BID ITEMS S10 101 W-1 ...... 1 Mobilization and Setup 1 LS $1:S1_QQi0 $ 251miz, 2 Demobilization & Cleanup 1 LS $?S LaQg $ I-S i!Z)= 3 Furnish Traffic Control in accordance with the City of Huntington requirements, complete and in place. 1 LS $ 2 $ 4 Conduct preconstruction of existing survey homes and street as required by the Contract Documents, including preparation and submission of all required reports, videos and photographs. 1 LS $_jSL= $ 1 S.tg ` 5 Furnish and install 6-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, CPI and appurtenances. 221 LF $ $ 6"t 3Q�Q 6 Remove existing 1 0-inch tee, replace with 10-inch diameter DR 14 PVC AWWA C900 pipeline, and 10-inch DI gate valve. 1 LS $1_S i $ 1-5 7 Abandon existing 1 0-inch Asbestos Cement pipeline in place and plug ends. 1 LS $-2u-g�� $ ,9-x CL-.. 8 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 2 EA $ c, 9 Furnish and install 1-inch polyethylene water service, including pipe fittings, valves, and connection to existing water meter assembly. 14 EA $ 6�h Zoo 10 Construct temporary below grade water 2-inch service and connect to existing water meters including temporary 2-inch hot tap to existing 6-inch Asbestos Cement pipeline. 1 LS $ C-2.11 SECTION C PROJECT BID SCHEDULE E SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 25TH STREET(DRAWINGS C-108& C-204) WAS % ."M - - 'w I M 0MM 6"', Mal" WREN g", 'C v7potal S--,i, ifit JIM, die'-, Item Na &.-'U S1 ME 11 Remove and cap temporary 2-inch hot tap connection to existing 6-inch AC pipeline. 1 EA $ mac 12 Cut, cap, and abandon existing waterline and appurtenances and legally dispose of existing Asbestos Cement pipeline. 1 LS $ 13 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ -5.1 14 Construct new alley concrete gutter as shown on these plans (C-205), complete and in place. 870 SF $ 15 Slurry seal street, including all labor, equipment, and materials, as shown on these plans (C-204), complete and in place. 130 SF $ G1, SD 16 Construct AC pavement replacement, including all labor, equipment, and materials, as shown on these plans (C- 205), complete and in place. 91 TONS $ t-+-.-+V-7 17 Construct base replacement, including all labor, equipment, and materials, as shown on these plans (C-205), complete Cu and in place. 68 YDS $_LS�D $ 1 c)1 21310 18 Fumish and Install Redwood Header. 30 LF $_15;-OQ $ 12.So 19 Adjust existing water meter to grade. 14 EA $ - $ 20 Adjust water valve6over to grade. 3 EA $ �570' $ 7, ISO 21 Adjust cleanouts, sewer cover, drain, electrical, telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans (C-205), complete and in place. 1 LS $ to tzo� $ 10 lcxh 22 Remove existing concrete gutter. 360 SF $_J;j- 0a, $ /'OTAo C-2.12 SECTION C PROJECT BUD SCHEDULE E SUNSET BEACH WATER MAIN PROJECT,CC 1435 ALLEY NORTH OF 25TH STREET(DRAWINGS C-108 & C-204) 55 NO t sufig 23 Install Temporary"Parking By Permit Only" signs along Greenbelt on North and South Pacific Avenue. 2 EA $_5oCi $ 24 Replace Signing and Striping per plan notes (G-003). 1 LS $ 3I000 SUB-TOTAL BID AMOUNT (IN FIGURES)— SCHEDULE E $ 00 SUB-TOTAL BID AMOUNT IN WORDS: Al"Ce- VJV\.d" VA"w5c"Iri fo.-Iv \"tj Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. C-2.13 SECTION C PROJECT BID SCHEDULE F SUNSET BEACH WATER MAIN PROJECT, CC 1435 PARK AVENUE (DRAWINGS C-109& C-203) BID ITEMS rv; � f k rvr ;� 'a'-3-*.��s' 4�� `ems �` `.�st: '��.�.-x � �,��,�e '^� � Ite n o t ' `' Descrip Ions � �_ Qu$infaty Unit Unit Cost �TotnY Cost �0v- r. 1 Mobilization and Setup 1 LS $25+ $ 25(000 2 Demobilization &Cleanup 1 LS $25r'0� $ 2Sc oCX> 3 Furnish Traffic Control in accordance with the City of Huntington and Caltrans requirements, complete and in place. 1 LS $ St N)D $ 25 cODo 4 Conduct preconstruction of existing survey homes and street as required by the Contract Documents, including preparation and submission of all required reports, videos and photographs. 1 LS $35 $ 5 Furnish and install 6-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 266 LF $ $ i9�o 6 Furnish and install 6-inch PVC water main (Caltrans ROW) including but not limited to potholing, shoring, pipe valves, c� fittings, and appurtenances. 25 LF $ 50z, $ 12i 5010 7 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 1 EA $ �o 8 Construct new 4-inch Blow-off Assembly, including furnish and installing new buried pipe, valve and appurtenances. 1 EA $ 9_51 Qs� 9 Furnish and install 1-inch polyethylene water service, including pipe fittings, valves, and connection to existing water meter assembly. 10 EA $ _ L $ y >(OQQ 10 Cut and cap existing 3-inch pipeline at valve including furnishing and installing the necessary appurtenances in place. 1 EA $ts--NA $ 0,-r, a2.14 SECTION C PROJECT BID SCHEDULE F SUNSET BEACH WATER MAIN PROJECT, CC 1435 PARK AVENUE (DRAWINGS C-109& C-203) gm gjtelulA U r 32 =NUniitCast Total Vast - ,m r � (Extension) 11 Cut, cap, and abandon existing waterline and appurtenances in place. 1 LS $ 15rago $ 15 j o,-v:) 12 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $_S. $ 5 13 Construct new cross concrete gutter as shown on these plans (C-203), within Caltrans ROW, complete and in place. 160 SF $_2:S-0_0 $ y 1 Goo 14 Slurry seal street, including all labor, equipment, and materials, as shown on these plans (C-203), complete and in place. 5,800 SF $ (opo 15 Replace Signing and Striping per plan notes (G-003). 1 LS $ 5 tSoc, SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE F $ SUB-TOTAL BID AMOUNT IN WORDS: A\I've-c- vwt-- "-j S-Cvc-Aee.. Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. C-2.15 SECTION C PROTECT BID SCHEDULE G SUNSET BEACH WATER MAIN PROJECT,CC 1435 ALLEY NORTH OF 24TH STREET(DRAWINGS C-110& C-206) BID ITEMS Item No���� 6 � �� .�Description �� ; uanttty�,- Vnit Unit�CQst TotalCost 1 Mobilization and Setup 1 LS $2 sr , $ 2S t ciao 2 Demobilization & Cleanup 1 LS $25-co�o $ 25cngxo 3 Furnish Traffic Control in accordance with the City of Huntington requirements, complete and in place. 1 LS $2ScZ-2o $ 'ZS r 4 Conduct preconstruction of existing survey homes and street as required by the Contract Documents, including preparation and submission of all required reports, videos and photographs. 1 LS $35r 'vp $ 3S Flo 5 Furnish and install 6-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, w and appurtenances. 190 LF $ Sit fl� 6 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 1 EA $ $ 7 Construct new 4-inch Blow-off Assembly, including furnish and installing new buried pipe, valve and appurtenances. 1 EA $ 12,E $ 12i 000 8 Fumish and install 1-inch polyethylene water service, including pipe fittings, valves, and connection to existing water meter assembly. 13 EA $ 67, y 0o 9 Remove and salvage existing(wharf)fire hydrant including removing valves and abandoning lateral in place. 1 EA $ (3,Scw $ 1 I,Sty 10 Construct temporary below grade water 2-inch service and connect to existing water meters including temporary 2-inch hot tap to existing 6-inch Asbestos Cement pipeline. 1 LS $ ,S� $ C-2.16 SECTION C PROJECT BID SCHEDULE G SUNSET BEACH WATER MAIN PROJECT,CC 1435 ALLEY NORTH OF 24 TH STREET(DRAWINGS C-110 & C-206) MM 10i V114ost �. Total Cost MM 11 Remove and cap temporary 2-inch hot tap connection to existing 6-inch AC pipeline. 1 EA $ls-,,-,>—� $ i s 12 Cut, cap, and abandon existing waterline and appurtenances and legally dispose of existing Asbestos Cement pipeline. 1 LS $ 1215-0,3 13 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $�-5i5� $ 51500 14 Construct new alley concrete gutter as shown on these plans (C-205), complete and in place. 930 SF $_2:5 $ 23, 2-S-0 15 Construct AC pavement replacement, including all labor, equipment, and materials, as shown on these plans (C- 205), complete and in place. 80 TONS $_[�L-> $ 15.f J,0,c> 16 Construct base replacement, including all labor, equipment, and materials, as shown on these plans (C-205), complete Cu and in place. 60 YDS $ 1 S0 $ 17 Fumish and Install Redwood Header. 51 LF $ 15- $ 11-4-9-5 18 Adjust existing water meter to grade. 13 EA $_Z� $ 61 57� 19 Adjust water valve cover to grade. 2 EA $ $_2: 5o� 20 Adjust cleanouts, sewer cover, drain, electrical, telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans (C-205), complete and in place. I LS $ 1-3 � $ 21 Install Temporary"Parking By Permit Only" signs along Greenbelt on North and South Pacific Avenue. 2 EA $_2t5LC), $ -Sj-nCK:) 22 Replace Signing and Striping per plan notes (G-003). 1 LS $ or' C-2.17 SECTION C PROJECT BID SCHEDULE G SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 24TH STREET(DRAWINGS C-110& C-206) .0 SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE G $ SUB-TOTAL BID AMOUNT IN WORDS: A'vNent kAQ'-'al„ v Note: Refer to Section 7, Measure and Payment for description of each Item on Bid Schedule. C-2.18 SECTION C PROJECT BED SCHEDULE H SUNSET BEACH WATER MAIN PROJECT,CC 1435 ALLEY BETWEEN 12TH& 13TH AND PECAN&ACACIA(DRAWINGS C-I 11 & C-207) BID ITEMS IteDe , no M" es Quantity g ' _W'_.KM1_'IQZVRI_ I rV K 1 Mobilization and Setup 1 LS $3Ss� $ -75togo . 2 Demobilization & Cleanup 1 LS $_2S� $ 751o1%__') 3 Furnish Traffic Control in accordance with the City of Huntington requirements, complete and in place. 1 LS $1-S $ 4 Conduct preconstruction of existing survey homes and street as required by the Contract Documents, including preparation and submission of all required reports, videos and photographs. 1 LS $25t CxZva, $ 7-Sr 5 Furnish and install 6-inch PVC water main including but not limited to potholing, shoring, pipe valves,fittings,and appurtenances. 421 LF $u26 3 6 Furnish and install 6-inch gate valve I EA $_2.L lg� $ S I%p-cm, 7 Remove and salvage existing fire hydrant including removing valves and abandoning lateral in place. I EA $J.5i� $ IS r oQpo 8 Construct new fire hydrant assembly, including furnishing and installing new buried pipe, valve and appurtenances. I EA ?-i Qo� 9 Reconnect existing 1-inch water service, including piping,fittings,and connection to existing water meter assembly complete and operative in place. 1 EA $_StSck)- $ S. SUo 10 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 2 EA $-Lo —,� $2z.oz-i4 11 Furnish and install 1-inch polyethylene water service, including pipe fittings, valves, and connection to existing water meter EA $ $ 11 j3, qac� assembly. 23 12 Cut, cap, and abandon existing waterline and appurtenances in place. 1 LS $ Sr� C-2.19 SECTION C PROJECT BID SCHEDULE H SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY BETWEEN 12 TH& 13TH AND PECAN & ACACIA(DRAWINGS C-1 11 & C-207) f Nu Xtcm A, V o n fiQ UMN wuaulnt"Most-Ea "011guma-0STJ VMW®R 13 Chlorination and testing of all new water main and appurtenances, complete and in place. I LS $=LL� $ 5t0Qo 14 Construct new alley concrete gutter as shown on these plans(C-207), complete and in place. 955 SF $ 27, SAS 15 Construct alley approach, including all labor, equipment, materials,as shown on these plans (C-207), completed and in place. 3 EA $ 1_7 -yz10 $ 61 OzI3 16 Construct AC pavement replacement, including all labor, equipment, and materials, as shown on these plans(C-205), complete and in place. 155 TONS $L1�z' $ -,1^1 4 SO 17 Construct base replacement, including all labor, equipment,and materials,as shown on these plans(C-205), complete and in Cu VIA place. 114 YDS $_J_SO $ 0r, 100 18 Furnish and Install Redwood Header. 20 LF $_1tR--00 $ I, 6%0 19 Adjust existing water meter to grade. 23 EA $-=S00 UIW- $ 0, Svc 20 Adjust water valve cover to grade. 3 EA � $ 21 Adjust cleanouts, sewer cover, drain, electrical, telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans (C-205), complete and in place. 1 LS $S, $ >rgoo 22 Replace Signing and Striping per plan notes (G-003). 1 LS $ Sr z�a SUB-TOTAL BID AMOUNT (IN FIGURES)— SCHEDULE H $ S*3 3 SUB-TOTAL BID AMOUNT IN WORDS: V"OJ,.e Jrv"J S C.'04 cx,*, Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. C-2.20 SECTION C PROJECT BED SCHEDULE I SUNSET BEACH WATER MAIN PROJECT,CC 1435 SURVEY MONUMENT PRESERVATION(APPENDIX Q) AND SEWER HOUSE LATERAL REMODELING BID ITEMS ItemNo. TM n "R Description Qnanttty t7n�t Unit Gast Total x ast�r I WE MW -Uen I Reset or Re-establish Survey 1 Monuments per Requirements described in Appendix Q of Contract Documents. 16 EA $ 5 b) ogo Remodel existing sewer house 2 connection laterals conflicting with proposed waterline. 20 EA $_.Sq 50o $ c7agoa SUB-TOTAL BID AMOUNT (IN FIGURES)—SCHEDULE I $ I (<io zoo - 00 SUB-TOTAL BID AMOUNT IN WORDS: ov,.-Q- NAQVO(Vrd 4; i )!i� -S-")c vk-to ) S OvNd Note: 1) Refer to Section 7, Measure and Payment for description of each Item on Bid Schedule. 2) Bid Item No. 2 - The exact quantity and location of sewer house connection laterals are unknown. If the actual quantity does not comply with the 2018 Green Book quantity percentage requirements, the City reserves the right to renegotiate unit cost for this bid item. Sewer house lateral remodeling bid items include the following streets listed below: i) Alley North of 26th Street ii)Alley North of 2501 Street iii) Park Avenue iv) Alley North of 24th Street v)Alley Between 12th, 13th, Pecan and Acacia Streets C-2.21 SECTION C PROJECT BID SCHEDULE TOTALS Sunset Beach Water Main Project Various Locations Cash Contract No. 1435 SUB-TOTAL BID SCHEDULE A $ 3 S L] SUB-TOTAL BID SCHEDULE B $ '3 I$, q SUB-TOTAL BID SCHEDULE C $ r�S I oo . ca SUB-TOTAL BID SCHEDULE D $ -1a Qpo SUB-TOTAL BID SCHEDULE E $ oiol , y y 5 . o-c� SUB-TOTAL BID SCHEDULE F $ 76 V-4-1 Ll 01Q� ,QF3 SUB-TOTAL BID SCHEDULE G $ _ >rol " 3S •0�3 SUB-TOTAL BID SCHEDULE H $ S .3 3 -�}S , 0.o SUB-TOTAL BID SCHEDULE 1 $ fo 6 oJo CEO TOTAL BID AMOUT, BASIS OF AWARD (Schedules A— 1) 2 G 6"�- 2�-s •oc TOTAL BID AMOUT, BASIS OF AWARD IN WORDS: 'r\J✓O 1M\���Ov� S\1C V%v,,.o1rCa 1r\. �-caf Se vs,-�j —f• t 0&11 a,r c toy Ze.� C-6n —s Notes: All extensions of unit prices will be subject to verification by Owner. In case of a verification between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.22 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 flddress of, State Class DIR PWC Dollar %of Items) Subcontractor- License Registration# Amount Contract Number 1111151 lkovd y S µA�ri-. Inc (b,iG(23 -it (le.�6fw C veik 2 I S9 SL A C a 14 rL�l Po►.Sf' Cot oil b� 'y/ s,t) ,v tt yr 14, (>r 2r(uf J� slit cyrvcs S�, o� 2q, G Qnss Ut �0630 �}63 C31 �ooaoo� �13K ��. Y (r Vry(W Qr. 0%,'V S-"Clff-- u 1A06 o-rr-- c J-.,4 L---A LS B133 ! o -�031� 4-'>rSk- 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 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 •4-20, at u!!wM yAlley , Date City State A Polyyt Ip RswuhCZ , being first duly sworn, deposes and says that he or she is f—ft si 04014- of A(/ G 4 t 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. A I I C A-e s Eosi twoi#fg,1:vrc. Name of Bidder APora.vio �AMi�f2 Signature of Bidder 5U/ Cho a-49/sn CA-g15OT Address of Bidder C4 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH,CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the SUNSET BEACH WATER MAIN PROJECT, VARIOUS LOCATION FROM ANDERSON STREET TO WARNER AVENUE, CC NO. 1435, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal-OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. All c is EAgi ."C. Contractor By ?VCsrA,4- Title Date: S • 4- ZO 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 2No 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. A it C 0itS �i h�ty� . *h[•. Contractor ,4 f41%A,i10 aR,�►Q,Q By NSlC�t.�f Title Date: S • N- 2 O C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Al CI ",C.S Eo%--iAhect�i65�7.NG Bidder Name Business Address '7WVPA V41/ty C.� City, State Zip (qog ) 2 V1- 3b3L T4viav, M. 6%1l Ci4iere cow, Telephone Number Email Address 1 1 1:� 1 (A) State Contractor's License No. and Class of. 214• 201S Original Date Issued I1 . VD. 21 Expiration Date The work site was inspected by Anle f L 0ff.2 of our office on S • /• Z 0 , 202-o. The following are persons, firms, and corporations having a principal interest in this proposal: R Plo n iD (2 w►;rri 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. A11 Ci4-ics E,-.eimee6 9 , Zvlc Company Name - <:042� Sigdature of Bidder J•ay1 e✓ rals yo Printed or Typed Signature C-8 NOTARY CERTIFICATE Subscribed and sworn to before me this 4( day of A ,2020 . 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 C g 11 f byn(g, ) County of Q;NCvCj old ) On 05 - 04- 202o before me, Caste Gc-htw(.Z C&%� RL61it) Month, Day, and Year Insert Name and Title of Notary personally appeared Xgtvw irt2 Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(o) whose name(&) is/are- subscribed to the within instrument and acknowledged to me that he/ska/thff executed the same in his/hoatheir authorized capacity(-ies),and that by his/her/*heir signaturo(&)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. CowdPWW No. 228140 roawvN�ucrx�aown FAMoM Coto" my warn.Eipr�a wow n.mta i+Ulii�ilrgr W�r �I Signature Signature of Notary Public (PLACE NOTARY SEAL ABOVE) C-9 Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of potable water pipelines within the public right of way, working within major arterials, streets and alleys and in close proximity to other existing underground utilities, and in area containing high ground water. The area Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: l. I <>f -,zo vim. 1111� C3vo-plc s1���t /��. '0��►�y Name and Address of Public Agency Name and Telephone No. of Project Manager: L,-)v-&\-, ?o wel I 5 6 2 .302 •3B6S Z AA t l 1;�..� tom,�•Iw S.�s-I-c►'ti I n.�pio vcww,fi S �/.-2fl Contract Amount Type of Work Date Completed Provide additional project description to show similar work: l2 e�ro�t o\m.ul !Td r-cc n�k-S�c le'kc 1'A-c 1-IC-I' "S -(i K LI d YC-%I*J —. ,*4- s-c lf-%►CL s f n G k C.,A v( a r p 1 2. [; ky O F Nor& 191-0 ((,R✓k Ar ,A 2&a Name and Address of Public Agency Name and Telephone No. of Project Manager: S 144CISa-- c1S 1 . 7-1-0 - S GII- � u4� Wr-ktv 141 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 3• G :>t oVra�.,-t Ayc- Oov+-t CA Name and Address of Public Agency Name and Telephone No. of Project Manager: (���,.�� ?—L..c4 t S 6I- k-IIt-7 � I M�11;�1 P��,c� �1� I��..,h (Z �• l 5 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 't 4cL i.te(v06,11 Ji-C k4eV4,S I ) C-10 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions,please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1. 7yo-m e r or,%kw Name of proposed Project Manager Telephone No. of proposed Project Manager: a11041. 241 . 161L Je I e-o,Y-e-f 1 W v xh�j GA�- Sew tees ) 2C�4k Project Name &Contract Amount Type of Work Date Completed Project Name& Contract Amount Type of Work Date Completed wzc�.dV,V Ir-Igovemp,� Project Name &Contract Amount Type of Work Date Completed 2. f�es��O V% io V-,---name- Name of proposed Superintendent Telephone No. of proposed Superintendent: �G► 6y 3 ` 3 Project Name& Contract Amount Type of Work Date Completed owd-t- G.orc Ve-kv Iw-r„ore^,O-J 4-1,9 1.7 - to-lI- Project Name&Contract Amount Type of Work Date Completed 'S�,Mwp Q�►uk � 2.5 �M\1'�,., C,,.�v� I - I - l g 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 $300. Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 http://www.dir.ca.gov/DLSE/PublicWorks/SB854FactSheet 6.30.14.pdf DIR's Contractor Registration Link—Call(844) 522-6734 https://efiling.dir.ca.gov/PWCR/ActionServlet?action--displayPWCRegistrationForm DIR's Contractor Registration searchable database: https:Hefiling.dir.ca.gov/PWCR/Search.action I am aware and will comply with the provisions of Labor Code Section 1771.1(a)which states: "A contractor or subcontractor shall not be qualified to bid on,be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded." I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid. R 1 l C i-1i-t t E•n5 i /Irk G Contractor a Email PST c. Title Date: 5•y 2.0 PWC Registration#: C-12 BID BOND KNOW ALL BY THESE PRESENTS,That we, ALL CITIES ENGINEERING,INC. of P.O.BOX51405 BILLINGS,MT 59105 (hereinafter called the Principal), as Principal, and UNITED STATES FIRE INSURANCE COMPANY (bereinafter called the Surety),as Surety are held and Firmly bound unto CITY OF HUNTINGTON BEACH (hereinafter called die Obligee)in the penal sum of TEN PERCENT OF AMOUNT BID Dollars ($ 10% for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally,firnily by these presents, THE CONDITION OF THIS OBLIGATION 1S SUCH,That WHEREAS, the Pr R6pal has submitted or is abom to submit a proposal to the Obligee on a contract[or SUNSET BEACH WATER MAIN PROJECT AT VARIOUS LOCATIONS NOW, THEREFORE, If the said Contract be timely awarded to the Principal and the Principal shall, within such time as may be specified, enter into the Contract in writing, and give bond, if bond is required, with surety acceptable to the Obligee for the faithful performance of the said Contract, then this obligation shall be void; otherwise to°remain in full force and effect, Signed and sealed this 4TH day of MAY , 2020 ALL CITIES ENGINEERING,INC. i Seal) n Principaf Witness IC3JVl0 l�A��(Z (:�es t �}� Tide UNITED STATES FIRE INSURANCE COMPANY Witness By KEVIN VE A L Attorney-in-Fact POWER OF ATTORNEY UNITED STATES FIRE INSURANCE COMPANY PRINCIPAL OFFICE-MORRISTOWN,NEW JERSEY 04594432919 KNOW ALL MEN BY THESE PRESENTS:That United States Fire Insurance Company,a corporation duly organized and existing under the laws of the state of Delaware,has made,constituted and appointed,and does hereby make,constitute and appoint: Philip E. Vega,Kevin Vega,Britton Christiansen,Myrna Smith each,its true and lawful Attorney(s)-In-Fact,with full power and authority hereby conferred in its name,place and stead,to execute,acknowledge and deliver: Any and all bonds and undertakings of surety and other documents that the ordinary course of surety business may require, and to bind United States Fire Insurance Company thereby as fully and to the same extent as if such bonds or undertakings had been duly executed and acknowledged by the regularly elected officers of United States Fire Insurance Company at its principal office, in amounts or penalties not exceeding: Seven Million, Five Hundred Thousand Dollars($7,500,000). This Power of Attorney limits the act of those named therein to the bonds and undertakings specifically named therein, and they have no authority to bind United Slates Fire Insurance Company except in the manner and to the extent therein stated. ]'his Power of Attorney revokes all previous Powers of Attorney issued on behalf of the Attorneys-In-Fact named above and expires on January 31,2020. This Power of Attorney is granted pursuant to Article IV of the By-Laws of United States Fire Insurance Company as now in full force and effect, and consistent with Article Ill thereof,which Articles provide,in pertinent part: Article IV, Execution of instruments-Except as the Board of Directors may authorize by resolution,the Chairman of the Board, President, any Vice-President,any Assistant Vice President,the Secretary,or any Assistant Secretary shall have power on behalf of the Corporation: (a) to execute,affix the corporate seal manually or by facsimile to,acknowledge,verify and deliver any contracts,obligations, instruments and documents whatsoever in connection with its business including, without limiting the foregoing, any bonds, guarantees, undertakings, recognizances, powers of attorney or revocations of any powers of attorney, stipulations, policies of insurance, deeds, leases, mortgages, releases,satisfactions and agency agreements; (b) to appoint,in writing,one or more persons for any or all of the purposes mentioned in the preceding paragraph(a), including affixing the seal of the Corporation. Article lit, Officers, Section 3.11, Facsimile Signatures. The signature of any officer authorized by the Corporation to sign any bonds, guarantees, undertakings,recognizances,stipulations,powers of attorney or revocations of any powers of attorney and policies of insurance issued by the Corporation may be printed, facsimile, lithographed or otherwise produced. In addition, if and as authorized by the Board of Directors, dividend warrants or checks, or other numerous instruments similar to one another in form, may be signed by the facsimile signature or signatures, lithographed or otherwise produced, of such officer or officers of the Corporation as from time to time may be authorized to sign such instruments on behalf of the Corporation. The Corporation may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Corporation,notwithstanding the fact that he may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, United States Fire Insurance Company has caused these presents to be signed and attested by its appropriate officer and its corporate seal hereunto affixed this 101h day of March,2016. UNITED STATER FIRE.INRIfRANCE COMPANY e Anthony R.Slimowicz,Executive Vice President State of New Jersey) County of Morris } On this 10rh day of March 2016, before me, a Notary public of the State of New Jersey, came the above named officer of United States Fire Insurance Company,to me personally known to be the individual and officer described herein,and acknowledged that he executed the foregoing instrument and affixed the seal of United States Fire Insurance Company thereto by the authority of his office. r / SONIASCALA � J_.Xlu-c. /�Gl--'`/6-_ NOTARY PUBLIC OF NEW.IERSEY Sonia Scala (Notary Public) MY COMMISSION EXPIRES3/25/2019 I,the undersigned officer of United States Fire Insurance Company,a Delaware corporation,do hereby certify that the original Power of Attorney of which the foregoing is a full,true and correct copy is still in force and effect and has not been revoked. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the corporate seal of United States Fire Insurance Company on thr,4`h day of May 2020 UNITED STATES FIRE INSURANCE COMPANY 1 AI Wright,Senior Vice President CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California ) County of LOS ANGELES ) On 05/04/2020 before me, PHILIP VEGA, NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared Kevin Vega,Attorney-in-Fact Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the persons whose name( is/arm subscribed to the within instrument and acknowledged to me that he/sire/fh1sy executed the same in his/h5r✓thsir authorized capacity(tes) and that by his/hem/�he signature(',on the instrument the person(,s1, 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. o.r pH ILIP—VEGA WITNESS my hand and official seal. a Comm.# 2152121 1p. NOTARY PUBLIC-CALIFORNIA r, u1 r Los ANGELES COUNTY Signature � q��,a n; MY COMM.ExP,MAY 31.212(i � .----�r S' e 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: ©2014 National Notary Association - www.NationalNotary.org - 1-800-US NOTARY(1-800-876-6827) Item#5907 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 �:���✓��d�C } On s - q - '2-0 before me, �G. � C�S�w �o G.C;t(.w ►��, ere insert name an -title of the officer) personally appeared C� �� 1►-c� - , who proved to me on the basis of satisfactory evidence to be the person(sj whose name(s7yis/ate-subscribed to the within instrument and acknowledged to me that he/sloe/they executed the same in his/#edtheir authorized capacity(ies), and that by his/1-ter/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. JAVIER CASTRO GONZAM WITNESS m hand and official seal. y � CorinR*;sion No. 228146e NOTARY.PUkJC•CALIFORNIA RIVERSIDE COUNTY My Comm.Expires MARCH 17,2023 Notarg,11rublic 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/they,—is/afe)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 Securely attach this document to the signed document with a staple. oA- � o � o -- a W J N W W W F- W W N Z W W C Q O 0 o M N m Lli u 3 v 0 o a O O � w ?J cc J N U. F" Z � 0 = W ' FF-- c%1 U Q uj V U U W Q N W W co > Z CO = W O \' tn N W F- N = o z LU u N Z W Q z O W LL f- 0 0 CC U u LU J W 02 , 3 �5 zw , ( - m . 5 / . . f� ¢ » \ / / / . - k S rn � ... m � r4 _^ } m V) k dtR00 m \Q -- 14 � � < 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 12, 2020 Caliba, Inc. 10581 Chestnut Ave. Stanton, CA 90680 RE: Sunset Beach Water Main Project Various Locations from Anderson St. to Warner Ave.—CC No. 1435 Enclosed please find your original bid bond for CC-1435. Sincerely, 7i6�¢ Robin Estanislau, CMC City Clerk RE:ds Enclosure Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand SECTION C PROPOSAL for the construction of SUNSET BEACH WATER MAIN PROJECT VARIOUS LOCATIONS FROM ANDERSON STREET TO WARNER AVENUE CC No. 1435 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 170 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award,BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid,find BID BOND in the amount of 10% which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for_% ", as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's Signature 01 04/27/2020 LEN OTHMAN-PRESIDENT 02 05/01/2020 ALLEN OTHMAN-PRESIDENT �S�D`/ lozo AGtE�' e".,VA I — NT C-2 SECTION C PROJECT BID SCHEDULE A SUNSET BEACH WATER MAIN PROJECT, CC 1435 5TH STREET, 7TH STREET, L OTH STREET, 19TH STREET, AND 22ND STREET FROM NORTH PACIFIC TO SOUTH PACIFIC AVENUE BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 51h Street, 71h Street, 10th Street, 19th Street and 22"d Street 1 Mobilization and Setup 1 LS $3. lipe' $ iS,000 2 Demobilization & Cleanup 1 LS $ S $ 3 Furnish Traffic Control in accordance with the City of Huntington Beach requirements, complete and in place. 1 LS $al $ 4 Replace Signing and Striping per plan notes (G-003). 1 LS 5th Street (Drawings C-101 and C-208) 5 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 100 LF $-21 t-0 6 Furnish and install temporary blow- off, including fittings, thrust blocks for testing and disinfection. 2 EA $ �� $ 7 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ 3,k00 $ ), APO 8 Construct AC grind and overlay replacement as shown on these plans (C-208), complete and in place. 2,900 SF $ $,23260 9 Adjust existing manhole to grade. 1 EA $R40 $-2'L-MV 10 Adjust water valve cover to grade. 5 EA $ ?0 $24�D 7th Street(Drawing C-101) 11 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 100 LF $ 1 $ Aap C-2.1 SECTION C PROJECT BID SCHEDULE A SUNSET BEACH WATER MAIN PROJECT, CC 1435 5TH STREET, 7TH STREET, LOTH STREET, 19TH STREET, AND 22ND STREET FROM NORTH PACIFIC TO SOUTH PACIFIC AVENUE Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 12 Remove and salvage existing fire hydrant. Construct new fire hydrant assembly, including furnishing and installing new buried pipe, valve and appurtenances. 1 EA sL?,.-X1 $ 13 Furnish and install temporary blow- off, including fittings, thrust blocks for testing and disinfection. 2 EA $ OW $ GY9 14 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $�, kc ' $ 5,1 SOD Remove and dispose of existing 15 cross gutter and construct new cross concrete gutter as shown on these plans, complete and in place. 90 SF $ 1011 Street (Drawing C-102) 16 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 96 LF $j 17 Furnish and install temporary blow- off, including fittings, thrust blocks for testing and disinfection. 2 EA $z m $ �� 18 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ A7 19' Street (Drawing C-103) 19 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 88 LF $3�� $ 20 Furnish and install temporary blow- off, including fittings, thrust blocks for testing and disinfection. 2 EA $ ,t $ � C-2.2 SECTION C PROJECT BID SCHEDULE A SUNSET BEACH WATER MAIN PROJECT, CC 1435 ST" STREET, 7T" STREET, IOT" STREET, 19T" STREET, AND 22ND STREET FROM NORTH PACIFIC TO SOUTH PACIFIC AVENUE Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 21 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ fop $ 3i kiv 22nd Street(Drawing C-103) 23 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, �L 2 fittings, and appurtenances. 88 LF $3[�� $ 24 Furnish and install temporary blow- off, including fittings, thrust blocks �l for testing and disinfection. 2 EA $2Z C $ 25 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $_3,�� $ SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE A $ P2 ZZD SUB-TOTAL BID AMOUNT IN WORDS: �Wr hur��rro� ii�/j rcrq,7 !an�Ik<� r•� ��4�/�G�7 Note: Refer to Section 7, Measure and Payment for description of each Item on Bid Schedule. C-2.3 SECTION C PROJECT BID SCHEDULE B SUNSET BEACH WATER MAIN PROJECT, CC 143.5 24TE{ STREET (DRAWINGS C-105 & C-202) BID ITEMS Item No. Description Quantity Unit Unit Total Cost Cost (Extension) 1 Mobilization and Setup 1 LS 2 Demobilization & Cleanup 1 LS $ $ CnrZ`� 3 Furnish Traffic Control in accordance with the City of Huntington Beach and Caltrans requirements, complete and in place. 1 LS $ $ 1-fd 4 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 314 LF $ $ 113, DyO 5 Furnish and install 12-inch PVC water main (Caltrans ROW) including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 78 LF $ 1,f�� $ 2 1, 6--,YD. 6 Furnish and install 6-inch x 12-inch Ductile Iron Cross 1 EA $ $ 121 Md 7 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 3 EA $ (i D07) 8 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ �� � $ 'OD 9 Remove and re-construct sidewalk, including all labor, equipment, materials, as shown on these plans, completed and in place. 200 SF $ $ 10 Construct concrete curb and gutter as shown on these plans, complete and in place. 12 LF $ �� $ 11 Construct AC grind and overlay replacement, including all labor, equipment, and materials, as shown on these plans (C-202), complete and in place. 9,152 SF $ ` $ C-2.4 SECTION C PROJECT BID SCHEDULE. B SUNSET BEACH WATER MAIN PROJECT, CC 1435 24T" STREET (DRAWINGS C-105 & C-202) Item No. Description Quantity Unit Unit Total Cost Cost (Extension) 12 Adjust all water valve covers, drains, cleanouts, manholes, electrical, telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans (C-202), complete and in place. 1 LS $ $ 13 Remove and replace landscaping 1 LS $ $ 14 Replace Signing and Striping per plan notes (G-003). 1 LS $ ��� $ sis� SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE B $ '3191 Cry6 ' SUB-TOTAL BID AMOUNT IN WORDS: J7 rye hmhyd (Vote: Refer to Section 7, Measure and Payment for description of each Item on Bid Schedule. C-2.5 SECTION C PROJECT BID SCHEDULE C (revised 4/27/20 Addendum No. 1) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 12 STREET (DRAWING C-106) & CUT-IN VALVES IN PACIFIC COAST HWY (DRAWING C-112) BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) Alley North of 12th Street and Cut-in Valves in Pacific Coast Hwy 1 Mobilization and Setup 1 LS $ $ Z4_175D 2 Demobilization & Cleanup 1 LS $� $ 3 Furnish Traffic Control in accordance with the City of Huntington Beach and Caltrans requirements, complete and in place. 1 LS $ /lo �� /6/, $ 'tm Alley North of 12th Street (Drawings C-106) 4 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 17 LF $ J6- $ �' 120 5 Furnish and install 12-inch PVC water main (Caltrans ROW) including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 80 LF $ �'L' $ 3VI�4a 6 Construct new fire hydrant assembly, including furnishing and installing new buried pipe, valve and appurtenances. 1 EA $ �i ' $ 7 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 2 EA $�i $ 8 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ y42L $ 9 Remove existing and construct new curb, gutter, and median as shown on these plans, complete and in place. 1 LS $ 10 Replace Signing and Striping per plan notes (G-003). 1 LS $ 3�� $ ADDENDUM NO. 1 C-2.6 SECTION C PROJECT BID SCHEDULE C (revised 4/27/20 Addendum No. 1) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 12 STREET (DRAWING C-106) & CUT-IN VALVES IN PACIFIC COAST HWY (DRAWING C-112) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) Cut-In Valves in Pacific Coast Hwy (C-1 12) 11 Furnish and install 8-inch Gate Valve (Caltrans ROW) including potholing, piping, fittings as shown on these plans, ZS D� complete in place. 2 EA $ $ i 12 Inverted Siphon, Refer to Sheet 11, Addendum No.1, including all 45 degree bends, hardware, thrust blocks, pipe, excavation, backfill, dewatering, removal of excess earth material, surface repair, complete and in place. 1 EA $ �/S-0 $ i SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE C $ 153�, to 2,0. tv SUB-TOTAL BID AMOUNT IN WORDS: ale `i wel"rw �'a /h�e u�tir+v/ J:k lju��rro/ / r.�fjt do/%y Note: Refer to Section 7, Measure and Payment for description of each Item on Bid Schedule. Note: Addendum No.1, revised the quantity in bid item No. 5, and created a new bid item No. 12. ADDENDUM NO. 1 C-2.7 SECTION C PROJECT BID SCHEDULE D (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 26TH STREET (DRAWINGS C-107 & C-205) BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 1 Mobilization and Setup 1 LS $1U10X) $ LS Oyy 2 Demobilization & Cleanup 1 LS $_: i LT'o $ C7M 3 Furnish Traffic Control in accordance with the City of Huntington requirements, complete and in place. 1 LS $A/�W $ 4 Conduct preconstruction of existing survey homes and street as required by the Contract Documents, including preparation and submission of all required reports, videos and photographs. 1 LS $ SCE $ Sim 5 Furnish and install 6-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 180 LF $ 22-0 $ 6 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 1 EA $ ZM $ a/ 7 Construct new 4-inch Blow-off Assembly, including furnish and installing new buried pipe, valve and appurtenances. 1 EA $ OX $ 8 Furnish and install 1-inch polyethylene coated copper tube water service, including pipe fittings, valves, and connection to existing water meter assembly. 6 EA $ 00 $ �si �6V 9 Construct temporary below grade water 2-inch service and connect to existing water meters including temporary 2-inch hot tap to existing 6-inch Asbestos Cement pipeline. 1 LS $ AL OM $ OAD ADDENDUM NO.2 C-2.8 SECTION C PROJECT BID SCHEDULE D (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 26TH STREET (DRAWINGS C-107 & C-205) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 10 Remove and cap temporary 2-inch connection to existing 6-inch AC pipeline. 1 EA $ i M $ Ji DM 11 Cut, cap, and abandon existing waterline and appurtenances and legally dispose of existing Asbestos Cement pipeline. 1 LS $1G $ y 12 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $3, $ 13 Construct new alley concrete gutter as shown on these plans (C-205), complete �/ and in place. 850 SF $ 1�) $ .�I/ow 14 Construct AC pavement replacement, including all labor, equipment, and materials, as shown on these plans (C- 205), complete and in place. 78 TONS $ �� $.>B/S� 16 Construct base replacement, including all labor, equipment, and materials, as shown on these plans (C-205), complete Cu and in place. 58 YDS $ $ 7 i 16 Furnish and Install Redwood Header. 8 LF $ $ 12-0 17 Adjust existing water meter to grade. 6 EA $ -�VD $ 2, � 18 Adjust water valve cover to grade. 2 EA $ ,T0 $ /i 00D 19 Adjust cleanouts, sewer cover, drain, electrical, telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans (C-205), complete and in place. 1 LS $ ; M $ o7 00 20 Install Temporary "Parking By Permit Only" signs along Greenbelt on North and South Pacific Avenue. 2 EA $ 0 $ 1'0 21 Replace Signing and Striping per plan notes (G-003). 1 LS ADDENDUM NO.2 C-2.9 SECTION C PROJECT BID SCHEDULE D (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 26TH STREET (DRAWINGS C-107 & C-205) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 22 Remove and salvage existing (wharf) fire hydrant including removing valves and abandoning lateral in place. 1 EA $ Si f $ S RIP i SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE D $ J S3z 720 SUB-TOTAL BID AMOUNT IN WORDS: &J 41?-t f�' "( ell /ter- Note: Refer to Section 7, Measure and Payment for description of each Item on Bid Schedule. Note: Addendum No.2, Revised Bid Item No. 8 to polyethylene coated copper tube water services. ADDENDUM NO.2 C-2.10 SECTION C PROJECT BID SCHEDULE E (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 25TH STREET (DRAWINGS C-108 & C-204) BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 1 Mobilization and Setup 1 LS $2J,, $ 1 S/�" 2 Demobilization & Cleanup 1 LS $ $ 3 Furnish Traffic Control in accordance with the City of Huntington requirements, complete and in place. 1 LS $ $ 4 Conduct preconstruction of existing survey homes and street as required by the Contract Documents, including preparation and submission of all required reports, videos and photographs. 1 LS $,3, $ 3i 5 Furnish and install 6-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 221 LF $ 22P $ 6 Remove existing 10-inch tee, replace with 10-inch diameter DR 14 PVC AWWA C900 pipeline, and 10-inch DI gate valve. 1 LS $12, P� $ 121 0—'o 7 Abandon existing 10-inch Asbestos Cement pipeline in place and plug ends. 1 LS $ $ J TM 8 Furnish and install temporary blow-off, including fittings, thrust blocks for testing y and disinfection. 2 EA $ a�/ $ 9 Furnish and install 1-inch polyethylene coated copper tube water service, including pipe fittings, valves, and connection to existing water meter assembly. 14 EA $ �71�AfV $3 �� 10 Construct temporary below grade water 2-inch service and connect to existing water meters including temporary 2-inch hot tap to existing 6-inch Asbestos Cement zl Cement pipeline. 1 LS , $j 1 ADDENDUM NO.2 C-2.11 SECTION C PROJECT BID SCHEDULE E (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 25TH STREET (DRAWINGS C-108 & C-204) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 11 Remove and cap temporary 2-inch hot tap connection to existing 6-inch AC pipeline. 1 EA $ $ J, 12 Cut, cap, and abandon existing waterline and appurtenances and legally dispose of existing Asbestos Cement pipeline. 1 LS $_ $ 13 Chlorination and testing of all new water main and appurtenances, complete and 2 in place. 1 LS $ $ A, 14 Construct new alley concrete gutter as shown on these plans (C-205), complete and in place. 870 SF $ $ 15 Slurry seal street, including all labor, equipment, and materials, as shown on these plans (C-204), complete and in place. 130 SF $ $ 16 Construct AC pavement replacement, including all labor, equipment, and materials, as shown on these plans (C- 205), complete and in place. 91 TONS $ 7TO $ IO�i 17 Construct base replacement, including all labor, equipment, and materials, as shown on these plans (C-205), complete CU 1�O/ and in place. 68 YDS $� $ -7 18 Furnish and Install Redwood Header. 30 LF $ 16' $ 19 Adjust existing water meter to grade. 14 EA $ -(7-V $ & MV 20 Adjust water valve cover to grade. 3 EA $ $ /,.VD 21 Adjust cleanouts, sewer cover, drain, electrical, telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans (C-205), complete and in place. 1 LS $ ARV $ 22 Remove existing concrete gutter. 360 SF $ $ _ ADDENDUM NO.2 C-2.12 SECTION C PROJECT BID SCHEDULE E (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 25T11 STREET (DRAWINGS C-108 & C-204) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 23 Install Temporary "Parking By Permit Only" signs along Greenbelt on North and South Pacific Avenue. 2 EA $yS-0p, $ /NWT 24 Replace Signing and Striping per plan notes (G-003). 1 LS $ �1 M) $ 'Sm SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE E $ (PAu ' SUB-TOTAL BID AMOUNT IN WORDS: Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. Note: Addendum No.2, Revised Bid Item No. 9 to polyethylene coated copper tube water services. ADDENDUM NO.2 C-2.13 SECTION C PROJECT BID SCHEDULE F (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 PARK AVENUE (DRAWINGS C-109 & C-203) BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 1 Mobilization and Setup 1 LS $ jMV $ X A0 2 Demobilization & Cleanup 1 LS $ om $ 07T 3 Furnish Traffic Control in accordance with the City of Huntington and Caltrans requirements, complete and in place. 1 LS $ 4 Conduct preconstruction of existing survey homes and street as required by the Contract Documents, including preparation and submission of all required reports, videos and photographs. 1 LS $ ;im $ 5 Furnish and install 6-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 266 LF $ 220 $5�f 5;20 6 Furnish and install 6-inch PVC water main (Caltrans ROM including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 25 LF $ $ 7 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 1 EA $ �i "Z� $ 8 Construct new 4-inch Blow-off Assembly, including furnish and installing new buried pipe, valve and l� appurtenances. 1 EA $ fig $ Sism 9 Furnish and install 1-inch polyethylene coated copper tube water service, including pipe fittings, valves, and connection to existing water meter 2 � Z� assembly. 10 EA $ $ i 10 Cut and cap existing 3-inch pipeline at valve including furnishing and installing the necessary appurtenances in place. 1 EA $�i ro" $ ADDENDUM NO.2 C-2.14 SECTION C PROJECT BID SCHEDULE F (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 PARK AVENUE (DRAWINGS C-109 & C-203) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 11 Cut, cap, and abandon existing waterline and appurtenances in place. 1 LS $ $ 12 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ t ftV $ 13 Construct new cross concrete gutter as shown on these plans (C-203), within Caltrans ROW, complete and in place. 160 SF $ r $ 14 Slurry seal street, including all labor, equipment, and materials, as shown on these plans (C-203), complete and in place. 5,800 2 15 Replace Signing and Striping per plan notes (G-003). 1 LS $� $ SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE F $ ��'�`, 1 � SUB-TOTAL BID AMOUNT IN WORDS: Pig/1 Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. Note: Addendum No.2, Revised Bid Item No. 9 to polyethylene coated copper tube water services. ADDENDUM NO.2 C-2.15 SECTION C PROJECT BID SCHEDULE G (revised 4/30/20 Addendum No. 2 SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 24T" STREET (DRAWINGS C-110 & C-206) BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 1 Mobilization and Setup 1 LS $ $ -. 2 Demobilization & Cleanup 1 LS $,L W $ Z;f 3 Furnish Traffic Control in accordance with the City of Huntington requirements, complete and in place. 1 LS $ $ 4 Conduct preconstruction of existing survey homes and street as required by the Contract Documents, including preparation and submission of all required reports, videos and photographs. 1 LS $J� $ 5 Furnish and install 6-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 190 LF $ 22 C1 $ 6 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 1 EA 7 Construct new 4-inch Blow-off Assembly, including furnish and installing new buried pipe, valve and appurtenances. 1 EA $ $ 8 Furnish and install 1-inch polyethylene coated copper tube water service, including pipe fittings, valves, and connection to existing water meter � assembly. 13 EA $2 $ J7/ , 5V 9 Remove and salvage existing (wharf)fire hydrant including removing valves and 1 �� abandoning lateral in place. 1 EA $7l $ 10 Construct temporary below grade water 2-inch service and connect to existing water meters including temporary 2-inch hot tap to existing 6-inch Asbestos Cement pipeline. 1 LS $ $ ADDENDUM NO.2 C-2.16 SECTION C PROJECT BID SCHEDULE G (revised 4/30/20 Addendum No.2 SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 24TH STREET (DRAWINGS C-110 & C-206) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 11 Remove and cap temporary 2-inch hot tap connection to existing 6-inch AC pipeline. 1 EA $ ? $ ,ji WD 12 Cut, cap, and abandon existing waterline and appurtenances and legally dispose of existing Asbestos Cement pipeline. 1 LS $19,FM $ 13 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ $ 14 Construct new alley concrete gutter as shown on these plans (C-205), complete and in place. 930 SF $ iL— $ 2-1 S5O 15 Construct AC pavement replacement, including all labor, equipment, and materials, as shown on these plans (C- 205), complete and in place. 80 TONS $ 7fo $ GD' 16 Construct base replacement, including all labor, equipment, and materials, as shown on these plans (C-205), complete Cu T $ // and in place. 60 YDS $ �O U (o 17 Furnish and Install Redwood Header. 51 LF $ IP $ 18 Adjust existing water meter to grade. 13 EA $ J-OV $ 19 Adjust water valve cover to grade. 2 EA $ S0 $� 20 Adjust cleanouts, sewer cover, drain, electrical, telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans (C-205), complete and in place. 1 LS $ $ 21 Install Temporary "Parking By Permit Only" signs along Greenbelt on North and South Pacific Avenue. 2 EA $ J7,0 $ 22 Replace Signing and Striping per plan notes (G-003). 1 LS $ $ /f ADDENDUM NO.2 C-2.17 SECTION C PROJECT BID SCHEDULE G (revised 4/30/20 Addendum No. 2 SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 24TH STREET (DRAWINGS C-110 & C-206) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE G $ SUB-TOTAL BID AMOUNT IN WORDS: `fCv*,7 L f ne/ P-I r-1I X./i Note: Refer to Section 7, Measure and Payment for description of each Item on Bid Schedule. Note: Addendum No.2, Revised Bid Item No. 8 to polyethylene coated copper tube water services. ADDENDUM NO.2 C-2.18 SECTION C PROJECT BID SCHEDULE H (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY BETWEEN 12TH & 13TH AND PECAN & ACACIA (DRAWINGS C-111 & C-207) BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 1 Mobilization and Setup 1 LS $' y0 $ 22 2 Demobilization & Cleanup 1 LS $j,M) $'�, ) 3 Furnish Traffic Control in accordance with the City of Huntington requirements, complete and in place. 1 LS $ $ 4 Conduct preconstruction of existing survey homes and street as required by the Contract Documents, including preparation and submission of all required reports, � � videos and photographs. 1 LS $ $-/-�- v 5 Furnish and install 6-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 421 LF $ $ Z rO 6 Furnish and install 6-inch gate valve 1 EA $ 7,TV-0 $- 7 Remove and salvage existing fire hydrant including removingvalves and abandoning / D(p0 lateral in lace. 1 EA $ $ g Construct new fire hydrant assembly, including furnishing and installing new buried pipe, valve and appurtenances. 1 EA All� 9 Furnish and install 1-inch polyethylene coated copper tube water service, including pipe fittings, valves, and connection to 2 existing water meter assembly. 1 EA $ $ 3,M 10 Furnish and install temporary blow-off, including fittings, thrust blocks for testing - and disinfection. 2 EA $ $ 7 11 Furnish and install 1-inch polyethylene coated copper tube water service, including pipe fittings, valves, and connection to Z existing water meter assembly. 23 EA $ 29V $ / 12 Cut, cap, and abandon existing waterline and appurtenances in place. 1 LS $ $ jaJ ADDENDUM NO.2 C-2.19 SECTION C PROJECT BID SCHEDULE H (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY BETWEEN 12TH & 13TH AND PECAN & ACACIA(DRAWINGS C-1II & C-207) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 13 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ $ �i Jz 14 Construct new alley concrete gutter as shown on these plans (C-207), complete �" and in place. 955 SF $ cf $ 0?7 i3D 15 Construct alley approach, including all labor, equipment, materials, as shown on these plans (C-207), completed and in place. 3 EA $ $ 16 Construct AC pavement replacement, including all labor, equipment, and materials, as shown on these plans(C-205), complete / 2 and in place. 155 TONS $ mil r/ $ 17 Construct base replacement, including all labor, equipment, and materials, as shown on these plans (C-205), complete and in CU / place. 114 YDS $ $ Cf/ 18 Furnish and Install Redwood Header. 20 LF $ $ .260 19 Adjust existing water meter to grade. 23 EA $ e $ , 20 Adjust water valve cover to grade. 3 EA $ TOO $ 21 Adjust cleanouts, sewer cover, drain, electrical, telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans (C-205), complete and in place. 1 LS $P $1im m 22 Replace Signing and Striping per plan notes (G-003). 1 LS $ $ 2 SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE H $ 60 SUB-TOTAL BID AMOUNT IN WORDS: c ef0-2)j 1711,-,e Azrs94w crlk he hC�Afo( Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. Note: Addendum No.2, Revised Bid Item No. 9&11 to polyethylene coated copper tube water services. ADDENDUM NO.2 C-2.20 SECTION C PROJECT BID SCHEDULE I SUNSET BEACH WATER MAIN PROJECT, CC 1435 SURVEY MONUMENT PRESERVATION (APPENDIX Q) AND SEWER HOUSE LATERAL REMODELING BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) Reset or Re-establish Survey 1 Monuments per Requirements described in Appendix Q of Contract Documents. 16 EA $ $ Remodel existing sewer house 2 connection laterals conflicting with proposed waterline. 20 EA $ 2E LI-D SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE I $ SUB-TOTAL BID AMOUNT IN WORDS: h�l/?C��l/ Note: 1) Refer to Section 7, Measure and Payment for description of each Item on Bid Schedule. 2) Bid Item No. 2 - The exact quantity and location of sewer house connection laterals are unknown. If the actual quantity does not comply with the 2018 Green Book quantity percentage requirements, the City reserves the right to renegotiate unit cost for this bid item. Sewer house lateral remodeling bid items include the following streets listed below: i) Alley North of 26th Street ii) Alley North of 25th Street iii) Park Avenue iv) Alley North of 24th Street v) Alley Between 12th, 13th, Pecan and Acacia Streets C-2.21 SECTION C PROJECT BID SCHEDULE TOTALS Sunset Beach Water Main Project Various Locations Cash Contract No. 1435 SUB-TOTAL BID SCHEDULE A $ 22 2 SUB-TOTAL BID SCHEDULE B $ 2/q/ SUB-TOTAL BID SCHEDULE C $ IZ- , ZO SUB-TOTAL BID SCHEDULE D $ 3 r SUB-TOTAL BID SCHEDULE E $ SUB-TOTAL BID SCHEDULE F $ SUB-TOTAL BID SCHEDULE G $ �7��/ 2� Oi9 SUB-TOTAL BID SCHEDULE H $ SUB-TOTAL BID SCHEDULE 1 $ 290/ Mz) j0 TOTAL BID AMOUT, BASIS OF AWARD (Schedules A — I) 3i '�?' a// TOTAL BID AMOUT, BASIS OF AWARD IN WORDS: r�jrtr' *1D hc�nW4_,_dW J-fPi-2 DAP f0OZ1111-1r)� Notes: All extensions of unit prices will be subject to verification by Owner. In case of a verification between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.22 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 k ass C- A ia'r t Y. A VeNfcq OPP 3f,co, V/6 44 749�O By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 04129/20, at STANTON ,CA_ Date City State ALLEN OTHMAN , being first duly sworn, deposes and says that he or she is PRESIDENT of CALIBA INC. the party malting 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. CALIBA INC. Name of Bidder ,Ef Z--� S na re of Bidder ALLEN OTHMAN-PRESIDENT 10581 CHESTNUT AVE., STANTON, CA 90680 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 SUNSET BEACH WATER MAIN PROJECT, VARIOUS LOCATION FROM ANDERSON STREET TO WARNER AVENUE, CC NO. 1435, (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. CALIBA INC. Contractor BY ALLEN OTHMAN PRESIDENT Title Date: 04/29/2020 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. NOT APPLICABLE Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code,each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. CALIBA INC. Contractor By ALLEN OTHMAN PRESIDENT Title Date: 04/29/2020 C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: CALIBA INC. Bidder Name 10581 CHESTNUT AVENUE Business Address STANTON CA 90680 City, State Zip ( 714 ) 886-2887 BIDDING@CALIBAINC.COM Telephone Number Email Address 657694 - A, B, C-10, C-36 State Contractor's License No. and Class 10/29/1992 Original Date Issued 06/30/2021 Expiration Date The work site was inspected by NOT APPLICABLE of our office on NOT APPLICABLE 202_. The following are persons, firms, and corporations having a principal interest in this proposal: CALIBA INC, -ALLEN OTHMAN - PRESIDENT 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. CALIBA INC. Company Name Signature of Bidder ALLEN OTHMAN - PRESIDENT Printed or Typed Signature C-8 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California 1 County of J} On 1� r�12192 before me, cA I 'Clj-()f&ti A , r ,J Dote � 'Here insert Name end Title of the fiicer T C2p personally appealed All to Nome(s) of Signer(s) who proved to me on the basis of satisfactory evidence o be thepersonjA whose name is re subscribed to the within instrument and acknowledged to me that 4tt*6y execbted the same in i bar/their authorized capacity(o, and that by his/her/their signs ure.( on the instrument the personK, or the entity upon behalf of which the personXacted, executed the instrument. I certify under PENALTY OF PERJURY under the HAIDY ADOSALAMA laws of the State of California that the foregoing ara ra h Notary Public-California P 9 P is true and correct s _ Orange County commission 0 2270465 WITNESS-my hand and official seal. My Comm.Expires Dec 10,2022 Signature Place Notary Sea!and/or Stomp Above Signature of Notary Public 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 of Conservator ❑ Trustee ❑ Guardian of Conservator ❑ Other. ❑ Other: Signer is Representing: Signer is Representing: 02017 National Notary Association Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of potable water pipelines within the public right of way, working within major arterials, streets and alleys and in close proximity to other existing underground utilities, and in area containing high ground water. The area Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. 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 STANTON 7800 KATELLA AVENUE, STANTON, CA 90680 Name and Address of Public Agency Name and Telephone No. of Project Manager: ALAN RIGG-714-890-4203 $9,645,432.22 STANTON CENTRAL PARK 06/24/2016 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Renovation of two community center building 2500 SQFT, previously elementary school classrooms, and restroom building 2300 SQFT. New construction three legal size grass soccer fields one baseball field with protection fence, a skatepark and a o playground areas with a complete apparatus 2. COUNTY SANITATION DISTRICT NO.2 OF LOS ANGELES COUNTY Name and Address of Public Agency Name and Telephone No. of Project Manager: IGNACIO MURILLO-562-908-4288 (AS A SUBCONTRACTOR) PARTIAL OF$31,077,733 PLUMBING AND UNDERGROUND UTILITIES 12/18/2015 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: Construction of an intermodal facility railroad yard, railroad track and other track materials in the intermodal yard, railroad bridges, public at-yard railroad crossing, construction of cantilever and - - , roads, pavemei drainage systems, administration and maintenance huilding,electrical work and duct hanks earthwork, piping, and ancillary support facilities. 3. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Provide additional project description to show similar work: C-10 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1. JONATHAN KLIORA- PROJECT MANAGER Name of proposed Project Manager Telephone No. of proposed Project Manager: 714-886-2887 METRO LINK SCRRA,TRAIN CONTROL&OPERATIONS SUPPORT FACILITY Project Name & Contract Amount Type of Work Date Completed CITY OF ANAHEIM , WATER RECLAMTION DEMONSTRUCTION PLANT Project Name & Contract Amount Type of Work Date Completed OMNITRANS VMF, (CNG)VEHICLE MAINTENANCE FUELING FACILITY Project Name & Contract Amount Type of Work Date Completed 2. JESSE AGUSTIN-SUPERINTENDENT Name of proposed Superintendent Telephone No. of proposed Superintendent: 714-886-2887 METROLINK POMONA(TCSOF)TRAIN CONTROL SUPPOORT OPERATIONS FACULTY Project Name & Contract Amount Type of Work Date Completed CITY OF COSTA MESA POLICE STATION RENOVATION AND NEW FACILITIES Project Name & Contract Amount Type of Work Date Completed OMNITRANS PROJECT- MODIFICATION TO MAINTENANCE FACILITY AND DEVELOPMENT OF NEW BUS WASH AND FUELING STATIONS AS WELL AS SUPPORT FACILITY FOR THE SBX PROJECT. 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:Hefiling.dir.ca.gov/PWCR/ActionServlet?action--displayP WCRegistrationForm DIR's Contractor Registration searchable database: https:Hefiling.dir.ca.gov/PWCRJSearch.action I am aware and will comply with the provisions of Labor Code Section 1771.1(a) which states: "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the 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. CALIBA INC. Contractor 577 By ALLEN OTHMAN BIDDING(a)CALIBAINC.COM Email PRESIDENT Title Date: 04/29/2020 PWC Registration #: 1000041461 C-12 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For Sunset Beach Water Main Project at Various Locations, CC1435 April 27, 2020 Notice to All Bidders: 1) Delete "Section F—Supplement to the Special Provisions" identified in the Table of Contents. This section has been deleted from the specifications. 2) Add Section C and Section D in the Specifications under Section 7 — Measurement and Payment, 7-3.2, Bid Item Description for the following items: Add Section C to "Remove and Dispose of Existing Concrete Gutter', page E-27: C. This item includes saw cutting, removing, hauling, and disposing existing pavement section. Add Section C and Section D to "Asphalt Pavement Replacement Section", page E-27: C. This item includes saw cutting, removing, hauling, and disposing of existing pavement section and pavement fabric, if present, to the subgrade elevations indicated on the plans as required to construct the new improvements. D. This item provides pavement for both the base course (thickness varies) and a 1 '/2 inch finish course of AC pavement. Add Section C to "Base Replacement, page E-27": C. This item includes saw cutting, removing, hauling, and disposing existing pavement section." 3) Amend Sheet 11 of 35, Drawing C-106, of the Approved Plans per the attached "Revision 1" to modify the pipeline profile to include a 12-inch inverted siphon assembly. 4) Replace Bid Schedule C, pages C-2.6 and C-2.7, with attached "Bid Schedule C (revised 4/27/20 Addendum No. 1)" to modify the following Bid Items: a. Reduce quantity of Bid Item No. 5 from 105 LF to 80 LF. b. Add Bid Item No. 12 to include 12-inch Inverted Siphon Assembly. 1 of 21 Addendum No. 1 The bid opening date has not changed and will be May 5, 2020 at 10:00 AM. This is to acknowledge receipt and review of Addendum Number One, dated April 27, 2020. CALIBA INC. ALLEN OTHMAN - PRESIDENT Company Name By 04/29/2020 Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Lili Hernandez at (714) 374- 5386. 2 of 21 Addendum No. 1 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER TWO For Sunset Beach Water Main Project at Various Locations, CC1435 April 30, 2020 Notice to All Bidders: 1) Replace the following Bid Schedules listed below with attached revised Bid Schedules dated 04/30/20 to change water service material from "polyethylene water service"to "polyethylene plastic coated copper tube water service" per City Specifications 02510.8: A. Bid Schedule D, pages C-2.8 to C-2.10, Bid Item No. 8. B. Bid Schedule E, pages C-2.11 to C-2.13, Bid Item No. 9. C. Bid Schedule F, pages C-2.14 to C-2.15, Bid Item No. 9. D. Bid Schedule G, pages C-2.17 to C-2.18, Bid Item No. 8. E. Bid Schedule H, pages C-2.19 to C-2.20, Bid Item No. 9 & 11. The bid opening date has not changed and will be May 5, 2020 at 10:00 AM. This is to acknowledge receipt and review of Addendum Number Two, dated April 30, 2020. CALIBA INC. Company Name By ALLEN OTHMAN-PRESI NT MAY 1, 2020 Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Lili Hernandez at (714) 374- 5386. 1 of 11 Addendum No. 2 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER THREE For Sunset Beach Water Main Project at Various Locations, CC1435 May 4, 2020 Notice to All Bidders: Please note the following clarification to the Contract Documents and Project Specifications: 1) Section Al, page A-ix, and Section B, page B-1, of the Project Specifications: Due to the COVID-19 pandemic, hand delivered bids will only be accepted between the hours of 9:00 AM and 10:00 AM, immediately outside of City Hall Civic Center entrance, on the day of bid opening. Bids will be publicly opened in the same area to allow for social distancing. It is advised that bidders arrive earlier than normal to deliver bids and allow for additional bid processing and acceptance times due to the safety measures described above. The bid opening date has not changed and will be May 5, 2020 at 10:00 AM. This is to acknowledge receipt and review of Addendum Number Three, dated May 4, 2020. CALIBA INC. Company Name By ALLEN oTHMAN-PRESIDENT 05/04/2020 Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Lili Hernandez at(714) 374- 5386. 1 of 11 Addendum No. 3 { Document A310 TM - 2010 Conforms with The American Institute of Architects AIA Document 310 Bid Bond CONTRACTOR: SURETY: (Name,legal status and address) (Name,legal status and principal place c f bmine s) United States Fire Insurance Company Caliba, Inc. 305 Madison Avenue Morristown, NJ 07962 This document has important 10581 Chestnut Avenue legal consequences.Consultation Stanton, CA 90680 Mailing Address for Notices with an attorney is encouraged 305 Madison Avenue with respect to its completion or OWNER: modification. (Nan►e.legal statusandaddress) Morristown, NJ 07962 Any singular reference to City f Huntington Beach Contractor,Surety.Owner or y o g other party shall be considered 2000 Main Street plural where applicable. Huntington Beach, CA 92648 BOND AMOUNT: 10% Ten Percent of Amount Bid PROJECT: (Name.location or address and Pr oject number,if a►q} Sunset Beach Water Main Project Various Locations CC No. 1435 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 die bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project mid otherwise acceptable to the Ouver,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 diti'erence,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perlimtt the work covered by said bid,then this obligation shall be null and void,otherwise to remain in lidl lbree and ellbct.The Surety hereby waives any notice of un 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 lbr acceptance ol'bids speciled in the bid documents,and the Owner and Contractor shall obtain the Surety's consent liar an extension beyond sixty(fib)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the tenn Contractor in this Bond shall be doomed to be Subcontractor and file term Owner shall be deemed to be Contractor. When this Dond has been t'urnished to comply with a statutory or other legal requirement in the location of the project any provision in this ilond conflicting with said statutory or legal requirement shall be deemed deleted heretiom and provisions conRmning to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common lacy bond. Signed and scaled this 29th day of April, 2020. Caliba, Inc. (Principal) (Seal) (fitness) By: (?'tile) ALL C- United States Fire Insurance Company �� ltiureiil !Seal) V,1'fl�n41I1My� (fihrewtiy �'00 INS °0F By (Tn1e)C.K. Nakamura Attorney-.in-Fact S•0054/AS 8/10 4P *''•'.•., •'t 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 ) ss County of Los Angeles ) On rAPR 2 9 2020 , before me, Lisa L. Thornton, Notary Public, personally appeared C.K. Nakamura , who proved to me on the basis of satisfactory evidence to be the persons} whose names} isAw-e subscribed to the within instrument and acknowledged to me that he, sheAhey executed the same in 4i4her{4eif authorized capacity(kes}, and that by his�herAhei signatures on the instrument the person{, or the entity upon behalf of which the personk4 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. LISA L.THORNTON Signat e: Notary Public-California ?�. i Seal �. ... r- Los Angeles County Lisa Th rnto , Notaqyublic ) > #r� J 2291872 Commission % Y- My Comm.Expires Jul 5,2023 POWER OF ATTORNEY UNITED STATES FIRE INSURANCE COMPANY PRINCIPAL OFFICE-MORRISTOWN,NEW JERSEY 01687411320 KNOW ALL MEN BY THESE PRESENTS:That United States Fire Insurance Company,a corporation duly organized and existing under the laws of the state of Delaware,has made,constituted and appointed,and does hereby make,constitute and appoint: C.K.Nakamura,Noemi Quiroz,Maria Pena, Tim M.Tomko,77ffany Coronado,Jessica Rosser,Natalie K Trofimof,, Lisa L. Thornton,Patricia S.Arana each,its true and lawful Attorney(s}In-Fact,with full power and authority hereby conferred in its name,place and stead,to execute,acknowledge and deliver:Any and all bonds and undertakings of surety and other documents that the ordinary course of surety business may require,and to bind United States Fire Insurance Company thereby as fully and to the same extent as if such bonds or undertakings had been duly executed and acknowledged by the regularly elected officers of United States Fire Insurance Company at its principal office,in amounts or penalties not exceeding:Seven Million,Five Hundred Thousand Dollars($7,500,000). This Power of Attorney limits the act of those named therein to the bonds and undertakings specifically named therein,and they have no authority to bind United States Fire Insurance Company except in the manner and to the extent therein stated. This Power of Attorney revokes all previous Powers of Attorney issued on behalf of the Attorneys-In-Fact named above and expires on January 31,2021. This Power of Attorney is granted pursuant to Article IV of the By-Laws of United States Fire Insurance Company as now in full force and effect,and consistent with Article III thereof,which Articles provide,in pertinent part: Article IV,Execution of Instruments-Except as the Board of Directors may authorize by resolution,the Chairman of the Board,President,any Vice-President, any Assistant Vice President,the Secretary,or any Assistant Secretary shall have power on behalf of the Corporation: (a) to execute,affix the corporate seal manually or by facsimile to,acknowledge,verify and deliver any contracts,obligations,instruments and documents whatsoever in connection with its business including,without limiting the foregoing,any bonds,guarantees,undertakings,recognizances,powers of attomey or revocations of any powers of attorney,stipulations,policies of insurance,deeds,leases,mortgages,releases,satisfactions and agency agreements; (b) to appoint, in writing,one or more persons for any or all of the purposes mentioned in the preceding paragraph(a),including affixing the seal of the Corporation. Article III, Officers, Section 3.11, Facsimile Signatures. The signature of any officer authorized by the Corporation to sign any bonds, guarantees, undertakings,recognizances,stipulations,powers of attorney or revocations of any powers of attorney and policies of insurance issued by the Corporation may be printed,facsimile,lithographed or otherwise produced. In addition,if and as authorized by the Board of Directors,dividend warrants or checks,or other numerous instruments similar to one another in form,may be signed by the facsimile signature or signatures,lithographed or otherwise produced,of such officer or officers of the Corporation as from time to time may be authorized to sign such instruments on behalf of the Corporation. The Corporation may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Corporation, notwithstanding the fact that he may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF,United States Fire Insurance Company has caused these presents to be signed and attested by its appropriate officer and its corporate seal hereunto affixed this 22"'day of August 2019. UNITED STATES FIRE INSURANCE COMPANY ON '. Anthony R.Slimowicz,Executive Vice President State of Pennsylvania } County of Philadelphia) On this 22"d day of August 2019, before me, a Notary public of the State of Pennsylvania, came the above named officer of United States Fire Insurance Company,to me personally known to be the individual and officer described herein,and acknowledged that he executed the foregoing instrument and affixed the seal of United States Fire Insurance Company thereto by the authority of his office. �Commonwealth of Pennsylvania—Notary Seal aJJA� Tamara Watkins,Notary Public Philadelphia County Tamara Watkins (Notary Public) My commission expires August 22,2023 Commission number 1348843 I,the undersigned officer of United States Fire Insurance Company,a Delaware corporation,do hereby certify that the original Power of Attorney of which the foregoing is a full,true and correct copy is still in force and effect and has not been revoked. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the corporate seal of United States Fire Insurance Company on the day of 20 UNITED STATES FIRE INSURANCE COMPANY 0 2 ,ii. i Il 6�o 1 I Al Wright,Senior Vice President 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 1 County of J} On �_L_y t-� before me, _}-t7c i �i,/ p •,li o % aanTi ALLIAi (J 6cte Mere Insert Name and Title of the fficer c personally appealed ALA OlAma_ri Nome(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the personXwhose name rr�eubscribed to the within instrument and zcknowle ed to me tha�d'i s /thy executed the same in i hsi'/t it authorized capacity, and that by is hcf/heir signafureon the instrument the person(s), or the entity upon behalf of which the person ac ed, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing aMy HAIDY ABOSALWA paragraph is true and correct Notary Public-California or�n3eCounry WITNESS-my hand and official seal.Commission N 2270465 Comm.Expires Dec 10,2022 Signature Ploce Notary Seal and/or Stamp Above Signature of Notary Public 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 ❑ Attomey in Fact ❑ Trustee ❑ Guardian of Conservator ❑ Trustee ❑ Guardian of Conservator ❑ Other. ❑ Other: Signer is Representing: Signer is Representing: ©2017 National Notary Association � `Yy, _ x�'. .,,�'�'�,x-.":41+ s� ak. { x•� rn- T �., �.�z' .n � a` rz e� ,•s r � ,?�, .� x "',�>F �• m�.�� "J" � '{�"v�r` ,.'§'a �^'xF' €�?.�.�ga '�.` ;'p�^ �k.„�I ,,E,u .�.,.. �..}k � � a 'z " '{r �.a s r5 � € � ro' ,;:. � ` f � ,t'Sx"�,� �" � "ice'•"y ;V°" '� ro �;• � .� ��� � r.y3�+ �,: �'x, ske? �' �� '�. � f��i '� �q� _.: ply •"< "`S ':� �+v '� .�� 6 b �.�„_ �• £''t.:-'. � -?�•�^Cx' � . m: �� � .�` 5€���„z�'�€x����zk```ram:. v��`w�'� ��,1� ���t� h�.. �' - sa ala� n a � + ME ppo 00 W � a;CO ra z--I U O � sxi;g` o a W a id �/� r � � r� ��`'#t v"�axw�'��`ing Q) LL 4.1Lul Q M N U r VLLI O *� ��Y . Q z mx r `--t 00 &" i Afs�4 f t q o Q Q Q k k 00 W 0 W Q w U V) x u co co MWIM- a City of Huntington Beach > 3 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachca.gov Office of the City Clerk I) 1999 Robin Estanislau, City Clerk August 12, 2020 Dominguez General Engineering, Inc. 11096 Pipeline Ave. Pomona, CA 91766 RE: Sunset Beach Water Main Project Various Locations from Anderson St. to Warner Ave.—CC No. 1435 Enclosed please find your original bid bond for CC-1435. Sincerely, 7� Robin Estanislau, CMC City Clerk RE:ds Enclosure Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand SECTION C PROPOSAL for the construction of SUNSET BEACH WATER MAIN PROJECT VARIOUS LOCATIONS FROM ANDERSON STREET TO WARNER AVENUE CC No. 1435 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 170 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid,find WjirS ',A in the amount of f P]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: Addenda No. Date Received A j#idder's Signature tA 3 C-2 SECTION C PROJECT BID SCHEDULE A SUNSET BEACH WATER MAIN PROJECT, CC 1435 5TH STREET, 7TH STREET, LOTH STREET, 19TH STREET,AND 22ND STREET FROM NORTH PACIFIC TO SOUTH PACIFIC AVENUE BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 5t' Street, 7t' Street, 101' Street, 19t'' Street and 22"d Street 1 Mobilization and Setup 1 LS $.;Ls 0oo $ a-S o0o 2 Demobilization & Cleanup 1 LS $ s F 60L) $Too 0 3 Furnish Traffic Control in accordance with the City of Huntington Beach requirements, complete and in place. 1 LS $3O U $ 30 0 4 Replace Signing and Striping per plan notes (G-003). 1 LS $lOt000 $ i Q_O� 5tn Street (Drawings C-101 and C-208) 5 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 100 LF $ D0 $ moo 6 Furnish and install temporary blow- off, including fittings, thrust blocks for testing and disinfection. 2 EA $ ST 0 $ Q o� oc� 7 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ cpo-u $ 20 oco 8 Construct AC grind and overlay replacement as shown on these plans (C-208), complete and in place. 2,900 SF $ t O $^W_ 9 Adjust existing manhole to grade. 1 EA $2QQ� $ o(D 10 Adjust water valve cover to grade. 5 EA $ L OO $ ZrO.Q t) 71n Street(Drawing C-101) 11 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 100 LF $ tsCC) $ '50 ©Q C-2.1 SECTION C PROJECT BID SCHEDULE A SUNSET BEACH WATER MAIN PROJECT, CC 1435 5r" STREET, 7T" STREET, lOT" STREET, 19T" STREET,AND 22ND STREET FROM NORTH PACIFIC TO SOUTH PACIFIC AVENUE Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 12 Remove and salvage existing fire hydrant. Construct new fire hydrant assembly, including furnishing and installing new buried pipe, valve and appurtenances. 1 EA $ o00 $ 13 Furnish and install temporary blow- off, including fittings, thrust blocks for testing and disinfection. 2 EA 14 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $a te $2-s-) o 0 o Remove and dispose of existing ` 15 cross gutter and construct new cross concrete gutter as shown on these plans, complete and in place. 90 SF $ t O $ .,1� S0o 101 Street (Drawing C-102) 16 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 96 LF $ $c)U $-t kT 17 Furnish and install temporary blow- off, including fittings, thrust blocks for testing and disinfection. 2 EA $ 000 $ l0T 18 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ oo $too 19t' Street (Drawing C-103) 19 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 88 LF $ �6 u $ 20 Furnish and install temporary blow- off, including fittings, thrust blocks for testing and disinfection. 2 EA $ u $_�0 koo rJ C-2.2 SECTION C PROJECT BID SCHEDULE A SUNSET BEACH WATER MAIN PROJECT, CC 1435 5T11 STREET, 7TH STREET, LOTH STREET, 19TH STREET,AND 22ND STREET FROM NORTH PACIFIC TO SOUTH PACIFIC AVENUE Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 21 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $2D)Coo $ ZO,o ao 22nd Street(Drawing C-103) 23 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 88 LF O�D $ }0i Lj,,o o 24 Furnish and install temporary blow- off, including fittings, thrust blocks for testing and disinfection. 2 EA $500 0 $ 10, o 0 0 25 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ oo0 $ 20, o o O �o SUB-TOTAL BID AMOUNT(IN FIGURES) —SCHEDULE A $ (a c.'( ,t o 0 SUB-TOTAL BID AMOUNT IN WORDS: S� t V...���-•r� y....G � ��.v<-✓�-�-�no..S-a..,.�rl o....,e_ �v...dlr c t� r.io c-e .... �-S Note: Refer to Section 7, Measure and Payment for description of each Item on Bid Schedule. C-2.3 SECTION C PROJECT BID SCHEDULE B SUNSET BEACH WATER MAIN PROJECT, CC 1435 24T" STREET (DRAWINGS C-105 & C-202) BID ITEMS Item No. Description Quantity Unit Unit Total Cost Cost (Extension) 1 Mobilization and Setup 1 LS $ S O o $moo 2 Demobilization & Cleanup 1 LS $-Lapao $ash_ 3 Furnish Traffic Control in accordance T with the City of Huntington Beach and Caltrans requirements, complete and in place. 1 LS $3�asz $3t rr, 4 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 314 LF $ Boo $ z,►r 200 5 Furnish and install 12-inch PVC water main (Caltrans ROW) including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 78 LF $ 600 $ (o2 LAO o 6 Furnish and install 6-inch x 12-inch Ductile Iron Cross 1 EA $1 O/000 $ t 0z oo 0 7 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 3 EA $ 6� o00 $ 15,oo d 8 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $2 o00 $ 2(D p-Q(D 9 Remove and re-construct sidewalk, including all labor, equipment, materials, as shown on these plans, completed and in place. 200 SF $ 6 C) $ O 10 Construct concrete curb and gutter as shown on these plans, complete and in place. 12 LF $ LO 0 $ Z� 11 Construct AC grind and overlay replacement, including all labor, equipment, and materials, as shown on these plans (C-202), complete and in place. 9,152 SF $ $ C-2.4 SECTION C PROJECT BID SCHEDULE B SUNSET BEACH WATER MAIN PROJECT, CC 1435 24T" STREET (DRAWINGS C-105 & C-202) Item No. Description Quantity Unit Unit Total Cost Cost (Extension) 12 Adjust all water valve covers, drains, cleanouts, manholes, electrical, telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans (C-202), complete and in place. 1 LS $ �i c) O 13 Remove and replace landscaping 1 LS $Z0,000 $ 20, 0 14 Replace Signing and Striping per plan notes (G-003). 1 LS $ tO ooO $ I gyp/ o o p SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE B $ 510 a +fib O�� SUB-TOTAL BID AMOUNT IN WORDS: �:V�Q_ �.+•^L�M/'\ Sf'��A` �� ��,Jv��G...�d� SeJC.nhwp,.r td� S�tl� � Note: Refer to Section 7, Measure and Payment for description of each Item on Bid Schedule. C-2.5 SECTION C PROJECT BID SCHEDULE C (revised 4/27/20 Addendum No. 1) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 12 STREET (DRAWING C-106) & CUT-IN VALVES IN PACIFIC COAST HWY (DRAWING C-112) BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) Alley North of 12th Street and Cut-in Valves in Pacific Coast Hwy 1 Mobilization and Setup 1 LS $ Z5, o o o $ 26, oo o 2 Demobilization & Cleanup 1 LS $ 7h�oo0 $ 3 Furnish Traffic Control in accordance with the City of Huntington Beach and Caltrans requirements, complete and in place. 1 LS $2,006 Alley North of 121h Street (Drawings C-106) 4 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 17 LF $ 800 $ 13, (oy O 5 Furnish and install 12-inch PVC water main (Caltrans ROW) including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 80 LF $ Bd O $ (oft,0 0 o 6 Construct new fire hydrant assembly, including furnishing and installing new buried pipe, valve and appurtenances. 1 EA $ 30i0o $ 30�o0 0 7 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 2 EA $ 5.oo® $ L o, 8 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ 2Qa00 $1p,o L)O 9 Remove existing and construct new curb, gutter, and median as shown on these plans, complete and in place. 1 LS $ (0 o o 0 $ Up,o© O 10 Replace Signing and Striping per plan notes (G-003). 1 LS $ to oo o $ f,o o� ADDENDUM NO. 1 C-2.6 SECTION C PROJECT BID SCHEDULE C (revised 4/27/20 Addendum No. 1) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 12 STREET (DRAWING C-106) & CUT-IN VALVES IN PACIFIC COAST HWY (DRAWING C-112) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) Cut-In Valves in Pacific Coast Hwy(C-1 12) 11 Furnish and install 8-inch Gate Valve (Caltrans ROW) including potholing, piping, fittings as shown on these plans, complete in place. 2 EA $t 5.,oo0 $3o po D 12 Inverted Siphon, Refer to Sheet 11, Addendum No.1, including all 45 degree bends, hardware, thrust blocks, pipe, excavation, backfill, dewatering, removal of excess earth material, surface repair, complete and in place. 1 EA $�IO�oo SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE C $ SUB-TOTAL BID AMOUNT IN WORDS: �N =A' V1.,"C�r'tc� Note: Refer to Section 7, Measure and Payment for description of each Item on Bid Schedule. Note: Addendum No.1, revised the quantity in bid item No. 5, and created a new bid item No. 12. ADDENDUM NO. 1 C-2.7 SECTION C PROJECT BID SCHEDULE D (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 26T" STREET (DRAWINGS C-107 & C-205) BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 1 Mobilization and Setup 1 LS $2- 2 Demobilization & Cleanup 1 LS $2S,�c) $ l o0 0 3 Furnish Traffic Control in accordance with the City of Huntington requirements, complete and in place. 1 LS $30,oo o $ 90,o o 0 4 Conduct preconstruction of existing survey homes and street as required by the Contract Documents, including preparation and submission of all required reports, videos and photographs. 1 LS $ 10,o00 $ !g o o O 5 Furnish and install 6-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 180 LF $ 60o $ 6 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 1 EA $50 0 0 $ o 7 Construct new 4-inch Blow-off Assembly, including furnish and installing new buried pipe, valve and appurtenances. 1 EA $ ZD4000 $ lO�v o O 8 Furnish and install 1-inch polyethylene coated copper tube water service, including pipe fittings, valves, and connection to existing water meter assembly. 6 EA $30 o O $ l 0 00 9 Construct temporary below grade water 2-inch service and connect to existing water meters including temporary 2-inch hot tap to existing 6-inch Asbestos Cement pipeline. 1 LS $Ida $ 10 o o O ADDENDUM NO.2 C-2.8 SECTION C PROJECT BID SCHEDULE D (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 26TH STREET (DRAWINGS C-107 & C-205) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 10 Remove and cap temporary 2-inch connection to existing 6-inch AC pipeline. 1 EA $Z Do0 $ 20 oc O 11 Cut, cap, and abandon existing waterline and appurtenances and legally dispose of existing Asbestos Cement pipeline. 1 LS $ to coo $ 10 000 12 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ 20, o 0o $ 2o/ 00 o 13 Construct new alley concrete gutter as shown on these plans (C-205), complete and in place. 850 SF $ 50 $ 0 14 Construct AC pavement replacement, including all labor, equipment, and materials, as shown on these plans (C- 205), complete and in place. 78 TONS $ 200 $ ► (oO( 15 Construct base replacement, including all labor, equipment, and materials, as shown on these plans (C-205), complete Cu and in place. 58 YDS $ 16 0 $ B, -*00 16 Furnish and Install Redwood Header: 8 LF $_2.g 0 $ 1 (9 O D 17 Adjust existing water meter to grade. 6 EA $ Z000 $ U O O 18 Adjust water valve cover to grade. 2 EA $ t1 p00 $ 2� f,00 19 Adjust cleanouts, sewer cover, drain, electrical, telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans (C-205), complete and in place. 1 LS $7-10,000 $ 40� o o O 20 Install Temporary"Parking By Permit Only" signs along Greenbelt on North and South Pacific Avenue. 2 EA $ 6,000 $ 64 o o D 21 Replace Signing and Striping per plan notes (G-003). 1 LS $10 [7p O $ t O,o o O ADDENDUM NO.2 C-2.9 SECTION C PROJECT BID SCHEDULE D (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 26TH STREET (DRAWINGS C-107 & C-205) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 22 Remove and salvage existing (wharf)fire hydrant including removing valves and abandoning lateral in place. I EA $ 0,00 D $ 6, 00 D SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE D $ 1-A31 SUB-TOTAL BID AMOUNT IN WORDS: _�6vYNy4r- d 5(At,--V�h6VVt-J y\ 0 Note: Refer to Section 7, Measure and Payment for description of each Item on Bid Schedule. Note: Addendum No.2, Revised Bid Item No. 8 to polyethylene coated copper tube water services. ADDENDUM NO.2 C-2.10 SECTION C PROJECT BID SCHEDULE E (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 25TH STREET (DRAWINGS C-108 & C-204) BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 1 Mobilization and Setup 1 LS $25, DDL) $ 25 0 0 0 2 Demobilization & Cleanup 1 LS $1Zi, 000 $ Zip p 0 3 Furnish Traffic Control in accordance with the City of Huntington requirements, complete and in place. 1 LS $ 30i0 n 0 $ 30, o0 0 4 Conduct preconstruction of existing survey homes and street as required by the Contract Documents, including preparation and submission of all required reports, videos and photographs. 1 LS $ tb, o00 $ LO, o 0 0 5 Furnish and install 6-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 221 LF $ (oC)o $ t 32,,(.00 6 Remove existing 10-inch tee, replace with 10-inch diameter DR 14 PVC AWWA C900 pipeline, and 10-inch DI gate valve. 1 LS $L0 �,c>00 $ t pL o 0 o 7 Abandon existing 10-inch Asbestos Cement pipeline in place and plug ends. 1 LS $t o�o00 $ 10�DoO 8 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 2 EA $5,b0 O $ t o' o o 0 9 Furnish and install 1-inch polyethylene coated copper tube water service, including pipe fittings, valves, and connection to existing water meter 3 00 0 assembly. 14 EA $ $ 10 Construct temporary below grade water 2-inch service and connect to existing water meters including temporary 2-inch hot tap to existing 6-inch Asbestos Cement pipeline. 1 LS $ tG/ oo o $ 10, oo O ADDENDUM NO.2 C-2.11 SECTION C PROJECT BID SCHEDULE E (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 25T" STREET (DRAWINGS C-108 & C-204) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 11 Remove and cap temporary 2-inch hot tap connection to existing 6-inch AC pipeline. 1 EA $O,� $ 10T 12 Cut, cap, and abandon existing waterline and appurtenances and legally dispose of existing Asbestos Cement pipeline. 1 LS $i f? $ 13 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ Qop0 $20 000 14 Construct new alley concrete gutter as shown on these plans (C-205), complete and in place. 870 SF $ b0 $ G13,50 D 15 Slurry seal street, including all labor, equipment, and materials, as shown on these plans (C-204), complete and in Q place. 130 SF $ 8o $ l0� �io0 16 Construct AC pavement replacement, including all labor, equipment, and materials, as shown on these plans (C- 205), complete and in place. 91 TONS $ ZOO $ t8/ 2o(D 17 Construct base replacement, including all labor, equipment, and materials, as shown on these plans (C-205), complete Cu and in place. 68 YDS $ 150 $ LGj 2-0 O 18 Furnish and Install Redwood Header. 30 LF $ 30 $ loo 19 Adjust existing water meter to grade. 14 EA $2yo O $ 25 oco 20 Adjust water valve cover to grade. 3 EA $J QoQ $ 3c)©o 21 Adjust cleanouts, sewer cover, drain, electrical, telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans (C-205), complete and in place. 1 LS $� 0 b� $ qg o o O 22 Remove existing concrete gutter. 360 SF $ 30 $ 00 ADDENDUM NO.2 C-2.12 SECTION C PROJECT BID SCHEDULE E (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 25T" STREET (DRAWINGS C-108 & C-204) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 23 Install Temporary"Parking By Permit Only" signs along Greenbelt on North and South Pacific Avenue. 2 EA $ DOO $ (o, DOO 24 Replace Signing and Striping per plan notes (G-003). 1 LS $jnoO $ c 00 SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE E $ SUB-TOTAL BID AMOUNT IN WORDS: S o C-e n-� Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. Note: Addendum No.2, Revised Bid Item No. 9 to polyethylene coated copper tube water services. ADDENDUM NO.2 C-2.13 SECTION C PROJECT BID SCHEDULE F(revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 PARK AVENUE (DRAWINGS C-109 & C-203) BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 1 Mobilization and Setup 1 LS $2 000 $ 2,5 000 2 Demobilization & Cleanup 1 LS $ 2�coo0 $ 2�2 o0 o 3 Furnish Traffic Control in accordance with the City of Huntington and Caltrans requirements, complete and in place. 1 LS $30,0o $ 30, g D 0 4 Conduct preconstruction of existing survey homes and street as required by the Contract Documents, including preparation and submission of all required reports, videos and photographs. 1 LS $ 60, goo $ 1�� c)O O 5 Furnish and install 6-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 266 LF $ (0oL) $ l5 °I, fo 0D 6 Furnish and install 6-inch PVC water main (Caltrans ROW) including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 25 LF $ l0 00 $ 1�, p O D 7 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 1 EA $5, 000 $ 000 8 Construct new 4-inch Blow-off Assembly, including furnish and installing new buried pipe, valve and appurtenances. 1 EA $ Z0,000 $ 20, 0 0 0 9 Furnish and install 1-inch polyethylene coated copper tube water service, including pipe fittings, valves, and connection to existing water meter assembly. 10 EA $ 3,Do m $ 302 00 0 10 Cut and cap existing 3-inch pipeline at valve including furnishing and installing the necessary appurtenances in place. 1 EA $ Q,00 $ 101 D 0 O ADDENDUM NO.2 C-2.14 SECTION C PROJECT BID SCHEDULE F(revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 PARK AVENUE (DRAWINGS C-109 & C-203) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 11 Cut, cap, and abandon existing waterline and appurtenances in place. 1 LS $i Wbo(-) $ p o D 12 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ 2D�oo C $ 2-0 o o 0 13 Construct new cross concrete gutter as shown on these plans (C-203), within Caltrans ROW, complete and in place. 160 SF $ i 5 O $ 294 000 14 Slurry seal street, including all labor, equipment, and materials, as shown on these plans (C-203), complete and in place. 5,800 SF $ $ tj (0—0 0 15 Replace Signing and Striping per plan notes (G-003). 1 LS $ Q DOO $ L0, 000 v� SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE F SUB-TOTAL BID AMOUNT IN WORDS: Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. Note: Addendum No.2, Revised Bid Item No. 9 to polyethylene coated copper tube water services. ADDENDUM NO.2 C-2.15 SECTION C PROJECT BID SCHEDULE G (revised 4/30/20 Addendum No. 2 SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 24TH STREET (DRAWINGS C-110 & C-206) BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 1 Mobilization and Setup 1 LS $A 4000 $aS_ooD 2 Demobilization & Cleanup 1 LS $a-s-�000 $ �0� 3 Furnish Traffic Control in accordance with the City of Huntington requirements, complete and in place. 1 LS $_Jagp_ $ 4 Conduct preconstruction of existing survey homes and street as required by the Contract Documents, including preparation and submission of all required reports, videos and photographs. 1 LS $ l $ 0� 5 Furnish and install 6-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 190 LF $(yo O $ PTO 6 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 1 EA $ o 00 $ S o� 7 Construct new 4-inch Blow-off Assembly, including furnish and installing new buried pipe, valve and appurtenances. 1 EA $�0�000 $ X3 tuc)v 8 Furnish and install 1-inch polyethylene coated copper tube water service, including pipe fittings, valves, and connection to existing water meter assembly. 13 EA $ o0 $ Y1 o o 0 9 Remove and salvage existing (wharf)fire hydrant including removing valves and abandoning lateral in place. 1 EA $ K'T $ �T 10 Construct temporary below grade water 2-inch service and connect to existing water meters including temporary 2-inch hot tap to existing 6-inch Asbestos Cement pipeline. 1 LS $T tJ Oo y $ OT ADDENDUM NO.2 C-2.16 SECTION C PROJECT BID SCHEDULE G (revised 4/30/20 Addendum No. 2 SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 24TH STREET (DRAWINGS C-110 & C-206) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 11 Remove and cap temporary 2-inch hot tap connection to existing 6-inch AC pipeline. 1 EA $Tpoo $1p 0 0 0 12 Cut, cap, and abandon existing waterline and appurtenances and legally dispose of existing Asbestos Cement pipeline. 1 LS $ I5,o00 $ 15� 13 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ 2�4 $ 2-0 O o 0 14 Construct new alley concrete gutter as shown on these plans (C-205), complete and in place. 930 SF $ 5 O $ LA(o, 60 0 15 Construct AC pavement replacement, including all labor, equipment, and materials, as shown on these plans (C- 205), complete and in place. 80 TONS $ 200 $ 1 b f pp p 16 Construct base replacement, including all labor, equipment, and materials, as shown on these plans (C-205), complete Cu and in place. 60 YDS $ 150 $ 000 17 Furnish and Install Redwood Header. 51 LF $ 30 $ 16 3 o 18 Adjust existing water meter to grade. 13 EA $ o o $ 19 Adjust water valve cover to grade. 2 EA $ oo $ 20 Adjust cleanouts, sewer cover, drain, electrical, telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans (C-205), complete and in place. 1 LS $ L40 Orj $ -fO!o e c 21 Install Temporary"Parking By Permit Only" signs along Greenbelt on North � and South Pacific Avenue. 2 EA $ .!.].�]E�Co $ �, 0 0 0 22 Replace Signing and Striping per plan notes (G-003). 1 LS $1 ono $ lo, o o O ADDENDUM NO.2 C-2.17 SECTION C PROJECT BID SCHEDULE G(revised 4/30/20 Addendum No. 2 SUNSET BEACH WATER MAIN PROJECT,CC 1435 ALLEY NORTH OF 24TH STREET (DRAWINGS C-110 & C-206) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE G $ t-\`6`6 u o SUB-TOTAL BID AMOUNT IN WORDS: �ov✓ �y�11r ICI` `�.:c�,1 t.t -{.c,h � -�o(J�G.� �'1,�r �-J h o L-t� �S Note: Refer to Section 7, Measure and Payment for description of each Item on Bid Schedule. Note: Addendum No.2, Revised Bid Item No. 8 to polyethylene coated copper tube water services. ADDENDUM NO.2 C-2.18 SECTION C PROJECT BID SCHEDULE H (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY BETWEEN 12TH & 13TH AND PECAN & ACACIA (DRAWINGS C-111 & C-207) BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 1 Mobilization and Setup 1 LS $ Z !LO0 C $ 25< O O () 2 Demobilization & Cleanup 1 LS $ 2�O $ 2-5, o O 3 Furnish Traffic Control in accordance with the City of Huntington requirements, complete and in place. 1 LS $ , 000 $ 3Vi 000 4 Conduct preconstruction of existing survey homes and street as required by the Contract Documents, including preparation and submission of all required reports, videos and photographs. 1 LS $ �O $ I O� 00 5 Furnish and install 6-inch PVC water main including but not limited to potholing, shoring, pipe valves,fittings, and appurtenances. 421 LF $ (o DO $ 6 Furnish and install 6-inch gate valve 1 EA $ 5, Ooo $ Sao o r� 7 Remove and salvage existing fire hydrant including removing valves and abandoning lateral in place. 1 EA $ 0,O00 $ (P, Oo O g Construct new fire hydrant assembly, including furnishing and installing new buried pipe, valve and appurtenances. 1 EA 25/ov0 ZSi o o O 9 Furnish and install 1-inch polyethylene coated copper tube water service, including pipe fittings, valves, and connection to existing water meter assembly. 1 EA $ 3,O oO $ 3�o o O 10 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 2 EA $ 5, oo $ 11 Furnish and install 1-inch polyethylene coated copper tube water service, including pipe fittings, valves, and connection to existing water meter assembly. 23 EA $ ,000 $ C� O 12 Cut, cap, and abandon existing waterline //�� //�� and appurtenances in place. 1 LS $ I g y(moo Q $ t 0,C)p c� ADDENDUM NO.2 C-2.19 SECTION C PROJECT BID SCHEDULE H (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY BETWEEN 12TH & 13TH AND PECAN & ACACIA(DRAWINGS C-111 & C-207) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 13 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ Q 000 $ 2Q O O O 14 Construct new alley concrete gutter as shown on these plans (C-207), complete and in place. 955 SF $ 50 $ LL 15 Construct alley approach, including all labor, equipment, materials, as shown on these plans (C-207), completed and in place. 3 EA $ 20L 000 $ 00 16 Construct AC pavement replacement, including all labor, equipment, and materials, as shown on these plans (C-205), complete and in place. 155 TONS $ 2(O 'Z $ coo O 17 Construct base replacement, including all labor, equipment, and materials, as shown on these plans(C-205), complete and in CU place. 114 YDS $ 050 0 $ 1 O O 18 Furnish and Install Redwood Header. 20 LF $ 30 $ lQ O O 19 Adjust existing water meter to grade. 23 EA $ (joD $ �fo� O p 0 20 Adjust water valve cover to grade. 3 EA $ 21 Adjust cleanouts, sewer cover, drain, electrical, telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans (C-205), complete and in place. 1 LS $ o o O 22 Replace Signing and Striping per plan notes (G-003). 1 LS $6O,DOO $ l O,p o 0 SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE H $ ��11a ;us-D --- SUB-TOTAL BID AMOUNT IN WORDS: r �e ,� c—_V\���vrc` 0 , , 4 " t- �ulou5C-C-C � -� 1 r, vto Ge �� �S Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. Note: Addendum No.2, Revised Bid Item No. 9&11 to polyethylene coated copper tube water services. ADDENDUM NO.2 C-2.20 SECTION C PROJECT BID SCHEDULE I SUNSET BEACH WATER MAIN PROJECT, CC 1435 SURVEY MONUMENT PRESERVATION (APPENDIX Q) AND SEWER HOUSE LATERAL REMODELING BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) Reset or Re-establish Survey 1 Monuments per Requirements described in Appendix Q of Contract Documents. 16 EA $ Z o $ 3 2i d c Remodel existing sewer house 2 connection laterals conflicting with proposed waterline. 20 EA $ 3,00 $ 60, 00C SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE I $ I01.c yc'� SUB-TOTAL BID AMOUNT IN WORDS: 0 � f_ � S4 - �„c , co v " C-- — Note: 1) Refer to Section 7, Measure and Payment for description of each Item on Bid Schedule. 2) Bid Item No. 2 - The exact quantity and location of sewer house connection laterals are unknown. If the actual quantity does not comply with the 2018 Green Book quantity percentage requirements, the City reserves the right to renegotiate unit cost for this bid item. Sewer house lateral remodeling bid items include the following streets listed below.. i) Alley North of 26th Street ii) Alley North of 25th Street iii) Park Avenue iv) Alley North of 24th Street v) Alley Between 121h, 13th, Pecan and Acacia Streets C-2.21 SECTION C PROJECT BID SCHEDULE TOTALS Sunset Beach Water Main Project Various Locations Cash Contract No. 1435 SUB-TOTAL BID SCHEDULE A $ all SUB-TOTAL BID SCHEDULE B $ o SUB-TOTAL BID SCHEDULE C $ SUB-TOTAL BID SCHEDULE D $ 0 cJ SUB-TOTAL BID SCHEDULE E $ °= b0 SUB-TOTAL BID SCHEDULE F $ �y 5' goo SUB-TOTAL BID SCHEDULE G SUB-TOTAL BID SCHEDULE H $ SUB-TOTAL BID SCHEDULE 1 $ '� � a 6 q, pG TOTAL BID AMOUT, BASIS OF AWARD (Schedules A— 1) 3 pG, LJ 0— TOTAL BID AMOUT, BASIS OF AWARD IN WORDS: �dvr ""�• 1\�0 y� '��r•`L ��`�X• -c� �� t- ��o.. � .. ,.� t S t° V � �y�`� 52 ui •r +moo L-e Notes: All extensions of unit prices will be subject to verification by Owner. In case of a verification between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.22 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 Gass DIR PWC Dollar % of Item(s) Subcontractor License Registration# Amount Contract Number (44rdt�4, �ptr , nt. A 3� C."'l- .j {_� 1 A Z lS�(,��- C--8 1000000076 qJl 000 (p o PILY/YK( L11LG •l!�r�ST�� l� J LJ l to,14,Vls �G y r:�,• L�� 1 k 05,\ticr j00000 LIAL16 TD,OUp 6 0(o k frCtr►e/�t C,4 L 3 LA Pr �Gt l�1 Fyr ILan+ �-�� 100�000 0,rA ` 301 E. 5�.:,�yf• 6to` ?!? l0oo0c)Za30 '�W� 1 (b 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 Sta a of California that the foregoing is true and correct and that this declaration is executed on5 H , at drno�o�-- , CA Date City State being first duly sworn, deposes and says that he or s'qe is �. s 01 z!q of rr,,►,N„Lz e,ti( E,,,_ •�. the party making the foregoing bid that the bid is not made in the interest of,or on the beh if of,any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham;that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract;that all statements contained in the bid are true;and, further,that the bidder has not,directly or indirectly, submitted his or her bid price or any breakdown thereof,or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Name of Mdder Signature of Bidder 1 l 0%o 1�:�:,c e •-C+4 �t �b6 Address of Bidder C-4 Jurat State of California County of Subscribed and sworn to (or affirmed)before me on this y day of 1 q-� n � 209-0 by Ad 0 1 w. t...- , proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. '4.'(Z L S1gIlature (Notary scat) N.L.DOMINGUEZ Notary Public-California Z Los Angeles County $ Commission a 2214089 My Comm.Expires Sep 14,2021 OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM Any Jurat completed in C'al#in-nia must contain verbiage that indicales the notan,public either personally knew-the document signer(gffianO or that the identity was satisfactordY proven to the notary frith acceptable identification in accordance with Cahlornia notan-law. Am jural completed in California which does not have such verbiage nnrst have add the wording either ivilh a DESCRIPTION OF THE ATTACHED DOCUMENT jurat.clamp or with a jurat 16rm which does include proper wording. There are no exceptions to this law l6r any jurat perforated in California. In addition, the notar-v must require an oath or gfrntation from the document (Title or description of attached document) signer regarding the truthfulness of the contents of the document. The document most be signed AFfF_R the oath or affirmation.If the document was previously signed,it ants/he re-signed in fi-ont of the notary public during the (Title or description of attached document continued) jurat process. Number of Pages Document Date • State and County information must be the State and County where the document signer(s)personally appeared before the notary public. • Date of notarization must be the date that the signcr(s) personally appeared which must also be the same date the jurat process is completed. (Additional information) • Print the namc(s)of document signer(s)who personally appear at the time of notarization. • Signature of the notary public must match the signature on file with the office of the county clerk. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines.If seal impression smudges,rc-seal if a sufficient area permits,otherwise complete a different jurat form. Additional information is not required but could help to ensure this jurat is not misused or attached to a different document. Indicate title or type of attached document,number of pages and date. • Securely attach this document to the signed document 2008 Version CAPA v 1.9.07 800-873-9865 www.NotaryClasses.com 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 SUNSET BEACH WATER MAIN PROJECT, VARIOUS LOCATION FROM ANDERSON STREET TO WARNER AVENUE, CC NO. 1435, (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. Contractor 1By Title Date: C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes �No If the answer is yes, explain the circumstances in the space provided. 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. 1M�'lA1rG L C✓j fi t ti r� Contractor By I r-t S 'A Title Date: C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder Name 00q to " Business Address ?o Qnb b City, State Zip ( Q0� coo (dgyv►, vtia�r,t,•�•( cco tDr►-� Telephone Number Email Address gluon le - clnS1 A State Contractor's License No. and Class Lo (Z.f1oZ Original Date Issued t_a-)I I 1-)-0 Expiration Date The work site was inspected by -�-tyca Cfema-AcJ of our office on YYt&j4 12020. The following are persons, firms, and corporations having a principal interest in this proposal: The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. Co pany ame Signature f Bidder Printed or Typed Signature C-8 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§1189 State of California County of 4,5 , -,,L/11.5 �4 On ►t'lCu r N,2/0-0 before me, no VV I L r..a U'r-z , Date Here Insert Name and TWO of the Officer d� [ �personally appeared ame(s)of Signer(s) I. 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 N.L.DOMINGUEZ person(s) acted, executed the instrument. Notary Public-California Z z {+• Los Angeles County n Z commission x 2214089 1 certify under PENALTY OF PERJURY under the I' My Comm.Expires Sep)4,2021 laws of the State of California that the foregoing 4 paragraph is true and correct. WITNESS my hand and official seal. Signature: Place Notary Seal Above� OPTIONAL S nature Not ntublic Though the information below is not required by law, it may prove valuable to persons relying on the document 4 and could prevent fraudulent removal and reattachment of this form to another document. I Description of Attached Document Title or Type of Document: I� 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): ❑ Individual ❑Individual I ❑ Partner — ❑Limited General ❑Partner — El Limited ❑General ❑ Attorney in Fact ❑Attorney in Fact I� ❑ Trustee ❑Trustee ❑ Guardian or Conservator ❑Guardian or Conservator 1 ❑ Other: ❑Other: Signer Is Representing: Signer Is Representing: O 2012 National Notary Association •NationalNotary.org• 1-800-US NOTARY(1-800-876-6827) Item#5907 I NOTARY CERTIFICATE Subscribed and sworn to before me this day of , 202_. 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 satisfac ry evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and ac nowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and at by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which t e person(s) acted,executed the instrument. I certify under PENALTY OF PERJURY un r the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Signature of Notary Public LACE 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 potable water pipelines within the public right of way, working within major arterials, streets and alleys and in close proximity to other existing underground utilities, and in area containing high ground water. The area Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. 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: f �J I. �twy- L-J r� rW 1 �t,�c�oKc '� a 4"Ld TO �h;s S^�`✓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 Momin uez General Enizineerin, Inc. 11096 Pipeline Ave.Pomona CA 91766 Tel.909-461-3658 Fax 909-61-3678 License No.814046 DIR 1000006121 Water Project References Jobs Open: Job Name:2018-2019 Annual water Main Replacement Owner:City of Santa Monica Type of Work: Installation of 2,050LF.Of 8"PVC pipe,5,750LF.Of 12"PVS pipe850 LF.20"DI pipe,485LF.Of Aquamine pipe,8-8"PVC pipe Tie-in,21-12"PVC pipe Tie-in,4—20"PVC pipe Tie-in and 370 LF.Lining Supervisor:Jorge Aguilar Contract amount:$4,937,050.00 Contact:Tom Shibazi 310-458-8721 Estimated completion: 11/2019-11/2020 Job Name:Lennox Ave main Replacement Owner:Golden State Water Company Type of Work: installation of 21,452 LF 8"PVC pipe,390LF of 12"PVC,23 8"resilient wedge gate valves,2-12"resilient wedge gate valve,3 4"resilient wedge gate valve,369- 1"water service with new box,20-6"standard barrel fire hydrants,8-8" 45 deggree mechanical joint DIP invert, 168 adjust customer service line to new meter box,25 cut and plug system water mains, 19 abandon valve and remove valve box Supervisor:Jose Gomez Contract:2,731,320.00 Estimated completion:2/2020 Jobs Completed: Job Name:Ada Ave Main replacement Plan 1266-1267 Owner:City of Glendora Type Work: Installation of 2,450 LF of 8"DI Pipe,2,200 LF Of 6"DI Pipe, 13 connection new main, 134- 1"copper services and 5 fire Hydrant assemblies Supervisor:Jorge Aguilar Contract Amount:$983,900.00 Contact:Mal iha Ansari 626-914-8294 Completion date:l2/6/2019 Job Name:Lawndale Ave Area Main Replacement Phase 11 Owner:Golden State Water Company Type Work:installation of 2,850FT.of 12"PVC,23 1:domestic services, 11-8"gate valve, 12-12"gate valves,7-6"fire hydrant,7 cut and plug existing water mains,8,000SF. Remove and replace 12"to 20" of AC Pavement with 8" of asphalt over trench, 12,000 SF 2" grind and cap,202 12"pvc pipe within 20"steel casing at seven and%feet of cover Supervisor"Jose Gomez Contract Amount"$2,099,729.37 Completion Date: 12/2019 Job Name;Alley Water Main Conversion,Liberty Court Owner:Long Beach Water Department Type of Work:installation of 1,195LF of 8-inch DIP TR-FLEX water main,Installation of 190LF.of 4-inch Water main work includes,excavation,backfill,trench resurfacing,installation of water services,customer private services,fire hydrants traffic control, and other appurtenant work. Supervisor Jose Gomez Contract amount:-$950,000.00 completed 06/2017 Contact:Jacob Hester(714)713-2975 Supervisor Jose H.Gomez Job Name:Amelia Avenue-Route 66 to Country Club Drive Water Main Replacement Owner:City of Glendora Type of Work:installation of 2,000 LF of 16-inch DIP water main,Installation of(2)30-inch casings and inverts below RCB storm drain work also includes,excavation,backfill,trench resurfacing,installation of water services,fire hydrants,blow offs,air-vacs, traffic control,and other appurtenant work. Supervisor Jose EL Gomez Contract amount:$542,000 completed 09/2016 Contact: Maliha Ansari(626)914-8294 Supervisor Jose Gomez Job Name:Construction of flinch and 10-inch Water Main Project E-960&lE-961 Owner.Crescents Valley Water District Type of Work:Installation of 1,625 LF of 8-inch steel water main,Installation of 920LF.of 10-inch Water main work includes ,excavation,backfill,trench resurfacing,installation of water services,fire hydrants traffic control,and other appurtenant work. Supervisor Jose Gomez Contract amount:$616,350.00 Completed 08/2016 Contact:Christina Olmedo 818-248-3925 ext.4115 Supervisor Jose H.Gomez Job Name:Cast Iron Main Replacement Owner:Long Beach Water Department 1900 E Wardlow Rd.,Long Beach CA 90807 Type of Work:Furnish and install 12"DIP 123LF.,8"DIP 1071 LF.,WDIP 2156LF. 10"casing and 6"D1P 15LF. Install Gate valves:9—8"valves and 7—6"valves., install 10 new fire hydrants,install 4-4"fireline and 1-8"fireline.,install 291"copper services,5-1.5"services and 9-2"services,reconnect 2 314 water services,6- 1"water service 7-1.5"water services and 9-2"water service.2- Hot top to exist 20"main.connect to existing 12",8"and 6"mains.Slurry seal and restriping. Contract amount:$1,125,050.00 Completed 5/2016 Contact:Azhar Khan 323-401-7830 or Abelardo Rendon P.E.562-570-2341 Supervisor Jose Gomez Job name Water main Replacements various locations Project#10101 Owner:City of Beverly Hills 345 Foothill Rd.,Beverly Hills,CA.90210 Type Work: installation of 11,185 LF.of 8"inch DIP push on joints,slurry installed,7869 LF.of flinch Dip restrained joints,slurry in place, 1500 12 inch DIP push up joints,985 Winch DIP restrained joints.66 butterfly valves,2612inch butterfly valve,2001 inch short domestic service,218 long domestic service,40 21nch short domestic services,57 long domestic services,300 traffic rated meter box with bolted lid for I inch service,45 traffic rated meter box with bolted lid for 2inch service,remove and dispose of 2000LF of interfMng pipe, 120 sewer lateral connections,48 inch PCC remove and reconstruct alley approach, Contract.$4,012,356.39 Completed: 10/2015 Contact: Charles Gettler Inspector 310-925-0702 or Tristan Malabanan Civil Engineer Supervised by Jose Gomez Job Name:Stagecoach Park Reclaimed Waterline Owner:City of Corona,400 S.Vincent Ave,Corona CA 92882 Type of Work:Installation of approximately 7,300 LF of 20"DIP,connection of mainlines to existing,installation of services,Air Vacs.Blow offs.Flow Control Sation Contract amount:$2,443,000 Completed 05/OS/2015 Contact:Mayra Cabrera 951-739-4842 Supervised by Javier Mendoza Job Name:David Lane Pipeline Replacement Owner:Eastern Municipal Water District,2270 Trumble Rd.Perris Ca 92570 Type of Work:Installation of approximately 1885 PVC,connection of mainlines to existing, installation of services,PRV's DCDA and abandonment of 4"ACP pipe Contract amount:925.000 Completed 110/2014 Contact:Mario Rodriguez 951-300-3087 Supervised by Javier Mendoza Job name Waterline Replacements in alleys and Streets Project#10094 Owner:City of Beverly Hills 345 Foothill Rd.,Beverly Hills,CA.90210 Type of Work: 13,527 LF.of 8"DIP class 52 push on joints,2000 LF.of 8"class 52 restrained joints,Valve box, reconnect of fire hydrants,fire services,domestic services,traffic meter boxes,sewer laterals,PCC alley approach,Polyethylene encasement around pipe. Contract:$2,296,500 Completion date:7/31/2013 Contact:Charles Gettler Inspector 310-925-0702 or Juan Martinez Civil Engineer Supervised by Victor Dominguez Job Name: Caat IIrou Main Replacement Owner:Long Beach water Department, 1800 E.Wardlow Rd.Long Beach Ca.90807 Type of Work:Installation of 12"4,920Lf,8"360LF,6"892LF,4"35LF Ductile Iron Pipe,Installation of New Fire hydrants, Butterfly Valves,New Valves,Copper Service Laterals,20"inch steel pipe casing,Blow off assembly,line stop,and pipe dewatering. Contract:$2,109,125.93 Contact:Wendy Chen civil Engineer 562-570-2324 Began:5/11/2012 Ended 12/2012 Supervised by: Victor Dominguez Job Name: 12"inch Transmission Main Relocation Owner:City of Seal Beach Type of Work:installation of 12inch Ductile Iron pipe 479 Lf, installation of 2158 Lf Of TR-flex restrained Joint Ductile iron Pipe, new Fire hydrant assembly,Blow off assembly,I ginch CML&Steel end cap and abandonment of 18 inch CML&Steel water main. Contract:$453,094.00 Contact:Tom Casulas 562-431-2527 Ext. 1346 Began 5/11/2012 Ended 6/29/2012 Supervised by Adolfo Dominguez Job Name, Water Main Improvement phase 2 Owner:City of Inglewood one Manchester Blvd.Inglewood CA.90301 Type of work:furnish and install 8"(231 OR.)& 12"(36001f.)D I P c1350 pipe,installation of 8"(35)&12"(34)GV,installation of 1"(92)and 1 '4"(3)services,Fire hydrants and Tie-in works Contract$889,090.00 Contact,Boytrese Osias at 310-412-5333 Jose Ramirez 310412-5333 began 2/6/2012 Ended 5/25/2012 Supervised by Adolfo Dominguez Job Name: Water system Improvement Owner:City of Bell Gardens 8327 Garfield Ave.Bell Gardens,CA.90201 Type of Work:installation of 611,S",& 12"DIP class 52 water main.Installation of 6'.8"& 12"Crate valve&Rom.Water service connections for t'&z"services. Now Fire hydrants Contract:$730,229.00 completed 10/2011 Contact:Ai jan Aidnani#626-780-8154 project manager./Sid Mousavi#562-806-7770 Engineer Supervised by Adolfo Dominguez Job name Waterline Replacements in alleys and Streets Project# 10091 Owner:City of Beverly Hills 345 Foothill Rd,,Beverly Hills,CA.90210 Type Work: installation of 10,330 LF.of 8"inch DIP class 52 push on joints,slurry restrained joints,slurry p Polyethylene �p j � � urry installed,9,034 LF.of flinch Dip class52, _ J ur y in lace.Pol eth lene encasement around DIP,36-flinch Butterfly valve with valve box, Minch and l6inch butterfly valve replacement,install and remove traffic rated Meter box with bolted cover for l"&2"service,abandonment of interfering portions of 4",6"&8"pipe,remodel sewer house connections,reconstruct PCC alley approach,linestop for 14"& 16" butterfly valve replacement,reconstruct 9 fire hydrants,re-connect 1,2,3&4 inch domestic services Contract:$3,197,670.00 Completed:7/8/2011 Contact:Charles Gettler Inspector 310-925-0702 or Juan Martinez Civil Engineer Supervised by Victor Dominguez&Adolfo Dominguez Job Name:Foothill Blvd.Water Improvement(Grand Ave.to Cullen Ave) Owners City of Glendora 116 E.Foothill Blvd.,Glendora,CA.91741 Type Work:install 4699 If Of 16"ductile iron pipe CL 350,74 If.Of 30"steel pipe casing W,wall thickness under railroad way, 17 Of 16"butterfly valves,10 6"fore hydrant assembly, 6"blow offs, 1"&2"water service assemblies. Contract:$1,276,752.00 Colstact:Civil Engineer Jasmn Roeghrborn 626-914.8253 call 626.374-5336 Supervised by Adolfo Dominguez Completed:3/2011 Job Namd:Cask Iron Main Replacemont—Artesia Blvd ®water:Long Beach Water Department 1800 E.Wardlaw Dr.,Long Beach CA.90807 'type work:)`tarnish an install v%6%8",&IT'Ductile iron water line.Installation of cooper service Laterals,reconnections of services,fire hydrants,and installation of valves. Contract°$1,665.824.82 completed:June 15,2010 Contact: Aahar Khan 323.401-7830 consultant engineer CH2M Mill,Inspector Ed Mendoza 562-577-6560 Inspector: Mike White 805-302-5375,Wendy Chan 562-570 2324 civil engineer,Supervised by Adolfo Dominguez Job Blame:Alley Service Connection Conversion Owner:Long Beach Water Dpt. 1800 Wardlow DR,,Long Beach Ca.90807 Type of Work: 1",2".3",water service connections,4",6",and 8"DIP water main installation,hot tap including gate valves,and flue service installation Contract:$729.950.00 completed:9/2009 Contact:Ed Mendoza 562-5776560, Dave Stuetzel#714-665- 4500,Supervised By Adolfo Dominguez Job Name,2009/2009 Water mahk Replacement Owner:City Of Monterey Park 320 W. Newmark Ave,Monterey Park,CA. Type of work(description):lnstallation of 270Lf: IT',2520L1F.8"cement mortar ductile iron pipe with fittings and appurtenances Furnish and install new fire hydrants and connections. Contract. $586,847.74 completed 3/09/2009 Contact: Vennie Bermudez Engineer#310-749-9309 Adolph Villalpando 626-307-1294 Water Distribution Supervisor,Supervised by Adolfo Dominguez Job Name:Artesia Pilar Neighborhood Water main Improvements Owner% City of Santa Ana 20 Civic center plazas,Santa Ana,CA.92701 Type of Work(description):installation of 7028Lf.Of 12"9 9560 Lf.8",class200 AWWA c900,PVC water main.Construct water services,fire line connections,and new fire hydrant assembly Contract Amount:$1,958,549.60 completed: 1/2009 Contact:Ed Torres#714-647-5018 engineer cell 626-378-1372 Supervised By:Adolfo Dominguez Job Name:Water System improvement Owner'City of Bell Gardens 83270arfield Ave,Garfield CA.90201 Type Of Work:(description)installation of 40Lf Of 6"DIP class 52, 1180LF.8"DIP class 52&580Lf.DIP class52.Water service connections,gate valves,and box,now fire hydrants. Contract Amount.$314,650.0 Completed 1212008 Contact:Adolph Villapando#562-322-5495 inspector(engineer no longer with the city)Supervised by:Adolfo Dominguez Job lame:Edmonton Rd Water Main Owner:City of Glendale water and power 141 N Glendale Ave,Glendale,CA.91206 Type of Work description)install 9850Lf Of 8"Pressure class 350 ductile iron pipe with fittings and appurtenances. Tturnish and install copper tube services to new main,now fire hydrant$,sewer laterals 8"&IP gate valves,blow off assemblies. Contract Amount:$1,191,905.00 completed 11/05/2008 Contact:Carlos#661-644-2263 inspector Contact: K Hong#819-548-3964 engineer Supervised by:Adolfo Dominguez en "Completed with no claims, Mediation,Arbitration or lawsuits" Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. Name of proposed Project Manager Telephone No. of proposed Project Manager: q00 2010-"L° ►iliAJ-,- ft.,0 �14,g3"l� vs J wA�-e�wa:n tl '3o� Project Name & Contract Amount Type of Work Date Completed Project Name & Contract Amount TypJ of Work Date Completed L � � of w�.. VVII�;-� ►�att` Nil 3Sb 39 LLftk4r yHp:y+ VC, ✓�5 (ath4to 10 5 Project Name & Contract Amount Type of Work Date Completed 2. 0 5-e- 6-0V'-%.-c,Z Name of proposed Superintendent Telephone No. of proposed Superintendent: 670* Project Name & Contract Amount Type of Work Date Completed De 4 1 awti�At.(.L � (,Ual.�,. �R,-r, � � q.3 � W�C,.,'✓� (d-- I l9 Project Name & Contract Amount Typ of Work Date Completed flo w ✓Vlo�: 1,01c V toc°tT�d� .01a. 3y lolls— Project Name & Contract Amount Type of Work Date Completed C-11 Key personnel As an emerging small business,Dominguez General Engineering,Inc.,has lookedforevery possibleway to facilitate our growth and provide you,the customer, the best intechnical experience and Construction professionalism. Our construction personnel will be able to provide you the client, with the experience and resources of a proven successful company. Our key personnel have great experience in the construction industry including numerous years in the public works area and are safety Know ledged certified. Adolfo Dominguez(President): t 0"0 Responsibilities: Contract administrator, project manager, soliciting, screening, and selection of sub-contractors: coordinating, scheduling, and compliance procedures. Experience: 28 years of total construction experience, 20years of construction supervision and management. Victor Dominguez (foreman-Superintendent) (0s*1,n Responsibilities:field administrator,on-site project management, quality of workmanship p, scheduling, and daily reporting. Experience: 30 years of construction experience. 10 years construction supervision and on-site management v� Javier Mendoza (Foreman-Supervisor) I VD Old Responsibilties: on-site management, scheduling and daily reporting experience;8 years in total construction experience.6 years construction foreman,project reporting ,quality assurance,on-site management. Supervise crew of 5 people for over 1 million dollar jobs. Jose Gomez(Foreman/Supervisor) 10001e Responsibilities: On-site management, scheduling and daily reporting Experience:11 years inconstruction experience. 6 years construction Foreman,project reporting, quality assurance, on site management. 2 year Supervision onsite management. Supervised crew of 6 people for over$3million Dollar jobs. Jorge Aguilar(foreman/Labor) ( p 0070 Responsibilities: On-site management, scheduling and daily reporting, Safety Experience. 5 year construction experience. 3 years construction Foreman/Pipelayer, Fast learner. Supervises small crew of 5people on an over$1,million dollar job. Mariano L Hernandez (Pipefitter/Labor) 10 0610 Responsibilities: Constuction labor skilled labor, safety certified, Progressive worker. Promptly completes assigned task. Has over 11 years experience in Water, sewer and storm drain improvement projects. Has worked in projects of over$3million . Responsible and multi task worker. Martin Nava (Foreman/Labor) t Ode7o Responsibilities: Construction labored skilled, safety certified and progressive worker. Has over 11 fo years experience in Water, Sewer, and storm drain projects . Supervises small crew of 3 people r our emergency projects for Golden State Water Company, City of Santa Ana and City of Fullerton. Has worked in $3million dollar projects as labor and also pi City is a multitask worker. ..yak SQ�uL �e• ��K� rr 1 1 n'S. h-i, �,oS Cyr �- 4� aM—a� •�c� ��o� Lev ,e: �o� . CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771.1(a)), passed by the California State Senate on June 20,2014,established a new public works Contractor Registration Program,which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations(DIR). Currently the annual non-refundable registration fee for Contractors is $300. Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 http://www.dir.ca.gov/DLSE/PublicWorks/SB854FactSheet 6.30.14.pdf DIR's Contractor Registration Link—Call (844) 522-6734 https://efiling.dir.ca.gov/P WCR/ActionServlet?action=displayP W CRegistrationForm DIR's Contractor Registration searchable database: https:Hefiling.dir.ca.gov/PWCR/Search.action I am aware and will comply with the provisions of Labor Code Section 1771.1(a)which states: "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the 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 ve Contractor By Email ,f Title Date: y 1��0 PWC Registration #: I pbOOD(o r 1-� C-12 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax(714) 374-1573 ADDENDUM NUMBER ONE For Sunset Beach Water Main Project at Various Locations, CC1435 April 27, 2020 Notice to All Bidders: 1) Delete"Section F—Supplement to the Special Provisions" identified in the Table of Contents. This section has been deleted from the specifications. 2) Add Section C and Section D in the Specifications under Section 7—Measurement and Payment, 7-3.2, Bid Item Description for the following items: Add Section C to"Remove and Dispose of Existing Concrete Gutter", page E-27: C. This item includes saw cutting, removing, hauling, and disposing existing pavement section. Add Section C and Section D to "Asphalt Pavement Replacement Section", page E-27: C. This item includes saw cutting, removing, hauling, and disposing of existing pavement section and pavement fabric, if present, to the subgrade elevations indicated on the plans as required to construct the new improvements. D. This item provides pavement for both the base course (thickness varies) and a 1 Y2 inch finish course of AC pavement. Add Section C to"Base Replacement, page E-27": C. This item includes saw cutting, removing, hauling, and disposing existing pavement section." 3) Amend Sheet 11 of 35, Drawing C-106, of the Approved Plans per the attached "Revision 1"to modify the pipeline profile to include a 12-inch inverted siphon assembly. 4) Replace Bid Schedule C, pages C-2.6 and C-2.7, with attached "Bid Schedule C (revised 4/27/20 Addendum No. 1)"to modify the following Bid Items: a. Reduce quantity of Bid Item No. 5 from 105 LF to 80 LF. b. Add Bid Item No. 12 to include 12-inch Inverted Siphon Assembly. 1 of 21 Addendum No. 1 The bid opening date has not changed and will be May 5, 2020 at 10:00 AM. This is to acknowledge receipt and review of Addendum Number One, dated April 27, 2020. Company Name By Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Lili Hernandez at (714) 374- 5386. 2 of 21 Addendum No. 1 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER TWO For Sunset Beach Water Main Project at Various Locations, CC1435 April 30, 2020 Notice to All Bidders: 1) Replace the following Bid Schedules listed below with attached revised Bid Schedules dated 04/30/20 to change water service material from "polyethylene water service"to "polyethylene plastic coated copper tube water service" per City Specifications 02510.8: A. Bid Schedule D, pages C-2.8 to C-2.10, Bid Item No. 8. B. Bid Schedule E, pages C-2.11 to C-2.13, Bid Item No. 9. C. Bid Schedule F, pages C-2.14 to C-2.15, Bid Item No. 9. D. Bid Schedule G, pages C-2.17 to C-2.18, Bid Item No. 8. E. Bid Schedule H, pages C-2.19 to C-2.20, Bid Item No. 9 & 11. The bid opening date has not changed and will be May 5, 2020 at 10:00 AM. This is to acknowledge receipt and review of Addendum Number Two, dated April 30, 2020. vti v att✓ mot, 10 Compa y Name 4Byy (1%A �JAL�O Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Lili Hernandez at (714) 374- 5386. 1 of 11 Addendum No.2 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER THREE For Sunset Beach Water Main Project at Various Locations, CC1435 May 4, 2020 Notice to All Bidders: Please note the following clarification to the Contract Documents and Project Specifications: 1) Section Al, page A-ix, and Section B, page B-1, of the Project Specifications: Due to the COVID-19 pandemic, hand delivered bids will only be accepted between the hours of 9:00 AM and 10:00 AM, immediately outside of City Hall Civic Center entrance, on the day of bid opening. Bids will be publicly opened in the same area to allow for social distancing. It is advised that bidders arrive earlier than normal to deliver bids and allow for additional bid processing and acceptance times due to the safety measures described above. The bid opening date has not changed and will be May 5, 2020 at 10:00 AM. This is to acknowledge receipt and review of Addendum Number Three, dated May 4, 2020. ompany ame ny Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Lili Hernandez at (714) 374- 5386. 1 of 11 Addendum No. 3 NORTH AMERICAN SPECIALTY INSURANCE COMPANY BOND NO.: DOMGE-580 BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, DOMINGUEZ GENERAL ENGINEERING, INC., (hereinafter called the Principal), and NORTH AMERICAN SPECIALTY INSURANCE COMPANY, a corporation organized and doing business under and by virtue of the laws of the State of NEW HAMPSHIRE, and duly licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the laws of the State of CALIFORNIA, as Surety, are held and firmly bound unto CITY OF HUNTINGTON BEACH, (hereinafter called the obligee) in the sum equal to 10% of the accompanying bid of the Principal, not, however, in excess of TEN PERCENT OF THE TOTAL AMOUNT OF THE BID Dollars (10% OF THE BID AMOUNT), for the payment of which, well and truly to be made, we hereby bind ourselves and our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT WHEREAS, the above bounden Principal as aforesaid, is about to hand in and submit to the obligee a bid for SUNSET BEACH WATER MAIN VARIOUS LOCATIONS FROM ANDERSON STREET TO WARNER AVENUE, JOB/BID NO.: CC 1435, in accordance with the plans and specifications filed in the office of the obligee and under the notice inviting proposals therefore. NOW, THEREFORE, if the bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the principal thereupon by the said obligee, and said principal shall enter into a contract and bond for the completion of said work as required by law, then this obligation to be null and void, otherwise to be and remain in full force and effect. IN WITNESS WHEREOF, said principal and said Surety have caused these presents to be duly signed and sealed this 22ND day of APRIL, 2020. DOMINGUEZ GENERAL ENGINEERING, INC. BY: 1,� �I J==L� NORTH AM L ICAN SPECIALTY INSURANCE COMPANY BY: , � ��-✓ �� M.A TTHEW R. DOBYNS, Attorney-in-Fact CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CnnL CODE§1189 c State of California County of o 5 AK�r,S ' ` On 94w 14 0 9-0X0 before me, Isom I Se , Date Here Insert Name and TlMe f the 0 l Iv � personally appeared L-A Ur"3 Name( of Signer(s) 4 , 4 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 N.L.DOMINGUEZ person(s), or the entity upon behalf of which the Notary Public-California Z person(s) acted, executed the instrument. z - Los Angeles County > Z Commission=2214089 My Comm.Expires Sep 14,2021 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. � 1 WITNESS my hand and official seal. Signature: s Place Notary Seal Above Si ,a No ublic OPTIONAL Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Ir 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): 4 ❑ Individual ❑ Individual ❑ Partner—❑Limited ❑General ❑Partner —❑Limited ❑General ❑ Attorney in Fact ❑Attorney in Fact 4 ❑ Trustee ❑Trustee I ❑ Guardian or Conservator ❑Guardian or Conservator ❑ Other: ❑Other: Signer Is Representing: Signer Is Representing: 02012 National Notary Association •NationalNotary.org• 1-800-US NOTARY(1-800-876-6827) Item#5907 SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under laws of the State of New Hampshire,and having its principal office in the City of Overland Park,Kansas,and Washington International Insurance Company,a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Overland Park.Kansas,each does hereby make,constitute and appoint: RANDY SPOHN,MATTHEW R.DOBYNS,and ASHLEY M.SPOHN JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION($50,000,000.00)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9t1i of May,2012: "RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice President, the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company.. and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached." 14 yQUPPOfifG d : A.By ,`fir t`GO¢P' TS �e ; .. Steven P.Anderson,Senior Vice President of Washington International insurance Company SEALy12 1873 Wi q` &Senior Vice President of North American Specialty Insurance Company ^��' m oil By Michael A.lto,3emm• tce ress ent ol Washington International Insurance Company tWtaat &Senior Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this 14 day of FEBRUARY ,2018 • North American Specialty Insurance Company INIashington International Insurance Company State of Illinois County of Cook SS: On this 14 day of FEBRUARY ,2018 ,before me,a Notary Public personally appeared Steven P.Anderson ,Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Michael A.Ito, Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company,personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFICIAL SEAL M.KENNY Notag Public-State ulIllinois My Commission Erpitcs'lyouzort M.Kenny,Notary Public I I, Jeffrey Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company,do hereby certify that the above and foregoing is a true and correct cop),of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company,which is-still in full force and effect. IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this 22nd day of April 20 20 Jeffry Goldnerg,Vice President&Assistant Secretary of Washington Intenmttonal Insurance Company&North American Specialty Insurance Company CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of CALIFORNIA County of ORANGE Onz4HN FaD before me, ERIKA GUIDO, NOTARY PUBLIC, personally appeared MATTHEW R. DOBYNS ® who proved to me on the basis of satisfactory evidence to be the person{) whose name{) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity Oes), and that by his/heytheir signature) on the instrument the persons), or the entity upon behalf of which the person(s) acted, executed the instrument. ERIKA GUIDO COMM.#2190052 I certify under PENALTY OF PERJURY under the laws of the State of cli NOTARY PUBLIC CALIFORNIA o California that the foregoing paragraph is true and correct. ORANGE COUNTY ^' My comet.expires May 5,2021 �Q WITNESS my hand and official seal. C_'N _(_Ovao�� nature o otary ���� IO Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER ❑ PARTNER(S) ❑ LIMITED ® ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: ; NAME OF PERSON(S) OR ENTITY(IES) 0 I^� t1, \ v 1 _L • � JJ to ` S s C�l a > q a � � o � d v 9 p ,u L City of Huntington Beach a - 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachca.gov i ,Fe'��'�yoy P°' ♦ Office of the City Clerk Robin Estanislau, City Clerk August 12, 2020 GRFCO, Inc. P.O. Box 1747 Brea, CA 92822-1747 RE: Sunset Beach Water Main Project Various Locations from Anderson St. to Warner Ave.— CC No. 1435 Enclosed please find your original bid bond for CC-1435. Sincerely, eqiftll..' Robin Estanislau, CMC City Clerk RE:ds Enclosure Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand SECTION C GRFC0'.INC PROPOSAL �� P.O. 1747 822-1747 for the construction of SUNSET BEACH WATER MAIN PROJECT VARIOUS LOCATIONS FROM ANDERSON STREET TO WARNER AVENUE CC No. 1435 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 170 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find R�' V c-f in the amount of /U l6 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, Addenda No. Date Received a Bidder's Signature 1 5-Lt- 20 - - 2 s -"- 7v WT 3 -zv C-2 SECTION C PROJECT BID SCHEDULE A SUNSET BEACH WATER MAIN PROJECT, CC 1435 5TH STREET, 7TH STREET, LOTH STREET, 19TH STREET,AND 22ND STREET FROM NORTH PACIFIC TO SOUTH PACIFIC AVENUE BID ITEMS Item`No. Description Quantity Unit- Unit Cost Total Cost. (Extension) 5tn Street, 7tn Street, 10th Street, 19th Street and 22"d Street 1 Mobilization and Setup 1 LS $1 ,� $ 15,ca- 2 Demobilization & Cleanup 1 LS $ - $��- 3 Furnish Traffic Control in accordance with the City of Huntington Beach requirements, complete and in place. 1 LS $« ��� 4 Replace Signing and Striping per plan notes (G-003). 1 LS TOOL $ 5tn Street(Drawings C-101 and C-208) 5 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 100 LF so $a �� 6 Furnish and install temporary blow- off, including fittings, thrust blocks for testing and disinfection. 2 EA $ (� $ 7 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $� $ 8 Construct AC grind and overlay replacement as shown on these plans (C-208), complete and in place. 2,900 SF $ �— $ t400 "'- 9 Adjust existing manhole to grade. 1 EA $ b— ' $_� 10 Adjust water valve cover to grade. 5 EA $ 7t" Street (Drawing C-101) 11 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, , fittings, and appurtenances. 100 LF $ a-'- $a .(V— C-2.a I SECTION C PROJECT BID SCHEDULE A SUNSET BEACH WATER MAIN PROJECT, CC 1435 5TH STREET, 7TH STREET, LOTH STREET, 19TH STREET,AND 22ND STREET FROM NORTH PACIFIC TO SOUTH PACIFIC AVENUE Item No. Description Quantity Unit. Unit'C.ost Total Cost` (Extension) 12 Remove and salvage existing fire hydrant. Construct new fire hydrant assembly, including furnishing and installing new buried pipe, valve and appurtenances. 1 EA $ — $ 13 Furnish and install temporary blow- off, including fittings, thrust blocks for testing and disinfection. 2 EA $ $ 14 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $� $ Remove and dispose of existing 15 cross gutter and construct new cross concrete gutter as shown on these plans, complete and in place. 90 SF $ `��� $ �. 10th Street(Drawing C-102) 16 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, , fittings, and appurtenances. 96 LF 0-0— $ "C 17 Furnish and install temporary blow- off, including fittings, thrust blocks for testing and disinfection. 2 EA $ $ 18 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ $ 191" Street(Drawing C-103) 19 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 88 LF 20 Furnish and install temporary blow- off, including fittings, thrust blocks for testing and disinfection. 2 EA $ $�— C-2.2 SECTION C PROJECT BID SCHEDULE A SUNSET BEACH WATER MAIN PROJECT, CC 1435 5TH STREET, 7TH STREET, LOTH STREET, 19TH STREET, AND 22ND STREET FROM NORTH PACIFIC TO SOUTH PACIFIC AVENUE Item,No. Description Quantity" Unit Unit Cost` Total.Cost (Extension) 21 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ $ 22nd Street(Drawing C-103) 23 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, I 'r r�_ fittings, and appurtenances. 88 LF $L $ck 24 Furnish and install temporary blow- off, including fittings, thrust blocks for testing and disinfection. 2 EA $ $ 25 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ $ SUB-TOTAL BID AMOUNT (IN FIGURES)—SCHEDULE A $ �9 O� — SUB-TOTAL BID AMOUNT IN WORDS: �h fP,� ��y✓1df'�-�ySc� Note: Refer to Section 7, Measure and Payment for description of each Item on Bid Schedule. C-2.3 1 ` SECTION C PROJECT BID SCHEDULE B SUNSET BEACH WATER MAIN PROJECT, CC 1435 24TH STREET (DRAWINGS C-105 & C-202) BID ITEMS Item No: D"escciptio,n Quantity Unit Unit ''Total Cost Cost (Extension) 1 Mobilization and Setup 1 LS $ dam= $ an c "' 2 Demobilization 8 Cleanup 1 LS $ $ 3 Furnish Traffic Control in accordance with the City of Huntington Beach and Caltrans requirements, complete and inJ place. 1 LS IX $ 4 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, Qi and appurtenances. 314 LF $0 $ 5 Furnish and install 12-inch PVC water main (Caltrans ROW ) including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 78 LF $ _ $ 6 Furnish and install 6-inch x 12-inch Ductile Iron Cross 1 EA $ $ 7 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 3 EA $ $ 8 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ $ 9 Remove and re-construct sidewalk, including all labor, equipment, materials, as shown on these plans, completed and in place. 200 SF $ $ 10 Construct concrete curb and gutter as shown on these plans, complete and in I �,c� � place. 12 LF $OAT $ 11 Construct AC grind and overlay replacement, including all labor, equipment, and materials, as shown on these plans (C-202), complete and in f� _ place. 9,152 SF $l�_ $ 0-9)45b C-2.4 SECTION C PROJECT BID SCHEDULE B SUNSET BEACH WATER MAIN PROJECT, CC 1435 24TH STREET (DRAWINGS C-105 & C-202) Item.No. Description Quantity Unit Unit. Total Cost Cost (Extension).. 12 Adjust all water valve covers, drains, cleanouts, manholes, electrical, telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans (C-202), complete and in place. 1 LS $ $ t5 ,Q� 13 Remove and replace landscaping 1 LS $5 $ 14 Replace Signing and Striping per plan ' notes (G-003). 1 LS $ $ J ClAr- SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE B $ �a�� �Lp SUB-TOTAL BID AMOUNT IN WORDS: 1��. �.h�c�,rec� -�'we-�.'�S►k`�S� S��c �v�-c�ec� �+r�-�.`-�—Svx, �neP,�-c�1 eC,►�� Note: Refer to Section 7, Measure and Payment for description of each Item on Bid Schedule. C-2.5 SECTION C PROJECT BID SCHEDULE C (revised 4/27/20 Addendum No. 1) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 12 STREET (DRAWING C-106) & CUT-IN VALVES IN PACIFIC COAST HWY (DRAWING C-112) BID ITEMS Item No -Description Quantity Unit Unit Cost Total'Cost` i (Eztension) Alley North of 121 Street and Cut-in Valves in Pacific Coast Hwy 1 Mobilization and Setup 1 LS 2 Demobilization & Cleanup 1 LS $ $ 3 Furnish Traffic Control in accordance with the City of Huntington Beach and Caltrans requirements, complete and in p place. 1 LS Alley North of 120i Street (Drawings C-106) 4 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 17 LF $ 5MJ $ 6 Furnish and install 12-inch PVC water main (Caltrans ROVE including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 80 LF $ 5 $ � 6 Construct new fire hydrant assembly, including furnishing and installing new buried pipe, valve and appurtenances. 1 EA $ Ql 7 Furnish and install temporary blow-off, including fittings, thrust blocks for testing FF II and disinfection. 2 EA $O $ �c 8 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ $ 9 Remove existing and construct new curb, gutter, and median as shown on these plans, complete and in place. 1 LS $ " 10 Replace Signing and Striping per plan notes(G-003). 1 LS $S�, $_51D�Q— ADDENDUM NO. 1 C-2.6 SECTION C PROJECT BID SCHEDULE C (revised 4/27/20 Addendum No. 1) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 12 STREET (DRAWING C-106) & CUT-IN VALVES IN PACIFIC COAST HWY (DRAWING C-112) Item No Cost Quantity Unit Q­-escrip ion. f Cut-in Valves in Pacific Coast Hwy (C-1 12) 11 Furnish and install 8-inch Gate Valve (Caltrans ROW) including potholing, piping, fittings as shown on these plans, complete in place. 2 EA $IL l 12 Inverted Siphon, Refer to Sheet 11, Addendum No.1, including all 45 degree bends, hardware, thrust blocks, pipe, excavation, backfill, dewatering, removal of excess earth material, surface repair, complete and in place. 1 EA $_a5� $as SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE C $ C91 SUB-TOTAL BID AMOUNT IN WORDS: ITA .1 'j Note: Refer to Section 7, Measure and Payment for description of each Item on Bid Schedule. Note: Addendum No.1, revised the quantity in bid item No. 5, and created a new bid item No. 12. ADDENDUM NO. 1 C-2.7 01ul *z SECTION C PROJECT BID SCHEDULE D (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 26TH STREET (DRAWINGS C-107 & C-205) BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 1 Mobilization and Setup 1 LS 2 Demobilization & Cleanup 1 LS $ $ 3 Furnish Traffic Control in accordance with the City of Huntington requirements, complete and in place. 1 LS $� ,L 4 Conduct preconstruction of existing survey homes and street as required by the Contract Documents, including preparation and submission of all required reports, videos and photographs. 1 LS $15 CAD $ 5 Furnish and install 6-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 180 LF $0 $ 6 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 1 EA 7 Construct new 4-inch Blow-off Assembly, including furnish and installing new buried pipe, valve and appurtenances. 1 EA $ 1Q, $ tg�),OLM— 8 Furnish and install 1-inch polyethylene coated copper tube water service, including pipe fittings, valves, and connection to existing water meter assembly. 6 EA $ $q, 9 Construct temporary below grade water 2-inch service and connect to existing water meters including temporary 2-inch hot tap to existing 6-inch Asbestos ,c� � Cement pipeline. 1 LS $� $E Qom-' ADDENDUM NO.2 C-2.8 SECTION C PROJECT BID SCHEDULE D (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 26TH STREET (DRAWINGS C-107 & C-205) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 10 Remove and cap temporary 2-inch connection to existing 6-inch AC pipeline. 1 EA $ $ 11 Cut, cap, and abandon existing waterline and appurtenances and legally dispose of existing Asbestos Cement pipeline. 1 LS $J�DDD— $ 5cL`&- 12 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ 13 Construct new alley concrete gutter as shown on these plans (C-205), complete and in place. 850 SF $ «— $t5, 14 Construct AC pavement replacement, including all labor, equipment, and materials, as shown on these plans (C- _ 205), complete and in place. 78 TONS $ $ (`�, 15 Construct base replacement, including all labor, equipment, and materials, as shown on these plans (C-205), complete CU //�� and in place. 58 YDS $ ` 0— $ c�r�l7- 16 Furnish and Install Redwood Header. 8 LF $L= $ ��- 17 Adjust existing water meter to grade. 6 EA $ $ 18 Adjust water valve cover to grade. 2 EA $ LkD&— $ 19 Adjust cleanouts, sewer cover, drain, electrical, telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans (C-205), complete and in place. 1 LS $(o, $ 20 Install Temporary"Parking By Permit Only' signs along Greenbelt on North and South Pacific Avenue. 2 EA $s�t�D— $ (Poo-- 21 Replace Signing and Striping per plan r notes (G-003). 1 LS $ $ (oj OL�&" ADDENDUM NO.2 C-2.9 AddZ SECTION C PROJECT BID SCHEDULE D (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 26TH STREET (DRAWINGS C-107 & C-205) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 22 Remove and salvage existing (wharf)fire hydrant including removing valves and abandoning lateral in place. 1 EA $ $ C�l 7�_ SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE D $ SUB-TOTAL BID AMOUNT IN WORDS: �U�D ��✓'�-�� I'�tir�,t.;��i�)v�- -�1tic�15..�.�� fir- I.,a.��nc�-e � -?�SCI�_-�"�ral 2s� Note: Refer to Section 7, Measure and Payment for description of each Item on Bid Schedule. Note: Addendum No.2, Revised Bid Item No. 8 to polyethylene coated copper tube water services. ADDENDUM NO.2 C-2.10 SECTION C PROJECT BID SCHEDULE E (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 25TH STREET (DRAWINGS C-108 & C-204) BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 1 Mobilization and Setup 1 LS $lac $ly 2 Demobilization & Cleanup 1 LS $ $ 7- 1 3 Furnish Traffic Control in accordance with the City of Huntington requirements, complete and in place. 1 LSC - 4 Conduct preconstruction of existing survey homes and street as required by the Contract Documents, including preparation and submission of all required reports, videos and photographs. 1 LS $ $ 5 Furnish and install 6-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, _ and appurtenances. 221 LF $cJ` $ 5-- 6 Remove existing 10-inch tee, replace with 10-inch diameter DR 14 PVC AWWA C900 pipeline, and 10-inch DI gate valve. 1 LS $ ( $ 7 Abandon existing 10-inch Asbestos Cement pipeline in place and plug ends. 1 LS $y a - $ 30m- 8 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 2 EA $ $ �, - 9 Furnish and install 1-inch polyethylene coated copper tube water service, including pipe fittings, valves, and connection to existing water meter assembly. 14 EA $ _� - 10 Construct temporary below grade water 2-inch service and connect to existing water meters including temporary 2-inch hot tap to existing 6-inch Asbestos Q Cement pipeline. 1 LS $gam $ l L „ ADDENDUM NO.2 C-2.11 SECTION C PROJECT BID SCHEDULE E (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 25TH STREET (DRAWINGS C-108 & C-204) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 11 Remove and cap temporary 2-inch hot tap connection to existing 6-inch AC pipeline. 1 EA $5,�- $ 12 Cut, cap, and abandon existing waterline and appurtenances and legally dispose _ of existing Asbestos Cement pipeline. 1 LS $ 13 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ $ _ 14 Construct new alley concrete gutter as shown on these plans (C-205), complete and in place. 870 SF $ $ 15 Slurry seal street, including all labor, equipment, and materials, as shown on these plans (C-204), complete and in place. 130 SF $ `�(�� $q C 16 Construct AC pavement replacement, including all labor, equipment, and materials, as shown on these plans (C- _ 205), complete and in place. 91 TONS $ $ �� 17 Construct base replacement, including all labor, equipment, and materials, as shown on these plans (C-205), complete Cu and in place. 68 YDS $ [W— $ 18 Furnish and Install Redwood Header. 30 LF $ fg�— $ 19 Adjust existing water meter to grade. 14 EA $4QQ— $ �J 20 Adjust water valve cover to grade. 3 EA $ $ 21 Adjust cleanouts, sewer cover, drain, electrical, telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans (C-205), complete and in place. 1 LS $ 22 Remove existing concrete gutter. 360 SF $ �'-" $ ( �— ADDENDUM NO.2 C-2.12 pdd*-2-- SECTION C PROJECT BID SCHEDULE E (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 25TH STREET (DRAWINGS C-108 & C-204) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 23 Install Temporary"Parking By Permit Only" signs along Greenbelt on North and South Pacific Avenue. 2 EA $ � 24 Replace Signing and Striping per plan notes (G-003). 1 LS $ - $ S,WD' SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE E $ SUB-TOTAL BID AMOUNT IN WORDS: Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. Note: Addendum No.2, Revised Bid Item No. 9 to polyethylene coated copper tube water services. ADDENDUM NO.2 C-2.13 SECTION C PROJECT BID SCHEDULE F(revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 PARK AVENUE (DRAWINGS C-109& C-203) BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 1 Mobilization and Setup 1 LS $ $ X0- 2 Demobilization & Cleanup 1 LS $ SL�J 3 Furnish Traffic Control in accordance with the City of Huntington and Caltrans ,� requirements, complete and in place. 1 LS $ $ 6L 4 Conduct preconstruction of existing survey homes and street as required by the Contract Documents, including preparation and submission of all required reports, videos and ���_ $ (. � photographs. 1 LS 5 Furnish and install 6-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 266 LF $ $ 59 6 Furnish and install 6-inch PVC water main (Caltrans ROW)including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 25 LF $ $ 0 t 7 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 1 EA � — $ 3� - 8 Construct new 4-inch Blow-off Assembly, including furnish and installing new buried pipe, valve and appurtenances. 1 EA $ $ 9 Furnish and install 1-inch polyethylene coated copper tube water service, including pipe fittings, valves, and connection to existing water meter assembly. 10 EA ilia' $ �"1 00)' 10 Cut and cap existing 3-inch pipeline at valve including furnishing and installing $ the necessary appurtenances in place. 1 EA ADDENDUM NO.2 C-2.14 f\ 2— SECTION C PROJECT BID SCHEDULE F(revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 PARK AVENUE (DRAWINGS C-109 & C-203) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 11 Cut, cap, and abandon existing waterline and appurtenances in place. 1 LS $�Jl� $ 0 12 Chlorination and testing of all new water main and appurtenances, complete and ��,� in place. 1 LS $ 3 u w— 13 Construct new cross concrete gutter as shown on these plans (C-203), within Caltrans ROW, complete and in place. 160 SF $��= $ 14 Slurry seal street, including all labor, equipment, and materials, as shown on these plans (C-203), complete and in place. 5,800 SF 15 Replace Signing and Striping per plan notes (G-003). 1 LS $( I ,i✓ $ SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE F $ 3I , SUB-TOTAL BID AMOUNT IN WORDS: Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. Note: Addendum No.2, Revised Bid Item No. 9 to polyethylene coated copper tube water services. ADDENDUM NO.2 C-2.15 2 SECTION C PROJECT BID SCHEDULE G(revised 4/30/20 Addendum No. 2 SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 24TH STREET (DRAWINGS C-110 & C-206) BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 1 Mobilization and Setup 1 LS $ — 2 Demobilization & Cleanup 1 LS $ $aQC"l- 3 Furnish Traffic Control in accordance with the City of Huntington requirements, complete and in place. 1 LS `��L $1 4 Conduct preconstruction of existing survey homes and street as required by the Contract Documents, including preparation and submission of all required reports, videos and / photographs. 1 LS $ -' - $ `T ca - 5 Furnish and install 6-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, '' /I and appurtenances. 190 LF s-- $ t' 6 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 1 EA llao $ 7 Construct new 4-inch Blow-off Assembly, including furnish and installing new buried pipe, valve and appurtenances. 1 EA �� $L 8 Furnish and install 1-inch polyethylene coated copper tube water service, including pipe fittings, valves, and connection to existing water meter assembly. 13 EA $ 3 -- 9 Remove and salvage existing (wharf)fire hydrant including removing valves and abandoning lateral in place. 1 EA $ $ l 10 Construct temporary below grade water 2-inch service and connect to existing water meters including temporary 2-inch hot tap to existing 6-inch Asbestos } Cement pipeline. 1 LS $ $ .1DDENDUN1 NO.2 C-2.16 SECTION C PROJECT BID SCHEDULE G(revised 4/30/20 Addendum No. 2 SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 24TH STREET (DRAWINGS C-110 & C-206) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 11 Remove and cap temporary 2-inch hot tap connection to existing 6-inch AC pipeline. 1 EA $(a�-x $ �J 12 Cut, cap, and abandon existing waterline and appurtenances and legally dispose of existing Asbestos Cement pipeline. 1 LS $gfiDD- $ 13 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ � $ 3 Lit 14 Construct new alley concrete gutter as shown on these plans (C-205), complete � aa and in place. 930 SF � $ J�'J 15 Construct AC pavement replacement, including all labor, equipment, and materials, as shown on these plans (C- 205), complete and in place. 80 TONS $ c 16 Construct base replacement, including all labor, equipment, and materials, as shown on these plans (C-205), complete Cu and in place. 60 YDS $L(DO $ ( GDJ 17 Furnish and Install Redwood Header. 51 LF $ s— $ 18 Adjust existing water meter to grade. 13 EA $ $ 19 Adjust water valve cover to grade. 2 EA $ifEE $ 20 Adjust cleanouts, sewer cover, drain, electrical, telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans (C-205), cf complete and in place. 1 LS $'t'�� 21 Install Temporary"Parking By Permit Only"signs along Greenbelt on North and South Pacific Avenue. 2 EA $ $ 22 Replace Signing and Striping per plan notes (G-003). 1 LS $ $ _ ADDENDUM NO.2 C-2.17 A dd *2 SECTION C PROJECT BID SCHEDULE G (revised 4/30/20 Addendum No. 2 SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 24TH STREET (DRAWINGS C-110 & C-206) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE G $ � ; SUB-TOTAL BID AMOUNT IN WORDS: Note: Refer to Section 7, Measure and Payment for description of each Item on Bid Schedule. Note: Addendum No.2, Revised Bid Item No. 8 to polyethylene coated copper tube water services. ADDENDUM NO.2 C-2.18 Acbl--I� 2 SECTION C PROJECT BID SCHEDULE H (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT,CC 1435 ALLEY BETWEEN 12TH& 13TH AND PECAN & ACACIA (DRAWINGS C-111 & C-207) BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 1 Mobilization and Setup 1 LS �$ � $ 2 Demobilization & Cleanup 1 LS ✓W $ 0000- 3 Furnish Traffic Control in accordance with the City of Huntington requirements, ,� complete and in place. 1 LS $BUY $ L9cvo- 4 Conduct preconstruction of existing survey homes and street as required by the Contract Documents, including preparation and submission of all required reports, videos and photographs. 1 LS $ $ 5 Furnish and install 6-inch PVC water main including but not limited to potholing, shoring, pipe valves,fittings, and appurtenances. 421 LF $ $ - 6 Furnish and install 6-inch gate valve I EA $ $ 7 Remove and salvage existing fire hydrant including removing valves and abandoning lateral in place. 1 EA $ 8 Construct new fire hydrant assembly, including furnishing and installing new buried c�.�,� pipe, valve and appurtenances. 1 EA b�t� L Q C — 9 Furnish and install 1-inch polyethylene coated copper tube water service, including pipe fittings, valves, and connection to T�A� existing water meter assembly. 1 EA � - $ 10 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 2 EA $� r� J $ U� 11 Furnish and install 1-inch polyethylene coated copper tube water service, including pipe fittings,valves, and connection to existing water meter assembly. 23 EA ' $ 12 Cut, cap, and abandon existing waterline `�,� and appurtenances in place. 1 LS $ ADDENDUM NO.2 C-2.19 SECTION C PROJECT BID SCHEDULE H (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY BETWEEN 12TH & 13TH AND PECAN & ACACIA(DRAWINGS C-111 & C-207) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 13 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS � r f 14 Construct new alley concrete gutter as shown on these plans (C-207), complete and in place. 955 SF $ — $ Q — 15 Construct alley approach, including all labor, equipment, materials, as shown on these d $/��, plans(C-207), completed and in place. 3 EA WO- 16 Construct AC pavement replacement, including all labor, equipment, and materials, as shown on these plans (C-205), complete and in place. 155 TONS ) ``J� $ 17 Construct base replacement, including all labor, equipment, and materials, as shown on these plans(C-205), complete and in CU place. 114 YDS $I 18 Furnish and Install Redwood Header. 20 LF $ e Z $ 19 Adjust existing water meter to grade. 23 EA $ ` :(C D— $ 9 20 Adjust water valve cover to grade. 3 EA $ $ �- 21 Adjust cleanouts, sewer cover, drain, electrical, telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans(C-205), complete i (C�y� and in place. 1 LS $ $ `[�f+J� 22 Replace Signing and Striping per plan notes (G-003). 1 LS $ (� SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE H $ � r 0— SUB-TOTAL BID AMOUNT IN WORDS: Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. Note: Addendum No.2, Revised Bid Item No. 9&11 to polyethylene coated copper tube water services. ADDENDUM NO.2 C-2.20 SECTION C PROJECT BID SCHEDULE I SUNSET BEACH WATER MAIN PROJECT, CC 1435 SURVEY MONUMENT PRESERVATION (APPENDIX Q) AND SEWER HOUSE LATERAL REMODELING BID ITEMS Item No. ' Description. Quantity Unit Unit Cost Total Cost (Extension) Reset or Re-establish Survey 1 Monuments per Requirements described in Appendix Q of Contract Documents. 16 EA Remodel existing sewer house 2 connection laterals conflicting with $ ` proposed waterline. 20 EA SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE 1 $ 41C.9 Lkm- SUB-TOTAL BID AMOUNT IN WORDS: Note: 1) Refer to Section 7, Measure and Payment for description of each Item on Bid Schedule. 2) Bid Item No. 2 - The exact quantity and location of sewer house connection laterals are unknown. If the actual quantity does not comply with the 2018 Green Book quantity percentage requirements, the City reserves the right to renegotiate unit cost for this bid item. Sewer house lateral remodeling bid items include the following streets listed below: i) Alley North of 261h Street ii) Alley North of 25th Street iii) Park Avenue iv) Alley North of 24th Street v) Alley Between 12th, 13th, Pecan and Acacia Streets C-2.21 SECTION C PROJECT BID SCHEDULE TOTALS Sunset Beach Water Main Project Various Locations Cash Contract No. 1435 SUB-TOTAL BID SCHEDULE A $ SUB-TOTAL BID SCHEDULE B $ SUB-TOTAL BID SCHEDULE C $ -� SUB-TOTAL BID SCHEDULE D $ SUB-TOTAL BID SCHEDULE E $ SUB-TOTAL BID SCHEDULE F $ SUB-TOTAL BID SCHEDULE G $ (94 SUB-TOTAL BID SCHEDULE H $ SUB-TOTAL BID SCHEDULE 1 $ TOTAL BID AMOUT, BASIS OF AWARD (Schedules A- 1) TOTAL BID AMOUT, BASIS OF AWARD IN WORDS: Notes: All extensions of unit prices will be subject to verification by Owner. In case of a verification between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.22 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 cuss 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 5 S?o , at P�•S ,r.A Date City State (5�?Cpr- e' r'o 5 , being first duly sworn, deposes and says that he or she is of GRFC0t NC- 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. ING r e of Bidd r Signatur�a/of Bidder GRFCO, INC. Address of Bidder P.O.IBUX 1 747 BREA,CA 92822-1747 C-4 CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA } COUNTY OF RIVERSIDE _ } On_Z`41 l 0,26Abefore me, , James Craig Jackson Notary Date Insert Name and Title of the officer Public, personally appeared _ _George Frost Nome(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. ------------------ 1AMES CRAIG JACKSON WITNESS my hand and official seal. COMM#2273664 a w ± NOTARY PUBLIC-CALIFORNIA a " RIVERSIDE COUNTY - / My Commission Expires Dec.31,2022 7 Signature: _ --------------------------------------------------------------- OPTIONAL------------------------------------------------------------.. Though this section is optional, completing this information can deter alteration of the document or fraudulent attachment 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) Signers Name: George Frost Signers Name: 0 Corporate Officer—Title(s) President&Secretary _ ❑ 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: GRFCO,Inc. Signer is Representing:_ 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 SUNSET BEACH WATER MAIN PROJECT, VARIOUS LOCATION FROM ANDERSON STREET TO WARNER AVENUE, CC NO. 1435, (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. INC ontractor By Title Date: 5 2U 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 Q 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. LNC. ontractor By Pry� Title Date: 2515120 C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: GRFCO, INC. Bidder Name Y.O.BOX 1747 BREA,CA 92822-1747 Business Address City, State Zip Telephone Number Email Address T— ;?S/CO/3 State Contractor's License No. and Class 2 /.7i //97I-/ Original Date Issued 7 31 �► Expiration bate The work site was inspected by Ff-r-�4 of our office on , 202a. The following are persons, firms, and corporations having a principal interest in this proposal: QRFM INC- The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and ons set forth. Co pany Name Signature der r Fro 5T- Printed or Typed Signature C-8 NOTARY CERTI,FIICATE Subscribed and sworn to before me this 5 day of / 12020 . 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 �a ) County of On before me, 1� t g�c���C s dr. �Uo> P�-�-�J�' C Mo th, Day, and Year Insert Name and Title of Notary personally appeared F-o S'f game(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. NMNNNNN�N . WITNESS my hand and official seal. JAMES CRAIG JACK;: COMM#2273664 NOTARY PUBLIC-CkLIFCi- r RIVERSIDE COUNTY My Commission Expires Dec.3I. N • Signature Signature f otary Public (PLACE NOTARY SEAL ABOVE) J S CRA[~�G JgCICSpIV cc, COMM#2273664 > ° NOTARY PUBLIC-CALIFORNIA A RIVERSIDE COUNTY My Commission Expires Dec.31,2022 C-9 CONTRACTORS STATE LICENSE BOARD ACTIVE LICENSE 291013 EmrO C0RP .,. GRFCO INC DBA ONSITE KRUSHING A E:airmm Dal. 07/31/2021 www.cslb,ca.gov �� heck'A License - License Detail Page 1 ot' Contractor's License Detail for License # 291013 )ISCLAIMER: A license status check provides information taken from the CSLB license latabase. Before relying on this information, you should be aware of the following limitations. CSLB complaint disclosure is restricted by law(B&P 7124.6)If this entity is subject to public complaint disclosure,a link for complaint disclosure will appear below.Click on the link or button to obtain complaint and/or legal action information. Per B&P 7071.17,only construction related civil judgments reported to the CSLB are disclosed. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. Due to workload,there may be relevant information that has not yet been entered onto the Board's license database. Business Information GRFCO INC dba ONSITE KRUSHING P O BOX 1747 BREA, CA 92822-1747 Business Phone Number:(951)657-8887 Entity Corporation Issue Date 02/21/1974 Reissue Date 07/02/2009 Expire Date 07/31/2021 License Status This license is current and active. i i All information below should be reviewed. Classifications A. GENERAL ENGINEERING CONTRACTOR Bonding Information Contractor's Bond This license filed a Contractor's Bond with THE GUARANTEE COMPANY OF NORTH AMERICA USA. :Bond Number: 12110499 !Bond Amount: $15,000 ,Effective Date: 01/01/2016 Contractor's Bond History _.- Bond of Qualifying Individual The qualifying individual GEORGE ROGER FROST certified that he/she owns 10 percent or more of the voting stock/membership interest of this company;therefore,the Bond of Qualifying Individual is not required. j 'Effective Date: 07/02/2009 ...___--_.----_- Workers' Compensation __......... .- ----- ----- —_—--------- -_--_ ------- _.— _ _ . _ IPn employee service group holds the workers compensation insurance. -Policy Number:C66007297 'Effective Date: 12/24/2018 ':Expire Date: 12/01/2019 iWorkers' Compensation History it„�•//�ar�ana�7 rclh ra ornv/(lnlinPCPr��ir.Pc/("hPrkT .ir.PncPTT/T .irPncPTlPtail acnx?T .i 7/4/�fl Personnel List rage 1 01 1 Home I Online Services I License Detail I Personnel List Contractor's License Detail (Personnel List) Contractor 291013 License # Contractor GRFCO INC Name Click on the person's name to see a more detailed page of information on that person Personnel Currently Associated with License Name GEORGE ROGER FROST Title RMO / CEO / PRES Association 02/21/1974 Date Classification A Additional There are additional classifications that can be viewed by Classification selecting this link. CSLB Email Login httns://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/Personn... 7/9/2019 Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of potable water pipelines within the public right of way, working within major arterials, streets and alleys and in close proximity to other existing underground utilities, and in area containing high ground water. The area Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. 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. � /�#C,C J Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 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 GRFCO, INC. Contract References City of Alhambra-$3,090,517 "Sewer Lift Station No. 4 Rehabilitation" Contact: Mr. Chris Marquardt(760)201-3497 Start: Jan' 20-Complete: In Progress Project Summary: Wet Well Lift Station at 27VF,Solid Sheeted Shoring System,950' of 8" Force Main,AC Paving, 350' of 10" VCP, Dewatering City of San Clemente-$785,650 "Via Montego Storm Drain" Contact: Mr.Amir Ilkhanipour(949) 361-6140 Start: Oct' 19-Complete: In Progress Project Summary: 675'of 36" RGRCP, Catch Basins,Junction Structures,Jacking, Paving City of Alhambra-$8,287,063 "Lift Station No. 2 Replacement Project" Contact: Mr. Chris Marquardt (760) 201-3497 Start: Feb' 18-Complete: Dec'19 (on time) Project Summary: Wet Well Lift Station at 39 VF,Solid Sheeted Shoring System,4764' of 21" (to 8") Sewer,Jack Casing Under Fwy, Dewatering City of Fullerton-$196,616 "Skyline Drive Sewer" Contact: Mr. Pete Acosta (714) 732-9060 Start: October' 19-Complete: Nov'19 (on time) Project Summary: 480' of 8" VCP, Chain Link Fence/Gate, Rip-rap, Manholes City of Arcadia-$81,600 "Miscellaneous Sewer Main Repair Project" Contact: Mr. Deen Buharie (626)254-2723 Start: May'19-Complete:June' 19(On time) Project Summary: Sewer Main and MH Repair City of Pasadena-$111,215 "Storm Drain Repairs" Contact: Mr.Alberto Vargas (626) 744-7594 Start:April' 19-Complete: May' 19 (on time) Project Summary: Catch Basin Repair, Flatwork, Reline Drain Coachella Valley Water District-$675,207 "Varner Road 36"Sewer Improvements" Contact: Mr. Michael Dietrick(760) 861-3598 Start:Jan'19- Complete April'19 (on time) Project Summary: 1195'of 36" PVC at 18VF,6—72" MH's City of Fullerton-$1,896,564 "Valencia Dr. Infrastructure Improvements" Contact: Mr. Pete Acosta (714)732-9060 Start:July' 18-Complete:Jan' 19 (on time) Project Summary: Slipline 2581' of Fusible 10" HDPE,Street Reclamation Rev 3/26/2020 City of Alhambra-$2,762,097 "Valley Blvd Phase II Sewer Replacement" Contact: Mr. Dennis Ahlen (626) 945-6385 Start:June' 17-Complete:Jan'18 (on time) Project Summary: 2648' of 30" (to 15")VCP at 17VF,T-lock Manholes, Rubber AC Overlay,Jack 36" Steel Casing, Rehab M H's City of Inglewood-$1,742,765 "Water Main Replacement Project Phase 8" Contact: Mr. Boytrese Osias (310)412-5358 Start: Feb' 17-Complete:July' 17 (on time) Project Summary: 8717' of 12" DIP,Tie-in Connections, Services City of Fullerton-$491,000 "Kimberly Storm Drain" Contact: Mr. Pete Acosta (714) 732-9060 Start: May' 17-Complete:July' 17 (on time) Project Summary: 740' of 60" RCP,Junction Structures, Catch Basins City of Fullerton-$331,952 "Misc. Storm Drain Improvements" Contact: Mr. Pete Acosta (714) 732-9060 Start: March' 17-Complete: May' 17 (on time) Project Summary: 326' of 24" and 12" RCP, Impact Basin Structure, Catch Basins Home Gardens Sanitary District-$868,257 "2016 CIP Sewer Improvements" Contact: Mr.Charlie McKinley(951) 294-2499 Start: November' 16-Complete:Jan 17' (on time) Project Summary: 2345' of 15"to 8"VCP at 15VF, Paving, Hard Rock Excavation City of Compton-$5,872,634 "Compton/Wilmington Ave. Sewer Replacement" Contact: Mr.Safa Kamangar(949)637-3999 Start:June' 16-Complete: Feb' 17 (on time) Mr.John Strickland (310) 761-1422 Project Summary: 5760'of 15" to 10"VCP at 18VF, Manholes,Sewer Well at 28 VF, Paving, Pipe Bursting City of El Cajon-$418,187 "Fletcher Parkway Sewer" Contact: Mr. David Keltner(619)441-1653 Start: May' 16-Complete: August'16(on time) Mr. Duane Jackson (619) 887-1005 Project Summary: 1692'of 10" &8" PVC, Manholes, Paving City of Inglewood-$275,394($92,587) "Sewer Point Repair Project Phase 3"(and Water Valves) Contact: Mr. BoytreseOsias (310)412-5358 Start: April'16-Complete: May' 16(on time) Project Summary: 63 Sewer Point Repairs, (Replace 22 Water Valves) City of Santa Fe Springs-$614,493 1-5 Water Main Relocation" Contact: Mr. Frank Beach (562)447-4924 Start:January'16-Complete: April'16(on time) Project Summary: 2180' of 12" DIP, Double Check Backflow Preventors Rev 3/26/2020 City of Pasadena-$1,537,621 "Lake Ave. Ductile Iron Water Mains" Contact: Mr. Adolfo Vargas (626)477-4331 Start:June'15-Complete: March'16 (on time) Project Summary: 6290' of 12' DIP,Services, Paving Los Angeles County Sanitation Districts-$479,325 "Madison Street Trunk Sewer" Contact: Mr. Dan Cory(310)701-4925 Start:September'15-Complete: February'16(on time) Project Summary: Slipline 1389'of 8" Fusible HDPE in 12" Steel Casing City of Bradbury-$101,475 "Mount Olive Sewer, Phase II)" Contact: Mr. Cody Howing(909)594-9702 Start: December'15-Complete: February'16(on time) Project Summary: 300'of 8"VCP, Manholes, Paving City of Rancho Palos Verdes-$80,506 "Roan Road Storm Drain" Contact: Mr.Alan Braatvedt(310) 525-0684 Start: October'15-Complete: December'15 (on time) Project Summary: Place 18" Fusible HDPE Pipe on Severe Slope City of Arcadia-$104,370 "First Avenue Storm Drain" Contact: Mr. Kevin Merrill (626) 574-5481 Start: October'15-Complete: November'16(on time) Project Summary: 278' of 30" RCP, Paving City of Fullerton-$646,380 "Nutwood Ave. Sewer Replacement" Contact: Mr. Pete Acosta (714) 732-9060 Start: May'15-Complete:July'15 (on time) Project Summary: 2475' of 12" VCP, Manholes, Paving Helix Water District-$184,087 "Large Valve Replacement Project 4458" Contact: Mr. Billy Gaston (619) 944-1042 Start: April' 15-Complete:June'15 (on time) Project Summary: Remove and Replace 6 large Valves California Dept. of Park and Recreation-$291,362 "San Onofre Main Waterline Replacement" Contact: Mr.James Buenviaje (619) 208-3716 Start: March'15-Complete: May'15 (on time) Project Summary: 5600'of PVC Water Pipe City of Orange-$45,000 "Feather Hill Drive Storm Drain" Contact: Mr. Alan Truong (714) 744-5568 Start: March'15-Complete: March'15 (on time) Project Summary: Place 24" RCP and 8" PVC Drains Rev 3/26/2020 City of San Clemente-$94,665 "Recycled Water Meter Services" Contact:Mr. Greg Deist(949) 337-3139 Start: February'15- March'15 (on time) Project Summary: Construct Recycled Water Services City of Newport Beach-$1,289,560 "Storm Drain Improvements" Contact: Mr. Peter Tauscher(949) 644-3316 Start: September'14—Complete: February'15 (on time) Project Summary: Placement of 5 Hydrodynamic Separation Units, Solid Sheeted Shoring System at 42VF, Dewatering City of Inglewood-$840,803 "Sewer Point Repair Project-Phase II" Contact: Mr. BoytreseOsias (310)412-5358 Start:July'14—Complete: November' 14(on time) Project Summary: 147 Sewer Point Repairs Central Basin Municipal Water District-$1,906,933 "Recycled Water Main" Contact: Ms.Amy Amirani (949) 295-5189 Start:June'14—Complete: November'14(on time) Project Summary: 2346' of 24" CML&C Steel Pipe,lack casing under 5 fwy City of Chula Vista-$638,485 "Industrial Blvd Sewer Improvement" Contact: Mr. Mike Schedine (619) 397-6119 Start:June'14—Complete:September'14 (on time) Project Summary: 1300'of 18" PVC, Manholes City of Fountain Valley-$1,364,289 "Garfield Sewer Replacement" Contact: Mr.Temo Galvez (714) 593-4517 Start:January'14—Complete:July'14(on time) Project Summary: 2475' of 10" and 8" PVC, Dewatering,Sewer Bypass,T-lock Manholes County of San Diego-$1,625,999 "Trunk D Sewer Improvements" Contact: Mr. Hasem El-bahsh (619) 306-8151 Start:June'13—Complete: May'14(on time) Project Summary:Jack and Open Cut 2225'of 18" PVC/HDPE, Manholes, Paving Los Angeles County Sanitation District-$1,902,712 "Union Street Trunk Sewer" Contact: Mr.Ted Brodeur(310) 701-4935 Start:June'13—Complete: February'14(on time) Project Summary:Jack and Open Cut 993' of 18" Fiberglass Pipe, Manholes, Gas Probe Relocation San Bernardino Associated Governments (SANBAG)-$384,900 "E Street Storm Drain" Contact: Mr. Casey Daily(909)884-8276 Start: December'13—Complete:January'14(ontime) Project Summary: 485' of 36" RCP, Catch Basins, Manholes,AC Paving City of Santa Fe Springs-$301,302 "5 Freeway Water Main" Contact: Mr. Frank Beach (562) 868-0511 Ext. 7568 Start: October'13—Complete: December'13 (ontime) Project Summary: 770' of 12" DIP,Testing, R&R Pipe in Casing Rev 3/26/2020 Los Angeles County Sanitation District-$572,850 "Puente Hills Landfill Drainage Improvements" Contact: Mr. Kurt Greeb (310)710-1663 Start:April'13—Complete: August'13 (on time) Project Summary: 700' of 42" HDPE Pipe, 1516' of Trapezoid Channels,Structures Allstate Engineering/W.J. Lent Contracting Services-$353,544 "Vandenberg AFB—Demolish Housing" Contact: Mr. Leonard Reyes (951) 746-8653 Ext. 7568 Start:Apr1l'13—Complete: August'13 (on time) Project Summary: Reduce 91,362 Tons of Asphalt/Concrete to 2" Minus TEG/LVI Environmental Services, Inc. -$375,615 "Downey Studios" Contact: Mr. Lon Omori (562)407-0570 Start: April' 13—Complete:June' 13 (on time) Project Summary: Reduce 148,871 Tons of Asphalt/Concrete to 1" Minus City of Fullerton-$259,660 "Euclid Sewer Replacement" Contact: Mr. Pete Acosta (714) 732-9060 Start: February'13—Complete: March'13 (on time) Contact: Mr. Eric Villagracia (714) 738-6853 Project Summary: 1285' of 10" VCP, Manhole Paving City of Fullerton-$50,000 "Morningside Manholes" Contact: Mr.Tony Reynoso (714)412-1116 Start: September'2013—Complete: September' 13 (on time) Project Summary: Remove/Replace T-lock Manholes Rev 3/26/2020 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental 'relevant project history in addition to the projects listed herein. Name of proposed Project Manager Telephone No. of proposed Project Manager: t;71e-!> 5`I Z — Y-7l 2. CA-E�---C P-04p-�ec-� K-vi 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. S-+- Name of proposed Superintendent Telephone No. of proposed Superintendent43/O-) g 91 - zo 80 Project Name& Contract Amount Type of Work Date C mpleted Project Name & Contract Amount Type of Work Date Completed Project Name& Contract Amount Type of Work Date Completed C-I 1 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771.1(a)), passed by the California State Senate on June 20,2014,established a new public works Contractor Registration Program,which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations(DIR). Currently the annual non-refundable registration fee for Contractors is $300. Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 http://www.dir.ca.gov/DLSE/PublicWorks/SB854FactSheet 6.30.14.pdf DIR's Contractor Registration Link—Call (844) 522-6734 https:Hefiling.dir.ca.gov/PW CR/ActionServiet?action=displayP WCRegistrationForm DIR's Contractor Registration searchable database: https:Hefiling.dir.ca.gov/PWCR/Search.action I am aware and will comply with the provisions of Labor Code Section 1771.1(a) which states: "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the 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 t E#RFGO.INC. Co ractor By Email Title Date: S 120 PWC Registration #: /CJO0CR::�> 4 SG 7 C-12 Registrations Page 1 of 2 State of California Back to DIR—(https:/Avww.dir.ca.govn Department of Industrial Relations (http i =ir.ca.goA Contractor Information Legal Entity Name GRFCO,INC. Corporation Active 1000004567 07101/19 11,30,22 P 0 BOX 1747 BREA 92822 CA United States of America 4517 WADE AVE. PERRIS 92571 CA United States of America grfcoinc@gmail.com GRFCO,INC. License Number(s) CSLB:291013 Legal Entity Information Corporation Number: C3159096 Federal Employment Identification Number President Name: GEORGE FROST Vice President Name: Treasurer Name: Secretary Name: CEO Name: Agent of Service Name: GEORGE FROST Agent of Service Mailing Address: 4517 WADE AVE. PERRIS 92571 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: GRFCO,INC. Insurance Carrier: STATE NATIONAL INSURANCE COMPANY,INC. Policy Number: CWC71949-0888 Inception date: 01/01/18 Expiration Date: 01/01/19 About DIR Who we are(https:/twww.dir.ca.gov/aboutdir.htmi) DIR Divisions,Boards&Commissions(https://www.dir.ca.gov/divisions_and_programs.htm1) Contact DIR(https:/twww.dir.ca.gov/Contactus.html) Work with Us Jobs at DIR(https://vwvw.dir.ca.gov/diriobs/dirjobs.htm) Licensing,registrations,certifications&permits(https:/Iwww.dir.ca.gov/permits-licenses-certifications.html) Required Notifications(https://www.dir.ca.gov/dosh/Required-Notifications.htmi) Public Records Requests(https:/Mww.dir.ca.gov/pra_request.htmi) Learn More Acceso al idioma(http:/Avww.dir.ca.gov//Bilingual-Services-AcVdefault.html) Frequently Asked Questions(https://www.dir.ca.gov/fagslist.htmi) Site Map(https://www.dir.ca.gov/sitemap/sitemap.htmi) c.nn„ro Pnrnn nnm/(~nr�trnntnrCtranrnit/rorv;Ltrnti nil Qaorn City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For Sunset Beach Water Main Project at Various Locations, CC1435 April 27, 2020 Notice to All Bidders: 1) Delete"Section F—Supplement to the Special Provisions" identified in the Table of Contents. This section has been deleted from the specifications. 2) Add Section C and Section D in the Specifications under Section 7—Measurement and Payment, 7-3.2, Bid Item Description for the following items: Add Section C to "Remove and Dispose of Existing Concrete Gutter", page E-27: C. This item includes saw cutting, removing, hauling, and disposing existing pavement section. Add Section C and Section D to "Asphalt Pavement Replacement Section", page E-27: C. This item includes saw cutting, removing, hauling, and disposing of existing pavement section and pavement fabric, if present, to the subgrade elevations indicated on the plans as required to construct the new improvements. D. This item provides pavement for both the base course (thickness varies) and a 1 Y2 inch finish course of AC pavement. Add Section C to "Base Replacement, page E-27": C. This item includes saw cutting, removing, hauling, and disposing existing pavement section." 3) Amend Sheet 11 of 35, Drawing C-106, of the Approved Plans per the attached "Revision 1"to modify the pipeline profile to include a 12-inch inverted siphon assembly. 4) Replace Bid Schedule C, pages C-2.6 and C-2.7, with attached "Bid Schedule C (revised 4/27/20 Addendum No. 1)" to modify the following Bid Items: a. Reduce quantity of Bid Item No. 5 from 105 LF to 80 LF. b. Add Bid Item No. 12 to include 12-inch Inverted Siphon Assembly. 1 of 21 Addendum No. 1 The bid opening date has not changed and will be May 5, 2020 at 10:00 AM. This is to acknowledge receipt and review of Addendum Number O , dated April 27, 2020. OJtFCA,YNG. Company Name B Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Lili Hernandez at (714) 374- 5386. 2 of 21 Addendum No. 1 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER TWO For Sunset Beach Water Main Proiect at Various Locations, CC1435 April 30, 2020 Notice to All Bidders: 1) Replace the following Bid Schedules listed below with attached revised Bid Schedules dated 04/30/20 to change water service material from "polyethylene water service" to "polyethylene plastic coated copper tube water service" per City Specifications 02510.8: A. Bid Schedule D, pages C-2.8 to C-2.10, Bid Item No. 8. B. Bid Schedule E, pages C-2.11 to C-2.13, Bid Item No. 9. C. Bid Schedule F, pages C-2.14 to C-2.15, Bid Item No. 9. D. Bid Schedule G, pages C-2.17 to C-2.18, Bid Item No. 8. E. Bid Schedule H, pages C-2.19 to C-2.20, Bid Item No. 9 & 11. The bid opening date has not changed and will be May 5, 2020 at 10:00 AM. This is to acknowledge receipt and review of Addendum Numb wo, dated April 30, 2020. Company Name By S Is1 a� Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Lili Hernandez at(714) 374- 5386. 1 of 11 Addendum No. 2 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER THREE For Sunset Beach Water Main Project at Various Locations, CC1435 May 4, 2020 Notice to All Bidders: Please note the following clarification to the Contract Documents and Project Specifications: 1) Section Al, page A-ix, and Section B, page B-1, of the Project Specifications: Due to the COVID-19 pandemic, hand delivered bids will only be accepted between the hours of 9:00 AM and 10:00 AM, immediately outside of City Hall Civic Center entrance, on the day of bid opening. Bids will be publicly opened in the same area to allow for social distancing. It is advised that bidders arrive earlier than normal to deliver bids and allow for additional bid processing and acceptance times due to the safety measures described above. The bid opening date has not changed and will be May 5, 2020 at 10:00 AM. This is to acknowledge receipt and review of Addendum Number hree, dated May 4, 2020. U-C.o Tn c . Company Name B �;l �-f � Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Lili Hernandez at (714) 374- 5386. 1 of 1 i Addendum No. 3 WE R V- BID BOND ® Everest Reinsurance Company Everest National Insurance Company ❑ Everest National Insurance Company 461 51 Avenue—411 Floor New York,N.Y.10017 KNOW ALL MEN BY THESE PRESENTS: That we GRFCO, Inc. (hereinafter called the Principal), and Everest Reinsurance Company, a corporation duly organized and existing under the laws of the State of Delaware , as Surety, (hereinafter called the Surety), are held and firmly bound unto City of Huntington Beach (hereinafter called the Obligee) in the sum of Ten Percent of Total Amount of the Bid Dollars ($ 10%) , lawful money of the United States of America, for the payment of which, well and truly be made, we, the said Principal and the said Surety, bind ourselves, our heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. Whereas,the Principal has submitted a bid for Sunset Beach Water Main Project CC No. 1435. Now, Therefore, If the Obligee shall accept the bid of the Principal within the period specified therein, or if no period be specified, within sixty (60) days after opening, 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, then this obligation is to be void; otherwise the Principal and Surety will pay unto the Obligee the difference in money between the amount of the bid of said Principal and the amount for which the Obligee legally contracts with another party to perform the work if the latter amount be in excess of the former, but in event shall liability hereunder exceed the penal sum hereof. Signed, sealed and delivered this 27th day of April, 2024Pc O,Inc. ipal � (Seal) (Witness) By Everest Reinsurance Company (Surety) (Seal) asmin Be (Witness) By MariafR.Lucero ', Attorney-in-Fact 1 CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document,to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document, STATE OF CALIFORNIA } COUNTY OF RIVERSIDE } On S ZOZa before me, James Craig Jackson Notary Date Insert Name and Title of the officer Public, personally appeared . George Frost 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. 2 WITNESS my hand and official seal. JAMES CRAIG JACKSONCOMM#2273664 a w = NOTARY PUBLIC-CALIFORNIA m L RIVERSIDE COUNTY My Commission Expires Dec.31,2022 Signature: ----------------------------•----------------------------------OPTIONAL------------------------------------------------------------- Though this section is optional, completing this information can deter alteration of the document or fraudulent attachment 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) Signers Name: George Frost Signers Name: 0 Corporate Officer—Title(s) President&secretary ❑ 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: GRFCO, Inc. Signer is Representing: SURETY ACKNOWLEDGMENT: STATE OF ARIZONA ) COUNTY OF MARICOPA) On this 22. day of , 2020, before me personally came Maria R. Lucero, to me known to be the.person described in and,who,being by me, did depose and say that she resides in Phoenix, Arizona; that she is the Attorney-in-Fact of g:V>ere.S`� lei Cter m0 yl $4 the co oration described in and which executed the attached instru ent; th1t she the corporate seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; and that it was so affixed by order of the Board of Directors of the said corporation; and that she signed her name there by like order. Jeri Vlynn Thompson,Notary F blic My commission expires: September 29,2022 ksr JERI LYNN THOMPSON NOTARY PUBLIC-ARIZONA MARICOPA COUNTY COMMISSION#551133 MY COMMISSION EXPIRES SEPTEMBER 29,2022 (Notary Seal) aw ,eilE R CS POWER OF ATTORNEY EVEREST REINSURANCE COMPANY DELAWARE KNOW ALL PERSONS BY THESE PRESENTS: That Everest Reinsurance Company, a corporation of the State of Delaware ("Company") having its principal office located at 477 Martinsville Road, Liberty Corner, New Jersey 07938, do hereby nominate, constitute,and appoint: Margie Wager,Michael J.Mesenbrink,Heather J. Perrin,Jeri Lynn Thompson,Maria R.Lucero,Debbie R.Thomas, Lisa M.Hankal its true and lawful Attorney(s)-in-fact to make, execute, attest, seal and deliver for and on its behalf,as surety,and as its act and deed, where required,any and all bonds and undertakings in the nature thereof,for the penal sum of no one of which is in any event to exceed UNLIMITED,reserving for itself the full power of substitution and revocation. Such bonds and undertakings,when duly executed by the aforesaid Attorney(s)-in-fact shall be binding upon the Company as fully and to the same extent as if such bonds and undertakings were signed by the President and Secretary of the Company and sealed with its corporate seal. This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Board of Directors of Company("Board")on the 28th day of July 2016: RESOLVED, that the President, any Executive Vice President, and any Senior Vice President and Anthony Romano are hereby appointed by the Board as authorized to make, execute,seal and deliver for and on behalf of the Company, any and all bonds, undertakings,contracts or obligations in surety or co-surety with others and that the Secretary or any Assistant Secretary of the Company be and that each of them hereby is authorized to attest to the execution of any such bonds, undertakings, contracts or obligations in surety or co-surety and attach thereto the corporate seal of the Company. RESOLVED, FURTHER, that the President, any Executive Vice President, and any Senior Vice President and Anthony Romano are hereby authorized to execute powers of attorney qualifying the attorney named in the given power of attorney to execute,on behalf of the Company, bonds and undertakings in surety or co-surety with others, and that the Secretary or any Assistant Secretary of the Company be, and that each of them is hereby authorized to attest the execution of any such power of attorney, and to attach thereto the corporate seal of the Company. RESOLVED,FURTHER, that the signature of such officers named in the preceding resolutions and the corporate seal of the Company may be affixed to such powers of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be thereafter valid and binding upon the Company with respect to any bond,undertaking,contract or obligation in surety or co-surety with others to which it is attached. IN WITNESS WHEREOF, Everest Reinsurance Company has caused their corporate seals to be affixed hereto,and these presents to be signed by their duly authorized officers this 28th day of July 2016. Ur3hCN Everest Reinsurance Company SEAL d! 1973 * Attest: Nicole Chase,Assistant Secretary By:Anthony Romano,Vice President On this 28th day of July 2016,before me personally came Anthony Romano,known to me,who,being duly sworn,did execute the above instrument; that he knows the seal of said Company; that the seal affixed to the aforesaid instrument is such corporate seal and was affixed thereto;and that he executed said instrument by like order. LINDA ROBINS Notary Public,State of New York ! !l� No 01R06239736 Qualified in Queens County Term Expires April 25,2023 Linda Robins,Notary Public IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company,at the Liberty Corner,this 27th day of April 20 2O ES 00 01 04 16 a u W O w a z Q � rn m Q o) S� z � w Q = u o z co u W vvi O u m Z (1 W W W O O z UJ COz Q N z �- z u MM 2 Ln z o~ N O Q " 7 C7 v� 1 O u W p >- > o z O Ln v v oN = a > m _ems �u U z " N ry N W N O o � � o w U x , City of Huntington Beach s 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www•huntingtonbeachca.gov ' V FFB 1909P°'" Office of the City Clerk Robin Estanislau, City Clerk August 12, 2020 Lonerock, Inc. P.O. Box 54503 Irvine, CA 92619-0804 RE: Sunset Beach Water Main Project Various Locations from Anderson St. to Warner Ave.— CC No. 1435 Enclosed please find your original bid bond for CC-1435. Sincerely, e&�dnoj� Robin Estanislau, CMC City Clerk RE:ds Enclosure Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand SECTION C PROPOSAL for the construction of SUNSET BEACH WATER MAIN PROJECT VARIOUS LOCATIONS FROM ANDERSON STREET TO WARNER AVENUE CC No. 1435 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 170 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option,be considered null and void. Accompanying this proposal of bid,find 'ROP O in the amount of which said amount is not less than 10%of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for_% ", as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's Signature 4/27 Zo F Z o �-; C-2 SECTION C PROJECT BID SCHEDULE A SUNSET BEACH WATER MAIN PROJECT, CC 1435 5TH STREET, 7TH STREET, LOTH STREET, 19TH STREET,AND 22ND STREET FROM NORTH PACIFIC TO SOUTH PACIFIC AVENUE BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 5th Street, 71h Street, 1 Oth Street, I Th Street and 22"d Street 1 Mobilization and Setup 1 LS $ 25,Oo0 2 Demobilization & Cleanup 1 LS $20,600. $ 20,000.E 3 Furnish Traffic Control in accordance with the City of Huntington Beach requirements, $ /5� complete and in lace. 1 LS $ /Sow, 000. 4 Replace Signing and Striping per plan notes (G-003). 1 LS $ J 350.1 $ Z 356 5th Street(Drawings C-101 and C-208) 5 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 100 LF $ 50. $ 75400, , 6 Furnish and install temporary blow- off, including fittings, thrust blocks for testing and disinfection. 2 EA $ 2,-600=' $ 6, 000. 7 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $10,MO.,- $ /0,600- 8 Construct AC grind and overlay replacement as shown on these plans (C-208), complete and in place. 2,900 SF $ 5. $ ��, SOO•� 9 Adjust existing manhole to grade. 1 EA $/o00 $ / 600. 10 Adjust water valve cover to grade. 5 EA $ 750- $ 3i�754. 7th Street(Drawing C-101) 11 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, *7 fittings, and appurtenances. 100 LF $ / go., $ 75 000„� C-2.1 SECTION C PROJECT BID SCHEDULE A SUNSET BEACH WATER MAIN PROJECT, CC 1435 5T11 STREET, 7TH STREET, IOTH STREET, 19TH STREET, AND 22ND STREET FROM NORTH PACIFIC TO SOUTH PACIFIC AVENUE Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 12 Remove and salvage existing fire hydrant. Construct new fire hydrant assembly, including furnishing and installing new buried pipe, valve and appurtenances. 1 EA $ //e00. $ /'000. 13 Furnish and install temporary blow- off, including fittings, thrust blocks for testing and disinfection. 2 EA $ 3,0)0. - $ 6,000.� 14 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ 6,poo." $ (Ojcoo. Remove and dispose of existing 15 cross gutter and construct new cross concrete gutter as shown on _ these plans, complete and in place. 90 SF $ ��� $ 41 050 1011 Street (Drawing C-102) 16 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 96 LF $ 7�0 $ 72/000. 17 Furnish and install temporary blow- off, including fittings, thrust blocks for testing and disinfection. 2 EA $ $ 6,OoO. 18 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ ©,OGb, $ ��i 000•1- 19t'' Street (Drawing C-103) 19 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 88 LF $ 750., $ 66,000 20 Furnish and install temporary blow- off, including fittings, thrust blocks for testing and disinfection. 2 EA $ 3,000 $ 6,DOD. C-2.2 SECTION C PROJECT BID SCHEDULE A SUNSET BEACH WATER MAIN PROJECT, CC 1435 5TH STREET, 7TH STREET, LOTH STREET, 19TH STREET,AND 22ND STREET FROM NORTH PACIFIC TO SOUTH PACIFIC AVENUE Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 21 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ )0,0o0_i $ (Di 00O.i 22nd Street(Drawing C-103) 23 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 88 LF $ 750.. $ 66,000• 24 Furnish and install temporary blow- off, including fittings, thrust blocks for testing and disinfection. 2 EA $ 2,00, $ 5160C%� 25 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ o oao,, $ (O� Oo4i SUB-TOTAL BID AMOUNT (IN FIGURES)—SCHEDULE A $ 51 g �o SO. o0 SUB-TOTAL BID AMOUNT IN WORDS: k L4,o 474.e- ,, 4 Lousr-�n,,d <;,x, j" Note: Refer to Section 7, Measure and Payment for description of each Item on Bid Schedule. C-2.3 SECTION C PROJECT BID SCHEDULE B SUNSET BEACH WATER MAIN PROJECT, CC 1435 24rH STREET (DRAWINGS C-105 & C-202) BID ITEMS Item No. Description Quantity Unit Unit Total Cost Cost (Extension) i 1 Mobilization and Setup 1 LS $ 25,000- $ ZS,aoo•, i 2 Demobilization & Cleanup 1 LS $ 20,cooi $ 201 coo. 3 Furnish Traffic Control in accordance with the City of Huntington Beach and Caltrans requirements, complete and in place. 1 LS $ (61 OM $ l S 0010. 4 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, ✓�0 and appurtenances. 314 LF $ 7 $ 235,500, 5 Furnish and install 12-inch PVC water main (Caltrans ROW) including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 78 LF $ 750 ' $ `J8, 560. 6 Furnish and install 6-inch x 12-inch ./ ODO. Ductile Iron Cross 1 EA $ 2000 i $ 7 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 3 EA $ 21 S0M $ 7 500. 8 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ (a,000.'� $ 1O'OHO. 9 Remove and re-construct sidewalk, including all labor, equipment, materials, as shown on these plans, completed and in place. 200 SF $ i 5.- $ �� C0D. 10 Construct concrete curb and gutter as shown on these plans, complete and in - place. 12 LF $ $ 11 Construct AC grind and overlay replacement, including all labor, equipment, and materials, as shown on these plans (C-202), complete and in place. 9,152 SF $ `�• $ 27 .6 C-2.4 SECTION C PROJECT BID SCHEDULE B SUNSET BEACH WATER MAIN PROJECT, CC 1435 24" STREET (DRAWINGS C-105 & C-202) T— Item No. Description Quantity Unit Unit Total Cost Cost (Extension) 12 Adjust all water valve covers, drains, cleanouts, manholes, electrical, telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans (C-202), complete and in place. 1 LS $ 750 $ 750. 13 Remove and replace landscaping 1 LS $ t X0.-- $ 14 Replace Signing and Striping per plan notes (G-003). 1 LS $ 3,000•,- $ 3,000.� SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE B $ A/3, 606• ©e SUB-TOTAL BID AMOUNT IN WORDS: or klx�-4i-_4eem �'&Cee�d J'i-X 1,(,OaO-eW PX '*A.,d ote: Refer to Section 7, Measure and Payment for description of each Item on Bid Schedule. C-2.5 SECTION C PROJECT BID SCHEDULE C (revised 4/27/20 Addendum No. 1) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 12 STREET (DRAWING C-106) & CUT-IN VALVES IN PACIFIC COAST HWY (DRAWING C-112) BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) Alley North of 12"' Street and Cut-in Valves in Pacific Coast Hwy 1 Mobilization and Setup 1 LS $ 2 �000_ $ 25�o6n.� 2 Demobilization & Cleanup 1 LS $2D,000 $ 20i 000. 3 Furnish Traffic Control in accordance with the City of Huntington Beach and Caltrans requirements, complete and in place. 1 LS $ I s,OLn.� $ 15 Ooa. Alley North of 12t' Street (Drawings C-106) 4 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 17 LF $ 50.E $ (2� ���� 5 Furnish and install 12-inch PVC water main (Caltrans ROM including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 80 LF $ 7 50•, $ 60,6oD•i 6 Construct new fire hydrant assembly, including furnishing and installing new buried pipe, valve and appurtenances. 1 EA $ 10,000. $ 01000, i 7 Furnish and install temporary blow-off, including fittings, thrust blocks for testing — and disinfection. 2 EA $ 21 560 $ b t 000-> 8 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ t0,000,1 $ (0,000 9 Remove existing and construct new curb, gutter, and median as shown on these plans, complete and in place. 1 LS $ ( OOD. $ 000. 10 Replace Signing and Striping per plan notes (G-003). 1 LS $ �j,OoQi $ rj` 000,> ADDENDUM NO. 1 C-2.6 SECTION C PROJECT BID SCHEDULE C (revised 4/27/20 Addendum No. 1) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 12 STREET (DRAWING C-106) & CUT-IN VALVES IN PACIFIC COAST HWY (DRAWING C-112) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) Cut-In Valves in Pacific Coast Hwy (C-1 12) 11 Furnish and install 8-inch Gate Valve (Caltrans ROW) including potholing, piping, fittings as shown on these plans, complete in place. 2 EA $ CM-,- $ 0%OCO- 12 Inverted Siphon, Refer to Sheet 11, Addendum No.1, including all 45 degree bends, hardware, thrust blocks, pipe, excavation, backfill, dewatering, removal of excess earth material, surface repair, complete and in place. 1 EA $ b]6X-, $L SP'0•� SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE C $ 20Z, 750. °o SUB-TOTAL BID AMOUNT IN WORDS: -Two .utl�Q � vs I .C�✓eM iMJ �2c� i G. ©0 10d- Note: Refer to Section 7, Measure and Payment for description of each Item on Bid Schedule. Note: Addendum No.1, revised the quantity in bid item No. 5, and created a new bid item No. 12. ADDENDUM NO. 1 G2.7 SECTION C PROJECT BID SCHEDULE D (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 26T" STREET (DRAWINGS C-107 & C-205) BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 1 Mobilization and Setup 1 LS $ 25'060. $ 25, 2 Demobilization & Cleanup 1 LS $ Z0,000.i $ �0,000. 3 Furnish Traffic Control in accordance with the City of Huntington requirements, _ complete and in place. 1 LS $ (5jOOO $ ( S�OoO.o 4 Conduct preconstruction of existing survey homes and street as required by the Contract Documents, including preparation and submission of all required reports, videos and photographs. 1 LS $ 10r000•­1 $ (0,000 5 Furnish and install 6-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 180 LF $ 750.1 $ �35�OOG. 6 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 1 EA $ Z(500• $ Zt 7 Construct new 4-inch Blow-off Assembly, including furnish and installing new buried pipe, valve and appurtenances. 1 EA $`//,,(oo6./ $ 4,c)UL)-y 8 Furnish and install 1-inch polyethylene coated copper tube water service, including pipe fittings, valves, and connection to existing water meter assembly. 6 EA $ 3,006) $ , 9 Construct temporary below grade water 2-inch service and connect to existing water meters including temporary 2-inch hot tap to existing 6-inch Asbestos Cement pipeline. 1 LS $ 55 000, $ ADDENDUM NO.2 C-2.8 SECTION C PROJECT BID SCHEDULE D (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 26T" STREET (DRAWINGS C-107 & C-205) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 10 Remove and cap temporary 2-inch connection to existing 6-inch AC pipeline. 1 EA $2,50 $ 2, Eea 11 Cut, cap, and abandon existing waterline and appurtenances and legally dispose _ of existing Asbestos Cement pipeline. 1 LS $ 7, ram. $ ���0• 12 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ l 0,000. $ 10t G00•,- 13 Construct new alley concrete gutter as shown on these plans (C-205), complete and in place. 850 SF $ ;� ` $ 2.S,500•. 14 Construct AC pavement replacement, including all labor, equipment, and materials, as shown on these plans (C- 205), complete and in place. 78 TONS $ 2 $ ( % 500.- 15 Construct base replacement, including all labor, equipment, and materials, as shown on these plans (C-205), complete Cu / and in place. 58 YDS $ 7 6• $ 4, 3�0•. 16 Furnish and Install Redwood Header. 8 LF $ 2S, $ 2�� — 17 Adjust existing water meter to grade. 6 EA $ 75c.- $ 4, 5oc• 18 Adjust water valve cover to grade. 2 EA $ 750•- $ , , 500, 19 Adjust cleanouts, sewer cover, drain, electrical, telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans (C-205), complete and in place. 1 LS $ 52(00D,- $ 3 2,000. 20 Install Temporary "Parking By Permit Only" signs along Greenbelt on North and South Pacific Avenue. 2 EA $ - $ GYX�•' 21 Replace Signing and Striping per plan notes (G-003). 1 LS $ 0®0., $ j� • ADDENDUM NO.2 C-2.9 SECTION C PROJECT BID SCHEDULE D (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 26TH STREET (DRAWINGS C-107 & C-205) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 22 Remove and salvage existing (wharf)fire hydrant including removing valves and abandoning lateral in place. I EA $ 2�=. Is 2,O� SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE D $ SUB-TOTAL BID AMOUNT IN WORDS: Note: Refer to Sectl n 7, Wasure and Payment for description of each Item on Bid Schedule. Note: Addendum No.2, Revised Bid Item No. 8 to polyethylene coated copper tube water services. ADDENDUM NO.2 C-2.10 SECTION C PROJECT BID SCHEDULE E (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 25T" STREET (DRAWINGS C-108 & C-204) BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 1 Mobilization and Setup 1 LS $ 26j 000 $ 2.Si bm- 2 Demobilization & Cleanup 1 LS $ 20,60 $ 2c), 00a, 3 Furnish Traffic Control in accordance with the City of Huntington requirements, complete and in place. 1 LS 4 Conduct preconstruction of existing survey homes and street as required by the Contract Documents, including preparation and submission of all required reports, videos and photographs. 1 LS r X./ $ (O,vOo_ $ I� 5 Furnish and install 6-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 221 LF $ SSG. $ 16s)75�. 6 Remove existing 10-inch tee, replace with 10-inch diameter DR 14 PVC AWWA C900 pipeline, and 10-inch DI gate valve. 1 LS $ L 0'Doo.o $ y b' 7 Abandon existing 10-inch Asbestos OQ� Cement pipeline in place and plug ends. 1 LS $ 4,o00. $ 41 8 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 2 EA $ 2150 $ 9( DOO. 9 Furnish and install 1-inch polyethylene coated copper tube water service, including pipe fittings, valves, and connection to existing water meter 2 000 assembly. 14 EA $ 3�D`b $ `/'� I 10 Construct temporary below grade water 2-inch service and connect to existing water meters including temporary 2-inch hot tap to existing 6-inch Asbestos Cement pipeline. 1 LS $ 5,©00• $ 51000, ADDENDUM NO.2 C-2.11 SECTION C PROJECT BID SCHEDULE E (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 25T11 STREET (DRAWINGS C-108 & C-204) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 11 Remove and cap temporary 2-inch hot tap connection to existing 6-inch AC pipeline. 1 EA $ 2�occ,; $ 2,cco., 12 Cut, cap, and abandon existing waterline and appurtenances and legally dispose of existing Asbestos Cement pipeline. 1 LS $ 5,0DD.- $ 5�Gi00• 13 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ 0 000- $ j O 000.. i 14 Construct new alley concrete gutter as shown on these plans (C-205), complete and in place. 870 SF $ $ 26, (O0 15 Slurry seal street, including all labor, equipment, and materials, as shown on these plans (C-204), complete and in place. 130 SF $ t L'. $ I, 300. 16 Construct AC pavement replacement, including all labor, equipment, and materials, as shown on these plans (C- 205), complete and in place. 91 TONS $ 2 IS 0•- $ 22,75'0.- 17 Construct base replacement, including all labor, equipment, and materials, as shown on these plans (C-205), complete Cu and in place. 68 YDS $ 7!•' $ `J, 00. 18 Furnish and Install Redwood Header. 30 LF $ 4.50.� 19 Adjust existing water meter to grade. 14 EA $ 7 50•- $ 10, 500.- 20 Adjust water valve cover to grade. 3 EA $ 7 50• $ 21 2 5.0. 21 Adjust cleanouts, sewer cover, drain, electrical, telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans (C-205), complete and in place. 1 LS $ I,000. $ (i 060-t' 22 Remove existing concrete gutter. 360 SF $ $ 41 Q00• ADDENDUM NO.2 C-2.12 SECTION C PROJECT BID SCHEDULE E (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 25TH STREET (DRAWINGS C-108 & C-204) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 23 Install Temporary "Parking By Permit Only" signs along Greenbelt on North and South Pacific Avenue. 2 EA $ �00 $ 004. 24 Replace Signing and Striping per plan notes (G-003). 1 LS $ S,C $ 000_ i SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE E $ co, oo0.,rm SUB-TOTAL BID AMOUNT IN WORDS: (a.e 4W/�ol�eq �,,�n.� (:;_4x Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. Note: Addendum No.2, Revised Bid Item No. 9 to polyethylene coated copper tube water services. ADDENDUM NO.2 C-2.13 SECTION C PROJECT BID SCHEDULE F(revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 PARK AVENUE (DRAWINGS C-109 & C-203) BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 1 Mobilization and Setup 1 LS $25,Lck $ 25,W0- 2 Demobilization & Cleanup 1 LS $ 20 $ Z1I,066 3 Furnish Traffic Control in accordance with the City of Huntington and Caltrans / requirements, complete and in place. 1 LS $ ��000. $ /500c, 4 Conduct preconstruction of existing survey homes and street as required by the Contract Documents, including preparation and submission of all required reports, videos and photographs. 1 LS $jQLQ60., $ 5 Furnish and install 6-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 266 LF $ � ��' $ Q-J R� 6 Furnish and install 6-inch PVC water main (Caltrans ROW) including but not limited to potholing, shoring, pipe valves, '2 2, fittings, and appurtenances. 25 LF $�0 o•- $ 7 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 1 EA $ 21 $ 2) 500.- 8 Construct new 4-inch Blow-off Assembly, including furnish and installing new buried pipe, valve and ���� appurtenances. 1 EA $ 4, $ mot,, 000. 9 Furnish and install 1-inch polyethylene coated copper tube water service, including pipe fittings, valves, and connection to existing water meter assembly. 10 EA $ :,000. $ 30,Coo. 10 Cut and cap existing 3-inch pipeline at valve including furnishing and installing the necessary appurtenances in place. 1 EA $ 3,000.i $ ADDENDUM NO.2 C-2.14 SECTION C PROJECT BID SCHEDULE F(revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 PARK AVENUE (DRAWINGS C-109 & C-203) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 11 Cut, cap, and abandon existing waterline and appurtenances in place. 1 LS $ J,000 $ 000.s 12 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ 0 13 Construct new cross concrete gutter as shown on these plans (C-203), within Caltrans ROW, complete and in place. 160 SF $ $ 14 Slurry seal street, including all labor, equipment, and materials, as shown on these plans (C-203), complete and in place. 5,800 SF $ J- $ 17 '100., 15 Replace Signing and Striping per plan , notes (G-003). 1 LS $h o77 $ 5� ®7/•� SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE F $ ?j73i 777. oa SUB-TOTAL BID AMOUNT IN WORDS: Note: Refer to Section 9, Measure and Payment for description of each Item on Bid-Schedule. � Note: Addendum No.2, Revised Bid Item No. 9 to polyethylene coated copper tube water services. ADDENDUM NO.2 C-2.15 SECTION C PROJECT BID SCHEDULE G (revised 4/30/20 Addendum No. 2 SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 24TH STREET (DRAWINGS C-110 & C-206) BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 1 Mobilization and Setup 1 LS $ $ 2S,O 2 Demobilization & Cleanup 1 LS $2�3, WC. $ 20,CCO. 3 Furnish Traffic Control in accordance with the City of Huntington requirements, _ complete and in place. 1 LS $ 1`a,WO. $ (!9 OOt7.� 4 Conduct preconstruction of existing survey homes and street as required by the Contract Documents, including preparation and submission of all required reports, videos and photographs. 1 LS $ 10 000.i $ 101 b00, 5 Furnish and install 6-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 190 LF $ 7 $ I4116100, 6 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 1 EA $ 21 500" $ 21 SOO. 7 Construct new 4-inch Blow-off Assembly, including furnish and installing new buried pipe, valve and /� appurtenances. 1 EA $ AOW." $ i d0�0• r 8 Furnish and install 1-inch polyethylene coated copper tube water service, including pipe fittings, valves, and connection to existing water meter assembly. 13 EA $ 3 i 000.. $ JJ g� 000., 9 Remove and salvage existing (wharf)fire hydrant including removing valves and OPO,� abandoning lateral in place. 1 EA $ ;RO00- � $ 2 10 Construct temporary below grade water 2-inch service and connect to existing water meters including temporary 2-inch hot tap to existing 6-inch Asbestos 7 �QO,y Cement pipeline. 1 LS $ 7, 500 $ ADDENDUM NO.2 C-2.16 SECTION C PROJECT BID SCHEDULE G (revised 4/30/20 Addendum No. 2 SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 24TH STREET (DRAWINGS C-110 & C-206) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 11 Remove and cap temporary 2-inch hot tap connection to existing 6-inch AC pipeline. 1 EA $ $ 12 Cut, cap, and abandon existing waterline and appurtenances and legally dispose �- of existing Asbestos Cement pipeline. 1 LS $ SQL./ $ J�Coo.i 13 Chlorination and testing of all new water main and appurtenances, complete and I in place. 1 LS $ $ /0,noo. 14 Construct new alley concrete gutter as shown on these plans (C-205), complete �7 and in place. 930 SF $ 30. $ 2 1,960. 15 Construct AC pavement replacement, including all labor, equipment, and materials, as shown on these plans (C- 205), complete and in place. 80 TONS $ 2 $ 20 000. 16 Construct base replacement, including all labor, equipment, and materials, as shown on these plans (C-205), complete Cu and in place. 60 YDS $ 75-, o $ �fi SoD 17 Furnish and Install Redwood Header. 51 LF $ .ZS.,- $ 4 Z76, 18 Adjust existing water meter to grade. 13 EA $ 750., $ 9, 7-60,.- 19 Adjust water valve cover to grade. 2 EA $ 750., $ , 560.-- 20 Adjust cleanouts, sewer cover, drain, electrical, telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans (C-205), D�Ci Z� Ooo r complete and in place. 1 LS $ � $ 21 Install Temporary "Parking By Permit Only" signs along Greenbelt on North and South Pacific Avenue. 2 EA $ `Jd0> 22 Replace Signing and Striping per plan notes (G-003). 1 LS $ 50�. $ Ji coo- ADDENDUM NO.2 C-2.17 SECTION C PROJECT BID SCHEDULE G (revised 4/30/20 Addendum No. 2 SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 24T" STREET (DRAWINGS C-110 & C-206) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE G $ 3 59, 4 2�. SUB-TOTAL BID AMOUNT IN WORDS: � Note: Refer to Section 7, Measure and Payment or description of each Item on Bid Schedule. C`°w'°r ' Note: Addendum No.2, Revised Bid Item No. 8 to polyethylene coated copper tube water services. ADDENDUM NO.2 C-2.18 SECTION C PROJECT BID SCHEDULE H (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY BETWEEN 12TH & 13TH AND PECAN & ACACIA (DRAWINGS C-111 & C-207) BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 1 Mobilization and Setup 1 LS $ i©CD 2 Demobilization & Cleanup 1 LS $ZQioco_ $ 20,OoO. 3 Furnish Traffic Control in accordance with the City of Huntington requirements, complete and in place. 1 LS $ BCn- 4 Conduct preconstruction of existing survey homes and street as required by the Contract Documents, including preparation and submission of all required reports, videos and photographs. 1 LS $(fit aoo. $ �r�t Cam.i 5 Furnish and install 6-inch PVC water main including but not limited to potholing, shoring, pipe valves,fittings, and appurtenances. 421 LF $ 750., $ 'j151750 6 Furnish and install 6-inch gate valve 1 EA $ 5,000 • $ St 00o 7 Remove and salvage existing fire hydrant including removing valves and abandoning lateral in place. I EA $ $ (,SW 8 Construct new fire hydrant assembly, including furnishing and installing new buried pipe, valve and appurtenances. 1 EA Q 0GO., 1 Ot 00C./ 9 Furnish and install 1-inch polyethylene coated copper tube water service, including pipe fittings, valves, and connection to '+ existing water meter assembly. 1 EA $y,0(70 //ff•1 $ `r-tOOO- 10 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 2 EA $ $ St 000. 11 Furnish and install 1-inch polyethylene coated copper tube water service, including pipe fittings, valves, and connection to Q existing water meter assembly. 23 EA $ 3,000. $ 69, Coo 12 Cut, cap, and abandon existing waterline and appurtenances in place. 1 LS $ 'a 00- $ 5t 000•."- ADDENDUM NO.2 C-2.19 SECTION C PROJECT BID SCHEDULE H (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY BETWEEN 1211" & 13""' AND PECAN & ACACIA (DRAWINGS C-111 & C-207) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 13 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $(0,000.i $ (O,boo, 14 Construct new alley concrete gutter as shown on these plans (C-207), complete and in place. 955 SF $ L0 $ 15 Construct alley approach, including all labor, equipment, materials, as shown on these plans (C-207), completed and in place. 3 EA $ 22, 500.E 16 Construct AC pavement replacement, including all labor, equipment, and materials, as shown on these plans (C-205), complete and in place. 155 TONS $ Z�'' $ ��50* 17 Construct base replacement, including all labor, equipment, and materials, as shown on these plans (C-205), complete and in CU place. 114 YDS $ 5'' $ �, J�S�• 18 Furnish and Install Redwood Header. 20 LF $ 2 G7 $ 5-00- 19 Adjust existing water meter to grade. 23 EA $ 17, 2 5�. 20 Adjust water valve cover to grade. 3 EA $ L%, s2, 256 21 Adjust cleanouts, sewer cover, drain, electrical, telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans (C-205), complete and in place. 1 LS $ �,oaa. $ 21 Olb. 22 Replace Signing and Striping per plan notes (G-003). 1 LS $�i 000 $ SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE H $ 62© '700' da SUB-TOTAL BID AMOUNT IN WORDS: ud 4wler-_4 400jcq Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. Note: Addendum No.2, Revised Bid Item No. 9&11 to polyethylene coated copper tube water services. ADDENDUM NO.2 C-2.20 SECTION C PROJECT BID SCHEDULE I SUNSET BEACH WATER MAIN PROJECT, CC 1435 SURVEY MONUMENT PRESERVATION (APPENDIX Q) AND SEWER HOUSE LATERAL REMODELING BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) Reset or Re-establish Survey 1 Monuments per Requirements described in Appendix Q of Contract Documents. 16 EA $ $ 24i0010•� Remodel existing sewer house 2 connection laterals conflicting with proposed waterline. 20 EA $ (, b00 - $ 301 000- SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE I $ 5�a 000. SUB-TOTAL BID AMOUNT IN WORDS: N e: ) Refer to Section 7, Measure and Payment for description of each Item on Bid Schedule. 2) Bid Item No. 2 - The exact quantity and location of sewer house connection laterals are unknown. If the actual quantity does not comply with the 2018 Green Book quantity percentage requirements, the City reserves the right to renegotiate unit cost for this bid item. Sewer house lateral remodeling bid items include the following streets listed below- i) Alley North of 26th Street ii) Alley North of 25th Street iii) Park Avenue iv) Alley North of 24th Street v) Alley Between 12th, 13th, Pecan and Acacia Streets C-2.2 1 SECTION C PROJECT BID SCHEDULE TOTALS Sunset Beach Water Main Project Various Locations Cash Contract No. 1435 SUB-TOTAL BID SCHEDULE A $ ++ SUB-TOTAL BID SCHEDULE B $ � 13 606s eic, SUB-TOTAL BID SCHEDULE C $ 202 , `T.So_ o0 SUB-TOTAL BID SCHEDULE D $ 3 4`7, 550. ao SUB-TOTAL BID SCHEDULE E $ 3gC 000_ o-a SUB-TOTAL BID SCHEDULE F $ 00 �? 3f 7 rj 7. SUB-TOTAL BID SCHEDULE G $ 35c� i 42!3. o0 SUB-TOTAL BID SCHEDULE H $ 6201 700 , po SUB-TOTAL BID SCHEDULE 1 $ SL�.� 000, 6o TOTAL BID AMOUT, BASIS OF AWARD (Schedules A— 1) 2 8 6 4 8 . o 0 TOTAL BID AMOUT,�BASIS OF AWARD IN WORDS:kJ /D Notes: All extensions of unit prices will be subject to verification by Owner. In case of a verification between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.22 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 4, 14 -�ru PEw4 ooe P#v n,#R4". ro 2► 5312 -qr- '776306 f pilaw/1/7,6 2y rS c SS CA- `Y 06 3 ° �fJPrtra- (S, �v.,go�C Zzz'f .2670`13 � /aaoc»/05> a_ 9 2 79 By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on , at / l/i N6— G4-- Date City State )PA-G*U f`11 I AT1-A-O`a V j C , being first duly sworn, deposes and says that he or she is P—EZ�S�i DC—t-rT of l.�{,� OG�, l PC• 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. L gc, toC Name of Bidder a.'L9�r U- 1 Signature of Bid 7o -bo"Oi . IP-vi1SF, " 9Z Address of Bidder �— C4 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the SUNSET BEACH WATER MAIN PROJECT, VARIOUS LOCATION FROM ANDERSON STREET TO WARNER AVENUE, CC NO. 1435, (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. I , Contractor r By t- Kf Title Date: A-0 C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes XN 0 If the answer is yes, explain the circumstances in the space provided. Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE 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. CQ iJE�OC� , l N C . Contractor r By 1b -E tj i Title Date: 6 S 0 4/zo C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Low o C, 't u C. Bidder Name 7o D o i-A +k o i Business Address `ice V► kJ sc C,-- Cl 2(� t g City, State Zip Telephone Number a i) Email Address a 3J+ 2- State Contractor's License No. and Class 03l16 / 20o4- Original Date Issued 03/ 31 / ZC-)Z2 Expirations Date The work site was inspected by �� M-1ris 6f our office on O Z 202L?. The following are persons, firms, and corporations having a principal interest in this proposal: T)&-G-I�r� �— o- �� c ry . ` Mks > G. h 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 Ispecifi�ca`Itio`ns set forth. �1 JlAl��� Comp n Name zz::7 � L . Signature of Bidde -A IJ MkAZIIAOOyi C— Printed or Typed Signature C-s 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 Orange County of ) On May 4, 2020 before me, Sandra Velarde, a notary public (insert name and title of the officer) personally appeared Dragan Marjanovic who proved to me on the basis of satisfactory evidence to be the pe ion whose name i�e sybscribed to the within instrument and acknowledged to me that,�Jaelpay executed the same in 61 e,;k"�uthorized capacity and that b i h Ir signature n the instrument the ,� person�,s�or the entity upon behalf of which the ersoacted, 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. SANDRAVELARDE / Notary Public-California Orange County Commission M 2217727 / My Comm.Expires Oct 24,2021 Signature V. 0� (Seal) Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of potable water pipelines within the public right of way, working within major arterials, streets and alleys and in close proximity to other existing underground utilities, and in area containing high ground water. The area Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. 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 yearrrs//:__� /� 1. PORJ Or 4S Ajeu g, 42s �frl 05" V�Qoh. yr�f� Si`W Amm 1 CA+ Name and Address of Public Agency Name and Telephone No. of Project Manager: L0G D �l� Z 3(o'/-/z7- /F6 Z Contract Amount Type of Work Date Completed ,o /2 3/20 Provide additional project description to show similar work: _----=- �-" 2. C ice- 1� ��r%C �� -Z r`A--74W*, Name nd Address of Public Agency Name and Telephone No. of Project Manager: SrbO 4�-. / '� Gov � � a� � f,�✓�aJ Contract Amount Type of WorK Date/Completed Provide additional project description to sho similar work: 3. Name and Address of Public Agency Name and Telephone No. of Project Manager: &Yf �.� ZA13 r nog ontract Aniount Type of WA 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. 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: `7 — ?j' 2010 - -7 Project Name& Contract Amount Type of Work Date Completed 5 - 'D aD Z!2� A4-Ayie�� 7—r*D-rn*/ 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/PublicW orks/SB854FactSheet-6.3 0.14.pdf DIR's Contractor Registration Link—Call (844) 522-6734 https:Hefiling.dir.ca.gov/P WCR/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. 1-C�71J��.o c�, 1►�C . Contractor r By 'D A-ro-AP � �-01�ELOGkiNC, C�h . Email Title Date: OS 01� 20 PWC Registration #: l o 0 0 0 0 s p 0 e C-12 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For Sunset Beach Water Main Project at Various Locations, CC1435 April 27, 2020 Notice to All Bidders: 1) Delete"Section F—Supplement to the Special Provisions" identified in the Table of Contents. This section has been deleted from the specifications. 2) Add Section C and Section D in the Specifications under Section 7—Measurement and Payment, 7-3.2, Bid Item Description for the following items: Add Section C to "Remove and Dispose of Existing Concrete Gutter", page E-27: C. This item includes saw cutting, removing, hauling, and disposing existing pavement section. Add Section C and Section D to "Asphalt Pavement Replacement Section", page E-27: C. This item includes saw cutting, removing, hauling, and disposing of existing pavement section and pavement fabric, if present, to the subgrade elevations indicated on the plans as required to construct the new improvements. D. This item provides pavement for both the base course (thickness varies) and a 1 Y2 inch finish course of AC pavement. Add Section C to "Base Replacement, page E-27": C. This item includes saw cutting, removing, hauling, and disposing existing pavement section." 3) Amend Sheet 11 of 35, Drawing C-106, of the Approved Plans per the attached "Revision V to modify the pipeline profile to include a 12-inch inverted siphon assembly. 4) Replace Bid Schedule C, pages C-2.6 and C-2.7, with attached "Bid Schedule C (revised 4/27/20 Addendum No. 1)"to modify the following Bid Items: a. Reduce quantity of Bid Item No. 5 from 105 LF to 80 LF. b. Add Bid Item No. 12 to include 12-inch Inverted Siphon Assembly. 1 of 21 Addendum No. 1 The bid opening date has not changed and will be May 5, 2020 at 10:00 AM. This is to acknowledge receipt and review of Addendum Number One, dated April 27, 2020. C. oc Company Name By Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Lili Hernandez at (714) 374- 5386. 2 of 21 Addendum No. 1 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER TWO For Sunset Beach Water Main Project at Various Locations, CC1435 April 30, 2020 Notice to All Bidders: 1) Replace the following Bid Schedules listed below with attached revised Bid Schedules dated 04/30/20 to change water service material from "polyethylene water service" to "polyethylene plastic coated copper tube water service" per City Specifications 02510.8: A. Bid Schedule D, pages C-2.8 to C-2.10, Bid Item No. 8. B. Bid Schedule E, pages C-2.11 to C-2.13, Bid Item No. 9. C. Bid Schedule F, pages C-2.14 to C-2.15, Bid Item No. 9. D. Bid Schedule G, pages C-2.17 to C-2.18, Bid Item No. 8. E. Bid Schedule H, pages C-2.19 to C-2.20, Bid Item No. 9 & 11. The bid opening date has not changed and will be May 5, 2020 at 10:00 AM. This is to acknowledge receipt and review of Addendum Number Two, dated April 30, 2020. Company Name By Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Lili Hernandez at (714) 374- 5386. 1 of 11 Addendum No. 2 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER THREE For Sunset Beach Water Main Project at Various Locations, CC1435 May 4, 2020 Notice to All Bidders: Please note the following clarification to the Contract Documents and Project Specifications: 1) Section Al, page A-ix, and Section B, page B-1, of the Project Specifications: Due to the COVID-19 pandemic, hand delivered bids will only be accepted between the hours of 9:00 AM and 10:00 AM, immediately outside of City Hall Civic Center entrance, on the day of bid opening. Bids will be publicly opened in the same area to allow for social distancing. It is advised that bidders arrive earlier than normal to deliver bids and allow for additional bid processing and acceptance times due to the safety measures described above. The bid opening date has not changed and will be May 5, 2020 at 10:00 AM. This is to acknowledge receipt and review of Addendum umber Three, dated May 4, 2020. F II Company Name By Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Lili Hernandez at (714) 374- 5386. 1 of 11 Addendum No. 3 BID BOND BBSU KNOW ALL BY THESE PRESENTS,That we, LONEROCK, INC. of P.O. Box 54503, Irvine, CA 92619-0804 (hereinafter called the Principal), as Principal,and The Ohio Casualty Insurance Company (hereinafter called the Surety),as Surety are held and firmly bound unto The City of Huntington Beach (hereinafter called the Obligee)in the penal sum of 10% of Bid Amount Dollars( 10% of Bid Amount ) for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally,firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That WHEREAS,the Principal has submitted or is about to submit a proposal to the Obligee on a contract for Sunset Beach Water Main Project Various Locations from Anderson Street to Warner Ave. Project#CC No. 1435 NOW, THEREFORE, If the said Contract be timely awarded to the Principal and the Principal shall, within such time as may be specified, enter into the Contract in writing, and give bond, if bond is required, with surety acceptable to the Obligee for the faithful performance of the said Contract,then this obligation shall be void;otherwise to remain in full force and effect. Signed and sealed this 4th day of May , 2020 LONEROCK, INC. (Seal) Principal Witness (ID 11 ap e.Zl, Title �-AG+�� ti-tf��,AvoJiC The Ohio Casualty Insurance Company Witness By(`%l' Dean E. Brown Attorney-in-Fact yJPy�Y I N S�R9Z U 4ORPORA m y SEAL o O OHIO a3 S-0053/OC 10/99 XDP THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No.7977362 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company 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, Dean E.Brown all of the city of SAN CLEMENTE state of CA> each individually if there be more than'one named,its true and lawful attorney In-faptto 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,an 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 9th day of January 2018 j a�-�Y'N>(�F a�.\NSL;R .�1ra5up . . c. The Ohio Casualty Insurance Company N r J Liberty Mutual Insurance Company m p 1919 > 1912 1991 s West American Insurance Company = a - d 1 * * * .w-va d By. STATE OF PENNSYLVANIA ss David M.Care ,Assistant Secretary C +� COUNTY OF MONTGOMERY _ cc N On this 9th day of January 2018 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance L)1— v d 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 >,N p therein contained by signing on behalf of the corporations by himself as a duly authorized officer. Ld Wec L C 'a—) > 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 a ~ - P PAST COMMONWEALTH OF PENNSYLVANIA �Q�o ON N' {{{ Notarial Seal 4 d' .A - - f- x v Teresa Pastella,Notary Public By. Cc 0 d o>: Upper MerionTwp:,Montgomery County Teresa Pastella,Notary Public d — L My Commission Expires March 28,2D21 }� (p O -11, �1SYIN _ E O �qRY gV Member,Pennsylvania Association of Notaries - CL d C ca 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 La p y" Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows. :E C >� 41 C 4— ra d 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 C a; to such limitation as the Chairman or the President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal, >y O S 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 y powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so d p M executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under > the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. a) r M = ARTICLE XIII—Execution of Contracts—SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president, E C? > m and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute, M O 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 c 00 Z 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 v a executed such instruments shall be as binding as if signed bythe president and attested by the secretary. co Certificate of Designation—The President of the Company,11 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 qw-day of 20 �0 e IR�;t� thSUr, �d WSUF,�'�oapoita�9� F.?�� .���^�w.rora>..."•�j, 2 _ /� p 1919 - 1912 ° 1991 BY: Renee C.Llew ssistant Secretary - * 87 of 100 LMS 12873 022017 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 May 4, 2020 before me, Sandra Velarde, a notary public (insert name and title of the officer) personally appeared Dean Brown who proved to me on the basis of satisfactory evidence to be the person�,s�'whose name i / e subscribed to the within instrument and acknowledged to me that ja/t�executed the same in i the' uthorized capacit�, and that by f r/tJaeTr signature 0 'on the instrument the person , or the entity upon behalf of which the person''acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. SANDRAVELARDE Notary Public-California Z z• ;' Orange County > Commission#2217727 ��� My Comm.Expires Oct 24,2021 Signature /I � 4/ (Seal) 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 Orange County of ) On May 4, 2020 before me, Sandra Velarde, a notary public (insert name and title of the officer) personally appeared Dragan Marjanovic who proved to me on the basis of satisfactory evidence to be the personSs�whose nameoj subscribed to the within instrument and acknowled ed to me that 1�'s�7�tte4 executed the same hi /V/t Lw authorized capacity i , and that by�1�0t�r signatureSps on the instrument the person�, 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. WITNESS my han and official seal. SANDRAVELARDE Notary Public-California z is Orange County Z Commission X 2217727 My Comm.Expires Oct 24,2021 Signature (Seal) U � J Z � m z � > �i a: City of Huntington Beach 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachca.gov Office of the City Clerk 7,1999 Robin Estanislau, City Clerk August 12, 2020 PALP Inc., dba Excel Paving Company 2230 Lemon Ave. Long Beach, CA 90806 RE: Sunset Beach Water Main Project Various Locations from Anderson St. to Warner Ave.—CC No. 1435 Enclosed please find your original bid bond for CC-1435. Sincerely, &� Robin Estanislau, CMC City Clerk RE:ds Enclosure Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand SECTION B • INSTRUCTIONS TO BIDDERS 1. Proposal Forms Bids shall be submitted in writing on the Proposal forms provided by the AGENCY. All information requested therein must be clearly and legibly set forth in the manner and form indicated. The AGENCY may reject any proposal not meeting these requirements. The bid shall be filed with the City Clerk, Second Floor City Hall, 2000 Main Street, Huntington Beach, California, which shall be endorsed with the Project Title and CC Number as it appears on the Notice Inviting Sealed Bids. The sealed envelopes will be publicly opened and read at the time and place stated in the Notice Inviting Bids. Bidders or their authorized agents are invited to be present at the opening. Unauthorized conditions, limitations, or provisions attached to a proposal will render it informal and may cause its rejection. The complete proposal forms shall be without interlineations, alterations or erasures. Alternative proposals will not be considered unless requested. No oral, telegraphic, or telephonic proposals or modifications will be considered. The proposal may be withdrawn upon request by the bidder without prejudice to himself prior to, but not after the time fixed for opening of bids,provided that the request is in writing, that it has been executed by the bidder or his duly authorized representative,and that it is filed with the AGENCY. 2. Proposal Guarantee Proposals must be accompanied by a proposal guarantee consisting of a certified or cashier's check or bid bond payable to the AGENCY in the amount not less than 10% of the total amount named in the proposal. Any proposal not accompanied by such a guarantee will not be considered. Said check or bond shall be made payable to the AGENCY, and shall be given as a guarantee that the bidder, if awarded the Work, will enter into a contract within 10 working days after the award and will furnish the necessary bonds as hereinafter provided. In the case of refusal or failure to enter into said contract, the check or bond, as the case may be, shall be forfeited to the AGENCY. 3. Proposal Signature If the proposal is made by an individual, it shall be signed and his full name with his address shall be given; if it is made by a firm, it shall be signed with the co partnership name by a member of the firm who shall sign his own name and the name and address of each member shall be given; and if it is made by a corporation,the name of the corporation shall be signed by its duly authorized officer or officers attested by the corporate seal, and the names and titles of all officers of the corporation shall be given. B-1 4. Delivery Of Proposal Proposals shall be enclosed in a sealed envelope plainly marked on the outside: "SEALED BID" for SUNSET BEACH WATER MAIN PROJECT VARIOUS LOCATONS FROM ANDRESON STREET TO WARNER AVENUE CC NO. 1435 in the CITY OF HUNTINGTO BEACH -DO NOT OPEN WITH REGULAR MAIL DELIVER TO THE OFFICE OF THE CITY CLERK, 2000 MAIN STREET, SECOND FLOOR Proposals may be mailed or delivered by messenger. However, it is the bidder's responsibility alone to ensure delivery of the proposal to the Office of the City Clerk prior to the bid-opening hour stipulated in the Notice Inviting Sealed Bids. Late proposals will not be considered. 5. Return Of Proposal Guarantees The proposal guarantees of the second and third lowest bidders will be held until the awarded bidder has properly executed all contract documents. Within 10 working days after the award of contract, the remaining proposal guarantees accompanying all other proposals will become null and void and returned to the unsuccessful bidders. 6. Taxes No mention shall be made in the proposal of Sales Tax, Use Tax or any other tax, as all amounts bid will be deemed and held to include any such taxes which may be applicable. 7. Disqualification Of Bidders In the event that any bidder acting as a prime contractor has an interest in more than one proposal, all such proposals will be rejected and the bidder will be disqualified. This restriction does not apply to subcontractors or suppliers who may submit quotations to more than one bidder,and while doing so, may also submit a formal proposal as a prime contractor. 8. Contractor's License Requirement This project requires the Contractor to possess a valid State of California contractor's license of the proper classification in accordance with the provisions of Public Contract Code Section 10164. B-2 9. References • All reference information called for in the bid proposal must be submitted with the bid proposal. Failure to provide reference information of history of similar work and experience with the bid proposal at the time of bid opening may lead to rejection of such proposal as non-responsive. 10. Listing Of Subcontractors Bidders shall list in the bid proposal the name and place of business of each subcontractor who will perform work or labor or render services for the Contractor in an amount in excess of one-half of one percent of the Contractor's total bid or$10,000, whichever is greater. 11. Discrepancies And Misunderstandings Bidders must satisfy themselves by personal examination of the work site, plans, specifications and other contract documents, and by any other means as they may believe necessary, as to the actual physical conditions,requirements and difficulties under which the Work must be performed. No bidder shall at any time after submission of a proposal make any claim or assertion that there was any misunderstanding or lack of information regarding the nature or amount of work necessary for the satisfactory completion of the job. Should a bidder find any errors, omissions, or discrepancies in the plans, specifications, and other contract documents or should he be in doubt as to their meaning, he shall notify the AGENCY. Should it be found necessary, a written addendum will be sent to all bidders. Any addenda issued during the bidding period shall form a . part of the contract and shall be included with the proposal. 12. Equivalent Materials Requests for the use of equivalents to those specified, must be submitted to the AGENCY 10 working days prior to the need of such materials unless otherwise specified in the Special Provisions. Within that time, the AGENCY will issue a written response indicating approval or disapproval of such request. It is the sole responsibility of the successful bidder to prove to the AGENCY that such a material is truly an equivalent. 13. Legal Responsibilities All proposals must be submitted, filed, made and executed in accordance with State and Federal laws relating to bids for contracts of this nature whether the same or expressly referred to herein or not. Any bidder submitting a proposal shall by such action thereby agree to each and all of the terms,conditions,provisions and requirements set forth,contemplated and referred to in the Plans, Specifications and other contract documents, and to full compliance therewith. Additionally, any bidder submitting a proposal shall, by such action thereby, agree to pay at least the minimum prevailing per diem wages as provided in Section 1773, et. seq. of the labor code for each craft, classification or type of workman required as set forth by the Director of Industrial Relations of the State of California. B-3 14. Award Of Contract • The award of contract, if made, will be to the lowest responsive and responsible bidder as determined solely by the AGENCY. The AGENCY reserves the right to reject any or all proposals, to waive any irregularity, and to take the bids under advisement for a maximum period of 60 days. In no event will an award be made until all necessary investigations are made to the responsibility and qualifications of the bidder to whom the award is contemplated. 15. Material Guarantee The successful bidder may be required to furnish a written guarantee covering certain items of work for varying periods of time from the date of acceptance of the work by the AGENCY. The work to be guaranteed,the form, and the time limit of the guarantee will be specified in the special provisions. Said guarantee shall be signed and delivered to the AGENCY before acceptance of the contract by the AGENCY. Upon completion of the contract, the amounts of the two contract bonds required in Section 2-4, "CONTRACT BONDS," of the Standard Specifications for Public Works Construction, may be reduced to conform to the total amount of the contract bid prices for the items of work to guaranteed, and this amount shall continue in full force and effect for the duration of the guarantee period. However, the Labor and Material Bond cannot be reduced until the expiration of 35 days after the date of recordation of the Notice of Completion. 16. Execution Of Contract The successful bidder shall execute a written contract with the AGENCY on the form of agreement provided,and shall secure all insurance and bonds required by the Specifications within 10 working days from the date of the award. Failure to enter into a contract shall be just cause for the annulment of the award and the forfeiture of the proposal guarantee. If the successful bidder fails to execute the contract, the AGENCY may award the contract to the second lowest responsible bidder. If the second lowest responsible bidder fails to execute the contract, the AGENCY may award the contract to the third lowest bidder. On the failure of such second or third lowest responsible bidder to execute the contract, such bidder's guarantees shall be likewise forfeited to the AGENCY. The work may then be re-advertised. 17. Submission Of Bonds And Insurance The successful bidder will be required to furnish the necessary bonds and insurance to the AGENCY within 10 working days from the award of contract. See Appendix F for the City approved Payment and Performance Bond Forms. The Contractor may use any standard form for the Bid Bond. The successful bidder shall provide a certificate stating that the bonding company is admitted to do business in the State of California. This certification may be obtained from the Executive Officer and Clerk of the Superior Court at the following address &phone: Orange County Superior Court Probate Court Operations 341 The City Drive P.O. Box 14171 Orange, CA 92613-1571 (714) 935-6061, Contact Linda C. Wallace B-4 Prior to the issuance of the Notice to Proceed, the AGENCY must be furnished with a Policy Endorsement, from the successful bidder's insurance company, naming the AGENCY as an • additional insured. 18. Addenda The effect of all addenda to the contract documents shall be considered in the bid package and said addenda shall be made part of the contract documents and shall be returned with the bid package. Failure to submit any such addenda with the bid package may render the bid irregular and may result in its rejection by the AGENCY. 19. Bid Protest To be considered timely, a bid protest must be filed within the following time limits: (a) Protests based upon alleged defects or improprieties in the bid documents shall be filed prior to the date of bid opening. (b) All other protests must be filed within five calendar days after the protester knew or should have known the basis of the protest, but no later than five calendar days after the date of when the Bids were due to the AGENCY. 20. Questions to the Engineer . Questions regarding the bid documents (i.e. plans, specifications, contract documents, bid forms, etc.)will be received by the Engineer up to five working days prior to the bid opening as specified in SECTION A. Questions asked of the Engineer after this time will not be addressed. • B-5 SECTION C PROPOSAL for the construction of SUNSET BEACH WATER MAIN PROJECT VARIOUS LOCATIONS FROM ANDERSON STREET TO WARNER AVENUE CC No. 1435 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 170 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award,BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. i C_1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, TFO at the `AGENCY'S option, be considered nuU an tt''tt�� rc� j B1D• Accompanying this proposal of bid, find h d, 1K5 h" in the amount of which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for_% ", as the case may be) Any standard Surety Bid Bond form is acceptable. QW Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's Signature � � � � urtis P. Brown III resident 2 6A ho 3 � C-z SECTION C • PROJECT BID SCHEDULE A SUNSET BEACH WATER MAIN PROJECT, CC 1435 5TH STREET, 7TH STREET, IOTH STREET, 19TH STREET,AND 22ND STREET FROM NORTH PACIFIC TO SOUTH PACIFIC AVENUE BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 51h Street, 71h Street, 101h Street, 191h Street and 22"d Street 1 Mobilization and Setup 1 LS $1Am " $ 000- 2 Demobilization & Cleanup 1 LS $-pQla' $ 1 DO{)'-- 3 Furnish Traffic Control in accordance with the City of Huntington Beach requirements, complete and in place. 1 LS $ c J�t�Q $ 4 Replace Signing and Striping per plan notes (G-003). 1 LS ssgAQ -- $ 3q00 5ch Street(Drawings C-101 and C-208) . 5 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 100 LF $ $ LIDO 6 Furnish and install temporary blow- off, including fittings, thrust blocks for testing and disinfection. 2 EA $ ' ( $ li0(1d, 7 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ ZSU0' $ 1'"w 8 Construct AC grind and overlay replacement as shown on these plans (C-208), complete and in place. 2,900 SF $ lA ' $Ia 9 Adjust existing manhole to grade. 1 EA $OM. — $ 10 Adjust water valve cover to grade. 5 EA $ $ 7m Street (Drawing C-101) 11 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, • fittings, and appurtenances. 100 LF $ C-2.1 SECTION C • PROJECT BID SCHEDULE A SUNSET BEACH WATER MAIN PROJECT, CC 1435 5TH STREET, 7TH STREET, LOTH STREET, 19TH STREET,AND 22ND STREET FROM NORTH PACIFIC TO SOUTH PACIFIC AVENUE Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 12 Remove and salvage existing fire hydrant. Construct new fire hydrant assembly, including furnishing and installing new buried pipe, valve and appurtenances. 1 EA $ U a 13 Furnish and install temporary blow- off, including fittings, thrust blocks for testing and disinfection. 2 EA $? $ . 14 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ I=. $ ISM— Remove and dispose of existing 15 cross gutter and construct new cross concrete gutter as shown on these plans, complete and in place. 90 SF $ �� J $ • 101 Street (Drawing C-102) 16 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 96 LF $ si eql, 17 Furnish and install temporary blow- off, including fittings, thrust blocks for testing and disinfection. 2 EA $ 30 $ (0060• --- 18 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ Z $ 2 1911 Street (Drawing C-103) 19 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 88 LF $0. $ U1 1000 20 Furnish and install temporary blow- off, including fittings, thrust blocks for testing and disinfection. 2 EA $ $ WOO. C-2.2 SECTION C • PROJECT BID SCHEDULE A SUNSET BEACH WATER MAIN PROJECT, CC 1435 5TH STREET,7TH STREET, IOTH STREET, 19TH STREET, AND 22ND STREET FROM NORTH PACIFIC TO SOUTH PACIFIC AVENUE Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 21 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ 2�Dli $ 22nd Street(Drawing C-103) 23 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 88 LF $ '1U0, $ 1 l�rfi0- 24 Furnish and install temporary blow- off, including fittings, thrust blocks for testing and disinfection. 2 EA $ sow, _ $ (00 25 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ 2 $ 25 �— SUB-TOTAL BID AMOUNT(IN FIGURES) —SCHEDULE A $ 40M dW SUB-TOTAL BID AMOUNT IN WORDS: j r &b A ib r J1 +a Note: Refer to Section 7, Measure and Payment for description of each Item on Bid Schedule. 1 C-2.3 SECTION C . PROJECT BID SCHEDULE B SUNSET BEACH WATER MAIN PROJECT, CC 1435 24TH STREET (DRAWINGS C-105 & C-202) BID ITEMS Item No. Description Quantity Unit Unit Total Cost Cost (Extension). 1 Mobilization and Setup 1 LS $ $ 0; 2 Demobilization & Cleanup 1 LS $ 1b00, $ 1 DIJO�- 3 Furnish Traffic Control in accordance with the City of Huntington Beach and Caltrans requirements, complete and in 3 ' place. 1 LS $4YV99,- 4 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 314 LF $ $ 7��• 5 Furnish and install 12-inch PVC water • main (Caltrans ROW) including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 78 LF $ LL ,' $ �D(9�. 6 Furnish and install 6-inch x 12-inch Ductile Iron Cross 1 EA $ I .' $ I �� 7 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 3 EA $ U 8 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ $ 9 Remove and re-construct sidewalk, including all labor, equipment, materials, as shown on these plans, completed and in place. 200 SF $ $ 4o000 10 Construct concrete curb and gutter as shown on these plans, complete and in place. 12 LF $ $ �( O-, 11 Construct AC grind and overlay replacement, including all labor, equipment, and materials, as shown on • these plans (C-202), complete and in place. 9,152 SF $ ?, ' $ C-2.4 SECTION C • PROJECT BID SCHEDULE B SUNSET BEACH WATER MAIN PROJECT, CC 1435 24Tn STREET (DRAWINGS C-105 & C-202) Item No. Description Quantity Unit Unit Total Cost Cost (Extension) 12 Adjust all water valve covers, drains, cleanouts, manholes, electrical, telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans (C-202), complete and in place. 1 LS $ (0 OW ' $ (00 13 Remove and replace landscaping 1 LS $ gM. " $ UQQ, 14 Replace Signing and Striping per plan 1 "100 notes (G-003). 1 LS $ $ 1-1�Q SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE B $ 2Q�ti5'1 • SUB-TOTAL BID AMOUNT IN WORDS: djg2Nv n� 1� fi ,� , ✓c l-�yn�d rum T-j f�X Note: Refer to Section 7, Measure and Payment for description of each Item on Bid Schedule. • C-2.5 SECTION C PROJECT BID SCHEDULE C (revised 4/27/20 Addendum No. 1) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 12 STREET (DRAWING C-106) & CUT-IN VALVES IN PACIFIC COAST HWY (DRAWING C-112) BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) Alley North of 12th Street and Cut-in Valves in Pacific Coast Hwy 1 Mobilization and Setup 1 LS $ $ 2 Demobilization & Cleanup 1 LS $ MOO.- $ IOBO. 3 Furnish Traffic Control in accordance with the City of Huntington Beach and Caltrans requirements, complete and in place. 1 LS $ ADM $ tA LA M3 - Alley North of 12t" Street (Drawings C-106) 4 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 17 LF $ 10 `ll- $ 1-1WO. 5 Furnish and install 12-inch PVC water main (Caltrans ROW) including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 80 LF $ 1 W.- $ 1 A 01)0 - 6 Construct new fire hydrant assembly, including furnishing and installing new buried pipe, valve and appurtenances. 1 EA $ 1000 $ 11,000 7 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 2 EA $ 60DO. $ (o000- 8 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ LOU ' $ 100, 9 Remove existing and construct new curb, gutter, and median as shown on these plans, complete and in place. 1 LS $ W(W $ 1,0 000 - 10 Replace Signing and Striping per plan notes (G-003). 1 LS $ I '10 $ 114), ADDENDUM NO. 1 C-2.6 SECTION C PROJECT BID SCHEDULE C (revised 4/27/20 Addendum No. 1) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 12 STREET (DRAWING C-106) & CUT-IN VALVES IN PACIFIC COAST HWY (DRAWING C-112) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) Cut-In Valves in Pacific Coast Hwy (C-1 12) 11 Furnish and install 8-inch Gate Valve (Caltrans ROW) including potholing, piping, fittings as shown on these plans, complete in place. 2 EA $ 1-1 OW $ 3SLAQ 0•' 12 Inverted Siphon, Refer to Sheet 11, Addendum No.1, including all 45 degree bends, hardware, thrust blocks, pipe, excavation, backfill, dewatering, removal of excess earth material, surface repair, complete and in place. 1 EA $ IV)M $►1.t7i� SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE C $ 7).i0 -100. SUB-TOTAL BID AMOUNT IN WORDS: Note: Refer to Section 7, Measure and Payment for description of each Item on Bid Schedule. Note: Addendum No.1, revised the quantity in bid item No. 5, and created a new bid item No. 12. ADDENDUM NO. 1 C-2.7 SECTION C PROJECT BID SCHEDULE D (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 26TH STREET (DRAWINGS C-107 & C-205) BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 1 Mobilization and Setup 1 LS $ ` $ jja=— 2 Demobilization & Cleanup 1 LS $ QOD- $ 10ffl 3 Furnish Traffic Control in accordance with the City of Huntington requirements, complete and in place. 1 LS $ $ 4 Conduct preconstruction of existing survey homes and street as required by the Contract Documents, including preparation and submission of all required reports, videos and photographs. 1 LS $_ $ ' 5 Furnish and install 6-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 180 LF $ jZ0. $ 3q (a0n� 6 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 1 EA $ $ !)OW 7 Construct new 4-inch Blow-off Assembly, including furnish and installing new buried pipe, valve and appurtenances. 1 EA $ 1��• $ '(dt,0. 8 Furnish and install 1-inch polyethylene coated copper tube water service, including pipe fittings, valves, and connection to existing water meter assembly. 6 EA $ 4 — $ W 400 9 Construct temporary below grade water 2-inch service and connect to existing water meters including temporary 2-inch hot tap to existing 6-inch Asbestos Cement pipeline. 1 LS $ S4&-10— $ ?AOOC ADDENDUM NO.2 C-2.8 SECTION C PROJECT BID SCHEDULE D (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 26TH STREET (DRAWINGS C-107 & C-205) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 10 Remove and cap temporary 2-inch connection to existing 6-inch AC pipeline. 1 EA $_Uaa- $ (a Op. 11 Cut, cap, and abandon existing waterline and appurtenances and legally dispose of existing Asbestos Cement pipeline. 1 LS $ (a� $ (o000. , 12 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ SOUO $ OW, 13 Construct new alley concrete gutter as shown on these plans (C-205), complete and in place. 850 SF $ 2) $ 14 Construct AC pavement replacement, including all labor, equipment, and materials, as shown on these plans (C- 205), complete and in place. 78 TONS $ 3 0, $ 2 15 Construct base replacement, including all labor, equipment, and materials, as shown on these plans (C-205), complete CU and in place. 58 YDS $ 400. $ 23 UV 16 Furnish and Install Redwood Header. 8 LF $ al , — $ i.4o,--- 17 Adjust existing water meter to grade. 6 EA $ !� $ ZOO 18 Adjust water valve cover to grade. 2 EA $ $ /O,0a 19 Adjust cleanouts, sewer cover, drain, electrical, telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans (C-205), complete and in place. 1 LS $ &CM $ (d1lh� 20 Install Temporary "Parking By Permit Only" signs along Greenbelt on North and South Pacific Avenue. 2 EA $ WO - $ 21 Replace Signing and Striping per plan notes (G-003). 1 LS $ a $ ADDENDUM NO.2 C-2.9 SECTION C PROJECT BID SCHEDULE D (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 26TH STREET (DRAWINGS C-107 & C-205) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 22 Remove and salvage existing (wharf)fire hydrant including removing valves and ,� abandoning lateral in place. 1 EA $ �� $ �V�}VV SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE D $ ZA 1 qdo. SUB-TOTAL BID AMOUNT IN WORDS: ,Two Ikv MpV m fva;t� ar c- 'lAw S mvo nur k6jo vw )o"v f "%0 Note: Refer to Section 7, Measure and Payment for description of each Item on Bid Schedule. Note: Addendum No.2, Revised Bid Item No. 8 to polyethylene coated copper tube water services. ADDENDUM NO.2 C-2.10 SECTION C PROJECT BID SCHEDULE E (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 25TH STREET (DRAWINGS C-108 & C-204) BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 1 Mobilization and Setup 1 LS $ _ $ 2A000. 2 Demobilization & Cleanup 1 LS $ 1000 3 Furnish Traffic Control in accordance with the City of Huntington requirements, complete and in place. 1 LS $ SWO, $ �0110� 4 Conduct preconstruction of existing survey homes and street as required by the Contract Documents, including preparation and submission of all required reports, videos and photographs. 1 LS $ Ltoo, — $ 5 Furnish and install 6-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 221 LF $ 46 WO 6 Remove existing 10-inch tee, replace with 10-inch diameter DR 14 PVC AWWA C900 pipeline, and 10-inch DI gate valve. 1 LS $ $ 01OW , 7 Abandon existing 10-inch Asbestos Cement pipeline in place and plug ends. 1 LS $ g000_ $ OW00. 8 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 2 EA $ W0 ' $ WOO, 9 Furnish and install 1-inch polyethylene coated copper tube water service, including pipe fittings, valves, and connection to existing water meter assembly. 14 EA $ .� $ 41 lock') 10 Construct temporary below grade water 2-inch service and connect to existing water meters including temporary 2-inch hot tap to existing 6-inch Asbestos Cement pipeline. 1 LS $3iWO $ 3U00,- ADDENDUM NO.2 C-2.11 SECTION C PROJECT BID SCHEDULE E (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 25TH STREET (DRAWINGS C-108 & C-204) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 11 Remove and cap temporary 2-inch hot tap connection to existing 6-inch AC pipeline. 1 EA $ $ 1 . 12 Cut, cap, and abandon existing waterline and appurtenances and legally dispose of existing Asbestos Cement pipeline. 1 LS $ $ 13 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ LSW $ 2S00 14 Construct new alley concrete gutter as shown on these plans (C-205), complete and in place. 870 SF $ $ 'MAPTO 15 Slurry seal street, including all labor, equipment, and materials, as shown on these plans (C-204), complete and in place. 130 SF $ $ 16 Construct AC pavement replacement, including all labor, equipment, and materials, as shown on these plans (C- 205), complete and in place. 91 TONS $ Or $ 0 01�0 17 Construct base replacement, including all labor, equipment, and materials, as shown on these plans (C-205), complete Cu and in place. 68 YDS $ 430 . $ IAI2 0, 18 Furnish and Install Redwood Header. 30 LF $ 1 , — $ 0. 19 Adjust existing water meter to grade. 14 EA $ eOU,, $ 11 WO. 20 Adjust water valve cover to grade. 3 EA $ 1,0(), 21 Adjust cleanouts, sewer cover, drain, electrical, telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans (C-205), complete and in place. 1 LS $ 22 Remove existing concrete gutter. 360 SF $ T'- ' $ Q ADDENDUM NO.2 C-2.12 SECTION C PROJECT BID SCHEDULE E (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 25TH STREET (DRAWINGS C-108 & C-204) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 23 Install Temporary "Parking By Permit Only" signs along Greenbelt on North and South Pacific Avenue. 2 EA $ 3X ' $ (OM 24 Replace Signing and Striping per plan notes (G-003). 1 LS $ 1 L40D — $ 1 L4 00 SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE E $ 3TO 33U. SUB-TOTAL BID AMOUNT IN WORDS: J'V� 1�1 MOP W kiv Kb rw 1_)�a-rj rlciA vJ Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. Note: Addendum No.2, Revised Bid Item No. 9 to polyethylene coated copper tube water services. ADDENDUM NO.2 C-2.13 SECTION C PROJECT BID SCHEDULE F(revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 PARK AVENUE (DRAWINGS C-109 & C-203) BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 1 Mobilization and Setup 1 LS $ Q(b0 - $ 30000 2 Demobilization & Cleanup 1 LS $ l 0W. — $ 1 pUp 3 Furnish Traffic Control in accordance with the City of Huntington and Caltrans requirements, complete and in place. 1 LS $ In000E $ 10 OJt7 4 Conduct preconstruction of existing survey homes and street as required by the Contract Documents, including preparation and submission of all required reports, videos and photographs. 1 LS $ 4000. $ �000 - 5 Furnish and install 6-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 266 LF $ UO. ' $ 53S00. 6 Furnish and install 6-inch PVC water main (Caltrans ROW) including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 25 LF $ [SM. $ :51S7J0. 7 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 1 EA $ 30M. $ 3� 8 Construct new 4-inch Blow-off Assembly, including furnish and installing new buried pipe, valve and appurtenances. 1 EA $ f000• $ 6000. 9 Furnish and install 1-inch polyethylene coated copper tube water service, including pipe fittings, valves, and connection to existing water meter assembly. 10 EA $_32�.M $ 320(1t�, 10 Cut and cap existing 3-inch pipeline at valve including furnishing and installing ,I the necessary appurtenances in place. 1 EA $ '10W — $ Oiz_ ADDENDUM NO.2 C-2.14 SECTION C PROJECT BID SCHEDULE F (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 PARK AVENUE (DRAWINGS C-109 & C-203) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 11 Cut, cap, and abandon existing waterline and appurtenances in place. 1 LS $ ( $ 01QM, 12 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ tSD4" $ 100. 13 Construct new cross concrete gutter as shown on these plans (C-203), within Caltrans ROW, complete and in place. 160 SF $ e3. $ 13ti9�• " 14 Slurry seal street, including all labor, equipment, and materials, as shown on these plans (C-203), complete and in place. 5,800 � SF $ � • � $ W. 15 Replace Signing and Striping per plan notes (G-003). 1 LS $ 1 1 00 - $ 11 Z, SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE F $ Z l'I $ 66 SUB-TOTAL BID AMOUNT IN WORDS: 'I'1N r�DJY ym 1Y1 c gx la&t-f - R"✓ o vr Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. Note: Addendum No.2, Revised Bid Item No. 9 to polyethylene coated copper tube water services. ADDENDUM NO.2 C-2.15 SECTION C PROJECT BID SCHEDULE G(revised 4/30/20 Addendum No. 2 SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 24TH STREET (DRAWINGS C-110 & C-206) BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 1 Mobilization and Setup 1 LS $ jl = _ $ 1 q 060 2 Demobilization & Cleanup 1 LS $ 10W $ 1 0 00. 3 Furnish Traffic Control in accordance with the City of Huntington requirements, complete and in place. 1 LS $ SWO $ S000, 4 Conduct preconstruction of existing survey homes and street as required by the Contract Documents, including preparation and submission of all required reports, videos and photographs. 1 LS $ 2,00. $ 1,00• 5 Furnish and install 6-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 190 LF $ SM, $ 6 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 1 EA $ �000. / $ 30� 7 Construct new 4-inch Blow-off Assembly, including furnish and installing new buried pipe, valve and appurtenances. 1 EA $ 64M $ 8 Furnish and install 1-inch polyethylene coated copper tube water service, including pipe fittings, valves, and connection to existing water meter assembly. 13 EA $ 3400. — $ L4N 2lJfl 9 Remove and salvage existing (wharf)fire hydrant including removing valves and abandoning lateral in place. 1 EA $ $ 7000, 10 Construct temporary below grade water 2-inch service and connect to existing water meters including temporary 2-inch hot tap to existing 6-inch Asbestos r Cement pipeline. 1 LS $ 2400a 1 $ -`1000. ADDENDUM NO.2 C-2.16 SECTION C PROJECT BID SCHEDULE G (revised 4/30/20 Addendum No. 2 SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 24TH STREET (DRAWINGS C-I10 & C-206) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 11 Remove and cap temporary 2-inch hot tap connection to existing 6-inch AC pipeline. 1 EA $J4W— $ ipffi 12 Cut, cap, and abandon existing waterline and appurtenances and legally dispose of existing Asbestos Cement pipeline. 1 LS $_LL&W. - $ LJ 000. 13 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ ISM $ 1-00 14 Construct new alley concrete gutter as shown on these plans (C-205), complete and in place. 930 SF $ 21. ' $ 15 Construct AC pavement replacement, including all labor, equipment, and materials, as shown on these plans (C- 205), complete and in place. 80 TONS $ 3 $ 000 16 Construct base replacement, including all labor, equipment, and materials, as shown on these plans (C-205), complete Cu and in place. 60 YDS $�!�. ' $ 000, ' 17 Furnish and Install Redwood Header. 51 LF $ t1. $ (o 18 Adjust existing water meter to grade. 13 EA $ 0109. $ i I 1 W 19 Adjust water valve cover to grade. 2 EA $ $ J o(M. 20 Adjust cleanouts, sewer cover, drain, electrical, telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans (C-205), complete and in place. 1 LS $ a01 _ $ 21 Install Temporary "Parking By Permit Only" signs along Greenbelt on North and South Pacific Avenue. 2 EA $ $00. '-- $ (000. 22 Replace Signing and Striping per plan notes (G-003). 1 LS $ '�00,, $ I 4ig- ADDENDUM NO.2 C-2.17 SECTION C PROJECT BID SCHEDULE G (revised 4/30/20 Addendum No. 2 SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 24TH STREET (DRAWINGS C-110 & C-206) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE G $ SUB-TOTAL BID AMOUNT IN WORDS: �'lnl'o �'U IJV��P,D S�� �V� �Sib �C �✓� ��vr,��-, �-u�, !�-(�a�r °°,�� Note: Refer to Section 7, Measure and Payment for description of each Item on Bid Schedule. Note: Addendum No.2, Revised Bid Item No. 8 to polyethylene coated copper tube water services. ADDENDUM NO.2 C-2.18 SECTION C PROJECT BID SCHEDULE H (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY BETWEEN 12TH & 13TH AND PECAN & ACACIA (DRAWINGS C-111 & C-207) BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 1 Mobilization and Setup 1 LS $ N 1 $ 2 Demobilization & Cleanup 1 LS $ f QM- $ )OW, 3 Furnish Traffic Control in accordance with the City of Huntington requirements, complete and in place. 1 LS $ �-- $ 3lafl, 4 Conduct preconstruction of existing survey homes and street as required by the Contract Documents, including preparation and submission of all required reports, videos and photographs. 1 LS $ qW0 $ l�a 5 Furnish and install 6-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 421 LF $ WO. ' $ 8 6 Furnish and install 6-inch gate valve 1 EA 7 Remove and salvage existing fire hydrant including removing valves and abandoning lateral in place. 1 EA $_ Qj $ g Construct new fire hydrant assembly, including furnishing and installing new buried pipe, valve and appurtenances. 1 EA 9 Furnish and install 1-inch polyethylene coated copper tube water service, including pipe fittings, valves, and connection to 'r existing water meter assembly. 1 EA $ 3�619 ' $ 500 10 Furnish and install temporary blow-off, including fittings, thrust blocks for testing �OOQ and disinfection. 2 EA $ 3000 $ 11 Furnish and install 1-inch polyethylene coated copper tube water service, including pipe fittings, valves, and connection to existing water meter assembly. 23 EA - 12 Cut, cap, and abandon existing waterline and appurtenances in place. 1 LS $ LLiw $ q 000-- ADDENDUM NO. 2 C-2.19 SECTION C PROJECT BID SCHEDULE H (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY BETWEEN 12TH & 13TH AND PECAN & ACACIA (DRAWINGS C-111 & C-207) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 13 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $Igo" $ ZS?00. � 14 Construct new alley concrete gutter as shown on these plans (C-207), complete and in place. 955 SF $ 'LA. $ 'L 'LQ 15 Construct alley approach, including all labor, equipment, materials, as shown on these plans (C-207), completed and in place. 3 EA $ ll 0W, $ �O OX 16 Construct AC pavement replacement, including all labor, equipment, and materials, as shown on these plans (C-205), complete and in place. 155 TONS $ 100. $ AUIM ` 17 Construct base replacement, including all labor, equipment, and materials, as shown on these plans (C-205), complete and in CU place. 114 YDS $ 3eo. " $ L4 25W, 18 Furnish and Install Redwood Header. 20 LF $ 2t. $ 4 1 19 Adjust existing water meter to grade. 23 EA $ $ 10 qOO, 20 Adjust water valve cover to grade. 3 EA $ 2l 00. 21 Adjust cleanouts, sewer cover, drain, electrical, telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans (C-205), complete y� and in place. 1 LS $ ` Cam• $ y 22 Replace Signing and Striping per plan notes (G-003). 1 LS $ 1500- $ 3(�, SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE H $ SUB-TOTAL BID AMOUNT IN WORDS: 6W JAVMO tO e0 ft!j 6 0T r1' A hw Sty HVW r& r JtdaAJ Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. Note: Addendum No.2, Revised Bid Item No. 9&11 to polyethylene coated copper tube water services. ADDENDUM NO.2 C-2.20 SECTION C PROJECT BID SCHEDULE I SUNSET BEACH WATER MAIN PROJECT, CC 1435 SURVEY MONUMENT PRESERVATION (APPENDIX Q) AND SEWER HOUSE LATERAL REMODELING BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) Reset or Re-establish Survey I Monuments per Requirements described in Appendix Q of Contract Documents. 16 EA $ lDy� Remodel existing sewer house 2 connection laterals conflicting with proposed waterline. 20 EA $ j 000 $ (aQ 0'00. SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE I $ lola�Da SUB-TOTAL BID AMOUNT IN WORDS: S S� lkkO tab rM 4 4i,-[ Note: 1) Refer to Section 7, Measure and Payment for description of each Item on Bid Schedule. 2) Bid Item No. 2 - The exact quantity and location of sewer house connection laterals are unknown. If the actual quantity does not comply with the 2018 Green Book quantity percentage requirements, the City reserves the right to renegotiate unit cost for this bid item. Sewer house lateral remodeling bid items include the following streets listed below: i) Alley North of 26th Street ii) Alley North of 25th Street iii) Park Avenue iv) Alley North of 24th Street v) Alley Between 12th, 13th, Pecan and Acacia Streets C-2.21 SECTION C PROJECT BID SCHEDULE TOTALS Sunset Beach Water Main Project Various Locations Cash Contract No. 1435 SUB-TOTAL BID SCHEDULE A $ gig 011a0 SUB-TOTAL BID SCHEDULE B $ 262 SUB-TOTAL BID SCHEDULE C $ 330 100. SUB-TOTAL BID SCHEDULE D $ ?-q I L40a — SUB-TOTAL BID SCHEDULE E $ ?j20 ?>30' SUB-TOTAL BID SCHEDULE F $ 60. , SUB-TOTAL BID SCHEDULE G $ F11I — SUB-TOTAL BID SCHEDULE H $ qq 6 � &O SUB-TOTAL BID SCHEDULE I $ (a& qX,— 00 TOTAL BID AMOUT, BASIS OF AWARD (Schedules A— 1) 2, U A TOTAL BID AMOUT, BASIS OF AWARD IN WORDS: y t D�1 , vrr t dH l dLm�en Notes: All extensions of unit prices will be subject to verification by Owner. In case of a verification between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.22 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 s M Ssi ttr � U1,y tis'1 1 ono 1 N q SZ) 0.5 i F- �-k t't-'1 q 1 g;CA4 ba vh V A-Li ;-zti SvpW► TQuGlru.k '1'1b30� �-3l 1 "OW 13 OSly Q-'y -`s s��ti C PrC4S S f L YL -11 tax-? fit D36 I�t1b SfRs�s�6 g- to �•q A i P� 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 LISP'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 , It ,—;A`;FOBN!A D Mir ate iry State o RKPA40 �� , beifigdRsiCv� vorn, deposes and says that he or she is of EXCEL PAVING coMPANY the party making the foregoing id 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. PALP, INC DBA EXCEL PAVING COMPANY Name of Bidder Curtis P. Brown III ;*'a"ire of Bidder President 2230 LEMON AVE Address of Bidder LONG BEACH,CA 90806 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 Mff _ before me, R. Covington Notary Public , (tiere Inserl name one mle of the icer personally appeared Curtis P. Brown III , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/axe subscribed to the within instrument and acknowledged to me that he/stw" executed the same in his/WAOir authorized capacity(ies), and that by his/heal(t*r 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. 11111111141111118 IL � - R.COVINGTON WITNESS my hand and official seal COMM.#2157907 0 NOTARY PUBLIC-CALIFORNIA v LOS ANGELES COUNTY C My Commission Expires 06/24/2020 �unnnnnsanntauu�a�a*•.•!e••-: Notary Public Signature (Notary Public Seal) ♦ - A INSTRUCTIONS FOR COMPLETING THIS FORM ADDITIONAL OPTIONAL INFORMATION This form complies with current California statutes regarding notary wording and, DESCRIPTION OF THE ATTACHED DOCUMENT ((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) a State and County information must be the State and County where the document signer(s)personally appeared before the notary public for acknowledgment. e Date of notarization must be the date that the signers)personally appeared which (ritle or description of attached document continued) must also be the same date the acknowledgment is completed. a The notary public must print his or her name as it appears within his or her Number of Pages Document Date commission followed by a comma and then your title(notary public). a Print the name(s) of document signer(s) who personally appear at the time of notarization. CAPACITY CLAIMED BY THE SIGNER a Indicate the correct singular or plural forms by crossing off incorrect forms(i.e. Wshe/Ehey,-is/an)or circling the correct f(rtes.Failure to correctly indicate this ❑ Individual (s) information may lead to rejection of document recording. ;)( Corporate Officer a The notary seal impression must be clear and photographically reproducible. resident 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) a Signature of the notary public must match the signature on file with the office of the county clerk. ❑ Attomey-in-Fact 4 Additional information is not required but could help to ensure this ❑ Trustee(s) acknowledgment is not misused or attached to a different document. A. Indicate title or type of attached document,number of pages and date. ❑ Other ` 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.NotarycIasses.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 SUNSET BEACH WATER MAIN PROJECT, VARIOUS LOCATION FROM ANDERSON STREET TO WARNER AVENUE, CC NO. 1435, (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, ItiC DBA EXCEL PAVING COMPANY Contractor By Curtis P_ Brown III President Title Date: MAY - 19i11� 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 ZNo If the answer is yes, explain the circumstances in the space provided. yK 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. PALP. INC DBA EXCEL PALING COMPANY Contractor By Curtis P. Brown III i�rQri idP nt Title Date: '1P C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder Name PALP; INC DBA EXCEL PAVING 223n I I=N40N AVE Business Address LONG BEACH, CA 9080& City, State Zip ( )562) 599-5MI Lsti rn at in Q(geAgejpaVeno.net Telephone Number Email Address r,T TF I IC#t RR8659 State Contractor's License No. and Class A, C12, C31 ;i`>,1101q Original Date Issued S \3nla2 Expiration Date The work site was inspected by L-ws FWt S of our office on MT-LA , 202D. The following are persons, firms, and corporations having a principal interest in this proposal: Curtis P.Brown III President and Chief Executive Officer icer Marcia S.Miller Secretary Criss,A.PhgUipm Aset.See--- RAI P INC DBA- EXCEL PAVING COMPANY 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, INC DBA EXCEL WAVING COMPANY Company Na e Sign/ a of Bidder Curtis P. Brown III President Printed or Typed Signature C-8 NOTARY CERTIFICATE Subscribed and sworn to before me this_day of rev Ti 7n�n , 202_ . 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 S 0GEL FS ) On MAY ' 107.0 before me, (Am A iDA Month, Day, and Year InsetName and Title of Notary personally appeared Curt s 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. 11111#14 111111111 111 1& R.COVINGTON .: WITNESS my hand and official seal. - " NOTARY PUBLIC CALIFORNIA LOS ANGELES COUNTY Amy commission Expires xpies 0612 4/2020 Signature Signature of Nota Public (PLACE NOTARY SEAL ABOVE) C-9 Bidder's Project History ATTACK-0 For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of potable water pipelines within the public right of way, working within major arterials, streets and alleys and in close proximity to other existing underground utilities, and in area containing high ground water. The area Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. 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. 1 laA S T VW BLS Name of proposed Project Manager Telephone No. of proposed Project Manager: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 2. QpL. 5CAVOt,3(>� 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 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/ActionS ervlet?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. CpALP INC DBA Contractor By//Uurtis R Brown III President estimatingqfl�excelnavingjM Email Title Date: MAY - 1 1A7n PWC Registration #: k OO 0 00 351 1 C-12 r Roc Schoonover 209 39" Street Newport Beach, CA 92663 Cell: (562)755-4719 Email: RocAlan@sbcglobal.net QUALIFICATIONS: • OSHA certified • First Aid/CPR certified • Confined Space certified EXPERIENCE. 06/06-present Excel Paving Long Beach, CA Construction Superintendent • Job Scheduling • Personnel Scheduling • Dealing with various agencies,e.g. State, Public and Private • Responsible for all aspects of job construction and quantities 08/77-06/06 Sully-Miller Contracting Anaheim, CA Construction Superintendent(01198-06106) • Job Scheduling • Personnel Scheduling • Dealing with various agencies,e.g. State, Public and Private • Responsible for all aspects of job construction and quantities Construction Foreman (1995-01198) • Ran individual jobs including grading,paving,concrete and quantities Asphalt Plant Superintendent(1990-1995) • Building,operating and maintenance of portable and stationary Plants • Personnel supervision Asphalt Plant Foreman (1983-1990) • Responsible for ordering materials for production of asphalt • Maintenance of Plant Asphalt Plant Operator(1982-1983) • Mixed asphalt Plant and Loader Operator for portable crushers(1979-1982) • Manufacturing of recycled base material Operating Engineer(1978-1979) . • Ran various equipment in the grading operation tru Consction Labor(1977-1978) • General labor work • Grade checking EDUCATION: June 1975 Downey HS High School Diploma Downey,CA Excel Paving Company Roc Schoonover Project Manager i Project Experience: 07/06 — 12/10 Owner: CalTrans Project: Lincoln Boulevard Improvements Project Value:$10,000,000.00 + Contractor: Palp Inc. dba Excel Paving Company Position: Project Manager Description: Construct 25' Wide by 400, long double barrel concrete drainage box with various drains. Widen & raise entire road between 1' to 6', also installed all new curb& gutter, new sidewalks, grade& pave entire site. 01/05 — 5/06 Owner: Irvine Company Project: Sand Canyon Widening Project Value: $25,000,000.00 Contractor: Sully-Miller Contractor Position: Project Superintendent Description: Widen the East side of Sand Canyon, and add three additional lanes West of existing road. Install all underground utilities, drains, new medians, sub- grade, place rock, grade & Pave. 02/05-12/05 Owner: Irvine Company & City of Irvine Project: Crystal Cove Project Value: $8,500,000.00 Contractor: Sully-Miller Contractor. Position: Project Superintendent Description: Construct all new roads in upper Crystal Cove, including all underground utilities, rough grade, layout, concrete, base & pave. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For Sunset Beach Water Main Project at Various Locations, CC1435 April 27, 2020 Notice to All Bidders: 1) Delete "Section F—Supplement to the Special Provisions" identified in the Table of Contents. This section has been deleted from the specifications. 2) Add Section C and Section D in the Specifications under Section 7 — Measurement and Payment, 7-3.2, Bid Item Description for the following items: Add Section C to "Remove and Dispose of Existing Concrete Gutter", page E-27: C. This item includes saw cutting, removing, hauling, and disposing existing pavement section. Add Section C and Section D to "Asphalt Pavement Replacement Section", page E-27: C. This item includes saw cutting, removing, hauling, and disposing of existing pavement section and pavement fabric, if present, to the subgrade elevations indicated on the plans as required to construct the new improvements. D. This item provides pavement for both the base course (thickness varies) and a 1 '/2 inch finish course of AC pavement. Add Section C to "Base Replacement, page E-27": C. This item includes saw cutting, removing, hauling, and disposing existing pavement section." 3) Amend Sheet 11 of 35, Drawing C-106, of the Approved Plans per the attached "Revision 1" to modify the pipeline profile to include a 12-inch inverted siphon assembly. 4) Replace Bid Schedule C, pages C-2.6 and C-2.7, with attached "Bid Schedule C (revised 4/27/20 Addendum No. 1)" to modify the following Bid Items: a. Reduce quantity of Bid Item No. 5 from 105 LF to 80 LF. b. Add Bid Item No. 12 to include 12-inch Inverted Siphon Assembly. 1 of 21 Addendum No. 1 The bid opening date has not changed and will be May 5, 2020 at 10:00 AM. This is to acknowledge receipt and review of Addendum Number One, dated April 27, 2020. f AL P, 1,N0 DBA FXCEI_ RAVING r--ON4PANY Company Name B ��20° Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Lili Hernandez at (714) 374- 5386. 2 of 21 Addendum No. 1 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER TWO For Sunset Beach Water Main Proiect at Various Locations, CC1435 April 30, 2020 Notice to All Bidders: 1) Replace the following Bid Schedules listed below with attached revised Bid Schedules dated 04/30/20 to change water service material from "polyethylene water service" to "polyethylene plastic coated copper tube water service" per City Specifications 02510.8: A. Bid Schedule D, pages C-2.8 to C-2.10, Bid Item No. 8. B. Bid Schedule E, pages C-2.11 to C-2.13, Bid Item No. 9. C. Bid Schedule F, pages C-2.14 to C-2.15, Bid Item No. 9. D. Bid Schedule G, pages C-2.17 to C-2.18, Bid Item No. 8. E. Bid Schedule H, pages C-2.19 to C-2.20, Bid Item No. 9 & 11. The bid opening date has not changed and will be May 5, 2020 at 10:00 AM. This is to acknowledge receipt and review of Addendum Number Two, dated April 30, 2020. pALp, ItiC DBA EXCEL PAVING COMPANY Company Name y MAY - 5 2020 Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Lili Hernandez at (714) 374- 5386. 1 of 1 l Addendum No.2 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER THREE For Sunset Beach Water Main Project at Various Locations, CC1435 May 4, 2020 Notice to All Bidders: Please note the following clarification to the Contract Documents and Project Specifications: 1) Section Al, page A-ix, and Section B, page B-1, of the Project Specifications: Due to the COVID-19 pandemic, hand delivered bids will only be accepted between the hours of 9:00 AM and 10:00 AM, immediately outside of City Hall Civic Center entrance, on the day of bid opening. Bids will be publicly opened in the same area to allow for social distancing. It is advised that bidders arrive earlier than normal to deliver bids and allow for additional bid processing and acceptance times due to the safety measures described above. The bid opening date has not changed and will be May 5, 2020 at 10:00 AM. This is to acknowledge receipt and review of Addendum Number Three, dated May 4, 2020. PALP, INC DBA EXCEL PAVING COh1PANY `Z Company Name y Curtis P. Brown Ili President MAY - ; 7070 Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Lili Hernandez at (714) 374- 5386. 1 of 11 Addendum No. 3 8 W tm0 0O �t 7 O n` f` N O tnO m N pm pN Obi CD ����� � A�Omf�OD CD g O cN7 N m co §g 1�1� f7 m n m n CD n t0 O m m<N Oi pppp QQ�� to O m N N N u7 m U) n n m f7 m O pCpp Tp� n U) t0 t`!O pp UJ n ao m N IA N n �i n N p�pp m N n N p p O>m lf) m m r7 m m t0 u7 m uPi n chi n C M N fh- -O OODD O t0 C4 CD N I� N iD CD'aF cwz - (p q e- N m N�a�� f7� N N N O �n N u'i st� N- C7 -m O M Vi M M 69 tl9 N9 M 69 W(A M b9 1A N9!A IA fA 1A M f9 69(A M V!69!A fA M V!H1 fA!A d9 fA 1A fA(A M 1N 1A d!fA f9 69!A N!fA M � � � hlgl CL c � p� _c _ v i, moO m O W N m N �� � � N' o 0 o r o m^o m m m o 0 0 0 0 0 o m o m o- o o m m o 0 - m m m n n m m m m m m e � os5,61eoo ecC,j � o a aosoCD <S; B oa���o� oo � m ��� �s CD > `>� 8 8 w > o o $ a w a > o s 8 L. 8 S q 8 8 0 0 > E o z o o d > m z E o o > > o i > N � � p V � p > p "N >� �ZCp � p O q 8• '� 25 O o m m o > p o CJ�L° t6 `Lm E, o Q _ '�. �i S b o 'S c c L`> � •C._- �- yy C c �_ o c�� L ; �° q= Em c''Q E Q q� � y �a�� c �Zi o t_ 3 c E�•��L�._ � �i c �_ n q c a� m c t "m 25 _ co �n g O 8 - '� m 8 p > > c c td `'' E 3 N m ro.� U M m !° 42 Cf L_'v c m N L — m m E •_ C E m Y o w c `$ �p - _ C_ Y V m fA(O l0 C E m 0 m 2 'c >L m Li m mIE L m `° m e mtq m L �C m m m E Cf W E m > E m LL L m to v L 0 E m' c o �'E pi — Y-� �7i m D L L .�'' o L m '3� E c.� E P 8 m m y O 1n U7 In N p N _ m f7 t7 m m fn m LL')l!Y N U•� f7 N N ® s{pp N N p�U) �tpp f7 N f��pp0 Qj pN N O lA vN Cp 01 in N n f7 a t'J�p eN{N �"�^ Ll-J ppQ ,�fj, to N N tp19 N Of N N_ N t'7 N OI�N 1li m N N N o lA m m 1_N Off}, Of<N_ N Ch Ch (mp f7 Q' f7N n n t0 p C7 tD N n t� n t0 I� N f� N N m Go CD U� N N CD O� C C c.i CPi N C M M t7 O aaaDDD c J m CA U�W U)f7 fV cV C7 m _ eF of pe4id �d� <c 4 64 �ab�idroodvvd'��c�i nmc��iCc%gym C"om�ii+�cN+»c%�cNo r�i�n in n ' Cm�it�mmtn�t�com ct u iOrn N C W O N = C m p U p �yy C+N Y C m N Y N O Q U d y N L m LL y m m Y O z J 4 Ol W N , N$ O Q� N y `m m y C m 3 q.O �U N. W n a 5 E L m= tO L c 2$m e-�-�?� m co LL o.4� y 2 m m c m m v 5 m Qp m 8> m > m z C7 0> a m m LL L — o x c C�> z m > E c 0 c y > a>»v m c c ty = �> o m m_ r p = Jyaym c v v,c_��m C 2'.. O Y C Cy m 'Z (�mpj m C L .0 LL m C C C "C N q m G C 2 N N C ' ' N r U N O L C •C l0 p �O �p W O m Y d ry C m N d G g m L � N �^ U ¢ 5 mLL �Qa 2' m cn SSOC7� mtn��U �5�C7m Y�inLL om _ Qr�MU�2'K000Cn a • Z¢ V m N _O m N _O n c7 t")m mou7 U) tD O C7 oo N o oN O Epp�pp 0 0 0 tm0 m d�p tG O��nppHIS! p�p O n �np0 �NO$ N� c4i (p On c4i( N9c�Nn nnNnO a N N m N N N 0 N n m Np N N N N N p N O N p ``��jj N N O R m Of m m m m �S�m m�0lm mm m W�m OOO�iispu m �m p1 O TT mO�m01� �mOf�p>W 0 p C z U N L 1p U l0 L � m�2 a m m m C q m m 4X " ¢ �¢ o ¢ 25 o aEi¢ ° ag E E c E aEi� m�a��vQ 3��5 0 Q mm2 E �vQQ = `° U a> 3 = n yo m '� .c_qi o U C C7 r t o u-U m c cc E q 3y .6� m "a ?r�',�`i W o a � u1Oi r y e CL x _ c c c E c c c $ c c �° c m m —m c c c c r g c c x c ms c $$ c c c a c "' c� � �m' b4vDcO C/) rn8 �'_=mC0CD cnn¢=¢`m �3inv�v��'�v�a »�cngx' �° cnci�r�'u�aminin -9M a co 0 0 U N $ g Z a: 2G Q J m > > co ¢ m a m a o` in ro ¢ � m �' o ¢ dmm¢ �N � in inm3 'i m 3 > i > ¢> > m 2 N ¢iny $ co aW 8' • m¢ E E c >¢ 8 _ > my t o � oRp my .m c 'S U v ti v d m ¢ ¢05 co9 qpj� v7 c m N = > 8 2 2 g¢' c �m LLaLLa LL e� S� g'LL �c�7¢aauiay=- 8 d$cm£ g and ELL m `� LL Y 'L uni �U- U-LLm�g 5 w ui u v Cn m v u i v a ui ui o p r z N Npo y �00 52 LU CO en m to tomU n cn �i uj 0U9 IL�a�w wLLl (ppn p f7 C, UY N pp� N O IN`t�j n p p n O n n p�m}p U�t� O ton m n��p tp 11i N t� tD G cNV N a m�-N OJ N C CG' fp m N N p .d+ llpq m N LU p N 2 m m C U 'Q C1 ,C d m g m C C V C I m mm ' v E E 251° °�x E >vEc 3 c lim =� � mL 2m mmcccso f0 $ mmaV rnn' cc m ¢�mcnOrrn¢¢m �LL�n�n�nr�'�v� 0 x � O `�iacr m 1 m y m 5 b'i c y m 20 N � C a E E o w 0) g = `vr�5 _ iY i c � J = EEa n3 n aEi 2 m aEi m m m i s a w c@ m t C C L a _�a' N a E j E >LL C a N m a m m m � cUN �— E � to d nQ a v¢ a� n� meets ca v o d c c o> 8 a an d CO `S3 m 9� m �'n E z m m= � E �E a� � i 4� 2 > v = o o Q o �i E c n a> p c > c m m L c m _� 8 E x 3 in [D m c� � c w ��N �� P='S Env S.",Z-c �.$ � a=i > E d >Z �� o L E V pU AaU c ��m L �° Nm Ea `� c mO�Q' �° L"¢ y c v t� N 8. p a In O O m n C O m N m a v m m V y ¢ 'O W w m c "v w `y`° m m a�r N E E m c m y m m Sri a a m a d m o x in to co U O E 8`o m'a� a`_� ' LL.9 E m m m m z m a`> L'E m c 3 a = ti t _ .c i r m c E a m ^ E 3 c aci > c 'c v c E� E c c c� N cmi L z m �'�UUn5�» in � O �cpgcgC',mc�5C7 ,aLL20co ind='ay �3�'� > w 5 (s r9iina`"''m�cg�U>z n c7 N M O cn M l(J C, O lf1 i 22 pC1n�V N � l���pimp � � tnD Opp pInp �� Omi O O .J� pm �- Bond No. Bid Bond BID BOND The American Institute of Architects, AIA Document No.A310(February, 1970 Edition) KNOW ALL MEN BY IMSE PRESENTS,that we PALP Inc.dba Excel Paving Company as Principal hereinafter called the Principal,and Federal Insurance Company a corporation duly organized under the laws ofthe stale of Indiana as Surety, hereinafter called the Surety, are held and firmly bound unto City of Huntington Beach as Obligee,hereinafter called the Obligee,in the sum of Ten percent of the total amount of the bid Dollars ($ 1.0% ), 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 Sunset Beach Water Main(CC#1435) 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 famished m 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 m good faith contract with another party to perform the Work covered by said bid,then this obligation shall be mill and void,otherwise to remain in full force and effect. Signed and sealed this 1 sth day of April 2020 PALP Inc.dba Excel Paving Company (mil) MARCIA S. MILLER, CORP. SECRETARY Curtis P. Brown Ili B : Namd Tide Federal Insurance Company SIIIEIy ��� By. Witnm Douglas .Rapp Attorney-in-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 April 16, 2020 before me, Debra Swanson, Notary Public (insert name and title of the officer) personally appeared Douqlas A. Rapp , who proved to me on the basis of satisfactory evidence to be the person(*)whose name(*) is/"" subscribed to the within instrument and acknowledged to me that he,4"ilhe9 executed the same in hisfh"*@hi*authorized capacity(iove , and that by his/NeWbWeipsignature(*) on the instrument the person(*, or the entity upon behalf of which the person(*)acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS m hand and official seal. "��,� DEBRASWANSON Y COMM.#2170759 ;0 W-eA w NOTARY PUBLICGCAUFORNIA N : ORANGE COUNTY • °� MY COMM.EXP.NOV 10.2020 I Signature (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 , toNullss 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—________----- M_------_-______ 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. G✓ i 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 J AD F KATHERINE I ADELAAR NOTARY PUBLIC OF NEW 1FRSF1 ��pRY �y No,2316685 4 4� i 6�,G Cornfril"On Expires July 14.2014 PU r. Notary Public A'F11V JEP 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"Companles7 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 true,correct and in full force and effect. Given under may hand and seals of said Companies at Warren,NJ this 16th day of April,2020 i •. �f L i a �NCIAN► RP ~�W�Rr- et� �•!/IitALfY 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 ,r;v _ i ?(`?n before me, R. Covington, Notary Public , l' r•< '- ere insert name ana Will Or e o icer 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 Ixt1a a/they executed the same in hi: tw/their authorized capacity(ies), and that by h><akm0heir 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. daaAlaAAA1nAAAAAaAanAaAAAlaaanlAala R.COVINGTON WITNESS my hand and official seal. m "m a COMM.#2157907 0 NOTARY PUBLIC-CALIFORNIA M LOS ANGELES COUNTY 'al101IIIIAa01AaIIIIAI192101Rrr0I,a Pit r+r Notary Public Signature (Notary Public Seal) ADDITIONAL OPTIONAL INFQRMATION INSTRUCTIONS FOR COMPLETING THIS FORM 77tis form complies with current California statutes regarding notary wording and, DESCRIPTION OF THE ATTACHED DOCUMENT iif needed,should be completed and attached to the document.Acknowledgments f•om other slates 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. {Title or description of attached document continued) • Date of notarization must be the date that the signer(s)personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her 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/the};-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 tent 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. C 0 ,4 1 C/O 064 C:) C) C,4 o 40, cn CD z C) Li x Lij LLI -Nt��- < Z Lij 'm C <n rj 0 ("NJ ---3 City of Huntington Beach . � 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachca.gov EB „ t9D, Office of the City Clerk Robin Estanislau, City Clerk August 12, 2020 Paulus Engineering, Inc. 2871 E. Coronado Street Anaheim, CA 92806-2504 RE: Sunset Beach Water Main Project Various Locations from Anderson St. to Warner Ave.— CC No. 1435 Enclosed please find your original bid bond for CC-1435. Sincerely, & Robin Estanislau, CMC City Clerk RE:ds Enclosure Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand i 1 SECTION C PROPOSAL for the construction of SUNSET BEACH WATER MAIN PROJECT VARIOUS LOCATIONS FROM ANDERSON STREET TO WARNER AVENUE CC No. 1435 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 170 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award,BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. IV 0"" Accompanying this proposal of bid,find '934 SOA4 in the amount of Z1.6Mi 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 idder's Signature y/Z7 Zo Zo Z y �p`zO2D zQzo C-2 SECTION C PROJECT BID SCHEDULE A SUNSET BEACH WATER MAIN PROJECT, CC 1435 5TH STREET, 7TH STREET :IOTH STREET, 19TH STREET,AND 22ND STREET FROM NORTH PACIFIC TO SOUTH PACIFIC AVENUE BID ITEMS k f 1 Quantity 'Unit � . Unit"C�ost �TotalCost Ite ON ;.� Description (Extension) tEr 511 Street, 7' Street, 10th Street, 19th Street and 22"d Street 1 Mobilization and Setup 1 LS $ $ 2 Demobilization & Cleanup 1 LS $ �°G $ 3 Furnish Traffic Control in accordance with the City of Huntington Beach requirements, complete and in place. 1 LS $3 7� $S 7sY 4 Replace Signing and Striping per plan notes (G-003). 1 LS $30 $ IV Qoo 5th Street(Drawings C-101 and C-208) 5 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 100 LF $ 40-7 to- $ Zo 70o 6 Furnish and install temporary blow- off, including fittings, thrust blocks for testing and disinfection. 2 EA $2 -7&:;' $ Y t' 7 Chlorination and testing of all new water main and appurtenances, 00 complete and in place. 1 LS $6_ s $ 4 8 Construct AC grind and overlay replacement as shown on these plans (C-208), complete and in ev place. 2,900 SF $ -7 $ a0 3vo 9 Adjust existing manhole to grade. 1 EA $ boo $ Son 10 Adjust water valve cover to grade. 5 EA $6c.o $ o0 7' Street(Drawing C-101) 11 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 100 LF C-2.1 SECTION C PROJECT BID SCHEDULE A SUNSET BEACH WATER MAIN PROJECT, CC 1435 5TH STREET, 7TH STREET, LOTH STREET, 19TH STREET,AND 22ND STREET FROM NORTH PACIFIC TO SOUTH PACIFIC AVENUE (tern"No � k : DescriptionpQ�uantity Unit UnitCost. Total Cost �. k. 12 Remove and salvage existing fire hydrant. Construct new fire hydrant assembly, including furnishing and installing new buried pipe, valve and appurtenances. 1 EA $7y_ $ YYS- 13 Furnish and install temporary blow- off, including fittings, thrust blocks for testing and disinfection. 2 EA $2 3_� $ o— 14 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $6 00 $ 4.boo Remove and dispose of existing 15 cross gutter and construct new cross concrete gutter as shown on these plans, complete and in place. 90 SF $ G9"' $ zlo 1011 Street (Drawing C-102) 16 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 96 LF $ s7 B $ 17 Furnish and install temporary blow- off, including fittings, thrust blocks for testing and disinfection. 2 EA $ 3?z mom- $ Y 7� YY 18 Chlorination and testing of all new water main and appurtenances, 11.0 complete and in place. 1 LS $t' P— $ 8'ao`i 19th Street (Drawing C-103) 19 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 88 LF $ G23 $ S-Y F-z y�' 20 Furnish and install temporary blow- off, including fittings, thrust blocks for testing and disinfection. 2 EA $ 3T $Y-74 Y C-2.2 SECTION C PROJECT BID SCHEDULE A SUNSET BEACH WATER MAIN PROJECT, CC 1435 5TH STREET, 7TH STREET, LOTH STREET, 19TH STREET,AND 22ND STREET FROM NORTH PACIFIC TO SOUTH PACIFIC AVENUE Item No $ Description` :Quantity '" Unit �p Uri�t CostA` ` ��Total Cost� % '$SC"w 1 N N W�YY r`s^,'3tM1n. 9^a'�� ,,,��.�.A.,...."p� 21 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $Gf T^PO- $C. b'aa 22nd Street(Drawing C-103) 23 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 88 LF $ GyDl $r2_ e,)v 24• Furnish and install temporary blow- off, including fittings, thrust blocks for testing and disinfection. 2 EA $2 70 $ 47yo 25 Chlorination and testing of all new water main and appurtenances, ONO complete and in place. 1 LS $G B� $4,22LP a/ SUB-TOTAL BID AMOUNT(IN FIGURES) —SCHEDULE A $_S'dG, SUB-TOTAL BID AMOUNT IN WORDS: Note: Refer to Section 7, Measure and Payment for description of each Item on Bid Schedule. C-2.3 SECTION C PROJECT BID SCHEDULE B SUNSET BEACH WATER MAIN PROJECT, CC 1435 24TH STREET (DRAWINGS C-105 & C-202) BID ITEMS Item No 'k J Description Quantity' -,Unit Unit y,Total Cost_ 1 r` Cost (Extension) 1 Mobilization and Setup 1 LS $ $ 92l/0 O v 2 Demobilization & Cleanup 1 LS $ S�< 3 Furnish Traffic Control in accordance with the City of Huntington Beach and Caltrans requirements, complete and in v Oj place. 1 LS $ 4 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 314 LF $',ILL $ 5 Furnish and install 12-inch PVC water main (Caltrans ROW) including but not limited to potholing, shoring, pipe e_ valves, fittings, and appurtenances. 78 LF $Ypp $ 37 yyo 6 Furnish and install 6-inch x 12-inch Ductile Iron Cross 1 EA $ I f0 0� $ 11, 7 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 3 EA $Z,Soo�� $ '7 5-o� o 8 Chlorination and testing of all new water main and appurtenances, complete and p, in place. 1 LS $ ga — $ G,$-vv 9 Remove and re-construct sidewalk, including all labor, equipment, materials, as shown on these plans, completed and in place. 200 SF $ 23- $ x GdT �'� 10 Construct concrete curb and gutter as shown on these plans, complete and in place. 12 LF $ ±2 alp $1j&— 11 Construct AC grind and overlay replacement, including all labor, equipment, and materials, as shown on these plans (C-202), complete and in place. 9,152 SF $ S $T C-2.4 SECTION C PROJECT BID SCHEDULE B SUNSET BEACH WATER MAIN PROJECT, CC 1435 24TH STREET (DRAWINGS C-105 & C-202) r t•{N a:. t� 9 ' '�.. 3" ' pz s `»` d t:x Y ,k ar ,. z,^ M h✓ "w i' b n ., tja ao aDescri tion Unit UnitA ¢p Quanti lternty Total Cos • _ (Exten'sion) h ma r e GOSt 12 Adjust all water valve covers, drains, cleanouts, manholes, electrical, telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans (C-202), complete and in place. 1 LS $ $ 2 13 Remove and replace landscaping 1 LS $ (7 $ 14 Replace Signing and Striping per plan 1 LS $I 9 $notes (G-003)., p SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE B $ SUB-TOTAL BID AMOUNT IN WORDS: / o / lFA'=� t✓ 'v s ipCc�"' Note: Refer to Section 7, Measure and Payment for description of each tem on Bid Schedule. C-2.5 SECTION C PROJECT BID SCHEDULE C (revised 4/27/20 Addendum No. 1) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 12 STREET (DRAWING C-106) & CUT-IN VALVES IN PACIFIC COAST HWY (DRAWING C-112) BID ITEMS IteM, Desc ription ua n 1, W0 '4a EaFl I Alley North of 121 Street and Cut-in Valves in Pacific Coast Hwy 1 Mobilization and Setup 1 LS $ 1 $ 2 Demobilization & Cleanup 1 LS $ 3 Furnish Traffic Control in accordance 6 with the City of Huntington Beach and Caltrans requirements, complete and in oG place. 1 LS $ Alley North of 12 th Street (Drawings C-106) 4 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, 00 and appurtenances. 17 LF $A6 $ 5 Furnish and install 12-inch PVC water main (Caltrans ROW) including but not limited to potholing, shoring, pipe valves, or fittings, and appurtenances. 80 LF W_07 $ -S-ZAW 6 Construct new fire hydrant assembly, including furnishing and installing new buried pipe, valve and appurtenances. 1 EA $ $ 7 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 2 EA $4y—/ ' $ 8 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $4 $ 9 Remove existing and construct new curb, gutter, and median as shown on 0-0 these plans, complete and in place. 1 LS $4A�� $ 10 Replace Signing and Striping per plan notes (G-003). 1 LS $41ze $ ADDENDUM NO. 1 C-2.6 SECTION C PROJECT BID SCHEDULE C (revised 4/27/20 Addendum No. 1) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 12 STREET (DRAWING C-106) & CUT-IN VALVES IN PACIFIC COAST HWY (DRAWING C-112) �f d Description , Quantity Unit VnitCost Total Cost Y Cut-In Valves in Pacific Coast Hwy (C-112) 11 Furnish and install 8-inch Gate Valve (Caltrans ROW) including potholing, piping, fittings as shown on these plans, complete in place. 2 EA !7� $ 12 Inverted Siphon, Refer to Sheet 11, Addendum No.1, including all 45 degree bends, hardware, thrust blocks, pipe, excavation, backfill, dewatering, removal of excess earth material, surface repair, O d grr- complete and in place. 1 EA $ $ 4e o SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE C $ SUB-TOTAL BID AMOUNT IN WORDS: Note: Refer to Section 7, Measure and Payment for/description of each Item on Bid Schedule. Note: Addendum No.1, revised the quantity in bid item No. 5, and created a new bid item No. 12. ADDENDUM NO. 1 C-2.7 SECTION C PROJECT BID SCHEDULE D (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 26TH STREET (DRAWINGS C-107 & C-205) BID ITEMS U N' -&— Jues P"tubligCost, 1 Mobilization and Setup 1 LS 2 Demobilization & Cleanup 1 LS $ 3 Furnish Traffic Control in accordance with the City of Huntington requirements, complete and in place. 1 LS $ 4 Conduct preconstruction of existing survey homes and street as required by the Contract Documents, including preparation and submission of all required reports, videos and 00 0C photographs. 1 LS $ $ 4-77-Z - 5 Furnish and install 6-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 180 LF $IY2-r $2-4o p 6 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 1 EA $1 $ 7 Construct new 4-inch Blow-off Assembly, including furnish and installing new buried pipe, valve and appurtenances. 1 EA $3 PP 8 Furnish and install 1-inch polyethylene coated copper tube water service, including pipe fittings, valves, and connection to existing water meter assembly. 6 EA $ 9 Construct temporary below grade water 2-inch service and connect to existing water meters including temporary 2-inch hot tap to existing 6-inch Asbestos Cement pipeline. 1 LS $4y-Z--Z1 $ ADDENDUM NO.2 C-2.8 SECTION C PROJECT BID SCHEDULE D (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 26 TH STREET (DRAWINGS C-107 & C-205) kffrc.as fpfi �4Quantifyw �,v ost� -� Total Cost 0101 IN 0-10 10 Remove and cap temporary 2-inch connection to existing 6-inch AC op pipeline. 1 EA $ 11 Cut, cap, and abandon existing waterline and appurtenances and legally dispose of existing Asbestos Cement pipeline. I LS $I $ 12 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $0/7&Z $ 13 Construct new alley concrete gutter as shown on these plans (C-205), complete and in place. 850 SF $5= $ 14 Construct AC pavement replacement, including all labor, equipment, and materials, as shown on these plans (C- 0-0 205), complete and in place. 78 TONS $� $ 16 Construct base replacement, including all labor, equipment, and materials, as shown on these plans (C-205), complete Cu and in place. 58 YDS $,Ole 16 Furnish and Install Redwood Header. 8 LF $ op $ 17 Adjust existing water meter to grade. 6 EA $ $ ;F 18 Adjust water valve cover to grade. 2 EA $ 19 Adjust cleanouts, sewer cover, drain, electrical, telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans (C-205), complete and in place. 1 LS $ 20 Install Temporary "Parking By Permit Only" signs along Greenbelt on North and South Pacific Avenue. 2 EA $ 21 Replace Signing and Striping per plan notes (G-003). 1 LS szsn $ ADDENDUM NO.2 C-2.9 SECTION C PROJECT BID SCHEDULE D (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 26 TH STREET (DRAWINGS C-107 & C-205) D 4 iek ip'ti6d 22 Remove and salvage existing (wharf)fire hydrant including removing valves and Ole yp abandoning lateral in place. I EA $ $ SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE D $ SUB-TOTAL BID AMOUNT IN WORDS: Note: Refer to Section 7, Measure and Payment for description of each Item on Bid Schedule. Note: Addendum No.2, Revised Bid Item No. 8 to polyethylene coated copper tube water services. ADDENDUM NO.2 C-2.10 SECTION C PROJECT BID SCHEDULE E (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 25TH STREET (DRAWINGS C-108 & C-204) BID ITEMS 1,teni-,N o" - scrip,tiori ; �:$ Quanttyxl7n�t Unit Gosh Totals Cost J 1 Mobilization and Setup 1 LS $ 2 Demobilization & Cleanup 1 LS $ 3 Furnish Traffic Control in accordance with the City of Huntington requirements, complete and in place. 1 LS $_f $ 4 Conduct preconstruction of existing survey homes and street as required by the Contract Documents, including preparation and submission of all required reports, videos and vo ea photographs. 1 LS $ 4 5 Furnish and install 6-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 221 LF $ 6 Remove existing 1 0-inch tee, replace with 10-inch diameter DR 14 PVC AWWA C900 pipeline, and 1 0-inch DI 90 gate valve. 1 LS - $ 7 Abandon existing 1 0-inch Asbestos Cement pipeline in place and plug ends. 1 LS $ 8 Furnish and install temporary blow-off, including fittings, thrust blocks for testing Av and disinfection. 2 EA $ $ 9 Furnish and install 1-inch polyethylene coated copper tube water service, including pipe fittings, valves, and connection to existing water meter assembly. 14 EA $ 10 Construct temporary below grade water 2-inch service and connect to existing water meters including temporary 2-inch hot tap to existing 6-inch Asbestos 10V Cement pipeline. l LS $ ADDENDUM NO.2 C-2.11 SECTION C PROJECT BID SCHEDULE E (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 25TH STREET (DRAWINGS C-108 & C-204) Item No , ' Deseption Quant ty IUmut mllitzCost Total Cost e Z "(Extension) , 11 Remove and cap temporary 2-inch hot tap connection to existing 6-inch AC pipeline. 1 EA $law $ o 12 Cut, cap, and abandon existing waterline and appurtenances and legally dispose �o of existing Asbestos Cement pipeline. 1 LS $40je $ -� 13 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ $ 14 Construct new alley concrete gutter as shown on these plans (C-205), complete and in place. 870 SF $ $ 15 Slurry seal street, including all labor, equipment, and materials, as shown on these plans (C-204), complete and in lop _ a� place. 130 SF $ $ � 16 Construct AC pavement replacement, including all labor, equipment, and materials, as shown on these plans (C- 205), complete and in place. 91 TONS $ J� $ 17 Construct base replacement, including all labor, equipment, and materials, as shown on these plans (C-205), complete CU and in place. 68 YDS $� 18 Furnish and Install Redwood Header. 30 LF $ $ 19 Adjust existing water meter to grade. 14 EA $yac�° $ 20 Adjust water valve cover to grade. 3 EA 21 Adjust cleanouts, sewer cover, drain, electrical, telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans (C-205), d�'�� complete and in place. 1 LS $ $ 22 Remove existing concrete gutter. 360 SF $ AZT $ ADDENDUM NO.2 C-2.12 SECTION C PROJECT BID SCHEDULE E (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 25TH STREET (DRAWINGS C-108 & C-204) R tNDescription BD v,r ix 23 Install Temporary "Parking By Permit Only" signs along Greenbelt on North owl and South Pacific Avenue. 2 EA $ 24 Replace Signing and Striping per plan notes (G-003). 1 LS $ STP $ SUB-TOTAL BID AMOUNT (IN FIGURES) - SCHEDULE E $ SUB-TOTAL BID AMOUNT IN WORDS: L-0- C Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. Note: Addendum No.2, Revised Bid Item No. 9 to polyethylene coated copper tube water services. ADDENDUM NO.2 C-2.13 SECTION C PROJECT BID SCHEDULE F(revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 PARK AVENUE (DRAWINGS C-109 & C-203) BID ITEMS Item No Descr►ption .y Quantfty Unit I�Tmt Cost�f ,. To ta'1 Cost 1 Mobilization and Setup 1 LS 2 Demobilization & Cleanup 1 LS $ $ 3 Furnish Traffic Control in accordance with the City of Huntington and Caltrans requirements, complete and in place. 1 LS $ $T7 fy� 4 Conduct preconstruction of existing survey homes and street as required by the Contract Documents, including preparation and submission of all required reports, videos and s photographs. 1 LS $ ?� $-y 5 Furnish and install 6-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 266 LF $ 6 Furnish and install 6-inch PVC water main (Caltrans ROW) including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 25 LF $ $ D 7 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 1 EA 4- $ 8 Construct new 4-inch Blow-off Assembly, including furnish and installing new buried pipe, valve and appurtenances. 1 EA $ $ 9 Furnish and install 1-inch polyethylene coated copper tube water service, including pipe fittings, valves, and connection to existing water meter assembly. 10 EA $ 20 $ i D 10 Cut and cap existing 3-inch pipeline at valve including furnishing and installing the necessary appurtenances in place. 1 EA $ $ S SO ADDENDUM NO.2 C-2.14 SECTION C PROJECT BID SCHEDULE F(revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 PARK AVENUE (DRAWINGS C-109 & C-203) tem No. '� � ~ tD scr�ptionF "y Quantity IgJnit i7nitCost 'ToktalCost==;, ,4 :- tens�0- 11 Cut, cap, and abandon existing waterline and appurtenances in place. 1 LS $ $ 12 Chlorination and testing of all new water main and appurtenances, complete and do in place. 1 LS $ $ O� 13 Construct new cross concrete gutter as shown on these plans (C-203), within Caltrans ROW, complete and in place. �p 160 SF $ $ / O 14 Slurry seal street, including all labor, equipment, and materials, as shown on these plans (C-203), complete and in place. 5,800 � p SF $ �f $ 7 15 Replace Signing and Striping per plan notes (G-003). 1 LS $ 0 $ Rip 0� SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE F $7�✓O�l! SUB-TOTAL BID AMOUNT IN WORDS: Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. Note: Addendum No.2, Revised Bid Item No. 9 to polyethylene coated copper tube water services. ADDENDUM NO.2 C-2.15 SECTION C PROJECT BID SCHEDULE G (revised 4/30/20 Addendum No. 2 SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 24TH STREET (DRAWINGS C-110 & C-206) BID ITEMS 14. vx,, fx cx ..` £ } Wi"`szm' x.3r.: a w a, ti z �a p�� ` ,,�'�,g �, itItem.No °�r Descriptions Quantity� IInityiT�tCostTotalCost y � .ti tx saP a s rye w. (ExtenSlon) 1 Mobilization and Setup 1 LS $ $ 2 Demobilization & Cleanup 1 LS $ $TfZ 3 Furnish Traffic Control in accordance with the City of Huntington requirements, 00 complete and in place. 1 LS $ D $ S� 700 4 Conduct preconstruction of existing survey homes and street as required by the Contract Documents, including preparation and submission of all required reports, videos and c photographs. 1 LS $49 i' $ i 70, 5 Furnish and install 6-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, o l and appurtenances. 190 LF $_j W $ 6 Furnish and install temporary blow-off, including fittings, thrust blocks for testing A,P and disinfection. 1 EA $ $ 12-19 7 Construct new 4-inch Blow-off Assembly, including furnish and installing new buried pipe, valve and appurtenances. 1 EA $ $ 8 Furnish and install 1-inch polyethylene coated copper tube water service, including pipe fittings, valves, and connection to existing water meter assembly. 13 EA $� $ IF S"7D 9 Remove and salvage existing (wharf)fire hydrant including removing valves and abandoning lateral in place. 1 EA $ _ $r � 10 Construct temporary below grade water 2-inch service and connect to existing water meters including temporary 2-inch hot tap to existing 6-inch Asbestos d Cement pipeline. 1 LS $/S $ ADDENDUM NO.2 C-2.16 SECTION C PROJECT BID SCHEDULE G (revised 4/30/20 Addendum No. 2 SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 24TH STREET (DRAWINGS C-110 & C-206) t ill N 11 Remove and cap temporary 2-inch hot tap connection to existing 6-inch AC pipeline. 1 EA 12 Cut, cap, and abandon existing waterline and appurtenances and legally dispose of existing Asbestos Cement pipeline. 1 LS $Vrz o--o 13 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ $ 14 Construct new alley concrete gutter as shown on these plans (C-205), complete and in place. 930 SF Is Construct AC pavement replacement, including all labor, equipment, and materials, as shown on these plans (C- 205), complete and in place. 80 TONS $ 16 Construct base replacement, including all labor, equipment, and materials, as shown on these plans (C-205), complete Cu and in place. 60 YDS $ 17 Furnish and Install Redwood Header. 51 LF $ $ 18 Adjust existing water meter to grade. 13 EA $_yW-'00 $ S-240-- 19 Adjust water valve cover to grade. 2 EA $ $ 20 Adjust cleanouts, sewer cover, drain, electrical, telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans (C-205), 10 complete and in place. 1 LS $4�f, $ 21 Install Temporary "Parking By Permit Only" signs along Greenbelt on North 0-41 and South Pacific Avenue. 2 EA $ 22 Replace Signing and Striping per plan notes (G-003). 1 LS $ ADDENDUM NO.2 C-2.17 SECTION C PROJECT BID SCHEDULE G (revised 4/30/20 Addendum No. 2 SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 24TH STREET (DRAWINGS C-110 & C-206) Item No� �DescriptoQuarntt�y T�Tnit Umit Cost Iota' Cost 0 SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE G SUB-TOTAL BID AMOUNT IN WORDS: //r f Note: Refer to Section 7, Measure and Payment for description of each Item on Bid Schedule. Note: Addendum No.2, Revised Bid Item No. 8 to polyethylene coated copper tube water services. ADDENDUM NO.2 C-2.18 SECTION C PROJECT BID SCHEDULE H (revised 4/30/20 Addendum No. 2) 1 SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY BETWEEN 12 TH & 13 TH AND PECAN & ACACIA(DRAWINGS C-111 & C-207) BID ITEMS Description yet ��� Quantity 'Unit ;Unit Cost , Total�Cost� .; 1 Mobilization and Setup 1 LS $ 2 Demobilization &Cleanup 1 LS $ 3 Furnish Traffic Control in accordance with the City of Huntington requirements, complete and in place. 1 LS 4 Conduct preconstruction of existing survey homes and street as required by the Contract Documents, including preparation and submission of all required reports, videos and photographs. 1 LS $ 4r7ZSj 5 Furnish and install 6-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 421 LF $ $ Furnish and install 6-inch gate valve I EA $ $ 7 Remove and salvage existing fire hydrant including removing valves and abandoning lateral in place. I EA $ $ 8 Construct new fire hydrant assembly, including furnishing and installing new buried pipe, valve and appurtenances. I EA 9 Furnish and install 1-inch polyethylene coated copper tube water service, including pipe fittings, valves, and connection to existing water meter assembly. 1 EA $ 10 Furnish and install temporary blow-off, including fittings, thrust blocks for testing sp and disinfection. 2 EA $ $ 11 Furnish and install 1-inch polyethylene coated copper tube water service, including pipe fittings, valves, and connection to existing water meter assembly. 23 EA $Zw!_ $ 12 Cut, cap, and abandon existing waterline and appurtenances in place. 1 LS $ $ ADDENDUM NO.2 C-2.19 SECTION C PROJECT BID SCHEDULE H (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY BETWEEN 12TH & 13TH AND PECAN & ACACIA (DRAWINGS C-111 & C-207) ,Item Now Description Quantity 4 Unit Unit Cost �Totalr Cost { 13 Chlorination and testing of all new water main and appurtenances, complete and in Iwo place. 1 LS $ $ L 14 Construct new alley concrete gutter as shown on these plans (C-207), complete p0 and in place. 955 SF $ s y $ 15 Construct alley approach, including all labor, equipment, materials, as shown on these e/ plans (C-207), completed and in place. 3 EA $ svO $ hesw 16 Construct AC pavement replacement, including all labor, equipment, and materials, as shown on these plans (C-205), complete i and in place. 155 TONS $� $ 17 Construct base replacement, including all labor, equipment, and materials, as shown on these plans (C-205), complete and in CU v place. 114 YDS $�$�2 18 Furnish and Install Redwood Header. 20 LF $ $ V 19 Adjust existing water meter to grade. 23 EA $ $ IZv 20 Adjust water valve cover to grade. 3 EA $ $ OS,go- 21 Adjust cleanouts, sewer cover, drain, electrical, telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans(C-205), complete (1 and in place. 1 LS $ $ 22 Replace Signing and Striping per plan notes of (G-003). 1 LS Vw_ $ 4 I/20 SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE H $ SU -TOTAL BID/AMOUNT IN WORDS: Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. Note: Addendum No.2, Revised Bid Item No. 9&11 to polyethylene coated copper tube water services. ADDENDUM NO.2 C-2.20 SECTION C PROJECT BID SCHEDULE I SUNSET BEACH WATER MAIN PROJECT, CC 1435 SURVEY MONUMENT PRESERVATION (APPENDIX Q) AND SEWER HOUSE LATERAL REMODELING BID ITEMS "5M ;a r m �.`xF'' � Item No�Tr DescriptYon x�,� Quantity i7nit� UnrtCost �TotalCost � ° & ; �4 (Extension) k Reset or Re-establish Survey 1 Monuments per Requirements described �y in Appendix Q of Contract Documents. 16 EA Remodel existing sewer house 2 connection laterals conflicting with p0 proposed waterline. 20 EA $ $ Z BD J SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE I SUB-TOTAL BID AMOUNT IN WORDS: Note: 1) Refer to Section 7, Measure and Payment for description of each Item on Bid Schedule. 2) Bid Item No. 2 - The exact quantity and location of sewer house connection laterals are unknown. If the actual quantity does not comply with the 2018 Green Book quantity percentage requirements, the City reserves the right to renegotiate unit cost for this bid item. Sewer house lateral remodeling bid items include the following streets listed below: i) Alley North of 26th Street ii) Alley North of 25th Street iii) Park Avenue iv) Alley North of 24th Street v) Alley Between 121h, 131h, Pecan and Acacia Streets C-2.21 SECTION C PROJECT BID SCHEDULE TOTALS Sunset Beach Water Main Project Various Locations Cash Contract No. 1435 SUB-TOTAL BID SCHEDULE A $ c SUB-TOTAL BID SCHEDULE B $ SUB-TOTAL BID SCHEDULE C $ �o SUB-TOTAL BID SCHEDULED $ S` 57 9P SUB-TOTAL BID SCHEDULE E $ -7. �� S SUB-TOTAL BID SCHEDULE F $ a SUB-TOTAL BID SCHEDULE G $ SUB-TOTAL BID SCHEDULE H $ / � SUB-TOTAL BID SCHEDULE I $ TOTAL BID AMOUT, BASIS OF AWARD (Schedules A— I) TOTAL BID AMOUT, BASIS OF AWARD IN WORDS: Notes: All extensions of unit prices will be subject to verification by Owner. In case of a verification between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. C-2.22 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 0/0 ��Ior Z/ Ile 510 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 5/ f at ,Q�,.f�ci�n , Date City State Ti►s.„ I�w�f KS , being first duly sworn, deposes and says that he or she is P.c s :.(sue f Of PAAJw1 Ihc, 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. I au�aS k—AJi4 ccrin4 . JAL. Name of Bidder Si nature of Bidder Address of Bidder C-4 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the SUNSET BEACH WATER MAIN PROJECT, VARIOUS LOCATION FROM ANDERSON STREET TO WARNER AVENUE, CC NO. 1435, (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. i _ Awl IKS ��I L L►��.,L. Contractor By Title Date: s-o G5 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. 11,414 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. c. Contractor By prc.SidtA Title Date: y/21-/Zv zv C-7 BIDDER'S INFORMATION BIDDER certifies that the following(A4iA1AP1AA nformation is true and correct: AJA19� Bidder Name Z%1 I L. tito-JAA A0 BusiEALOM Address c.A gtff& City, State Zip Telephone Number _�/ Email Address I2-IIIN A State Contractor's License No. and Class Original Date Issued Expiration Date The work site was inspected by of our office on 202Q. The following are persons, firms, and corporations having a principal interest in this proposal: 1W PAKIW Pro,4(1.4 Ai c,L,�i i 3-tA G ry 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. lIV41A i Company Nanfe Signature of Bidder Printed or Typed Signature C-8 NOTARY CERTIFICATE Subscribed and s: rn to before me this_day of , 202_. A notary public or ther officer completing this certificate verifies only the identity of the individual who sign d the document, to which this certificate is attached, and not the truthfulness, accuracy, r validity of that document. State of ) County of ) 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 satisfacto evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and ackn wledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and tha by his/her/their signature(s)on the instrument the person(s),or the entity upon behalf of which the rson(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under a 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 JURAT 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 the document. State of California County of Orange Subscribed and sworn to (or affirmed) before me on this 291h day of April, 2020 by Jason Paulus proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. Signature (Notary Sea]) .�ry CYNTHIA J.VALENCIA �. Notary Public-California r - Orange County Commission X 2305891 My Comm.Expires Oct 15,2023 OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) Number of pages: Document Date: (Additional Information) Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of potable water pipelines within the public right of way, working within major arterials, streets and alleys and in close proximity to other existing underground utilities, and in area containing high ground water. The area Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. 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: IL,z t� iA feA-1 Na de and Address of Public Agency Name and Telephone No. of Project Manager: LZ lye; C�;,, ItV--175- �77V L06 / � '_ , ZaI.� Contract Amount Type of W rk ate Completed Provide additional project description to show similar work: 2. p S /�A s/*�• /J ✓ �I Name 6d Address of Public Agency Name and Telephone No. of Project Manager: ;M ,4 V Contract Amount Type of Work Date Completed Provide addition 1 project description to show similar work: JA 3. /Vl�lw 0✓. Je, iSfi� �� — ilk5— / lA. 6e�l ✓y��LYye Name and Address of Public Agency Name and Telephone No. of Project Manager: �AA �d kw Contract Amount Type of Work Dad Completed P vide additio al project description to show si it r work: C-10 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1. M It, 1✓t/^Zee k Name of proposed Project Manager Telephone No. of proposed Project Manager: 7/y - 7Y Z - 7 9 LO Lila VfJ1JJ. 4,1 6s -zit, /h• ItIl Project Name & Contract Amount Type of ork Date Completed L5ez L/ f l-;-,# 9/P' y,1.11 /I u-L` znd o AW Project Name & Contract Amount Type of Work Date Completed �Jlt .AI—A ILW-d `AO�-2/1 M A SZ A LI/ { LOIL Project Name & Contract Amount Type of Work / Date Completed 2. �i.q�/O GCrr/ es 1 Name of proposed Superintendent Telephone No. of proposed Superintendent: 7PI 2 F'7 <ozd Project Name & Contract Amount Type of Work Date Completed Ad4 /�f' z/ t iz rp"/ IMI S,lw 1, Project Name & Contract Amount Type of Work Date Completed ///L1�I�4�r.�i►/C/HNfL�(, / ���,�//s... /(s�lwh �W�>��c'i 1®�� Project Name & Contract Amount Type of Work Date Completed C-11 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771.1(a)), passed by the California State Senate on June 20,2014,established a new public works Contractor Registration Program,which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations(DIR).Currently the annual non-refundable registration fee for Contractors is $300. Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 http://www.dir.ca.gov/DLSE/PublicWorks/SB854FactSheet 6.30.14.pdf DIR's Contractor Registration Link—Call (844) 522-6734 https://efiling.dir.ca.gov/P WCR/ActionServlet?action=displayPWCRegistrationFonn DIR's Contractor Registration searchable database: https://efiling.dir.ca.gov/PWCR/Search.action I am aware and will comply with the provisions of Labor Code Section 1771.1(a)which states: "A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded." I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid. Contractor TA PA l;y 101&LAIU� /, P/L1 IJ cc� �_AoM f,�iii ail J J "Title Date: Za PWC Registration #: 1I 0 0 0 0 0 g S N D C-l2 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For Sunset Beach Water Main Project at Various Locations, CC1435 April 27, 2020 Notice to All Bidders: 1) Delete "Section F—Supplement to the Special Provisions" identified in the Table of Contents. This section has been deleted from the specifications. 2) Add Section C and Section D in the Specifications under Section 7— Measurement and Payment, 7-3.2, Bid Item Description for the following items: Add Section C to "Remove and Dispose of Existing Concrete Gutter", page E-27: C. This item includes saw cutting, removing, hauling, and disposing existing pavement section. Add Section C and Section D to "Asphalt Pavement Replacement Section", page E-27: C. This item includes saw cutting, removing, hauling, and disposing of existing pavement section and pavement fabric, if present, to the subgrade elevations indicated on the plans as required to construct the new improvements. D. This item provides pavement for both the base course (thickness varies) and a 1 '/z inch finish course of AC pavement. Add Section C to "Base Replacement, page E-27": C. This item includes saw cutting, removing, hauling, and disposing existing pavement section." 3) Amend Sheet 11 of 35, Drawing C-106, of the Approved Plans per the attached "Revision 1"to modify the pipeline profile to include a 12-inch inverted siphon assembly. 4) Replace Bid Schedule C, pages C-2.6 and C-2.7, with attached "Bid Schedule C (revised 4/27/20 Addendum No. 1)"to modify the following Bid Items: a. Reduce quantity of Bid Item No. 5 from 105 LF to 80 LF. b. Add Bid Item No. 12 to include 12-inch Inverted Siphon Assembly. 1 of 21 Addendum No. 1 The bid opening date has not changed and will be May 5, 2020 at 10:00 AM. This is to acknowledge receipt and review of Addendum Number One, dated;A/prd127020. Company Nam By V"'7/2D Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Lili Hernandez at (714) 374- 5386. 2 of 21 Addendum No. 1 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER TWO For Sunset Beach Water Main Proiect at Various Locations, CC1435 April 30, 2020 Notice to All Bidders: 1) Replace the following Bid Schedules listed below with attached revised Bid Schedules dated 04/30/20 to change water service material from "polyethylene water service"to "polyethylene plastic coated copper tube water service" per City Specifications 02510.8: A. Bid Schedule D, pages C-2.8 to C-2.10, Bid Item No. 8. B. Bid Schedule E, pages C-2.11 to C-2.13, Bid Item No. 9. C. Bid Schedule F, pages C-2.14 to C-2.15, Bid Item No. 9. D. Bid Schedule G, pages C-2.17 to C-2.18, Bid Item No. 8. E. Bid Schedule H, pages C-2.19 to C-2.20, Bid Item No. 9 & 11. The bid opening date has not changed and will be May 5, 2020 at 10:00 AM. This is to acknowledge receipt and review of Addendum Number Two, dated April 30, 2020. 7 r � Company Name By Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Lili Hernandez at (714) 374- 5386. 1 of 11 Addendum No. 2 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER THREE For Sunset Beach Water Main Project at Various Locations, CC1435 May 4, 2020 Notice to All Bidders: Please note the following clarification to the Contract Documents and Project Specifications: 1) Section Al, page A-ix, and Section B, page B-1, of the Project Specifications: Due to the COVID-19 pandemic, hand delivered bids will only be accepted between the hours of 9:00 AM and 10:00 AM, immediately outside of City Hall Civic Center entrance, on the day of bid opening. Bids will be publicly opened in the same area to allow for social distancing. It is advised that bidders arrive earlier than normal to deliver bids and allow for additional bid processing and acceptance times due to the safety measures described above. The bid opening date has not changed and will be May 5, 2020 at 10:00 AM. This is to acknowledge receipt and review of Addendum Number/Three, ted May 4, 2020. ompany Na e By Zaza Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Lili Hernandez at (714) 374- 5386. 1 of 11 Addendum No. 3 ' Bond #7-B Premil,im Nil North American Specialty insurance Company BiD BOND KNOW ALL MEN BY THESE PRESENTS,That We, Paulus Engineering, Inc. of Anaheim,CA as Principal, and North American Specialty Insurance Company, of Manchester, New Hampshire, as Surety, a New Hampshire corporation duly licensed to do business in the State of California are held and firmly bound unto City of Huntington Beach as Obligee, in the penal sum of Ten Percent of Amount Bid Dollars ($ 10 0 ), for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION iS SUCH, That, whereas the Principal has submitted,or is about to submit, a proposal or a bid to the Obligee on a contract for Sunset Beach Water Main Project Various Locations Project No. : 1435 NOW, THEREFORE, if the aforesaid principal shall be awarded the contract, the said principal will within the period specified therefore, or, if no period be specified, within ten (10) days after the notice of such award into a contract and give bond for the faithful performance of the contract, then this obligation shall be null and void, otherwise the principal and the surety will pay unto the obligee the difference in money I� between the amount of the bid of said principal and the amount for which the obligee may legally contract with another party to perform the work if the latter amount be in excess of the former; in no event shall the liability hereunder exceed the penal sum hereof. PROVIDED AND SUBJECT OF THE CONDITION PRECEDENT, that any suits at law or proceedings in equity brought or to brought against the Surety to recover any claim hereunder must be instituted and service had upon the Surety within ninety (90) days after the acceptance of said bid of the Principal by the Obligee. Any person who, with the intent to defraud or knowing that he is facilitating a fraud against an insurer, submits an application or files a claim containing a false or deceptive statement is guilty of insurance fraud.. SIGNED , SEALED AND DATED this 22nd day of April/ ,_ 2 02 0 Paulus Eri i eerxin, f, Inc. ncipal By: T No ri specialty I an a company - i ChaBrles L. Flak , ome n-Fact BND 140 S REV(05/95) CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGEMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy or validity of the document. State of California County of Orange } On April 22, 2020 before me, Cynthia J. Valencia, Notary Public personally appeared Jason Paulus who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNES in hand and official seal. CYNTHIA J.VALENCIA J Notary Public-California Orange County Signatur ofN ary Public (Notary Seal) ] Commission#2305891 My Comm.Expires Oct 15,2023 ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT CAPACITY CLAIMED BY THE SIGNER Title or description of attached document Individual Corporate Officers_/Title_ Number of pages Document Date Partner Attorney-In-Fact Trustee Other Additional Information CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA County of Orange On 4/22/2020 before me, Erin Sherwood Notary Public, Date Insert Name of Notary exactly as it appears on the official seal personally appeared Charles L. Flake 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) ERIN SHERWOOD acted, executed the instrument. COMM.#2292388 (n a NOTARY PUBLIC CALIFORNIA KI certify under PENALTY OF PERJURY under the laws of U) ORANGE COUNTY � - the State of California that the foregoing paragraph is true MY COMM.EXPIRES JULY 06,2023 and correct. Witness my hand an official seal j Signature Place Notary Seal Above Signa otary Public Erin Sherwood OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of the form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer—Title(s): ❑ Corporate Officer —Title(s): ❑ Partner ❑Limited ❑General ❑ Partner ❑Limited❑ General ❑ Attorney in Fact ❑ Attorney in Fact RIGHTTHUMBPRINT ❑ Trustee OF ❑ Trustee OF ❑ Guardian or Conservator Top of thumb here ❑ Guardian or Conservator Top of thumb here ❑ Other: ❑ Other: Signer is Representing: Signer is Representing: SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRE�ENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under laws of the State of New Hampshire,and having its principal office in the City of Overland Park,Kansas,and Washington International Insurance Company,a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Overland Park,Kansas,each does hereby make,constitute and appoint: DAVID L.CULBERTSON,CHARLES L. FLAKE,SPENCER FLAKE and LEXIE SHERWOOD JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION(S50,000,000.00)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9th of May,2012: "RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice President, the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company: and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached." tUTY�f//qf�� �wr^p`^w"vou'ova c �pPOl ,-StZ i �,G'4_ �Ft-D�fiPp•/'yS B Y �.' SEAL :n I Seven P.Anderson,Senior Vice President of Washington International Insurance Company g SEAL !f az t\ s w`..Ty 1973 �:n &Senior Vice President of North American Specialty Insurance Company 0: :m jO Michael A.IItto,Senior Vice President ofWmhington International Insurance ompany Woo &Senior Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this 19 day of October 2017 North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook ss: On this 19 day of October 20 17 ,before me,a Notary Public personally appeared Steven P.Anderson ,Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Michael A.Ito Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company,personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFICIAL SEAL N.KENNY -\ Notary public-Statc of Illinois � My Commission Exp6ts M.Kenny.Notary Pub[is \ i VO412o21 . 1, Jeffrev Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company,which is still in full force and effect. IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this 22nd day of April 20 20 Jeffrey Goldberg,Vice Provident&Assistant Secretary of Washington International Insurance Company&North American Specialty Insurance Company O O a Q O U . W C W C�7 W ~ o C Nt Q 42, O O O z 9z COO U W cn p w z QD o ' w O w U � W N 1n Ln Z_ CO.0M � O ' e- �✓ W -0 M w t0cti WW - cx V- o m DCOCaU- N Q Q IL 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 12, 2020 T.E. Roberts, Inc. 306 Katella Ave., Unit B Orange, CA 92867 RE: Sunset Beach Water Main Project Various Locations from Anderson St. to Warner Ave.—CC No. 1435 Enclosed please find your original bid bond for CC-1435. Sincerely, 7i62¢ Robin Estanislau, CMC City Clerk RE:ds Enclosure Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand SECTION C PROPOSAL for the construction of SUNSET BEACH WATER MAIN PROJECT VARIOUS LOCATIONS FROM ANDERSON STREET TO WARNER AVENUE CC No. 1435 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 170 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award,BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. ` �o Accompanying this proposal of bid, find 1 AAeys bond j6r IT/,in the amount of 2''1l1LPLto w. hich said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for_% ", as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received er's Signature Ll-2-7-2o2-0 3 5- Z C-a SECTION C PROJECT BID SCHEDULE A SUNSET BEACH WATER MAIN PROJECT, CC 1435 5TH STREET, 7TH STREET, LOTH STREET, 19TH STREET,AND 22ND STREET FROM NORTH PACIFIC TO SOUTH PACIFIC AVENUE BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 51" Street, 71" Street, 10t" Street, 191h Street and 22"d Street 1 Mobilization and Setup 1 LS $1jb,000,- $50h oto•- 2 Demobilization & Cleanup 1 LS $ Qon.- $ q o 3 Furnish Traffic Control in accordance with the City of Huntington Beach requirements, complete and in place. 1 LS $ y,"0o. $ 4 Replace Signing and Striping per plan notes (G-003). 1 LS J$E,L400." $ 1-1,Hoo. 5th Street (Drawings C-101 and C-208) 5 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 100 LF $ 51 o. - $ 51 .0 00 — 6 Furnish and install temporary blow- off, including fittings, thrust blocks for testing and disinfection. 2 EA $14 yoo.- $ 7 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $4,4o0.- $ 4,'+00._ 8 Construct AC grind and overlay replacement as shown on these plans (C-208), complete and in place. 2,900 SF $ ►I . - $ -It-1�o. 9 Adjust existing manhole to grade. 1 EA $ 2,yoo." $ Z,y Oo. 10 Adjust water valve cover to grade. 5 EA $1,2op.' $ to,000, 7tn Street(Drawing C-101) 11 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 100 LF $ 5bo, ' $ 5b.000. C-z.1 SECTION C PROJECT BID SCHEDULE A SUNSET BEACH WATER MAIN PROJECT, CC 1435 5TH STREET, 7"' STREET, LOTH STREET, 19TH STREET, AND 22ND STREET FROM NORTH PACIFIC TO SOUTH PACIFIC AVENUE Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 12 Remove and salvage existing fire hydrant. Construct new fire hydrant assembly, including furnishing and installing new buried pipe, valve and appurtenances. 1 EA $12-,100. $JL,."�C,( _ 13 Furnish and install temporary blow- off, including fittings, thrust blocks for testing and disinfection. 2 EA $4,SvO,l 14 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ B,000.— $ LC)0 — Remove and dispose of existing 15 cross gutter and construct new cross concrete gutter as shown on these plans, complete and in place. 90 SF 101h Street (Drawing C-102) 16 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 96 LF $ S3S. - $ 5 I, -- 17 Furnish and install temporary blow- off, including fittings, thrust blocks for testing and disinfection. 2 EA $ $ 19,000. - 18 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ S, .GoO " $ 8,000.- 19' Street(Drawing C-103) 19 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 88 LF $ b(-S.- $ 5 3,2y D.- 20 Furnish and install temporary blow- off, including fittings, thrust blocks for testing and disinfection. 2 EA $ y,'3W.� $ Ooo. - C-2.2 SECTION C PROJECT BID SCHEDULE A SUNSET BEACH WATER MAIN PROJECT, CC 1435 5TH STREET, 7T11 STREET, LOTH STREET, 19TH STREET,AND 22ND STREET FROM NORTH PACIFIC TO SOUTH PACIFIC AVENUE Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 21 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ _ oo0,- $ Sf o00. - 22nd Street(Drawing C-103) 23 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 88 LF $ 62S.- $ SKcco. " 24 Furnish and install temporary blow- off, including fittings, thrust blocks for testing and disinfection. 2 EA $11S 0:_ $9_000. 25 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS SUB-TOTAL BID AMOUNT (IN FIGURES)-SCHEDULE A $ SUB-TOTAL BID AMOUNT IN WORDS: rUoreA � tp- 0 ZL i N414 , Nbl\ �b u� 4 WO VWM 0 6a0tj Noce: Refer to Section 7, Measure and Payment for description of each Item on Bid Schedule. C-2.3 SECTION C PROJECT BID SCHEDULE B SUNSET BEACH WATER MAIN PROJECT, CC 1435 24TH STREET (DRAWINGS C-105 & C-202) BID ITEMS Item No. Description Quantity Unit Unit Total Cost Cost (Extension) 1 Mobilization and Setup 1 LS $4,9 c o." $ 4,9 c,c . 2 Demobilization & Cleanup 1 LS $ 4,0100. $ y cl oo. 3 Furnish Traffic Control in accordance with the City of Huntington Beach and Caltrans requirements, complete and in place. 1 LS $q,9oo.` $ 4 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 314 LF $ 300.` $ °114, 2�L 5 Furnish and install 12-inch PVC water main (Caltrans ROW) including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 78 LF $ 6 Furnish and install 6-inch x 12-inch Ductile Iron Cross 1 EA $3,4Gr .` $ 3,4u0, 7 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 3 EA $3,2c,o." $ fl,boo. 8 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ o00 _ $ `i;,bcc, 9 Remove and re-construct sidewalk, including all labor, equipment, materials, as shown on these plans, completed and in place. 200 SF $ $ Cam CC 10 Construct concrete curb and gutter as shown on these plans, complete and in place. 12 LF $ fit-.' $ 11 Construct AC grind and overlay replacement, including all labor, equipment, and materials, as shown on these plans (C-202), complete and in place. 9,152 SF $ $ CIS -7 C C-2.4 SECTION C PROJECT BID SCHEDULE B SUNSET BEACH WATER MAIN PROJECT, CC 1435 24TH STREET(DRAWINGS C-105 & C-202) Item No. Description Quantity Unit Unit Total Cost Cost (Extension) 12 Adjust all water valve covers, drains, cleanouts, manholes, electrical, telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans (C-202), complete and in place. 1 LS $4,900.- $ 4,9oc. 13 Remove and replace landscaping 1 LS $ 2 4o0. " 14 Replace Signing and Striping per plan notes (G-003). 1 LS $5,Ego.- $ 5,2.00. SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE B $ SUB-TOTAL BID AMOUNT IN WORDS: Y1U o ` -� V1\41e -A'M0k6,Wd ( '( ote: Refer to Section 7, Measure and Payment for description of each Item on Bid Schedule. C-2.5 SECTION C PROJECT BID SCHEDULE C (revised 4/27/20 Addendum No. 1) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 12 STREET (DRAWING C-106) & CUT-IN VALVES IN PACIFIC COAST HWY (DRAWING C-112) BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) Alley North of 121h Street and Cut-in Valves in Pacific Coast Hwy 1 Mobilization and Setup 1 LS $ 4,9 oo." $ L4.9 uc. 2 Demobilization & Cleanup 1 LS $y,°IoO.— $ 4,9oo." 3 Furnish Traffic Control in accordance with the City of Huntington Beach and Caltrans requirements, complete and in place. 1 LS $1,a 0o.l $ _3 0. Alley North of 121' Street (Drawings C-106) 4 Furnish and install 12-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 17 LF $39 S. 5 Furnish and install 12-inch PVC water main (Caltrans ROW) including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 80 LF $ 1,310. $ 4 0 . 6 Construct new fire hydrant assembly, including furnishing and installing new buried pipe, valve and appurtenances. 1 EA $2-4,000." $ 2L{,0 Oo. 7 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 2 EA $ $ 9 boo. 8 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $4,4go. $ 4,4u0.- 9 Remove existing and construct new curb, gutter, and median as shown on �nn nnnn these plans, complete and in place. 1 LS $ $ 77QQ00 10 Replace Signing and Striping per plan notes(G-003). 1 LS $ 40o $ 4,4uo. ADDENDUM NO. 1 C-2.6 SECTION C PROJECT BID SCHEDULE C (revised 4/27/20 Addendum No. 1) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 12 STREET (DRAWING C-106) & CUT-IN VALVES IN PACIFIC COAST HWY (DRAWING C-112) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) Cut-In Valves in Pacific Coast Hwy(C-1 12) 11 Furnish and install 8-inch Gate Valve (Caltrans ROW) including potholing, piping, fittings as shown on these plans, complete in place. 2 EA $11,2_OQ- $3y,4V0. 12 Inverted Siphon, Refer to Sheet 11, Addendum No.1, including all 45 degree bends, hardware, thrust blocks, pipe, excavation, backfill, dewatering, removal of excess earth material, surface repair, complete and in place. 1 EA $ 41900- $ 4,900.— SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE C $ Z�� �J�f'J• ' SUB-TOTAL BID AMOUNT IN WORDS: �io 1\Ay �� ote: Refer to Section 7,�easure and Payment for description of each Item on Bid Schedule. Note: Addendum No.1, revised the quantity in bid item No. 5, and created a new bid item No. 12. ADDENDUM NO. 1 C-2.7 SECTION C PROJECT BID SCHEDULE D (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 26TH STREET (DRAWINGS C-107 & C-205) BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 1 Mobilization and Setup 1 LS $°I,goo. $ `1,`100. 2 Demobilization & Cleanup 1 LS $LI,`100, $ 4,R 00.- 3 Furnish Traffic Control in accordance with the City of Huntington requirements, complete and in place. 1 LS $Ll1900.- $ 14,1o0." 4 Conduct preconstruction of existing survey homes and street as required by the Contract Documents, including preparation and submission of all required reports, videos and photographs. 1 LS $3,b00.` $ 3,bo0. "- 5 Furnish and install 6-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 180 LF $ 195. $ 35,100,' 6 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 1 EA $t_;,40o," $ 5,4o o, 7 Construct new 4-inch Blow-off Assembly, including furnish and installing new buried pipe, valve and appurtenances. 1 EA $b,50o,- $ b,Sbo. 8 Furnish and install 1-inch polyethylene coated copper tube water service, including pipe fittings, valves, and connection to existing water meter assembly. 6 EA $4,300• $ ZS,do0.- 9 Construct temporary below grade water 2-inch service and connect to existing water meters including temporary 2-inch hot tap to existing 6-inch Asbestos Cement pipeline. 1 LS $ 11,"Iflo.- $ 11,10o.- ADDENDUM NO.2 C-2.8 SECTION C PROJECT BID SCHEDULE D (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 26TH STREET (DRAWINGS C-107& C-205) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 10 Remove and cap temporary 2-inch connection to existing 6-inch AC pipeline. 1 EA $2-,soc." $ 11 Cut, cap, and abandon existing waterline and appurtenances and legally dispose of existing Asbestos Cement pipeline. 1 LS $LA,q oo.- 12 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ 8,000." $ a,Do0 13 Construct new alley concrete gutter as shown on these plans (C-205), complete and in place. 850 SF $ 1--F3 14 Construct AC pavement replacement, including all labor, equipment, and materials, as shown on these plans(C- _ 205), complete and in place. 78 TONS $ lS�� 15 Construct base replacement, including all labor, equipment, and materials, as shown on these plans(C-205), complete CU and in place. 58 YDS $ � 16 Furnish and Install Redwood Header. 8 LF $�L06 . $ 1 (7 D. 17 Adjust existing water meter to grade. 6 EA $ 830,- $ 4,`1�0.� 18 Adjust water valve cover to grade. 2 EA $ 1,2-00.- $ 2/Ltoo.- 19 Adjust cleanouts, sewer cover, drain, electrical, telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans (C-205), complete and in place. 1 LS $3,6r)0, $ 3,boo. 20 Install Temporary "Parking By Permit Only" signs along Greenbelt on North and South Pacific Avenue. 2 EA $ ZD. $ 4•0, 21 Replace Signing and Striping per plan notes (G-003). 1 LS $1;,2oO." $ ADDENDUM NO.2 C-2.9 SECTION C PROJECT BID SCHEDULE D (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 26T" STREET (DRAWINGS C-107 & C-205) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 22 Remove and salvage existing (wharf)fire hydrant including removing valves and abandoning lateral in place. 1 EA $2°I0C.` $ 2,°I00. SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE D $ SUB-TOTAL BID AMOUNT IN WORDS: rT�wo \AQV--'AVM -�00 we yyUsoyVl vow_ vwv\A _eA J w*W\( do rote Refe to Section 7, Measure and Payment for description of each Item on Bid Schedule. Note: Addendum No.2, Revised Bid Item No. 8 to polyethylene coated copper tube water services. ADDENDUM NO.2 C-2.10 SECTION C PROJECT BID SCHEDULE E (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 25"" STREET (DRAWINGS C-108 & C-204) BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 1 Mobilization and Setup 1 LS $ °I,9DD. $ `1,9 Go. 2 Demobilization & Cleanup 1 LS $4,900.^ $ 4,9 ou. 3 Furnish Traffic Control in accordance with the City of Huntington requirements, complete and in place. 1 LS $ LAu0.- $ 2,L{CC. 4 Conduct preconstruction of existing survey homes and street as required by the Contract Documents, including preparation and submission of all required reports, videos and photographs. 1 LS $moo._ $ 80U. 5 Furnish and install 6-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 221 LF $ IDS.' $ 3b,V1S.' 6 Remove existing 10-inch tee, replace with 10-inch diameter DR 14 PVC AWWA C900 pipeline, and 10-inch DI gate valve. 1 LS $q oou." $ °l,O0 u. 7 Abandon existing 10-inch Asbestos Cement pipeline in place and plug ends. 1 LS $2'60o.- $ 2,b o0. - 8 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 2 EA $ 2,900.- $ 9 Furnish and install 1-inch polyethylene coated copper tube water service, including pipe fittings, valves, and connection to existing water meter assembly. 14 EA $3,I oo.- $ U 3,L+oo. 10 Construct temporary below grade water 2-inch service and connect to existing water meters including temporary 2-inch hot tap to existing 6-inch Asbestos Cement pipeline. 1 LS $ L4,4Go.' $ ADDENDUM NO.2 C-2.11 SECTION C PROJECT BID SCHEDULE E (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 25TH STREET (DRAWINGS C-108 & C-204) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 11 Remove and cap temporary 2-inch hot tap connection to existing 6-inch AC pipeline. 1 EA $ 2,500.- $ 2-,S700, 12 Cut, cap, and abandon existing waterline and appurtenances and legally dispose of existing Asbestos Cement pipeline. 1 LS $ 4,9 Do.- $ �-},�DO•r 13 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ 4,L4 n0. $ 4,4,00, 14 Construct new alley concrete gutter as shown on these plans (C-205), complete and in place. 870 SF $ 35 - $300 15 Slurry seal street, including all labor, equipment, and materials, as shown on these plans (C-204), complete and in place. 130 SF $ $ 1$D 16 Construct AC pavement replacement, including all labor, equipment, and materials, as shown on these plans (C- 205), complete and in place. 91 TONS $ 51D $ rJ� 17 Construct base replacement, including all labor, equipment, and materials, as shown on these plans(C-205), complete Cu and in place. 68 YDS $3-1b " $ 25L11PO 18 Furnish and Install Redwood Header. 30 LF $ 2 2-V ' $ 19 Adjust existing water meter to grade. 14 EA $ -1 oc,' $ q,g,oo.' 20 Adjust water valve cover to grade. 3 EA $ 100.- $ 21 Adjust cleanouts, sewer cover, drain, electrical, telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans (C-205), complete and in place. 1 LS $4,900.- $ 4.9 Do 22 Remove existing concrete gutter. 360 SF $ IS.' $ 5,400.' _J ADDENDUM NO.2 C-2.12 SECTION C PROJECT BID SCHEDULE E (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 25T" STREET (DRAWINGS C-108 & C-204) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 23 Install Temporary "Parking By Permit Only" signs along Greenbelt on North and South Pacific Avenue. 2 EA $ 40." 24 Replace Signing and Striping per plan notes (G-003). 1 LS $ `j,yc�O_ $ 4,Ltuc. ' SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE E $ Z�� `�15•' SUB-TOTAL BID AMOUNT IN WORDS: Wt Refer_L' -to 5e tc ions9, Measure and Payment for description of each Item on Bid Schedule. Note: Addendum No.2, Revised Bid Item No. 9 to polyethylene coated copper tube water services. ADDENDUM NO.2 C-2.13 SECTION C PROJECT BID SCHEDULE F (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 PARK AVENUE (DRAWINGS C-109 & C-203) BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) i,rop,//n��) 1 Mobilization and Setup 1 LS $ �I,�C� $ ,� 2 Demobilization & Cleanup 1 LS $ 3 Furnish Traffic Control in accordance with the City of Huntington and Caltrans requirements, complete and in place. 1 LS $ �{,q00 $ q 4 Conduct preconstruction of existing survey homes and street as required by the Contract Documents, including preparation and submission of all required reports, videos and photographs. 1 LS $ I-MV $ l 0 5 Furnish and install 6-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 266 LF $ ZSQ' $ _ (o(o�Sw 6 Furnish and install 6-inch PVC water main (Caltrans ROW) including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 25 LF $ 2, I0D' $ 52,SQ0, 7 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 1 EA $ 8 Construct new 4-inch Blow-off Assembly, including furnish and installing new buried pipe, valve and appurtenances. 1 EA $ 9 Furnish and install 1-inch polyethylene coated copper tube water service, including pipe fittings, valves, and connection to existing water meter assembly. 10 EA $NCO, $ 10 Cut and cap existing 3-inch pipeline at valve including furnishing and installing the necessary appurtenances in place. 1 EA $ $ ADDENDUM NO.2 C-2.14 SECTION C PROJECT BID SCHEDULE F (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 PARK AVENUE (DRAWINGS C-109& C-203) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 11 Cut, cap, and abandon existing waterline and appurtenances in place. 1 LS $ $___4400�- 12 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS $ D' $ 00 13 Construct new cross concrete gutter as shown on these plans (C-203), within Caltrans ROW, complete and in place. 160 SF $ �d� � $ 14 Slurry seal street, including all labor, equipment, and materials, as shown on these plans (C-203), complete and in place. 5,800 SF $ $ 15 Replace Signing and Striping per plan notes (G-003). 1 LS $ Z , $ 20 SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE F $ SUB-TOTAL BID AMOUNT IN WORDS: Two h�v��►v erg ��� v� tnousu��, re�,��`�'� {� clo�lau�s U� ti o c.Lv�.� No e: Refer to Sec ion 9, Measure and Payment for description of each Item on Bid Schedule. Note: Addendum No.2, Revised Bid Item No. 9 to polyethylene coated copper tube water services. ADDENDUM NO.2 C-2.15 SECTION C PROJECT BID SCHEDULE G(revised 4/30/20 Addendum No. 2 SUNSET BEACH WATER MAIN PROJECT,CC 1435 ALLEY NORTH OF 24TH STREET (DRAWINGS C-110 & C-206) BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 1 Mobilization and Setup 1 LS $ $ 2 Demobilization & Cleanup 1 LS $ �'q00' $ LQQ� 3 Furnish Traffic Control in accordance with the City of Huntington requirements, complete and in place. 1 LS $ ', `�J• $ �, DD," 4 Conduct preconstruction of existing TT survey homes and street as required by the Contract Documents, including preparation and submission of all required reports, videos and photographs. 1 LS $ I $ 1,Z t7� 5 Furnish and install 6-inch PVC water main including but not limited to potholing, shoring, pipe valves, fittings, and appurtenances. 190 LF $ 6 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 1 EA $ S ' $ S� OD,- 7 Construct new 4-inch Blow-off Assembly, including furnish and installing new buried pipe, valve and appurtenances. 1 EA $ Ion b0�' $ S Furnish and install 1-inch polyethylene coated copper tube water service, including pipe fittings, valves, and connection to existing water meter assembly. 13 EA $ 2 St D0. $ 3 0 0•r 9 Remove and salvage existing(wharf)fire hydrant including removing valves and abandoning lateral in place. 1 EA $ 2.SOb, $ 10 Construct temporary below grade water 2-inch service and connect to existing water meters including temporary 2-inch hot tap to existing 6-inch Asbestos Cement pipeline. 1 LS ADDENDUM NO.2 C-2.16 SECTION C PROJECT BID SCHEDULE G(revised 4/30/20 Addendum No.2 SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 24TH STREET (DRAWINGS C-110 & C-206) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 11 Remove and cap temporary 2-inch hot tap connection to existing 6-inch AC pipeline. 1 EA $ 2,SGO $ 12 Cut, cap, and abandon existing waterline and appurtenances and legally dispose of existing Asbestos Cement pipeline. 1 LS $ otov 13 Chlorination and testing of all new water main and appurtenances, complete and in place. 1 LS q 00 14 Construct new alley concrete gutter as shown on these plans (C-205), complete and in place. 930 SF $ $ 15 Construct AC pavement replacement, including all labor, equipment, and materials, as shown on these plans (C- 205), complete and in place. 80 TONS $ 2 $ 0 0 16 Construct base replacement, including all labor, equipment, and materials, as shown on these plans (C-205), complete Cu and in place. 60 YDS $ 3n _ $ 23,2Q,D 17 Furnish and Install Redwood Header. 51 LF $ 22S-- $ .- 18 Adjust existing water meter to grade. 13 EA $ 155T $ q +1!5 19 Adjust water valve cover to grade. 2 EA $ 20 Adjust cleanouts, sewer cover, drain, electrical, telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans(C-205), complete and in place. 1 LS $ 21 Install Temporary "Parking By Permit Only" signs along Greenbelt on North and South Pacific Avenue. 2 EA $ 22 Replace Signing and Striping per plan //�� ((JJ�� notes (G-003). 1 LS $ _T/ $ Lt00 ADDENDUM NO.2 C-2.17 SECTION C PROJECT BID SCHEDULE G (revised 4/30/20 Addendum No. 2 SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY NORTH OF 24TH STREET (DRAWINGS C-110 & C-206) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) SUB-TOTAL BID AMOUNT (IN FIGURES) - SCHEDULE G $ Z(P SUB-TOTAL BID AMOUNT IN WORDS: MA wtS Note: Refer to Section 7, Measure and Payment for description of each Item on Bid Schedule. Note: Addendum No.2, Revised Bid Item No. 8 to polyethylene coated copper tube water services. ADDENDUM NO.2 C-2.18 SECTION C PROJECT BID SCHEDULE H (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT, CC 1435 ALLEY BETWEEN 12TH & 13TH AND PECAN & ACACIA(DRAWINGS C-111 & C-207) BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 1 Mobilization and Setup 1 LS $ q,�oD $ 0 0 2 Demobilization&Cleanup 1 LS $ 3 Furnish Traffic Control in accordance with the City of Huntington requirements, complete and in place. 1 LS $ y,a(�.' $ H, R00 4 Conduct preconstruction of existing survey homes and street as required by the Contract Documents, including preparation and submission of all required reports, videos and photographs. 1 LS $ 1�100-:1 $ IaD ,' 5 Furnish and install 6-inch PVC water main including but not limited to potholing, shoring, pipe valves,fittings, and appurtenances. 421 LF $ 13D; $ S ' 6 Furnish and install 6-inch gate valve 1 EA $ 3,300 r $ 3�300 7 Remove and salvage existing fire hydrant including removing valves and abandoning lateral in place. 1 EA $ 2.500." $ 2.SQD' g Construct new fire hydrant assembly, including furnishing and installing new buried pipe, valve and appurtenances. 1 EA I V'_100" 10,10V 9 Furnish and install 1-inch polyethylene coated copper tube water service, including pipe fittings, valves, and connection to existing water meter assembly. 1 EA $ I,30D $ 1,3 0 b 10 Furnish and install temporary blow-off, including fittings, thrust blocks for testing and disinfection. 2 EA $ 1,10D� 11 Furnish and install 1-inch polyethylene coated copper tube water service, including pipe fittings, valves, and connection to existing water meter assembly. 23 EA $ 2�q l7Q $ 12 Cut, cap, and abandon existing waterline and appurtenances in place. 1 LS $ ��I�. $ DO.� ADDENDUM NO.2 C-2.19 SECTION C PROJECT BID SCHEDULE H (revised 4/30/20 Addendum No. 2) SUNSET BEACH WATER MAIN PROJECT,CC 1435 ALLEY BETWEEN 12TH& 13TH AND PECAN &ACACIA (DRAWINGS C-111 & C-207) Item No. Description Quantity Unit Unit Cost Total Cost (Extension) 13 Chlorination and testing of all new water main and appurtenances,complete and in place. 1 LS $ �,�(,� $ 14 Construct new alley concrete gutter as �`-� shown on these plans(C-207), complete and in place. 955 SF $ $ ' 15 Construct alley approach, including all labor, equipment, materials, as shown on these plans(C-207), completed and in place. 3 EA $ � S0D•_ $ 11'500 , 16 Construct AC pavement replacement, including all labor, equipment, and materials, as shown on these plans(C-205), complete and in place. 155 TONS $ 5 � 17 Construct base replacement, including all labor, equipment, and materials, as shown on these plans (C-205), complete and in CU place. 114 YDS $ Ll LIP.— $ L�l�3pp 18 Furnish and install Redwood Header. 20 LF $ 1`10 .- $ 19 Adjust existing water meter to grade. 23 EA $ $5D. $ 11 SS'D,� 20 Adjust water valve cover to grade. 3 EA $ $3(j. $ 21 Adjust cleanouts, sewer cover, drain, electrical, telephone, and cable TV pull boxes, gas meters, and vaults to grade, as shown on these plans(C-205), complete and in place. 1 LS $ $ 22 Replace Signing and Striping per plan notes (G-003). 1 LS $_jL± $ oc(/" SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE H $ SUB-TOTAL BID AMOUNT IN WORDS: hv�e VlwAvW qk � l - wee -;om5" wr� - ► doll aUC- Note: Refer to Section 9, Measure and Payment for description of each Item on Bid Schedule. Note: Addendum No.2, Revised Bid Item No. 9&11 to polyethylene coated copper tube water services. ADDENDUM NO.2 C-2.20 SECTION C PROJECT BID SCHEDULE I SUNSET BEACH WATER MAIN PROJECT, CC 1435 SURVEY MONUMENT PRESERVATION (APPENDIX Q) AND SEWER HOUSE LATERAL REMODELING BID ITEMS Item No. Description Quantity Unit Unit Cost Total Cost (Extension) Reset or Re-establish Survey 1 Monuments per Requirements described in Appendix Q of Contract Documents. 16 EA $ (ff)_ $ � Remodel existing sewer house 2 connection laterals conflicting with proposed waterline. 20 EA $ 1 , $ SUB-TOTAL BID AMOUNT (IN FIGURES) — SCHEDULE 1 $ L-i-7 00' SUB-TOTAL BID AMOUNT IN WORDS: Note: 1) Refer to Section 7, Measure and Payment for description of each Item on Bid Schedule. 2) Bid Item No. 2 - The exact quantity and location of sewer house connection laterals are unknown. If the actual quantity does not comply with the 2018 Green Book quantity percentage requirements, the City reserves the right to renegotiate unit cost for this bid item. Sewer house lateral remodeling bid items include the following streets listed below: i) Alley North of 26th Street ii) Alley North of 25th Street iii) Park Avenue iv) Alley North of 241h Street v) Alley Between 121h, 13th, Pecan and Acacia Streets C-2.21 SECTION C PROJECT BID SCHEDULE TOTALS Sunset Beach Water Main Project Various Locations Cash Contract No. 1435 SUB-TOTAL BID SCHEDULE A $ y 1�1­1� 2�3L SUB-TOTAL BID SCHEDULE B $ ► (Poo .— SUB-TOTAL BID SCHEDULE C $ '�32� 3is • SUB-TOTAL BID SCHEDULE D $ ZLA I� 2D. SUB-TOTAL BID SCHEDULE E $ 2'I15 SUB-TOTAL BID SCHEDULE F $ Ze G;q 3SO — SUB-TOTAL BID SCHEDULE G $ 12- i �1C8. SUB-TOTAL BID SCHEDULE H $ SUB-TOTAL BID SCHEDULE 1 $ TOTAL BID AMOUT, BASIS OF AWARD (Schedules A— 1) TOTAL BID AMOUT, BASIS OF AWARD IN WORDS: rtwo n'm'( ()vn , fur yionAw se�P� six -Knbvsu c1 s�X yl�v�l�red � AoW< ' GSA Iva WAS Notes: All extensions of unit prices will be subject to verification by Owner. In case of a verification between the unit price and the extension, the unit price will govern. The Owner reserves the right to reject any or all proposals and bid items. G2.22 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 81 UZZ, H122 IKo IIIIno13 Ave-.412 co,23OoDZ I 0000n s6 s Pf'-r15, (A DNZ a1s,a9,B All Am'( rtCwn A tr 0,�I3��i , 9W E 5wh S}- 2G7n'( lODl�nDlps� F 13, 6-14, Lo ✓l Gt` (� iFlb,µ1�,Htg DIE, elb"-ql EI $"J&Is, J Glb &I G I I, F14 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 s-sUW at Oran ,�i Date tity State Timothy Robefts , being first duly sworn, deposes and says that he or she is President of T. E. jZolotvts, 1►1c• 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. 7.1E. RoberlS, Inc. N of Bidder L , Signature of Bidder timothy Robefts 3obW.Ka+elta Meylue.Unit g, Orange.Ch°129,61 Address of Bidder C-4 CALIFORNIA JURAT 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 l a( ) i Subscribed and sworn to(or affirmed) before me on this `Ylti day of ��� _ 20 1,0 by TIW0+{'1 R0berf75 i f I1 proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. i KIM E. NEWETT KIM E. TT u�� COMM. #2228431 z 9 COM 2228431 �� ' _ Notary Public •California o z Orange County o ar ublic Califorr; n M Comm.Expires Feb.7,2022J l Z nge County M omm. es Feb.7. / Signature (Seal) Optional Information Although the information in this section is not required by law,it could prevent fraudulent removal and reattachment of this jurat to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Document Additional Information This certificate is attached to a document titled/for the purpose of Method of Affiant Identification Proved to me on the basis of satisfactory evidence: Q form(s)of identification Q credible witness(es) Notarial event is detailed in notaryjournal on: Page# Entry# Notary contact: Other containing pages,and dated Affiant(s)Thumbprint(s) ❑Describe: 0 Copyright 2007.2017 Notary Rotary,PO Box 41400,Des Moines,IA 50311-0507, All Rights Reserved. Item Number 101884. Please contact your Authorized Reseller to purchase copies of this form. 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 SUNSET BEACH WATER MAIN PROJECT, VARIOUS LOCATION FROM ANDERSON STREET TO WARNER AVENUE, CC NO. 1435, (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. I-F-. � ,00f_Y1S, Iv1C, Contractor By Ti mot by READe(CS Pre si dent Title Date: 5-S-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. 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. TE . Ro\oe- , the Contractor (7 qt:� ByTivmot-hy Fukoerts C'Yesident Title Date: C-7 OF BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: T. E. ?,Ooev is , 1nc . Bidder Name 3oe W. Kafc1to hVerme, Unit B Business Address oyay)ge CA 9? b b-1 City, State Zip (114 ) bbcl - b0-i2- +n\oeo s @ t-f- coven Telephone Number Email Address b03oot) A-Cnmera\ Enainrerivla, C-314- Pipeline State Contractor's License Nd. and Class Se0e,Vw1loeV, 2-1, 119D Original Date Issued October 31 , 2o2D Expiration Date The work site was inspected by 6Y m \n i t V LA of our office on M 0, 2020 . Twm to The following are persons, firms, and corporations having a principal interest in this proposal: -T: E . Roo a i s7 , Inc. Tim 1Woerts- Press dent Kimv )efle-e RobestS -TYe.asuvey ,W-,tly1 Ru4gt(A's - SecXaay-U t4idlolas }Zoloats - dice, President WY-e, 'Wouts- vice President 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. 1. E. RobW,- , Inc any Name Signature of Bidder "Timothy Kber is Printed or Typed Signature C-8 NOTARY CERTIFICATE Subscribed and sworn to before me this S"41�ay of M a , 202_Q. 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 Q r kn�(�_) On Nl Gnu 5 U-�D before me, 1��m �,w� N I-tc.r PUb L(,L Month, Day, and Year Insert Name and Title of Notary personally appeared TI MD+VN:r 'r Lyjl he- ✓ is 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. KIM E.NEWETT COMM. #2228431 z •� Notary Public -California o z Orange County Comm.Expires Feb.7,2022J Signature Signature of Notary Public (PLACE NOTARY SEAL ABOVE) C-9 Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of potable water pipelines within the public right of way, working within major arterials, streets and alleys and in close proximity to other existing underground utilities, and in area containing high ground water. The area Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. 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 C►t\l nF Aoahetm, 2oo 5 . Arw6elm Blvd. AVIaG ,-,W & NaTAddress of Public Agency Name and Telephone No. of Project Manager: Bill Moo�rh{aj Iq q 310 -304 - 'RISC It'n 3500, 12-it", DIP �-ID- I dl Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 3.50' 12-16" DIP R192ehne. and On KQ4t(1 a kyYnve_ 94ac-e✓tf -b pisnevl&nd w,441 venr hea,vv lvk ffic .limi+ed 5pa.te anA Gtc9 prQXLrn(4--Y -ro eKrSrinj JnM r9 uI +IIt4-se s 2. Ne-wpo,--r 13ep-ck, (w) cwt(- Cen+ty, lbr.i Newpvr+ 6eaclI, L4 Name and Address of Public Agency Name and Telephone No. of Project Manager: C a 5+a n 0n qy q &4 y-331 y 1 11atS-I , I30.- 3i1OD 12"pvL IDo' 8" V4L , R5D' 6"?VL 5'24-I-I JI Contract Amount Type of Work Date Completed Provide additional project description to show similar work: I65+411-ed 1'VL p1pellnL. a.r` A n„rJ-eVIa.✓1rf.S ul rh^l (Is+o✓-A:hOn nn 94160A '5W 1n :33x-/t AtnL421jeWS In r,IySe Vro Irma-.4 +o O+k r e�ct.s+r lt{it� W►+W, he-a-v� -tvaffiG xnd ' hi jh 9 r Md Wa 3. Lh� OF He-wj2ort ?OIA UI, 100 CIV►L Ctli6r br.. Newport- 13eatcG►, Name and Address of Public Agency Name and Telephone No. of Project Manager: �r1 Qy -rrlti,Yl q q q 6qq -331 S 3 01015, 52Lk. ?-,WV Zy" i2o'Its I,(-til' I�" PVC y-Z1,-I,h Contract Amount Type of Work Date Completed Provide additional project description to show similar work: New 122r-+ gou.IGy2r wA fir ma►n r��la G�rn�✓If w l and✓t2✓tG�.nLQS GLn(l rfstv�A_+Inn in streets and alle�c�. clr7se or,��,v, p zXtsfrny C-10 Supplemental relevant projects Owner: Coachella Valley Water District, 75515 Hovley Lane East, Palm Desert, CA 92211 POC: Brian Korcok 760 398-2661 bkorcok@cvwd.org Project Name: La Quinta Irrigation Distribution Improvements/5803 Description: 7,976' 24" PVC, 3,702' 18" PVC,4,892' 12" PVC with appurtenances and restoration Contract Award: $5,976,810.00 Completed Amount: $5,643,380.00 Project Awarded: 6-7-17 Completed: 8-7-19 Self Performed: 94% Owner: Irvine Ranch Water District, 15600 Sand Canyon Avenue, Irvine, CA 92619 POC: Toni Lynch 949 340-6642 lynch@irwd.com Project Name: Orange County Great Park Reach A Sewer Improvements/5822 Description: 1,435'-18" sewer pipe in 36" casing with jack and bore across 15 Freeway and upsize existing 949'-12" sewer pipe to 18",with restoration Contract Award: $1,251,110.00 Self Performed: 55% Project Awarded: 9-11-18 Completed: 8-15-19 Project Manager: Justin Roberts Owner: El Toro Water District, 24251 Los Alisos Boulevard, Lake Forest, CA 92630 POC: Robert Young Project Engineer 949 837-7050, byoung@etwd.com Project Name: Phase 2 Recycled Water Distribution Project-East Side System/5760 Description: 7,670' 4-6" DIP & PVC pipe and appurtenances with restoration Contract Award: $1,337,411.00 Self Performed: 84% Project Awarded: 10-24-17 Completed: 6-14-18 Owner: City of Newport Beach, 100 Civic Center Drive, Newport Beach, CA 92660 POC: Alfred Castanon Associate Civil Engineer 949 644-3314, acastanon@newportbeachca.gov Project Name: Balboa Island Water Main Replacement Phase 1/5767 Description: 600' 12" PVC, 50' 10" PVC, 2,000' 8" PVC, 300' 6" PVC, 50' 4" PVC water line and appurtenances with restoration Contract Award: $1,563,400.00 Self Performed: 89% Project Awarded: 12-1-17 Completed: 4-18-18 Project Manager: Justin Roberts Superintendent: Dave Klein Owner: City of Anaheim, 200 South Anaheim Blvd., Anaheim, CA 92805 POC/Engineer: Luis Tapia, City Inspector 714 863-8020 LTapia@anaheim.net Project Name:Alderdale Ave. and Maychelle Dr. Transmission Main Replacement/5719 Description: 9,000' 12" DIP and appurtenances with restoration Contract Award: $1,917,035 Self Performed: 92% Project Awarded: 5-9-17 Completed: 4-10-18 Owner: South Coast Water District, 31592 West Street, Laguna Beach, CA 92651 POC: Joe Sinacori (949) 499-4555 ext 3178jsinacori@scwd.org Project Name: PCH Recycled Water Distribution Bottleneck Upsizing/5663 Description: Install 6,350'-16" PVC pipeline with appurtenances and restoration Contract Award: $3,201,375.00 Self Performed: 84% Project Awarded: 7-28-16 Completed: 5-27-17 Project Manager: Justin Roberts Superintendent: Dave Klein 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 �Vst111 (-[)bens Name of proposed Project Manager Telephone No. of proposed Project Manager: I I H 5 S-q - 22 I &lixn [Tana( l\i M.i2, 'Ph.2 4) 1, a SI, 131 - 12 IPVL 5 2y-I q Project Name & Contract Amount Type of Work Date Completed lb'` DtP RUu Qr+- 514 1nI V(L 41 3 q q s,S A �'`�" GMu C 4 .2I0 -I Project Name & Contract Amount Type of Work Date Completed PCN Re cucled Warr g A,vAedc 4 3,201,315.E I to" pV(— 5 -1-1 Project Name & Contract Amount Type of Work Date Completed 2 Dive Kl��n Name of proposed Superintendent Telephone No. of proposed Superintendent: 1 l 9 P,r koba 151G,rtA WMy - �h2 I,g51,13) LZ-G" PVC 5 Z�{-I°f Project Name & Contract Amount Type of Work Date Completed _Balboa 151u.n �41U = Ph I 1,5�3,NCO.' 12-�"PVC q-I $- 1?) Project Name & Contract Amount Type of Work Date Completed VW 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 anew 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=displayPWCRegistratioiiForm 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 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. T. E. Roberts, l nc. Contractor i By TirnofiV,y RtAocrrs -�YobeYfis (", tev-c) ePYt-s.cbro Email PY eS1 GI e+nfi Title Date: S-S -ZO I-D PWC Registration 4: 10000002�0 C-12 3/31/2020 https://cadir.secure.force.com/ContractorSearch/PrintRegDetails Contractor Information Registration History Legal Entity Name Effecti,,e Date Expiration Date T.E.ROBERTS,INC. Legal Entity Type 6/14/2018 6/30/2019 Corporation Status 5/5/2017 6/30/2018 Active Registration Number 5/16/2016 6/30/2017 1000000280 Registration effective date 6/24/2015 6/30/2016 7/1/2019 Registration expiration date 7/9/2014 6/30/2015 6/30/2022 Mailing Address 7/1/2019 6/30/2022 306 WEST KATELLA AVENUE,UNIT B ORANGE 92867 CA United States of A... Physical Address 306 W.KATELLA AVENUE,UNIT B ORANGE 92867 CA United States of Ame... Email Address Trade Name/DBA T.E ROBERTS,INC. License Number(s) CSLB:603008 Legal Entity Information Corporation Number: 2148722 Federal Employment Identification Number: President Name: TIMOTHY ROBERTS Vice President Name: NICHOLAS ROBERTS Treasurer Name: KIMBERLEE ROBERTS Secretary Name: JUSTIN ROBERTS CEO Name: Agent of Service Name: TIMOTHY ROBERTS Agent of Service Mailing Address: 306 W.KATELLA AVENUE,UNIT B ORANGE 92867 CA United States of America Workers Compensation Do you lease employees through No Professional Employer Organization (PEO)?: Please provide your current workers compensation insurance information below: PEO PEO PEO PEO InformationName Phone Email Insured by Carrier Policy Holder Name: T.E.ROBERTS,INC. Insurance Carrier: Old Republic General Insurance Corp Policy Number: AICW13971800 Inception date: 8/31/2018 Expiration Date: 8/31/2019 https://cadir.secure.force.com/ContractorSearch/PrintRegDetails 1!1 State of California Departmeot of 1 (http &ca.gov/) { Industrial Re .Contractor Information Registration History Legal Entity Name Effective Date Expiration Date €`ALL A�MER C�N A'�SPH%14LT Legal Entity Type 05/11/18 06/30/19 Corporation Status 05/08/17 06/30/18 Active i 05/02/16 06/30/17 Registration Number Back to DIR>> (https://www 86/09/15 06/30/16 Registration effective date 07/01/19 j 08/25/14 06/30/15 a Registration expiration date 07/01/19 06/30/20 06/30/20 Mailing Address PO BOX 2229 CORONA 92878 CA United States... i Physical Address 400 E SIXTH ST CORONA 92879 CA United State... Email Address publicworks@allamericanasphalt.com Trade Name/DBA License Number(s) CSLB:267073 1 Legal Entity Information 1 Corporation Entity Number: Federal Employment Identification Number: C0570879 President Name: 952595043 I Vice President Name: MARK LUER Treasurer Name: EDWARD J CARLSON Secretary Name: MICHAEL FARKAS� MICHAEL PARKAS CEO Name: I Agency for Service: Agent of Service Name: Agent of Service Mailing Address: MICHAEL PARKAS 400 E SIXTH ST CORONA 92879 CA I Ur 1 i Worker's Compensation i 5/5/2020 Registrations State of California Back to DIR—(https://www.dir.ca.gov/) Department of Industrial Relations (httpt&-1Mr-ca.gov/) 'Contractor Information Registration History Effective Date Expiration Date j Legal Entity Name PCI 06/26/18 06/30/19 Legal Entity Type _._.__.__.. --- General Partnership 06/21/17 06/30/18 Status 06/22/16 06/30/17 Active Registration Number 08/19/15 06/30/16 1000005687 j Registration effective date 01/15/15 06/30/15 _-------- - __.._ —_ - 07/Ol/19 07/01/19 06/30/20 Registration expiration date 106/30/20 Mailing Address 975 W.1ST STREET AZUSA 91702 CA United States of Ame... Physical Address 975 W.1ST STREET AZUSA 91702 CA United States of Ame... Email Address sflores@lineuppci.com Trade Name/DBA PCI License Number(s) i Other:823802 Legal Entity Information i Federal Employment Identification Number: i j Partner name(5); Partner Legal Name: WILLIAM G.JACOB Partner Legal Entity Type: General Partnership Worker's Compensation Do you lease employees through Professional Employer Organization(PEO)?: No Please provide your current worker's compensation insurance information below: i PEO PEO PEO PEO InformationName Phone Email Insured by Carrier Policy Holder Name: PCI Insurance Carrier: OLD REPUBLIC INSURANCE COMPANY Policy Number: AICW08321514 Inception date: 11/01/15 Expiration Date: 11/01/19 About DIR Work with Us Learn More Who we are Jobs at DIR Acceso al idioma (https://www.dir.ca.gov/aboutdir.htrfd tps://Www.dir.ca.gov/dirjobs/dirj ww.dir.ca.gov//Bilingual- DIR Divisions,Boards& Licensing,registrations, Services-Act/default.html) Commissions certifications&permits Frequently Asked Questions (https://www.dir.ca.gov/divisions_a(idt sihtcmi)gov/permits- (hftps://www.dir.ca.govtfagslist.html) Contact DIR licenses-certifications.html) Site Map (hftps://www.dir.ca.gov/Contactus.ReApired Notifications (hftps://www.dir.ca.gov/sitemap/sitemap.htmi) (hftps://www.dir.ca.gov/dosh/Required- Notifications.html) hftps://cadir.secure.force.com/ContractorSearch/registrationSearchDetails 1/2 City of Huntington Beach Public Works Department �r 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For Sunset Beach Water Main Proiect at Various Locations, CC1435 April 27, 2020 Notice to All Bidders: 1) Delete "Section F—Supplement to the Special Provisions" identified in the Table of Contents. This section has been deleted from the specifications. 2) Add Section C and Section D in the Specifications under Section 7—Measurement and Payment, 7-3.2, Bid Item Description for the following items: Add Section C to "Remove and Dispose of Existing Concrete Gutter", page E-27: C. This item includes saw cutting, removing, hauling, and disposing existing pavement section. Add Section C and Section D to "Asphalt Pavement Replacement Section", page E-27: C. This item includes saw cutting, removing, hauling, and disposing of existing pavement section and pavement fabric, if present, to the subgrade elevations indicated on the plans as required to construct the new improvements. D. This item provides pavement for both the base course (thickness varies) and a 1 '/2 inch finish course of AC pavement. Add Section C to "Base Replacement, page E-27": C. This item includes saw cutting, removing, hauling, and disposing existing pavement section." 3) Amend Sheet 11 of 35, Drawing C-106, of the Approved Plans per the attached "Revision 1"to modify the pipeline profile to include a 12-inch inverted siphon assembly. 4) Replace Bid Schedule C, pages C-2.6 and C-2.7, with attached "Bid Schedule C (revised 4/27/20 Addendum No. 1)"to modify the following Bid Items: a. Reduce quantity of Bid Item No. 5 from 105 LF to 80 LF. b. Add Bid Item No. 12 to include 12-inch Inverted Siphon Assembly. 1 of 21 Addendum No. 1 IIFThe bid opening date has not changed and will be May 5, 2020 at 10:00 AM. This is to acknowledge receipt and review of Addendum N ber One, dated 7, 2020. i E robeHis, Inc- Company Name By Timothy 5- S- ZOZ0 Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Lili Hernandez at(714) 374- 5386. 2 of 21 Addendum No. 1 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER TWO For Sunset Beach Water Main Proiect at Various Locations, CC1435 April 30, 2020 Notice to All Bidders: 1) Replace the following Bid Schedules listed below with attached revised Bid Schedules dated 04/30/20 to change water service material from "polyethylene water service"to "polyethylene plastic coated copper tube water service" per City Specifications 02510.8: A. Bid Schedule D, pages C-2.8 to C-2.10, Bid Item No. 8. B. Bid Schedule E, pages C-2.11 to C-2.13, Bid Item No. 9. C. Bid Schedule F, pages C-2.14 to C-2.15, Bid Item No. 9. D. Bid Schedule G, pages C-2.17 to C-2.18, Bid Item No. 8. E. Bid Schedule H, pages C-2.19 to C-2.20, Bid Item No. 9 & 11. The bid opening date has not changed and will be May 5, 2020 at 10:00 AM. This is to acknowledge receipt and review of Addendum C ��, ber Two, dated 30, 2020. T. C . tLber+s. hV- Company Name By Timothy R.vb-er-t5 r 5. 5-202o Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Lili Hernandez at (714) 374- 5386. 1 of 11 Addendum No.2 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER THREE For Sunset Beach Water Main Project at Various Locations, CC1435 May 4, 2020 Notice to All Bidders: Please note the following clarification to the Contract Documents and Project Specifications: 1) Section Al, page A-ix, and Section B, page B-1, of the Project Specifications: Due to the COVID-19 pandemic, hand delivered bids will only be accepted between the hours of 9:00 AM and 10:00 AM, immediately outside of City Hall Civic Center entrance, on the day of bid opening. Bids will be publicly opened in the same area to allow for social distancing. It is advised that bidders arrive earlier than normal to deliver bids and allow for additional bid processing and acceptance times due to the safety measures described above. The bid opening date has not changed and will be May 5, 2020 at 10:00 AM. This is to acknowledge receipt and review of Addendum Number Three, dated May 4, 2020. i VL RO�DeY+S_ Inc. i, J Company Name By-Ffmoi-hy Koloer+s 5-5-2020 Date All bidders must acknowledge the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Lili Hernandez at (714) 374- 5386. 1 of 11 Addendum No. 3 1 .l ......................_._...-----------..... ---------- BID BOND TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Hartford,Connecticut 06183 Bond No. 10-B, Premium Nil KNOW ALL MEN BY THESE PRESENTS, i i Thatwe. T.E . Roberts, Inc . as Principal, hereinafter called the Principal,and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA,of Hartford. Connecticut, a corporation duly organized under the laws of the State of Connecticut,as Surety,hereinafter called the Surety, are held and firmly bound unto City of Huntington Beach i as Obligee,hereinafter called the Obligee, in the sum of ten .percent of amount bid f .Dollars ($ 10 . ),for the payment of which sum well and truly to be made, the said Principal and the said j Surety, bind ourselves,our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these J presents. WHEREAS, the Principal has submitted a bid for i I Sunset Beach Water Main Project Various Locations from Anderson Street to Warner (((� Avenue, Project No. : 1435 I NOW,THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof,or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect- Signed and sealed this 22nd.day of April 2020 . G19p T.E. Roberts, Inc. (Witness) < (Principa_t)(Seat) B (Id1e) t TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA is Witness) B h (Attorney-in-Fad) Printed in cooperation with the American Institute of Architects(AIA)by Travelers Casualty and Surety Company of America. The language in this document conforms exactly to the language used in MA Document A310, February 1.970 edition. S-1869-0(07-97) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA County of Orange On 4/22/2020 before me, Erin Sherwood Notary Public, Date Insert Name of Notary exactly as it appears on the official seal personally appeared Charles L. Flake 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), ERIN SHERWOOD and that by his/her/their signature(s) on the instrument the _ COMM,#2292386 cn person(s), or the entity upon behalf of which the person(s) a NOTARY PUBLIC-CALIFORNIA acted, executed the instrument. ORANGE COUNTY MYCOMM.EXPIRES JULY06,2023 1 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 sea Signature Place Notary Seal Above Signat e of Notary Public Erin Sherwood OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of the form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer—Title(s): ❑ Corporate Officer —Title(s): ❑ Partner ❑Limited ❑General ❑ Partner ❑Limited❑ General ❑ Attorney in Fact RIGHTTHUMBPRINT ❑ Attorney in Fact ❑ Trustee OF ❑ Trustee • ❑ Guardian or Conservator Top of thumb here ❑ Guardian or Conservator Top of thumb here ❑ Other: ❑ Other: Signer is Representing: Signer is Representing: Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"),and that the Companies do hereby make,constitute and appoint CHARLES L FLAKE of Anaheim California , their true and lawful Attorney-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 3rd day of February, 2017. a �!'— fly �,CV AVp y � CQNN. $ w CONN. n State of Connecticut y y: City of Hartford ss. Robert L.Raney,Se for Vice President On this the 3rd day of February,2017, before me personally appeared Robert L. Raney,who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company,and St. Paul Fire and Marine Insurance Company, and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. p.TEt My Commission expires the 30th day of June,2021 tAq � C c�°ueu��* Mare C.Tetreault,Notary Public ctF This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or(b)duly executed(under seal, if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such 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 on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St.Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this 22nd day of April 2020 y s� IifFORO, S a NnRTFORO, � �'' � •'. Kevin E. Hughes;Assistant Secretary To verify the authenticity of this Power of Attorney,please call us at 1-800-421-3880 Please refer to the above-named Attorney-in-Pact and the details of the bond to which the power is attached. 306 W.Katella Ave. Unit B RTIE oberts Orange, 92867 INCORPORATED www-teroherts.mm 5 City Clerk, Second Floor City of Huntington Beach 2000 Main Street Huntington Beach, CA 92648 Sealed Bid for: SUNSET BEACH WATER MAIN PROJECT VARIOUS LOCATIONS FROM ANDERSON STREET TO WARNER AVENUE, CC No. 1435 DO NOT OPEN WITH REGULAR MAIL Bid due before 10:00 a.m. Tues., 5-5-2020